Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract & AWARD DATE: �l %/ ',' r ;� r CAB 6:00C— I
AMOUNT AWARDED: A-3 q 2,
AWARDED TO: `'��
WA,n
�Y
ti Q
Bidding Requirements, City of Renton si
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
N
CITY OF RENTON
Construction of:
SEN13C.A AVENUE N.`V. AND N.W. 2 N1 S'1'REEET
WATER MAIN li,l?PIAC.l.MI:NT 1'li.t)JECIT
PROJECT NO. WTR-27-2788
OCTOBER 2002
CITY OF RENTON
1 055 SOUTH GRADY WAY
RENTON, WA 9B055
GENERAL BID INFORMATION: (425) 430-7200
WATER CONTACT: RICK MORENO (425) 430-7208
® Printed on Recycled Paper
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
FOR
SENECA AVENUE NW & NW 2ND STREET,
WATER MAIN REPLACEMENT PROJECT
WATER PROJECT NO. WTR-27-271313
OCTOBER, 2002
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
5�Of W sN '
,9 23169 �Q
oc /STERN
�`�Ss/oNAt
EXPIRES - 1-03
CITY OF RENTON WATER UTILITY
1055 South Grady Way
Renton, WA 98055
® Printed on Recycled Paper
CITY OF RENTON
Seneca Avenue NW & NW 2nd Street Water Main Replacement Project
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of ADA
Scope of Work
Location Map
Instructions to Bidders
Call for Bids
*Bid Bond Form
*Signed 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
Environmental Regulation Listing
King County Right-of-Way Construction Permit
City of Renton Supplemental Specifications
' WSDOT Amendments
Special Provisions
Standard Details
Construction Plans
Documents marked as follows must be submitted at the time noted and must be executed by the
ar 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.
an
* Submit with Bid(yellow Pages)
❖ Submit at Notice of Award(green Pages)
to CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
aw Renton,Washington 98055
so
RKNDLETIDSPEGRLMIM
no
IM
MW
IM RESOLUTION OF CORPORATION AUTHORIZING OFFICERS
B & L Utility, Inc.
I hereby certify that I am the Secretary of the Board of Directors of B&L Utility, Inc. of
err Snohomish, Washington a corporation organized and existing under the laws of the State of Washington.
I further certify that a meeting of the Board of Directors of said corporation was duly called and
held at its office in the City of Snohomish, Washington on October 2, 2001. At said meeting, a quorum
was present and during voting throughout and that the following resolutions were duly adopted and are now
in full force and effect:
,�. RESOLVED,that any and all endorsements for or on behalf of this corporation upon checks,
drafts, notes, instruments for deposit or collection, titles, registrations and contracts shall contain the full
corporate name and any signatures should indicate that you are signing in your corporate capacity as an
officer.
Always sign for the corporation in this way:
B&L Utility, Inc. B&L Utility, Inc.
BY /Q5IC nT By Lv n 1 oil., °
William R. g,President Heather P. Liffrig, Secretary �
Corporate oral agreements should be followed up with a letter on the corporate letterhead confirming the
arrangement, signed with the appropriate officer, and with a copy for the corporate files.
I further certify that these resolutions are within the power of the Board of Directors to pass as provided in
the Charter and the By-Laws of this corporation, and that the preset officers of this corporation,and their
respective titles,'are as follows:
Name Title
William R. Liffrig President
Heather P. Liffrig Secretary
IN WITNESS WHEREOF, I have hereunto set my hand as Secretary on this 2nd day of October 2001.
Secretary of the Board of Directors
ux.
ww
wu
DEPARTMENT OF LABOR AND INDUSTRIES
REGISTERED AS PROVIDED BY LAW AS
CONST CONT GENERAL '
JREGIST -#' EXP. DATE
CCO1 BLUTII*054D1 06/01/2003
EFFECTIVE DATE 03/21/1995
B & L UTILITY INC
7101 SEXTON RD
SNOHOMISH WA 98290
F625-052-(N)I(8197)
Deiach And Displa\ Certi iiw:Ind Duhl:n'C�iu(ii;uee -
•
1`t Y O
U .S L0 0 01
r � CITY OF �--�
° RENTpN
Business License Quarterly Invoice
Liw wo:
;w. 10068 Ce
RQ ortin .Perlotf -
QUARTER ENDING SEP -30, 2 NOV 5, 2002 ,
.w
B L UTILITY INC
7101 SEXTON RD
to SNOHOMISH iqq 98290
rr CORRECT AND COMPLETE
ALL INFO'"ATIONAS NEEDED
Bu:lneaa Loc_ption, Phone;
7101 -�—
SEXTON PEE SCHEDULE: --
SNOHQDdISH piles All Person �
98290 1 Total number of
4 2 5-3 3 5-5 5 7 7 within Renton City t& working
2. Total hours worked for quarter:
Owner Na t� Aaidre;s P�R �W-' 3.
--
7101 SEXTON r i g per hour 020
SNOHOMISH WA 98290
4. FEE (Line 2 x Line 3)
360-568-6002 5. Mtriirnumcharge:
E
6. C and 5.
xeator of Lines 4 ---1
Namss Phons; _
BILL LIF'FRIG 860-568-6002 7 Pena:r- --_--
(Seo back sine)
Bill Liffrig cel u ar 425-754-3040 5 Previousbalanct,.
9 TOTAL DUE(Lines 6•6); --
(Total due must De rvrntted with th s 1 75
YYA Steta.U61 No: rWOrt. There will tra a 515.00`ee Rv-
s n, WA Stats Contractor No. NSF c'+ecxs,)
BLUTII*054DI
ew
Return compiebod ton»—w,Ilh a
P yment, to:
City of Renton,Licensing Division
nofe6y certify that the statements and Information 1055 S Grady Wy
furnished by me on this report are true and complete, to Renton WA 98055
the best of my knowledge. Phone' (425)430-6651
nature: _
b'nntName. Heather P. LlffriQ FOO OFFICE USEONLY.
r`1e Secretar _ -- c
425-335-5577 P'aaI)L
Daie P k
cV11�•�8 �3L
FfS-,02 3/01
See J.'WI aYtuq•S 911 IJgC•ti•
Ili
yrr
General Contractors
f
d
C
�. Water & Sewer
Rick Moreno, Project Manager—Water Utility
City of Renton
�. 1055 South Grady Way
Renton, WA 98055
SUBJECT: Seneca Avenue NE&NE 2nd Street Water Main Replacement Project
*W Contract#CAG-02-161 BLU1002
Dear Rick:
Aw
Attached the documents as requested. The responsible officer and on-site job foreman
will be William(Billy) R. Liffrig. Below is Billy's address and telephone numbers. The
9 best way to reach him personally is on his cellular phone. The main office telephone line
also forwards to his home after hours and on weekends.
VW William (Billy) R. Liffrig Nextel Cellular#425/754-3040
7101 Sexton Road Nextel Network ID# 9801
Snohomish, WA 98290-6252 Office#425/335-5577
ON Home#360/568-6002
I have included a copy of the Washington State Labor&Industries License, which
recognizes B&L Utility, Inc., as a General Construction Contractor.
We will be working to get you the progress schedule and proposed traffic control plan via
fax by this afternoon.
We look forward to working with you. And again, if you have any questions or need
additional information, please feel free to contact me at the office or on my cellular phone
at#425/754-3184.
Best regards,
Heather P. Liffrig
Secretary
aw
wk
Office: 425-035-5577 • Fax: 060-568-8740
M BBL Utility,Inc.• lic.#: BLUTI I*05401 • 7101 Sexton Rd., Snohomish,WA 88290
i0.
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
)Attest:
City Clerl
CITY OF RENTON
SUMMARY OF AMERICANS WIM DISABILITIESACT POLICY
ADOPTED BY RESOL UTION NO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion,termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with thd Americans-With Disabilities Act and
other applicabld 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 RENTON CITY COUNCIL:
Mayor Council President
Attest: %
City Clerk
,.r
.. CITY OF RENTON
Seneca Ave. NW & NW 2nd St. Water Main Replacement
SCOPE OF WORK
The work involved under the terms of this contract 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:
Furnish and install approximately:
1,850 lineal feet of 8-inch diameter, class 52 ductile iron water main and fittings with
aw polywrap, including 4 fire hydrants, (23) 3/a-inch water services and meters and 3
connections to an existing water main. The work also includes the removal and replacement
of asphalt concrete pavement, asphalt patch, erosion control, traffic control, and restoration
of public and private properties.
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 forty(40)working days will be allowed for the completion of this project.
The engineer's estimate for this project ranges from$205,000 to$230,000.
+rr
.r
.r►
�r
ow
M
WW
H:KNDLE\B IDS PEGRLM/bh
err
S�.ENE AVEANUI. NW & NW �DTI) STRI.l17
WATER MALT Pll()JEK."T
WTII-2 7-2 71;1;
a�
Q
S CQ)
0
QD
Qj (Q�
Re on City is
King ou ty Ppol t '
Dzn
0 200 400
1:200
wr
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk,Renton City
Hall, until 2:30 o'clock p.m.,on the date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as
early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the
forms attached hereto.
aw 2. 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.
ow 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
aw
right to add or to eliminate portions of that work as deemed necessary.
4. 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.
5. The bid price for any item must include the performance of all work necessary for completion of that item as described
in the specifications.
wr
6. 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.
4
7. 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 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.
HAFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\Rick Transfer\WTR-27-2788 seneca\instuct-to-bid.DOC\JDH\tb
rr
.r
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction
r
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
■o employees.
15. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and Section"
to 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton
Supplemental Specifications.
ow 16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The
to 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.
fm 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. Payment of Prevailing Wages
ow
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
No 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.
wr 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
a, included as part of any subcontracts the CONTRACTOR may enter into for work on this project.
18. Employment of Resident Employees
.r The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements
of RCW 39.16.
"" 19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of environmental
ow 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 shall also
r comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and
encapsulation of asbestos materials.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard specifications except as may
be exempted or modified by the City of Renton 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.
..r
HAFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\Rick Transfer\WTR-27-2788 seneca\instuct-to-bid.DOCUDH\tb
we
00
1. WSDOT/APWA "1996 Standard Specifications for Road,Bridge and Municipal Construction" and 'Division 1
to 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
aw 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
Om measurement and payment provisions of Section 1-09.14,Measurement and Payment(added herein) shall
govern.
00 21. 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. It shall be noted that hardpan soil conditions have been encountered from previous excavation within NW 2nd
Street and Seneca Avenue NW project site. Excavation of hardpan, hard clay,or glacial till, sandstone, siltstone, shale,
nw or other sedimentary rock, which are soft, weathered, or extensively fissured will not be classified as rock excavation.
Such conditions are considered incidental to this project.
•r 22. 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'?
*w • 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?
arr
• Has the proposal been properly signed?
• Have you bid on ALL ITEMS?
• Have you reviewed the Prevailing Wage requirements?
40 • Have you certified receipt of addenda, if any?
wr
+r
dw
Wr.
HAFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\Rick Transfer\WTR-27-2788 seneca\instuct-to-bid.DOC\JDH\tb
CITY OF RENTON
WTR-27-2788
aw
Seneca Ave. NW & NW 2nd St.
Water Main Replacement Project
fm
CALL FOR BIDS
MW Sealed bids will be received until 2:30 p.m. October 8, 2002 at the City Clerk's office and will be
opened and publicly read in conference room 511 on the 5"' floor, Renton City Hall, 1055 South
Grady Way.
wo The work to be performed within forty (40) working days from the date of commencement under this
contract shall include,but not be limited to:
of Furnish and install approximately:
1,850 linear feet of 8-inch diameter, class 52 ductile iron water main and fittings with polywrap,
including 4 fire hydrants, 23, 3/a-inch water services and meter and 3 connections to existing water
go main. The work also includes the removal and replacement of asphalt concrete pavement, asphalt
patch,erosion control,traffic control, and restoration of public and private properties.
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 forty (40) working days will be allowed for the
completion of this project. The engineer's estimate for this project ranges from $205,000 to
M $230,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
ow 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. If ordered by mail, add$5.00 for postage, which is also non-refundable. Orders
by mail will not be accepted if received after October 1,2002. No telephone orders will be accepted.
Questions regarding this call for bids or the plan holders lists should be directed to the Public Works
.r 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, Rick Moreno, at 1055 South Grady Way,
Renton,WA 98055 or(425)430-7208.
.r A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
aw The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall
apply. ,
Michele Neumann,Deputy City Clerk
Published:
Daily Journal of Commerce September 23,2002
Daily Journal of Commerce October 1, 2002
BIDCALL.DOC1
aw
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the
amount of S 5% of Total Bid Amt which amount is not less than five percent of oe�. p
B & Utility, Inc. total bid.
Sign here
ANN
Know All Men by These Presents:
01
That we, B & L Utility, Inc.
Casualty and Surety Company of America Principal, andTravel ers
as Surety, are held and firmly bound unto the City
of Renton, as Obligee, in the penal sum of Five Percent (5%) of the Total Amount Bid---
Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs,
r 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 Seneca Ave, & 12 ad St Water Main Replacement Project, WTR 27 2788 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 in the call for bids, then this obligation shall be
null and void; otherwise it shall be and remain in full force and effect and the Surety shall
forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this
bond.
SIGNED, SEALED AND DATED THMS 7th DAY OF October _' 2002
B & L Utility, Inc.
By
Principal
Travelers/ yCasualt Sur ty Company of America
rr 'C�G�"J `
Surety Holly E. Ulfers, Attorney-in-Fact
Received return of deposit in the sum of$
r KKNDt.ETIDSPBGRLM/bh
+r
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 30th day of January 2002.
STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
}SS.Hartford TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
COUNTY OF HARTFORD
kpwnm o„
$GASUAz
1'HARCFORt% ¢ HARTFORD, t O 1992 O By
c ,et CONN. aeD George W. Thompson
Senior Vice President
r
On this 30th day of January, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
My commission expires June 30, 2006 Notary Public
+� Marie C. Tetreault
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority,are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 7th day of
October , 2002.
3MyxnmugrA OYA,am G�,SL,�� U �E{�R�FOp c� 9 8 2S O By
GONN. t g` Z n a Kori M. Johanson
,rte
Assistant Secretary, Bond
r
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford,Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these jo
presents make, constitute and appoint: Mary A. Dobbs, David J. Forsyth, Steven W. Palmer, Holly E. Ulfers, of Kent,
Washington, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all
bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional
undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the
same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the
authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in
the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditions.
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for ur
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
�w
(11-00 Standard)
.r
CITY OF RENTON
• WTR-27-2788
Seneca Ave. NW & NW 2nd Street Water Main Replacement Proiect
`w PROPOSAL
TO THE CITY OF RENTON
`o RENTON,WASHINGTON
Ladies and/or Gentlemen:
rrr
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 certifies 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
WA Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser
any and all claims for such over-charges as to goods and materials purchased in connection with this
order or contract, except as to overcharges resulting from anti-trust violations commencing after the
date of the bid, quotation, or other event establishing the price under this order or contract. In
addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any
and all such claims to purchaser, subject to the aforementioned exception.
AND -
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or
mechanic employed in the performance of such work; not less than the prevailing rate of wage or not
less than the minimum rate of wages as specified in the principal contract: that I have read the above
and foregoing statement and certificate, know the contents thereof and the substance as set forth
therein is true to my knowledge and belief.
w
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST
CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT
w
B & L Utility, Inc.
Name of Bidder's Firm
Printed Name 14 h �
Signature
Address: 7101 Sexton Roaoj Sn homish 98290
a�
Names of Members of Partnership:
a..
air
OR
wo
Name of President of Corporation William R. L i f f r i g
Name of Secretary of Corporation Heather P. L i f f r i g
Corporation Organized under the laws of Washington
air
With Main Office in State of Washington at 7101 Sexton Road, Snohomish WA 98290
Subscribed and sworn to before me on this 8 day ofOctober ,21302.
Notary Public in and for the State of hington
Notary (Print) H e a t P. L i f f r;c
ar
My apppointment exppires: 0 2/0 2/2 0 6
NlMary Public,Snot Somisn Counly, 51 tull
My commission Expires February 2,2006
as
ar
a><
ap
rw
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
Seneca Ave.NW NW 2nd Street
Water Main Replacement Project
(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 conflict 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.
1 001. 1 Mobilization& namnhili7atlnn.site Dreoaration&clean-UD J
I $Ten Thousand Dollars & 00/100 --- 0 0 1
per Lump Sum (words) figures
"The unit price for this bis shall not exceed 10%of total bid
002. 1 Trench Excavation Safety Systems
$One Dollar & 00/100 --- 0
per Lump Sum (words) figures
v'`-
003. 1 COn$trLJCtlnn c-,,.,;..,, cs..u;,,,, .,.,,a nn,,;i+�
Five Thousand Dollars & 00/100 --- 5,000.00 5,000.00
per Lump Sum (words) figures
004. 1 Traffic Control
$One Thousand Dollars & 00/100 --- 0
per Lump Sum (words) figures
005. 1 Er—i—/4z-A.,o f;, r-,,.,f-1. G�
$One Thousand Dollars & 00/100----I._ 1 000.00 d. 1
per Lump Sum (words) figures
h n.i�fila Iron Pipe,Cl.52,and Fittings(Poly Wrapped)
006. 1,850 8-�� 9 ( Y PP )
$Thirty -Five Dollars & 001100 - 35 00 4 750.00
per Linear Foot (woras) figures
n
007. 5 8-Inch(rata Vnk,n Accomhht
$Five Hundred Dollars & 00/100 --- 2,500.00
per Each (words) figures
008. 4 Fire Hydrant Assemblies
$Three Thousand Dollars & 00/100 ---
per Each (words) figures
009. 23 3/4"Water Service Connection
$One Thousand Dollars & 00/100 ---
per Each (words) figures
.a.
010. 3 Connection to Existing Water Main
$I'wo Thousand Dollars & 001100 ---
per Each (words) figures
011. 13 Concrete Thrust Blocking&Dead-man Anchor blocks
$I'vo Hundred Fifty Dollars & 00/100 ---
per Cubic Yard (words) figures
012. 1 Removal of Existing Fire Hydrants,Valve Boxes ^
and other appurtenances --
$Fwo Thousand Dollars & 00/100 — ,000-00
per Lump Sum (words) figures
H:DIV:UTIL:WTR:RICK:Seneca:WATER BID scheduleAs 9/18/02
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
Seneca Ave.NW NW 2nd Street
Water Main Replacement Project
(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 conflict 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.
013. 368 Select Import Trench Backfill
$Eight Dollars & 00/100 --- $ 8.00 1 2,944.00
per Ton (words) figures
014. 305 Crushed Surfacing Top Course&
Crushed Rock Backfill&Shoulder Restoration
$Seventeen Dollars & 00/100 ---
per Ton (words) figures
1 015. 615 Pipe Zone Bedding Material
$Six Dollars & 00/100 --- $ 6-00 $ 3.,660-00
per Ton (words) figures
016. 280 Asphalt Class B,for Trench Patching
$One Hundred Dollars & 00/100 --- $ 100-00 $ 28.,000-00
per Ton (words) figures
017. 40 Remove&Replace Sidewalk&Driveway
$Thirty Dollars & 00/100 ---
per Square Yard (words) figures
018. 1 Remove, Restore Lawn, Landscaping Restoration
$One Thousand Dollars & 00/100 0
per Lump Sum (words) figures
019. 1 Replace Pavement Markings&Traffic Buttons
$Two Thousand Dollars & 00/100 0 $ 2400 On
per Lump Sum (words) figures t
Sub Total $ 174,520.00
8.8%Sales Tax $ 15,357.76
Total $ 189,877.76
H:DIV:UTIL:WTR:RICK:Seneca:WATER BID schedule.xls 9/18/02
w Bond #103925096
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned B & L Utility, Inc.
Travelers Casualty and Surety Company
as principal, and Of America corporation organized and existing under the
M laws of the State of Connecticut 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 $ 189,877.76 for the
Y°" payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person
representatives, as the case may be.
M 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 l0 day of�/� , 200?
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG-02-161 providing for
construction of Seneca Ave NW & NW 2°d St.Water Main Replacement Proiect, WTR-27-2788
(project name)
the principal is required to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work
therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
orr manner and within the time therein set forth, or within such extensions of time as may be granted under said
contract, and shall pay all laborers, mechanics, subcontractors and material, men, and all persons who shall
supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall
hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of
any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said
work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of
failure of performance as specified in the contract or from defects appearing or developing in the material or
workmanship provided or performed under the contract within a period of one year after its acceptance thereof
by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain
in full force and effect.
B '& L Utility, Inc. Travelers Casualty and Surety Company of America
Principal Surety
a i J't�—
Signature Signature Holly E. U l f e r s
President Attorney-in-Fact
Title Title
Approved by Larry Warren 2/14/92
H:KNDLE\BIDSPEGRLM/bh
■r
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
*W
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
W County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Mary A. Dobbs, Daiid J. Forsyth, Steven W. Palmer, Holly E. Ulfers, of Kent,
Washington, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and
wr acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all
bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional
undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the
same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the
authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
r
now in full force and effect:
VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in
the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
do VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
Senior Vice President or any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
so Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
*a This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
Au
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President,any Assistant Vice President, any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
rr
rw
trr
+rw (11-00 Standard)
A
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be '
signed by their Senior Vice President and their corporate seals to be hereto affixed this 30th day of January 2002.
STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
}SS.Hartford TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
COUNTY OF HARTFORD
N 4xpyr
a SV Ap0 pASU
*NDS�ry� 'J SL � <ly
-ji ORD S j a HARTFORD, < (5 1982 p By
CONM. CONN, nc` * _�D
�1�•.�`��� ;`61 r �ada� b`��, George W. Thompson
e�
Senior Vice President
On this 30th day of January, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the nr
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
GJ",
C� C
My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
wN
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this day of
12o02 .
TV AJr� /y4
y
eff, ARTFOAD j S HARTFORD, 1982 a p By
GOy, CONN. �
Kori M. Johanson
Af�a Assistant Secretary, Bond
ur
CITY OF RENTON
°i FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
B & L Utility, Inc. hereby confirms and declares that
err (Name of contractor/subcontractor/consultanUsupplier)
1. It is the policy of B & L Utility, Inc. to offer equal
(Name of contractor/subcontractor/consultant/supplier)
opportunity to all qualified employees and applicants for employment without regard
■r
to the race,creed,color, sex,national origin, age, disability or veteran status.
II. B & L Utility, Inc. complies with all applicable
(Name of contractor/subcontractor/consultant/supplier)
federal, state and local laws governing non-discrimination in employment.
1W II. When applicable, B & L Utility, Inc. will seek out and
(Name of contractor/subcontractor/consultant/supplier)
to negotiate with minority and women contractors for the award of subcontracts.
r Heather P. Liffrig
Print Agent/Representative's Name
Secretary
Print Agent/Representative's Title
+rr
Agent/Representative's Signatu e
October 28, 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.
■r
W
No
3
Page 1 of 4
CAG-02-161
i
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this_�day of f/. , 200,t by and
between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington,
hereinafter referred to as "CITY" and B & L Utility, Inc., hereinafter referred to as
"CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within fort 40 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 No.WTR-27-2788 for improvement by construction and installation of.
Seneca Avenue NW &NW 2°d Street Water Main Replacement Project
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. The Consultant agrees to use recycled materials whenever
practicable.
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
k
i
t
x H:\File Sys\WTR - Drinking Water Utility\WTR-27 -Water Project Files\WTR-27-2788 - Seneca Ave NW&NW 2nd St. Water Main
Replacentent\Bid Document\contract.doc\RLM\tb
4
Page 2 of 4
CAG-02-161
3 If the Contractor refuses or fails to prosecute the work or an art thereof, with such diligence
P YP g
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
r occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so
4 doing, take possession of and utilize in completing said Contract such materials, machinery,
appliances, equipment,plants and other properties belonging to the Contractor as may be on site
of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives
and employees harmless and to promptly indemnify same from and against any and all claims,
actions, damages, liability of every type and nature including all costs and legal expenses
incurred by reason of any work arising under or in connection with the Contract to be performed
hereunder, including loss of life, personal injury and/or damage to property arising from or out
of any occurrence, omission or activity upon, on or about the premises worked upon or in any
way relating to this Contract. This hold harmless and indemnification provision shall likewise
apply for or on account of any patented or unpatented invention, process, article or appliance
manufactured for use in the performance of the Contract, including its use by the City, unless
otherwise specifically provided for in this Contract.
In the event the City shall, without fault on its part,be made a party to any litigation commenced
by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall
pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection
with such litigation. Futhermore, 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
H:\File Sys\WTR -Drinking Water Utilitywrm-27 -Water Project Files\WTR-27-2788 - Seneca Ave NW &NW 2nd St. Water Main
Replacement\Bid Document\contract.doc\RLM\tb
Page 3 of 4
CAG-02-161
and enforceable only to the extent of the Contractor's negligence or the negligence of the
Contractor's agents or employees.
■I 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
fort 40 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.
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time period
set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or
implied arising out of a written agreement.
t
- 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 12. The surety
or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington.
d
H:\File Sys\WTR- Drinking Water U6fity\WTR-27 -Water Project Files\WTR-27-2788 - Seneca Ave NW&NW 2nd St. Water Main
Replacement\Bid Document\contract.doc\RLM\tb
ow Page 4 of 4
CAG-02-161
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City. The
Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The Contractor
shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City
right-of-way.
12) The total amount of this contract is the sum of $189,877.76
umbers
One hundred eighty-nine thousand,eight hundred seventy-seven dollars and seventy-six
cents.
written words
which includes Washington State Sales Tax. Payments will be made to Contractor as specified
in the "Special Provisions" of this Contract.
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.
CONTRACTOR CITY OF RENTON
President/Partnerl9lvner M
ATTEST
Secretary City Clerk
�,. dba B & L Utility, Inc.
Firm Name
check one
❑ Individual ❑ Partnership © Corporation Incorporated in Washington
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President
and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy
of the by-laws shall be furnished to the City and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing
business as) and firm or trade name; any one partner may sign the contract.
*a If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed
by d/b/a and name of the company.
irrr
H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-2788 - Seneca Ave NW & NW 2nd St. Water Main
Replacement\Bid Document\contract.doc\RLM\tb
trr
INSURANCE INFORMATION
FORMS
CITY OF RENTON INSURANCE INFORMATION FORM
FOR: Seneca Ave NW & NW 2°d St. Water Main Replacement Project
PROJECT NUMBER: WTR-27-2788 STAFF CONTACT: Rick Moreno,(425)430-7208
Certificate of Insurance indicates the coverages/limits
specified in contract? fXYes ❑ No
Are the following coverages and/or conditions in effect? Yes ❑ No
The Commercial General Liability policy form is an
ISO 1993 Occurrence Form or Equivalent? ,f Yes ❑ No
(If no,attach a copy of the policy with required coverages
clearly identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes KNo
General Aggregate provided on a "per project basis(GFi4593}2* 2K Yes ❑ No
Additional Insured wording provided?* 0,Yes ❑ No
Coverage on a primary basis and non-contributing basis?* X Yes No
Waiver of Subrogation Clause applies?* J,Yes ❑ No
Servability of Interest Clause(Cross Liability)applies? 12(Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* AYes ❑ No
*To be shown on certificate of insurance
AM BEST'S RATING FOR CARRIER:
GL 1;'% Auto Umb )1�_" — Professional
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.
C a Scol \A� �c74�t�vvr�G.�
Agency/Broker Completed By(Type or Print Nae,
1? .10•fix jO\iz. qvt��' eti it, 1.
Address Completed By(Sig a e)
rName of person to contact Telephone Number
' NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
Rev 1/95
HAFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project Res\Rick Transfer\WTR-27-2788 Seneca\BmSPEC.DOC\bh
.. ��Y o City of Renton
� Human Resources & Risk Management Department
Insurance Information Form
Contractor/Consultant: r..
"Project Number: Staff Contact:
Certificate of Insurance indicates the coverages and limits specified in Dq Yes ❑ No
Tcontract? If no, explain below:
Is the Commercial General Liability policy form an ISO 1993 Yes ❑ No
Occurrence Form or Equivalent? (If no, attach a copy of the policy with
required coverages clearly identified)
CG 0043 Amendatory Endorsement provided?* e ❑ Yes 4< No
CGL General Aggregate provided on a "per project basis" (062-593)?* t& Yes ❑ No
Additional Insured wording provided?* 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? j Yes ❑ No
7Notice 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:
CGL � Auto 1�1% " Umb 'A " Professional �NNN 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.
la- 'XN ,(-c -�a- Cv'' ',r--\----)G.•\
Agency/Broker Completed By JType;or P t Name)
�1 .O -A;A7' . ��� .">JA °"RO"\\ -
as Address Completed By (S ture)
Name of p rson to contact Telephone number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF
INSURANCE FOR EACH LINE OF COVERAGE
.r
ACQRD,. CERTIFICATE OF LIABILITY INSURANCE CSR CD DATE(MAAIDD/YY)
LUTI-1 10/23/02
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
3ush, Cotton & Scott LLC HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
1. 0. Box 3 018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
7Phone: 425-489-4500 othell WA 98041-3018
Fax:425-489-4501 INSURERS AFFORDING COVERAGE
JSURED INSURERA: West American Ins. Company
B & L Utility, Inc. INSURER B: Ohio Casualty Insurance Co.
BLU Inc. INSURER C:
7101 Sexton Rd. INSURER D:
Snohomish WA 98290
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
TR DATE MM/DD/YY DATE MM/DD/YY
rrrWWW���,,, GENERAL LIABILITY EACH OCCURRENCE $ 1000000
7 X COMMERCIAL GENERAL LIABILITY BKO0352924060 03/01/02 03/01/03 FIRE DAMAGE(Any one fire) $ 100000
CLAIMS MADE Fx�OCCUR MED EXP(Any one person) $ 5000
• Owner/Cont Prot. PERSONAL BADVINJURY $ 1000000
• STOP GAP GENERAL AGGREGATE $ 2 0 0 0 0 0 0
r—7 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2 0 0 0 0 0 0
POLICY X PRO ECT LOC Em Ben. 1000000
J
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
X ANY AUTO BAW52924060 03/01/02 03/01/03 (Ea accident) $ 1000000
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) $
X HIRED AUTOS BODILY INJURY
X NON-OWNED AUTOS (Per accident) $
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
0i� AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $ 3000000
1 B X OCCUR F—] CLAIMS MADE BX052924060 03/01/02 03/01/03 AGGREGATE $ 3000000
$
DEDUCTIBLE $
X RETENTION $ 10000 $
WORKERS COMPENSATION AND TORY LIMITS ER
EMPLOYERS'LIABILITY
E.L.EACH ACCIDENT $
E.L.DISEASE-EA EMPLOYEE $
E.L.DISEASE-POLICY LIMIT 1$
OTHER
RENTED/LEASED BM052924060 03/01/02 03/01/03 $100,000 LIMIT/ITEM
EQUIPMENT $500 DED.
iESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
LT IS AGREED THAT THE CITY OF RENTON, THEIR ELECTED OR APPOINTED OFFICERS,
TOFFICIALS, EMPLOYEES, SUB-CONSULTANTS & VOLUNTEERS AND KING COUNTY ARE
INCLUDED AS ADDITIONAL INSUREDS BUT ONLY AS RESPECTS WORK PERFORMED BY THE
LAMED INSURED ON THEIR BEHALF.
E: SENECA AVENUE NE & NE 2ND STREET WATER MAIN REPLACEMENT
CERTIFICATE HOLDER Y I ADDITIONAL INSURED;INSURER LETTER: CANCELLATION
CIRENTO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN
INOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
1055 S. GENTON ADY WAY
CITY OF R IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
RENTON WA 98055 REPRESENTATIVES.
AU E
REfitWTIVE
\CORD 25-S(7/97) ©ACORD CORPORATION 1988
.r
THIS ENDORSEME.. .' CHANGES THE POLICY. PLEASE RL_,,D IT CAREFULLY.
GENERAL LIABILITY
MASTER PAK PLUSsM*
FOR CONSTRUCTION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
INDEX -
SUBJECT PAGE
m
Blanket Additional Insured (Owners, Contractors or Lessors) 2
U
Fire,Lightning,Explosion and Sprinkler Leakage Damage To Premises You Rent 2
r
j Non-Owned Watercraft 3
Supplementary Payments (Bail Bonds) 3
Personal and Advertising Injury 3
Aggregate Limits (Per Location) 4
Aggregate Limits (Per Project) 4
Voluntary Property Damage Coverage 4
Off Premises Care,Custody or Control Coverage 4
Newly Formed or Acquired Organizations (180 Days Notice) 4
Duties In The Event Of Occurrence,Offense,Claim or Suit 5
Bodily Injury(Mental Anguish) 5
Waiver Of Transfer Of Rights Of Recovery Against Others 5
Medical Payments Increase 5
Broad Named Insured 5
Broadened Mobile Equipment 5
Incidental Malpractice Liability 6
Non-Owned Aircraft 6
Property Damage - Elevators 6
*MASTER PAK is a registered service mark of The Ohio Casualty Insurance Company and its subsidiaries.
CG 84 16 07 99 Includes copyrighted material of Insurance Services office, Inc., with its permission. Page 1 of 6
Copyright, Insurance Services Office, Inc., 1995
1. BLANKET ADDITIONAL INSL. _D(Owners,Contractors or Lessors)
WHO IS AN INSURED (Section 11) is amended to include as ari insured any person or organization whom you
are required to name as an additional insured on this policy under a written contract or agreement
The written contract or agreement must be:
(a) currently in effector becoming effective during the term of this policy;and
(b) executed prior to the"bodily injury,""property damage"or"personal and advertising injury."
The insurance provided the additional insured is limited as follows:
1. That the person or organization is only an additional insured with respect to liability arising out of:
a. Real property you own, rent, lease, or occupy;or
b. "your work" for that additional insured for or by you.
2. The limits of insurance applicable to the additional insured are those specified in the written contract or
agreement or the limits available under this policy whichever are less. These limits are inclusive of and not
in addition to the limits of insurance available under this policy.
3. The insurance provided the additional insured does not apply to liability arising out of the sole negligence
of the additional insured.
4. The insurance provided the additional insured does not apply to:
a. "bodily injury",
b. "property damage",
c. "personal and advertising injury"or
Cl. defense coverage under the Supplementary Payments section of the policy
arising out of an architect's, engineer's or surveyor's rendering of or failure to render any profes-
sional services including:
(1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, re-
ports, surveys, field orders, change orders or drawings and specifications;and
(2) Supervisory, inspection,architectural or engineering activities.
Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the
additional insured whether primary, excess, contingent or on any other basis unless a contract specifically
requires that this insurance be primary or you request that it apply on a primary basis.
2. FIRE,LIGHTNING,"EXPLOSION"AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT
If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy,
the following applies:
A. The last paragraph of SECTION I-COVERAGE A2_Exclusions is replaced by the following:
Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler
leakage to premises while rented to you or temporarily occupied by you with permission of
the owner. A separate limit of insurance applies to this coverage as described in - LIMITS OF
INSURANCE(SECTION III).
B. Paragraph 6 of SECTION III -LIMITS OF INSURANCE is replaced by the following:
6. Subject to 5. above, the higher of $300,000 or the Damage To Premises Rented To You
Limit is the most we will pay under Coverage A for damages because of "property
damage" to premises rented to you or temporarily occupied by you with the permission
of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage in-
cident
C. Paragraph 4.b(1)(b)of Other Insurance, SECTION IV- CONDITIONS is replaced by the follow-
ing:
(1) That is Fire, Lightning, "Explosion" or Sprinkler Leakage insurance for premises rented to
you or temporarily occupied by you with the permission of the owner;
D. Paragraph 9.a. of the definition of INSURED CONTRACT under SECTION V- DEFINITIONS is
replaced by the following:
a. A contract for the lease of premises.However, that portion of the contract for a lease of
premises that indemnifies any person or organization for damages by fire, lightning,
"explosion" or sprinkler leakage to premises while rented to you or temporarily occupied
by you with the permission of the owner is not an"insured contract";
CG 84 16 07 99 Includes copyrighted material of Insurance Services office, Inc., with its permission. Page 2 of 6
Copyright, Insurance Services office, Inc., 1995
E. The following d iition is added to SECTION V-DEFINIT: S:
"Explosion" means a sudden release of expanding pressure accompanied by a noise, a burst-
ing forth of material and evidence of the scattering of debris to locations further than would
have resulted by gravity alone.
Explosion does not include any of the following:
1. artificially generated electrical current including electrical arcing that disturbs electrical
devices, appliances or wires;
2. rupture or bursting of water pipes;
3. explosion of steam boilers, steam pipes, steam engines or steam turbines owned or
leased by you, or operated under your control; or
4. rupture or bursting caused by centrifugal force.
3. NON-OWNED WATERCRAFT
Paragraph 9(2) of SECTION I -COVERAGE A, 2.Exclusions is replaced by the following:
(2) A watercraft you do not own that is:
(a) Less than 51 feet long;and
(b) Not being used to carry persons or property for a charge;
4. SUPPLEMENTARY PAYMENTS
In the SUPPLEMENTARY PAYMENTS -COVERAGES A AND B provision:
7
r The limit for the cost of bail bonds in paragraph 1 is changed from$250 to$1000.
V
a
5. PERSONAL AND ADVERTISING INJURY
Paragraph 14 b.,d. and e. of SECTION V-DEFINITIONS is replaced by the following:
b. Malicious prosecution or abuse of process;
d. Oral, written, televised, videotaped or electronic publication of material that slanders or
libels a person or organization or disparages a person's or organization's goods, pro-
ducts or services;
e. Oral, written, televised, videotaped or electronic publication of material that violates a
person's right of privacy:
The following is added to Paragraph 14,"Personal and Advertising Injury" of Section V-DEFINITIONS:
h. discrimination or humiliation that result in injury to the feelings or reputation of a natural
person,but only if such discrimination or humiliation is:
(1) not done intentionally by or at the direction of:
(a) an insured;or
(b) any"executive officer"director, stockholder, partner or member of the insured;and
(2) not directly or indirectly related to the employment, prospective employment or termina-
tion of employment of any person or persons by any insured.
Subparagraph a.(2) and a.(3) of Paragraph 2, Exclusions of Section I - COVERAGE B - PERSONAL
AND ADVERTISING INJURY LIABILITY are replaced by the following:
2. Exclusions
This insurance does not apply to:
a. "Personal and advertising injury"
(2) Arising out of oral, written, televised, videotaped or electronic publication of ma-
terial,if done by or at the direction of the insured with knowledge of its falsity;
(3) Arising out of oral, written, televised, videotaped or electronic publication of ma-
terial whose first publication took place before the beginning of the policy period;
Subparagraph a.(5), Exclusions of Section I - COVERAGE B - PERSONAL AND ADVERTISING INJURY
LIABILITY is deleted.
CG 84 16 07 99 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 6
Copyright, Insurance Services Office, Inc., 1995
6. AGGREGATE LIMITS OF INSP-ONCE(PER LOCATION)
The General Aggregate Lia. , under LIMITS OF INSURANCE (Section ui) applies separately to each of
your"locations"owned by or rented to you or temporarily occupied by you with the permission of the
owner.
"Location" means premises involving the same or connecting lots, or premises whose connection is �..,
interrupted only by a street,roadway,waterway or right-of-way of a railroad.
7. AGGREGATE LIMITS OF INSURANCE(PER PROJECT)
The General Aggregate Limit under LIMITS OF INSURANCE (SECTION 111) applies separately to each of
your projects away from premises owned by or rented to you.
8. VOLUNTARY PROPERTY DAMAGE COVERAGE
At your request, we will pay for loss to property of others caused by your business operations. The
most we will pay for this coverage is $500 each "occurrence." The loss must occur during the policy
period.The occurrence must take place in the coverage territory.
Loss means unintended damage or destruction. Loss does not mean disappearance, abstraction or
theft
This coverage does not apply to:
1. Motor vehicles;
2. Property you own,occupy,rent or lease from others;or
3. Property on your premises for sale, service,repair or storage.
None of the other policy exclusions apply to this coverage.
If the policy to which this endorsement is attached is written with a Property Damage Liability deduct-
ible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall
not be reduced by the amount of this deductible.
9. OFF PREMISES CARE,CUSTODY OR CONTROL COVERAGE
A. We will pay those sums that you become legally obligated to pay as damages because of " property
damage" to property of others while in your care, custody or control or property as to which you are
exercising physical control if the"property damage'arises out of your business operations.
B. Exclusions
This insurance shall not apply to:
1. "Property damage'of property at premises owned,rented, leased,operated or used by you;
2. "Property damage'of property while in transit;
3. The cost of repairing or replacing (1) any work defectively or incorrectly done, (2) any product
manufactured, sold or supplied by you, unless the "property damage' is caused directly by you
after delivery of the product or completion of the work and resulting from a subsequent under-
taking;or
4. 'Property damage' of property caused by or arising out of the"Products/Completed Operations
Hazard".
C. Limits of Insurance -The most we will pay for"property damage'under this Section 9. is$25,000 for
each"occurrence'.The most we will pay for the sum of all damages covered under Section 9.because
of"property damage'is an annual aggregate limit of$25,000.
The limits of insurance provided under this Section 9.are inclusive of and not in addition to any other
limits provided in the policy or endorsements attached to it
D. Deductible - We will not pay for "property damage' in any one occurrence until the amount of
"property damage" exceeds $250. If the policy to which this endorsement is attached contains a
"property damage" deductible,that deductible shall apply if it is greater than$250.
E. In the event of "property damage' covered by this endorsement, you shall, if requested by us, replace
the property or furnish the labor and materials necessary for repairs thereto at your actual cost,
excluding profit or overhead charges.
10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS
A. In paragraph 4a of Section 11-WHO IS AN INSURED,90th day is changed to 180th day.
B. This provision 10. does not apply if newly formed or acquired organizations coverage is excluded
either by provisions of the Coverage Part or by endorsements attached to it
CG 84 16 07 99 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 6
Copyright, Insurance Services Office, Inc., 1995
.11. .DUTIES IN THE EVENT OF( 'URRENCE,OFFENSE,CLAIM OR SUIT
A. The requirement in Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS paragraph 2a
that you must see to it that we are notified cf an"occurrence"applies only when the"occurrence"
is known to:
_. 1. You, if you are an individual;
2. A partner,if you are a partnership;
3. A member or manager, if you are a Limited Liability Company; or
4. An executive officer or designee, if you are a corporation.
B. The requirements in Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS paragraph 2b
that you must see to it that we receive notice of a claim or"suit" will not be considered breached
unless the breach occurs after such claim or"suit" is known to:
1. You, if you are an individual;
2. A partner, if you are a partnership;
3. A member or manager, if you are a Limited Liability Company; or
a
4. An executive officer or designee, if you are a corporation_
Knowledge of an "occurrence," claim or "suit" by the agent, servant or employee of any insured
shall not in itself constitute knowledge of the insured unless an officer or designee shall have
co 0
received noice from its agent,servant,or employee.
A 12. BODILY INJURY
m
Paragraph 3 of the definition of "bodily injury" in the DEFINITION Section is replaced by the following:
0 3. 'Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental
anguish or death resulting from any of these at any time.
13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS
We have the right to recover our payments from anyone liable for an injury covered by this policy.We
will not enforce our right against any person or organization for whom you perform work under a
written contract that requires you to obtain this agreement from us.
This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement
14. MEDICAL PAYMENTS
If Medical Payment Coverage (Coverage C) is not otherwise excluded from this policy, the Medical
Expense limit provided by this policy shall be the greater of:
A. $10,000 or
B. The amount shown in the declarations.
15. BROAD NAMED INSURED
Paragraph 2.a.0)(d)of SECTION II —WHO IS AN INSURED is replaced by the following:
(d) Arising out of his or her providing or failing to provide professional health care services.
However, this exclusion does not apply to nurses, emergency medical technicians or
paramedics who are employed by you to provide medical or paramedical services.
The following is added to Paragraph 2.,of Section II —WHO IS AN INSURED:
Any subsidiary and subsidiary thereof,of yours which is a legally incorporated entity of which you
own a financial interest of more than 50% of voting stock on the effective date of this Coverage
Part The insurance afforded herein for any subsidiary not named in this Coverage Part as a Named
Insured does not apply to injury or damage with respect to which an Insured under this Coverage
Part is also an Insured under another policy or would be an Insured under such policy but for its
termination or the exhaustion of its Limits of Insurance.
16. BROADENED MOBILE EQUIPMENT
Paragraph 12.f.0) of SECTION V—DEFINITIONS is replaced by the following:
(1) equipment designated primarily for:
(a) snow removal;
(b) road maintenance, but not construction or resurfacing;or
(c) street cleaning
provided that vehicles have a Gross Vehicle Weight of 1,000 pounds or greater.
CG 84 16 07 99 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 6
Copyright, Insurance Services Office, Inc., 1995
17. INCIDENTAL MALPRACTICE 1BILITY
Paragraph 3. of SECTION V-DLANITIONS is replaced by the following: '
3. "Bodily injury" means bodily injury, sickness, disease or"incidental medical malpractice" sus-
tained by a person, including mental anguish or death resulting from any of these at any time.
The following is added to Section V-DEFINITIONS:
23. "Incidental medical malpractice" means injury arising out of the negligent rendering or failure
to render medical or paramedical services to persons by any physician, dentist, nurse, emer-
gency medical technician or paramedic who is employed by you to provide such services
provided you are not engaged in the business or occupation of providing any services re-
ferred to in this definition.
18. NON-OWNED AIRCRAFT
The following is added to Paragraph g, Aircraft, Auto or Watercraft of Section I - COVERAGE A.
BODILY INJURY AND PROPERTY DAMAGE LIABILITY:
(6) an aircraft with a paid crew,that is hired, chartered or loaned but is not owned by any Insured.
19. PROPERTY DAMAGE - ELEVATORS
The following is added to Paragraph j, Damage to Property of Section I - COVERAGE A. BODILY
INJURY AND PROPERTY DAMAGE LIABILITY:
Paragraphs (3)and(4)of this exclusion do not apply to the use of elevators.
All other terms and conditions of your policy remain unchanged.
CG 84 16 07 99 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 6
Copyright, Insurance Services Office, Inc., 1995
PREVAILING MINIMUM
HOURLY WAGE RATES
KING County - Effective: 8/31/02 Page 1 of 12
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates 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 by clicking on the benefit code.
KING County
Effective 8/31/02
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $30.86 1M 5D
BOILERMAKERS
JOURNEY LEVEL $38.71 113 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $36.87 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $36.16 1M 5D
BRIDGE, DOCK AND WARF CARPENTERS $36.00 1M 5D
CARPENTER $36.00 1M 5D
CREOSOTED MATERIAL $36.10 1M 5D
DRYWALL APPLICATOR $36.79 1M 5D
FLOOR FINISHER $36.13 1M 5D
FLOOR LAYER $36.13 1M 5D
FLOOR SANDER $36.13 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $37.00 1M 5D
PILEDRIVERS, DRIVING, PULLING, PLACING $36.20 1M 5D
COLLARS AND WELDING
SAWFILER $36.13 1M 5D
SHINGLER $36.13 1M 5D
http://www.Ini.wa.gov/prevailingwage/jwages/20022/co 17.htm 08/27/2002
KING County - Effective: 8/31/02 Page 2 of 12
STATIONARY POWER SAW OPERATOR $36.13 1 M 5D
STATIONARY WOODWORKING TOOLS $36.13 1M 5D
CEMENT MASONS
JOURNEY LEVEL $37.02 1M 5D
DIVERS & TENDERS
DIVER $77.02 1M 5D 8A .�
DIVER TENDER $38.73 1M 5D
DREDGE WORKERS ..P
ASSISTANT ENGINEER $37.22 1B 5D 8L
ASSISTANT MATE (DECKHAND) $36.78 1B 5D 8L
BOATMEN $37.22 1B 5D 8L
ENGINEER WELDER $37.27 1B 5D 8L
LEVERMAN, HYDRAULIC $38.66 113 5D 8L
MAINTENANCE $36.78 1B 5D 8L
MATES $37.22 113 5D' 8L
OILER $36.88 1B 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $36.64 1J 513
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
ELECTRICIANS - INSIDE
CABLE SPLICER $47.28 1D 6H
CABLE SPLICER (TUNNEL) $64.98 1D 6H
CERTIFIED WELDER $45.56 1D 6H
CERTIFIED WELDER (TUNNEL) $62.47 1D 6H
CONSTRUCTION STOCK PERSON $24.15 ID 6H
JOURNEY LEVEL $43.83 1D 6H
JOURNEY LEVEL (TUNNEL) $59.92 1D 6H
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $15.37 2A 6C ,
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER $44.01 4A 5A
CERTIFIED LINE WELDER $40.40 4A 5A
GROUNDPERSON $29.62 4A 5A
HEAD GROUNDPERSON $31.13 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $40.40 4A 5A
JACKHAMMER OPERATOR $31.13 4A 5A
JOURNEY LEVEL LINEPERSON $40.40 4A 5A
LINE EQUIPMENT OPERATOR $34.44 4A 5A
POLE SPRAYER $40.40 4A 5A
http://www.ini.wa.gov/prevailingwage/jwages/20022/col7.hftn 08/27/2002
KING County- Effective: 8/31/02 Page 3 of 12
POWDERPERSON $31.13 4A 5A
ELECTRONIC & TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
CONSTRUCTOR $32.24 4A 6Q
MECHANIC $43.50 4A 6Q
MECHANIC IN CHARGE $48.01 4A 6Q
PROBATIONARY CONSTRUCTOR $16.72 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ARCHITECTURAL AND PRESTRESSED CONCRETE $11.05 1
-All Classifications
ALL OTHER CONCRETE PRODUCTS - Carpenter $18.77 1 B 6S
ALL OTHER CONCRETE PRODUCTS - Clean-up $17.99 113 6S
ALL OTHER CONCRETE PRODUCTS - Fabricator $18.24 113 6S
ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 113 QS '
ALL OTHER CONCRETE PRODUCTS - Maintenance $18.77 1B 6S
ALL OTHER CONCRETE PRODUCTS - Operator $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS - Welder $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS - Wet Pour $17.99 113 6S
ALL OTHER CONCRETE PRODUCTS - Yard Patch $17.99 1B 6S
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $26.18 1M 5D
GLAZIERS
JOURNEY LEVEL $36.71 2E 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $37.93 1 F 5E
HEATING EQUIPMENT MECHANICS
MECHANIC $18.45 1J 5A
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $31.34 1M 5D
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
http://www.ini.wa.gov/prevailingwage/J*wages/20022/col7.htTn 08/27/2002
KING County - Effective: 8/31/02 Page 4 of 12
DECK ENGINEER, ABLE SEAMAN, OILER $26.58 1K 5D
DECKHAND $26.17 1K 5D
FIRST MATE $30.80 1K 5D .W
MASTER $33.74 1K 5D
MATE, LAUNCH OPERATOR $28.83 1K 5D
MESSMAN $21.96 1K 5D
ORDINARY SEAMAN $23.28 1 K 5D
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE
CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $6.90 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $35.15 1M 5D
IRONWORKERS
JOURNEY LEVEL $37.17 1 B 5A •�
LABORERS
ASPHALT RAKER $31.34 1M 5D
BALLAST REGULATOR MACHINE $30.86 1M 5D
BATCH WEIGHMAN $26.18 1M 5D
CARPENTER TENDER $30.86 1M 5D
CASSION WORKER $31.70 1M 5D
CEMENT DUMPER/PAVING $31.34 IM 5D
CEMENT FINISHER TENDER $30.86 1M 5D .�
CHIPPING GUN (OVER 30 LBS) $31.34 1M 5D
CHIPPING GUN (UNDER 30 LBS) $30.86 1M 5D
CHUCK TENDER $30.86 1M 5D
CLEAN-UP LABORER $30.86 1M 5D ,
CONCRETE FORM STRIPPER $30.86 1M 5D
CONCRETE SAW OPERATOR $31.34 1M 5D
CRUSHER FEEDER $26.18 1M 5D
CURING LABORER $30.86 1M 5D
DEMOLITION, WRECKING & MOVING (INCLUDING $30.86 1M 5D
CHARRED MATERIALS)
DITCH DIGGER $30.86 1M 5D
DIVER $31.70 1M 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $31.34 1M 5D
DRILL OPERATOR, AIRTRAC $31.70 1M 5D
DUMPMAN $30.86 1M 5D
http://www.ini.wa.gov/prevailingwage/jwages/20022/col7.htm 08/27/2002
KING County -Effective: 8/31/02 Page 5 of 12
FALLER/BUCKER, CHAIN SAW $31.34 1 M 5D
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, $23.86 1 M 5D
window cleaning; NOT construction debris cleanup)
FINE GRADERS $30.86 1M 5D
FIRE WATCH $30.86 1M 5D
FORM SETTER $30.86 1M 5D
GABION BASKET BUILDER $30.86 1M 5D
GENERAL LABORER $30.86 1-M 5D
GRADE CHECKER & TRANSIT PERSON $31.34 1M 5D
GRINDERS $30.86 1M 5D
GROUT MACHINE TENDER $30.86 1M 5D
HAZARDOUS WASTE WORKER LEVEL A $31.70 1M 5D
HAZARDOUS WASTE WORKER LEVEL B $31.34 1M 5D
HAZARDOUS WASTE WORKER LEVEL C $30.86 1M 5D
HIGH SCALER $31.70 1M 5D'
HOD CARRIER/MORTARMAN $31.34 1M 5D
JACKHAMMER $31.34 1M 5D
LASER BEAM OPERATOR $31.34 1M 5D
MINER $31.70 1M 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER $31.34 1M 5D
WHEN USING HIGH PRESSURE AIR & WATER ON
CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $31.34 1M 5D
PILOT CAR $26.18 1M 5D
PIPE RELINER (NOT INSERT TYPE) $31.34 1M 5D
PIPELAYER & CAULKER $31.34 1M 5D
PIPELAYER & CAULKER (LEAD) $31.70 1M 5D
PIPEWRAPPER $31.34 1M 5D
POT TENDER $30.86 1M 5D
POWDERMAN $31.70 1M 5D
POWDERMAN HELPER $30.86 1M 5D
POWERJACKS $31.34 1M 5D
RAILROAD SPIKE PULLER (POWER) $31.34 1M 5D
RE-TIMBERMAN $31.70 1M 5D
RIPRAP MAN $30.86 1M 5D
SIGNALMAN $30.86 1M 5D
SLOPER SPRAYMAN $30.86 1M 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $31.34 1M 5D
SPREADER (CONCRETE) $31.34 1M 5D
STAKE HOPPER $30.86 IM 5D
STOCKPILER $30.86 1M 5D
http://www.Ini.wa.gov/prevailingwage/jwages/20022/col7.htm 08/27/2002
KING County- Effective: 8/31/02 Page 6 of 12
TAMPER & SIMILAR ELECTRIC, AIR & GAS $31.34 1M 5D
TAMPER (MULTIPLE & SELF PROPELLED) $31.34 1M 5D
TOOLROOM MAN (AT JOB SITE) $30.86 1 M 5D
TOPPER-TAILER $30.86 1 M 5D
TRACK LABORER $30.86 1M 5D
TRACK LINER (POWER) $31.34 1M 5D
TUGGER OPERATOR $31.34 1M 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $30.86 -1M 5D
VIBRATOR $31.34 1 M 5D
WELDER $30.86 1M 5D
WELL-POINT LABORER $31.34 1M 5D
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $30.86 1M 5D
PIPE LAYER $31.34 1M 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK $10.63 1
DRIVERS ,w
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
JOURNEY LEVEL $36.79 1M 5D a*
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 $11.56 1
PRODUCTION WORKER $9.26 1 i
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
PAINTERS
JOURNEY LEVEL $28.63 2B 5A
PLASTERERS
h ://www.Ini.wa. ov/ revailin wa e/*wa es/20022
ttP g p g g J g /co 17.htm 08/27/2002
KING County-Effective: 8/31/02 Page 7 of 12
JOURNEY LEVEL $37.48 1R 5A
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $46.06 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $35.14 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $37.60 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & $38.04 1T 5D 8L
UNDER 6 YD)
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER $38.54 IT 5D 8L
WITH ATTACHMENTS)
BACKHOES, (75 HP & UNDER) $37.24 1T 5D 8L
BACKHOES, (OVER 75 HP) $37.60 1T 5D 8L
BARRIER MACHINE (ZIPPER) $37.60 1T 5D 8L
BATCH PLANT OPERATOR, CONCRETE $37.60 1T 5D 8L
BELT LOADERS (ELEVATING TYPE ) $37.24 1T 5D 8L
BOBCAT $35.14 1T 5D 8L
BROOMS $35.14 1T 5D 8L
BUMP CUTTER $37.60 1T 5D 8L
CABLEWAYS $38.04 1T 5D 8L
CHIPPER $37.60 1T 5D 8L
COMPRESSORS $35.14 1T 5D 8L
CONCRETE FINISH MACHINE - LASER SCREED $35.14 1T 5D 8L
CONCRETE PUMPS $37.24 1T 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM $37.60 IT 5D 8L
ATTACHMENT
CONVEYORS $37.24 1T 5D 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $37.24 1T 5D 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $37.60 1T 5D 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF $38.04 1T 5D 8L
BOOM (INCLUDING JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF $38.54 1T 5D 8L
BOOM (INCLUDING JIB WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF $39.04 1T 5D 8L
BOOM (INCLUDING JIB WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $35.14 1T 5D 8L
CRANES, A-FRAME, OVER 10 TON $37.24 1T 5D 8L
CRANES, OVER 300 TONS, OR 300' OF BOOM $39.54 1T 5D 8L
INCLUDING JIB WITH ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 -44 $37.60 1T 5D 8L
TONS)
hUp://www.Ini.wa.gov/prevailingwage/jwages/20022/co 17.htm 08/27/2002
KING County- Effective: 8/31/02 Page 8 of 12
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 $38.04 1T 5D 8L
TONS) - -
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & $38.54 1T 5D 8L
OVER) -- ---
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, $38.54 1T 5D 8L
BASE TO BOOM
CRANES, TOWER CRANE OVER 175' IN HEIGHT, $39.04 1T 5D 8L
BASE TO BOOM
CRUSHERS $37.60 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $37.60 1T 5D 8L
DERRICK, BUILDING $38.04 1T 5D 8L
DOZERS, D-9 & UNDER $37.24 1T 5D 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE $37.24 1T 5D 81L
MOUNT
DRILLING MACHINE $37.60 1T _5D 81L
ELEVATOR AND MANLIFT, PERMANENT AND $35.14 1T 5D 81L
SHAFT-TYPE
EQUIPMENT SERVICE ENGINEER (OILER) $37.24 1T 5D 81L
FINISHING MACHINE/BIDWELL GAMACO AND $37.60 1T 5D 8L
SIMILAR EQUIP
FORK LIFTS, (3000 LBS AND OVER) $37.24 1T 5D 81L
FORK LIFTS, (UNDER 3000 LBS) $35.14 1T 5D 8L
GRADE ENGINEER $37.24 1T 5D 8L
GRADECHECKER AND STAKEMAN $35.14 1T 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), $37.24 1T 5D 81L
AIR TUGGERS
HORIZONTAUDIRECTIONAL DRILL LOCATOR $37.24 1T 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $37.60 1T 5D 8L
HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $35.14 1T 5D 8L who
HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $37.24 1T 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $38.04 1T 5D 8L
LOADERS, OVERHEAD (8 YD & OVER) $38.54 1T 5D 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $37.60 1T 5D 8L
LOCOMOTIVES, ALL $37.60 1T 5D 8L ,
MECHANICS, ALL (WELDERS) $37.60 1T 5D 8L
MIXERS, ASPHALT PLANT $37.60 1T 5D 8L
MOTOR PATROL GRADER (FINISHING) $37.60 1T 5D 8L
MOTOR PATROL GRADER (NON-FINISHING) $37.24 1T 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR $38.04 1T 5D 8L
SHIELD
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND $35.14 1T 5D 8L
MULCH SEEDING OPERATOR
PAVEMENT BREAKER $35.14 1T 5D 8L
http://www.ini.wa.gov/prevallingwage/J*wages/20022/col7.htin 08/27/2002
KING County -Effective: 8/31/02 Page 9 of 12
PILEDRIVER (OTHER THAN CRANE MOUNT) $37.60 1T 5D 8L
PLANT OILER (ASPHALT CRUSHER) $37.24 1T 5D 8L
POSTHOLE DIGGER, MECHANICAL $35.14 1T 5D 8L
POWER PLANT $35.14 1T 5D 8L
PUMPS, WATER $35.14 1T 5D 8L
QUAD 9, D-10, AND HD-41 $38.04 1T 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED $38.04 1T 5D 8L
EARTH MOVING EQUIP
RIGGER AND BELLMAN $35.14 1T 5D 8L
ROLLAGON $38.04 1T 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $35.14 1T 5D 8L
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $37.24 1T 5D 8L
ROTO-MILL, ROTO-GRINDER $37.60 1T 5D 8L
SAWS, CONCRETE $37.24 1T 5D 8L
SCRAPERS - SELF PROPELLED, HARD TAIL END $37.60 1T 5D • 8L
DUMP, ARTICULATING OFF-ROAD EQUIPMENT
( UNDER 45 YD)
SCRAPERS - SELF PROPELLED, HARD TAIL END $38.04 1T 5D 8L
DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45
YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $37.24 1T 5D 8L
SCREED MAN $37.60 1T 5D 8L
SHOTCRETE GUNITE $35.14 1T 5D 8L
SLIPFORM PAVERS $38.04 1T 5D 8L
SPREADER, TOPSIDE OPERATOR - BLAW KNOX $37.60 1T 5D 8L
SUBGRADE TRIMMER $37.60 1T 5D 8L
TRACTORS, (75 HP & UNDER ) $37.24 1T 5D 8L
TRACTORS, (OVER 75 HP) $37.60 1T 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $37.60 1T 5D 8L
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $38.04 1T 5D 8L
TRENCHING MACHINES $37.24 1T 5D 8L
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $37.24 1T 5D 8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER) $37.60 1T 5D 8L
WHEEL TRACTORS, FARMALL TYPE $35.14 1T 5D 8L
YO YO PAY DOZER $37.60 1T 5D 8L
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS) $0.00
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $29.97 4A 5A
SPRAY PERSON $28.35 4A 5A
TREE EQUIPMENT OPERATOR $28.75 4A 5A
TREE TRIMMER $26.62 4A 5A
http://www.lni.wa.gov/prevailingwage/jwages/20022/co 17.htm 08/27/2002
KING County- Effective: 8/31/02 Page 10 of 12
TREE TRIMMER GROUNDPERSON $19.48 4A 5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC $43.46 1G 5A
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL $19.25 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $23.47 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $37.02 1-M 5D
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $36.64 1J 5B
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
i,
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $25.34 2E 5G,
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $18.12 1
RESIDENTIAL PAINTERS ,
JOURNEY LEVEL $18.36 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) $26.23 1J 5A
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $30.58 113 5A
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $15.37 1
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $26.30 1
RESIDENTIAL TERRAZZO/TILE SETTERS
JOURNEY LEVEL $34.23 1 H 5A
ROOFERS
JOURNEY LEVEL $33.78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $36.78 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $42.35 1J 6L '
SIGN MAKERS & INSTALLERS (ELECTRICAL)
htt ://www.Ini.wa. ov/ revailin a e/�wa es/20022/co l7.htm
P g P �' g J g 08/27/2002
KING County -Effective: 8/31/02 Page 11 of 12
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 $30.58 1 B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $44.79 1 B 5C
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $25.42 2B 5A
HOLE DIGGER/GROUND PERSON $13.51 213 5A
INSTALLER (REPAIRER) $24.31 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $23.53 213 5A
SPECIAL APPARATUS INSTALLER 1 $25.42 2B 5A
SPECIAL APPARATUS INSTALLER II $24.87 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $25.42 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 2B 5A
TELEVISION GROUND PERSON $12.73 213 5A
TELEVISION LINEPERSON/INSTALLER $17.47 2B 5A
TELEVISION SYSTEM TECHNICIAN $21.10 213 5A
TELEVISION TECHNICIAN $18.82 2B 5A
TREE TRIMMER $23.53 2B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $34.23 1H 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $28.06 1 H 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $28.97 1 K 5A
TRUCK DRIVERS
ASPHALT MIX ( TO 16 YARDS) $34.89 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $35.47 1_T 5D 8L
DUMP TRUCK $34.89 1T 5D 8L
http://www.ini.wa.gov/prevailingwage/jwages/20022/Col7.htm 08/27/2002
KING County -Effective: 8/31/02 Page 12 of 12
DUMP TRUCK & TRAILER $35.47 1T 5D 8L to
OTHER TRUCKS $35.47 1T 5D 8L
TRANSIT MIXER $23.45 1 ■+
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1
WELL DRILLER $17.68 1
rw
t
1
1
1
1 !
1 '
http://Www.Ini.wa.gov/prevailingwage/jwages/20022/col7.htm 08/27/2002
FABRICATED PRECAST CONCRETE PRODUCTS -Effective: 8/31/02 Page 1 of 2
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section -Telephone (360)902-5335
PO Box 44540, Olympia,WA 98504-4540
Washington State Prevailing Wage Rates 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 by clicking on the benefit code.
FABRICATED PRECAST CONCRETE PRODUCTS
Effective 8/31/02
Benefit Code Key_
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD,
GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND
WHITMAN
ALL CLASSIFICATIONS $9.96 1
Counties Covered:
CHELAN, KITTITAS, KLICKITAT AND SKAMANIA
ALL CLASSIFICATIONS $8.61 1
Counties Covered:
CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS,
MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM
ALL CLASSIFICATIONS $13.50 1
Counties Covered:
KING
ARCHITECTURAL AND PRESTRESSED $11.05 1
CONCRETE -All Classifications
ALL OTHER CONCRETE PRODUCTS - $18.77 1 B 6S
Carpenter
ALL OTHER CONCRETE PRODUCTS - Clean-up $17.99 1B 6S
ALL OTHER CONCRETE PRODUCTS - $18.24 1 B 6S
Fabricator
ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 113 6S
ALL OTHER CONCRETE PRODUCTS - $18.77 113 6S
Maintenance
http://www.ini.wa.gov/prevailingwage/jwages/20022/FABR.htm 08/27/2002
FABRICATED PRECAST CONCRETE PRODUCTS - Effective: 8/31/02 Page 2 of 2
ALL OTHER CONCRETE PRODUCTS - Operator $18.24 1 B 6S
ALL OTHER CONCRETE PRODUCTS -Welder $18.24 1 B 6S
ALL OTHER CONCRETE PRODUCTS - Wet $17.99 1 B 6S
Pour
ALL OTHER CONCRETE PRODUCTS - Yard $17.99 1 B 6S
Patch
Counties Covered:
PIERCE
ALL CLASSIFICATIONS $10.00 1
Counties Covered:
SPOKANE
LABORER $6.90 1
MACHINE OPERATOR $10.33 1
Counties Covered:
WHATCOM
CARPENTER $11.43 1 ,
CONCRETE FINISHER $12.53 1
LABORER $8.43 1
REBAR $14.60 1
Counties Covered:
YAKIMA
CRAFTSMAN $8.65 1
LABORER $6.90 1
PRODUCTION WORKER $7.15 1
i
1
1
1
1
http://www.lni.wa.gov/ revailin a e/�wa es/20022/FABR.htm
P �' g J g 08/27/2002
r
INDUSTRIAL ENGINE AND MACHINE MECHANICS - Effective: 8/31/02 Page 1 of I
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section -Telephone (360)902-5335
PO Box 44540, Olympia, WA 985044540
Washington State Prevailing Wage Rates 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 by clicking on the benefit code.
INDUSTRIAL ENGINE AND MACHINE MECHANICS
Effective 8/31/02
t
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, BENTON, CHELAN, CLALLAM, CLARK, COLUMBIA, COWLITZ,
DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, GRAYS HARBOR, ISLAND,
JEFFERSON, KING, KITSAP, KITTITAS, KLICKITAT, LEWIS, LINCOLN, MASON,
OKANOGAN, PACIFIC, PEND OREILLE, PIERCE, SAN JUAN, SKAGIT, SKAMANIA,
SNOHOMISH, SPOKANE, STEVENS, THURSTON, WAHKIAKUM, WALLA WALLA,
WHATCOM, WHITMAN AND YAKIMA
MECHANIC $15.65 1
http://w-ww.Ini.wa.gov/prevallingwage/J*wages/20022flNDE.htm 08/27/2002
METAL FABRICATION(IN SHOP) - Effective: 8/31/02 Pagel of 3
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section -Telephone(360)902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates 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 by clicking on the benefit code.
METAL FABRICATION (IN SHOP)
Effective 8/31/02
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN
FITTER/WELDER $12.76 1
LABORER $8.13 1
MACHINE OPERATOR $12.66 1
PAINTER $10.20 1
Counties Covered:
BENTON
LABORER $7.06 1
MACHINE OPERATOR $10.53 1
PAINTER $9.76 1 '
WELDER $16.70 1
Counties Covered:
CHELAN
FITTER $15.04 1
LABORER $8.77 1 ,
MACHINE OPERATOR $9.71 1
PAINTER $9.93 1 '
WELDER $12.24 1
Counties Covered:
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC, SAN
JUAN AND SKAGIT
FITTER/WELDER $15.16 1
http://www.lni.wa.gov/prevailingwage/jwages/20022iMETA.htm 08/27/2002
METAL FABRICATION (IN SHOP) - Effective: 8/31/02 Page 2 of 3
ar
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
Counties Covered:
CLARK
FITTER $23.57 1J 6U
LABORER $17.09 1J 6U
LAYEROUT $23.94 1J 6U
MACHINE OPERATOR $17.74 1J 6U
PAINTER $20.39 1J 6U
WELDER $21.54 1J 6U
Counties Covered:
COWLITZ
FITTER $22.64 1B 6V
LABORER $17.55 1B 6V
MACHINE OPERATOR $22.64 1B 6V
WELDER $22.64 1 B 6V
Counties Covered:
GRANT
FITTER/WELDER $10.79 1
PAINTER $7.45 1
Counties Covered:
KING
FITTER $15.86 1
LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
WELDER $15.48 1
Counties Covered:
KITSAP
FITTER $26.96 1
LABORER $6.90 1
MACHINE OPERATOR $13.83 1
WELDER $13.83 1
Counties Covered:
KLICKITAT, SKAMANIA AND WAHKIAKUM
FITTER/WELDER $16.99 1
LABORER $10.44 1
MACHINE OPERATOR $17.21 1
PAINTER $17.03 1
Counties Covered:
PIERCE
FITTER $15.25 1
http://www.ini.wa.gov/prevailingwage/J*wages/20022/META.htm 08/27/2002
METAL FABRICATION (IN SHOP) - Effective: 8/31/02 Page 3 of 3
LABORER $9.25 1
MACHINE OPERATOR $13.98 1
WELDER $13.98 1
Counties Covered:
SNOHOMISH
FITTER/WELDER $15.38 1
LABORER $9.79 1
MACHINE OPERATOR $8.84 1
PAINTER $9.98 1
Counties Covered:
SPOKANE
FITTER $12.59 1
LABORER $7.98 1
MACHINE OPERATOR $13.26 1
PAINTER $10.27 1
WELDER $10.80 1
Counties Covered:
THURSTON
FITTER $21.99 1R 6T
LABORER $14.22 1R 6T
LAYEROUT $23.92 1R 6T
MACHINE OPERATOR $17.13 1R 6T
WELDER $20.04 1 R 6T
Counties Covered:
WHATCOM
FITTER/WELDER $13.81 1 .r
LABORER $9.00 1
MACHINE OPERATOR $13.81 1
Counties Covered: ow
YAKIMA
FITTER $12.00 1
.rt
LABORER $10.31 1
MACHINE OPERATOR $11.32 1
PAINTER $12.00 1 �"
WELDER $11.32 1
http://www.ini.wa.gov/ revailin a e/'wa es/20022iMETA.htm
P �' g J g 08/27/2002
SHEET METAL WORKERS - Effective: 8/31/02 Page 1 of 1
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section -Telephone (360)902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates 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 by clicking on the benefit code.
SHEET METAL WORKERS
Effective 8/31/02
Benefit Code Kev
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, CHELAN, DOUGLAS, FERRY, GRANT, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS AND WHITMAN
JOURNEY LEVEL (FIELD OR SHOP) $32.00 1B 5A
Counties Covered:
BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, KLICKITAT, WALLA WALLA AND
YAKIMA
JOURNEY LEVEL (FIELD OR SHOP) $35.81 1 B 5A
Counties Covered:
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, KING, KITSAP, LEWIS, MASON,
PACIFIC, PIERCE, SNOHOMISH, THURSTON AND WAHKIAKUM
JOURNEY LEVEL (FIELD OR SHOP) $42.35 1_J_ 6L
Counties Covered:
CLARK AND SKAMANIA
JOURNEY LEVEL (FIELD OR SHOP) $39.45 1B 5A
Counties Covered:
JEFFERSON
JOURNEY LEVEL (FIELD OR SHOP) $33.53 1
Counties Covered:
SAN JUAN, SKAGIT AND WHATCOM
JOURNEY LEVEL (FIELD OR SHOP) $36.65 11 5G
http://www.ini.wa.gov/prevailingwage/jwages/20022/SHEE.htm 08/27/2002
SIGN MAKERS &INSTALLERS (NON-ELECTRICAL) -Effective: 8/31/02 Page 1 of 2
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section -Telephone(360)902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates 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 by clicking on the benefit code.
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
Effective 8/31/02
Benefit Code Key ►
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, FERRY, LINCOLN, PEND OREILLE, STEVENS AND WHITMAN
JOURNEY LEVEL $13.91 1
Counties Covered:
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, GRANT, KITTITAS, WALLA
WALLA AND YAKIMA
JOURNEY LEVEL $14.65 1
Counties Covered:
CHELAN, DOUGLAS AND OKANOGAN
JOURNEY LEVEL $16.14 1
Counties Covered:
CLALLAM AND JEFFERSON
JOURNEY LEVEL $12.15 1
Counties Covered: '
CLARK
JOURNEY LEVEL $29.02 1H 5A
Counties Covered: 1
COWLITZ AND WAHKIAKUM
JOURNEY LEVEL $16.74 1
Counties Covered: ,
GRAYS HARBOR, MASON AND PACIFIC
JOURNEY LEVEL $18.04 1 '
Counties Covered:
ISLAND AND WHATCOM
http://www.Ini.wa.gov/prevallingwage/jwages/20022/SIGN.htm 08/27/2002
SIGN MAKERS &INSTALLERS (NON-ELECTRICAL) - Effective: 8/31/02 Page 2 of 2
JOURNEY LEVEL $26.55 1
Counties Covered:
"' KING
SIGN INSTALLER $17.31 1
SIGN MAKER $15.61 1
Counties Covered:
KITSAP
JOURNEY LEVEL $9.27 1
Counties Covered:
KLICKITAT AND SKAMANIA
JOURNEY LEVEL $16.83 1
Counties Covered:
.. LEWIS, SKAGIT AND SNOHOMISH
JOURNEY LEVEL $30.86 1 M 5D
Counties Covered:
PIERCE
JOURNEY LEVEL $15.31 1
o„ Counties Covered:
SAN JUAN
JOURNEY LEVEL $9.75 1
Counties Covered:
SPOKANE
JOURNEY LEVEL $8.00 1
Counties Covered:
THURSTON
JOURNEY LEVEL $14.04 1
aw
http://www.Ini.wa.gov/prevailingwage/jwages/20022/SIGN.htm 08/27/2002
wr
p�arttncrtt of Labor and lndustnc3 STATEMENT OF INTENT
Prevailing Wage
PO Box 44540 U-X TO PAY- PREVAILING WAGES
*00(ympia WA 985044540
Public Works Contract
THIS FORM MUST BE TYPED OR-PRINTED IN INK
[n..o.nwlereformscannorbeDrotessed and will be refurnedwirhotuaoorwal. $25.00.Fiing Fee Required
Large,bold numbers match instructions on back of form. 2 Pmy a Narnc Con nit s
ifeer allow•meraaxrat d 10 wartirq drys lay prooaewq fm M d ar M pey.rtnarr temrea your forma. �
MALL FORMS WILL BE MAILED TO THIS ADDRESS. Com'aAwa"h"g"e°"y
ILO 1 organization name,addrx=,cry.start A ZIP+4
= __.-.._....... - ..-.._._ ._ _ ._._.......... ..... City Sure ZIP.a
........ .._..... .............. ._... .... ._....---------- ......__.._._..............._ ......_...... Carroty what wadi will be pafomncd City what-a&will be pafo,m d
i
Bid dui date Date cantraa awardod
pry cotti-jaor L&I Coitus-Registration No.. Do you itamd to rust subconvacuz:7 Do you intend to tat appmn=—?
tw Ys F--k No (::� v� 0 N.,
Indicuc total dollar amount of your c ontnct —*-- W
r 4 Rate of 5 Rate Uf Hourly 16 Fstinuted Number
3 Craft/tradeJoeettpacion Homrty pay Fringe Brnefits of Workers
IMP
iifiiv �n}:
:n.LY�n
tt�
J:li::�i^r{C}:{v':•:C}i\-}iii:i
C:{=r
....................
I bereby certify that the above information is omxca and dut an..Otters I 8 Company mate
employ on this Public Worts Projca will be paid no lcm dim the Prevailing
Wage Ratgs)u damztined by the Indusnial Sua isdcizn of the DcQ:xavau Address
IMP of Libor and Induujck -I understand that contracron who violate Pmvaliag
Wage Laws,io,.incoaom classifrcatioo/scopc of wort of wottca.iagtroper
payment of prevailing wages.etc,art subi=to Saes and/or dcbarmmt and City State ZIP+4
will be=pared to pay ray back wages dun to tvoAcm RCW 39.12Q50
t�rr 7 NOTARY: Complete all 4 copies and notarize each
Phone number 18tI Cotur.Registration No.
Subscnbed and swum to before me this date�My t rtmtssion o n )
Sip-ansre Title
Notary Public in and for the State
of
Arnoo c
Signature Quatf Number.
try
For LA Use Only tia-d By'
APPROVED: Deparunent of Labor and Industries
r F—tar
Mar S-v
U.a-tr
By
�aauz9 0oo..®m et a P.y 697 Oimib.— Weser-A--.e:a:Ac--r Cyr-tat R k-v—ca,— cda—d-s,.c-
AFFIDAVIT OF WAGES PAID
Bn 44540 � F. Public Works Contract
WA 99504-1640
Tff1S FORM MUST BE-nTED OR PkUMD IN M $25.00 Filing Fee Required
1.srM bdd n mtb,=match jastluctlow On bI of form. 2 Projoct Namc
pYatr a4�t aitlaw�of M arartfq�M�lratraa6tp t'O�M aWr Ir papart.rtft�aalraa/w►/or�c
Coates If Datc Iaau Mod
a
AW FORMS"IMLLBE MAILEUrTO- >THiS:ADDRESS
Or rw,ma ion umc oddrm,.city,sutc ZIP.4 contract A w Laing Ate
Addma
---- City -Sutc 21P.A
County wbac wo&wu paforrood City wi a=wodt wag perfo�od
P _ r •
I acI Co m.K;—z I1t104 ENO- jt�Bid due dice 000tract awzrdod put wrot,cotapkted
(ndicue torah doUat aatotrnt o oo —�
14 Nts 5 Taal hrs 6 Rate of ;7 Rate of Hotttty $
e Scncftu �N an b.at d to¢4
Crafthra�kloo
of workers wv&cdca trade 3 How } f�8
,c;,.vw yr<'•.01 - 2iv�2:-f:>,"`-2
'��o`
�V
Z
`aS"i :i act
W.
:' ..C•�._9.;Y Y>v:2 �i:'-�n>�"<`rNa"�-^(v-.3`�`�,"cv(y2:-a:j�r?'>iE�`..�C
%�sycr."
'3--- }f Y :.vr\1+i`.n`^r <.�<^i `�t:p�a•.�h:��h
,(�. L i:�^. aa.}.w<iCc->v>:;.:yr�::ra�^�;i�ii•->�'r.L.^-a.;:...
....';.-.c..:.. _ s`.' 2`•<C'>k`i)a^y:�5y�3'<'^`R'y�`'`rt�:=:�:`2i
<}.Y.-
ly' srti: i`E o-._?.-iC,.SCa.},Z -- .. y. v:✓ .Y `:s i+'i:<�::i
xa"•Elm,ac�rx-y^..� �::(<f:;:-`..or^<S'>il.�r. `•i:�::j ...�Av7Y '�"�",�,p'cY�;:..y.i<:\..r:...
r.Mr,..y�.a-- ♦ y�! }„:}`.: :�:��.<r�a<•`:..� z2..a iY),^�.^.i���c,'E�.CY...- `'a\(-cIj`i:l.�f
ai>. �^.:Z:-. .0:fi ;;.:;• ii;.+;:<' a..?.a♦ .}.:s'•.a ^%'�-`.2C�.,.. .}:.:
:. .;i. 'x.�.\-"�. v,.`2:X::`CX:i,.:•.:.4^i=fs -......".<.rr.0 7>x
:,{c:r.'G;;t♦��vR:fi:�i::a: .. �i^.:'y'}-a_i.:.::;,}>...}:.\ S''-\":�.a-�s'.0-:
t''�':i+}'�W"_ ah�. N<•'.:: .:Y: �:t;�i:c::;;t .. ..w•:a(;,.`:..a:,y::.S�'-xw�r: -
C4>•
:;eri`. •fsZ.�)%��f.,y_ ~f^ti:;:!i-�,j.3-`.5�>(.kv:� -\1,,>.�t�,`:it.ria�^4;``�2�Qi�C`%h;f':caf\::i:
ifA=..,,��y>�;-•�^?$ .��°;`^;;%�e`,x-::-�-;'� �va\:r�• :-.Lan ?:A:''�:"
I bccby oa-afy that me abom iafomntioa is coaoct and mat an woMkcts I
9 car t�
1R.I.Pirod on dlus Pab5c w-icz Pm——P-d no k.than me Pmt
— way Ratc(s)as by the induzuw stxdrda of the Dcpanment Addtcss
CC Lbor and Iadcucori I uadcaund that ..fio,.law.prcr=Mnt
j,i inoorrooc odaoopc of woc of wod.M.!-P� mayc ZIP+4
�Payaa�of P�7'a�`Cie..ue Mbjou to fma and/or dcbarmmt
wM be mquked to pay ate ba&watts due to wa I R1C1"W 3912-M
10 NOTARY: Complete aII 4 oopks and no(2rU`esch Cotur_Registration No•
` Phone ntanber
441-�and tw�om to before tae thus due My commt=on eWtra on
[L Title
Signarurt:
oury Public to an for the Statc
Aa,o<xtt-
ignamrt Choa N--6—
I !stood By:
;;_:;:,. . .:,, .>...>:. :i;;..For••L&I Use Only. I
:.:.
CERTIFIED: Dpa=c nt of Labor and Industries
f-w
By VA”. tl1 C--y A...rd�A 7' PSok-P:v.! Gd6ab'S.b000v.da
•000�.Sa.:a�(�F 6-77
aw
.u.
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
rr
Project_Seneca Ave NW&NW 2°a St. Water Main Replacement Project (WTR-27-2788)
CAG No.
err
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
me
from through in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
go Labor& Industries. This form will be executed and submitted prior to or with the last pay request.
Company Name
By:
irr
Title:
ttrtr
ow
ur
to
60
ow
ow
trr
HAFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project FilesTick Transfer\WTR-27-2788 seneca\B IDS PEC.DOC\bh
stir
ENVIRONMENTAL
REGULATION LISTING
�r
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall
secure any permits or licenses required by, and comply fully with all provisions of the following
laws,ordinances, and resolutions:
King County Ordinance No. 1527 requires Building and Land Development Division and
Hydraulics Division review of grading and filling permits and unclassified use permits in flood
�r hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into
project design standards to be incorporated into project design by Engineering Services. Review by
Hydraulics Division.
"W
King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778, No. 24553, No.
24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for
disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply.
Review by Division of Solid Waste.
rr Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air
contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control
Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean
aw Air Act,R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information concerning these emissions from his
operations, and to make such information available to the public. See Puget Sound Pollution
rr Control Agency Regulation I.
R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water
`W of the State consistent with public health and public enjoyment thereof, the propagation and
protection of wildlife, birds,game, fish, and other aquatic life, and the industrial development of the
state, and to that end require the use of all known available and reasonable methods by industries
No and others to prevent and control the pollution of the waters of the State of Washington. It is
unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic
or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides
4W for civil penalties of$5,000/day for each violation.
R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent
.,, land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the
surface of the ground or into the waters of this State except at a solid waste disposal site for which
there is a valid permit.
R.C.W. 76-04.370: Provide for abatement of additional fire hazard(lands upon which there is forest
debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds,
and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or
spreads on property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest
aw fire conditions.
rm
H:\DIV ISION.S\UTILUM.S\W ATER\RICK\scneca\B IDSPEC.DOC/bh
sr
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND m'
PRESERVATION OF PUBLIC NATURAL RESOURCES
am
R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire
hazards,instruction or agricultural operations.
R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and to
burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the
clearing or cutting progresses, or at such other times as the department may specify, and in
compliance with the law requiring burning permits. No
R. C. W. 7844: Laws governing surface mining (including sand, gravel, stone, and earth from
borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and ow
inspection of operations.
W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and ow
burning.
U.S.ARMY CORPS OF ENGINEERS
Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps
of Engineers to issue permits to any persons or corporation desiring to improve any navigable river
at their own expense and risk upon approval of the plans and specifications.
Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816): Authorizes the
Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of
dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied
if it is determined that such discharge will have adverse effects on municipal water supplies, shell
fish beds and fishery areas and wildlife or recreational areas. '
MISCELLANEOUS FEDERAL LEGISLATION
Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse
without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen
may file a complaint with the U. S. Attorney and share a portion of the fine.
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying
(including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse
disposal sites and provides for land reclamation subsequent to these activities. A copy is available
at the Department of Public Works or Building and Land Development Division.
rrr
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit
acquired by Public Works and reviewed by Building and Land Development Division.
r
Kinky Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping,
quarrying and mining operations except on County right-of-way. Review by Building and Land
Development Division.
no
H:\DIVISION.S\UTILrrIE.S\WATER\RICK\seneca\BIDSPEC.DOCfbh
■(r
to REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
40
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County
w. Department of Public Works will obtain.)
WASHINGTON STATE DEPARTMENT OF ECOLOGY
rr
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit
before discharge of pollutants from a point source into the navigable waters of the State of
"o Washington.
W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or
to ground water (such as gravel washing, pit operations, or any operation which results in a discharge
which contains turbidity).
4, W.A.C. 508-12-100: Requires permit to use surface water.
W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department
■r
of Ecology whenever it is desired to change the purpose of use, the place of use, the point of
withdrawal and/or the diversion of water.
W.A.C. 508-12-220: Requires permit to use ground water.
we
W.A.C. 508-12-260: Requires permit to construct reservoir for water storage.
to W.A.C. 508-12-280: Requires permit to construct storage dam.
W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public
to Works secures one for design. Contractor secures one for his operation(false work design,etc.)
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
to
R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for
recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves
the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and
No 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber.
1.
R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down
timber.
wr
R.C.W. 78.44.080: Requires permit for any surface mining operation(including sand, gravel, stone,
and earth from borrow pits).
UNITED STATES ARMY CORPS OF ENGINEERS
to Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than
bridges, see U. S. Coast Guard administered permits)on navigable waters (King County Department
of Public Works will obtain.)
rr
H:\DIVISION.S\UTILrrIE.S\WATER\RICK\seneca\BIDSPEC.DOCtbh
VOW
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND a`"
PRESERVATION OF PUBLIC NATURAL RESOURCES
wr
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, as
requirements of, and penalties for failure to secure a fire permit for building an open fire within a
fire protection district.
so
�r
rrr
w
r
r
rrr
ow
err
rrr
H:\DP✓ISION.S\UTILrM.S\WATER\RICK\seneca\B IDSPEC.DOC/bh
4r REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
4W
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and
General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of
bridge on navigable waters (King County Department of Public Works will obtain). King County
Department of Public Works will comply with pertinent sections of the following laws while
�r securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National
Environmental Policy Act of 1969, Water Quality Improvement Act of 1970.
PUGET SOUND AIR.POLLUTION CONTROL AGENCY
Section 9.02(d) (2) (iii) of Regulation 1: Request for verification of population density. Contractor
should be sure his operations are in compliance with Regulation I,particularly Section 9.02(outdoor
fires), Section 9.04 (particulate matter --dust), and Section 9.15 (preventing particulate matter from
becoming airborne).
wr
ENVIRONMENTAL PROTECTION AGENCY
Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five
(5) days prior to the demolition of any structure containing asbestos material (excluding residential
structures having fewer than five(5)dwelling units).
The above requirements will be applicable only where called for on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office
of the Director of Public Works, 900 King County Administration Building, Seattle,WA. 98104.
It shall be the responsibility of the Contractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices and no additional compensation
shall be made.
rr All permits will be available at construction site.
war
ow
wr
H:\DIVISION.S\UTII.ITIE.S\WATER\RICK\seneca\BIDSPEC.DOC/bh
KING COUNTY
R-O-W PERMIT
King County Right of Way Construction Permit
OProperty Services Division Permits (206)296-7456
O 500A King County Administration Building (206)296-0916 FAX
Seattle,WA 98104 Job Starts/inspections (206)296-8122
ENVIRONMENTAL ASSESSMENT
PERMIT NO. W-737-99 JOB NO. []Required Date Received
❑Not Required
9352 32 7
9352 E)Existing Assessment
FRANCHISE NO. KROLL PAGE NO. Replacement
+tr
®Categorically Exempt
DATE 10/26/99 SECTION NU 18 TWP. 23 RANGE
APPLICANT: CITY OF RENTON PHONE NO.
1U55 SOUTH 'RADY WAY
RENTON, WA 98055
s
ADDRESS: ULID NO.
BOND AMOUNT
Jdb Description 'EMERGENCY CONTACT NAME
AND PHONE NUMBER:
TU INSTALL 487 FEET OF 8 INCH WATER MAIN, SERVICE CONNECTIONS, GATE VALVES -AND TWO HYDRANTS
ON SOUTH 132ND STREET FROM 84TH AVENUE SOUTH CONTINUING EASTERLY
A PRE—CONSTRUCTION CONFERENCE SHALL BE REQUIRED.
LANE CLOSURES SHALL BE RESTRICTED TO BETWEEN THE HOURS OF 8:00 AM TO 3:00 PH ON RENTON AVENUE
SOUTH
IN ACCORDANCE WITH K.C. .ROAD STANDARDS, SECTION 8.03(2)C, SOUTH 132ND STREET
BE PATCHED AND OVERLAID FULL WIDTH WITH A ,iINIMUM OF i" COMPACTED STATE SPEC.C7 ASS "B" A_SPM1
ARROW BOARD REQUIRED ON. RENTON AVENUE SOUTH V
THIS PERMIT IS FOR KING COUNTY RIGHT OF WAY ONLY -
GIVE DISTANCE BY STREET OR ROAD WITH AN ON,FROM AND TO DESCRIPTION
ALL WATER MAIN EXTENSIONS MUST HAVE APPROVAL FROM THE FIRE MARSHALL
ALL UNDERGROUND U11LITY LINES MUST HAVE A MINIMUM 36-COVER.
ALL WORK TO BE DONE SUBJECT TO THE APPROVAL OF THE KING COUNTY ROAD ENGINEER.
ALL WORK SHALL BE PERFORMED IN CONFORMANCE WITH KING COUNTY ROAD STANDARDS.
yw
The undersigned agrees to comply with provisions,conditions and requirements contained in the"Standards of Good Practice for County Road Departments'published by County Road
Administration hoard. -
All work to be done in conformity with conditions and requirements of King County Code 627,13.24 and 14.44,and the petitioner agrees to prosecute with all diligence and speed with
due regard for the rights,interests and convenience of the public. It at the end of 6 months after issuance of permit the grantee shall not have in operation said utilities,then the rights
herein conferred shag cease and terminate,unless specific written provisions are made for a renewal or extension.
.yr
The undersigned,its successors and assigns,agrees if granted the above permit,to comply with the provisions,conditions,requirements,regulations and recommendations herein
contained and as may apply to any utility franchise granted the applicant and under whose provisions same is issued. It will respect and protect all property contracts,persons and rights
that might be affected by it.
INDEMNITY AND HOLD HARMLESS: The Permittee agrees to indemnity and hold harmless ring County as possible l
g dy rhg my provided herein to the maximum extent ssible under law. i
„pry Accordingly,the Permittee agrees for itself,its successors,and assigns,to defend,indemnity,and hold harmless King County its appointed and elected officials and employees from and
against liability for all claims,demands,suits,and judgments,including cost of defense thereof,for Injury to persons,death,or property damage which is caused by,arises out of,or is
incidental to Pemittee's exercise of rights and privileges granted by this peril. The Permittee's obligations under this permit shall include: (a) Indemnification for such claims whether
or not they arise from the sole negligence of either the County or the Perigee,the concurrent negligence of both parties,or the negligence of one or more third parties;(b)The duty to
promptly accept tender of defense and provide defense to the County at the Permittee's own expense;(c)Indemnification of claims made by the Permittee's own employees or agents;
and(d)Waiver of the Pamittee's immunity under the industrial insurance provisions of Title 51 RCW,which waiver has been mutually negotiated by the parties. In the event it is
necessary for the County to incur attomey's fees,legal expenses,or other costs to enforce the provisions of this section,all such fees,expenses,and costs shall be recoverable from the
Permittee.In the event it is determined that RCW 424.115 applies to this permit,the Pemitte,agrees to defend,hold harmless,and indemnify Fling County to the maximum extent
permitted thereunder,and specifically for its negligence concurrent with that of King County to the full extent of Permittee's negligence. Permittee agrees to defend,indemnity,and hold
harmless the County for claims by Pemtittee's employees and agrees to waiver of its immunity under Title 51 RCW,which waiver has been mutually negotiated by the parties.
Signature of Applicant
Application Received 10/19/99 Entered iO/"9/99 Permit Fee $ dO.00
I
Permit Issued 10/26/99 BY: D. BOAAR I
bate Permit Clerk This appkcationis granted subject to the-requirements and conditions thereof as Wed below and on back of page. - -- - .._ -
1.A King County inspector wig be assigned to the project for inspection of road restoration.Costs of inspection applicable to the project will be reimbursed to the County monthly by
applicant. Permittee is required to notify King County Department of Public Works at 296-8122 between 24 and 72 hours before starting work. Failure to give notice will result in the j
assessment of a one hour inspection time charge against the permittee.This assessment is in addition to any other remedy available under law or equity which the County may wish
to pursue and shag not be construed as an election of remedies by the County. I
2. All hard surfaced roads to be jacked or bored. Exceptions will be on a case-by-case basis with the express permission of the King County Department of Public Works.
3.One-way traffic at all times.Signs and traffic control will be in accordance with the manual on uniform traffic control devices for streets and highways.
4. Asphalt to be neat line cut 1 foot back from trench.Restoration as a minimum shall include 6 112'of crushed surfacing top course and 2"asphalt Class'B'or replaced to original
condition.
S. It is the responsibility of the grantee to notify all utility districts and private property owners when such property is liable to injury or damage through the performance of the above work.
Call 1-800-424-5555 48 hours in advance for underground utility location.This instruction does not relieve the grantee required notification of county inspectors as specified in
paragraph 1,above.
A0
APprpyed by h _
Manager Engineer
1
(SEE REVERSE SIDE)
i
REV 6194 Blue:Original Canary:Billing White:Applicant Pink Inspector Green:Road File ---
DIRECTIONS REGARDING PERMITS
Note:Right of way shall mean any Street,Avenue,Alley,Road or Lane
Public Place shall mean any Bridge,Trestle,or Wharf
Applicants for permits to occupy County property with utilities,or holders of granted franchise rights,who are planning construction work upon,along,over,under or acros
any County right of way or public place must file an application with the King County Property Services Division,500 A King County Administration Building,Seattle,
Washington 98104_
The application shall be accompanied by drawings(in triplicate)drawn to working scale,commonly 50 to 100 feet per inch.It shall describe the nature of the work,anc,.,.
show the location of same on a map,giving names,or numbers,and width of roads and streets.It must also show location of work with reference to platted subdivisions,
and section,township and range,and must show the location of work relative to existing utility facilities which may be affected.Review of the application must conform to
the County Environmental Policy Act(King County Code 20.44)
Applicants shall specify the type of construction in detail by submitting plans which show the class of material and equipment to be used.All such material and equipm
shall be of the highest quality.The manner of excavation,filling,construction,installation,erection of temporary structures,traffic turn outs,road obstruction and barric
shall conform with County standards and shall be approved by the County Engineer in advance of work. "*
Signs and barricades and traffic control in the vicinity of any work shall conform with provisions of"Part VI Manual of Uniform Traffic Control Devices for Streets and
Highways."
Before the work is accepted for the County by the County Engineer,all of the direct costs and expenses involved in administering said permit must be paid to the Cour _
the applicant.These include labor charges for examination,inspection and supervision of work in progress by field personnel-
Any deviation from the proposed plan,resulting in what is commonly known as the"As Built"location must be approved in advance by the County Engineer. Change notk
must show"As Built"position relative to grade line and centerline of right of way and any other installations in the right of way.
PERMIT-Terms and Conditions
1. The grantee,its successors and assigns,is given and granted the right and authority to enter upon the right of way or public place for the purpose of performing the
work described in this permit and approved by the County Engineer or the Engineers agent.
2. Before any work commences the site must be inspected by a County Representative and approved by the County Engineer with respect to:
a.location e.Mode of operation of the installed facility ....
b.type of construction t. Manner of maintenance of installed facility
c.materials and equipment to be installed g.Method of safeguarding public traffic both during working hours and during non-working hours
d.manner of erection or construction while the project is under construction
3. After the installation,operation,maintenance,or removal of a utility or facility the grantee shall restore all rights of way and public places to the condition which is
equivalent in all respects to the condition they were in before starting work.All work to meet the approval of the County Road Engineer.
4. In the event that any damage of any kind is caused by the grantee in the course of performing work authorized by this permit,the grantee will repair said damage z•;•s
sole cost and expense.Repair work shall begin without delay and continue without interruption until completed.If damage is extensive,the time allowed for repair
be prescribed by the County Engineer or the Engineers agent.
5. The County Engineer, his agents or representatives may at any time,do,order,or have done any and all work considered necessary to restore to a safe conditionan�
area left by the grantee in a condition dangerous to life or property and upon demand the grantee shall pay to the County all costs 61 such work,materials,etc.
6. When the County deems it advisable to change the alignment or grade of any right of way or public place or stricture by widening,grading,regrading,paving,
improving,altering or repairing same,the grantee upon written notice by the County Engineer or the Engineers representatives will at its own sole cost and exper
raise,lower,move,change or reconstruct such installations to conform with the plans of work contemplated or ordered by the County Engineer according to a time
schedule contained in the written notice.
7. Penalties up to One Thousand($1,000)dollars per day may be imposed by the County Engineer,if the grantee delays relocation of facilities beyond the time limits
prescribed by the County Engineer.The County Engineer reserves the right to order its own agents or representatives to accomplish the desired change,and all a
of relocation or removal shall be borne by the grantee.
8. All such changes,reconstruction or relocation by the grantee shall be done in such manner as will cause the least interference with any of the County's work.The me
grantee shall have seventy-two(72)hours written notice by the County Engineer or the Engineers representatives of any blasting contiguous to the grantee's permit
rights in order that it may protect its interests.
9. This grant or privilege shall not be deemed or construed to be an exclusive franchise.It does not prohibit the County from granting other permits or franchise rights
like nature to other public or private utilities,nor shall it prevent the County from using any of its roads,streets,public places for any and all public use,or affect its
jurisdiction over all or any part of them.
10.All the provisions,conditions,requirements and regulations herein contained shall be binding upon the successors and assigns of the grantee and all privileges of the
grantee shall be given to such successors and assigns as 0 they were specifically mentioned.
11.The County Road Engineer or Property Services Manger may unilaterally revoke,annul,or terminate,revise or amend this permit without cause and for any reasor
including,but not limited to:
(a) Grantee's failure to comply with any provision,requirement,or regulation herein set forth;
(b) Grantee's willful neglect of,or failure to heed or comply with,notices given it;
(c) Grantee's facilities are not installed,operated,or maintained in conformity with conditions herein set forth;
(d) Grantee's failure to conform to any applicable law or regulation as currently exists or may hereafter be enacted,adopted or amended.
12.Grantee by accepting this permit agrees to obtain information from all utility departments regarding location and current status of their installations before starting work
Private property owners adjoining,or in proximity to the right of way shall be notified when such property is exposed to the possibility of injury or damage through
performance of this project.The grantee shall make all advance arrangements necessary to protect such property and/or utility from injury or damage.
13.The issuance of this permit to the grantee does not in any way relieve the grantee of any other applicable law in performing the work subject to this permit.
14.In all hiring or employment made possible resulting from the granting of this permit,there shall be no discrimination against any employee or applicant for employment
because of sex,sexual orientation,age,race,color,ancestry,religion,national origin,marital status or the presence of any sensory,mental or physical handicap,
unless based upon a bona fide occupational qualification,and this requirement shall apply to but not to be limited to the following:employment,advertising,layoff 0-
termination,rates of pay or other forms of compensation,and selection for training,including apprenticeship, -
No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from the granting of this
permit on the ground of sex,sexual orientation,race,color,ancestry,religion,national origin,age(except minimum age and retirement provisions),marital status
parental status,or the presence of any sensory,mental or physical handicap.
Any violation of this provision shall be considered a violation of this permit and shall be grounds for cancellation,termination or suspension in whole or in part of
the permit by the County and may result in ineligibility for further County permits.
The permittee shall make the best efforts to make opportunities for employment and/or contracting services available to women and minority persons.The permittee
recognizes that the County has a policy of promoting affirmative action,equal opportunity and has resources available to assist permittee in these efforts.
15.This permit and any underlying franchise does not authorize the cutting of trees with a trunk diameter greater than four(4)inches unless such authorization is
specifically granted in writing by King County.
16. If the permittee fails to perform its obligations herein,.vacate the premises,remove its facilities,restore the property as required,or comply with any condition or
applicable regulation or law,the County shall have,at its option,the right to pursue any remedy or remedies available at law or equity including,but not limited to,the
right to proceed under the provisions of Title 59 of the Revised Code of Washington.
CITY OF RENTON
SUPPLEMENTAL
SPECIFICATIONS
+r.
Table of Contents
CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i
.ir Division 1 General Requirements.............................................
1-01 Definitions and Terms..................................................................................................... 1
142 Bid Procedures and Conditions..........................................................................................2
1-03 Award and Execution of Contract......................................................................................2
w 1-04 Scope of the Work.....................................................................
1-05 Control of Work............................................................................................................3
1-06 Control of Material.........................................................................................................7
arr
1-07 IAgal Relations and Responsibilities to the Public..................................................................7
1-08 Prosecution and Progress................................................................................................12
1-09 Measurement and Payment..............................................................................................14
1-10 Temporary Traffic Control..............................................................................................18
.w 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
�r.
2-09 Structure Excavation......................................................................................................23
Division 3 Production F1rom Quarry and Pit Sites and Stockpiling............................................
3 No supplemental sperm cations were necessary........................................................................25
Division 4 Bases................................................................................................................................25
4 No supplemental specifications were necessary............. ........................................................25
aar Division 5 Surface Treatments and Pavements..........................................................................................26
5-04 Asphalt Concrete Pavement.............................................................................................26
rrr
Division 6 Structures..........................................................................................................................29
6-12 Rockeries.........................
Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains,and Conduits.............................30
..r 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 Cate Basins..................................................................................31
7-08 General Pipe Installation Requirements.............................................................................32
7-10 Trench Exc.,Bedding,and Backfill for Water Mains............................................................34
7-11 Pipe Installation for Water Mains....................................................................................34
7-12 Valves for Water Mains.................................................................................................37
7-14 Hydrants....................................................................................................................38
7-15 Service Connections......................................................................................................39
.r 7-17 Sanitary Sewers...........................................................................................................39
Division 8 Miscellaneous Construction.....................................................................................................40
8-09 Raised Pavement Markers...............................................................................................40
+ 8-10 Guide Posts..................................................................................................................40
8-13 Monument Cases...........................................................................................................40
8-14 Cement Concrete Sidewalks.............................................................................................40
8-17 Impact Attenuator Systems......................... ....................... .........................................41
8-20 Illumination,Traffic Signal Systems,and Electrical.................. ..........................................41
8-22 Pavement Marking........................................................................................................47
8-23 Temporary Pavement Markings........................................................................................48
t-
Page-RS-ii
Revision Date:May 19, 1997
Division9 Materials...........................................................................................................................49 w
9-00 Definitions and Tests......................................................................................................49
9-02 Bituminous Material s.....................................................................................................49
9-04 Joint and Crack Sealing Material s.....................................................................................50 rrr
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 r
9-29 Mumination,Signals,Electrical........................................................................................52
9-30 Water Distribution Materials...........................................................................................58
INDEX TO WSDOT AMENDMENTS ...60
...................................................................................................
WSDOTAMENDMENTS......................................................................................................60
r
No
. rr
rr1
err
w
rrr
no
w
wr
Page-RS-iii
Revision Date:May 19, 1997
w
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. ms is-dgl } All replacement text or text being added is shown as underlined
tyke. 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. t,
Page-RS-i
Revision Date:May 19, 1997
1-01 Definitions and Terms 1-01 Definitions and Terms
Department sliall also refer to the Department of
Division 1 Planning/Building/Public Works Administrator.
Special Provisions(RC)
General Requirements odifications to the
standard specifications and the -man
slwcificauom and supplemental specifications that apply to an
individual project. The special provisiotis may describe work the
1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the
special provisions and then with any specifications that apply The
SECTION I-01.1 IS REVISED BYADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid
prices.
1-01.1 General(RC) State(RC)
Whenever reference is made to the State Commission The state of Washington acting through its representatives.
De+artment of Transportation Secretary of Trans portation The State shall also refer to The City of Renton and its authorized
owner, Contracting Agency or Engineer, such reference shall be rep resentatives where applicable.
deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA)
employees and duly authorized representatives for all contracts The component parts of the contract which may include, but
administered by the City of Renton. are not limited to the Proposal Form, the Contract Form, bonds
insurance certificates, various other certifications and affidavit,the
SEMON I-01.3 IS REVISED AND SUPPLEMENTED BY Cons act Provisions, the Contract Plans, Working Drawings the
TSB FOLLOWING. Standard Specifications, the Standard Plans, Addendum and
1-01.3 Definitfons(RC, APWA) Change graces.
Dates(APWA)
Act of god(RC) Bid Opening Date(APWA)
'Act of God' means an earthquake flood cyclone, or other The date on which the Contracting Agency publicly opens and
cataclysmic phMpn1mon of nature. A rain windstorm,high water reads the bids.
or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC)
locality of the work which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to
from historical records of the general locality of the work, shall not accept the lowest teq)omible and responsive Bidder for the work.
be construed as an act of god. Contrad Execution Date(APWA)
Consulting Engineer(RC) The'date the Contracting Agency officially binds the agency to
The Contracting Agency's design consultant, who may or may the Contract.
not administer the construction program for the Contracting Notice to Proceed Date(APRW
The date stated in the Notice to Proceed on which the Contract
Day(RC) time begins.
Unless otherwise designated day(s) as used in the Contract Condrrd Completion Date(APWA, RC)
Documents,shall be understood to mean working days. The date by which the work is contractually required to be
Or Equal(RC) completed The Cow= Completion Date will be stated in the
Where the term 'or equal' is used herein the Contracting Notice to Proceed. Revisions of this date will be and nized in
Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the
engineer,shall be the sole judge of the quality and suitability of the Contract time•
proposed substitution. Knal Acceptance Date(APWA, A-9
The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work
de mstrations or other information required to obtain the as eompkte per contract requirements'
approval of alternative materials or processes by the Owner shall Material(APWA)
be entirely borne by the Contractor. A substance specified for use in the constntction of the
Any
project and its appurtenances which enters into and forms apart of
Owner(RQ The City of Renton or its authorized representative. Also the finished structure or improvement and is capable of be- so
referred to as Contracting Agency. used and is furnished for that purpose.
Plans(RC) Materialman(APWA)
The contract plans and/or standard plans which show location. A person or organization who furnishes a raw abrica awl
_ or tabnac�atea
character, and dimensions of prescribed work including layouts. product a perform t, or
the e�a supptrer.
profiles,cross-sections,and other details. p
Drawings may either be bound in the same book as the Notice of Award(APWA) ^� Age to the
balance of the Contract Documents or bound in separate sets, and The written notice from the Contr — —
are a part of the Contract Documents, regardless of the method of successful Bidder signifying the Contracting Agency's acceptance
binding. of the Bid.
The terms "Standard Drawings" or `Standard Details" Notice to Proceed("WA)
generally used in specifications refers to drawings bound either
The written notice from the Contracting ." °"^' or Engineer
with the specification documents or included with the Plans or the to the Contractor authorizing and dirtding the Contractor to
City of Renton Standard Plans. proceed with th( Work and establishing the date on which the
Secretary,Secretary of Transportation(RC) Contract Time begins.
The chief executive officer of the Department and other I
authorized representatives. The chief executive officer to the
t-
Page-SP-I
Revision Date:May 19, 1997
1-02 Bid Procedures and Conditions
1-03 Award and Execution o{Contract
1-02 Bid Procedures and Conditions within 5 five ears from the date of submission_
label such materials or failure to timely res Failure to so
test for public disclosure has been iven nd after notice of
SECTION 1-02.1 IS DELETED AND REPLACED BY THE shall be deemed a
FOLLOWING. waiver b the submitting vendor of an claim that such materials
a_re, in fact so exempt
1-02.1 Qualifications of Bidder(APWA)
SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE
Bidders shall be qualified by experience financing, FOLLOWING:
equipment, and organization to do the work called for in the
Contract Documents. The Contracting Agency reserves the right to 1-02
ctin .12 Public Opening of Proposals "WA
take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the
the Bidder to perform the work satisfactorily. This action may ri t to ne the
include a pre qualification procedure prior to the Bidder being ate and time for bid opening. Notification to bidder will be b
g addenda.
furnished a proposal form on any contract or a preaward survey of
the Bidders qualifications prior to award SECTION 1-02.13 PARAGRAPH I IS REVISED AS FOLLOW
SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals(RCS
FOLLOWING.
a. The bidder is not prequatified when so r ,;red;
1-02.2 Bid Documents(APWA)
SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH I
Information as-to where Bid Documents can be obtained or TO READ:
reviewed will be found in the Call for Bids for the Work placed in
the Contracting Agency's of 1-02.14 Disqualification of Bidders(APWA
official newspaper,
SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING 3. A bidder is not prequalified for the work or to the full
SENTENCE I, PARAGRAPH I TO READ. extent of the bid;
1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract
If the Contracting Agency has made subsurface investigation
of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS:
sample test data, and geotechnical reports accumulated by the
Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids_(RC, APWA)
bidders.
The total of extensions, corrected where ,, Rad
SECTION 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, wip be used by the
FOLLOWING. Contracting Agency for award purposes and to fix the amount of
1-02.5 Pro posal Form(APWA) the contract bond.
All bids will be based on total stun of all schedules of prices.
The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids
Alternates Additives or Deduxtives if such be to the advantage-of or SR2!jnl provisions. The City reserves the right however to _
the Contracting Agency. The Bidder shall bid on all Additives award all or any schedule of a bid to the lowest bidder at its
Deduarves, or Alternates set forth in the Proposal Forms unless discretion.
otherwise specified m the Special Provisions SECTION I-03.2 IS SUPPLEMENTED BY ADDING THE
SECTION 1-02.6 IS SUPPLE-fENTED BY ADDING THE FOLLOWING.
FOLLOWING. 1-03.2 Award of Contract(RC)
1-02.6 Preparation of Proposal(RC) The contract, bond form and all other forms requiring
All prices shat!be in legible figures and execution, together with a list of all other forms or documents
ink or E words)written in required to be submitted
typed.The Proposal shall include: by the successful bidder, will be
1. A unit price for each item(omitting digits more than four forwarded to the successful bidder within 10 days of the award.
places to the right of the decimal point), each trait price shall also The number of copies to a executed by the Contractor shall be
be written in words; where a conflict arises the written words shall determined by the Contracting Agency
prevail.
SECTION I-03.3 IS REVISED AND SUPPLEMENTED AS
SECTION I-02.6(l) IS AN ADDED SUPPLEMENT, , FOLLOWS.
SECTION. 1-03.3 Execution of contract(APWA, RC)
1-02.611) Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the
Vendors should in the bid proposal identify clearly any forms and documents required to be completed by the
material(s) which constitute '(valuable) formula designs Contractordw-aw"4-4ata, the successful bidder shall return the
drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared coact, an insurance
disclosure, RCW 42.17.310 or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond
be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences
exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the
vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award
t-
Page-SP-2
Revision Date:May 19, 1997
1-04 Scope of the Work 1-05 Control of Work
date, the Contracting Agency may grant up to a maximum of 20 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE
additional calendar days for return of the documents, provided the FOLLOWING:
Contracting Agency deems the circumstances warrant it. 1.04,4 Changes Q
The Contracting Agency is prohibited by RCW 39.06.010
from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost
or licensed as required by the laws of the state. In addition, the reduction alternatives but will evaluate such proposals by the
Contracting Agency requires persons doing business with the Contractor on a case-by-case basis.
Contracting Agency to possess a valid City of Renton business SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS.
license prior to award.
When the Bid Form provides spaces for a business_license 1..04,11 Knal Cleanup C
number. a Washington State Contractors registration number, or
both the Bidder all insert such information in the spaces 3 All salvage material as noted on the plans and taken fro
sh m
provided The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion be
Contractor's R istradon and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost
Ej z er as Part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered
information and evaluation activities. incidental to the project and no compensation will be made.
The contract Price for'Finish and Cleanup. hemp sum,' shall
SECTION I-03.4 IS SUPPLEMENTED BY ADDING THE be full compensation for all work, equipment and materials
FOLLOWING TO THE FIRST PARAGRAPH: ieQuired to perform final cleanup. If this pay item does not appear
143.4 Contract Bond(APWA) in the contract documents then final clean up shall be considered
incidental to the contract and to other pay item and no further
5. accompanied by a Power of attorney for the Surety's o shall be made.
office'empowered to sign the bond.
7 Be signed by an officer of the Contractor empowered to 1-45 Control of Work
Sign official statements (sole Proprietor or partner). If the
Cexivacopr is a ^ta*, the bod mtust be signed SECTION 1-05.31S REVISED AS FOLLOWS.-
rideat or vice-president,unless a comParmed 65+women proof of
the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings. RC
corporation(i.e.,corporate resolution,power of attorney or a kite' 17he Contractor shall submit supplemental working drawings
so such effect by the president or vice-president)• as required for the performance of the worL.The drawings shall be
- on sheets treasuring 14 by 6_p bL34 tithes or on sheets with
1..04 Scope of the Work dimensions in multiples of 8-12 by 11 inches.
SECTION 1-05.4 IS SUPPLEMENTED BY ADDING T$E
SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING.-
FOLLOWING:
1-04.1 Intent of the Contract C 1-05.4 Conformity with and Deviations from Plans
and Stakes(RC)
The Contractor is encouraged to Provide to the Engineer Prior If the project calls for Contractor supplied surviving. the
to pmgress Payments an estimate of lump sum work acxomP !�
to date The 1?raineer's calculations and decisions shall be final m Contractor shall Provide all required survey work, inciudrng such
to the actual percentage of any hemp sum pay item work as mentioned in Sections 1-05.4, 1-05.5-1-11 and elsewhere
ao omplisbed and eligible for payment mnless ainother spe c in these specifications as being provided by the it ,
awdlod of cakulating hump sum payments is Provided elsewhere in SECTION I-0.5 THE VACANT SECTION IS REPLACED BY
the s>> Cafions. THE FOLLOWING.
SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RC)
1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contactor '*'Plied survgetM Mii
Special Provisions Specifications, and Addenda Contractor shall provide all required survey workLt1D� "
(RC) work as mentioned in Sections 1-05A 1-05.5 1-11 and elsewhere
in these specifications as being provided tw the Engi�All costs
Amy inconsistency in the parts of the contract shall be resolved for this survey work shall be included in 'Contiactor nTEhLed
b y Surveying,
following this order of precedence(e.g., 1 presiding over 2, 3. 'per lump stun.
4 5,6,and 7;2 presiding over 3,4.5.6,and 7;and so forth):
1-05.5(1) General(APWA,RCZ
1. Addenda
2. Proposal Form The Engineer or Contractor suppled surveyor will Proyide
3. Special Provisions =
4. Contract Plans construction stakes and marks establishing lines slopes �«u
5. Amendments to the Standard Specifications as stipulated in Sections 1-05.5(l) and 1-05.581 310 will
6. Supplemental Specifications. such wow 1-11. The Contractor shall assuuuie full
responsibility for detailed dimensions elevations and excavation
7. Standard Plans st "G"
Standard Specifications slopes measured from the Engineer or Contractor ipP
surveyor furnished stakes and marks.
t-
page-SP-3
Revision Date:May 19, 1997
1-05 Control of Work
1-05 Control of Work
The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish ra
prepared to permit construction staking to proceed in a safe and before offset hubs are set. de
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Shucture Survey s ,�pw
provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bn es and A
supplied surveyor adequate time for setting stakes Contractor shall retain as a part of Contractor or walls the
Stakes, marks, and other reference points including existing experienced team of surveyors under direct lion an
monumentauon, set by Contracting Agency forces shall be licensed sury or. The Contractor shall ensure that ision of a
carefully preserved by the Contractor. The Contractor will be measurements and locations match and fulfill the jntehd� flan
charged for the costs of replacing stakes markers and dimensions. The Contractor shall provide all serve s I
monumentation that were not to be disturbed but were destroyed or co lete the structure except the follow' uired to
damaged by the Contractor's operations This charge will be which will be provided by the Engineer. M" control
deducted from monies due or to become due to the Contractor. I. Centerline or offsets to centerline of the structure
Any claim by the Contractor for extra compensation by reason 2. Stations of abutmems and pier centerlines I
of alterations or riot work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable
Engineer's line and erade, will not be allowed unless the original the Contractor to set grades at reasonably short distances
control points set by the Engineer still exist, or unless other 4. Monuments and control W as shown on the
satisfactory substantiating evidence to prove the error is furnished Drawings.
the Fngnneer.Three consecutive points set on line or grade shall be The Contractor shall establish all seco B!Mcy controls
the minimum points used to determine any variation from a straight both horizontal and vertical as to assure
line or grade. Any such variation shall upon discovery. be Placerhaht of all project elements based on the prjmazy �mmt
reported to the Fnemeer. In the absence of such report the poems provided by the Engureer Survey work shall be within the
Contractor shall be liable for any error in alignment or grade following tolerances.
The Contractor shall provide all,surveys required other than 1. Stationing +Ol foot
those to be performed by the Engineer. All survey work shall be 22. Al +01 foot(between Successive points)
done to accordance with Section 1-11 SURVEYING STANDARDS 3. Superstructure Elevadm+ Ol foot(from plan elevations)
of Huse specifications. 4. Substructure Elevations+OS foot(from plan elevations)
The Contractor shall keep updated survey field notes in a During the pro gress of the Work, the Contractor shall make
standard field book and in a format set by the Engineer.per Section available to me Engineer all field books including survey
These field notes shall include all survey work information,footing el evations cross sections arI quanti ties
pew by the Contractor's surveyor in establishing line grade The Contractor shall be fully responsible for the close
and slopes for the construction work Copies of these field notes coordination of field locations and measurements with appropria te
shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated
of the contract work the field book or books shall be submitted to
d_re Engineer and become the property of the Contracting Agency. 1-05_5(4) C_ ontractor Supplied Stu yeying(RC)
If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied
the standards of the Engineer, then the Contractor shall upon the Surveying, the Contractor shall supply the survey work required
Engineer's written request. remove the individual or individuals for the protect. The Contractor shall retain as a part of the
doing the survey work and the survey work will be completed by Cotwactor Organization an experienced team of surveyors under
= the Engineer at the Contractor's expense Costs for completing the the direa supervision of a professional land surveyor licensed by
survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in
monies due or to become due the Contractor accordance with Sections 1-05.4 1-05.5 and 1-11.
All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Emineer in
Contractor shall be included in the prices bid for the various items writing of any errors discteaancies and omissions to the plans that
which comprise the improvement or be included in the bid item for Prevent the Contractor and/or Surveyor from constricting the
"Contractor Supplied Surveying per limp sum if that item is project in a manner satisfactory to the B igineer All errors
included in the contracts. discrepancies. and omissions must be corrected to the satisfaction
o_f the Engineer before the survey work may be continued-
1-OS—W) Roadway and Utility Surveys("WA) The Contractor shall coordinate his work with the Surveyor
The Engineer shall furnish to the Contractor one time only,or and perform his operations in a manner to protect all survey stakes
Contractor supplied surveyor will provide as deeded all principal from harm. The Contractor shall inform the Surveyor of the
Imes, erodes, and measurements the Engineer deems necessary for Contractor's intent to remove env survey stakes and/or points
Completion of the Work.These shall generally consist of one initial before physically removing them
set of The surveyor shall be responsible for maintaining As-Built
1. Slope stakes for establishing grading records for the project. The Contractor shall coordinate his
2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate-As-Built
3. Centerline finish grade stakes for pavement sections records for the project.
wider than 25 feet,and If the Contractor and Surveyor fail to provide as directed by
4. Offset points to establish lime and grade for underground the Engineer and/or these plans and specifications accurate As-
utilities such as water, sewers and storm drains (with offsets 50' Built records and other work the Engineer deems necessary the
max interval). Engineer may elect to`provide at Contractor expense,a sury eyor to
On alley construction projects with minor grade changes the provide all As-Built records and other work as directed by the
Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the
on one side of the alley to establish the alignment and grade Alleys Engincer-supplied surveying from moneys owed to the Contractor-
Page-SP-4
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this rioter diminish
requited for the full and complete survey work required to the Contracting Agency's right to pursue any other Avenue for
complete the project and as-built drawings:shall be included in the additional remedy or damages with respect to the COntraCtor'sc
lump sum price for 'Contractor Supplied Surveying.' failure to perform the Work as required.
1-05.5 Contractor Provided As-Built Information SECTION I-05.10 IS SUPLEMENTED BY ADDING THE
FOLLOWING:
It shall be th�contractors responsibility to record the location 1-05.10 Guarantees(APWA,RCZ
prior to the backfdling of the trenches by centerline station,offset,
and depth below pavement of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by
crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is
It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly. upon written order by
locate by centerline station offset and elevation each major item of the Contracting Agency, return and n accordance with the
work done under this contract per the survey standard of Section 1- Engineer's instructions, either correct such Work or if such Work
I L. Major items of work shall include but Dot be limited to: has been rejected by the FitgiDeer• remove it from the project Site
Manholes Catch basins and Inlets Valves,_vertical and and replace it with non defective and authorized Work all without
Horizoeital Bettis Junction boxes Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does Dot
Lights & Standards Hydrants Major Changes in Design Grade, promptly comply with the written order to correct defective and
Vaults Culverts Signal Poles, Electrical Cabinets. unauthorized Work or if an emergency .exists the Contracting
After the completion of the work covered by this contract,the Agency reserves the right to have defective and unauthorized Work
contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8
field book(s) containing the as-built totes and one set of white "Owner's Right to Correct Defective and Unauthorized Wok.-
prints of the project drawings upon which he has plotted the notes . The Contractor agrees the above one year limitation shaft not
of the contractor beating existing utilities and one set of white exclude or diminish the Contracting Agency's rights under any law
to obtain damages
prints of the protect drawings upon which he has plotted the as- ges and recover costs resulting from defective and
bulk location of the new work as he recorded in the field book(s). unauthorised work discovered after one year but prior to the
This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040
it's accuracy. limiting actions upon a contract in writing,or liability expressed or
All costs for as-built work shall be included in the contract implied arising out of a written agreement. :_ - -
item'Contractor Supplied Surveying.' The Contractor shall warrant good title to art materials,
supplies and equipment purchased for, or.incorporated in the
TSB VACANT SEC77ON I-05.8 IS REPLACED BY. Work. Nothing contained in this paragraph{howeveri shall defeat
1.-0$,$ Cotttractin�Agency's Right to Correct or impair the rigbt of persons furnishing materials or labor, to
Defective and Unauthorized Work(APWA) recover 11II� t+m� bond &� � � COOf for their
protection,or any rights under any law permitting such persons-to
If the Contractor fails to remedy defective or unauthorized look to funds due the Conl actor is the hands of the Coauactng
work within the time specified in a written notice from the
Engineer,or fkHs to perform any part of the Work required by the The provisions of this paragraph shall be inserted in in
Contract Documents the Engineer may correct aril remedy such subcontracts and material contracts and notice of its vmvtstoas
work as may be identified in the written notice by such means as shall be given to all ng materials for the Work
the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for stick materials.
Agency forces. Section 1-05.11 is deleted and the first two seater cs of the
four
If the Contractor fails to comply with_a written order to fourth paragraph of section 1-08 9 is deleted and replaced by
remedy what the Engineer determines to be an emergency following:
situatim the Fmineer may have the defective and unauthori ed 1-05.11 F5nal Inspection(APWA)
Work correcW immediately,have the rejected Work removed and
replaced or have Work the Contractor refuses to perform
completed by using Contracting Agency or other forces. An 1-05 11(1) Substantial Completion Date(APWA)
eriemency situation is any situation which in the opinion of the When the Contractor considers the work to be substanti atl�
Engineer a delay in its remedy could be potentially unsafe, or complete the Contractor shall so notify tl�' Rngrneer and request
migla cause serious risk of loss or damage to the public. the Engineer establish the Substantial.Comnlenon Date. TO be
Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following condjtions must be
attributable to correcting and remedying defective or unauthorized met:
Work or Work the Contractor failed or refused to perform, shall 1. The Contracting Agency must have full and nun> i
be paid by the Contractor Payment will be deducted by the use and benefit of the facilities both from the opera
Engineer from monies due or to become due the Contractor. Such safety standpoint. of tenpo�'
direct and indirect costs shall include in particular, but without 2 Only minor incidental work replaceinertt
limitation compensation for additional professional services substitute facilities or correction or repair work remains to reads
required and costs for repair and replacement of work of others physical completion of the work.
destroyed or damaged by correction removal or replacement of The Contractor's request shall list the specific items of work
the Contractor's unauthorized work. in subparagraph two above that remains to be comPl in order to
No adjustment in contract time or compensation will be reach physical completion The Engineer may also establish the
allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally.
attributable to the exercise of the Contracting Agency's rights
t-
Page-SP-5
Revision Date:May 19, 1997
1-05 Control of Work 1-05
Control of Work
If. after this inspection the Engineer concurs with the Completion Date cannot be established until testing,and cordons
Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engirierr
intended use, the Engineer, by written notice-to the Contractor The costs for po wen as labor, material
will set the Substantial Completion Date If after this inspection everything else needed to successfull com fete su lies and
the h?ngirieer dots not consider the Work substantially complete and shall be included in the various contract ricer rela tioital testis
ready for its intended use, the Engineer will by written notice so being tested unless Specifically set forth oth the stem
notify the Contractor giving the reasons therefor. Form. in the Bid
Upon receipt of written notice concurring in or denying Operational and test Periods, when 'red b the En ineer
substantial completion whichever is applicable the Contractor shall not affect a manufacturer's ranties or warranties furnished
shall pursue vigorously, diligently and without unauthorized under the terms of the Contract.
intenu%ion, the Work necessary to reach Substantial and Physical
Completion. The Contractor shall provide the En�incer with a SECTION 1-05.12 IS DELETED AND REPLACED WITH THE
revised schedule indicating when the Contractor expects to reach FOLLOWING:
substantial and physical completion of the work. 1-05.12 dual Acceptance(APWA)
The above process shall be repeated until the FngineeT
establishes the Substantial Completion Date and the Contractor The Contractor_must perform all the obli at'Ons under the
considers the work physically complete and ready for Final Contract before- the Completion Date can be established A
Icon. Certificate of Completion for the Work issued by the
Agency will establish the Completion Date and ces**fi•the Work gas
1- -05_11(2) Ft 9 Inspection Date APWA corn e. The Final Contact Price may then be calculated The
When the Contractor considers the Work physically complete following must occur before the Completion Date can be
and ready for Final Inspection, the Contractor by Written Notice established and the Final Contact Price calculated;
shall request the Engineer to schedule a final inspection The 1. The physical work on the proiect must be complete
Engineer will set a date for Final Inspection The Engineer and the 2• The Contactor must furmsh all documentation fired
Contractor will then make a Final Inspection and the Engineer will by the Contract and required by law necessary to allow the
notify the Contactor in writing of all particulars in which the Final Contracting Agency to certify the Contact as complete
Inspection reveals the Work incomplete or unacceptable The A Certificate of L—;MMI tion for the Work, signed by the
Contractor shall immediately take such corrective measures as are Contracting Agency, win eonstittite acceptance of the Work. The
aeoasary to remedy the listed deficiencies Corrective work shall iss Ence of this Certificate of Completion will not constitute
be pursued vigorously, diligently, arid without interruption until acceptance of unauthorized or defective work or material
physical completion of the listed deficiencies This process will Failure of the Contactor to perform all of the Contractor's
cormnue until the Engineer is satisfied the listed deficiencies have obligations under the Contact sball not bar the Contracting Agency
been counted. from unilaterally certdying the Contract complete so the Engineer
If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9.
7 days after receipt of the Written Notice listing the deficiencies SECTION I-05.13 .IS SUPPLEMENTED BY REVISING
the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ.
whatever steps are necessary to correct those deficiencies pursuant
to Section 1-05.8. 1-05.13 -Superintendents,Labor, and Equipment of
UpOR correction of all deficiencies the Engineer will notify Contractor(APWA)
the Contractor and the Contracting Agency, in writing of the date -
npon which the Work was considered physically complete That Whenever the Contracting Agency evaluates the Contractor's
date shall constitute the Physical completion date of the Contract pwqualification pursuant to Section 1-02 1 the Contacting Agency
but shall not imply an the obligations of the Contractor under the will take these performance
Contract have been Gifted. these-reports into accoum.
SECTION 1-05 IS SUPPLEMENTED BY ADDING THE
1_ -OS11C3) Operational Testing(ApWA) FO
It NEW SECTTONS:
It is the intent :elf the Contacting Agency to have at the
Completion Date a complete and operable system Therefore when 1-05.16 Water and Power(APWA)
the Work- involves the installation of machinery or other he Contractor shah make necessary arrangeents and stall
mechanical equipment; street lighting electrical distribution or T mbe be ar the costs for power and water necessary for die performance
signal systems:buildings:or other similar work it may be desirable the Work.
for the Engineer to have the Contractor operate and test the Work of
for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements("WA)
Completion Date. Whenever iterns of work are listed in the
Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer agent. or
under operating conditions for the time period specified to ensure employee of the Contracting Agency either before or aft[
their acceptability prior to the Physical Completion Date During execution of the contract, shall affect or modify any of the terms or
End following the test period the Contractor shall correct any items obligations contained in any of the documertts comprising the
of workmanship, materials or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered
that are not in first class operating condition Equipment electrical as unofficial information and in no way binding upon the
controls, m_eters. or other devices and equipment to be tested Contracting Agency, uciless subsequently put in writing
during this period, shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for
the purpose for which they were installed The Physical
t-
Page-SP-6
Revision Date:May 19, 1997
1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public
its payment if the Contractor bases a bid on a misunderstood ,
1-06 Control of Material
liability.
The Contractor shall include all Contractor-paid taxes in the
SECTION I-06.02(2) IS SUPPLEMENTED BY ADDING THE unit bid pries or other contract amounts. In some cases however
FOLLOWING: state retail sales tax will not be included. Section 1-07'f3)
1-06,2(2) Statistics( Evaluation of Materials for describes this exception.
Tice Contracting Agency will pay the retained
percentage only
Acceptance if the Contractor has obtained from the Washington State
UNLESS STATED OTHERWISE IN THE SPECIAL Department of Revenue a certificate showing that all cotnta«-
PROVISIONS STATISTICAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.0501. The Contractin
USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor arty
amount the Contractor may owe the Washugton State Department
1-07 Legal Relations and Responsibilities to of Revenue whether the amount owed relates to this contract or
the Public not Any amount so deducted will be paid into the proper State
fund.
SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA)
FOLLOWING: WAC 458-20-171, and its related rules, apply to building
1-07.1 Laws to be Observed(APWA) repairing or improving streets roads etc. .which are owned by a
municipal corporation, or political.-subdivision of the state, or by
The Contractor shall indemnify defend and save harmless the the United States, and which are used primarily for foot or
Contracting Agency (indudmA am+ agents officers, and vehicular traffic. Ibis includes storm or combined sewer systems
employees) against any claims that may arise because the within and included as a part of the street or road drainage system
Contractor(or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system.
nuterialman)violated a legal requirement. For work performed in such cases, the Contractor shall include
In eases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item
more stringent regulation shall apply. prices, or other contract amounts, including those that the
The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or
"be the sole and paramount administrative agency responsible supplies used or cctrsattted in doing the work.
for the administration of the provrsions of the Washington
Industrial Safety and Health Act of 1973(WLSHA). 1-07.2(3) State Sales Tax-Rule 170(APWA)
The Contractor shall maintain at the Protect Site office, or WAC 458-20-170 and its related riles apply to the
other well known place at the Project Site,all articles necessary for constructing Ling and repairing of new or existing buildings or other .
t�pyi inn first aid to the injured The Contractor shall establish, structures upon real Property This includes,but is not limited to,
•sh and main known to all employees procedures for ensuring the constriction of streets, roads, highways, etc., owned by the
immediate removal to a hospital or doctor's care persons, State of Washington;water mains and their app[uterances•sanitary
k Boding ertiployees who may have been mitred on the Pro tect sewers and sewage disposal systems unless such sewers and
Site. Employees should not be permitted to work on the Protect disposal sysW c sir widim,and a part of a street or road drainage
Site before the Contractor has established and made known system• telephone tel electrical power dismds u l lass.or
procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads unless sorb
doctor's care. power lines r become a pa of a street or road li ghting sytxen; and
The Contractor shall have sole respopsibility for the safety, installing or attaching of any article of tang rb i personal propel
efficiency,and adequacy of the Contractor's plant applumcm,and or to real property,whether or not Stich personal Property becomes
nrahods and for any da1t1Age or injury resulting from their failure a part of the realty by virtue of installation.
or improper maintenance, use or otxxauon. The Contractor shall For work performed in such ease's the Contractor shall collect
be solely and completely responsible for the conditions_of the from the Contracting Agency, retail sales tax on the full contract
project Site including safety for all persons and p in the rice The Cwracting Agency will automatically add this sales
,,,ce of the work This reaurremet shall apply tax to each payment to the Contractor. For this T�OII• �
condmnously, and not be limited to normal working hours._The Contractor shall not include the retail sales tax to the emit Bid Item
required or implied duty of the Engineer to conduct oonstrucuon prices or in any other contract amount subject to Rule 170. with
review of the Contractor's performance does not and shall not, be the following exception
rounded to include review acid adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax
rou
measures in on or near the Protect Site. for a payment the Contractor or a subcontract°C � °n
P urchase or renal of tools machinery meet or epunna
SEMON 1-07.2 IS DELETED AND REPLACED BY THE supplies not integrated into the project. Suds sales taxes stnari a
FOLLOWING. included in the unit Bid Item prices or m arpy other contract
1-07.2 State Sales Tax(APWA) amount.
1-07.2(4) Services (APWA)
1-07.2(1) GENERAL(APWA) The Contractor shall not collect retail sales tax from the
The Washington State Department of Revenue has issued Contracting Ageitcv on any contract wholly for rofessionat or
special rules on the state sales tax ev
Sections 1-07.2(1) through 1- other sices (as defined in State Department of Revenue Rules
07.2(4) are meant to clarify those riles The Contractor should 138 and 224).
contact the Washington State Department of Revenue for answers
to questions in this area The Contracting Agency will not adjust 1-
Page-SP-7
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the public
SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over back round iurbidi when
TITLE AND SENTENCE 2, PARAGRAPH 2 T�0 READ: the background turbidi is 50 NW or less or have more than a 10
1-07.5 2 State De
percent increase in turbidi when the back round hirbidi is more
( ) Department of 1�sh and Wildlifes-ef than 50 NTU; for other classes of waters refer to WAC 173-201-
' (APWA, $A) 045.
If the work in 1 through The term turbidity means the optical
( ) g (3) above differs little from what pronere.. 0 f sarniole
the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused b
for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometrie 7ltrhidit Units
those areas, the Contracting Agency will pay pursuant to Section 1-
and measured with a calibrated turbidimeter. "1°`s
09.4, Discharges to a State waterway caused by a orPO�. �•
drainage from aggregate it sites and iles or dewaterin'nof
-"QQ4 Pay items, pits and excavations shall not increase the existing turbidity
v�<
the
receiving waters.
SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before
FOLLOWING NEW SECTION: being discharged into stream or other State waters 'ithrhiA
..a
1-07.11(11) Cfty of Renton Affidavit of Compliance be removed by the use of lagoons or holding ponds settt�no basins.a
(RQ overflow wen, polymer water treatment dischar in to and
surface, by percolation, evaporation or by passing through gravel
Each Contractorr�ubcontracxor, Consultant and or Supplier sand or fiber filters.
shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temaorary erosion control shall be
Practices Policy Affidavit of Compliance". A copy of this exercised by nUmtnv_ng eked areas and slopes until permanem,
document wiII be bound in the bid documents. measures are effective. The minimum exposed attic and sbnes will
be defined in the Special Provisions. Plastic shell covering shall be
SECTTON I-07.I3 IS SUPPLE plated over exposed ound areas to protect from rain erosion.
(1) MENTED AS FOLLOWS. Other alternative methods for erosion control tinder certain
1-07.13(1) General(RC) situations may include netting mulching with binder and seeding
Should rutting and erosion occur the Contractor shall be
During unfavorable weather and other conditions the responsible for restoring damaged areas and for clean-up of eroded
contractor shall pursue only such portions of the work as shall not material including that in ditches catch basins manholes and
be damaged thereby. culverts and other pipes.
No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual
efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains summs or State
constructed while these conditions exist unless by special means or waters. Chlorine water may be discharged into sanitary sewers or
Precautions acceptable to the engineer, the contractor shall be able disposed on land for percolation.Chlorine residual may be reduced
to overcome them. chemically with a reducing agent such as sodium thiosolphate
SECHON I-07.14 (APWA) IS SUPPLEMENTED BY Water shall be periodically tested for chlorine residual
REVISING ALL REFERE SION 4. Vehicle and Equipment Washing: Water used for
SECRETARY" OR "STATE" TO READ "CONTRACTING wing vehicles and equipment shall not be allowed to enter.storm
AGENCY." 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
SECTION 1-07.IS IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the wound
FOLLOWS. for percolation. A recirculation system for detergent washing is
recommended Steam cleaning units shall provide a device for oil
1-07.15 Temporary Water Pollution Erosion Control separation.
(APWA-RC) 5. Oil and Chemical Storage and Handling: Handling and
If done according to the approved plan or the Engineer's storage of oil and chemicals shall not take place adjacent to
orders, tern water waterways. The storage shall be made in dike tanks and barrels
temporary pollnti to Sect n control work will be w� drip pans provided under the dispensing area. Shut-off and .
measured and paid for pursuant to ion•1-0 .41-04.1 through lock valves shall be provided on tanks Shut-off nozzles shall be
the hump sum item for Temporary Water Pollution/Erosion
Control., provided on hoses. Oil and chemicals shall be djspaised_only
If no pay item appears in the contract for 'Temporary Water during daylight hours unless the dispensing area is ptoPerl Ii led-
Pollution/Erosion Control' then all labor, materials tools and Disposal of waste shall not be allowed on oil and chemical spills-
Fencing shall be provided around oil storage shall sl be
equipment used to complete the work shall be considered incidental provided on valves,pumps and tanks
to other pay items in the Contract and no further compensation 6. Sewage: If a sanitary sewer line is encountered turd repair
shall be made. or relocation work is
required, the Contractor shall provide
T addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line Sanitary sewer flow
this temporary work shall include but is not limited to the shall be pumped out, collected and hauled by tank truck or
following water quality considerations: pumped directly to a sanitary system manhole for discharge. The
1. Turbid Water Treatment Before Disc existing sewers shabe maintained by the Contractor without
Determination of turbidity in surface waters shall be a aar e•t the ll'interruption of service by the use of temporary sewer bypasses In
discretion of the Engineer, for Lake Class Receiving Waters addition the excavated materials adjacent to and around a rupture
turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and
over background conditions; for Class AA and Class A Waters
Page-SP-8
Revision Date:May 19, 1997
1-07 legal Relations and Responsibilities to the Public 1-07 legal Relations and Responsibilities to the Public
deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and
Equipment and tools in contact with the above materials shall be immediately replace,after the trench is backfilled, in thgr original
washed by pressure water lines and the attendant wash_water position. The contractor shall notify the Contracting Agee and
discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on
treatment plant. casements or rights-of-way.
Damage to existing structures outside of easement areas
1-07.16 Protection and Restoration of Property that may result from dewate ring and/or other construction activity
SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE undo this contract shall be restored to their original condition or
FOLLOWING: better. The original condition shall be established by photographs
taken and/or inspection made prior to construction. All such work
1-07.16(1) Private/Public Property(RC) shall be done to the satisfaction of the property Owners and the
The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor.
franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of
operyr+nn to the areas obtained and shall not trespass on Drivate restoration of the surface of all streets(traveled ways)used by him
te- if damaged.
P
The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material
indicated in connection with the work under the cornea together immediately available to make necessary repairs, the contractor_
with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency
gnt+eammbly encumber the premises with his equipment or will make the necessary r+epaits and the cost of such repairs Shan be
materials. paid by the contractor.
The contractor shall provide with no liability to the The contractor is responsible for identifying and
Contracting Agency, any additional land and access thereto not document= any damage that is pre-xisting or caused by
shown or described that may be required for teTR2 ry others.Restoration of excavation in City streets shall be done in
construction facilities or storage of materials. He shall constnuc:t accordance with the City of Renton Trench Restoration
A access roads detour roads or other temporary work as required Requirements, which is available at the Public Worm Department
by his operations The contractor shall confine his equi went, Customer Services counter on the 4th floor, Renton Municipal
storage of material and operation of his workers to those areas Building 200 Mill Avenue South.
dm wn and described and such additional areas as he may provide.. SEC77ON 1-07.17 LS SUPPLEMENTED BYADDING.
A. General. All construction work under this contract on
easements,right-of-way,over private property or fianchise.shall be 1-07.17 Uti'li'ties and Similar Facilities(APWA,RQ
ooafmod to the limits of such easements,right-of-way or fianchise. addition to the other requirements pursuant m RCW
All work shall be accomplished so as to cause the least amount of 19 122, an act relating to underground utilities and prescribing
disturbance and a minimum amount of damage. The contractor penalties,the Contractor shall:
shall sdiedule his work so that trenches across easements shall not Pe l call the utilities underground location center for field
be left open during weekends or holidays and trenches shall not be 48 hou
open for more th hours location of the utilities;
B Structures. The contractor shall remove such existing Call Before You D19
structures as may be necessary for the paformatnce of the work and, II Locators
if required, shall trbu•ld clue structures thus removed m as good a The 48 hour Locators
condition as found. He shall also repair all existing structures which
may be damaged as a result of the work under this contract. 1-800-424-5555
C. Easements. Cultivated areas and other surface and
inwruvernaft wit cultivated areas,either agricultural or lawns,and
other surface improvements which are damaged by actions of the 2 not begin excavation roil all known
�osed excavation have bete
contractor shall be restored as nearly as possible to their original facilities in the vicinity of the prlocated and marked.
condition Location and dimensions shown on the Plans for existing
Prior to excavation on an easement or Private right-of-
way, the contractor shall strip top soil from the trench or facilities are in accordance with available mforrnatron Without WEI
eonstniction area and stockpile it in such a manner that tt may be uncovering measuring or other verification• If a trtr� ► is 1�
or suspected of having underground faelmes within the area of me
replaced by him, upon completion of construction. Ornamental proposed excavation and that utility is not a subscxibec to the
trees and shrubbery shall be carefully removed with the earth utilities underground location canter then the Contractor Sb%,!A gave
surrounding than roots wrapped in buriap and replanted in their individual notice to that utility.
original positions within 48 hours. If, in the prosecution of the work it becomes . ry to
All shrubbery or trees destroyed or damaged, shall be interrupt existing surface drainage, sewers• underdrarns conaur�
replaced by the contractor with material of equal quality at no utilities similar underground stnuttnes, or parts thereof, the
additional cost to the Contracting Agency. In the event that it is contractor shall be responsible for and shall take all „ecessary
ncctssary to trench through any lawn arcs, the sod shall be precautions to protect and provide tanporarY services for same•
carefully cut and rolled and replaced after the trenches have been The contractor shall at his own expense, repair all damage to
balled The lawn area shall be cleaned by sweeping or other such facilities or Structures due to this co on operaaon to the
means,of all earth and debris. satisfaction of the City except for City owned facilities whr will
The contractor shall use rubber wheel equipment similar be repaired by the utility department at contractors expanse or pY
to the small tractor-type backhoes used by side sewer contractors for the contractor as directed by the City,
all work,including excavation and backfril,on casements or ri6ts-
of-way which have lawn areas. All fences markers mail boxes,or t-
Page-SP-9
Revision Date:May 19, 1997
1-07 legal Relations and Responsibilities to the Public 1-07 Le al Relations and Responsibilities g p to the public
SECTION 1-07.18 IS DELETED AND REPLACED BY TILE and shall be cause for immediate termination of the contract at the
FOLLOWING: _option of the City.
1-07.18 Public Liability and Property Damage The Contractor shall obtain and maintain the minimum
insurance coverage set forth below. B ui
Insurance ' �Insurance (R insurance the City of Renton shall not be deemed or mmunum
have assessed the risks that may be livable to construed to
State Amendment to 1-07.18 is not used. Renton uses the the Contractor
following: The Contractor shall assess its own risks and if it dcems
appropriate and/or rodent maintain hi her limits and/or broader
SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage.
1-07.18(1) General (RC) Coverage shall include:
The contractor shall obtain and maintain in full force and (1) Commercial General Liability - ISO 1993 Form or
equivalent. Coverage will be wrtten on
effect, from the Contract Execution Date to the and include: an Completion Date, Occurrence basis
public liability and property damage insurance with an insurance • Premises and Operations (including CG25na U
company(tes) or through sources approved by the State Insurance Aggregate t0 apply per protect if ..vial
Commissioner pursuant to RCW 48. appltcablel
The Contractor shall not begin work under e Contract until o Explosion,Collapse and Underground Hazards
thProducts/Completed
the required insurance has been obtained and approved by the • tual Ua Operations
Coraracxing Agcy. =Lhsrirance shall provide coverage to the Conte Liability C»icluding Am '�Ory
d
Condaaor, all subcontractors Contracting a o eM CG 0043 or equivalent which i''''des
envy and the defense coverage assumed under contract)
Contracting Agency's consultant:. The coverage shall protect • Broad Form Property Damage
sasamst claims for bodily injuries personal injuries including . Independent Contractors
accidental death, as well as claims for property damages which • Personal/Advertising Injury
may arise from any act or omission of the Contraaor or the • Stop Gap Liability
subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all
either of them. • Owned Vehices
If warranted work is required the Contractor shall provide the • Non-Owned Vehicles
City proof that insurance coverage and limits established under the • Hired Vehicles
term of the Contract for work am in full force and effect during the (3) Workers`Compensatidn
period of warranty work. •_Statutory Benefits (Coverage A) - Show Washington
The Contracting Agency may request a copy of the actual Labor&Industries Number
dodatation pages(s)for each insurance policy effecting OOVerage(s) (4) Umbrella Liability(when necessary)
rogumed on the contract prior to the date work commences Failure •_Excess of Commercial General Liability and
of the Contractor to fully comply during term of te of the Contract Automobile Liability. Coverage should be as broad as
with the requirements described herin will be considered a material per.
breach of contract and shall be caused for immediate termination of 15)- Professional Liability - (whenever the work under this
the Contract at the option of the Contracting Agethcy Contract includes Professional Liability, (ie architectural
SECTION 1-07.18(2)IS REPLACED WITH THE FOLLOWING: engineering advertising or computer programming) the
1-07.18(2) Coverages(RC) CONTRACTOR shall maintain professional liability
As part of the response to this proposal the Contractor shall covering wrongful acts, errors and/or omissions of the
CONTRACTOR for damage sustained by reason of or in
submit a completed tty of Renton Insurance Information form the course of operations under this Contract.
_which details specific coverage and limits for this contract
All coverage provided by the Con 2ctor shall be in a form (6) The Contracting Agency reserves the right to request and/or
aid underwritten by a company acceptable to the Contracting require additional coverages as may be appropriate based on
Agency. The City requirrs that all insurers• work performedfi.e.pollution liability).
1) Be licensed to do business within the State of Washington CONTRACTOR shall Name CITY OF RENTON, and its
2) Coverage to be on an 'occu yenoe' basis (Professional officers officials agents employees and volunteers M Additional
Liability and Pollution coverage are acceptable when Insured(ISO Form CG 2010,or equivalent) The CONTRACTOR
written on a claims-made basis). The City may also require shall provide CITY OF RENTON Certificates of Irtstuattcor tenor
proof of professional liability coverage be provided for up to commencement of work. The City reserves the right to request
to two(2)Years after the completion of the project copies of insurance policies if at their sole discretion tt is deemed
3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above
page(s) for each insurance policy affecting coverage(s) shall:
required by the Contract prior to the date work commences 1) Be on a primary basis not-contributory with any outer
4) Possess a minimum A.M.Best rating of AVII(A rating of insurance coverage and/or self-insurance carried by CITY
A X11 or better is preferred) If any insurance carrier OF RENTON.
Possesses a rating of less than AVIL the City may make an 2) Include a Waiver of Subrogation Clause
cxcxptron. -
The City reserves the right to approve the security of the 3) Severability of Interest Clause(Cross Liability)
insurance coverage provided by the insurance company(ies) terms 4) Policy may nett be non-renewed canceled or mater!AIY
conditions, and the Certificate of Insurance Failure of the changed or altered unless fort'-five (45) days prior written
Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON Notification
these requirements will be considered a material breach of contract shall be provided to CM OF RENTON by certified mail.
1=
Page-SP-10
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kind upon the
07.18(3) 'LIMITS'WITH THE FOLLOWING: company, its agents or representatives .
1-07.18(3) Limits(RC) c. Amend the cancellation clause to state: "Poll ma
I TAM REQUIRED not be non-renewed, canceled or materially Change d,.
Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is proyidedi
construed to relieve the contractor from liability in excess of to the City'. Notification shall be provided to the Ci_n_,
such Waits The CONTRACTOR shall carry the following by certified mail.
Waits of liability as required below: For Professional Liability coverage only, instead of the
Commercial General Liability cancellation language specified above, the City will accent a
General Aggreguc• $2,000.000!• written agreement that the consultant's broker will provide the
Products/Completed Operations $2,000,000!* required notification.
Aggregate
Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS:
PersonalfAdvertising Injury 1S ,000,000 1-07.20 Patented Devices,Materials, and Processes
Fire Damage(Am One Fire) $50,000
Medical Payments(Any One Person) $5.000 (APWA2
Soup Gap Liability 1�.,—�9W The Contractor shall assume all costs arising from the use of
• General Aggregate to apply per project patented devices,materials.or processes used on or
ted
(ISO Form 0�50a or ewival«u) rnoorpora in
**Amount may vary based on project risk the work, and agrees to indemnify: defend. and save harmless
Automobile ntay v Liability The Contracting Agency, and their
Bodily Ininry/Progeny 1S .000,000 duly authorized agents and employees from all acxioru of any
(Each AccideW nature for. or on account of the use of any patented devioM
wortoers'Compensation materials,or prod.
Statutory Benefits-Coverage A Variable SECHON 1-07.22 IS SUPPLEMB UM BY THE FOLLOWING:
(Show Washington Labor and Industries Number)
Umbrena Liability 1-07.22 Use of Explosives(APWA)
Each Oearrremce $1.W.000
General Aggregate Limit $1,000.000 Explosives shall not be used without specific authority of the
ProducmCompleted Operations $1.000,000 _Engineer,and then only under such restrictions as tray be rewired
Argreyte by the proper authorities Explosives shall be handled and used in
Professional Liability(If requires strict compliance with WAC 296-52 and such local laws, rules and
Each Ooainerrce/Irncidew/Cla'un S1,000,000 regulations that may apply. The individual in charge of the blasting
Aggregate $2.000.100 shall have a currant Washington State Blaster Users IAOCase- -
he City may require the CONTRACTOR to keep The Contractor shall obtain comply with, and Pay for such
T1
professional liability coverage in effect for up to two(2)years after permits and costs as are necessary in conjunction with blastutg
corrhpletion ns.
of the project. operatio
The Contractor shall promptly advise the QTY OF RENTON When the use of explosives is necessary for the of
proseaition
in writing in the event any general aggregate or other aggregate the Work,the Contractor's insurance shall contain a special cause
limits a reduced At their own expanse the CONTRACTOR permitting the blasting.
re
will reinstate the aggregate to comply with the mjnimnm Waits and 1-07.23 Public Convenience and Safety
requirements as stated in Section 1-07.18(3) and shall furnish the SECTION 1-07.23(1) IS SUPPLgMENTED BY ADDING THE
QTY OF RENTON a new Certificate of Insurance showing such FOLLOWING PARAGRAPH
coverage is in force.
SEMON 1-07180 IS REPLACED WIT fI THE FOLLOWING 1-07.23(1) Construction Under Traffic
SUPPLEMENTAL SPECIF CA_T7_ON 'EVIDENCE OF The contractor shall be responsible for eontrolliW.dust and
INSURANCE': mud within the Proiect limits and on any sired which is
Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the proms
shall provide evidence of insurance by submitting to the The contractor shall be prepared to use w�tcuoks,
CONTRACTING AGENCY the fol lowing: power sweepers and other pieces Inent as deemed
City of Renton Insurance Information Form (attadred necessary by the engineer,to avoid ctrdhng a nuisance'
herein)without modification. Dust and mud control all be considered as incidental to
2) Certificate of Insurance (Accord Form 25s or equivalent) flit project and no compensation will be made for this
conforming to items as specified in Sections 1-07.18(1), 1- section.
11./ 18(2) and 1-0718(3) as revised above. Other
Complaints of dust mud or unsafe p ices ract and/or
requirements are as follows: property damage to private Ownership wdl be transmitted
a Strike the following or similar wording: 'This to the contractor and prompt action in correcting them wall
Certificate is issued as a matter of information only be required by the contractor.
and confer no rights upon the Certificate Holder";
- I
b Strike the wording regarding cancellation notification
to the City: "Failure to mail such notice shall impose
Page-SP-11
Revision Date:May 19, 1997
1-08 Prosecution and Progress 1-08 Prosecution
and Progress
SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26(APWA) IS REVISED BY CHANGING ALL
FOLLOWING: REFERENCES TO "COMMISSION TAE SE�RETARy" OR
1-07.24 Rights of Way (APWA) "STATE"TO READ "CONTRACTINGAGENCY,"
SECTION 1-07.27 (APWA) IS REVISED By
Street right of way lines, limits of easements and limits of yGING
ALL REFERENCES TO "STATE" OR "
construction permits are indicated on the Drawings The me "CONTRACTING AGENCY."
Contractor's construction activities shall be confined within these
limits, unless arrangements for use of private property are made
Generally, the Contracting Agency will have obtained prior 1-08 Prosecution and Progress
to Bid opening, all rights of way and easements both permanent
and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPI.ACElj BY THE
Work. Exceptions to this are noted in the Contract Documents or FOLLOWING:
brought to the Contractor's attention by a duly issued Addendum
Whenever any of the Work is accomplished on or through 1-08.1 Preliminary Matters (APWA)
property other than public right of way, the Contractor shall meet
and fulfill all covenants and stipulations of any easemnR agreement 1-08.1(1) Preconstruction Conference(APWA)
obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with u*+to 10 c ies
P roperty. Copies of the easement agreements are included in the of the Contract Documents. Additional 'documems ma be
Contract Provisions or-made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to
practical afar they have been obtained by the Engineer undertaking each part of the Work the Contractor shall carefully
Whenever easements or tights of entry have not been acquired study and compare the Contract Doc tunan and checc and verify
prior to advertising,these areas are so noted on the Drawings The pertinent figures shown therein and all applicable field
Contractor shall not prooeed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to
where right of way, easements or rights of entry have not been the Fnguxer any conflict error or disciMancy which the
acquired until the Engineer certifies to the Contractor that the tight Contractor may discover.
of way or easement is available or that the right of entry has been After the Contract has -been executed but prior to the
received. If the Contractor is delayed due to ads of omission on the Contractor beginning the Work a preeonstruction boufetence will
Part of die Contracting Agency in obtaining easements rights of be held between the Contractor, the Engineer and such other
entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the
extension of time. The Comractor agrees that such delay shall no preconshuction conference will be:
be a breach of contract. 1. To review the initial progress schedule;
Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various
airy by the Contractor. This includes entry onto easerttents and parties associated or affected by the Work;
private property where private improvements must be adiusted. 3. To establish and review procedures for progress payment
The Contractor shall be responsible for providing without notifications,approvals submittals etc•
expense or liability to the Contracting Agency,any additional land 4. To establish normal working hours for the Work;
and access thereto that the Contractor may desire for temporary S. To review safety standards and traffic control;and
construction facilities, storage of materials or other Contractor 6. To discuss such other related items as may be pertinent to
needs. However, before using any private property, whether the Work.
EadJoming the Work or riot, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction
ngineer a written permission of the private property owner, and, meeting die following:
upon vacating the premises, a written release from the property 1. A breakdown of all hung sum items-,
owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing Submittals;and
reasons of construction pursued under this contras.The statement 3. A list of material sources for approval if applicable.
shall be signed by the private property owner,or proper authority 4. A Proiect Schedule.
acting for the owner of the private property affected stating that
permission has been granted to use the property and all necessary 1-08.1(1) Subcontracting(APWA)
permits have been obtained or, in the case of a release that the Work done by the Contractor's own organizadon tdhall account
restoration of the property has been satisfactorily accomplished for at least 30 percent of the Awarded Contract Price. Before
The statement shall include the parcel number,address and date of computing this percentage however,The Contractor may subtract
signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any Subyntcted
the Completion Date will be established. work on items the contact provisions specifically designates
be first excluded from the Awarded Contras Price.
The Contractor shall not subcontract work regardless of tier
unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides• If the
Engineer requests the Contractor shall provide proof that the
subcontractor has the experience ability,and equipment the work
requires. Each subcontract shall contain a provision which requires
the subcontractor to comply with Section 1-07.9 and to furnish all
certificates, submittals and statements required by the Contract
Documents.
Along with the request to sublet, the Contractor shall submit
the names of arty contracting firms the subcontractor proposes to
Page-SP-I2
Revision Date:May 19, 1997
1-08 Prosecution and Progress 1-08 Prosecution and Progress
use as lower tier subcontractors Collectively these lower tier Permission to work between the hours of 10:00 n m and 7.00
subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10.00 p rh and
total amount subcontracted to a subcontractor. When a 9.00 a.m. on weekends or holidays may also be sub*ea to noise
subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during there
or structures the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the
subcontractors without being subject to the 25 percent limitation. Contracting Agency's noise control regulations or complaints are
1 Furnishing and driving of piling or received from the public or adjoining property owners regarding
2 Famishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall
tensioning steel Except for the 25 percent limit, lower per have no claim for damages or delays should such permission be
subcontractors shall meet the same requirements as revoked for these reasons.
tractors Permission to work Saturdays. Sundays, holidays or other
The Engineer will approve the request only if satisfied with than the agreed upon normal straight tune working hours Monday
the proposed subcontractor's prior record equipment experience, through Friday may be given subject to certain other conditions set
ud ability to perform the work Approval to subcontract shall not. forth by the Contracting Agency or Engineer. These conditions
1 Relieve the Contractor of any responsibility,to carry out the may include but are not limited to: requiring the Engineer or such
contract, assistants as the Engineer may deem necessary to be present during
2 Relieve the Contractor of any obligations or liabt7ity under the Work: requiring the Contractor to reimburse the Contracting
the contract and the Contractor's bond Agency for the cost of eng salaries paid Contracting
3 Create any contract between the Contracting Agency and Agency employees who worked during such times: considering the
the subcontractor,or Work performed on Saturdays and holidays as working days with
4 the sub to the subcontractor arty rights against the regards to the Contract Time:and considering multiple work shifts
,. as multiple working days with respect to Contrad Time even
Contracfift The Contracting Agency will not consider as subcontracting; though the multiple shifts occur in a single,?A-hour period.
(1) mwchm of sand, gravel crushed stone crushed slag, batched Assistants may include, but are not limited to, survey crews:
rcn.,nr1 from the Contracting Agency's material testing_lab;
ooruxtitt aggregates, ready mix concrete off-site fabricated pe
structural steel other off-site fabricated items and any other ins r1Ars• and other Contracft Agency employees when in the
main
as supplied by established and recognized commercial opinion of the Engineer,such work necessitates their presence.
punts•or(2)delivery of these materials to the work site in vehncles 1-081 Reimbursement for Overtime Work of
owned or operated by such plants or by recognized codependent or Contracting Agency]Employees(APWA)
Commercial hauling companies.
However, the State IA1 cony determine that RCW_ 39.12 Where the Contractor elects to work on a Saturday. Sunday,
Me!ies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular
abort in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work
prVYs of Section 1-07.9. as modified or supplemented, shall shall be considered as overtime work. On all such oveitrme-work
an inspector will be PreStnt, and a survey crew may be sequin eel at
Tire Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the
pkadvantaged, Minority, or Women.s Business Enterprises firms Contracting Agency for the full amount of the straight time plus
that were subcontractors manufacturers regular dealers, or overtime costs for employees of the COntmcd g Agency t
service providers on the contract. This certification shall be to work overtime hours.
supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize
provided by the - the Engineer to deduct such costs from the amotmt due or to
If dissatisfied with any part of the subcontracted work. the become due the Contractor. _
Engineer may request in writing that the subcontractor be removed. SECTION I-08.4 IS DELETED AND REPLACED BY TSE
The Contractor shall comply with this ttiguest at once and shall not FOLLOWING:
employ the subcontractor for any further work under the contract. of the Work
1-08.4 Notice to Proceed and Prosecution
148.1 Hours of Work(APWA) APWA
Except in the case of emergency or unless otherwise approved
by,the Contracting Agency the normal straight time wodd ir
hours Notice to Proceed will be given after the cona d has have
for the contract shall be any -consecutive 84x= period between executed and the contract bond and evidence of insurances
7.00 a m and 6 00 p m of a working day with a maiumum 1-hour been approved and filed b the Owner. The Contractor g n F"
hmch break and a 5-day work week The normal straight time 8- commence the Work until the Notice to Prated
hour working period for the contract shall be established at the the Engineer. The Contractor siuil ce �Nn� to of
preepr aruction conference or prior to the Contractor commencing activities on the Project Site within ten_ _ itigentIy.
the Work. Proceed Date The Work thereafter shall be P�
ll s
If a Contractor desires to perform work on holidays,
vigorously, and without unauthorized interru tron until icai
Saturdays Sundays or before 7.00 a m p
or after 6:00 .m.on any completion of the work There shall be no voluntari
Shutdowns of
day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without p_�p
permi;sio:to work such times Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor front
8-hour period between 7.00 a.m. and 6.00 p.m. is not required. the Contractual:obligation to complete the work within the
Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time.
on the working day prior to the day for which the Contractor is
requesting permission to work.
c
Page-SP-13
Revision Date:May 19, 1997
1-09 Measurement and Payment
1-09 Measurement and payment
SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-05.11.
FOLLOWING.
_1-08.5 Time For Completion (Contract Time) (AP 1-08.10 Termination of Contract (APWA)WA, I
SECTION 1-08.101 IS SUPPLEMENTED BY REWSING ALL
The Work shall be physically completed in its entirety within REFERENCES TO "STATE TREASURE SrSI' DEPT OF
the time specified in the Contract Documents or as extended by the TORTATION" IN THE LAST SENT�F.NCE
Engineer. The Contract Time will be stated in "working days" PARAGRAPHS TO READ "CONTRACTT11rG AGENCY,■
shall begin on the Notice To Proceed Date and shall end on the SECTION 1-08.11 IS A NEW SECTION.-
Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's PIant and Equipment(RC)
on which the contract specifically suspends work, or one of these The contractor alone shall at all times be res holidays: January 1, adequacy,effici and sufficie of his and his subcontractor's
ible for the
Monday of
emorial Day. July 4, Labor Day, bcontractor's
November 11, ivi Day, Plant and equipment. The Owner shall have the ri hr to v
Ttienksg •ng y day after Thanksgiving, and of the contractor's plant and equipment ui the ri �e""
Christmas Day. When The day before Christmas shall be a work on the site of the work. nuance of an
holiday when Christmas Day occurs on a Tuesday or Friday The
day after Christmas shall be a holiday when Christmas Day occurs The use by fire Owner of such plans and rinmPnt ,�; be
on a Monday. Wednesday or Thursday When Christmas Day considered as extra work and paid for aocordragiy
occurs on a Saturday, the two preceding working days shall be Neither the Owner nor the enginteer assume any t_ ibilit
observed as holidays:- When Christmas day occurs on a Sunday at any tune, for the security of the site from the time contractor,s
the two working days following shall be observed as holidays operations have commenced until final z Lance of the-work by
Wtieii holidays other than Christmas fall on a Saturday, the the engineer and the Chvner. The contractor shall 1 such
rec dung Friday will be counted as anon working day and when measures as additional fencing barricades and watchmen seryia
they fall on a Sunday the following Monday will be counted as a as he deems necessary for the public safety and for the protection
poomworking day. The Contract Time has been established to allow of the she and his plant and MjLn Lit. The Owner will be
for periods of normal nickment weather which, from historical provided keys for all fenced secured areas
records is to be expected during the Contract Time and during 1-08.12 Attention to Work(RC)
which periods, work a anticipated to be performed Each
suave working day,beginning with the Notice to Proceed Date The contractor shall Live his personal attention to and shall
and ending with the Physical Completion Date shall be charged to supervise the work to the end that it shall be prosecuted faithfully,
the Contract Tune as it occurs except a day or part of a day which and when he is not personally present on the work site he shall at
is designated a nonworking day or an Engineer determined all times be represented by a competent superintendent who shall
unworkable day. have full authority to execute the same and to supply materials
The Engineer will furnish the Contractor a weekly report tools, and labor without delay, and who shall be the legal
showing (1) the number,of working days charged against the representative-of the contractor. The contractor shall be liable for
Cot><nct Tame for the preceding week: (2) the Contract Time in the faithful observance of any instructions delivered to him or to
working days; (3) the number of working days remaining in the his authorized representative
Contract Time; (4) the number of nonworking-days; and (5) any
partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment
previous week. This weekly report will be correlated with the
Contractor's current approved progress schedule If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING TTIE
elects to work 10 hours a day and 4 days a week(a 4-10 schedule) FOLLOWING. _
and the fifth day of the week in which a 4-10 shift is worked would
ordinarily be charged as a working day '"- the fifth day of that 1-09.1 Measurement of Quantities(RC)
week will be charged-as a working day whether or not the
Contractor works When items are specified to be paid for by ton it will be the
The Contractor will that day.will be allowed 10 calendar days from the date Contractor's responsibility to see that a certified weight ticket is
given Timor � � protect at the time of delivery of
of each report m to to file a written protest of an alleged materials for each truckload delivered Pay quantities will be
report will m the Contract Tune as reported Otherwise- the prepared on the basis of said tally tickets delivered to the Inspector
report will be deemed to have been accepted by the Conaacxor as
correct.. at the time of delivery of materials Tickets not receipts die
The requirements for scheduling the Final Inspection and Inspector will not be honored for payment
establishing the Substantial Completion Physical Completion and Where items are specified to be paid by the ton the following
_Completion Dates are specified in Sections 1-05 11 and 1-05.12. system will be used:
Each truck shall be clearly numbered to the satisfaction of the
Engineer and there shall be no duplication of numbers
Duplicate tickets shall be prepared to aocompaiiy each
truckload of nuterial delivered to the proiect The tickets shall
bear at least the following information
1. Truck Number
2. Trick tare weight(stamped at source)
3. Gross truck load weight in tons(stamped at source)
4. Net load weight(stamped at source)
5. Driver's name and dttte
Page-SP-14
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S
7. Pay item number. MATERIAL LABORATORY."
8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE
The Contractor shall submit a breakdown of costs for each FOLLOWING.
lump sum Bid Item Tlx breakdown shall list the items included in
the lorry sum together with a unit price of labor, materials and 1-09.9 Payments (APWA)
equipment for each item The summation of the detailed unit
prices for each item shall add up to the lump sum Bid. The unit 1-09.9(1) Progress Payments("WA)
price values may be used as a guideline for determining progress Progress payments for completed work and material on hand
payments or deductions or additions in payment for ordered work
changes The detailed detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Fngi progress estimate cutoff date will be established at at A
be submitted to the Engineer prior to the Preconstructton the
Conference. preconstruction meeting.
Within 3 days after the progress estimate cutoff date(but not
SECTION 1-09.2(APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the
ALL REFERENCES TO "MATERIAL RECEIVER' TO READ Engineer for review an Application for Payment filled out and
'ENGINEER" signed by the Contractor, covering the work completed prior to the
ION 1-09.3 IS SUPPLEMENTED BY ADDING THE
progress estimate cutoff date.The Application for Payment shall be
SBGT
SECT OWING: accompanied by documentation supporting the Contractor's
Application for Payment.
1-09.3 Scope of Payment(APWA, RQ If payment is requested for materials and equipment not
incorporated in the work,but delivered and stored at avvmel sites
Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Doctnnetts, the Application for Payment
Items listed or referenced in the"Payment"clause of each Section shall be accompanied by a bill of sale, invoice, or other
of the Standard Specifications will be the only items for which documentation warnxntmg that the Contractor has received the
lion will be made for the Work described in or specified materials aW equipment and evidence that the materials and
in that particular Section when the Contractor Performs ttie equipment are covered by appropriate insurance or other
specified Work Should a Bid Item be listed in a"Payment"clause arrangements to protect the Fmgineer's interests therein.
but not in the Proposal Forst,and Work for that item is performed The initial progress estimate will be made not later than 30
by the Contractor and the work is not stated-as included in or days after the Contractor commences the Work.,W successive
incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the
be required to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made during progress of the
04.1,then payment for that Work will be made as for Extra Work _Work are tentative and made only for the purpose of determining
putsuam to a Change Order. progress payment The progress estimates are subject to change at
The words"Bid Item," Contract Item."and`Pay Item,"and any time prior to the calculation of the Final Paymen_t per
similar terms used throughout the Contract Documents are Section 1-09.9(4).
synonymous. The value of the progress estimate will be the sum of the
If the 'payment" clause in the Specifications relating to any following: –
unit Bid Item price in the Proposal Form requires that said unit Bid l Unit Price Items in the Bid Form — the approximate
hart prix cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the
or material essenttial to the item then the work or material will not Unit Price.
be measured or paid for under any other Unit Bid Item which may 2 Lump Sum Items in the Bid Form — the estimated
appear elsewhere in the Proposal Form or Specifications• p e Bid Forms amount for each
Pluralized unit Bid Items appears in these Specifications are jump Sum Item.
changed to singular form. 3 Materials on Hand et
90 pit of invoiced cost of
Payment for Bid Items listed or referenced in the"Paymer material delivered to Job site or other storage arm arniroved by the
dause of any particular Section of the Specifications shall be Engineer.
considered as including all of the Work required or 4 change Orders entitlement for approved extra cost or
described in that particular Section. Payment items will gn2allY completed extra work as determined by the Engineer.
be listed generically in the Specifications and specufically m the p payments will be made rn accordance with the
bid form When items are to be 'furnished" under one payment progress estimate less:
items and "installed" under another payment item such items shall 1 Five(5)percent for retained percentage.
be furnished FOB project site or, if specified in the Special 2 The amount of Progress Payments nrevtoio made•
Provisions delivered to a designated site Materials to be 3 Funds withheld by the Contractuta A° ' for
'furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents.
shall be the regxmsibility of the Contractor with regard to storage Progress payments for work performed shall trot be evidence
until such items are incorporated into the Work or, if such items of acceptable performance or an admission the Contracttn
are not to be incorporated into the work delivered to the applicable Agency that any work has been satisfactorily completed•
Contracting Agency storage site when provided for in the Payments will be made by warrants issued by the Continue
Specifications Payment for material 'furnished,' but not yet Agency's fiscal officer,against the appropriate fund source for the
incorporated into the Work may be made on monthly estimates to project Payments received on account of work performed a
the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250•
SEC 7ON 1-09.8(APWA)IS SUPPLEMENTED BY REVISING
ALL REFERENCES TO "HEADQUARTERS' MATERIAL
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 1-09_9(3) Contracti A enc 's Ri ht to
Pursuant to RCW 60.28 there will be retained from monies and Disbuitse Certain Amo Withhold
earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained ursuant to RCW�WA
S percent of the monies earned by the Contractor. Such retainage sub'ect to RCW 39.04.250 RCW 39.12 and 60.28 and
shall be used as a trust fund for the protection and payment (1)to Contractor authorizes the Engineer to withhold RCW 39.76 tlhe
the State with respect to taxes imposed pursuant to Title 82 RCW due or deduce an amount from ents
which may be due from such Contractor,and (2)the claims of any Contractor which in the „ or a due tlne
Engineer's opinion may tug
person sing under the Contract, cover the Contra 's costs for or to to
Monies reserved under provisions of RCW 60.28 shall at the following situations: the
option of the Contractor be: 1. Damage to another contractor when there
1. Retained in a fund by the Contracting oency thereof and a claim has been filed, is evidence
2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or
bearing account in a bank mutual savings bank or savings and public authorities or municipalities which the cha es to
loan association(interest on monies so retained may be paid to the obligated to pay. Contractor is
Contractor). 3. Utilizing material, tested and .
3. Placed in escrow with a bank or mist co*+namr b the me b' !4e r' ineer
Y for purposes not connected with the Work(Section 1115 6)
Contracting Agency.When the monies reserved are to be placed in 4. Landscape damage assessments per Section 15,1l t
escrow the Contracting Agency will issue a check representing the S. For overtime_work performed by City personnel per
sum of the monies reserved payable to the bank or trust cogLm Section 1-08r overtime
and the Contractor Windy. Such check Shan be converted into 6. Anticipated or actual failure of the
bonds and securities chosen by the Contractor and approved by the Contractor to
complete the Work on tmle
Contracting Agency-arid the bonds and secirites held in escrow. a. Per Section 1-08.9 Liquidated Damage or
Interest on the bonds-and securities may be paid to the Contractor b. Lads of construction progress based upon the
as the merest accrues' review of the Contractors approved progress schedule which
The Contractor shall designate the option desired Jon the indicates the Work Will not be completed within the Contract'lime
When calculating an anticipated time oveffun the Engineer will
at make allowances for weather delays approved unavoidable delays
least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this
Contract. The Contractor in choosing option (2) or (3) agrees to subparagraph vvnn be based upon the liquidated damages amount
assmne full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number
escrow servicem brokerage charges or both and further agrees to of days the Contractor's approved progress schedule in the opinion
assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract
ep toentages in securities. The Contracting Agency may also at its Time.
optwn, accept a bond for all or a portion of the contractor's 7. Failure_ of the Contractor to perform any of the
t+aatmge. Contractor's other obligations under the contract, includin but not
Release of retained percentage will be made 60 days following limited to: g
the Completion Date (pursuant to RCW 39 12 RCW 39 76 and a. Failure of the Contract th
or to provide e Engineer with a
_RCW 60.28)provided the following conditions are met: field office when required by the Contract Provisions
1. On Contracts totaling more than$20.000.00, a release has b. Failure of the Contractor to protect survey stakes
been obtained from the Washington State Department of Revenue markers, etc„ or to provide adequate survey work as required by
(RCW 60.28.051). Section 1-455.
2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or
the retained percentage. unauthorized work(Section 1-05.8)
3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's
Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection
(RCW 39.12.040). as required by Section 1-06.3.
In the event claims are filed the Contractor will be paid such e. Failure to submit w8ekly payrolls Intent to Pay.
retained percentage less an amount sufficient to pay any such Prevailing Wage forms or correct undetpayrnart to employees of
claims together with a sum determined by the Contracting Agency the Contractor or subcontnnctor of any tier as required by Section
sufficlent to pay the cost of foreclosing on claims and to cover 1-07.9.
attorney's fees.
f. Failure of the Contractor to pay worker's benefits (Title
Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07 10
minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval
Pursuant to Section 1-07.10 the Contractor is responsible for of a progress schedule per Section 1-08.3.
submitting to the State L&I a "Request for Release"form in order The Contractor authorizes the Engineer to act as agent for the
dfor the Contracting Agency .to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to
epartment with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment.
Wmedical aid premiums. The Contracting Agency will entire the Disbursement of such funds if the Est sneer elects to do so will be
ashington State Employment Security Department and any made only afar giving the Contractor 15 calendar dais-n°r
applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so and if
notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period
those departments or agency organizations 1, no kel action has commenced to resolve the validity of
the claims,and
2. the Contractor has p2t protested such disbursement.
Page-SR-16
Revision Date:May 19, 1997
1-09 Measurement and Payment - 1-09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances and
Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract
payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally s!R% ehe Final
payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Sxtion__ t
Contracting Agency shall not be liable to the Contractor for such 0. 5.12), -
payment trade.in good faith. 1-09.11 Disputes and Claims
If legal action is instituted to determine the validity of the
claims prior to expiration of the 15-day period mentioned above
the Engineer will hold the funds until determination of the action or SECTION I-09.II(2)IS REVISED AS FOLLOWS:
fu
written settlement agreement of the parties. 1-09.11(2) Claims (APWA)
1-09.90 Final Payment("WA) Failure to submit with the Final Application for Payment gins{
Upon Acceptance of the Work by the Contracting Agency the ch information and details as
final amount to be paid the Contractor will be calculated based described in this section for any claim shalt operate as a waiver of
upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9.
by the Contractor of the Final Payment shall be and shall operate as SEC77ON 1-09.11(3) IS DELETED AND REPLACED BY THE
a release:
FOLLOWING:
1. to the Contracting Agency of all claims and all liabilities
of the Contractor, other than claims in stated amounts as may 1-09.11(3) 11me Limitations and JUrisdiWon
specifically excepted in writing by the Contractor, ( A)
2 for all things done or furnished in connection with the This contract shall be construed and
interpreted in accordance
work' with the laws of the State of Washington.The venue of any claims
3 for every act and neglect by the Contracting Agency:and or causes of actions arising from this contract shall be in the
4 for all other claims and liability relating to or arising out Superior Court of the county where the work is performed.
of the Worst. For convenience of the parties to this contract, it is mutually
A payment(montlity, final retainage, or otherwise) shall not agreed that any claims or causes of action which the contractor has
rektase the Contractor or the Contractor's Surety from any against the Contracting Agency arising from this contract shall be
obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the
the Contras Bond; tar shall such payment constimte a waiver of contract by the Cortracting Agency. The parties understand and
the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time
findings of non-compliance with the WMBE require meats of the period provided shall be a complete bar to any such claims or
Contract; nor shall such payment preclude the Contracting Agency causes of action.
from r0mvaing damages setting penalties or obtaining such other It is further mutually agreed by the parties that when any
remedies as may be Permitted by law, claims or causes of action which a Contractor asserts against the
Before the Work will be accepted by the Contracting Ages Contracting Agency arising from this contract are fled with the
the Contractor shall submit an affidavit, on the form provided by Contracting Agency or initiated in court the Contractor shall
the Engineer, of amounts.paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records
minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating
nartic�r0m in the Work. Such affidavit shall certify the amounts the claims or actions.
paid to the DB MBE or WBE subcontractors regardless of tier.
On Fedmally-funded proiects the Contractor may also be 1-09.13 Arbitration
required to execute and furnish the Contracting Agency an affidavit
certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY
or gift and money pursuant to Section 1-07,19 of these REPLACING ALL REFERENCES TO "TIIURSTON COI7IVTY'
Specifications. WITH TEE WORDS"SING COUNTY."
If the Contractor fails refuses or is unable to sign and return SECT70N 1-09.13(3)IS SUPPLEMENTED BY ADDING:
the Final Progress Estimate or any other documents required for
the final acceptance of the contract, the Contracting Agency 1•-09.13(3) Procedures to Pursue Arbitration(RQ
reserves the right to establish a completion date and unilaterally ,1,he findings and decision of the board of arbitrators shall be
accept the contract. Unilateral acceptame will occur only after the party within
Contractor has been provided the opportunity, by written request final and bindings the parties unless then b se ,
from the Engineer, to voluntarily submit such documents. If 10 days challenges the findings and decision by serving and ��
voluntary compliance is not achieved formal notification of the a petition for review ds the superior court of King C�n�
impending unilateral acceptance will be provided by certified letter Washington The grounds for the petition for review are limited to
from the F miner to the Contractor which will provide 30 calendar showing that the findings and decision:
days for the Contractor to submit the necessary documents. The 1 Are not responsive to the questions submitted;
2
30-calendar day deadline shall begin on the date of the postmark of Is contrary to the terms of the contract or any compnent
o
thereof;
the certified letter from the Engineer requesting the necessary 3.documents. This reservation by the Contracting Agency to 3 is arbitrary and/or is not based upon the Anplioable faots
unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration. The
completed is accordance with Section 1-08.5 or for contracts that
board of arbitrators shall support its decision by sctun fg ortii in
are terminated in accordance with Section 1-08.10. Unilateral Ming their findings and conclusions based on the evrdcncc
acceptance of the contract by the Contracting Agency does not in adduced at any such hearing.
any way relieve the Contractor of the provisions undo contract or
t-
Page-SP-17
Revision Date:May 19, 1997
1-10 Temporary Traffic Control 1-10 Temporary Traffic Control
The arbitration shall be conducted in accordance with the If the Engineer Loquires the Contractor to furnish additional
statutes of the State of Washington and court decisions governing channelizin devices ieces of ui merit or services Wa�rntt
such procedure. not be usual) anticipated b a r ud cont Id
ent contractor
The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic then a new for the
and the contractor unless it is the board's majority opinion that the ma be established to a for such items. F for
items
Further limitattions for
contractor's filing of the protest or action is capricious or without consideration of payment for these items arc that
reasonable foundation. In the latter case all costs shall be borne covered by other pay items in the bid picric are not
by the contractor. fled m the S Provisions as inetd an not
coral and the
accumulative cost for the use of each individual
device piece of ui menu or service must exntielizm
1-10 Temporary Traffic Control S200 tow
cost for the duration of their need. In the event of di
Engineer will determine what is usually anti L!L the
SECTION I-IO.I IS SUPPLEMENTED BY ADDING THE a -ruder
FOLLOWING: contractor. The cost for these items will be b a reed rice
established by the Engineer, or by force account Arid;r , items
1-10.1 General RQ required as a result of the Contractor's modtficatton to the traffic
When the bid proposal includes an item for 'Traffic Control " control plan(s)appearing rn the contract shall not be covered
the work requited for this item shall be all items described in provisions in this paragraph. by the
Section 1-10, including, but not limited to: If the total cost of all the work under the contract;_erect_or
1. Furnishing and maintaining barricades flashers decreases by more than 25 percent an equitable adjusbineztt will be
construction signing and other channelization devices considered for the item Traffic Control to address the increase or
unless a pay item is in the bid proposal for any specific decrease.
device and the Special- Provisions specify furnishing, SECTI I- TRAFFIC ON 10.2(I) T CONTROL SUPERVISOR IS
maintaining, and payment in a different manner for that REVISED 1-FOLLOWS
device
2. Furnishing traffic control labor,equipment and supervisory 1-10.2(1)Traffic Control Supervisor RR (SA)
personnel for all traffic control labor;
K
3. Furnishing any necessary vehicle(s) to set up and remove r,=
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
No separate pay item will be provided in the bid proposal for The item "Traffic Control" will be considered for an equitable
Class A or Class B construction signs adjustment per Section 1-04.6 only when the to contract price
4;01;Gtpjct;QA Signs Will be limited to the labor. GoRt to '40 thc A.vatu increases or decreases by more than 25 percent. .
1 etlur—costs for the work to "
provide Class A or Class B construction signs shall be included in The Lump Sum wait contract price per-l�shall be frill
the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car
bid proposal. driver(s),and the appropriate pilot car sign(s)for any ana-pilot
car operation. Any necessary flaggers will be paid under the
SECTION 1-10.30 IS REVISED AS FOLLOWS: item for traffic controlaabo;: IF
1-10.30 One-Way Piloted Traffic Control Through The Lump Sum wait contras
Construction Zone Pace shall �full
pay for all costs for the labor provided for performing thOSe
construction operations described in Section 1-10.3(1) and as
authorized by the Engineer bC
u =vc4ioA Signs Class ++
The Lump Sum unit contract price
paacl--ama-shall be full pay for all costs for performing the
'CA ;A Sowell 1 10 30) if the GGAUzactine -enry ;G 4o 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
14-raffiG CGIUm1r Class A signs, and ultimate return of at[ Contracting Agency-
Coatrarlor-Frrrniahed One-Way Pdoled Traffic Comic!. The furnished
Contractor shall furnish the pilot car(s)and driver(s)for the pilot car
control area. Any necessary flaggers shall be famished by the
Contractor "
The Lump Sum wait contract price$cruel be full
„ vAll pay for all costs involved in furnishing the persons)assigned
as the "Traffic Control Supervisor" Ataing an 9 --1
DELFT N SECTION I-10.4 AND REPLACE WITH: All costs for the vehicle(s)required foe
the Traffic Control Supervisor shall be included in the Iupm
1-10.4 Measurement(RC) (SA) Sum wait contract price for"Traffic Control-Superosie;."
"
No specific unit of measurement will apply to the lump sum
item of"Traffic Control"
SECTION I-10.S IS REVISED AND SUPPLSI MT ED AS "
FOLLOWS:
1-10.5 Payment(RC) be Paid
Payment for all labor, materials, and equipment described in
Section 1-10 will be made in accordance with Section 1-04.1, for
the following bid itcau when dwy am-included in the proposal:
'Traffic Control,"lump sum Mqacau --
The h!mp sum contract price shall be full pay for all costs not " all be full coveted by other specific pay items in the bid proposal for The Lump Sum unit-contract price p"—day-,shall
taishine installing maintaining and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles
fu
devices required by the contract and as directed by the Engineer to for the work descnbcd in Section 1-103(2}.-TTu-ep�
conformance with accepted standards and in such a manner as to
maximize safety,and minimize disruption and inconvenience to the tabor.
public..
Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards
will be made as follows:
a When the initial warning signs for the beginning of the
project and the end of construction signs are installed 1-11.1(1) Responsibility for surveys-
mid approved by the Engineer, 30 percent of the All surveys and survey reports shall be prep�r� under the
amount bid for the item will be paid. direct supervision of a person registered to practice land stirveVmg
b Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared to accordance
bid for the item will be paid on a prorated basis in f uro�stratton for
accordance with the total job progress as determined with the requirements established by the Board of
Engineers and Land urveyors under the provrstons of
by progress payments. Chapter 18.43 RCW.
Page-SP-19
Revision Date.May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
1-11.1(2) Survey Datum and Precision(RC) In those cases where an electronic data collector is used a hard r
The horizontal component of all surveys shall have as its co print out in ASCII text format will accom an the field notes,
coordinate base: The North American Datum of 1983191
All horizontal control for projects must be referenced to or in 1-11.1(5) Cornets and Monuments(RC)
conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncts!rP F
more bounds lines. A monument is usuall set at such ' two or
Control Network monuments. The source of the coordinate values ints to
used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground_
The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record which
the closure requirements of WAC 332-130460. The control base marks or accurately references:
lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard • A coiner or other survey point established by or under the
Detail Requirements for ALTA/ACSM Land Title S7 eys jointly supervision of an individual per section 1-11 1(11 soil any
established and adopted by ALTA and ACSM in 1992 or corner or monument established b the General Land pffy
comparable classification in future editions of said document. The and its successor the Bureau of Land Nla_nawe t including
angular and linear closure and precision ratio of traverses used for section subdivision corners down to and including one_
survey control shall be revealed on the face of the survey drawing sixteenth corners;and
as shall the method of adjustment.
The horizontal component of the control system for surveys Any Permanently monamentCd boundary ri t of way
using global positioning system methodology shall exhibit at least 1 alignment,or horizontal and vertical control points established
part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including
95 percent confidence level and performed pursuant to Federal street_ intersections but excluding dependent interior lot
Geodetic Control Subcommittee Standards for GPS control surveys Cow•
as defined in Gedmanc Geodetic Accxcracy Standards &
Ste'ie0kations for Using GPS Relwive Positioning Tedrnigues dated 1-11.10 Control or Base Llne Survey(RC)
August 1. 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all
Said document.• construction protects that will create permanent structures such as
The vertical component of all surveys shall be based on roads, sidewalks bridges utility lines or appurtenances s;gnat or
NAVD 1988, the North American Vertical Datum of 1988 and light poles, or any non-single family building Control or Base
tied to at kart one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent
benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be
the proiec t site a tie to both shall be made. The benclunark(s)used observed for staling or "as-bunting" while occupying one such
will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument A minimum of
not exist within 3000 feet of a project one must be set on or near two of these permanent monuments shall be existing monuments
the protect in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or
duoughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in tarn and shall
(bGtdunark)will be shown on the drawing as well as a description satisfy all applicable requirements of Section 1-11 1 herein
of any bench marks established. The drawing depicting the survey shall be neat, legible and
drawn to an appropriate scale. North orientation should be clearly
1-11.1(3) Subdivision Information(RC) presented and the scale shown graphically as well as noted. The
Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half
the controlling monuments used and the subdivision of the original scale remains legible.
applicable quarter section. If recording of the survey with the King County Recorder is
Those surveys dependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch mylar and will
shall reveal the controlling monuments measurements and comply with all provisions of Chapter 58.09 RCW. A
methodology used in that retracement. photographic mylar of the drawing will be submitted to the City of
1-11.10 Meld Notes (RC) Renton and, upon their review and acceptance per the specifc
Field notes shall be kept in conventional format in a standard requirements of the protect the original will be recorded with the
King County Recorder.
bound field book with waterproof pages. In cases where an If recording is not required the survey drawing shall be
electronic data collector is used field motes must also be kept with a prepared on 22 inch by 34 inch mylar, and the ori ginal or a
sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton-
station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of
122!2L WAC 332-130-050 and shall conform to the City of Renton's
Every point located or set shall be identified by a number and Drafting Standards American Public Works Association symbols
a description. Point numbers shall be unique within a complete shall be used whenever possible and a legend shall idertti all
job. The preferred method of point numbering is field notebook symbols used if each point marked by a symbol is trot described at
page and point set on that page Example: The first point set or each use
found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the
No.348.16.01,the second point would be 348.16.02,etc drawing shall be submitted with each drawing The listing should
Upon completion of a City of Renton project either the field include the point number designation (corresponding with that in
notebook(s) provided by the City or the original field notebook(s) the field notes) a brief description of the point, and northing,
used by the surveyor will be given to the City. For all other work casting and elevation (if applicable) values all in ASCII formats
surveyors will provide a copy of the notes to the City upon request on IBM PC compatible media.
r-
Page-SP-20
Revision Date:May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
1-11.10 Precision Levels(RC) 1-11.1(12) Montunent Setting and Referencing m�
Vertical Surveys for the establishment of bench marks shall All property or lot corners, as defined in
satisfy all applicable requirements of section 1-05 and I-11.1. established or reestablished on a plat or other recorded survey shall
Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner nnirn ,.,.r I
meet or exceed the standards specifications and procedures of third 11.2(1). In situations where such markers are impractical or in
order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots a wWI=
Control Committee. marker shall be set. In most cases this will be the extension of the
Bench marks trust possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the
stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or
both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record e g "Tact s
in lead on the extension of the lot side lines have been set in the
1-11 1(8) Radial and Station—Offset Topography curbs on the extension of said line with the curb." In ail other
cases the corner shall meet the requirements of section 1-11 2(1)
Topographic surveys shall satisfy all applicable requirements herein.
of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5) shall meet
All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument
topography or establishing baselines for station—offset topography falls with m a paved portion of a right of way or order aura the
shall meet the requirements of section 1-11.1 herein. monument shall be set below the ground surface and contained
The drawing and electronic listing requirements set forth in within a-lidded case kept separate from the monument and flush
section 1-11 1 herein shall be observed for all topographic surveys. with the pavement surface,per section 1-11203).
In the case of right of way centerline monuments all points of
141.1(9) Radial Topography(RC) curvature(PC),points of tangency(M.street intersections,center
Elevations for the points occupied or back sighted in a radial points of cut de sacs shall be set. If the point of intersection, PI
Lopograrrnhic survey shall be determined either by 1)spirit leveling for the tangents of a curve fall within the paved portion of the right
with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way,a monument can be set at the PI instead of the PC and PT
Committee third order elevation accuracy specifications, OR 2) of the curve.
trigonometric leveling with elevation differences determined in at For all non comer momuments set while under contract to the
least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision
drarit not to exceed 0.1 feet. of property a City of Renton Monument Card (furnished by the
city) identifying the momument; point of intersection(PI) point of
141.1(10) Station--Offset Topography(RQ tangency(PT), point of curvature (PG) one-sixteenth corner, Plat
Elevations of the baseline and topographic points shall be monument, street intersection etc., complete with a description of
determined by spirit leveling and shall satisfy Federal Geodetic the monument,a minimum of two reference pouts and NAD 83/91
Control Committee specifications as to the tam points and shall not coordinates and NAVD 88 elevation shall be fulled out and filed
exceed 0.1 foot's error as to side shots. with the city.
1-11.1(11) As-Built Survey(R(;) 1-11.2 Materials
All improvements required to be 'as-built" ()ost construction
survey) per City of Raton Codes TITLE 4 Building Regulations 1-11.2(l) Property/lAt Cornets(RC)
and WILE 9 Public Ways and Property must be located both Comers per 1-11.1(5)shall be marked in a permanent manner
horb=Wly and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in moth_ durable metal
survey The'as-built' survey must be based on the same base line plugs or caps tack in lead etc and permanently marked or tagged
or control survey used for the construction staking survey for the with the surveyor's identification rtunber The specific nature of
improvemets being 'as4mUt' The 'as-built' survey for all the marker used can be dcterin;ned-by Fh suuveyor at the time of
subsurface improvements should occur prior to bacldilling. Close installation.
cooperation between the installing contractor and the 'as-builting"
surveyor is therefore required. 1-11.2(2) Monuments(RC)
All'as-built' surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set
1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans Page H031 and penmanentl�
surveys made in conformance with these Specifications. marked or tagged with the surveyor's ideitificahon mm11
The field notes for 'as-built" shall meet the require nests of
section 1-11.10) herein and submitted with stamped and signed 1 11 2(3) Monument Case and Cover
'as4milt' drawings which includes a statement qq ifying the Materials shall meet the requirements of section 9-22 and City
accuracy of the as built". of Renton Standard Plans page H031.
The drawing and electronic listing requirements set forth in
section 1-11 1(6) herein shall be observed for all 'as-built"
surveys.
t-
Page-SP-21
Revision Date:May 19, 1997
2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and
Embankment
Division 2 Earthwork quantities.and changes will be com
uteri either
manually orb means of electronic data rocess'In i ttient b
Earthwork use of the averse end area method, than es to the
work as directed by the Engineer that would alter these ties
shall be calculated by the Engineer and submitted to the Contractor
Removal of Structures and for his review and verification
Any excavation or embankment be and the limits indicated in
Obstructions the Plans unless ordered b the En ineer, shall not be id for.
All work and material aired to return these areas to their
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions as directed b the tiger shall be Provided
FOLLOWS: by the Contractor at his sole expense
All areas shall be excavated filled and/or backfilled as
2-02.3(3) Removal of Pavement, Sidewalks, and necessa to coin 1 widh the races shown on the Plans. In filled
Curbs R� and backfilled areas fine din shall be in duri the la cement
and the compaction of the final layer. ht cut sections f
In removing pavement, sidewalks, and curbs, the Contractor
shall: shall begin within the final six ( inches of cut Final ading
1. Haul broken-up pieces into shall produce a surface which is smooth and even wirt,out ab--
to some off-project site. changes in grade.
i Cover- aqy;#j�9086 Excavation for curbs and gutters shall be a Iished by
cutting accurately to the cross sections grades and elevations
S. When an area where pavement has been removed is w be shown. Care shall be taken act to excavate below the ed
opened to traffic before pavement patching has been completed grades. The contractor shall maintain all excavations free from
teiporary mix asphalt. concrete patch shall be required debris i quantities of leaves brush sticks gash and other
Temporary patching shall be placed to a minimum depth of 2 debris unW fioa!acceptance of the Work
inches immediately after baccfilling and compaction are complete Following removal of topsoil or excavation to grade and
and before the road is opened to traffic MC cold mix or MC hot before placement of fills or base course the subgrade under the
mix shall be used at the discretion of the Engineer. roadway shall be proofiolied to identify any soft or loose areas
— - If pavements, sidewal which may wat rant additional compaction or excavation and
Pa ks. or curbs lie within an excavation replacement.
area-and are not mentioned as separate pay items, their removal
will be paid for as part of the quantity removed in excavation. If The Contractor shall provide temporary drainage or protection
�, - to keep the subgrade free from standing water,
•
rrhe Acceptable excavated native soils shall be used for fill in the
�onc�d as a separate item is the proposal,they will be measured red area requiring fills. Care shall be taken to place excavated material
and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified
inducted in the quantity calculated for excavation. compaction Any native material used for fill shall be free of
SEC77ON 2-02.5 IS SUPPLEMENTED BY ADDING. organics and debris and have a maximum particle size of 6 inches
It shall be the responsibly of the Contractor to prevent the
2-02.5 Payment�R native materials from becoming saturated with water. The
2. "Saw Cutting",per Lineal Foot measures may include sloping to drain, compacting the native
3. "Remove Sidewalk' per Square Yard materials, and diverting runoff away from the materials If the
4. "Remove Curb and Gutter` per Lineal Foot Contractor fails to take such preventative measures any costs or
S. "Cold Mix",per Ton delay related to drying the materials shall be at his own expense
6. "Remove Asphalt Concrete pavement,"per square Yard If the native materials become saturated, it shall be the
7. "Remove Cement Concrete pavement,"per square yard responsibility, of the Contractor to dry the materials to the
8. `Remove existing per Optimum moisture content If sufficient acceptable native soils are
All costs related-to'the removal and dicnncal of structures and not available to complete construction of the roadway a mba_nkmeM
obstructions including saw cutting excavation backfilling and Gravel Borrow shall be used.
temporary asphah shall be considered incidental to and included in If subgrade trimmer is not required on the proiect,all portions
other items unless designated as specific bid items in the proposal. of Section 2-03 shall apply as though a subgrade trimmer were
specified.
2-03 Roadwa If sufficient acceptable native soils as determined by the
y Excavation and Engineer,are not available to complete construction of the roadway
Embankment embankment, Gravel Borrow meeting the requirements of Section
9-03.14 of the Standard Specifications shall be used.
SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING:
2-03.3 Construction Requirements(RC) 2-03.4 Measurement(RC)
Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to
excavated from within the limits shown on the plans Suitable measure work perfot-med unless specific exceptions in other
excavated material shall be used for embankments while surplus sections provide otherwise:
excavated material or unsuitable material shall be disposed of by 1. At the discretion of the engineer, roadway excavation,
the Contractor. borrow excavation and unsuitable foundation excavation - by the
L
Page-SP-22
Revision Date:May 19, 1997
2-04 Haul 2-09 Structure Excavation
cubic yard (adjusted for swell) may be measured by truck in the 2_06 Subgrade Preparation
hauling vehicle at the point of loading. The contractor shall
provide truck tickets for each load removed. Each ticket shall have
the truck number,time and date, and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
SECTION 2-03.5 IS REVISED AS FOLLOWS:
2-06.5 Payment(RC)
2-03.5 Payment (RC) Subgrade preparation and maintenance including wa!rdrig
Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs
are included in the proposal: thereof shall be included in the appropriate unlit or lump sum
1. "Roadway Excavation" or"Roadway Excavation—Area contract bid prices.
A(B, C, etc.)",per cubic yard.
When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation
subgrade, unit contract prices for roadway excavation and haul
shall apply. If he orders excavation more than 2 feet below SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE
subgrade, that pail below the 2-foot depth shall be paid for as
provided in Sectioaa-04.4 Item 3 of this payment section. In this FOLLOWING.
case,all items of work other than roadway excavation shall be paid 2,09.1 Description (RC)
at unit contract prices. This work also includes the excavation, haul, and disposal of
The unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable excavating. loading. placing, or otherwise disposing of the materials including buried logs and stumps.So;haul, die linit Gontr=price a&prAwided*A SectiOR 2-04 Shall apply, except "on dw Pay item ir, ch.GMAR. ar, including material.
2-09.3 Construction Requirements
tThe unit contract price per cubic yard shall
include haul. SEC77ON2-09.3(I)D IS REVISED AS FOLLows.
3. "Unsuitable Foundation Excavation".per cubic yard. 2-09.3(1)D Disposal of Excavated Material(RC)
The unit watt price per cubic yard for "Unsuitable
All costs for disposing of t excavated material within the project
Foundation Excavation" shall be full pay for excavating, loading,
=0 disposing of the material. limits shall be included in the unit contract price for structure
excavation. Chess A or B.
Med in Sect-on 1 04 shall apply, ercept "an &be bid ksm iG 1111A 112411 44 =464A tg
;hovm ac �cludiag haul In T �. A;GPQGal Gi4s. the State -3xi-11 Pay as
he unit contract price per P;vvidsd -A SectioA 3-04 4 for-loadiag and hauling The Sute will
cubic yard shall include haul. not pay fQr. handling at the dispowl site Any rsuGh dispor,4 shall
7. «
If the contract includes structure excavation, Class A or B.
capw=doa" "I be full pay f4. Al material, labor.. 4001s,
including haul, the unit contract price shall include all costs for
loading and hauling the material the full required distanoei
otherwise all such disposal costs shall be considered incidental to
When embankma= nrc made by Method Payment for the work.
embankment compaction will not be made as a separate item.-All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS
costs for embankment compaction shall be included in other bid FOLLOWS.
items involved.
2-09.4 -Measurement(RC)
2-04 Haul Gravel backfill. All gravel backfill will be measured by the
cubic yard in place determined by the neat lines required by the
Plans or by the ton as measured in conformance with section 1-09.2.
SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the
FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a
2x04.5 Payment (RC) 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:
All costs for the hauling of material to from, or on the job
site shall be considered incidental to and included in the unit price 2-09.5 Payment
of other units of work. Payment will be made for the following bid items when they
are included in the proposal-
"Structure Excavation Class A", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
"Structure Excavation Class B Incl. Haul",per cubic yard.
The unit contract price per cubic yard for the bid items listed
as 1 through 4 above shall be full pay for all labor, materials,
tools, equipment, and pumping or shall be included in the unit bid
price of other items of work if 'Structure Excavation" or
Page-SP-23
Revision Date.May 19, 1997
2-09 Structure Excavation 2-09 Structure
Excavation
'Structure Excavation Incl Haul" are not listed as pay items in the
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 Bac kfill (Kind) for ('I�pe of Excavation), per Cubic
Yard or per Ton".
.—When gravel backfill is paid by the ton the Contractor shall
take care to assure to the satisfaction of the Engineer that such per
tat 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
desirtated purpose shall be grounds for the Engineer to deny
payment for such load tickets. Unless included in the contract as a
separate pay item, gravel backfill used for pipe bedding shall be
considered incidental to the installation of the pipe or shall be
included in the gravel backfill used to backfill the trench, if a
separate pay item is included for trench backfill.
Page-SP-24
Revision Date:May 19, 1997
3 No supplemental specifications were necessary 4 No supplemental specifications were necessary
Division 3
Production From Quarry and Pit Sites Division 4
and Stockpiling 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.
Page-SP-25
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete
Pavement
Division 5 (2)
Surface Treatments and Pavements
rampies--WWhen a sample from uncompacted mix is new the
5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples-an---be obtained in
accordance with WSDOT Test Method 712.
SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED ASa �
FOLLOWS. B. Definition of Sampling Lot and Sublot. For the Purpose
of acceptance sampling and testing, a lot-is ' u
5-04.3(8)A Acceptance Sampling and Testing(RC) M-�-bo defined
1. General. Acceptance of asphalt cement concrete shall be the 1otal quantity of material or work prod ch ror b in
"G provided unde eF a nonstatistical acceptance. formula (JMF). Only one lot per JMF is expecred to OCCUt—f@4:
Determination of-tatistical-eF 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) shallwW be evaluated for quality of gradation on.a expected W Zbe COR
dailYlet basis by the Contractor. This gradation analysis shall be --- ^°ate
based on WSDOT Test Method 104 and the results delivered to the u ^^ in Section 9-
Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not make
information shall be used by the Engineer to evaluate conformance any changes to the JMF vithout prior written atroroval of the
with Section 9-03. .2.-md A-asphalt content shall be tested at Engineer.
Zhe Contractor
the 13rangirneer's discretion if the Compaction Pay Factor(Section 5-
0.4.3(10)B)falls below 1.00. Faquest is appr-oved, a!!of the matelin!
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 L. 4Gq12GAQy_Qf
greater than 1/4"and t2%for sieves smaller than the No 10 then
t
sublot
he costs of the sampling and testing shall be bonne by the
Contramr. If the [Test results vary from the Contractor's data
an-within the ranges listed above then Sampling and testing for nonstatistical acceptance shall be
the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one
Agency. sample for each sublot of 400 tons or each day's production.
.. t T ♦'
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 11
Quality AssuFasics Rr-i--Adjustmews ail,' or — -. of. the next workday aflar-calapnog, or.for, nighuhns wad� mithin
(3) Will be ugod fQr -1 class Qf M;- AtWOR for. 10u; hourg aAsr- Me beeinaing of the F1 -P-Viag GWA
446A th titiec for that mix -r- -cc th�,
D. Test Methods. When sample testing of asphalt content is
-AMi;;,StgF#A by necessHy. Aacceptance testing for compliance ofaWhalt-ceateat
will use the Nuclear halt Gauge Procedure; WSDOT Test
2. Aggregates. _Aggregates will be accepted for sand Asphalt '
equivalent and fracture based on their conformance to the Method 722-T. When sample testing of gradation is necessary,
requirements of Section 9-03.8(2). Aacceptance testing for compliance of gradation will use the Quick
s>�alcratien. - Determination of Aggregate Gradation using Alternate Solvent
3. Asphalt Cement. Asphalt Cement will be accepted €eF Procedure; WSDOT Test Method 723-T.
vests-based on their-.conformance to the requirements of Section 9- E. Reject Mixture
02.1(43). Testing of asphalt properties to assure certification shall (1) Rejection by Contractor. The Contractor may, prior to
be the responsibility of the contractor. If the vendor or grade of sampling, elect to remove any defective material and replace it
the asphalt cement changes a new job mix formula (JMF)shall be with new material at no expense to the Contracting Agency. Any
evaluated and approved. such new material will be sampled, tested, and evaluated for
43. Asphalt Concrete Mixture acceptance.
A. Sampling (2) Rejection_-bb O Engineer Without Tes[ingre++ ti
1 A The Engineer may, without sampling, reject any batch load, or
sample will not be obtained from either the first or last section of roadway
25 tors of mix produced in each production shift.
t-
Page-SP-26
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
matepial that appears defective in gradation or asphalt cameAt SECTION 5-04.03(10)A IS SUPPLEMENTED BY ADDING
content. Material rejected before placement shall not be THE FOLLOWING:
incorporated into !a" pavement. Any rejected section of 5-04.3(10)A General(RC)
compacted foadwaypavement shall be removed.
No payment will be made for the rejected materials or the The Contractor shall not use vibration when compaain nn
removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of
rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to ns of
rejected material tested,a minimum of three representative samples A.C. tines.) identify locatio
will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS.
for testing from compacted pavement shall be removed by coring.
5-04.3(10)B Control (SA)
Asphalt concrete pavement Classes A. B. E, and F used in
material;r Issr"a 0:75, no payment will be muls fQF&hQ 1:60G40A 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(g). The
specified level of relative density shall be Factor
921..0 percent of the
axptance of the initially reference maximum density
•'gtsd rtitnctsd material will we the acceptance sampling and 1-46tlted-705._Ile reference maximum density shall be determined
testing methods H the material does not fan within the iob mix as that devel in the job mix formula
formula tolerances of Section 9-03.8(6)A the mix will be rejected
and all costs associated with sampling testing and removal shall be . If the Contractor chooses, a moving
borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be
and replaced with new material at no expanse to the Contracting determined through the use of WSDOT Test Method 705 by the
Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of
tolerances the mix will be accepted for quality of mix but will density attained will be determined by the average txasistical
remain subject to the compaction adjustment of Section 5-04.3(10) gva ion-of three €tva nuclear density gauge tests taken in
and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is
the Contracting Agency. placed (after completion of the finish rolling) at locations
determined by m samglBig procedum
within each density lot
1yAQ0 tons
leas.The Engineer will a copy of the
results of all acceptance testing performed in the field as soon as
the results are availabl
Pavement compaction
below 89 percent of the reference maximum density shall not be
accepted Relative densities falling betwe 1 89 percent and 92
of-;x Fandom sampleG pcaa a aaa s hail w Meet to the pr�rw frtitlS[InCntS of rOn 5'
04.5(1)B. Acreptance of pavement GOMP—tig"
dnsd<
For compaction lots falling below a CPF of 1.00
and thus subject to price reduction or rejection, cores may be used
as an alternatives to the nuclear density gauge tests. "
Such dive -C&h ;4g; C %;-#;&fiCA glig C-GAIraGAOF, 4h@Y shall titer paving.—When the Contracting Ages+requests cores and die
level of relative density within a sublot is less than 92.0 o
tTlte cost for dw-coring
and testing shall be borne by the Contractor. When the Contractin
action, or. Agency requests cores and the level of relative density within a
sublot is greater than 92.0 percent, the cost for conna and testing
shall be borne by the Contracting Agency. sxp -a �
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.
t-
Page-SP-27
Revision Dante:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete p
aventent
Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE
a ig ven quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED. PRICE
greater referenced to the specified minimum density (921 percent
of the reference maximum density SECTION 5-04.5(1)A IS DELETED AND REPLACED R'ITH
'
AQatlXd-=S). If a compaction test section is .requested, a
THE FOLLOWING:
Compaction nay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality AC
proven. Following determination of compactibility, the Contractor (RC)
MIx
is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of h
Contractor does not request a test section, the mix will be asphalt concrete I
considered compactible. pavement produced and having all constituents falling withln
Asphalt Concrete Classes A. B, E, F. and G constructed the limits of the job mix formula shall be accepted at the unit
under conditions other than listed above shall be compacted on the contract price. If the constituents of the mix fall outside the
basis of a test point evaluation of the compaction train._ The test limits of the job mix formula, the mix shall not be Accepted(see
point evaluation shall be performed in accordance with instructions Section 5-04.3(8)Rejection of Mixture)
from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEAWMED AS
compaction train, required to attain the maximum test point FOLLOWS:
density, shall be used on all subsequent paving.
Asphalt Concrete Class D and preleveling mix shall be 5-04.5(1)B Price Adjustments for Quality AC
compacted to the satisfaction of the Engineer. Compaction Q
In addition to the randomly selected locations for tests of the For each sublot a Compaction p,,
density, the Engineer may also isolate from a normal lot any area Factor will be
that is suspected of*ing. defective in relative density. Such determined based on the relative density of the tests The
isolated material will'-not include an original sample location. A following table lists the Compaction Pay Factors and their
minimum of three S randomly located density tests will be taken. associated relative density.. The GW412 aqw!G the re M_
The isolated area will then be evaluated for price adjustment in
accordance with this n, considering
multiplied by 40 Us Compaction COMPUnacs Rri-
it as a scparate.sublotloL
SECHON 5-04.5 IS REVISED AS FOLLO WS:
5-04.5 Payment (RC) Relative Density Compaction Pay Factor
(average of three tests)
`Misr and/or Driveway Asphalt Conc. Appreach Cl. _ 292.0 1,00
per tort. This item.-when included in the contract includes asphalt 91.5 0.99
paving for areas such as driveways and traffic islands that are not 91.0 0.95
part of other paving work. 90.5 0.91
'Tab Mix Cam a A djus..,.e «4..catc,a..,:an 90.0 0.85
r-. .,t: a Dg:— ::....,.a,,.* ...:n er-C21C4.4atel gind 89.5 0.80
Par f r. 41an 7 ed in ce,..en 5 04.54 89.0 0.75
i
1,
1
Page-SP-28
Revision Date:May 19,1997
6-12 Rockeries 6-12 Rockeries
and have a stable appearance. The rocks shall be carefully Placed
Division 6 by mechanical equipment and in a manner such that the longitudinal
Structures axis if the rock shall be at right angles or Perpendicular to the
rockery face. The rocks shall have all inclining faces sloping to
the back of the rockery. Each row of hocks will be seated as
SECTION 642 IS A NEW SECTION tightly and evenly as possible on the hock below in such a manner
that there will be no movement between the two. After setti fl a
6-12 Rockeries course of rock shall all voids between the rocks s be chinked on the
back with quarry rock to eliminate any void sufficient to pass a 2
inch square probe.
6-12.1 Description(RCS
The work described in this section regardless of the type of 6-12.3.1 Rockery Backfill(RC)
materials encountered includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch micros crushed
or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will
cut constr
be retaining wall where shown on the plans or where directed by the placed to an 8 inch minimum thickness between the entire wall
- and the cut or fill material. The backfill material will be placed in
en lifts to an elevation approximately 6 inches below the course of
6-12.2 Materials(RC) rocks Placed. Ile backfill will be Placed after each course of
rocks Any backfill material on the bearing surface of the rock
Rock walls shall be formed of larger pieces of quarried basalt coup will be removed before setting the next course.
andesite or other igneous rock Individual pieces of rock shall be
sound and resistant to weathering When broken Into pieces 6-12.3.2 Drain Pipe(RC)
lea 50 to 150 grams and tested for soundness with sodium . A 4 inch diameter Perforated PVC Pipe abed'be placid as a
stilphate in accordance with aashto t104, the loss dumgh a one- footing drain behind the rockeries as shown in the standard plans,
inch sieve after 6 cycles shall not exceed 35% by weight. and connected to the storm drainage system where shown.
The rock material shall be as nearly rectangular as possible so
as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material(RQ
_No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective
The rock material shad be hard sound. durable and free from material and to suspend any work that is being improperly
wea dwed portions seams cracks and other defects. subject to the final decision of the engineer. All rejected material
The rock density shall be a minimum of 160 pounds Per cubic will be removed from the construction site and anv rejected work
foot. The source of supply and restive samples of the shall be repaired or replaced at no additional cost to the Owner.
material shall be approved by the engineer before delivery to the 6-12.4 Measurement(RC)
site.
The rock walls shall be constructed of o rocks. (85 to Measurement of the finished rock wall for Payrn will be
300 pounds) each 10" in its least dimension; two-man rocks, (300 made from the footing grade to the top of the wall and rounded to
to 600 pounds) each 13" in its least diriiension; duce man rocks the nearest square yard•
(800 to 1,200 powhds) each 16" in its least dimes" four-mart
rocks(1,500 to 2,M pounds)each 18"in its least dimension The 6-12.5 Payment(RQ
rocks"range uniformly m size for each classificatton specifies. Payment will be made under the item "rock retaining wall
The four-man rocks shall only be used for the first course of per ware yard.
rock in walls over 6 feet in height. The unit price per square yard shall be full compensation for
6-1,2,3 Construction Requirements(RCS the rockery/rock retaining wall in Place and mall include all work,
materials and equipment required to cM►'n[cte the costal=_,
The rock unloading at the site will be done in such a manner including drainage pipe and all other items.
as to segregate die rock by the size ranges indicated m the
preceding paragraph
The walls shall be started by excavatin g a trench not less than
6 inches or more than one foot in depth below subgrade in
excavation sections or not less than 6 inches or more than one foot
in depth below the existing ground level in embankment sections.
Areas on which the rockery is to be placed shall be trimmed and
dressed to conform to the elevation or slope indicated. The rock
wall construction shall start as soon as Possible upon the
completion of the cut or fill section.
Rock selection and placement shall be such that there will be
no open voids m 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 ball material. The larger rocks shall
be placed at the base of the rockery so that the wall will be stable
page-SP-29
Revision Date_May 19, 1997
7-01 Drains
7-04 Storm Sewers
Division 7 Corrugated Polyethylene Culvert Pipe
Drainage Structures, Storm Sewers Where steel or aluminum are referred to i 9-05.19
Sewers, regard to a kind of culvert t n this section in
Sanitary Sewers, Water Mains, and pipe. pig ' or end sections it shall
be understood that steel is zinc coated with As halt Tr
(galvanized) or aluminum coated (aluminized) corru catmint I
Conduits steel, and aluminum is corrugated aluminum alloy as teel trop or
specified
Sections 9-05.4 and 9-05.5. in
Where lain or reinforced concrete steel or aluminum are
7-01 Drains referred to in Section 7-02 it shall be understood that refire
also made to PVC. nee is
SECTION 7-01.2 IS REVISED AS FOLLOWS:
7-01.2 Materials 7-03 Structural Plate Pipe, Pipe Arch, Arch,
Drain pipes t may be concrete,zinc coated (galvanized)Asphalt and Underpass
y
Treatment I or aluminum coated (aluminized) corrugated iron or
sted_with Asphalt Treatment I. corrugated aluminum alloy,
SECTION 7-03.2 IS REVISED AS FOLLOWS.
Polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials
option of the Contractor unless the Plans specify the type to be
Materials shall meet the uirements of
sections: � the following
SECTION 7-01.3 LS.REVISM AS FOLLOWS: Concrete Class 3000
7-01.3 Constru—Mi on R equireme ts�� Corrugated Steel_AThalt Treatment I 6-02
Corrugated Aluminum 9-05.6(8) I
PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-05-9
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 fin, screw-on, or wraparound coupling bands as SECT70N 7-03.5 IS REVISED AS FOLLOWS.
recommended by the manufacturer of the tubing. 7-03.5 Payment I
PVC underidrain Pipe shall be jointed using either the flexible
Payment will be made in accordance with Section 1-04.1, for
dastomeric 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 each of the following bid items that are included in the proposal.
otherwise specified in the Plans. The bell shall be laid upstream. "St. Sir. Plate Pipe_ Gage In. Diam.", per Linear
PE or ABS drainage tubing underdrain pipe Shalt be jointed with foot with Asphalt Treatment I.
snap-on. screw-on. or wraparound coupling bands, as "St Str.Plate Pipe Arch_Gage Ft In.Span",
recommended by the manufacturer of the tubing. per linear foot with Asphalt Treatritent I.
"St. wi Plate Arch Gage Ft. In. Span". per '
SB'CT70N 7-0I.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment L
HOLLOWING: -Structure Excavation Class B",per cubic yard.
7-01.4 Measurement R 'Structure Excavation Class B Incl.Haul".per pubic yard.
If no bid item for Structure Excavation Class A or Structure
When the contract does not include "structure excavation Excavation Class B including haul is included in the schedule of
Class B"or"Structure excavation Class B including haul" as a pay prices then the work will be considered incidenal and its asst
item all assts associated witlu these items shall be included in other should be included m the cost of the pipe. "Shoring or Extra
contract pay items. Excavation Class B". If it is not in the contract, then it shall be
incidental.
7-02 Culverts
7-04 Storm Sewers
SECHON 7-02.2 IS REVISED AND SUPPLEMENTED AS
FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS
7-02.2 R
Materials_i___Z 7-04.2 Materials RCZ I
Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in
sections: regard to a kind of storm sewer i
p pe, it shall be understood drat
Plain Concrete Culvert Pipe
9-05.3(1) steel is zinc mated (galvanized),
Reinforced Concrete Culvert Pipe 9-05.3 nd
Asphalt Treatment I Coated_
Beveled Concrete End Sections �) corrugated 'urn or steel aeA
Steel Culvert Pipe and pipe Arch
9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections
Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5.
Steel Nauable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8)
Steel End Sections, Asphalt Treatment I 9-05.4(9)
Aluminum Culvert Pipe 9-0S.S
Aluminum End Sections 9-05.5(6)5
Solid Wall PVC Culvert Pipe 9-05.12(1)
Profile Wall PVC Culvert Pipe 9-05.12(2)
L
Page-SP-30
Revision Date:May 19, 1997
7 7-05 Manholes,Inlets,and Catch Basins
-05 Manholes,Inlets,and Catch Basins
7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins
SECTION 7-04.3(I)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING:
7-04.3(1)B Pipe Beddin g 7-05.3 Construction Requirements_(g__Z
pipe bedding for PVC sewer pipe shall consist of clean, All manholes shall have eccentric cones and shall have
granular pea gravel consistent with section 9-03.12(3). It shall be ladders.
placed to a depth of 6" over and 6' under the exterior walls of the
per. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7-04.3(2) Laying Storm Sewer Pipe
SECTION 7-04 3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to
Grade-(RC
7-04.3(2)A Survey Llne and Grade (RC) The existing cast irn ring and cover on manholes and the
Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly
contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the
cation
specifis. existing structure shall be raised or lowered to the required
elevation.
SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
7-04.3(2)G Storm Sewer Line Connections C except as by the 9
All connections not occurring at a manhole or catch basin shall In unpaved strects: Manholes, catch basins and similar
be done utilizing pi,e-manufacturod tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall
M roved by the Engineer. Any other method or materials be constructed to a poirit approximately eight inches below the
iivpr,sed for use in making conrnectnons shall be subject to approval sub grade and covered with a temporary wood cover. Existing
by the Engineer. manholes shall be cut off and covered in a similar manner. The
contractor shall carefully reference each manhole so that they may
SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing
7-04.4 Measurement RAC the gravel or crushed stone surfacing, the manholes and manhole
castings shall be constructed to the finished grade of the roadway
The kngth of storm sewer pipe will be the number of linear surface Excavation necessary for bringing manholes to grade
feet of completed installation measured along the invert and will shall center about the manhole and be held to the mrmmti u area
include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void
of linear feet will be measured from the center of manhole to around the manhole shall be backfiiled with materials which result
center of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be
catch basins and similar type structures. thorou"compacted.
In cement concrete pavement: Manholes, catch basins and
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS similar structures shall be constructed and adjusted m the same
FOLLOWS: maiiicer as outlined above except that the final adjustment shall be
7-04.5 Payment C made and cast iron frame be set after forms have be care� be
checkeA. In lac' v
the concrete ement extreme
The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in a>ri may.
the kind and sit specified shall be full Pay for all work to In asphalt concrete pavement. Manholes shall not be adiusted
complete the installation including adjustment of inverts to until the pavement is completed, at which limo the center of each
manholes. Whm no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from refer pievioasty
included in the Schedule of Prices Pipe bedding as shown m the established the contractor. The vement shall be cut m a
ixaindard plans shall be considered incidental to the pipe and no ���d area and base material be rcmoved _ O of
additional payment shall be made. the cover. The manhole shall then be br�u¢ht to ProPct erade
' utilizing the same methods of construction as for the manhole
Testing of storm sewer pipe if required by the Engineer,shall itself. The cast iron frame shall be laced on the concrete blocks
be considered incidental to and included in the unit contract Prices and wedged up to the desired grade The a '-a t concrete pavement
for other items. shall be cut and removed to a neat circle the diameter or ones
shall be equal to the outside diameter of the cast iron fib c lus
two feet. The base materials and crushed rock SWI be remo
I be
and Class 3000 or Comm nt Commercial Portland Ceme Coiicsetc shal
placed so that the entire volume of the excavation ns replaces uP"' {
within but not to exceed 2 inches of the finished pavemela '
On the day following placement of the concrete
the a of the
asphalt cencrete�avement and the outer edge of the casttnv shall
be painted with hot asphalt cement Asphalt Class G concrete shat
then be placed and compacted with hand tam jh rs and a patchin
roller. The complete patch shall match the ex stin!' Paved surface the
for texture density, aN uniformity of grade. The Joints
Page,SP-3l
Revision Date_May 19, 1997
7-08 General Pipe Installation Requirements
7-08 General Pipe Installation Requirements
patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS.
hot asphalt cement or asphalt emulsion and shall be immediately
covered with dry paving sand before the 7-05.4 Measurement_(RgC
asphalt cement solidifies
The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of
plastered• manhole heights for payment purposes will be the
Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet distance from
iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous
established from the forms or adiacent pavement surfaces The as valve boxes shall be considered incidental to items such
final adjustment of the top of the inlet will be performed in similar rice of the new item and no furthur coin nsatlon�e unit contract
manner to the above for manholes. On asphalt concrete paving Ad'ustment of existi structures and miscelan-eou --made.
protects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured b "Adjust Existin us items such
frame not embedded m the Butter section shall be solidly embedded each which shall be full a for all labor acrd materials includin r
in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance all
inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Wince write Section
Details
below the top of the frame so that the wearing course of asphalt Connection to existing i and structures shall be measured
concrete pavement will butt the cast iron frame The existing per each.
concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPpI,E .�
asphalt cement. Adjustments in the inlet structure shall be FOLLOWS: AS
constructed in the same manner and of the same material as that
required for new inlets. The inside of the inlets shall be mortared 7-05.5 Payment
and plastered.
Monuments and mast iron frame and cover: Monuments and �A—��Sistine ' per each
monument castings shall be adjusted to grade in the same manner The unit contract price per each for -Adjust
as for manholes. Existing " shall be full pay
Valve box castings:Adjustments of valve box castings shall be for all costs necessary to make the adjustthheiu incl
of adjecent areas in a manner acceptable to the Engineer.
made m the same manner as for manholes.
SECTION 7-05.3(2)IS REVISED AS FOLLOWS. 'Structure'Structure e Excav Class B".per cubic yard.
7'45.3(2) Abandon
Structure excavation for concrete julets and area inlets is
Eaysting Mangoles(RC) considered incidental to the cost of the inlets and shall be included
Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet, If
the structure shall be-broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure
below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of vrices then the
manhole base shall be fractured to prevent standing water and the work will be considered incidental and its cost should be included
manhole filled with sand and compacted to 90 percent density as in the cost of the pipe.
specified in Section 2-03.3(14)C. Debris resulting from breaking 'Connect to Existing Catch Basin."per each
the tipper part of the manhole may be mixed with the sand subject 'Connect Structure to existing pipe,'per each
to the approval of the Engineer. The ring and cover shall be
salvaged and all other surplus material disposed of. 7-08 General Pipe Installation Requirements
SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS
FOLLOWING.
7-08.3(1)C Pipe Zone Bedding R�(SA)
7-05.3(3) Connections to Existing Mttnholes�R Hand compaction of the bedding materials under the pipe
Where shown on the plans new drain pipes shall be connected haunches will be required Hand compaction shall be accomplished
to existing line, catch basin, pub inlets and/or manholes The by using a suitable tamping tool to firmly tamp bedding material
contractor shall be required to core drill into the stnicxure shape under the haunches of the pipe Care shall be taken to avoid
the new pipe to fit and reuout the opening in a workmanlike displacement of the pipe during the compaction effort
manner. 'Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pine and no
Plans,additional structure charm further compensation shall be made ear
eling will be ttigtiired.
A "Connection to existing' item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMEIVT'ED AS FOLLOWS:
connection of a new Line to an existing structure or the connection
Of a new structure to a existing line No "connection to existing' 7-08.3(2)E Rubber Gasketed Joints RC
.will be accepted at the location of new installation relocation and In laying pipe with rubber gaskets, the pipe shall be handled
adjustment of line manholes catch basins or curb inlets carefully to avoid
�
damage to a nine knocking the gasket out of position or
,
or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed
place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced
or replaced at his own expense before joining the sections.
The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced
labor, materials and equipment required home. Sufficient pressure shall be applied in making the joint to
ensure that the joint is home, as defined in the standard installation
instructions provided by the pipe manufacturer. The Contractor
may use any method acceptable to the Engineer for pulling the pipe '
together,except that driving or ramming by hand or machinery will
not be permitted. Any pipe damaged during joining and joint
1-
Page-SP-32
Revision Date:May 19, 1997
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in
Contracting Agency. the pipe line shall be closed with water tight expandable tune sewer
Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the nine
pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood or other
damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permmed.
Care shall be taken to properly align the pipe before points are Where necessary to raise or lower the pipe due to unforeseen
entirely forted home. During insertion of the tongue or spigot, the obstructions or other causes the ENGINEER may cha_nae the
pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short tuns which may be
minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades
cm"wicity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall
gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by
deflected and straightened, such movement shall be held to a the following pipe to prevent movement.
minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight
between the changes in alignment and at uniform grade between
SECTION 7-08.3(2)J IS AN ADDED NEW SECTION: changes in grade. For concrete pipes with elliptical reinforcement
7-08,3(2)J Placing PVC Pipe the pipe shall be placed with the minor axis of the reinforcement in
In the traictt prepared as specified to Saxton 7-02.3(1) PVC a vertical position.
shag be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made,proper gasket
P placement shall be checked with a feeler gage as approved by the
rade Pea gravel will be used as the bedding material and pipe mamifacttrrer to verify proper gasket placement.
extend from 6"below the bottom of the pipe to 6" above the top of
the p When a is necessary to connect to a struexure wrdi a SECTION 7-08.3MG IS SUPPLEMENTED BY ADDING THS
m I joint a rubber gasketed concrete adapter-2ollar will be used FOLLOWING.
at the point of connection. 7-08.3(2)G Sewer Line Connections(RC)
7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer,all connections of
Survey tine and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron
with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands. Where
Bugic"r-in a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or
The Contractor shall transfer line and grade into the trench reinforced concrete east or ductile iron pipe the existing main
where they shall be carried by means of a laser beam using 50 foot shall be core drilled.
minimum intervals for grade smking Any other procedure shall Connections (unless booted connections have been provided
have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall
have an "O" ring rubber gasket meeting ASTM 0-478 m a
manhole coupling equal to the Johns-Manville Asbest is-Cement
collar or use a cortical type flexible seal equal to kore-N-W-
PVC pipe connexion shall consist of tee nipple and couplers as
'Mmadiately stappWo the Engineer.natified,and the approval by the Engineer.
SECTION 7-08.4 IS REVISED AND SUPPL&MENTED AS
FOLLOWS:
SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE 7-08,4 Measurement (SA)
FOLLOWING:
Grave backfill for foundations. or gravel baokfill for Pepe
7-08.3(2)B Pipe Laying(RC) zone bedding when used for foundations, shall be measured by the
checking of the invert elevation of the pipe may be made by cubic yard,including haul,as specified in 2-09 or by the TON.
calculations from measurements on the top of the pipe orb Concrete.forplugging existing Pipes will be measured by the
looking for ponding of 1/2" or less which indicates a sattsfago-a cubic for the volume which would be requite to O° t ly
condition At manholes when the downstream pipc(s) is of a fill the pipe for a distance of two diameters- ComPu�on for
larger size n ass o shall be laid v matching the(eight-tatths)flow corrugated�l p�will be based on the nomiml diameter-
All unless otherwise approved ar the Engineer. Excavation of the trench will be measured as structure
All pipe fitti ngs etc shall be carefully handled and pznMl excavation Class B or structure excavation Class B ineludmg��
a irtst damage impact shocks and free fall All pipe shall not b the cubic and as specified in Section 2-09. When excavation
-- ;ment shall be acceptable to the ENGINEER. Pipe shall not below grade is necessary,excavation will be measured to the limits
be placed directly on rough ground but shall be supported in a g
manner which will protect the pipe against injury whenever stored ordered by the Engineer.
Embankment construction before culvert Placement under the
at the trtrtch site or elsewhere No pipe shall be installed where will be measured in
� applicable provisions of Section 7-08.3(I)A
the lining or coating show defects that may be haul accordance with Section 2-03.
determined by the ENGINEER m
Such damaged lining or Shoring or extra excavation class B will be measured as
shall repaired or a new undamaged pipe shall be furnished and specified in Section 2-09.4.
installed.
The CONTRACTOR shall inspect each Pipe and fitting prior
to installation to insure that there are not damaged portions of the
pipe Any defective damaged or unsound pipe shall be repaired or
replaced All foreign matter or dirt shall be removed from the
interior of the pipe before lowering into position in the trench-
page-SP-33
Revision Date:May 19, 1997
7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for
Water Mains
SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains
FOLLOWS.
7-08.5 Payment 1 (SA) 7-11.3 Construction Details (RC)
Payment will be made in accordance with Section 1-04.1 for
each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves
"Gravel Backfill for Foundations",per cubic yard,or Ton. SECTION 7-11.3(41 HAS BEEN REVISED AS FO
`Gravel Backfill for Pipe Zone Bedding", per cubic yard, or SOWS:
Ton. 7-11.3(4)A Ductile Iron Pipe(RC)
`Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either ho
"Structure Excavation Class B", per cubic yard. vertical, may be laid with standard n the or
`Structure Excavation Class B M.Haul",per cubic yard. the is shown curved in the Plans and no specs the ti ' If
Unless specifically identified and provided as separate items p � firms are
shown, the Contractor can assume that the curves can be made by
structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter
to pipe installation and no further compensation shall be made lengths are required, the Plans will indicate maximum lengths that
'Shoring or Extra Excavation Class B",per square foot. can be used. The amount of deflection at each pipe joint when pipe
If this Pay item is not in the contras then it shall be is laid on a horizontal or vertical curve shall not exceed one half f
incidental. the manufacturer's printed recommended deflections. ,
7-10 Trench Exe., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS:
Water Mains 7-11.3(4)B Polyvinyl Chloride(PVC)Pipe(4 inches
and Over)(RC)
SECTION 7-10.4 IS REVISED AS FOLLOWS. Polyvinyl Chloride (PVC) Pipe shall not be used for water
mains and appurtenances.
7-10.4 Measurement Rte' THE Mg AND TEXT OF SECTION 7-II 6 HAS BEEN
Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS:
the cubic yard measured by the calculation of neat lines based on
maximum trench width per Section 2-09.4 or by the ton. in 7-11.3(6) Laying Ductile Iron Pipe and F7mn�s with
accordance with Section 1-09. Polyethylene Encasement_(RQ
7-10S IS REVISED AND SUPPLEMENTED AS FOLLOWS. 41le Contractor shall lay ductile
iron pipe with a polyethylene encasement. Pipe and polyethylene
7-10S Payment Rg encasement shall be installed in accordance with AWWA C105.
The Polyethylene encasement shall also be installed on all
aj)Purterrattces such as pipe laterals couplings fittings and
valves with 8 mil. polyethylene plastic in accordance with Section
ROPUGSAWAC Qf &d-Upi-l" shall be full pay-for-nil waA 4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color.
.QM Q4 g4tabl, Amy damage that occurs to the wrap shall be repaired in accordance
Payment for 'removal with ANSI/AWWA C105/A21.5-93.
and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered
incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment
compensation will be made. shall be allowed.
4. "Bank Run:Gravel for Trench Backfill", per cubic yard
or.ton. 7-11.3(7).4 AND 7-11.3(7)B HAVE BEEN DELETED AND
The unit contract,price per cubic yard or ton for 'Bank Run REPLACED BY THE FOLLOWING
Grad for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe_(RQ
furnish. place; and compact the material in the trench. Also Steel pipe shall not be used.
included in the unit contract price is the disposal of excess and
unusable material excavated from the trench SECTION 7-11.3(9)A IS REVISED AND SUPPLEMENTED AS
6. "Foundation Material' .per ton or cubic yard FOLLOWS: '
Payment at the unit contract price for "foundation material"
7-11.3(9)A Connections to Mains(RC)
shall be full compensation for excavating and disposing of the Existing
The Contractor may be required to orm the connection
unsuitable material and replacing with the appropriate foundation 1�
material per Section 9-30.7B(1). during times other than normal working hours. The Contractor
shall not operate any valves on the existing system
Water system personnel will operate
all valves on the existing system for the contractor when required.
No work shall be Performed on the co nnections unless a
representative of the water department is present to inspect the
work.
When not stated otherwise in the special provisions or on the
plans all connections to existing water mains will be done by City
forces as provided below:
City Installed connectigns:
Page-SP-34
Revision Date:May 19, 1997
I'
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains
Connections to existing piping and tie-ins are indicated on the registering I gallon per revolution. The meter shall be approved by
drawings The contractor must verify all existing piping, the Engineer.
dimensions and elevations to assure proper fit. Acceptability of the test will be determined as follows:
Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors ac
without first making the necessary arrangements with the Engineer followsThe quantity of water lost from the main shall not exceed
in advance.
A k-week advance notice shall be required for _each the number of gallons per hour as listed in the following
connection which requires a cutting of the existing water mains or a table.
shut-down of the existing water mains The City reserves the nght 2 The loss in pressure shall not exceed 5 psi during the 2 hour
tore schedule the Connection if the work area s not ready at the test period.
scheduled time for the connection. All water used to perform hydro static pressure shall be
Work shall not be started until all the materials equipment charged a usage fee.
and labor necessary to Properly complete the work are assembled
Allowable leakage per 1000 ft. of pipeline*-in GP
on site. H
The Contractor shall provide all saw cutting removal and
disposal of existing surface improvements excavation 4441 and Nominal Pipe Diameter in inches
disposal of insuitable materials shoring de-waterm fou elation PSI 6' S. 10" 12' 16' 20' 24'
material at the connection areas before the scheduled time for the 450 0_95 1.27 1S9 1.91 ' 2.55 3.18 3_82
connection by the City. The Contractor shall provide all materials 400 0_90 1_20 1.50 1_80 � 3_00 3_60
necessary to install all connections as indicated on the co sttuctiOn 350 0_84 1.12 1.40 - 1.69 215 2.81 3.37
tans including but not limited to the rwuired fitanos Couplings 275 0.75 1_00 124 1.49 1_99 2.49 2_99
siiadde materials to complete the connections. 250 0.71 0.95 1.19 1.42 1_90 2.37 285
pipe spools The 225 0.68 0_90 1.13 1.35 1_80 2.25 2.70
Contractor shall provide aid install Concrete blockung potyw141! 200 0.64 0.85 1.06 128 1.70 2.12 2.55
the piping at the connections badkfill and surface restoration at the sH the pipeline under test contains sections of various
locations shown on the plans for the Connections to the existing diameters the allowable leakage will be the sum of the computed
'fir mains- leakage for each size For those diameters or pressures not listed,
The City will cart the existing main and assemble all materials. the formula below shall be used:
SECTION 7-113(II)IS SUPPLEMENTED AND REVISED AS _ The quantity of water lost from the[Hain shall not exceed die
POLLOVM number of gallons per hour as determined by the formula
L= P
7-113(11) Hydrostatic Pressure Test(RC's 7400
A hydrant teeter and a back flow prevention device will be is which
used when drawing water from the City system.- These may be L= Allowable leakage,gallons/hour
obtained from die City by Completing the requited forms and N = No.of joints in the length of Pipeline tested
salting required security deposits There will be a charge for the D = Nominal diameter of the pipe in inches
water used. Before applying the specified test pressure air shall p = Average test pressure daring the leakage test,psi
be expelled completely from the pipe valves and hydrants. If
permanent air vans are trot located at all high points,the contractor Them cb,11-not be an apP;GGiQblG 0; ab
shall install corporation cocks at such points so chat the air can be
expelled as the litre is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND
expelled the corporation cocks shall a dosed and the test SUPPLEMENTED AS FOLLOWS.
�ressuire applied. At the conclusion of toe pteSSUCe test. the
corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and'Toly-p Tc)
The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be
under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may
air and allow the lining of the pipe to absorb water.The State will have become lodged in the pipe.If then a tap shall be
furnish the water necessary to fill the pipelines for testing purposes ef-sth�riaiar4he main cannot be '1�Y-pigg�
at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2S fps in
normal system operation. the main.
The test shall be accomplished by pumping the main up to the The 'Poly pig shall be equal to Girard Industries Agtta-
required pressure, "Ping the Pump for a minimum of two hours. SW LS, 21b/cu-ft density foam with 90A dur0'
l
re ar of the 'Pol y-Pi " on 'Po iy-Pg"
and then pumping the main up to the test pressure again. Durin g rubber coating on the
the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end-
visible leakage. A clean container shall be used for holding water 39her-9 AF), Calcium h3epGrA10696
for pumping up pressure on the main being tested. This makeup
water shall be sterilized by the addition of chlorine to a Dechlorination of all water used for disinf� Watebe r
_�LetaLd concentration of 50 mg/l. accomplished in accordance with the City's stands
The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the exisung
accurately determined by either 1)pumping from an open container water system shall not be disposed into the storm dramag sYsre"
of suitable size such that accurate volume measurements can be or any water way.
made by the Owner or, 2) by pumping through a positive
displacement water meter with a sweep unit pumping through a
positive displacement water meter with a sweep unit hard
i-
Page-SP-35
Revision Date:May 19, 1997
7-I1 Pipe Installation for Water Mains
7-11 Pipe Installation for Water Mains
SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components
REPLACED WITH: TiebolC ASTM A242 qw 2 zinc fated
7-11.3(12)D Dry Calcium Hypochlorite (RC) galvanized. SST 7:5/8" for 2" and 3" mechanical -omtsr hot-di
mechanical 'oints ASTM A325 3/4'
Dry calcium hypochlorite shall not be placed in the pipe as 4" to 12" 3D exce 12L!Em_laid. wren of full loci threaded section shall be increased to 40 000
lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" heat
SECTION 7-11.3(12)K HAS BEEN REVISED AS FOLLOWS: tread ng (quenching and tem to marufactures reheat and
hardness specifications. SST 753: 3/4' or. 14' to 24" r e e and
7-11.3(12)K Retention Period (RC) joints. same ASTM ification as SST 7. SST 77: 3/4
Treated water shall be retained in the pipe at least 24 hours SST 7 ex t I" eye for 7/8" rod. same ASTM " same
but no long than 48 hours. After this period, the chlorine residual SST 7. ification as
at pipe extremities and at other representative points shall be at
least 25 mg/1. Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4"
ASTM A563 grade C3 or zinc laced. S8: 5/8"and 3/4" ASTM
SECTION 7-I1.3(12)N HAS BEEN REVISED AS FOLLOWS.
• A563, grade A,zinc plated or hot-dip galvanized
7-11.3(12)N Final Flushing and Testing(RC) lirr
Tiecoupg: used to extend
continuous threaded rods and are
Before placing the line$into service,a satisfactory report shall Provided with a center stop to std rastallation, zinc Plated or hot
be received from the local or State health di galvanized. SS10. for 5/8 and 3/4- tierods ASTM A563
department or an grade C3. SIO:for 5/8"and 3/4'tierods
approved testing lab-on samples collected from representative ATM A563 grade A
points in the new-_system. Samples will be collected and Tierod:continuous threaded rod for to desired
bacteriological tests obtained by the Engineer. zinc plated or hot dip galvanized. SS12. 5/8- and 3/4' diaineter
SECTION 7-11.3(13 HAS BEEN SUPPLEMENTED By ASTM A?A2' type 2 ANSI B1 1 S12 518' and 3/4" diamnr...
ASTM A36,A307.
ADDING THE FOLLOWING:
Tiiewasher round flat washers zinc Dlated or hot-di
7-11.3(13) Concrete Thrust Blocking and Dead-Man g� �i • SS17:ASTM A242 F436 S17•ANSI B18 22 1
Block(RC) jps ation.
Provide concrete blocking at all hydrants fittings and Install the joint restraint system in accordance with the
horizontal or vertical angle points Conform to The City of Renton manufactures instructions so all jo rats are mechanical) locked
Ord details for generall blocking and vertical blocks herein tog—ether to prevent joint separation. Tiebolts shall be instilled to
All fittings to be blocked shall be wrapped with 8-mil polyethylene pull against the mechanical joint body and not the MJ follower.
plastic. Concrete blocking shall be properly formed with plywood TOgl2e nuts at 75-90 foot pounds for 314-nuts Install tiecouplings
or other acceptable forming materials and shall not be poured with both rods threaded equal distance into tiecouplings Arrange
around joints. The forms shall be stripped prior to bacicfiI$ng tierods symmetrically around the pipe
Joint rasuarnt(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 Pipe Diameter Number of 3/4'
rods,installation and removal of formwork Tie Rods Required
B_locking shall be commercial concrete (hand mixed concrete 4-............. 2
is not allowed)and poured in place 6-.................................
2
SECTION 7-1I.3(15)IS A NEW ADDITIONAL SECTION.. 8" 3
10" 4
7-1 (RC)
_ 1.3(15 Joint Restraint Systems 12"....................... 6
...
General: 14"......................... g
Where shown on thE�lans or in the 16 8
specifications or required by !g" 8
the emineer, joint restraint system(shackle rods)shall be used all 20'..................... ..... 10
joint restraint materials used shall be those
manufactured by star 24.............................. 14
national products, 1323 holly avenue PO box 258 Columbus Ohio 30...................... (16-7/8"rods)
43216, unless an equal alternate is approved in writ
ing by the 36'........................ (7A-7/8"rods)
engineer.
Materials:
Steel tyres used shall be:
High strength low-alloy steel(cor-ten) ASTM A242 heat
treated, superstar SST'serves Where a manufactures mechanical joint valve or fitting is
High strength low-alloy steel(cor-ten) ASTM A242 superstar supplied with slots for "T" bolts instead of holes a flanged valve
'SS'serves. with a flange by mechanical joint adapter shall be used instead so
Items to be galvanized are to meet the following requirements as to provide adequate space for locating the tiebolts
ASTM A153 for galvanizing iron and steel hardware Where a continuous run of pipe is required to be restrained
ASTM A_123 for galvanizing rolled pressed and forged steel no run of restrained pipe shall be greater than 60 feet in len
shapes. between fittings. Insert long body solid sleeves as required on
longer runs to keep Herod lengths to the 60 foot maximum Pipe
used in continuously restrained runs shall be mechanical joint.pipe
and tiebolts shall be mstalley(as rod guides at each joint
Page-SP-36
Revision Date:May 19, 1997
7-12 Valves for Water Mains 7-12 Valves for Water Mains
Where poly wrapping is required all tiebolts tienuts 7-12 Valves for Water Mains
tiecouplings tierods and tiewashers shall be galvanized. All
disturbed sections will be painted to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS.
with koppers bitomastic no. 300-m or approved equal.
Where poly wrapping is not required all tiebolts, tienuts, SEC77ON 7-12.3(1)HAS BEEN REVISED AS FOLLOWS.
tiecouplings tierods and tiewashers may be galvanized as specified 7-12.3(1) Installation of Valve Marker Post I
in the preceding paragraph or plain and painted m the entirety with Where reuired a valve marker post shall be
koppers bitumastic no. 800-m q ,
or approved equal. furnished and
Tiebolts tienuts tiecouplings tierods and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the
considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with
payment shall be made. 18 inches of the post exposed above grade. Tl
SECTION 7-II.4 HAS BEEN SUPPLEMENTED AS FOLLOWS: Hint ia color, calected by the ag
7-11.4 Measurement (RC) '16" with bl�Gk paint On the face of
Measurement for payment of concrete thrust blocking and
dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(2)IS A NEW SECTION:
included as separate pay items. If not included as separate pay
items m the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade, I(t )
shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade in the same manner as
and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Renton
Measurement for payment for connections to existing water Standards. Valve box adjustments shall include,but not be limited
mains will be per each for each connection to existing water to,the locations shown on the Plans.
main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to
SECTION 7-II.S HAS BEEN REVISED AS FOLLOWS: �l finished ��' � � ion shall be made in
acomartoe with the applicable portions of Section 7-12.
7-11.5 Payment(RC) In the event that the existing valve box is plugged or blocked
with debris the Contractor shall use whatever means necessary to
Pipe for Water Main and Fittings In. Diam.'. per remove such debris leaving the valve installation in a fully
Pineal foot. operable condition.
The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one-
of•_Pipe for Water Main In. Diam." shall be full pay for fourth inch(1/4')to one-half inch(1/2")below finished grade.
all work to complete the installation of the water main including
but not limited to trench excavating, bedding, laying and jointing SECTION 712.4 IS SUPPLEMENTED BY ADDING TSE
pipe and fittings, back0ling. concrete thrust blocking. installation FOLLOWING:
Of polyethylene wrap cleaning by poly-pigs vertical crosses for 7-12.4 Measurement
insertion and removal of poly-pigs temporary thrust blocks and
blow-off assemblies testing flushing disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured
shackle rods abatdoni and capping existing water mains, per each if included as a separate pay item in the Contract: if not a
removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work then valve
hydrant assemblies and other appurtenances to be abandoned as box adiustment shall be considered incidental.
shown on the plans,and cleanup. Hydrant auxiliary gate valve will be included in the
•Concrete IV=Blocking and Dead-Man Blocks', per cubic measurement for hydrant assembly and will not be included in this
ate" measurement item.
The unit contract price bid for 'Concrete Thrust Blocking and SECTION 7-12.S IS DELETED AND REPLACED WITH THE
Dead-Man Block' Shall be for the complete cost of labor, FOLLOWING:
materials equipment for the installation of the concrete thrust *Gate Valve from 4 inch to 10 inch in diameter and Valve
blocks and dead- man blocks including but not limited to Box,' per each
excavation dewatering haul and disposal of unsuitable materials, The unit contract price per each for the valve of die st>ecifled
concrete, reinforcing steel shackle rods and formwork. If this W
item is not included in the contract schedule of prices, then thrust size shall be full pay for all labor, n Place O �
blocking and dead-roan blocks shall be considered incidental to the furnish and install the valve complete in Place on the water main,
including trenching jointing b1ocu of valyt
installation of the pipe and no further compensation shall be made. disinfecting hydrostatic testing cast-iron valve box and extensions
'Connection to Existing Water Mains'.per each• as required valve nut extensions adjustment to final gm�• I
The unit contract price per each connection to existing water eat.
"12 iricln Gate Valve and Concrete Vault per
mains shall be for complete compensation for all equipment, labor, for the 12" 1 valve
materials required for the connections to the existing water mains. Tbe unit contract Price per each to
assembly,shall be full pay for all labor, equipment and
furnish and install the valve complete in place on the water main,
including trenching, jointing blocking of valve by-Psenbly,
cast-iron casting and cover ladder rung, concrete risers as
required adjustment to final grade. Vault," Per
16 inch and larger Butterfly Valve and Concrete
each.
t-
Page-SP-37
Revision Data:May 19, 1997
7-14 Hydrants
7-14 Hydrants
The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4" shackle rods and aecessori�
butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete rd sts o
and material to furnish and install the valve complete in place on outside right-of-way). nl if h dian�are
the water main, including trenching jointing blocking of valve Joint restraint Shackle Rods shall be installed in a
painting, disinfecting hydrostatic testing concrete vault cast-iron with Section 7-11.3(15). ccordance
casting and cover, ladder, concrete risers as required adjustment
to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE
'Blow-off assembly,'per each FOLLOWING:
The unit contract price per each for each blow-off assembly
shall be for all, labor equipment and material to complete the 7-14.3(3) Resetting Sting gyarzttits j�
installation of the assembly per the City of Renton Water Standard This work shall conform to Section 7-14.3(1). All hydrants
D_ etail,latest revision. shall be rebuilt to the a roval of the Ci or lam with
'Air-Release/Air-Vacuum Valve Assembly," per each hydrant). All rubber gaskets shall be replaced with new of
The unit contract price per for air-release/air vacuum valve the hype required for a new mstallaUon of the same tvm e
assembly shall be for all labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE
complete the installation of the assembly including but not limited FOLLOWING.
to,_excavating, tapping ft main laying and jointing the pipe and
fittings and appurtenances balling testing flushing and 7-14.3(4) Moving Existing Hydrants (RC)
disinfection,meter box and cover at location shown on the plans All hydrants shall be rebuilt to the
apbroval of the ['itv(or
and per City of Renton Standard Detail latest revision rep d with a new hydrant). All rubber gaskets shall be
"Adjust Existing Valve Box to Grade fRC) ' per each _with new gaskets of the type replaced
The contract bid price for 'Adjust F-xistino Valve Box to same type, required for a new installation of the
Grade"_ above shall be full compensation for all labor, material
tools and equipment necessary to satisfactorily complete the work SECTION 7-I4.S IS REVISED AS FOLLOWS:
as defined in the Contract Documents• including all incidental 7-14.5 Payment(RG7
work. If not included as a separate pay item in the Contract, but
required to complete other work in the Contract,then adjustment of Payment will be made in accordance with Section 1-04.1, for
valve boxes shall be considered 'incidental to other items of work each of the following bid items that are included in the proposal:
and no futher compensation shall be made "Hydrant Assembly".per each.
ZU unit Contra— -1— ;Q!;,c spocified shall 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 y
7-14 Hydrants or-cep4he pipe rom*"jj;g the hy&u#to the main will be p�id for.
7-14.3 Construction Details RC "Resetting Hydrants".per each-
The I
price per each for "Resetting Existing
SECTION 7-I4.3(I) IS REVISED AND SUPPLEMENTED AS
Hydrant" shall ull pay for all work to reset the existing
hydrant, including rebuilding(or replacement with a new hydrant)
FOLLOWS: shackling, blocking, g, and guard posts and reconnecting to
7-14.3(1) Setting Hyd the main.The new pipe connecting the hydrant to the main shall be
rants_�R___� considered incidental and no additional payment shall be made
After all installation and testing is complete, the exposed
portion of the hydrant.shall be painted with eastwo field coats. The specified Guard posts, shown on the plans shall
type and color of paint will be designated by the Engineer. be incidental to the contract.
Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants".per each,
a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing
Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing
specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new
Renton standard details. Hydrant and posts shall be painted hydrant), shackling, blocking. painting, and guard posts and
in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to
the project, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment
s;pecifrcaions and guard posts painted with two coats of shall be made
Preservative paint NO. 43-655 safety yellow or approved equal . Guard posts shown on the plans shall
Fire hydrants shall be of such length as to be suitable for be incidental to the contract.
installation with connections to 6'. 8" AND 10' piping in trenches
3 - 1R feet deep unless otherwise specified The hydrant shall be
designed for a 4-1/2 foot burial when 12" and larger pipe is
shown unless otherwise noted on the plan
Fire hydrant assembly shall include: cast-iron or ductile iron
tee(MJ x FL) 6"gate valve(FL x MJ) 6" DI spool(PE x PE),5
1/4 MVO fire hydrant (MJ connection) 4" x 5" Stortz adapter,
s_
Page-SP-38
Revision Date:May 19, 1997
7-15 Service Connections 7-17 Sanitary Sewers
7-15 Service Connections SECTION 7-17.3(2)11 IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Insgection�RCZ
Once the television inspection has been completed the
7-15.3 Construction Details (RC) contractor shall submit To the FatRineer the written reports of the
inspection plus the video tapes. Said video tapes are to be in color
pipe materials used to extend or replace existing water service and compatible with the City's viewing and recording systems The
lines shall be copper- City system accepts 1/2' wide high density VHS Tapes The tapes
Where instalation is in existing paved streets, the service lines will be run at standard speed SP(15/16 I.P.S.).
shall be installed by a trenchless percussion and impact method
_. :..g) rr .t,� TMPnchless
:=ion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS
perc
1N �l t}/���/�`IM:
fails regular open trench methods
may be used. /l/a�L/l/�IJ
7-17.4 Measurement RAC)
SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS:
The length of sewer pipe will be the number of linear feet of
7-15.5 Payment(RC) completed installation measured along the invert and will include
payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear
feet will be measured from the center of manhole to center of
the following bid item when it is inducted in die proposal: manhole or to the inside face of catch basins and similar type
-Service Connection_In. Dram".per each. situ«ores
The unit contract price per each for "Service Connection_ The length of testing sewer pipe is conformance with
In. Diatn." shall be full pay for all work to install the service Section 7-17.3(2) will be the number of linear feet of completed
connection, including but not limited to, ex *ing or (hoe-
in •tapping die main.laying and jointing the pipe and fittings
installation actually tested.
balling, testing. Bushing, and disinfection Measurement of `Bank Run Gravel for Trench Backfiil
and appurtenances, Sewer" will be determined by the cubic Yard in place,measured by
of the service connection. the neat line dimensions shown in the Plans, or by the Ton on truck I
tickets.
7-17 Sanitary Sewers SECTION 7-17.S IS REVISED AND SUPPLEMENTED AS
SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS.
7-17.5 Payment�RQ
7-17.2 Materials (: (SA) Payment will be made in accordance with Section 1-04.1, for
Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal:
Rigid Flexible -Plain Conc. op-V-G-Sewer Pipe _ In. Diam.", per linear
Concrete vita foot.
1C PVC(polyvinyl Chloride) "Cl. —Reinf. Conc. Sewer Pipe_In. Diam. . per smear
foot.
Ductile Iron
"PVC Sanitary Sewer Pipe In.Dram.", per lam'foot.
Materials shall meet the requirements of the following `Ductile Iron Sewer Pipe_In.Dom. Per linear foot-
sections. - i "
Plain Concrete Storm Sewer Pipe 9-05.7(1) — Pipe The unit contract price per linear foot for sewer Pipe of the
Reinforced Concrete Storm$ewer Pipe 9-05.7(2)
kind and size specified shall be full pay for furnishing,hauling,and
PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation inn maw a►YXW
Ductile Iron Sewer Pipe 9-05.13 �, special fittings, joint fo co completion of the
Ass campociw Sewer-Pipe a 015 34 adjustment of inverts to manholes for the
installation to the required lines and grades.
All pipe shall be clearly marked with type, class. and "Testing Sewer Pipe".per linear foot.
shall be legible and The unit contract price per linear foot for `Testing Sewer
thickness. I8 under normal Pipe" shall be full pay for an labor, material and e�
conditions of handling and storage. to Section 7-17.3(2).
required to conduct the leakage tests required
SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit price for `Testin Sewer P' " is included it shall be
FOLLOWING: considered incidental to the pipe items. ,.
`Retrieval and Replacement of Unsuitable Material , per 7-17.3(1) Protection of Existing Sewerage Facilities pubic yard.
C The unit contract price per cubic yard for "Removal and
When extending an existing sewer the downstream system Replacement of Unsuitable Material"aha11 be full pay for all work
shall be protected from construction deb is by lacing a screen°f to remove unsuitable material and replace and compact suitable
trap in the first existing manhole downstream of the connection. It material as specified in Section 7-08.3(1)A. r pubic
shall be the contractor's responsibility to main tain this screen or -gam Run Gravel for Trench Backfill Sewer", per
trap until the new system is placed in service and their to remove it. yard,or Ton.
Any construction debris which enter the existing downstream The unit contract price per cubic yard or Ton for "Bank Run
system shall be removed by the contractor at his expense, and to Gravel for Trench Backfill Sewer"shall be full pay for all work to
the satisfaction of the Engineer. When the first manhole is set, its furnish,place, and compact material in the trench.
outlet shall be plugged acceptance by the Engineer. "Television Inspection" per Lump Sum.
Page-SP-39
Revision Date:May 19, 1997
8-09 Raised Pavement Markers
8-14 Cement Concrete Sidewalks
Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE
Miscellaneous Construction FOLLOWING:
8-13.5 Payment
"Reset Existing Monument"per each
8-09 Raised Pavement Markers Resetti9Z an existing monument imp acted b conutruction shag
be incidental unless included as a pay item in the Schedule of
SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices_
8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks
Payment will be made for each of the following bid items that
are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE
'Raised Pavement Marker Type I".per eachhuadred. FOLLOWING:
'Raised Pavement Marker Type 2",per eachhundrsd.
'Raised Pavement Marker Type 3- per 8-14.3(4) Curing(RC)
eachhuadrad. The Contractor shall have readily available sufficient
'Recessed Pavement Marker".per eaclihundrad. protective covering,such as waterproof paper or plastic membrane
The unit contract price per eachhvadmd for'Raised Pavement to cover the pour of an entire day in the event of rain .,�
Marker Type 1". 'Raised Pavement Marker Type 2". and "Raised unsuitable weather. `
Pavement Marker Type 3- In." and 'Recessed Pavement The Contractor shall be i)le for barricadin
Marker"shaU be full-pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed -concretE
necessary for furnishing and installing the markets in accordance Damaged, vandalized or unsightly concrete shall be removed and
with these Specifications including all cost involved with traffic replaced at the_eatpense of the Contractor.
control unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THF,
col is listed in the FOLLOWING:
contract as a separate pay item.
8-14.4 Measurement(RC)
8-10 Guide Posts When the contract contains a pay item for "Curb Ramp
Cement Concrete, the per each measurement shall include all
costs for the complete installation per the plans and standard details
8-13 Monument Cases including expansion joint material curb and gutter and ramped
sidewalk section. Sawcuttine removal and disposal of excavated
SEC77ON 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and -sidewalk crushed
FOLLOtiVS: surfacing base materials and all other work, materials and
8-13.1 Description (RC) equipment required per Section 8-14 shall be included in the per
each price for"Curb Ramp Cement Concrete'unless army of these
This work shall consist of furnishing and placing Monument other items are listed and specified to be paid as separate pay
cases and covers, in accordance with the Standard Plans and these items.
Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp
the Plans or as staked by the Engineer_ or by the Contractor Cement Concrete,' but the plans call for such installation, then
supplied surveyor. quantities shall be measured with and paid for under the bid items
for Curb and Gutter and for Cement Concrete Sidewalk. When
SECTION 843.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete die payment
FOLLOWS. shall be included in the pay item for 'Miscellaneous and/or
8-13.3 Construction Requirements Driveway Asphalt Concrete.'
The monument will be furnished and set b the SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE
y Engiieer o_r by
the Contractor supplied surveyor. FOLLOWING:
When existing monuments will be impacted by a project the 8-14.5 Payment(RC)
Contractor shall be responsible for assuring that a registered
surveyor references the existing monuments prior to construction. 'Curb Ramp,Cement Concrete,"per each
After construction is complete the monuments shall be re- Payment for excavation of material not related to the
established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can
be placed, when and if shown in the Plans, will be made in
SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise. the
FOLLOWING. Contractor shall make all excavations including haul and disposal.
8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the
lines and grades shown. and shall include all costs thereof in the
All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk
impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concrete-"
contract unless specifically called out to be paid as a bid item
Page-SP-40
Revision Date:May 19, 1997
8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical
8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench
which prove necessary for the completion of the proled
THE STATE AMENDMENT To SECTION 8-17 IS The minimum width for the trench will be at the option of the
SUPPLEMENTED BY THE FOLLOWING: contractor. Trench width will however, be of sufficient size so
that all of the necessary conduit can be installed within the depths_
8-17.5_Payment C specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
if no .,may item is included for temporarey impact attenuators be compacted to 953 of the material's maximum density, per
then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D.
pay item for "Traffic Control." SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS:
8-20 Illumination, Traffic Signal Systems, 8-20.30 Foundations_R 1
and Electrical
10A.GF-444 In "Cord-Ace W;&h the F-equir-ame-cc of
8-20.2 Materials Where obstructions prevent construction of planned
SECTION 8-20.2(1)HAS BEEN SUPPLEMENTED WITH 771E foundations. the Contractor shall construct an effective foundation
satisfactory to the Engineer.
FOLLOWING:
8-20.2(1) Equipment I1st and Drawings(RQ
The Contractor shall submit for approval six sets of shop The contractor shall provide all material for and oonstiuct the
drawings for each of the following types of standards called for on foundations for and to the dimensions specified in table 1 below.
this project: The anchor bolts Mall match that of the device to be-installed
1. Light standards with or without pre-approved plans. thereon.
2. Signal standards with or without pre-approved plans. All excess materials are to be removed from the foundation
3 Combination Signal and lighting standards. construction site and disposed of at the contractor's expense.
4. Metal Strain Poles. Concrete shall be placed against undisturbed eat*if possible.
Disturbed earth or backfill material shall be-compacted to 95
percent of the material's maximum density. Before placing the
sp concrete the contractor shall block-
The Contractor also shall submit either on the signal standard alt around any other
ahy drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the
dimensions to cleadY slow the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations
and signal tenon locations for each signal pole to be installed. shall be troweled brushed, edged and finished m aworkmanship-
like manner. Concrete shall be promptly cleaned from the exposed
BY portion SBCI70N 8-20.3(2) HAS BEEN SUPPLEMENTED portion °ti f the anchor bolts and conduit after placement.
ADDING THE FOLLOWING: Foundation shalt all be Class 3000 concrete. After the specified
curing period the contractor may install the applicable device
8-20.3(2) Excavating and Backfidling Q thereon.
The contractor shall supply trench within the unit widths and Table 1
to the specified depths at the locations indicated on the contract
plans or as directed by the engineer. Tyl?e of device Dimensions
The eor&actor shall have approved compaction equipment on
site before beginning any excavation: compaction shall be Street Light Pole 4'Deep x 3'Sq or Dia.
performed at the time of the initial backfillmg of the trench unless Signal Pole up to 40'mast arm TDeep x 3'Sq or Dia.
directed otherwise by the engineer. Signal Controller See 13�Sheet
Tnr„diino for conduit tuns shall be done in a neat manner Street Light Control Cabinet See mart Sheet
with the Uench bottom graded to hide a uniform grade. No Specig Base See Detail Slices
work shall be covered until it has been examined by the enginee
baclffill material used for fill around and over this conduit systern All concrete foundations shall be constructed m the manner
shall be free of rocks greater than two Indies in diameter to a depth specified below:
of six inches above the conduit. 1. Where sidewalk or raised islands arc to be constructed a
Trench within the roadway area shall use select trench ball pat of this project, the top of the foundation shall be made
which shall consist of 5/8th inch minus crushed surfacing top flush with the top of the sidewalk or island. (See detail
course or other material as indicated in the special pmnstons or sheet
schedule of prices and directed for use by the engineer• The source 2 Where no sidewalks arc to be installed,the grade for the top
and quality of the material shall be subiect to approval by the of the foundation shall be as specified byj
engineer. Trench backfill within the sidewalk area shall be made detail shat
with acceptable materials from the excavation sabred to the All concrete-foundations shall be located as_P�°n—tn�—°n
Engineer's approval of the material and shall be considered a the plans or as located by the engineer in the field.
necessary part and incidental to the excavation in accordance with
the standard specifications. Unsuitable material shall be removed
and backfill shall be select material approved by t:e Engineer. The
r,
Page-SP-41
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed.
FOLLOWS: All conduit shall be rigid non-metallic unless noted o
in the Plans or Special Provisions. otherwise
8-20.3(5) Conduit(RC) All conduit openings shall be fitted with approved
Bushin s. Wall thickness of conduit shall be cons• bellends or
tstent within
11 All r-o-dbad cwssingr continuous conduit runs with no mixing of different schedule
between terminations. trees
The contractor shall provide and install all conduit and
3- 411 'AAAG, f"m the lumin-ire bare to the necessary fittin s at the locations noted on the fans. Conduit
box- shall be as indicated on the wiring and conduit schedule shown on
41 AA imnr W-11 plans-
5
Conduit to be provided and installed shall be of the
' indicated below:
6- All bamic
typs
1. Schedule 40 heavy wall .v.c. Conforming
to ASTM
standards shall be used whenever the conduit is to be laced other
than within the roadway area.
2. Schedule 80 extra heavy wall p v c Conformiri to
ASTM standards shall be used when the conduit is to be laced
within the roadway area.
Alints shall be made with strict compliance to the
manufacturer's recommendations regard'cement used and
environmental conditions.
SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING 7yW
FOLLOWING:
8-20.30 Junction Boxes
The contractor shall provide and instal iunetion boxes of the
My and size at the locations specified in the plans and as per detail
sheets.
The inscription on the covers of all junction boxes shall be as
indicated below
1. Street lighting only: "Lighting'
2. Signal only-. "Signals"
raipfo;med baniar. 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 si gns! or both shalt be consistent
01-11 be galvanizell throughout the proied. All junction boxes shall be installed in
rl. conformance with provisions contained in the standard plans and
detail sheets.
The unit contract price per each for 'Type I" or "Type 11'
junction box shall be full compensation for furnishing same and for
all costs of labor, material tools and equipment necessary to
provide and install the ituxtion boxes including excavation
balling and compaction all in accordance with plans,
If allowed in the-14ans or if obstructions are encountered in specifications and detail sheets.
jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames.
install conduits by open trenching. Open trench construction shall All function boxes and associated concrete pads shall be
conform to the following: installed on compacted sub grade which shall include six inches of
1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material installed
deep.The cuts shall be parallel to each other and extend Z-fast-one der and around the base of the i inction box. Concrete shall be
(I)foot beyond the edge of the trench. — promptly cleaned from the iunction box frame and lid.
2. Pavement shall be removed in an approved manner. The unit contract price per function box shall include
3. Trench depth shall provide 24 inches minimum cover installation of 5 18th-inch minus crushed surfacing top course and a
over conduits below the roadbed, and 18 inches below finished 4` thick Class 'B' cement concrete pad enclosing the lunctio►box
grade in all other areas.. as per the plans, specifications and detail sheets htstallation of the
crushed surfacing and the concrete pad shall be incidental to the
Owl -Ach unit price per iunction box and no further compensation will be
" ern 'A4';GhQvGF-6 Wrger
S. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for 'crushed
restorod per the Renton Standard Detail. surfacing"and/or for"concrete pad
nt,- ellewsd
t-
Page-SP-42
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the
FOLLOWS: necessary arrangements with the serving utility to complete the
service connexions. Electrical energy used prior to completion of
8-20.3(9) Bonding, Grounding(RC) the contract will be charged to the Contractor, except that the cost
A.111 metallic WAU""_& of energy used for public benefit, when such operation is ordered
by the Engineer.will be borne by the Stara City.
be M-46 Mach to Three types of power service are used as indicated below:
I. Type I system shall be single phase 120 volt,2 wire 60 cycle
A.C.(traffic signal sevice only)
2. Type II system shall be single phase 240 volt,_Z wire,60 cycle
AC. (street lighting non contactor, individual controlled
photo-cell with no neutral wire)
3. Type III system shall be single phase 120240 volt, 3 wire 60
cycle A C (street lighting contaxorhraffic signal grounded
neutral service)
The power service point shall be as noted on the plans and
shall be verified by the electrical servicing utility.
coedaii I The service cabinet shall be- marked with the service
ldeadfwation of the equipment grounding conductor shall agreement letters and numbers.The markings shall be installed on
conform to all Code requirements. the outside cabinet door near the top of the cabinet. The markings
Grounding of conduit and neutral at the service point shall be shall be series C using stencils and black enamel alkyd gloss paint
accomplished as required under the Code.Grounding of the neutral conforming to Federal Specification Tr-E-489.
shall be accomplished only at the service.
SECTION 8-20.3(11)IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
N •• 8-20.3(11) Field Test(RC)
j o on will be allowed after 2 p.m.on
All street light standards signal poles and other Standards on No change to stop and g operation
Which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends,
dad metallic ground rod S/8" in diameter x 8'0' in length holidays,or the day preceding a holiday.
copper Mete with a A8 ARfG bare copper bonding strap located in the of the contmiler.supplier."be pr
nearest junction box. All signal oocttroiler cabinets and 1 Requests for traffic signal turn on will not be co nstdered until a
siZ=Kjphting service cabinets shall be grounded to a 5/8" in ere rum on inspection of signal system
has taken place.
diameter x 8'0" in length copper clad metallic ground rod located 2 All discrepancies and deficiencies twist P ce twin he
in the nearest junction box with a bare copper bonding Strap sized contractor and re-inspected pnor to requ- -
in accordance with the plans specifications and applicable codes. date.
Ground rods are considered mtscell mom Items and all costs 3. Requests for signal tun on shall not be considered and has
are to be included with the system straps or conductors. Ground electrical service to the intersection has been provided
are also miscellaneous items unless a separate pay item rs provided 4 beatize by the electric � notice will be required
in the'Schedule of prices." for signal turn on.
5 Channelization at the intersection must be coidelenons Ian
SBG770N 8-20.3(I0)IS REVISED AND SUPPLEMENTED before requesting signal turn on date Am' of
FOLLOWS: d n nnelization prior to turn on must be 'pprm'ed by the
8-20.3(10) Service(RC) a°—gmeer'
Power sources shown in the Plans are approximate only:exact 6 City forces shall provide post and maintain Pry signin
location will be determined in the field. warning of new signal ahead.
8-20.3(13) Illumination Systems
SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
8-20.3(13)A bight Standards(RC) (SA)
oba
sss�wbly.
Page-SP-43
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical
8-20 Illumination,Traffic Signal Systems,and Electrical
6141"t.on of the top Of All poles and davit arms shall )e desi ned to
luminaire weight of 50 lbs. or more and to piths Support a
b- 1,41 caused b wind loads of 85 m. .h. with factor sta 3 rtes
slip plqno III t)a glip plate and-he keeper platiI All poles shall maintain a minimum saf factor of 4.38 '
on field siren of wei t load and 2.33 s.i. for basic �,
3. Anchor bolts shall extend through the top heavy hex nut two pressure.
full threads. Davit Arms
The davit le arm shall ireo rate a 5'9" radius bend
as measured from the centerline of the shaft. The outer
the arm shall be near) horizontal to +2' above rhon of
e; memir. I per-Gon" on two "agog
shall be furnished with a 2" diameter fitter with horizontal and
-1 the MG GUP P length of 8 irides to fit the luminaire specified The ole end of
the davit arm tube shall be fastened secure) to the top of the shaft
producing a flush joint with an even profile
Anchor Base'
���� A one piece anchor base of adequate strenoH, ,.
6. Anchor bolts damaged after the foundation concrete is placed size shall be seared to the lows end of the shaft so and
shall not be repaired by bending or wel ding.The Contractor's shall be capable of resisting at its yield point the that base
repair procedure is to be submitted to the memrrr
Engineer for of the shaft at>a yield point. The base shall.be pr+ovidell v,;ri,
approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers mall
include removing the damaged portion of the anchor boh, be provided with each pole,
cutting threads-,on the undamaged portion to remain, the Anchor Bolts:
installation of an approved threaded sleeve nut and stud, and
Four steel anchor bolts each fitted with two hexnruts and
repairing the foundation with epoxy concrete repair. two washers shall >e furnished with the Pole. Anchor bolts shall
7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06!@)—!rid 9-0 6 X4) The
bottom of the slip base. anchor bolt yield point shall be capable of res'
installed plumb, f 1 degree. moment of the pole shaft at its void porn[ fisting the bending
The contractor shall assure that all anchor bolts conform to the
tea " recommended ASTM specifications of the pole ntanufactum and
shall secure and submit to the City for approval all manufacturer
data on pole bendin g moment anchor bolt fabrication data, test
results and any other data that may be required to conf rm that die
anchor bolts meet these specifications
- Miscellaneous Hardware:
All hardware(bolts nuts, screws washers etc) needed
to complete the installation shall be stainless steel
I.D. (Identification for poles):
The corurador shall supply and install a combination of
4-digits and one letter on each pok whether individual luminaire
the fQ11PA-tion or signal pole with lumunajr. The letter and numbers combination
shall be mounted at the 15 foot lcvd on the pole facing app ing
traffic. Legends shall be sealed with transparent film, resistant to
Oust,weather and ultraviolet exposure The decal mantas shall be
Staadard-Rlarr. 3 iricli rxttiane with gothic gold, white reflectorized 2 inch legend on
a black background. The LD member will be assigned to each
Pole at the end of the contract or project by the City traffic
611.11 b-GUMPO"OR IIIIIII engineering office.
Cost for the decals shall be considered incidental to the
I TAIMMaire wattage. contract bid.
3.---161-mimic a vQlta��. Light standards shall be spun aluminum davit style and shall
Me! the vole detail requirements indicated below and the detail
All new light standards shall be numbered for identification in sheets at the end of these specifications
accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand
installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with
shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts
Specification TT-E-489. The pole shall be adjusted for plumb after all heeded
In setting timber poles, the Contractor shall provide a �uiptnent has been installed thereon After pole is installed crud
minimum burial of 10 percent of the total pole length plus 2 feet plumbed,nuts shall be tightened on anchor bolts rising Proper sized
and shall plumb or rake the poles as directed by the Engineer. sockets,open end or box wrenches Use of pliers pipe wrenches
The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be emitted*
on the side away from traffic A grounding lug or nut shall be Tools shall be of su ient size to achieve adequate torquing of the
provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of
inside the pole shaft to attach a ground bonding strap the pole base plate shall be filled with a dry pack mortar grout and
t
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 SECTION 8-20.3(14)F IS AN ADDED NEW SECTION:
base plate. 8-20.3(14)F Opticom Priority Control Systems (RC)
Dry pack mortar grout shall consist of a 1:3 mixture of All new Ophcom Priority System components shall be 500
portland cement and fine sand with just enough water so that the Series, or approved equal. The Contractor all supply one spy
mixture will stick together on being molded into a ball by hand, of the manufacturers software on onginal disks. Conllrr
and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabin troller
et t ffie
drain hole shall be left in the bottom of the grout pad as shown on supplier
the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE
SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING:
FOLLOWING:
8-20.3(1 Grout(RC)
8-20.3(14) Signal Systems (RC) After the pole is plumbed the space - een the cone
All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate sall be filled with
600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to
multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grotty shall
division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just
=hedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being
terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so
terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of
block shall have an open end soldered terminal corrector. All the grout pad as shown on the standard detail.
taudnals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS
of the correct type of connector and crimping with pliers wire FOLLOWS.
cutters etc will not be allowed. All wiring inside the controller
cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement C
appewina installation. No splicing of an9 traffic signal conductor When awn as lump sum in the Plans or in the proposal as
shall be permitted unless otherwise indicated on the plans. All illumination system_, traffic signal
conductor p
ctor rums shall be attached to appropriate signal terminal _ no specific unit of measurement
boards with pressure type binding posts The only exceptions shalt will apply, but measurement will be for the sum total of all items
be the splices for detector loops at the nearest junction box io the for a complete system to be furnished and installed.
Conduit of the kind and diameter specified in the Schedule of
SECTION 8-20.3(I4)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line
FOLLOWING(RO length in place, unless the conduit is included in an illumination
system, signal system, or other type of electrical system lump sum
8-20,3(14)C Induction Loop Vehicle Detectors I� bid item.
1l Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in
compression type connectors. Section 8-20.5 or as described in the contract schedule of prices
SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING TSE for special provisions.
FOLLOWING.- SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS
8-20.3(14)D Test forInduction Loops and Lead-in FOLLOWS:
Cable
11tC 8-20.5 Payment R_S___Z
The Contractor shall keep records of field testing and shall Payment will be made for each.of the following bid items that
furnish the engineer with a copy of the results. are included in the proposal:
SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED 'Illumination System `,lump sum.
AS FOLLOWS: "Traffic Signal Y� lump
SUM.
8-20.3(14)E Signal Standards tEC T.Faffic sig4w CQRUQl System •
3. Disconnect connectors complete with pole and bracket 1"be lump sumo contract price for "Itlu nination.System=
cable shall be installed in any signal standard supporting a and "Traffic Signal "' asad
luminaire. _" 1 be full pay for furnishing
all labor, materials, tools, and equipment necessary for the
Ai construction of the complete electrical system. modifying existing
of
systems, or both, as shown in the Plans and herein sped
14 The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations- conduit,
all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during
Standard Sperm cations and current pre-approved plans by corstnxxion, salvaging existing materials. and for making all
WSDOT. required tests. All additional materials and labor, not shown in die
15 Installation of all nuts and boll shall be performed with plans or called fqr herein and which are required to complete the
proper sized sockets open end or box wrenches. Use of pipe electrical system,'shall be included in the lump sum contract Price.
wrenches or other tools which can damage the galvanization of the
nuts and bolts will not be permitted.
Tools shall be of a sufficient size and strength to achieve
adequate torquing of the nut(s).
Page-SP-45
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electri�l
jacking ;:squired, WrMiiag the tranch-g The unit Er each price for 14 "Service cabinet" shall be full
Chipping of Pavement, and bodding Qf the pipe; and WI Qlhgr- compensation for furnishing and installin the full ui
cabinet and for risers standoffs and any other materials labor or
costs associated with providing electrical service as sired b the
electrical utility, the contract plans, details and specifications
not included as separate a items in the contract and
item, it shnil be *-AGh-lad 43 the Wmp slim PT schedule of
system rhown. rip ices.
"........Signal head...... " per each.
All costs for installing conduit containing both signal and ".......Signal head mounting hardware L"per lump sin,
illumination wiring shall be included in the contract prices for the The lump sum price for (16) ....Signal hurt
signal stem. u.ninQ
g sY hardware shall be full compensation for s l and installin
All costs for installing junction boxes containing both all traffic or pedestrian signal head mount,n hardware in
illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets
prices for the signal system. Pole mounted terminal box,... and mounting
The unit prices for the items listed below shall be full hardware,"per each.
compensation for furnishing and installing each item and for all '2/c shad loop return cable," per linear foot
labor, materials, tools, equipment and testing necessary and/or "3/C shad pre-emotion cable,'per linear foot
incidental for the full and complete installation as per the contract '...-pair shad interconnect cable,"per lineal foot.
plans,detail sheets and these specifications. "Traffic signal controller and cabinet,' per each
"Trench and Backfill ........ wide by " deep " per The unit contract price for "Traffic Mind Controller and
linear foot. Cabinet shall be full compesadon for furmshing and i sWhng a
The unit contract,price for (3) 'Trench and Backfill' per fully equipped,wired and operational controller and cabinet.
linear foot shall be full compensation for excavating loading "Traffic signal wire,'per lump sum.
hauling and otherwise disposing of the waste materials for 'Signal standard,lype...,with...-foot mast arM,'per each
backfilling and compacting backfill material to specified density Induction loop vehicle detector.'per linear foot. .
and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)'Induction loop
as shown on the plans or as directed by the Engineer all in vehicle detector' shall be measured by the linear feet of full depth
accordance with the plans,specifications and detail sheets. sawcut required for installation. The unit price shall be full
"Select Trench Backfill,' per ton. (4)"Select Trench Ball' compensation for full and complete installation including wire -
shall consist of 5/8' minus crushed surfacing top course and the sealant and all other labor, materials tools and equipment required
unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans
and installing the material and loading hauling and disposing of specificafions and detail sheets. The unit price shall also include
waste materials• providing and installing conduit s tub-outs and soldered splices
.....Foundation, ......... per each.* splices to loop return cables unless separate pay items are included
—I)qx....Junction box.' per each. * in the contract schedule of prices for these other items. Sawcutting
'Tine unit per each price for(5)"Foundation"and (6)'Junction shall be considered incidental to the loop installation whether or not
Box' shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting
per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28
each item in a finished concrete pad which shall be incidental linear feet. Sawcatting for loop"Home runs'shall be done such as
unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of
"Concrete Pad." proper locating of loop return 'Stub-out' by direct routing of
"Concrete Pad,"per square yard. 'home runs" and by combining up to 4 pairs of loop wires in a
Measurement for-(7)"Concrete Pad" shall be by the square ale "home run" sawcut. Loop and 'Home Run' layout shall be
yard of surface area enclosed inclusive of and not subtracting for _approved by the Engineer before sawcutting takes place.
the area of the junction box or foundation enclosed and shall be full '.......Splice kit,"per each.
compensation for full and complete installation as per the plans "Emergency Vehicle Pre-eruption detector,* per each.
specifications and detail sheets. 'Opticom discriminator card," per each.
Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier,'per each.
Schedule 80 conduit,P.V.C., "per linear foot.* "Street light fuse kit." per each.
s The unit contract price for conduit shall include all conduit "Pedestrian push button with sign 'per each.
dings, adapters, elbows, bends, reducers, bell ends bushings "Pedestrian push button post,* per each.
and any other material, labor or equipment necessary to complete "Pedestrian signal pole Type I 10-feet,'per each.
the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole " per each.
from end of conduit to end of conduit as measured from the top of The unit per each price for'relocate existing pole shall be
grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its exrsgng
measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installjng exjstrng
depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pole on its
conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools materials,
of the conduit within the trench line. equipment and any other costs necessary and/or incidental to
"Street Light Standard......... per each. complete the installation and make the electrical equipment
........watt...Luminaire and lamp," per each. gyrational all in accordance with the plans specifications and
.......watt...Luminaire and lamp with photocell," per each detail sheets.
.......AWG....copper wire,' per linear foot. "Remove existing.......Foundation," per each.
'Service cabinet, 'per each.
Page-SP-46
Revision Dale:May 19, 1997
8-22 Pavement Marking 8-22 Pavement Marking
The unit per each price for 'Remove existing foundation" Traffic lwwFi
shall be full compensation for full and complete removal and A WHITE marking
hauling and disposal of the foundation.
{era. -fusing alphabetical letters_
8-22 Pavement Marking 39" the exceptign of the
the g:-;Irond Crossing Symbol, all u4ffig
SECTION 8-22.1 IS REVISED AS FOLLOWS. co contract plans and detail sheets.
8-22.1 Description(RQ SECTION 8-22.3(5)IS REVISED AS FOLLOWS.
Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC)
A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error
plus
I
or "skip"pattern shall be based on a�0-feet 24-foot unit consisting or minus 1 inch.within a-49-feet 24-foot length of skip stripe shall not exceed p
of a-19-feet 9-foot line and a-38-feet 15-foot gap. Skip center
stripe is used as center line delineation on two lane or three lane, SECTION 8-22.30 IS REVISED AS FOLLOWS:
two way highways.
Double Yellow Center Stripe 8-22.30 Installation Instructions (RCS
Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided
separated by a 4-inch-er-L74;wh space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be
is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations_ ad_a
and for channelization
roach S
A SOLID WHITE line, 8 inches wide, UWA-t-f"Way
to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION.
from through lanes, for traffic islands, and for hash marks. Hash
8-22.3(7) Removal of Traffic Markers(RC)
mark stripes shall be placed on 45 degree angle and 10 =feet The work to remove all old or conflicting stripes lines
apart- buttons, or markets as required to complete the channelization of
Lane Stt7pe the -project as shown on the plans or detail sheets shall be
A BROKEN WHITE line, 4 inches wide, used to
delineate adjacent lanes travelling in the same direction. The considered incidental to-other contract pay items and no further
broken or "skip" pattern shall be based on a-40-feet7A-foot unit compensation shall be made unless a separate pay item or items are
consisting of a 40-feat 9-foot line and a 30-fee4 15-foot gap. Provided for such removal.
Drop Lane StripefS Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS
A BROKEN WHITE line, 8 inches wide, used to FOLLOWS:
delineate a lane that ends-a -an-off-m:�. The broken or "skip"
pattern shall be based on a 2444-foot unit consisting of a 93-foot 8-22.4 Measurement(RC) (SA)
line and a 1542-foot gap. The measurement will be based on the travel distatice r-equirad
N4 of a marking system capable...
Go"Approach stripe, barrier stripe, crosswalk stripe. and
stop bar will be measured by the linear foot of each marking ty pe.
Traffic arrows will be measured by the unit with each arrow
32-iaclipacq. head defined as a unit
Traffic laiteFtaLegends, handicapped parking stall symbols.
« pauem 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 dtall bed
Two Way Left Turn Stripe the linear foot of " " wide line or shall be included m the lump
A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless LUied
BROKEN YELLOW line. 4 inches wide, separated by a 4-inch to be paid as a separate pay item.If not specified as a�parate stay I
space.The broken or "skip" pattern shall be based on 2 404"24- item then removal of existing traffic markings shall be eonstdered
foot unit consisting of a-104eat 9-foot line and a-304eet 15-foot incidental to the payment for other items of work and no turmer
space. The solid line shall be installed to the right of the broken compensation shall be made.
line in the direction of travel.
SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS
Crosswalk Stripe FOLLOWS:
A SOLID WHITE line.-1.2 8 inches wide and 10-feet
lam, installed parallel to another crosswalk stripe.�uith - 6 feet 8-22.5 Payment(RC)
and
parallel to the direction of traffic flow and centered in pairs on lane "Painted or eApproa,p Stripe",per linear foot.
lines and the center of lanes. See detail sheet..
Stop Bar "Painted Traffic bsiteF�",per each.
A SOLID WHITE line,-44_12 18 or 24 inches wide "Plastic Traffic L4uAf1.e end per each.
wilest as noted etherwisa;n on the Contract plans. 'Remove Paint Line ..... wide," per linear foot.`
Page-SP-47
Revision Dare:May 19, 1997
8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings
"Remove Plastic Line....... Wide,' per linear foot.' 8-23 Temporary Pavement Markings
"Remove existing traffic markings, "per lump sum.'
t The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED
'Remove Plastic Line' and the lump sum contract price for 47TII THE
'Remove existing traffic markings" shall be full compensation for FOLLOWING:
removal of existing traffic markings as per the plans specifications 8-23.5 Payment (RQ
and detail sheets. If these pay items do not appear in the contract r
schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installario„ f I
removal of temporary pavement markings then all costs associated a `vl
markings required to complete the channelization of the project as
shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the
other items in the contract and no further compensation shall be contract or included under "Traffic Control " if that item is
made, included as a bid item.
The unit contract prices for the above listed bid items shall be
full pay for furnishing all labor, tools material and equipment
necessary for the completion of the work as specified. I
t-
Page-SP-48
Revision Date_May 19, 1997
9-00 Definitions and Tests 9-02 Bituminous Materials
Division 9 material fo�yment may be produced for use on a proiecs u il the
fob mix formula has been approved bathe engineer The mixture
Materials shall be designed to meet the test criteria listed in Section 9-03.8
and remain within the limits set forth in 9-03 8(� The
determination of the job mix formula shall be the resoonci i .,
9-00 Definitions and Tests the Contractor. — �"
The intermingling of asphalt concrete mixtures produced from
more than one JMF is prohibited. Each strip of asphalt concrete
SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single
FOLLOWING: job mix formula established for the class of asphalt concrete
specified unless there is a need to make an adjustment toiaa the
9-o0(A) Recycled Materials(RC) JW
The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to
practicable,_provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations
applicable requirements described elsewhere in the contract and shall include as a minimum:
specifications Should recycled materials be utilized the City a. Percent passing each sieve size.
requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement.
the Contractor. c. Asphalt grade.
d. Mixing temperature.
9 e. Compaction temperature.
-02 Bituminous Materials
f. Anti-strip agent content. _
9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without
prior written approval of the Engineer. Should a change in sources
SECHON 9-02.1(10)IS A NEW SECTION: of materials be made, a new JMF must be approved by the
9-02.1(1 Loop Sealant (RCS Engineer before the new material is used.
0
Unless specified otherwise in the contract or permitted by the
Engineer upon request from the contractor, loop sealant shall be baca-astalh died
hot-melt rubberized asphalt sealant (Crafoo Loop Detector Sealant 2-14- 14 4-;-x-Vo-rmula Statistical Acceptance
or approved equal) shall meet the penetration flow and resilience
Wcifications of ASTM D3407 and shall be installed with an
approved applicator in conformance with manufacmm's
eons.
The contractor shall request and obtain approval from the AQ .
Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances_and-Adjusunasts.
detector loops and shall submit manufacturer adhhee s or other a. After the IMF is
data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of
determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances:
only be installed in thoroughly dean and dry pavement and shall be Constituent of Mixture Tolerance Limits
aMlied in conformance with the methods required as to The tolerance limit for each
temperature and means of application such as to completely fill the mix constituent shall not
sawcut area encapsulate the loop wires and adhere to the exceed the broad band
pavement. specification limits specified
in Section 9-03.8(6)-
Aggregates Aggregate passing 1". Broad band specification
3/4 5/8 ,ring
and limits Section 9-03.8(6).
SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8" sieves I
Aggregate passing 1/4" sieve t 6%
9-03,8(6)A Basis of Acceptance(RC) Aggregate passing No. 10 sieve f 5%
1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve f 4% j
conformance to the project job mix formula (JMF). Por the Aggregate passing No. 200 sieve t2% Note
Asphalt cement f0.5%Note2
For open graded mix: Tolerance limits shall be for aggregate
gradation only and shall be as specified in Section 9-03.80-
Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt
Pavement),2.5% for 50%RAP or more.
Note 2 — 0.5% if less than 20% RAP. 0.7% for over 20%
RAP, but less than 50% RAP, 1.0%for 50% RAP or greater.
These tolerance limits constitute the allowable limits used in
Section 5-04.3(8)A to determine acceptance.
-ccabl',rhad-ch-11 be chnneed only 12pon or-der. of the Engineer. 3- —
No
Page-SP-49
Revision Date:May 19, 1997
9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures Culverts
g ,and Conduits
SECTION 9-OS.7(3) IS DELETED AND REPLACED By THE
FOLLOWING:
9-05.7(3) Concrete Storm Sewer Pi a Joints (� I
Joint assembly design shall be reinforced concrete bell and
--Ad1� spigot incorporating a full retained single rubber gasket in
-1 &OM the CoAtracwr' accordance with ASTM C361 or AWWA 0302. Rubber gasket
material shall be neoprene.
SECTION 9-05.7(4) IS SUPPLEMENTED BY TAE
FOLLOWING:
9-05.7(4) Testing Concrete Storm Sewer Pi a Joints
RAC)
Hydrostatic testing of rubber gasket ioints shall be Performe d
in accordance with ASTM 0361 or AWWA 0302 ex t
pressure shall be 5 psi.
tolwaacac} SECTION 9-05.9 IS REVISED AND SUPPLE141EA.ED AS
FOLLOWS:
9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC)
im 'gf 0 3 per-GeAt 4-m-- &-he- --apprQuo" Tko—A No field Steel Gpiral a Gtorm Sewer-PTO shall
_ cit"iratieas..
The manufacturer of spiral rib storm sewer pipe shall furnish
9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating
that the materials furnished comply in all respects with these
SECTION 9-04.11 IS A NEW SECTION Specifications.The Engineer may require additional information or
tests to be performed by the Contractor at no expense to the State.
9-04.11 Butyl Rubber(SA) Unless otherwise specified, spiral nb storm sewer pipe shall
Butyl rubber shall conform to ASTM D2000 Ml BG 610 be f imished with pipe ends cut perpendicular to the longitudinal
axis of the pipe. Pipe ends shall be an evenly.Spiral no pipe shall
be fabricated either by using a continuous helical lock seam or
9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib. -
Conduits Spiral tib"wm sews;:pipe shall kauc-hei-c2J gibc aw prQjgGS
SECTION 9-05.4 IS REVISED AS FOLLOWS:
9-05.4 Steel Culvert Pipe and Pipe Arch(RC)
118 hich Wide by 0 43:75
Steel culvert pipe and pipe arch shall meet the requirements of
AASHTO M 36, Type I and Type II. Welded seam aluminum center.
mated (aluminized) :corrugated steel pipe and pipe arch with Pima-xh2n 1,
metallized coating ipplied inside and out following welding is
acceptable and shall be asphalt treatment coated.
SECTION 9-05.7(2):IS DELETED AND REPLACED BY THE paved fQF spiral rib-pips shall GonfaRa
FOLLOWING: W the
Steel spiral rib storm sewer pipe shall be manufactured of
9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and
(RQ inspected in conformance with Section 9-05.4. The size coating,
Reinforced Concrete Storm Sewer pipe shall conform to the and metal shall be as shown in the Plans or in the S22!i�ns
requirements of ASTM C-76 and shall be Class IV Cement used For spiral nib scorn sewer pipe helical ribs shall proiect
in the manufacture of reinforced concrete pipe shall be Type Il in outwardly from the smooth pipe wall and shall be fabricated from it
conformance with ASTM C150. No admixture shall be used unless single thickness of material The nibs shall be essen.ially
otherwise specified. rectangular and shall be 3/4 inch plus two times the wall thickness
(2t) plus or minus 1/8 inch (measured outside to outside) and a
SECTION 9-05.7(2)1 IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the rninimum vertical
FOLLOWING: distance from the outside of pipe wall immediately adjacent to the
lockseam or stiffener to the top surface of rib) The maximum
9-05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center(measured
All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs) The radius of bend of the
(D-load) test in accordance with ASTM C76• and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch
test of rubber gasket joints in accordance with ASTM C361 or and a maximum of 0.17 inch. If the sheer between adjacent ribs
AWWA C302 except test pressure shall be 5 psi does not contain a lockseam a stiffener shall be included midwa
Page-SP-SO ,
Revision Date:May 19, 1997
9-06 Structural Steel and Related Materials 948 Paints
between ribs having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (.,,..an,.w
fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the
bands metal at the comers of the ribs shall be 0.0655 mch with an
When required, spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent.
be bituminous treated or paved The bituminous treatment for For wide pitch spiral rib storm sewer pipe helical ribs shalt
spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated
05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 314 inch +
For narrow pitch spiral rib sewer pipe the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95
project outwardly from the smooth pipe will and shall be fabri cated inch high (measured as the mmimum vertical distance from the
from a single thickness of material. The nibs shall be .375 inch— outside of pipe wall to top surface of the nb). The maximum
118 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured
4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the
shall be 480 inclies center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an
direction of the nibs) The radius of bend of the metal at the allowable tolerartce of+ 10 percent.
carders of the ribs shall be 0.0625 inch with an allowable tolerance
of—10 Percent. 9-06 Structural Steel and Related Materials
SEMON 9-05.12(3)IS A NEW ADDMONAL SECTION.
9-06.5 Bolts
9-05. ) CPEP Sewer Pipe(RC) -
C_PFFP - Smooth interior pipe and fittings dol be SEC77ON9-06.S(4)HAS BEENSQPPLEMENTEDBYADDING.
manufactured from high density polyethylene resin which shall
meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts(RG)
Grade P33 or P34 Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal
Pipe shall comply with all material and stiffness requirements of poles street light poles, strain poles or other types of poles shall
AASHTO M294. meet the recommended specifications of the pole manufacturer.
The Contractor shall be responsible for providing to the Engineer
SEMON 9-05.14 IS DEJEMD: any and all data concerning fabrication, strength test results, mill
SECTION 9-0S.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor
FOLLOWS. bolts meet those specifications.
The following standard specifications shall apply to anchor
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the
(RQ Contractor can submit documentation from the manufacturer
Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are
be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon:
axis of the pipe.Pipe ends shall be cut evenly.Spiral rib pipe shall 1 The standard anchor bolt for aluminum street light poles
be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the regutremerns of
�k� ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall
be a full one inch in diameter with a hot forged four inch'L' bend
on the bottom end and a minimum of six inches of die-cut threads
GOA on the top end.
2 The anchor bolts for signal poles and strain poles shall
meet the specifications as designated on the aPPro9
manufacturer's pole plans and/or supplemental PLans or
specifications provided by the manufacturer.
All anchor bolts nuts and washers Mall meet the pole
manufacturers specifications and shall be imp dipped galvanized
c unless such galvanization is not permitted for the type of steel as
per Section 9-06.5(4).
P;p@ Shall bQ f2bf-i-240A 494414 -ad& that--can be eff"tivaly 9-08 Paints
jointed WA coup!ing bands
SECTION 9-08.8 IS A NEW SECTION:
9-08 8 Manhole Coating System P
For spiral rib storm sewer pipe helical ribs shall project
roducts(R
outwardly from the smooth pipe wall and shall be fabricated from a
single thickness of material The ribs shall be 3/4 inch wide by 3/4 9-08.8(l) Coating System Specificatton
inch deep with a nominal spacing of 7-1/2 inches center to center. The following coating system specifications shall-9-c-."rfafcxs
Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the ch � --
with coupling bands. of sanitary sewer manholes when required.
For narrow pitch spiral rib storm sewer pipe helical ribs shall
project outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs shall be 0.375 inch + t
Page-SP-51
Revision Date:May 19, 1997
9-2.3 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals
Electrical
Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED
A. General AS
FOLLOWS:
1. Buried Manhole 9-29.3 Conductors, Cable (RC)
Surface Color Paint System Each wire shall be numbered at each terminal
wrap-around strip bearin the circueit- with a
a. Buried, and White C-1 shown on the plans. number
exposed No splicing of an traffic signal conductor shall be
concrete unless otherwise indicated on the plans. All cond permitted
surfaces. be pulled to the appropriate signal terminal D conductor
9-08.8(2) Coating Systems with pressure type binding posts. The only excerm���„�
board
A. High Solids Urethane splices for detector loops at the nearest tuneiton box to the loops
The contractor shall provide and install all t1le 'gin e;sar
Coating System: C1 wiring, fuses and fittings so as to complete the instatlat;.,n, of the
signal and lighting equipment as shown on the Plans m
Coating Material: High Solids Urethane All terials
and in methods, except as noted oth
surfaces: Concrete erwise here' shall
Surface Preparation In accordance with SSPC SP-7 comply with applicable sections of the National Electrical Coda
(Sweep or brush off blast) 8. Detector loop wire shall be No. 1214 AWG stranded
Application: Shop/Field The drying time copper wire, Class B, with chemically cross-linked polyethylene
between coats shall not exceed type RHH-RRW insulation of code thickness.
24hotus in any case (11) Six p�ir-cComniunications cable Wl meet REA
System Thickness: 6.0 mils dry film specification PE-39 and shall have cLx a o. 19 AWG wires
Coatings: Primer: One coat of Wasser with 0.008 inch FPA/MPR coated aluminum shielding. The cable
MC-Conseal high solids shall have a petroleum compound completely filling the inside of
(2.0 DFT)Finish: the cable.
Two or more coats of Wasser Ile shielded communications/signal interconnect cable shall
MC-Conseai(min.4.0 DFT) meet the following:
1. Conductors: Solid, soft drawn annealed copper, size 19
awg.
9-23 Concrete Curing Materials and 2. Insulation: solid virgin high density polyethylene or
Admixtures polypropylene, with telephone industry color coding
3. Cable core assembly: insulated conductors are twisted
SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk
9-23.9 Fly Ash(RC) and meet strict capacitance limits.
4. Shielding: A corrosionloxidation resistant tinted ethylene
Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum
tape shield is applied longitudinally with shielding coverage A
9-29 11111llllnationi Signals, Electrical .005 corrugated tape applied in the same manner is accep table
5. Outer jacket: A black, low density high molecular weight
SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight
FOLLOWING. temperature variations and other environmental conditions plus
abuse during installation) is extruded overall to provide a
9-29.1 Conduit,(RC) continuous covering.
The conduit P.V.C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be printed
indicated below: sequentially a minimum of 2' along the outer jacket.
1. Schedule WExtra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer jacket is flooded
ASTM,Standards,to be used in all installations under roadways with petroleum-polyethylene gel filling compound including the
2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield.
Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE
SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING: 9-29.9 Ballast, Transformers (RC)
•9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and termm?I
Junction boxes shall be reinforced concrete with galvanized board.
steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE
(Diamond pattern)as indicated on detail sheets. FOLLOWING:
The inscriptions on the covers of the junction boxes shall be as
follows: 9-29.10 Luminaires(RC)
1. Signal only: 'Signals"
The filter shall bd charcoal with elast-omer gasket.
2. Street Lighting only: 'lighting" Luminaires shall have a cast aluminum housing of the cobra
3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor.
The above inscriptions shall not be higher than the top surface
of the cover plates.
t-
Page-SP-52
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrica►
The manufacturer's name or symbol shall be clearly marked re-energize without change.
on each luminaire.
9-29.11 Control Equipment
5. Conflict Monitor. Upon sensing conflicting signals or
SECTION 9-29.11(2)IS DELETED AND REPLACED WITH: unsatisfactory operation voltages, the conflict monitor shall
immediately cause the signal to revert to flash; however, the
9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict
Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take
operate on 120 volts, 60 Hz. The unit shall consist of alight command of the signal displays at the beginning of art '
w4witive element connected to necessary control relays. The unit �y�low. �
shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit tune, capable of
energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of
The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per
values in the temperature range of-55 degrees C to +70 degrees minute.
C. The photo cell shall be mounted externally on top of the
luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS
control the system shall be mounted on the himinaire nearest to the FbLLOWS:
se TWcontactor cabinet. The photo cell shall be capable of
switching "ON' 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption(RC)
Immediately after a valid call has been received, the
SECTION 9-29.13 IS SUPPL AIENTED BY ADDING 771E pre-emption controls shall cause the signals to display the required
FOLLOWING: clearance intervals and subsequent pre-emption intervals.
Pre-emption shall sequence as noted in the contract. Pre-emption
9-29.13 TY' 'c Signal Controllers(RC) equipment shall be installed so that internal wiring of the
The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer. is not
alternating current and shall use the power line frequency as a time altered.
base. The traffic signal controller shall meet the requirements of
the National Electrical Manufacturers Association (NEMA)
Standard Publications. 1
Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules
transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator
standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible
mounted in sockets and shall be easily replaceable without with the 500 Series 3M company 'opticom' system which the City
soldering. All components shall be standard'Off the shelf"items. of Renton is currently using and shall be capable of being activated
The traffic signal controller shall be capable of interfacing by the same transmitters.
with the Multisonic teal time, master computer. The controller The optical signal discriminator system shall enable in
AM be capable of both on-line operation(control by the umltisonic authorized vehicle to remotely control traffic control signals from a
master computer) and standby operation. The controller shall distance of up to 1800 feet(0.54 kilometers)along an unobstructed
establish the sequence of signal phases, including overlaps, in "line of sight" path The system Mall cause the traffic signals
conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program.
operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for
with vohune density on each phase as required. All clearance field programmability. It shall consist of the folloanng
timing and pedestrian timing shall be accomplished at the local components:
intersection. a Optical energy detectors which shall be mounted on the
SEC77ON 9-29.13(2)IS REVISED AND SUPPLEMENTED AS traffic signal mast arms and shall receive the optical energy
FOLLOWS. b. signal.
b Discriminators which shall cause the signal controller to
9-29.13(2) Flashing Operations(RC) go into internal pre-emption which will give the authorized vehicle
2. Police Panel Switch. Wben the flash-automatic switch the right of way in the manner shown on the Phase sequence
located behind the police panel door is turned to the flash position, diagram'
the signals shall immediately revert to flash; however, the c. Pre-emption Indicator Lights.
controller shall "STOP IRAP." When the switch is placed on Optical Detector
automatic, the signals shall continue to flash for an additional a. Shall be of solid state construction.
b Fittings shall meet the specifications of ire systein
in 8 second flash period. At the completion of the continued 8 second
flash period, unless otherwise specified. the controller shall manufacturer to facilitate ease of installation.
immediately resume normal cyclic operations at the beginning of c Shall operate over an ambient temperature range of-40°F
to +180OF(40°C to +85°CC.
P
artery gra ely law' d Shall have internal circuitry encapsulated in a semi-
4. Power Interruption. On "NEMA" controllers any power
interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture. by
shall re energize consistent with No.2 above to ensure an 8 second a Shall respond to the optical energy i ^ulses>;enera
pulsed Xenon source with a
flash period prior to the start of artery green. A power interruption a p pulse energy density of 0.8 micro
joule per square meter at the detector a rise time less than one
of less than 475 plus or minus 25 milliseconds shall not cause less a
resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not mn
thirty microseconds. !-
Page-SP-53
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signatsp Electrical
Discriminator
Each module shall do the following:
A. Shall provide for a minimum of two channels of opticaledied e# sps.
d_ etector 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.
ierur
When the phase selector is responding to one detector, it shall All timing functions and input and output feah,r
not respond to any other detector until calls from the first detector es for fully
actuated, volume-density operation shall be provided in accordance
are satisfied. Indicator lights shall indicate power on signal being with Nlxvtp standards
received, channel called. Switches shall control system power and The controller shall provide for setting each tim- +nterval by
simulate detector calls for each phase. means of positively calibrated settings, The tuning functions shall
be on the front of the controller unit or shall have keyboard entry
SECTION 9-29.130),IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby MMt i the traffic
FOLLOWING: signal controller shall include all circurtry required to pi'OVide all
timing and all functions for signal operation in a fully actuated
9'29.13(4) R'It?ng Diagrams (RC) mode. Standby operation shall automatically occur upon openin
The controller cabinet shall have a waterproof envelope with a of interconnect Tins, failure of central master computer or when
side access attached to the inside of the cabinet door. At the time specified by the master. The
standby operation shall follow and be
of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of
and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not
SECTION 9-29.130 IS SUPPLEMENTED BY ADDING THE call up a starting yellow.
FOLLOWING. SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9-29.130 Radio Interference Suppressors 9-29.13MA Environmental, Performance and Test
A Cornell-Dubiler radio interference filter NF 10801-1 30
amps or equivalent shall be used to filter the A C power. Standards for Solid-State Traffic
Additionally, all power supplies shall have noise immunity from Controllers (RC)
other devices within the cabinet. The traffic signal controller assemblies including the traffic
signal controller, auxiliary control equipment and cabinet shall be
SECTION 9-29.130 IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer.Testing and check-
FOLLOWS' out of all timing circuits, phasing and signal operation shall be at
9-29.13(7) Traffic-Actuated Controllers(RQ the City of Renton Signal Shop Renton, Washington. The Signal
Shop will make space available to the contractor for the required
Traffic-actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and
when connected to traffic detectors or other means of actuation, or related signal control equipment ready for testing. A complete
both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components
more intersections. satisfactorily fitrtctioaW shall start the test period. Any
All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are
supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a
The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the
NEMAedtiin the contract, must specifically conform to current entire integrated system has been demonstrated. The
NEMA specifications. demonstration by the contractor to the Engineer of all components
re Specificuio—and the cantra— functioning properly shall not relieve the contractor of any
Actuated traffic signal controllers shall be 8-phase control responsibility relative to the proper functioning of all aforestated
[mils. Volume-density timing features shall be provided on all
control gear when field installed.
controllers. SECTION 9-29.I3(7)B IS REVISED AND SUPPLEMENTED
livaFy pin of Qc4ing Plug -b-11 be istilized as AS FOLLOWS.
dercribad w4h;A 4he Rent, except thu those ping 9-29.13C7)B Auxiliary Equipment for Traffic Actuated
Controllers (RC)
Iilocherc f"l-2 r ,.rf I 1--A
by
Laba�atos3�-t¢stuig.. ,vil'rn of _ :tnl,oc ..rnrle „rr seni--�IA
Page-SP-S4
Revision Date.May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Power Switches Computer Interface Unit
There shall be a main power switch inside the cabinet that Interface communication devices shall be deli nod as arate
shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case The
off. There shall be a controller power switch that shall render the communication devices shall be used for on-line corn liter control
controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all .t...o..
maintaining flashing operation for purposes of changing controllers and signal status infomnation and receiving and decoding command
or load switching devices. information from the computer all in conformance and within the
capability of the multisonre master computer unit and the
Stop Time Bypass Switch interconnect cables.
There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED
time bypass switch. If the intersection is placed on flashing AS FOLLOWS.
operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets(RC, SA)
controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness
switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness cl,au
normal cycling operation while the intersection remains in flashing anodized--.sheet aluminum, or cast aluminum. Cabinets shall be
operation. finished inside with an approved finish coat of exterior white
enamel and outside with an approved enamel finish, light gray or
DETECTOR test switch aluminum in color. As an alternate to painting the outside and
inside of the aluminum cabinets may be clear anodized aluminum.
Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with:
(spring return) detector test switch. When depressed, the switch a. A spring loaded construction core lock capable of
shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets
shall have an approved one point positive latch. Formed cabinets
The convenience outlet and lamp socket shall have a three point latch.
b. A police panel door with a stainless steel hinge pin and
A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 13/4 inch long
and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet.
cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on off
circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will
allow the control equipment to operate when placed in the "off
Fail Safe Unit position. A second switch shall be the auto-flash switch. When
placed in the "flash" position,controller power shall remain on and
Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the
shall monitor both the positive and negative portions of the A.C. auxiliary panel described later.
sine wave for all greet, amber and pedestrian walk indications. c. Roth. Maw 400; aw police fand-40-ar- kli'll b've Que
The duration of a display of conflicting indications shall not be long e, closed coll,aegppsae gaskets Cabinet doors shall be gasketed
enough to be visible to motorists or pedestrians before the monitor with one piece close cell neoprene They shall be equipped with
initiates flashing operation. There shall be a visual indication that some type of stops so the door may be held open in either of two-
the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of
The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind..
manufactured by Eberle Design Inc.,or approved equal. d. A two position door stop assembly.
e The Controller cabinet shall have a load bay panel with at
Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel= Transfer
relays; load switches; and terminal blocks for termination of all
The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall
" shall protect the controller input from am voltage surges that could conform to Washington Standard&gg cations-
damage the controller or any of its components. This load bay panel shall be rnotmteA so that when the screws
are removed it will be possible to obtain fall access to the
Feld Wiring Terminal terminations on the back of the load bay panel•
There shall be a terminal strip for field wiring in the
controller cabinet. The terminals shall be numbered in accordance
it with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE
numbering system is used for the cabinet wiring, then both FOLLOWING: a
numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RC)
drawing shall include the field wiring "umbers where the terminal
strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless
terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the signal plans Vehicular signal bean
provided. housings shall consist of separate sections and be expandable tyke
for vertical mounting Lens shall be glass and meet 1.1'>✓'
Specifications for light output Reflectors shall be alzac. >:acn
signal head shall have a 1/4 inch drain hole in its base-
Page-SP-55
Revision Date:May 19, 1997
9-29 Illumination,Signals, Electrical 9-29 Illumination,Signals,Electrical
Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads (RC)
All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors a
border. Signal heads, including outside of visors and back of back and back of
back plates, shall be finished with two coats of factory applied I
plates shall be finished with two coats of factory-applied traffic traffic signal gr*4u_ ely low baked enamel. The inside of visors,
signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of
back plates shall be finished with two coats of factory-applied flat flat black enamel.
black enamel. SECTION 9-29.16
Mounting hardware will provide for a rigid connection (3)(RC)IS DELETED.
between the signal head and mast arm. All mounting hardware
will be of the top-mount plumbizer type as shown on the standard (RC)
plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A(RC)IS DELETED.
Position of the signal heads shall be located as close as 949 16(3)A 8-inch
possible to the center of the lanes. Signal heads shall be mounted
on the mast arm such that the red indicators lie in the same plane (RQ
and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED.
be less than 16 feet 6 inches nor more than 18 feet 6 inches above
the grade at the center of the roadway. All bolts and other
miscellaneous mounting hardware shall be stainless steel. Heads(RC)
SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS:
9-29.16(2)A Opfical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings
Eight inch conventional signals shall employ a 67 to 69 watt
traffic signal lamp rated for 130324 volt operation, 595 minimum piuipgg for T Nd d N M1016&= > „ L
initial ;hunen, 665 rated initial lumen, 8,000-hour minimum, uupainwZ—All ether—hardware for ether—mounts shall be painted
2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow
traffic signal lamp. Twelve inch traffic signal heads require gf"a-baked enamel.
424130:volt, 165 watt, 1,750 minimum initial lumen, 1950 rated
initial himen dear traffic signal lamps with a 3-inch light center SECTION 9-29.I8(I)IS SUPPLEMENTED AND REVISED AS
length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS.
base.Bulbs shall be installed with the opening between the filament 9-29.18(1) Induction Loop Detectors(RC)
ends�
SECTION 9-29.I6(2)B HAS BEEN REVISED AS FOLLOWS. equal
Detector amplifiers shall be Detector Systems model 810A or (,
9-29.16(2)19 Signal Housing(RC) Induction loop amplifiers installed with NEMA controls shall
Each ens shall be protected with a removable visor of
conform to current NEMA specifications. A;npldicm installed
aluminum of the tunnel type, unless specified
otherwise in the contract. Visors shall have attaching ears for
installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS:
have square doors. 9-29.20 Pedestrian Signal(RC)
SECTION 9-29.I6(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either incandeccent- fiber optic or
neon-grid type, or other types as specified in the contract..
9-29.16(2)C Louvered Visors I(Z ) Pedestrian signals shall conform to rM Standards (Standard for
Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975).
furnished and installed.-_Directional louvers shall be constructed to
have a snug fit in the signal visor. The outside cylinder shall be clear. traffic Gignal Witip Fated for. QQ volt opsFatio It fill"Ji-b*
constructed of alum' ,and the louvers shall
no
be constructed of adized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the
contract. a minimum, of 4 J Q inchas high Symbol messages. when
specified, shall be a minimum of 12 inches high and 7 inches in
.SECTION 9-29.16(2)D RA.S BEEN DELETED AND wig
REPLACED WITH. Housings shall be die-cast aluminum and shall be painted with
9-29.16(2)D Back Plates (RC) two coats of factory applied traffic signal yLllowi na
emel
Back plates shall be VACANT SECTION 9-29.201 IS REPLACED BY ADDING furnished and attached to the signal THE FOLLOWING NEW SECTION.• I
heads. Back plates shall be constructed of anodized, 3-S
half-hard aluminum sheet, 0.058-inch minimum thickness, with 9-29.20(1) Fiber Optic Type(RC)
5-inch square cut border and painted black in front and yellow in
back. The fiber optics shall be drawn from optical glass of high
purity. The fibers shall be temperature resistant The fibers shall
be resistant to the IJV light emitted by the halogen lamp and shall
maintain their high transmission properties throughout the lifetime
t-
Page-SP-56
Revision Dale:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REpLACED WIrg
53 microns. Each single arm in the harness shall contain THE FOLLOWING_
approximately 300 fibers. The optical sheathing shall have a wall
thickness of at least 1.5 microns. The common end of each bundle 9-29.24(1) Painting (RC)
The finish coat shall be a facto baked on e
shall have a hexagonal bundle format. The common bundle end Hamel li ht re
and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked
va4ea
The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be Riven a finish coat of
dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel.
of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions VI
to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12).
temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH
shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING.
hours. The coating shall not dissolve during this period. The lamp
shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors
together with the fiber shall produce a light intensity as high as (RC)
3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as
Iizht guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets The following
housing. The matrix plate shall be corsuucted of 0.125 thick equipment shall be featured within the cabmet
sJuminum sheet protected by a 0.125 polycarbonate sheet. The 1. Main circuit breaker
signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers
bundle shall have a dip-on type color filter, one of Portland 3. Utility plug(120 volt 20 Amp rated)G F I Type
Orange and one of Lunar White.The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp)
display shall not require a cone for magnification,and shall provide 5. Contactor relay for each circuit
a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breakers) for lighting circuits CM
light points. All components shall be fastened to the flat black volt
matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for
with no message legible. The low power consumption lamps shall utility plugs)
be serviceable without any tools. g. Type 3-single phase 120/240 volt grounded neutral
SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service
FOLLOWS. 9. One 120 volt 40 Amp single pole branch breaker(signal
service
9-29.20(2) Neon Grid Type(RC) 10. Complete provisions for 16 breaker poles
All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except
made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name
Neon tubing shall be enclosed and shockniounted inside plates shall be attached by S.S. screws.
a
mq ed plastic module. 12. Meter base sections are unnecessary
SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY
THE FOLLOWING.
The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC)
electronic ballast,no external transformer,and operate at 30 watts.
The heads shall display two symbol messages, 'hand" (for the The pole mounted terminal box shall be made of molded
do not walk mode) in Portland orange and 'Man" (for the walk fiberglass be grey in color, be approximately 16" high x 13-7/8'
mode) in lunar white. The message module shall consist of two wide x 5-7/8' deep and have a minitnuin of 16 terminals on the
neon Etas tubes enclosed in a housing made of polycarbonate terminal blocks The box shall be weather tight,have a single door
plastic. The lets material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the
visors shall be flat black in color. door locking side All hardware will be stainless steel. All
mounting hardware shall be stainless steel and shall be incidental to
SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box.
FOLLOWING. Terminal blocks shall be 600V heavy duty barrier type. Each
terminal shall be separated by a marker strip The marker—5-t-'jP-
9-29.24 Service Cabinets (RC) shall be permanently marked with the cii Mit number indicated in
The signal/street lighting service cabinet shall be as indicated the Plans Each connector shall be a screw type with No. 10 post
on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with
ilrr buss bats and conductor terminals shall be copper or brass. The spade tips.
cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell
ni
with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge.
panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each
and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet.
The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract.
cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type P with
complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22' high x 13' wide x 11" deep and
cabinet door shall have a one piece weather proof neoprene gasket. constructed of cast aluminum and fitted with a Best internal lock.
f.
Page-SP-57
Revision Date_May 19, 1997
9-30 Water Distribution Materials 9-30 Water Distribution Materials
9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE
FOLLOWING.
9-30.1 Pipe 9-30.3(3) Butterfly Valves RQ
SECTION 9-30.1(I)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Groundhog,
SECTION 9-30.3(5) HAS BEEN DELETED AND REpHgCED
9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING:
1. Ductile iron pipe shall be centrifugally cast and meet the
requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts(RC)
cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in
Ductile ir-on Pipe to be joins" ur'ing bolwd flanged jointf, GWI conformance with the Standard Drawings.
. All other ductile iron pipe shall be Valve markers shall be carsonite corn site utility marker
Standard Thickness Class 5259 or the thickness class as shown in .375"x 6-0"or approved equal with blue label "water.
the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS
9-30.3 Valves FOLLOWS:
SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW 30.3(7) Combination Air Release/Air Vacuum
W.• Valves (RC) -
9-30.3(1) Gate Valves(RC) Air and vacuum release valves It be APCO- Valve and
Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty,' combination air release valve or
pressure of 200 PSI.-Gate valves shall be Iowa List 14, Mueller equal.
Company No.A2380,Kennedy,or M&H. Installation shall be per the City of Renton Standard Detail
Approval of valves other than models specified shall be latest revision.
obtained prior to bid opening. Piping and fitting shall be copper or brass. Location of the air
All gate valves less than 12' in diameter shall include an 8' x release valve as show on the plans is approximate. The installation
24' cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line.
diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS.
Water Standard Detail for 12' gate valve assembly vault and V
bypass installation. 9-30.3(8) Tappiug Sleeve and Valve Assembly(RC)
Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron ctaiuloss-stselr,
body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel,or other approved material.
and O-ring stuffmg box.
RESKIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION.-
Resilient seated gate valves shall be manufactured to meet or 9-30.3(9) Blow-Off Assembly(RC)
exceed the requirements of AWWA Standard C509 latest revisions. permanent blow off assembly shall be#78 Kupferle Foundry
All external and internal ferrous metal surfaces of the gate Co. or approved equal. Installation of blow-off permanent blow-
valve shall be coated for corrosion protection with fusion bonded
epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail,
parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow-off
requirements of AWWA Standard C-550 latest revision. Valves assembly shall be installed at location(s) shown on the plans.
shall be provided with two (2) internal O ring stems seals. The Temporary blow-off assembly on new dead-end water main shall
valves shall be equipped with one (1) anti-friction washer. The be installed at location shown on the plans.
resilient gate valve shall have rubber sealing surfaces to permit bi- Temporary blow-off assemblies for testing and flushing of the
directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be
integrally cast. considered incidental to the contract and no additional payment
Manufacturers of Resilient Seated gate Valves shall provide
shall be made.
the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE
specifications. FOLLOWING.
Valves shall be designed for a minimum water operating
pressure of 200 psi. 9-30.5 Hydrants (RC)
End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa Corey Type (opening wrath the
mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening.
Clow, M&H Style 3067, Mueller Series 2370,Kennedy.
Compression type fire hydrants (opening against pressure)
Approval of valves other than model specified shall be shall be Clow Medallion M&.H 929 Mueller Super Centunon
obtained prior to bid opening. All gate valves less than 12 inches 200,conforming to AWWA C-502-85.
in diameter shall include an 8"x24" cast iron gate valve box and
extensions,as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE
All 12 inch diameter and larger resilient seated gate valves FOLLOWING:
shall have a 1 inch by-pass assembly and shall be installed in a
concrete vault per City of Renton Standard Details latest revision. 9-30.5(1) End Connections (RC)
Hydrants shall be constructed with mechanical joint
connection unless otherwise specified in bid proposal descrip42n-
t-
Page-SP-58
Revision Date:May 19, 1997
9-30 Water Distribution Materials 9-30 Water Distribution Materials
SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant
THE FOLLOWING: adapter with 1/8 coated stainless steel aircraft cable_
Fire hydrants shall be installed per Ciry of Renton Standard
9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions. wiivara
Fire hydrants shall be Corey type (opening with the pressure)
or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) IIAVE BEEN MODIFIED AS
AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS:
valve opening (,%I.V.O.) of 5 1/4 inches, two 2 1/2 inch hose
nozzles with National Standard Threads 7 1/2 threads per inch and 9-30.6(3) Service Pipe
one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe(RC)
per inch 60 degrees V. Threads, outside diameter of male tread Polyethylene pipe shall not be used.
4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4"
pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe (RC)
The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used.
threaded caps with operating nut of the same design and
proportions as the hydrant stem nut. Caps shall be fitted with SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS
Fittings used for copper tubing shall be compression type with
suitable neoprene gaskets for positive water tightness under test
gripper ring.
pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS
Seattle Thread x 5' Stortz. Storm adapter shall be forged and/or FOLLOWS.
extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded
end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RCS
Stortz face to be metal, no gasket to weather. Stour cap to have Meter setters shall be installed per the City of Renton
Standard Details for water meters, latest revision.
i
Page-SP-59
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
INDEX TO WSDOT AMENDMENTS
WSDOT AMENDMENTS
The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document.
The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the
subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those
SAX subsections have been deleted from this document.
The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting
provisions of the Standard Specifications. In case of conflict, the order of precedence: of the various contract documents shall be as
specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Spe'--ifications. For informational purposes,the date
following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT.
SECTION 1 SECTION.2
02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION
CONDITIONS AND,EM13ANEAIIM
(March 3, 1997) (March 3, 1997)
"Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock
04.AP1 SECTION 1-04, SCOPE OF THE WORK
Cuts is revised. Sub-section 2-03.3(14)K Select of
(March 3, 1997) . Common Borrow is added.
"Increased or Decreased Quantities" revised. "Embankments at Bridge and Trestle Ends"
formula revised.
07.API SECTION 1-07, LEGAL RELATIONS AND
RESPONSIBILITIES TO THE PUBLIC 09.AP2 SECTION 2r09, STRUCTURE EXCAVATION
(March 3. 1997) (March 3, 1997)
A new Amendment. Sub-section 2-09.3(4)
A new Amendment. Sub-section 1-07.9(5) Construction Requirements, Structure Excavation,
Required Documents is revised. Sub-section Class B, Sib-section 2-09.4 Measurement, and
1-07.13(4)Repair of Damage is added.
"Required Records and Retention" revised. Sub-section 2-09.5 Payment are revised. Sub-
section 2-09.3(1)E Baclfilling, Controlled Density
09.AP1 SECTION 1-09, M]EASUREMENT AND Fill i<, added.
PAYMENT "Measurement" drywells added.
(March 3. 1997)
"Payment for Material on Hand" revised. SECTION 3
10.AP1 SECTION 1-10,TEMPORARY TRAFFIC
CONTROL 02.AP3 SECTION 3-02, STOCKPILING
(March 3, 1997) AGGREGATES
A new Amendment. Sub-section 1-10.3(5) (Marsh 3, 1992)
Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" 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)
A new Amendment. Sub-section 5-04.3(10)B
Control is revised.
I '
Page-SP-60
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
SECTION 6 SECTION 8
02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT _.
(March 3, 199 7) MARKERS
A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997)
Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1
section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub-
Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is
02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is
Subsection 6-02.3(6)A Temperature and Time for supplemented and revised.
Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular.
Curing Concrete is added. l0.AP8 SECTION 8-10, GUIDE POSTS
"Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996)
and "Field Bending" are revised. A new Amendment. Sub-section 8-10.2 Materials
10.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction
(March 3, 1997) Requirements is revised.
A new Amendment. Sub-section 6-10.5 Payment I LAP8 SECTION 8-11, GUARDRAIL
is supplemented with an additional item. Sub- (March 3, 1997)
section 6-10.3(1) Precast Concrete Barrier is
added. Anchor Installation revised.
"Precase Cone. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP
(March 3, 1997)
SECTION 7 "Materials", and "Measurement" are revised.
'05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17.AP8 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS CATCH BASINS (March 3, 1997)
(March 3, 1997) Construction Requirements revised.
Revised to include drywells. New standard item
1062 "precast cone. drywell". 20.AP8 SECTION 8-20, ILLUMINATION,TRAFFIC
Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL
Manhole". (March 3, 1997)
A new Amendment. Sub-section 8-20:3(4)
06.AP7 SECTION 7-06, CONCRETE PIPE
ANCHORS Foundations is revised. Sub-section 8-20.3(13)A
Light standards is added.
This section is deleted in its entirety.
(March 1997) "Equipment List and Drawings" revised.
08.AP7 SECTION 7-08, GENERAL PIPE
21.AP8 SECTION 8-21, PERMANENT SIGNING INSTALLATION REQU MEM04TS (March 3, 1997)
(March 3, 1997) A new Amendment. Sub-section 8-21.3(6) Sign
Refacing is revised. Sub-section 8-21.2 Materials
A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added.
Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is
Sub-section 7-08.3(2)D Pipe Laying--Steel or added.
Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials"
Sub-section 7-08.5 Payment are revised. are revised.
"Materials", "Trenches", "Jointing of Dissimilar
Pipe", and "Payment" are revised. 22•AP8 SECTION 8-22, PAVEMENT MARKING
"Standard plan for pipe collars pending. (March 3, 1997)
A new Amendment. Sub-section 8-22.4
17.AP7 SECTION 7-17, SANITARY SEWERS Measurement is revised.
(March 3, 1997) "Materials" revised.
A new Amendment. Sub-section 7-17.3(2)C
Infiltration Test is revised. Sub-section 7-17.2
Materials is added.
"Infiltration Test" revised.
18.AP7 SECTION 7-18, SIDE SEWERS
(October 28, 1996)
r
Page-SP-61
Revision Date:May 19, 7997
WSDOT AMENDMENTS WSDOT AMENDMENTS
SECTION 9 I0.AP9 SECTION 9-10, PILING
(September 30, 1996)
OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 940.1 Timber
(September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling
A new Amendment. Sub-section 9-01.3 Tests and is revised.
Acceptance is revised to reference "Mill Test Use message revised.
Report Number". ILAP9 SECTION 9-11, WATERPROOFING
02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997)
(March 3, 1997) Asphalt waterproofing revised.
"Anti-Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNIT`S
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.
05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, 17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS
CULVERTS, AND CONDUITS (September 30, 1996)
A new Amendment. Sub-section 9-17.1 General
(March 3, 1997) is revised.
A new Amendment. Sub-section 9-05.6(4)
Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT
05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM)
9-05.12(2)Profile Wall PVC Culvert Pipe and (September 30, 1996)
Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1)
Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section
"Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub-
06.AP9 SECTION 9-06, STRUCTURAL STEEL AND
section 9-29.6(5)Foundation Hardware is revised_
RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS,
(March 3, 1997) ELECTRICAL
A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996)
Strength Bolts is revised. A new Amendment. Sub-section 9-29.4
"High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised.
revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION
Specifications. GEOTEXTILE
09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996)
(March 3, 1997) A new Amendment. Sub-section 9-33.2
A new Amendment. Sub-section 9-09.3(1)B Geoteztile Properties is revised.
Placing in Treating Cylinders is revised..
ka
r
Page-SP-62
Revision Date: May 19, 1997
WSDOT AMENDMENTS
WSDOT AMENDMENTS
The following WSDOT Amendments are the complete text of all
Amendments to the WSDOT/APWA 7996 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
W
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 w
SECTION 1-10,TEMPORARY TRAFFIC CONTROL March 3, 1997........................................................................ 6
1-10.2(1),.Traffic Control Supervisor............................................................................................. .............6
1-10.2(1) General......................................................................................................................................6 .r
1-10.2(3) Conformance to Established Standards.............................................................................................4 8
1-103(1) Traffic Control Labor....................................................................................................................8
1-103(2) Traffic Control Vehicle..................................................................................................................8
1-103(5) Temporary Traffic Control Devices...................................................................................................8 rr
1-10.4 Measurement..................................................................................................................................9
1-10.5 Payment.........................................................................................................................................9
SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10
2-033(14)I Embanlanents 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 so
2-093(1)E Baclfilling...............................................................................................................................10
2-09.4 Measurement.................................................................................................................................11
2-09.5 Payment........................................................................................................................................11 so
SECTION 3-02,STOCKPILING AGGREGATES March 3,1997..............................................................................11
3-023(1) Asphalt Concrete Aggregates..........................................................................................................11
rr
SECTION 6-02,CONCRETE STRUCTURES March 3,1997...................................................................................11
6-023(4)D Temperature and Time For Placement............................................................................................11
6-02.3(11) Curing Concrete.................................................................. 12
......................................................
6-023(17)7 Face Lumber,Studs,Wales, and Metal Forms.............................. ...............1.2
...................................
6-023(24)A Field Bending..........................................................................................................................12 ;
6-023(25)F Prestress Release......................................................................................................................12
SECTION 6-10,CONCRETE BARRIER March 3,1997..........................................................................................13
6-10.3(1) Precast Concrete Barrier...............................................................................................................13
6-10.5 Payment........................................................................................................................................13
SECTION 7-05,MANHOLES,INLETS,AND CATCH BASINS March 3, 1997.................................. ..............13
SECTION 7-05,MANHOLES,INLETS,CATCH BASINS,AND DRYWELLS...............................................................13
7-05.1 Description........................................................................ ...13
.........................................................
7-05.2 Materials.......................................................................................................................................13
7-05.3 Construction Requirements................................................................................................................14
7-05.4 Measurement.................................................................................................................................14
7-05.5 Payment........................................................................................................................................14
SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997.................................................................................15
Page AMD-h
RMsion Date:May 19, 1997
+rr
SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15
7-08.2 Materials.......................................................................................................................................15
.r 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
,rr 748.3(2)D Pipe Laying-Steel or Aluminum...................................................................................................15
7-08.3(2)G Jointing of Dissimilar Pipe............................................................................................................16
7-08.4 Measurement.................................................................................................................................16
7-08.5 Payment........................................................................................................................................16
rrr
SECTION 7-17,SANITARY SEWERS March 3, 1997............................................................................................16
7-17.2 Materials.......................................................................................................................................16
7-17.3(2)C Infiltration Test.........................................................................................................................17
wr
SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997.............................................................................17
8-09.1 Description....................................................................................................................................17
err 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
.8-113(1)C Erection of Rail.........................................................................................................................17
8-113(1)D Anchor Installation....................................................................................................................18
«r SECTION 8-15,RIPRAP March 3,1997..............................................................................................................18
8-15.2 Materials.......................................................................................................................................18
8-15.4 Measurement.................................................................................................................................18
SECTION 8-17,IMPACT ATTENUATOR SYSTEMS March 3,1997........................................................................18
8-173 Construction Requirements................................................................................................................18
,., SECTION 8-20, ILLUMINATION,TRAFFIC SIGNAL SYSTEMS. ..........................................................................18
AND ELECTRICAL March 3, 1997....................................................................................................................19
8-20.2(1) Equipment List and Drawings.........................................................................................................19
8-203(13)A Light Standards.......................................................................................................................19
SECTION 8-21,PERMANENT SIGNING March 3,1997........................................................................................19
8-21.2 Materials.......................................................................................................................................19
arr
8-213 Construction Requirements................................................................................................................19
8-213(4) Sign Removal..............................................................................................................................19
8-213(9)F Bases......................................................................................................................................20
ar 8-213(10)A Sign Lighting Luminaires...........................................................................................................20
8-213(9)G Identification Plates...................................................................................................................20
8-213(12) Steel Sign Posts..........................................................................................................................20
r SECTION 8-22,PAVEMENT MARIQNGS March 3,1997.......................................................................................21
8-22.2 Materials.......................................................................................................................................21
SECTION 9-02,BITUMINOUS MATERIALS March 3,1997...................................................................................21
■r.
9-02.4 Anti tripping Additive....................................................................................................................2
SECTION 9-03, AGGREGATES March 3, 1997....................................................................................................21
9-03.12 Gravel Backfill..................... ..............................................21
...........................................................
9-03.12(5) Gravel Backfill for Drywells.........................................................................................................22
9-03.14(2) Select Borrow............................................................................................................................
6r SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................22
9-04.3 Joint Mortar..................................................................................................................................22
SECTION 9-05,DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS March 3, 1997.........................................22
9-05.4(7) Coupling Bands.......................................:...................................................................................22
9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe.................22
Page-AMD-iii
Revision Date:May 19, 1997
err
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) Prorile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................:...............23 so
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.............................................
SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997................................................23 so
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 Waterproormg................................................................................................................25 wr
SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25
9-12.4 Precast Concrete Manholes................................................................................................................25
9-12.5 Precast Concrete Catch Basins...........................................................................................................26 NO
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
9-163(2) Posts and Blocks..........................................................................................................................26
9-16.3(5) Anchors.....................................................................................................................................27 '
Page-AMD-iv
Revision Date:May 19, 1997
1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage
I { TC "SECTION 1-04, SCOPE OF THE WORK" }SECTION 1-04, SCOPE OF THE
WORK
March 3, 1997
1-04.6 Increased or Decreased Quantities
t The first sentence of Item no. 1 in the first paragraph is revised to read:
Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the
8 original bid quantity.
Item no.2 in the first paragraph is revised to read:
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
the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due
solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount
5 originally bid for the item.
6
Item no.4 in the second paragraph is deleted.
$ { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE
PUBLIC' }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO
o THE PUBLIC
1 March 3, 1997
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
5 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
D 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:
3
4 All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form 820-010 to the
5 Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all
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
1 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
I-09.8 Payment for Material on Hand 1-10.2(1) General
I { 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 1-10.2(1) Traffic Control Supervisor
2 This section is revised to read: ,
3
4 1-10.2(1) General ,
5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager
6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic
7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required
8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor
9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS
o in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to
I the same degree as the primary TCM and TCS.
2
3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be
4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have
5 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any
6 deficiency in the traffic control system.
7
8 1-10.20A Traffic Control Manager
nr
9 The duties of the Traffic Control Manager include:
0
1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor-
+rr
2 adopted traffic control plan(s) with the Engineer.
3
4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any
5 adjacent construction or maintenance operations.
.ir
6
7 1 Coordinating the project's activities (such as ramp closures, road closures, and lane closures)
8 with appropriate police, fire control agencies, city or county engineering, medical emergency "
9 agencies, school districts, and transit companies.
0
Page AMD-6
Revision Dale_May 19, 1997
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.
3
t 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for
W5 Streets and Highways for the State of Washington and applicable standards and specifications
6 available at all times on the project.
7
-4 6. Attending all project meetings where traffic management is discussed.
9
D 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations.
�+1
2 1-10.2(1)B Traffic Control Supervisor
,,3 A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer.
4
5 • The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be
.w,6 able to be on the jobsite within a 45-minute time period after notification by the Engineer.
7
8 The TCS's duties shall include:
�9
0 1. Inspecting traffic control devices and nighttime lighting for proper location, installation,
i message, cleanliness, and effect on the traveling public. Traffic control devices shall be
002 inspected each work shift except that Class A signs and nighttime lighting need to be checked
3 only once a week. Traffic control devices left in place for 24 hours or more should also be
4 inspected once during the nonworking hours when they are initially set up (during daylight or
00 5 darkness, whichever is opposite of the working hours).
6
7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be
8 submitted to the Engineer no later than the end of the next working day to become a part of the
"'9 project records. The Contractor may use their own form if it is approved by the Engineer.
0 Include in the diary such items as:
1
to 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,
aw 5 d. Lighting utilized at night, and
6 e. Observations of traffic conditions.
7
8 3. Ensuring that corrections are made if traffic control devices are not functioning as required-
9 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as
0 long as the original intent of the traffic control plan is maintained and the revision has
I concurrence of the WSDOT TCS.
2
3 4. Attending traffic control coordinating meetings or coordination activities as authorized by the
004 Engineer.
5
6 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS
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.
Aw 0
Page AMD-7
+o Revision Date:May 19, 1997
1-10.2(3) Conformance to Established Standards 1-10.3(5) Temporary Traffic Control Devices
1 1-10.2(3) Conformance to Established Standards
2 This section is supplemented with the following:
3
4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality
5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the
6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a
7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and ■r
8 replaced within 12 hours.
9
0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American "w
I Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703)
2 898-5400, FAX(703) 898-5510.
3
4 1-10.3(1) Traffic Control Labor
5 The first sentence of the second paragraph is replaced with the following two sentences:
6
7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or
8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency.
9
urr
0 1-10.3(2) Traffic Control Vehicle
1 This section is revised to read:
2
3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item-is furnishing
4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and
5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for
6 transporting signs shall be limited to:
7
8 1. Set up and removal, rr►
9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary
o storage is approved by the Engineer, and
1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans,
2 approved traffic control plan, or the orders of the Engineer.
3
4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for,360
5 degrees.
6
7 1-10.30 Temporary Traffic Control Devices
8 The first sentence of the first paragraph is revised to read:
9
o When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this
1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control
2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another w
3 item.
4
Page-AMD-8
Revision Date.May 19, 1997
1-10.4 Measurement 1-10.5 Payment
1-10.4 Measurement
2 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
5 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.
8 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
i 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.
1
4 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
7 for the previously described work. The Contractor may use more than one vehicle to perform this work,
3 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
0 the work required by this section but will be excluded from payment under this section.
1
2 1-10.5 Payment
3 The bid item "Traffic Control Supervisor", per day, is revised to read:
4
5 "Traffic Control Supervisor", per hour.
6
7 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read:
8
9 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person
0 performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties.
1
2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read
3 "Section 1-10.3(5)".
4
5 The first paragraph following the bid item"Traffic Control Vehicle" is revised to read:
6
7 The unit Contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for
8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for
9 under the item "Traffic Control Labor" or "Traffic Control Supervisor".
0
1 The last paragraph of this section is deleted.
Page-AMD-9
Revision Date_May 19, 1997
2-03.3(14)I 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
up
4 2-03.3(14)I Embankments at Bridge and Trestle Ends
to
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. Embanlanents and backfill behind the abutments must be brought up in layers.,
1 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)10
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/fe
8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the
9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear
0 any added cost that results from the change.
1
2 2-03.3(14)K Select or Common Borrow Includin g Haul ,
3 In the fast paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read
4 "Section 9-03.14(3).
5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" )SECTION 2-09,
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 l 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
to 2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement
2-09.4 Measurement
trit. -
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:
apt
S For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be
s calculated based on the following trench width:
-J
8 For drain and underdrain pipes, trench width = I.D. + 12 inches.
For pipes 15 inches and under, trench width = I.D. + 30 inches.
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:
m3
4 For drywells, the limits shall be in accordance with the Standard Plans.
S
.6 The paragraph for "Gravel Backfill" is revised to read:
7
8 Gravel Backf H
9 Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the
0 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.
.w
4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-02,
s STOCKPILING AGGREGATES
6 March 3, 1997
aw l 3-02.3(1) Asphalt Concrete Aggregates
8 The first paragraph is revised to read:
°"9
0 Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the
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 6-02, CONCRETE
s STRUCTURES
616 March 3, 1997
7 6-02.3(4)D Temperature and Time For Placement
8 The first paragraph is supplemented with the following:
9
�r.
Page-AMD-11
Revision Date:May 19, 1997
6-02.3(25)F so
6-02.3(l 1) Curing Concrete Prestress Release
i Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being
2 placed. '
3
4 6-02.3(11) Curing Concrete "
5 Item number 1 of the first paragraph is revised to read:
6
7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs,
8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing
9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days.
0
i 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms
2 The 22nd paragraph of Section 6-02.3(17)) is revised to read:
3
4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the
5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval
6 shall be based on laboratory test results or selection off the current Qualified Products List.
7
s 6-02.3(24)A Field Bending
9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read:
0
1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar
2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and �r
3 smaller may be bent without heating;
4
5 Table 1 is supplemented with the following:
6
7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall
8 be specified in Section 9-07.
9
o 6-02:3(25)F Prestress Release
I This Section is supplemented with the following:
2 .rr
3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum
4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with
5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of .r
6 the proposed release concrete compressive strength. The calculated release strength shall meet the
7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension
8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated
9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the
0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of
i the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that
.r
2 results from the change.
dw
Page AMD42
Revision Date:May 19, 1997 wt
Mrr
6-10.3(1) Precast Concrete Barrier 7-05.2 Materials
{ TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE
2 BARRIER
March 3, 1997
6-10.3(1) Precast Concrete Barrier
5 The first two paragraphs are replaced with the following paragraph:
6
The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No
5 concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same
o conditions show the concrete has reached 4000 psi.
The fifth paragraph is revised to read:
2 '
s Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be
cured in the forms until a rebound number test, or test cylinders which have been cured under the same
5 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No
S additional curing is required once the barrier is removed from the forms.
3 6-10.5 Payment
dw
9 Section 6-10.5, Payment, is supplemented with the following:
D
all "Single Slope Concrete Barrier", per linear foot.
2 The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in
3 place or precast single slope concrete barrier.
a { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" )SECTION
5 71.05, MANHOLES, INLETS, AND CATCH BASINS
—6 March 3, 1997
7 The title of this section is revised to read:
a""8
9 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
0
F1 7-05.1 Description
2 In the first paragraph, the work "drywells" is inserted after the word "inlets".
63
4 7-05.2 Materials
""5 This section is supplemented with the following:
6
7 Crushed Surfacing Base Course 9-03.9(3)
8 Gravel Backfill For Drywells 9-03.12(5)
Page-AMD-13
Revision Date:May 19, 1997
me
7-05.3 Construction Requirements 7-05.5 Payment
I Precast Concrete Drywells 9-12.7
2 Underground Drainage Geotextile, so
3 Moderate Survivability 9-33.1
4
5 7-05.3 Construction Requirements
6 The following paragraph is inserted after the first paragraph:
7
8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill
9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in
0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the
i drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the
2 drywell.
.w
3
4 The third paragraph is deleted.
5
6 The eighth paragraph is supplemented with the following:
7 '8 Mortar shall conform to the requirements of Section 9-04.3.
9
0 The 15th paragraph is revised to read:
2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of
3 Section 2-09.
4 '
5 The 16th paragraph is revised to read:
6
7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level
8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000.
9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures
0 shall conform to the requirements of the Standard Plan except as approved by the Engineer.
2 7-05.4 Measurement
3 This section is supplemented with the following:
4
5 Precast Concrete Drywell will be measured per each. .rt
6
7 7-05.5 Payment
8 The bid item "Abandon Drainage Structure", per each, is revised to read:
9
0 "Abandon Existing Manhole", per each. '
1
2 This section is supplemented with the following:
3
4 "Precast Concrete Drywell", per each.
r
Page-AMD-14
Revision Date:May 19, 1997 W
7-08.2 Materials 7-08.3(2)D Pipe Laying-Steel or Aluminum
The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing
+�! the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and
drainage geotextile.
{ TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-06,
s CONCRETE PIPE ANCHORS
March 3, 1997
7 This section is deleted in its entirety.
8 { TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS"
)SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS
Iwo March 3, 1997
'>< 7-08.2 Materials
2 This section is revised to read:
..3
4 Materials shall meet the requirements of the following sections:
5
.6 Gravel Backfill for Foundations 9-03.12(1)_
7 Gravel Backfill for Pipe Zone Bedding 9-03.12(3)
8 Bedding Material for Thermoplastic Pipe 9-03.16
*W
9
o 7-08.3(1)A Trenches
""1 The second paragraph is revised to read:
2
3 The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given
9w4 by the Engineer.
5
406 7-08.3(1)C Pipe Zone Bedding
7 This section heading is revised as follows:
r.8
9 7-08.3(1)C Bedding the Pipe
110 In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone
I 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 seas shall be laid in the trench with the outside laps of
m
7 circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed
8 together with approved bands.
gn Page-AMD-15
Revision Date:May 19, 1997
1W
7-08.3(2)G Jointing of Dissimilar Pipe 7-17.3(2)C Infiltration Test
1
2 7-08.3(2)G Jointing of Dissimilar Pipe
3 This section is revised to read: �r
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. rr
7
8 7-08.4 Measurement aw
9 The following new paragraph is inserted after the first paragraph:
0
1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert aw
2 and storm sewer pipes.
3
rr
4 7-08.5 Payment
5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _", per
6 cubic yard.
7 ,8 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding":
9
0 All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the
1 installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of
2 pipe installed.
3
4 This section is supplemented with the following paragraph:
5
6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract
7 price per linear foot for the size and type of pipe being jointed.
8 ( TC "SECTION 7-17, SANITARY SEWERS" )SECTION 7-17, SANITARY
9 SEWERS
o March 3, 1997
1 7-17.2 Materials
2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary
3 Sewer Pipe".
4
5 The fourth paragraph is supplemented with the following:
�r
6
7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2)
8
9 7-17.3(2)C Infiltration Test
0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per „r
1 hour)".
Page AMD-16
Revision Date:May 19, 1997 to
8-09.1 Description 8-11.3(1)D Anchor Installation
{ TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED
2 PAVEMENT MARKER
March 3, 1997
1 8-09.1 Description
5 The word "raised" is deleted from the first and second sentences.
6
7 8-09.3 Construction Requirements
3 This Section is revised by adding the following new Section:
9
3 8-09.3(5) Recessed Pavement Marker
01 The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the
12 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans.
3
4 8-09.5 Payment
65 The first paragraph is supplemented with the following new bid item:
6
7 "Recessed Pavement Marker", per hundred.
MB -
9 The second paragraph is revised to read:
0
61 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
ON 6 March 3, 1997
7 8-11.3(1)C Erection of Rail
8 The following paragraph is inserted after the second paragraph:
9
U1., 0 When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be
i installed. The inside and outside rail elements shall not be staggered.
2
fir
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
so
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
0 8-15.2 Materials
rr
i 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, IMPACT ATTENUATOR SYSTEMS
o March 3, 1997
*0
1 8-17.3 Construction Requirements
2 The following paragraph is inserted before the first paragraph:
3 'rr'
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. .r
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.
I { TC "SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
2 ELECTRICAL" }SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,
3 AND ELECTRICAL
4 March 3, 1997
5 8-20.2(1) Equipment List and Drawings
6 The fifth paragraph is revised to read:
7
Page-AMD-18
Revision Date:May 19, 1997 aw
irr
8-20.3(13)A Light Standards 8-21.3(9)F Bases
The Contractor will not be required to submit shop drawings for approval for light standards conforming to the
pre-approved plans listed in the Qualified Products List.
3
-4 8-20.3(13)A Light Standards
The first sentence of Item No. 2 in the third paragraph is deleted.
7 The first sentence of Item No. 4 in the third paragraph is deleted.
...a { TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-21, PERMANENT
9 SIGNING
March 3, 1997
1 8-21.2 Materials
2 The second sentence of the first paragraph is revised to read:
3
VW4 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the
5 requirements of Section 9-06.
ww6
7 8-21.3 Construction Requirements
s 8-21.3(4) Sign Removal
I O This section is revised to read:
0
1 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign
102 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.
Aws 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
0 shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense
1 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:
6 8
Page AMD-19
Revision Date_May 19, 1997
w
8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials
1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all
2 other sign structure bases. W
3
4 The second paragraph is supplemented with the following:
5
6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3.
7
so
8 8-21.3(10)A Sign Lighting Luminaires
9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15".
0
1 This section is revised by adding the following new sections:
2 ,
3 8-21.3(9)G Identification Plates
4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign ,
5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign
6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign .--
7 structures and give them to the Engineer.
8
9 8-21.3(12) Steel Sign Posts '
0 Steel sign posts shall be connected to concrete bases using the following procedure:
1
2 1. Remove all galvanized runs and beads from washer area.
3 2. Assemble sign post to stub post with bolts, using one flat-washer on each bolt between plates.
4 3. Shim as required to plumb sign posts. ,
5 4. Tighten bolts in a systematic order to required torque while not over tightening.
6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening.
7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent
8 loosening. •r
9
0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall
1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M w#
2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches
3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection.
4 { TC "SECTION 8-22, PAVEMENT MARKINGS" )SECTION 8-22, PAVEMENT an
5 MARKINGS
6 March 3, 1997
7 8-22.2 Materials
8 The first sentence is revised to read:
9 r
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
.rt
9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow
I The second sentence of the eighth paragraph is revised to read:
3 Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for
4 the area actually removed.
5 { TC "SECTION 9-02, BITUMINOUS MATERIALS" }SECTION 9-02,
6 BITUNIINOUS MATERIALS
7 March 3, 1997
No
8 9-02.4 Anti-Stripping Additive
No
9 This section is revised in its entirety to read:
0
1 when directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the
2 option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the
3 aggregate on the cold-feed. Once the process and type of anti-stripping additive proposed by the Contractor
4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and
5 amount of anti-stripping additive shall not be changed without approval of the Engineer.
6
7 when liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the
8 Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt.
wrr 9
o when polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall
1 not exceed 0.67 percent by mass (weight) of the aggregate.
Ow 2
3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered
4 based on a proposal from the Contractor.
..
5 { TC "SECTION 9-03, AGGREGATES" )SECTION 9-03, AGGREGATES
No
6 March 3, 1997
7 9-03.12 Gravel Backfill
dw
8 This section is supplemented with the following new section:
9
w
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,
V` 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."
+r
Page-AMD-2I
low Revision Date:May 19, 199
■rr
9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall
PVC Storm Sewer Pipe
I { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9- w
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
i 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 recormgated.
9
0 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and ,
1. PVC Sanitary Sewer Pipe '
2 The section heading is revised to read:
3
4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC r„
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
wrr
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. wrr
4
s 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 4'
6 The section heading is revised to read:
7
writ
Page-AMD-22
Revision Date:May 19, 1997 ww
wr
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
ai 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC
2 Sanitary Sewer Pipe
4 The first paragraph is revised to read:
S
S Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO
7 M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM
g F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List.
1w,
o The first sentence of the third paragraph is revised to read:
1
40Z Qualified producers are identified in the Qualified Products List.
3
4 The fifth paragraph is revised to read:
5
S Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46.
7
400 9-05.19 Corrugated Polyethylene Culvert Pipe
9 The second sentence of the first paragraph is revised to read:
—0
1 The maximum pipe diameter shall be as specified in the Qualified Products List.
2
tw3l The first sentence of the fourth paragraph is revised to read:
4
5 Qualified producers are identified in the Qualified Products List.
006
7 9-05.20 Corrugated Polyethylene Storm Sewer Pipe
8 The first subparagraph in the first paragraph is revised to read:
err 9
0 The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a
1 producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List.
Am 2 { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS''
3 )SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
4M 4 March 3, 1997
5 This section is revised by adding the following:
0"6
7 9-06.16 Roadside Sign Structures
am -
8 All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293.
9
two Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B.
1
2 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the
ow 3 requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable
4 alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183.
Page-AMD-23
aw Revision Date.May 19, 1997
9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut,and Washer Specifications
1
2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M to
3 222, AASHTO M 223, or ASTM A 572 Grade 50.
4
5 Base connectors for multiple directional steel breakaway posts shall conform to the following: g+
6
7 brackets Aluminum Alloy 6061 T-6
8 bosses for Type 2B brackets ASTM A 582
9 coupling bolts ASTM A 325
0 anchor bolts ASTM 304 stainless steel for threaded
I portion. AISI 1038 steel rod and AISI .rr
2 1008 coil for cage portion.
3
4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as aw
5 follows:
6
7 Type 2A 17,000 to 21,000 lb.
8 Type 2B 47,000 to 57,000 lb.
9
0 For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For
1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass
2 conforming to ASTM B 36. '
3
4 9-06.5(3) High Strength Bolts
5 The first two sentences of the second paragraph are revised to read:
6
7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are
8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing aw
9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's
0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results.
t ...
2 9-06.5(4) Anchor Bolts
3 The first paragraph is revised to read:
4
5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts
6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with
7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested
8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot
9 provided shall show the ultimate tensile strength test results.
0
1 9-06.5(5) Bolt, Nut, and Washer Specifications
2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436".
.r
+r
Page-AMD-24
Revision Date:May 19, 1997 10
9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins
1 { 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
"w 8 The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted.
9 { TC "SECTION 9-11, WATERPROOFING" }SECTION 9-11, WATERPROOFING
o March 3, 1997
i 9-11.1 Asphalt for Waterproofing
2 In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41".
3 { TC "SECTION 9-12, MASONRY UNITS" )SECTION 9-12, MASONRY UNITS
4 March 3, 1997
5 9-12.4 Precast Concrete Manholes
6 This section is revised to read:
7
008 Precast concrete manholes shall meet the requirements of AASHTO M 199.
9
0 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral
No 1 displacement.
2
3 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections
4 may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type
5 M. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be
6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of
ow 7 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the
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.
r o
t 9-12.5 Precast Concrete Catch Basins
to 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
9-12.7 Precast Concrete Drywells 9-16.3(5) Anchors
1 9-12.7 Precast Concrete Drywells
2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may
3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7
4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly 06
5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference.
6 { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND —
7 ROCK WALLS" }SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE
8 PROTECTION, AND ROCK WALLS ,
9 March 3, 1997
o 9-13.4 Concrete Slab Riprap
1 This section is deleted.
2
3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND
4 GUARDRAIL
5 March 3, 1997
6 9-16.3(1) Rail Element
7 The first paragraph is revised to read:
8
9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A '
o Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail
ll elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F
2 end sections, which shall be formed from 10 gage steel.
3 ■r
4 9-16.3(2) Posts and Blocks
5 The second sentence of the first paragraph is revised to read:
6
7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance
8 with manufacturers recommendations.
9
o 9-16.30 Anchors
1 The following paragraph is inserted after the third paragraph:
2
3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or
4 ASTM A 501.
5 .w
6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17".
.r
Page-AMD-26
Revision Date:May 19, 1997
SPECIAL PROVISIONS
CITY OF RENTON
SENECA AVENUE NW, & NW 2nd STREET,
rrr WATER MAIN REPLACEMENT
WTR-27-2788
�r.
INTRODUCTION
These Special Provisions supplement and modify the Standard Specifications and Supplemental
Specifications and are hereby made a part of this Contract.
DIVISION 1
GENERAL REQUIREMENTS
1-01 DEFINITIONS AND TERMS
.,. 1-01.3 Definitions(APWA Only)
Add the following definitions:
vrr
CITY
The City of Renton
Additionally Insured
The Contractor shall include The City of Renton and King County as Additionally insured in
association with this construction project.
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)
SPECIAL PROVISIONS
PAGE 1
■l
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 wr
minimum of 48 hours notice to the Contracting Agency prior to work on any roadway and shall
do no work on the roadway without a traffic control plan approved by the City Transportation
Division.
1-05 CONTROL OF WORK '
1-05.4 Conformity with and Deviations from Plans and Stakes(Revised Section)
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 elevations. ,
1-05.5 Construction Stakes(Supplemental Section)
The CONTRACTOR shall be responsible for securing the services of a professional land
surveyor registered in the State of Washington who shall provide all required survey work,
construction staking and as-builting 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 the Measurement and Payment section of the special provisions. This '
staking shall consist of,but not limited to:
Utility Construction limits
Alignments and Grade Stakes(w/offsets,50'max. interval)
Valve location,horizontal and vertical bends,air-vac. assemblies,manhole location.- .■
Grading Limits and Grades
Monuments(Reference and Restoration) am
Right-of-Way and Easement Limits
Locating and Resetting of Key Landscape Features,Fences,etc.
The CONTRACTOR shall supply the CITY with required survey notes and notify the CITY for �+
inspection of the staking at least two working days in advance of the work taking place.
The CONTRACTOR shall assume full responsibility for the accuracy of the staking and shall
provide all replacement staking or re-staking as needed. The CITY will provide the contractor's
surveyor with the horizontal and vertical control needed to perform the construction surveying. The
CONTRACTOR'S surveyor shall provide the ENGINEER the original field notes and a set of the wr
field notes which shall contain as-constructed locations of the improvements constructed under this
CONTRACT.
These notes shall contain as a minimum the center line station and offset and cut to each cut stakes
and offsets,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
SPECIAL PROVISIONS
PAGE 2
to
r
good engineering practice in a hard covered field book supplied to the CONTRACTOR'S surveyor
by the CITY on request.
rr
It shall be the CONTRACTOR'S responsibility to record the location,by centerline station,offset,
and depth below pavement or finish grade of all existing utilities uncovered or crossed during his
work as covered under this project.
1-06 CONTROL OF MATERIAL
1-06.1 Source of Supply and Quality of Materials(Supplemental Section)
"i No source has been provided for any materials necessary for the construction of this
improvement.
The Contractor shall arrange to obtain the necessary materials at his own expense, and all costs
of acquiring, producing, and placing this material in the finished work shall be included in the
unit contract prices for the various items involved.
If the sources of materials provided by the Contractor necessitates hauling over roads other than
City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use
of the haul routes.
rr
1-06.7 Shop Drawings and Submittals(Additional Section)
.. 1-06.7(1) General (Additional Section)
Shop drawing and submittal review will be limited to general design requirements only,and shall
,,. not relieve the Contractor from responsibility for errors or omissions, or responsibility for
consequences due to deviations from the contract documents. No changes may be made in any
submittal after it has been reviewed except with written notice and approval from the Owner.
�r By approving shop drawings, submittals, and any samples, the Contractor thereby represents that
he has determined and verified all field measurements, field construction criteria, materials,
catalog numbers, and similar data, and that he has checked and coordinated each shop drawing
�. with the requirements of the work and of the contract documents.
Shop drawing and submittal data for each item shall contain sufficient information on each item
..r to determine if it is in compliance with the contract requirements.
Owner will pay the costs and provide review services for a first and second review of each
submittal item. Additional reviews shall be paid by the Contractor by withholding the
appropriate amounts from each payment estimate.
Shop drawing and submittal items that have been installed in the work but have not been
approved through the review process shall be removed and an approved product shall be
furnished,all at the Contractor's expense.
�. The Contractor shall review each submittal and provide approval in writing or by stamping with
a statement indicating that the submittal has been approved and the Contractor has verified
dimensional information, confirmed that specified criteria has been met, and acknowledges that
the product, method,or information will function as intended.
1-06.7(2) Required Information(Additional Section)
SPECIAL PROVISIONS
PAGE 3
r..
Submit five copies of each submittal to the Engineer. Shop drawings and submittals shall be
submitted on 8'/2"x11", 11"x17", or 22"04"sheets and shall contain the following information:
Project to
Contractor
Engineer/Owner
Applicable specification and drawings reference.
A stamp showing that the Contractor has checked the equipment for conformance with the
contract requirements,coordination with other work on the job, and dimensional suitability.
A place for the Engineer to place a 3 inch by 4 inch review stamp.
Shop or equipment drawings,dimensions, and weights
Catalog information
Manufacturer's specifications ,
Special handling instructions
Maintenance requirements '
List of contract exceptions
Other information as required by the Engineer ,
1-06.7(3) Review Schedule (Additional Section)
Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to
Contractor not later than 10 working days after receipt by the Engineer. The Contractor shall
revise and resubmit as necessary to obtain approval. Delays caused by the need for re-submittal
may not be a basis for an extension of contract time or delay damages at the discretion of the ,
Owner. At least one set of shop drawings will be returned to the Contractor after review.
Additional sets will be returned to the Contractor, if remaining.
1-06.7(4) Substitutions(Additional Section) '
Any product or construction method that does not meet these specifications will be considered a
substitution. Substitutions must be approved prior to their installation or use on this project.
1-06.7(4)A Prior to Bid Opening(Additional Section)
Before opening bids, Owner will consider written requests from product suppliers or prime
bidders for substitutions. All requests must be accompanied by drawings and specifications in
sufficient detail to allow the Owner to determine whether or not the substitute proposed is equal
to that specified. All requests shall include a listing of any significant variations in material or
methods from those specified. If there are no variations, a statement to that fact shall be
included in the request for approval. The determination as to whether or not a proposed
substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only
by addendum. The bidder shall include, in his proposal, all costs for modifications required to
adopt the substitute.
1-06.7(4)B After Contract Execution(Additional Section) '
Within 30 days after the date of the contract, Owner will consider formal requests from
Contractor for substitution of products in place of those specified. Submit two copies of request
for substitution. Data shall include the necessary change in construction methods, including a
detailed description of proposed method and related drawings illustrating methods. An itemized ,
comparison of proposed substitution with product or method specified shall be provided.
SPECIAL PROVISIONS
PAGE 4
4W
In making a request for substitution, Contractor represents that he has personally investigated
■r proposed product or method and has determined that it is equal or superior to, in all respects, the
product specified. Contractor shall coordinate installation of accepted substitutions into the
work, making changes that may be required for work to be completed. Contractor waives all
claims for additional costs related to substitutions which consequently becomes apparent.
1-06.7(5) Submittal Requirements(Additional Section)
.r The following submittal items shall be provided to the Engineer by the Contractor. Additional
submittal information shall be provided to the Engineer by the Contractor if required by the
Engineer.
Substitutions
Asphalt Concrete Pavement Materials
Concrete Anchor Blocks
Pipe Foundation and Bedding Materials
Backfilling of Trenches
Ductile Iron Pipe and Fittings
�• Gate Valves
Fire Hydrants,Combination Air-Vac. Release Assemblies
1-06.8 Waste Material Control(Additional Section)
The contractor is cautioned that there is very little room on the site for storage or stockpiling of
excavated material.Any material that must be temporarily stored on-on-site shall be stored within
the construction limits shown on the plans. Heavy equipment and materials shall not be stored on
the Seattle Water Pipelines right-of-way.
+r
Adhere to all requirements of federal,state and local statutes and regulations dealing with pollution.
Permit no public nuisances.
�. Use only dump sites that are approved by the regulatory agency having jurisdiction, I
and present proof of approval upon request.
At all times,keep the construction area clean and orderly and,upon completion of the work,leave
structures clean and all parts of the work clean and free of rubbish and excess material of any kind.
Leave fixtures,equipment,walls,and floors clean and free of stains,paint or roofing splashes,or
other marks or defects.Remove all miscellaneous unused material resulting from work and dispose
of it in a manner satisfactory to Owner. The site,through the progress of construction,shall be kept
as clean as possible and in a neat condition.
r. The Contractor shall follow all requirements and guidelines of the Puget Sound Air
Pollution Control Agency(PSAPCA)and other associated agencies.
.r Use water sprinkling,temporary enclosures,or other methods to limit dust and dirt from rising and
scattering in the air. Surface water runoff that is contaminated with site debris, silt,or other
material that adversely effects water quality shall be collected and cleaned prior to discharge. On
site collection ponds may not be used to keep silt laden water from entering the storm water
collection system.
Do not use water to control dust when its use may create hazardous or objectionable conditions
such as ice formation,flooding,and pollution.
SPECIAL PROVISIONS
PAGE 5
err
The Contractor shall minimize the amount of dust and other airborne particles caused by any
demolition,excavation,stockpiling,or removal activities. Dust control measures shall be
implemented by the Contractor prior to the beginning of work activities. Exposed soil may be
wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure
shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall be removed
from the site prior to project completion.
The Contractor shall take precautions to warn,protect,and prevent the public from all hazards that
exist on site due to any demolition or construction operations. Stockpiled debris shall be surrounded
with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any
potential hazard.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1(1) Archaeological Discoveries and Historic Preservation Clause ,
(Additional Section) ,
The CONTRACTOR shall adhere to the National Historic Preservation Act of 1966 and 36 CFR
800 which provide for the preservation of potential historical, architectural, archaeological, or
cultural resources (herein called "cultural resources") and fair compensation to the '
CONTRACTOR for delays resulting from such cultural resources investigations.
In the event that potential cultural resources are discovered during subsurface excavations at the ,
site of construction,the following procedures shall be instituted:
The OWNER shall issue a Work Suspension Order directing the CONTRACTOR to cease all
construction operations at the location of such potential cultural resources find.
If archaeological findings include human remains, the ENGINEER shall contact a qualified
archaeologist in consultation with the State Historic Preservation Officer(SHPO)to evaluate the rr
remains.
Such Work Suspension Order shall be effective until such time as a qualified archaeologist can
be called by the ENGINEER to assess the significance of these potential cultural re sources and
make recommendations to the State Historical Preservation Officer. If the archaeologist, in
consultation with State Historic Preservation, determines that the potential find is a significant
cultural resource,the OWNER shall extend the duration of the Work Suspension Order.
Suspension of work at the location of the find shall not be grounds for any claim by the
CONTRACTOR unless the suspension extends beyond the contract working days allowed for •
the project, in which case the ENGINEER will make an adjustment for increased time and/or
cost of performance of the contract.
err
1-07.15 Temporary Water Pollution/Erosion Control(Additional Section)
The CONTRACTOR shall provide to the City of Renton, prior to the Pre-construction
Conference, a "red line" erosion control plan for review and approval. Said plan should be based
on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper
construction practices.
.r
1-07.16 Protection and Restoration of Property(Supplemental Section)
rr
SPECIAL PROVISIONS
PAGE 6
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
wo 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:
Topsoil shall be placed at a depth of 3 inches.
Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a smooth even grade
dw without low areas to trap water and compacted, all as approved by the ENGINEER.
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
placement.
Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic from
access to the newly placed lawn during the establishment period.
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.
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.
yrr 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 in front of 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
�r.
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.
SPECIAL PROVISIONS
PAGE 7
�r
go
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. The contents of Chapter 19.122 RCW are provided as follows: to
RCW 19.122 UNDERGROUND UTILITIES
r
Intent
It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and
keeping accurate records of utility locations, protecting and repairing damage to existing
underground facilities, and protecting the public health and safety from interruption in utility
services caused by damage to existing underground utility facilities [1984 c 144 § 1.]
Definitions
Unless the context clearly requires otherwise,the definitions in this section apply throughout this
chapter.
A 'Business day" means any day other than Saturday, Sunday, or a legal local, state, or
federal holiday.
"Damage" includes the substantial weakening of structural or lateral support of an underground
facility, penetration, impairment, or destruction of any underground protective coating, housing,
or other protective device, or the severance, partial or complete, of any underground facility to
the extent that the project owner or the affected utility owner determines that repairs are
required.
"Emergency" means any condition constituting a clear and present danger to life or property, or a
customer service outage.
"Excavation" means any operation in which earth, rock, or other material on or below the ground
is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches
in depth for agricultural purposes, or road and ditch maintenance that does not change the
original road grade or ditch flowline.
"Excavator" means any person who engages directly in excavation.
"Identified facility" means any underground facility which is indicated in the project plans as
being located within the area of proposed excavation.
"Identified but unlocatable underground facility" means an underground facility which has been
identified but cannot be located with reasonable accuracy.
"Locatable underground facility" means an underground facility which can be field-marked with
reasonable accuracy.
"Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field
location of underground facilities, in accordance with the current color code standard of the �.
American public works association. Markings shall include identification letters indicating the
specific type of the underground facility.
"Person" means an individual, partnership, franchise holder, association, corporation, a state, a
city, a county, or any subdivision or instrumentality of a state, and its employees,agents,or legal
representatives.
SPECIAL PROVISIONS
PAGE 8
wr
"Reasonable accuracy" means location within twenty-four inches of the outside dimensions of
both sides of an underground facility.
err
"Underground facility" means any item buried or placed below ground for use in connection with
the storage or conveyance of water, sewage, electronic, telephonic or telegraphic
communications, cable vision, electronic energy, petroleum products, gas, gaseous vapors,
hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits,
cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below
ow ground.
"One-number locator service" means a service through which a person can notify utilities and
request field-marking of underground facilities. [1984 c 144 § 2.]
ow
Notice of excavation to owners of underground facilities -- One-number locator service --
Time for notice--Marking of underground facilities-- Costs
Before commencing any excavation, the excavator shall provide notice of the scheduled
commencement of excavation to all owners of underground facilities through a one-number
locator service. All owners of underground facilities within a one-number locator service area
shall subscribe to the service. One number locator service rates for cable television companies
will be based on the amount of their underground facilities. If no one-number locator service is
available, notice shall be provided individually to those owners of underground facilities known
to or suspected of having underground facilities within the area of proposed excavation. The
notice shall be communicated to the owners of underground facilities not less than two business
days or more than ten business days before the scheduled date for commencement of excavation,
unless otherwise agreed by the parties.
Upon receipt of the notice provided for in this section, the owner of the underground facility
shall provide the excavator with reasonably accurate information as to its locatable underground
facilities by surface-marking the location of the facilities. If there are identified but unlocatable
underground facilities, the owner of such facilities shall provide the excavator with the best
available information as to their locations. The owner of the underground facility providing the
information shall respond no later than two business days after the receipt of the notice or before
the excavation time, at the option of the owner, unless otherwise agreed by the parties.
Excavators shall not excavate until all know facilities have been marked. Once marked by the
owner of the underground facility, the excavator is responsible for maintaining the markings.
Excavators shall have the right to receive compensation from the owner of the underground
facility for costs incurred if the owner of the underground facility does not locate its facilities in
accordance with this section.
The Owner of the underground facility shall have the right to receive compensation for costs
incurred in responding to excavation notices given less than two business days prior to the
excavation from the excavator.
An owner of underground facilities is not required to indicate the presence of existing service
laterals or appurtenances if the presence of existing service laterals or appurtenances on the site
r
of the construction project can be determined from the presence of other visible facilities, such as
buildings,manholes, or meter and junction boxes on or adjacent to the construction site.
Emergency excavations are exempt from the time requirements for notification provided in this
section.
If the excavator, while performing the contract, discovers underground facilities which are not
identified, the excavator shall cease excavating in the vicinity of the facility and immediately
SPECIAL PROVISIONS
PAGE 9
+rw
40
notify the owner or operator of such facilities, or the one-number locator service. [1988 c 99 § 1;
1984 c 144 § 3.1
Underground facilities identified in bid or contract-- Excavator's duty of reasonable care- r1
- Liability for damages-- Attorney's Fees.
Project owners shall indicate in bid or contract documents the existence of underground facilities
known by the project owner to be located within the proposed area of excavation. The following
shall be deemed changed or differing site conditions: ,
An underground facility not identified as required by this chapter or other provision of law; and
An underground facility not located, as required by this chapter or other provision of law, by the ,
project owner or excavator if the project owner or excavator is also a utility.
An excavator shall use reasonable care to avoid damaging underground facilities. An excavator ,
shall:
Determine the precise location of underground facilities which have been marked; '
Plan the excavation to avoid damage to or minimize interference with underground facilities in
and near the excavation area;and
Provide such support for underground facilities in and near the construction area, including
during backfill operations,as may be reasonably necessary for the protection of such facilities.
+rr
If an underground facility is damaged and such damage is the consequence of the failure to fulfill
an obligation under this chapter,the party failing to perform that obligation shall be liable for any
damages. Any clause in an excavation contract which attempts to allocate liability, or requires
indemnification to shift the economic consequences of liability, different from the provisions of
the chapter is against public policy and unenforceable. Nothing in this chapter prevents the
parties to an excavation contract from contracting with respect to the allocation of risk for .r
changed or differing site conditions.
In any action brought under this section, the prevailing party is entitled to reasonable attorney's
.r►
fees. [1984 c 144 § 4.1
Damage to underground facility -- No notification by excavator -- Repairs or relocation of
facility
An excavator who, in the course of excavation, contacts or damages an underground facility shall
notify the utility owning or operating such facility and the one-number locator service. If the ..r
damage causes an emergency condition, the excavator causing the damage shall also alert the
appropriate local public safety agencies and take all appropriate steps to ensure the public safety.
No damaged underground facility may be buried until it is repaired or relocated.
The owner of the underground facilities damaged shall arrange for repairs or relocation as soon
as is practical or may permit the excavator to do necessary repairs or relocation at a mutually
acceptable price. [1984 c 144 § 51.
Exemption from notice and marking requirements for property owners
An excavation of less than twelve inches in vertical depth on private non-commercial property
shall be exempt from the requirements of RCW 19.122.030, if the excavation is being performed
SPECIAL PROVISIONS
PAGE 10
�rrr
by the person or an employee of the person who owns or occupies the property on which the
excavation is being performed. [1984 c 144 § 6.]
Civil penalties-- Treble damages--Existing remedies not affected
Any person who violates any provision of this chapter, and which violation results in damage to
r underground facilities, is subject to a civil penalty of not more than one thousand dollars for each
violation. All penalties recovered in such actions shall be deposited in the general fund.
Any excavator who willfully or maliciously damages a field-marked underground facility shall
be liable for treble the costs incurred in repairing or relocating the facility. In those cases in
which an excavator fails to notify known underground facility owners or the one-number locator
aw service, any damage to the underground facility shall be deemed willful and malicious and shall
be subject to treble damages for costs incurred in repairing or relocating the facility.
ow The chapter does not affect any civil remedies for personal injury or for property damage,
including that to underground facilities, nor does this chapter crest any new civil remedies for
such damage.
[1984 c 144 § 7.]
Waiver of notification and marking requirements
The notification and marking provisions of this chapter may be waived for one or more
"" designated persons by an underground facility owner with respect to all or part of that
underground facility owner's own underground facilities [1984 c 144 § 9.1
Severability -- 1984 c 144
If any provisions of this act or its application to any person or circumstance is held invalid, the
remainder of the act or the application of the provision to other persons or circumstances is not
affected. [1984 c 144 § 9.1
+rr
E
it
SPECIAL PROVISIONS
PAGE 11
we
1-09 MEASUREMENT AND PAYMENT
1-09.14 Payment Schedule
GENERAL-Scope ,
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,
supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to '
the items of work being described, as necessary to complete the various items of the WORK all
in accordance with the requirements of the Contract Documents, including all appurtenances
thereto, and including all costs of compliance with the regulations of public regulations of public '
agencies having jurisdiction, including Safety and Health Administration of the U.S. Department
of Labor (OSHA). No separate payment will be made for any item that is not specifically set
forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the ,
Bid Schedules for the various appurtenant items of work.
The Owner shall not pay for material quantities which exceed the actual measured amount used
and approved by the ENGINEER.
It is the intention of these specifications that the performance of all work under the bid for each '
item shall result in the complete construction, in an accepted operating condition, of each item.
Work and material not specifically listed in the proposal but required in the plans, specifications,
and general construction practice, shall be included in the bid price. No separate payment will be
made for these incidental items.
Bid Item 1-Mobilization/Demobilization,Site Preparation and Clean-up
Sri►
The lump sum price shown shall cover the complete cost of furnishing and installing, complete
and in-place all work and materials necessary to move and organize equipment and personnel
onto the job site, provide and maintain all necessary support facilities and utilities, obtain all
necessary permits and licenses, prepare the site for construction operations, and maintain the site
and surrounding areas during construction, provide protection of existing utilities, provide
component and system testing, final clean-up of the site, and move all personnel and equipment
off the site after contract completion. Payment shall be lump sum. No more than 50% of the bid
amount will be paid prior to the final payment request. This bid item may not be more than
10% of the total amount of the project.
r
Bid Item 2-Trench Excavation Safety Systems
.r
The lump sum price shown shall cover the complete cost for providing all labor, materials,
equipment, planning, design, engineering by a registered professional engineer, submittals,
assembly, maintenance, removal, and disposal of shoring items, and all other work necessary to
support trench and excavation areas as required by the project specifications and State and
Federal Law, OSHA and RCW Chapter 49.17. Measurement for trench excavation safety
systems will be based on a percentage defined as the amount of safety trench for pipe installed ..
divided by the total length of pipe shown. Payment for trench excavation safety systems will be
made at the measured percentage amount for the pay period times the lump sum amount bid. It
shall be noted that hardpan soil conditions have been encountered from previous excavation
within the NW 2"d Street and Seneca Avenue NW project site. Excavation of hardpan, hard clay,
glacial till, sandstone, siltstone, shale, or other sedimentary rock, which are soft, weathered, or
SPECIAL PROVISIONS
PAGE 12
am
extensively fissured will not be classified as rock excavation. Such soil conditions are considered
incidental to this bid item.
aw
Bid Item 3- Construction Staking,and As-Builts
�w
The lump sum price shown shall cover the complete cost for providing all labor, materials, and
equipment, travel, and other surveying needs to construct the improvements to line and grade as
shown on the project plans and specifications,pavement markings indicating stationing along the
project alignment, and for providing the required construction and as-constructed field notes
delineating modifications of pipe alignment and fitting location, as required in the contract
specifications. No more than 50% of the bid amount will be paid prior to the final payment
request. Payment for as-builts shall be made with the final payment request, after review and
acceptance of the as-builts by the Engineer. As-built payment shall be 50% of the total bid
amount. Payment shall be lump sum. for installing, removing, and maintaining all temporary
traffic and pedestrian control systems, signs, barricades, sequential arrow boards, delineators,
striping, concrete barriers, reflectors, lights, flagging, and other traffic control devices, clean-up,
etc.,conforming to the approved Traffic Control Plan and contract documents.
i1w Bid Item 4-Traffic Control
The lump sum price shown shall cover the complete cost for preparing a Traffic Control Plan for
ON approval by the Transportation Engineer, and for providing all labor, materials, and equipment
for installing, removing, and maintaining all temporary traffic and pedestrian control systems,
signs, barricades, sequential arrow boards, delineators, striping, concrete barriers, reflectors,
„r lights, flagging, and other traffic control devices, clean-up, etc., conforming to the approved
Traffic Control Plan and contract documents.
Bid Item 5- Erosion,Sedimentation Control
The lump sum price shown shall cover the complete cost of providing all labor, materials, and
rrr
equipment to furnish, install, and maintain erosion and sedimentation control systems restore as
required by the project plans and specifications, including construction entrances, truck washing,
dust control, filter-fence,catch basin sediment control, straw mulch,slope stabilization measures,
and maintenance.
+rr
Bid Item 6- 8-inch, Class 52 Ductile Iron Water Main Pipe& Fittings
The unit price shown shall cover the complete cost of providing all labor,materials,equipment,saw
cutting,dewatering,excavation,haul disposal of waste materials,pipe of the size and type shown,
polyethylene encasement,special fittings,laying and joining of pipe and fittings,crosses,bends,
shackle rods,handling,compaction,testing,flushing,pigging,disinfecting,cleanup. Payment shall
be per lineal foot of pipe based on the actual lineal footage measured along the centerline of the
aw pipe. Bedding materials as shown on the plans and bedding,back filling shall be paid under Pipe
Zone Bedding Material bid item.
It shall be noted that hardpan soil conditions have been encountered from previous excavation
.. within the NW 2"d Street and Seneca Avenue NW project site. Excavation of hardpan,hard clay,
glacial till,sandstone,siltstone, shale, or other sedimentary rock, which are soft, weathered, or
extensively fissured will not be classified as rock excavation. Such soil conditions are considered
incidental to this bid item.
.r
SPECIAL PROVISIONS
PAGE 13
+rr
+r
Bid Item 7 -8-inch Gate Valve Assembly
The unit price shall cover the complete cost of providing all labor, materials,equipment, valve,
valve box and cover,operating nut extension, saw cutting,excavation,dewatering, haul disposal
of waste material,compaction adjustment to finished grade and clean-up. Payment shall be per
each. Backfill material shall be paid under select import trench backfill pay item.
Bid Item 8-Fire Hydrant Assemblies '
The unit price shown shall cover the complete cost of providing all labor,materials,equipment, saw
cutting,dewatering,excavation,haul disposal of waste materials,polyethylene encasement,pipe,
fire hydrant assembly,main line tee and gate valve,valve box and cover,operating nut extension,
Storz adapter,shackle rods,concrete blocking, handling, ,as shown on the plans and standard
details,compaction,testing,flushing,disinfecting,cleanup. Payment shall be per each fire hydrant
assembly.Backfill material shall be paid under select import trench backfill pay item.
Bid Item 9 -3/4-inch Water Service Connection
The unit price per each for water service connection with pipe size as shown shall be full pay for '
all work to install service connection of existing size piping,including but not limited to
excavating, saw cutting, or"hoe hogging",tapping the main,laying and jointing the new copper
pipe and fittings and appurtenances,new meter setter and meter box,backfilling,testing,
flushing,and disinfection of the service connection and all work and materials required to
reconnect the new service line to the existing private water service line behind the meter,
restoration and clean-up. Backfill material shall be paid under select import trench backfill pay
err
item
It shall be noted that hardpan soil conditions have been encountered from previous excavation
within the NW 2"d Street and Seneca Avenue NW project site. Excavation of hardpan,hard clay,
glacial till,sandstone,siltstone,shale,or other sedimentary rocks, which are soft, weathered,or
extensively fissured will not be classified as rock excavation. Such soil conditions are considered
incidental to this bid item.
r
Bid Item 10- Connection to Existing Water Main
The unit price shall cover the complete cost for providing all labor,materials,equipment,saw 'WW'
cutting,excavation,dewatering,haul disposal of waste,removal and disposal of existing pipes,
pipe,shackle rods,couplings,cleaning,chlorinating,final connection,compaction,and other items
necessary to complete this connection to the existing water mains per contract plans and +�
specifications.Payment shall be per each connection to existing water main. .Backfill material
shall be paid under select import trench backfill pay item Bedding materials as shown on the plans
and bedding,back filling shall be paid under Pipe Zone Bedding Material bid item .r
Bid Item 11- Concrete for Thrust Blocking,Dead-Man Anchor Blocks
The unit price per cubic -yard shall cover the complete cost of providing all labor, materials,
equipment,excavation,haul disposal of waste,dewatering,concrete-vertical and horizontal
blocks,dead-man anchor bolts,reinforcing steel, shackle rods,clamp assembly, anchor bolts,and .r
necessary form work. Payment shall be per cubic-yard. Concrete material weight shall be verified
by providing a copy of certified truck tickets,which accompany each truckload.
SPECIAL PROVISIONS
PAGE 14
ow
Bid Item 12- Removal of existing fire hydrants,valve boxes and other appurtenances
The unit price per lump sum 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,
rr removal and disposal of valve boxes,removal and delivery of existing salvaged hydrants and
meter boxes to the City Shops, and final clean-up. Payment shall be per lump sum.
Bid Item 13- Bid Item 13- Select Trench Backfill for Water Main
The unit price per ton shown shall cover the complete cost of providing all labor,materials,
.r equipment,select backfill,placing,and compaction of select backfill and disposal of unsuitable
native materials. No payment shall be made for over-excavation and subsequent backfill unless the
Engineerinsp,-t determines that the over-excavation could not be avoided. Over-excavation is
defined as trenching outside the limits as set forth on the construction plans. Additionally,no
payment shall be made for necessary compaction to correct backfilled areas, which are not
compacted in accordance with these specifications. Payment shall be per ton of select backfill
ow material. Select backfill material weight shall be verified by providing a copy of certified truck
tickets,which accompany each truckload.
40 Bid Item 14- Crushed Surfacing Top Course & Crushed Rock Backfill & Shoulder
Restoration
,W The unit price per ton shown shall cover the complete cost of providing all labor,materials,
equipment,select backfill,placing,and compaction of crushed surfacing top course and crushed
rock backfill and disposal of unsuitable native materials. No payment shall be made for over-
,m excavation and subsequent backfill unless the i
En#;neennspeeter determines that the over-
excavation could not be avoided. Over-excavation is defined as trenching outside the limits as set
forth on the construction plans. Additionally,no payment shall be made for necessary compaction
to correct backfilled areas, which are not compacted in accordance with these specifications.
Payment shall be per ton of select backfill material. Select backfill material weight shall be verified
by providing a copy of certified truck tickets,which accompany each truckload.
Bid Item 15- Pipe Zone Bedding Material
The unit price per ton shown shall cover the complete cost of providing all labor,materials,
equipment,import backfill,placing,and compaction of pipe zone bedding material and disposal of
unsuitable native materials. No payment shall be made for over-excavation and pipe zone bedding
material unless the En ineereete*-determines that the over-excavation could not be avoided.
Over-excavation is defined as trenching outside the limits as set forth on the construction plans.
Additionally,no payment shall be made for necessary compaction to correct backfilled areas,which
are not compacted in accordance with these specifications. Payment shall be per ton of pipe zone
bedding material. Pipe zone material weight shall be verified by providing a copy of certified truck
tickets,which accompany each truckload.
i
SPECIAL PROVISIONS
PAGE 15
r
Bid Item 16 Asphalt Concrete, Class B for Trench Patching
The unit price per ton shall cover the complete cost of labor, materials, equipment, removal of ,
existing asphalt concrete pavement, and temporary patching (cold mix), haul, aggregate, tack
coat, installation, preparation of the sub-grade, saw-cutting, placement of asphalt concrete for '
trench patch in roadway, roller compaction,joint sealing, and cleanup. Payment shall be per ton
of asphalt concrete pavement as measured by the engineer within the pay limits as shown on the
construction plans. All crushed surfacing top course material will be paid under separate bid ,
item. No tickets shall be received for payment for crushed surfacing top course material. No
additional payment will be made for work necessary to correct ACP not installed in accordance
with the specifications. All temporary asphalt patch, (cold mix) shall be incidental to this
project.
Bid Item 17-Remove & Replace Sidewalk&Driveway
Measurement for replace sidewalk and driveways shall be in square yards of sidewalk and '
driveway repair for installation of utilities as shown in construction documents,unless otherwise
approved by the Engineer.
Payment for removal and replacement of sidewalk and driveways will be made at the bid amount
per square yard, which will be complete compensation for all labor,equipment,materials, '
hauling,preparation,forming,placement,finishing,cleanup,etc.required to complete this item
in conformance with the Contract Documents.
Bid Item 18-Remove and Restore Lawn,Landscaping,and Surface Improvements
.r
Measurement for removal and restoration of lawn landscaping, and surface improvements will be
based on the number of properties restored to the satisfaction of the property owner times the
number of properties. No more than 50% of the bid amount will be paid prior to the final
pay request.
Payment for removal and restoration of lawn, landscaping, and surface improvements will be ++�
made at the estimated percentage amount for the pay period times the lump sum bid amount.
Payment will be complete compensation for all labor,materials,equipment, saw-cutting,
notification of property owners,removal replacement,repair and restoration of all surface wr
improvements disturbed by construction such as plants, shrubs,trees,topsoil, lawn sod, fences,
rockeries,mailboxes,planters,edgings,concrete driveways,curbing,and park strips,including
all base and surface courses,etc. to their original location and grade and/or satisfaction of the Nt
property owner, backfill,compaction, watering,fertilizer and clean-up required,etc. to complete
the work in accordance with the contract documents and construction plans.
.r
Bid Item 19-Replace Pavement Markings&Traffic Buttons
Measurement for replace pavement markings and traffic buttons shall be per lump sum
replacement of all crosswalks, lane markers and all other traffic control elements which are
damaged,disrupted or removed as a result of construction of this project,unless otherwise
approved by the Engineer. ON
Payment for replace pavement markings and traffic buttons shall be per lump sum, which
payment will be complete compensation to complete this item in conformance with the Contract
Documents. 1W
sr
SPECIAL PROVISIONS
PAGE 16
to
. . .. ... ... .. .. . . ....._... . .. .
STANDARD DETAILS
rr
Standard Detail
Table of Contents
Detail Dwg Name SP Page
Concrete Blocking Sizing Procedure BR26 B085
Blocking for Convex Vertical Bend B22 B086
Shackle Rod and Tie Bolts BR27 B089
Valve Operating Nut Extension BR46 B090
Fire Hydrant Assembly Detail BR24 B 102
Hydrant Markers BR24A B 103
Temporary 2"Blow-Off Assembly BR25 B 104
3/4"& 1"Water Service BR41 B 106
Raised Pavement Markers HR08 H007
r
+rr
err
`rr
.r
w LO
w
�D °
ca m
W w
U 0
C) U CY CL
° W Y C1 CL
N
(n
Ob
m z \
to
i z
N w No N o 2 r
N m z Q w n.0
m
W O f-
E-'[
a. m f-•
cr_ U Z z A-. < <
O
p p
CX U Q G
�'a O
� m
d W oz W
Q W ♦ W
tn
U W v —
L)< U Z
Q z
F W O u
Ow J � 4 0
o a
n Q
N o °°°°°
o ° og �mrym °cmn 0
of10010 >-
° tl ■ L°n0 Yn�n
b°pi O e C` JO° 00 000fO sd
ct
lzict
0 °
0 P tii0
rV 6° C` O N 6 O x \'O OOOOtl nRtpNN C V
h" O U �� nry nNOmm�lln�-Y
n• w Rfn� °L O °
u ■ - YIN ° °o• gip' � N e� o �o�
°°RSRSNS$O_,
- - -
o• v 5 ■ ° i Aim °x�°n p+ .c ROIn'^.nrt�GnlC�PISTOn i ti °Q
ax�.i • m �ri�o��rvn.Yivn.- _oo
o w6 $ ■ o ■ �xxa S 8 88 ooR a r ^
a °n..
. V
c O W �N.:oo+ffY Nm NOPim r wO° O O
_�D.L LL� 0 E .+ i J 1 ■ l o m rih�N�l rpi°n m��N CD t N
N
00
Eo n o 3 ry
°R°c°OOO°mni.. ". S
_u c c o-- _' a m��ePrvrvPm♦ ri E €.
.n c u ■ -. e � u n o =n �.ioriorio:o _°o`s u o��c z
Qgox�■■ vu 2 i 4 F ° ririm�Nnv Ynbm.-N ° _v
Rai aae
~'6-..-i c o ■ 5 r w° nnn�'INN NNNNNNN -N - p W
'"P°o ce " -°-• c n o E a cov oovLi uo o= u
o- J O°--.. _° O S U - nl J < . r.• Y V V O QQ W
oh°cov o U <o
o
oeococJ t_im<
3N
J
Y O mC o
• <IS x s O
�c • o
o c� n
3
IA u
t� o E °• - ■
FC ry u
°
i
-C6
oo c
•L bywo BP E < O1 0 °l� i; V 2J ■ . °OO fs o^
°
w oo��av r` M_ o o° COVI a ;Y 13 e = j
FF �m
wo to
e < <
° E
° E 4 b
m m u go °o ac- . Y -aa .;,.. K Q, ° o
Q "°O°LO e-~4 w .Q! P
m
S.Pf c r h0 °0�0
n OMbw-`- .�-. y e �wOLL O�-• Oc rA U ■ � O tl
? n udo= wj = O < _ o oy
lows.. a o E u..
3 oS" .•.�c- °cow EosE o _ o, _=_<< uo.
Y 'oho a.,mL°O°.�
�Qo o- ...... ..
E. �
< m u O u
X a
W
> z
+ V W
cD
Q'
O U
O 1 � N
0 0 (7 H E-
L c Z l--Md h
°
New
m
o f U>a 7 z
oo O
o+ m
o
dL
•-o
o
VL
w +
of N 3
O
m '
/ sa4DU]
41.IDa paQjnls,pufi spoN ;o V1da0
D ui
p p W o 6
I v m c -
° ;o ap!s
I ° x < m
� v a _ e :
D
c o+ 6ul roo l9 a44,Duo� o N
J _ r
;o x(:I,.nN _
m> v
IL v u
Puag lA
L D. cr
(D
lid o o c o
ainSSaJd lsal
0
s I sa4ouI - .aa{awo!a v m o
az1 5 ad!d
S.qJuj
/ p ayaJDUO:)� u! °
Z sDod io 44da0 N
/ 41 m
ou
laa; _ < o
> ap!s
O aqn) ;o M
n
n r r v
4 co•N V w
co. ° m\ °: 6u!�oo!g alauDUO� F w
v
D ° D Q N aN io .iapunN
> Pu89
o1 o ° ° Isd
_ amssa�d 4s
r 3 J O
s LL
sa4out - �ayauro!p o ,o m ° _ � iD
az5 ad!d
rn
00
0
cn m
a a
a
o c�
N v Q
E o _
o W
D C
U G_ C_h y y O- Q.
O-p N -U ((
y o E c
C c rn - O p !,0- p O O z (n
p V U 'Z O n
v - L C U .� O,p V «N « z CL
Q F m
a- o
.d O O N ¢ 3 _O� a vi°
y O V Q W
cn `-'o Z E to aF
o y Dam p aD o c c L � o c o'v Q Z o
vi c c c\ C o o ud uo Q >' a F.
d O"p dl« U 4 y 4 Q Q F F
° 10 U C C C N O
L V U N O C U a• V J J a W 1Y
O O N`C G C r]
�: .L.. L cc v y N 0 d u E
co_a
v 3 0 V a O V U c
O D O
V« E o
urn c`y tlo va tl�Q oDm
NOl dY CL «
L o u° c t
o
tico c'>
O O
O«
G p O C O
E o c
Q o i o ntl
v n-
c p ap0 -5
u N c O
° °D? v°Ju V
'"V o a N o C 0 U L o i«C 0.a N
fJ +
S
�-
O
w Nfp' 3 E Ova `m° y p,vF �rn
of N ?u° Doy
'E-E o - rn N u N O tl c v aG L nD p
m tl u c o c J 0 4 a « a
ir
0, o o-° 0 c 1
C d C L D V O J V D N c >�.�O >'N
0 0� L.Q N �« OD tl O 0° V V 0,0 a 1�
7 «tl L N N >° L
nM° =
al')N y FFD FF y �D FF0O�0 ,,tlCC o o0 U o m O 3
4Qof C Cy CQ 3�h 3ain O_n 3DVi 3
'I) O
>Q Q�
x
X
W H
C O�
W C 0 W
(O
V
C ° n n
m m
T ° J°N 0)
D ` v 0 L_ Y CO Q I
.so V
c d N C w 3 10 M
V W G vo E N N tl v
> d N SOD°"C«NE ^ .> y � ko
L ��,-. N 1 O �- a ° c -
g% o -o
Jax rn 1 t N c�i ooD
d�NT�V�°Nr%N N CN aN c C O >J«o OpD•_y VE-~^lu!d 1 a o N a 0
OM oz c. O
�
NM NQ
i\a<s 7
a M a M v
aM v
. o i.0 00
to E
.0 CO nH V
ps N O °N U .0 `
000 O. O VQ ON SON O c z.h Q O 00 W a l ; -0E_ E
O«O n « N J O O a a ou C
Q O Y C N ON N P
�#... yOp�L� �L�N va U� EVN- d VI N
Ovmz
�jJO. rL`�N�NLUN p a �a 010 0 L- lco
tivEo cOli h C VDy Dy «n0� LO L
vv�
NM N M 00
co
.-6 V 0OOn U O
O«- O C ° 'co o V o o '
M
�•-� L a
$L 3NU Dp tl ~F N Q L V HM Q v 0 N 44 O«d Fil/1 C �O O'dV O O 4 GJ J OI�N f LNO;
vj
r aN am<�
« n an
O O 1D O
`m V 00 0 _V -V v' h V^ z O v � O o O M 0 10 0 00 a O a M m 1
p NOy O O 00 O l0 m N Ot co py.« a C « O N 100 x ° 00 M N
ON vCv M E v >� Vv O«
c" a4 4 pa N C) 0 0 0 0 V) 0 0 0 0 0 0 0 a E a i s o° a o
0 0 0 0 �0 N O O O O O
M M M M N N N N N N N N
ry M < V a
O
N :
tO
!n
O
rn
CD
r- z
m
o °
tai
a
z 0 a
w a n
w Z z O,
z a i
�a ¢ raW a--
�
Of Ora in
z
-iik I L > z
i IE `a -� 3p
> J '
�� I I I� QQ
W cr
O cr
O
Q N j a
a
:Da 5 C
w W
waf mw
mw p
I- z Y
z U) a O�
w O w _� NO
Z Z p O m>- 00
O w S D (n w {_ IZ J Z to(n QH w LL Y� Y> O
Z
0- c>n of
I \ W= Z > << JZ
1 w
� ; �
N Y
W
n �-
t Q
N o
( L�
H
QLw W W O
=QQ -j CL z pU)g0 O=
3�� >f-Q Z ZEMO w3
Li C3 ZWp _ W Z p
p 0 O F Z ~ J Z Z <0
_j ZO� �F-� Z Z QO5w �►w-
O Q O d H >W X W Z
O~p� (n V) Z zmQw mQ rIIrW
mWQZ U I U F-ww Oa
>pZ� WU� Z 3wm0 ~per
<ZaU J w�J > X p^�� wQQ
a 0 0 c vW Z a Q d
w N m 0 ~ d W Q O Z F Q
Z Ckf(Y O O F-
< W Z �� zz i (nZW 7
w=00a W(n
N Q Q <z z W o o
O w I
> W Z d ZF-XL� JNH
----- O w p Q(no
Z a _----- W ^w
Q Z cr til - (n -j U
a N > w p W O
Q x 0[� zw 0t- 3
> wNUOm Z(n�
Q
T
40
o
rtrr
z° m
ON d w
Q�F Z E-
C�
Ow Q
Irl1
O\nW a A Q
Uar
cn
ao rZ w< O a to
r Co w co z
r DIY<rn w < Cn A w a o
J<>O a w N
E CL0 CC
3�t,0 wD Z r= z O
xln z<
o<
a- �m J Z d A_ Z
W J A d U N
j}Za r3 O
1 ON
m
JO O Q Om W
Z 0
W
_
\2003
O 4F O <� Z r- Uz
m aO n- Q I W'0
-V) wo (
< v z `` Q vw>--- v):2
+ ¢�
UJNp Q U ip J M 0
O<� mN O = F O
NW F
WOmO m ~ X (no m Y n-JJW W UO p
-�
<=)m F- r
tiom �oMQ z awW o 000a
o- O o a aN <
N m
y U > Zvi Z » - >-0 0 W 00 Q O K m
mU0 < < wm o
O JW O
Y11/ Z m w F F w
m Z< .`-. OJ N O
Ow < p
SD O
r
i 3
N m< mN p u
N } oa
N
IIIY }
c v Z
to it U n o 0
0r ,1 oN
LLJ 1 \ °U >
I
_Z I t $ 0—cr
�c Q Z
D D o
v m Z rN x
Q U? ° o
\F p o
�!Z
LLJ Lr J Of M W
xZ
1r � J 0 �N
Zl O
(� Z
Z_ Z
o z m
� O
m
JAW xw} D
N J o Z
�O, NOW�J W U
to
rn0 Z � U
P} U xW O
r
Z Z
V W"W<W J O �OUJ Z
�- ZZJUm Q <
3�< pOQJHO 4 w
O..V UUWI,, Ww}O
2
ZW NZN�--I->OmL Z O
00= OpdN a>0WO O F-
N J<,D =U N�mO'V) w m
tma N 0 Z
=fir NwOZ wElc O N H
aoo rpoo c 03:3 ¢m in
FUN 0*60s-z3<� WM
1 \nZ r�r\Z<0�w J?
w<0 vi020awwm J� Z
Z Q
OvOD ZQNFO
3 }ta..o
Wtnw Z,,< <N~ Z 0
Mils mwU a�SpW w<L,
o ti S
J}� ��(>0§0 pUOt<n ZZ
<�a JQN<z002WF-
NoN0>Z<<03IOIAJ
aw ZNwJ ZNKN I-F")ZZ
<WJ <N=F-Z- O<
(r Q'J= r-Ir w3 UIr
OQ Ui -j 00- O p
)-:�Dli: <W, OZW}
SOm aZ"\n.tw w=
w OW�1-Q,A
W(r Z, I <W
No OQ? ,nZNx.-anaL,
M
O
m
W
�. U
W Q
m ,o N
W rn
Y z
� � d z �o
O I ::v- n CL
QO I- aw
z ao AQ
zw a q « Q
w
a x m
OL V
L I� W
�m Z
Of
a
y ►- rw Y
co w
¢ co�p<a a a M
of
Of a
w - %M- w
w o ZQWmQ W
'
W z o p
L W>-_ (nZW <Of Wpp O
=Op—O� .. . . . . . . �YU> w to
W W W o N w —_ Q
NW~of QQQ 7i+�/[ J�WWdp
m'3H�F-� C/ V Q��t-
ZO�V)Q=Z -- w W WLL0WZZ
.. . . . . . . O¢ '
Ozoa,a
O
UL
'
w
Y
W
of
Q
t =
W
Y
.. . . . . . . . Q
W (f)F I of
ooz — Nw
°a�`"<°z p°pzop
w �YU>-pJ . . . . O� pp
Y W cr = p ( CD W 2 (r W Y V O
Za3:l-W~ wcy —_ch
Q Q :2 W: Z_ Z<�,L, J
-'�-ww`tQ
ll T OWQOf va' J�WLJ
��p 00 . . . . . . . . O(nU(nZZ
ozo(n 0 w0 ow0a
- N
O
im <F
0
m
Im
0
irw U) a
U)
d a
O z° zo
I
Aw ao
0 C4 Q w
No � 0° z o
W CV QE aEn
Ln
y
U �
O = O O m
(n O U Ld W W O +
ow w cn (n ° cn w ucX\�-Al!gz OOf m Z~ O O
11i UmOQ COQ - m O
Q~O af W W ° W
U)O N 2 - W N O
W O
z Q U N J W C7Oi z� O�
�Dm =J m O O Q—
N O O 3 n m N Q OW N o d
Y �� J� J Q
_ZZ U Z O JD (, J
Z Q ° U O O Q J Q W v }
U Z O(YU CY �O �'m NQ F- o m
YQWQ J Z CO (n_ (n W
Wli U F- a Q J O ti Z N Z a-
O p W W d W D d —W
-iLiMz W5 N Z (D Z
m , J Omo Z� O �Q O
a Q-
Qpmw QJ'a >C07 , z\
rr �aoQ oiQ Qw `.�' �co oQ
�mY3 zLo O� X c� - - - NW
Li JUC.� (Ydz NQ ' d �m � Q� O
No o<-i N~N I d Z3 > ' Q� >Ln
;�L, Qaw �� We 4 i � Ld
Of Y O N U J W > I N Q s
IIW Um(nCL I N �W z ;
Z U O 4
� N(n F- o
J I Q °<
Q z) >
0 Q � W e W
111 J J am" <
W
1 N o 0
i
- - f
r —
a1
Ld O
z
J O
Z_ m O
Q d m O W
Z W Q Q N
W X O m
U) O Oz w
F- O rn mQQ a
U N W w J d
> > Z
N Q Q W O
li >UWF
-
Z>=(i
Q O N
~
> Z
V=O�
Q J
U—U Q
O�U Z 0
W O W J
W F N
Z
dJa0
O
Q�-F-
3 O= w
F-W N(n
o'
w
> tD
0 0 '
C) 0
Z_ J m
Gj
D (.j
W
Cl U
N
M p Q O w� W
N
z
Of F- z
\Q J Qa �" ° o
r� C7 O Z LLJ
L�
= d ,
w
cV Q U 0 0 LJ
GWE,o c
_ 3Nn ua3dOdd �_ 'o °w L-0 �" a
z
° w
0 Z
Fm dU iii
Ul O W \° z m
0_
M W -o `d
Li w M p> w m J \° OF �O Z
F- Q } C) W
LLJ a_3U ON C7 °O NQ
cep w W~ �w O Nz z J +
�m ° mU Z0 = w d �m °
(n d
w ~
>w J O Ld �m O
F o OO OF O II
OW w>- x�-`'0z m =°�z Q I 0 '
am~ awm LLI< J pw�0 II g Ya
a
��w w�° ° w J F LLJ I II 1 a LLJ 2:Dv-0 Uwm ~a L=ip Z LAJ Q --AIL y �dm
F-0_ 0_0_ �> JZMW -
ZZa OQO 00 0 I0
0 3N .L`..�Ljw Z U° O
H Y p S J U z
w M =Z ~ w Q x W W
M�p0 L` N~W O tnZ O
3Nn AA3d0Nd N q d•Z 0 Z li Z LW _r Q W
C�
I w��QZ wl-� M�F=-Q z
CL 34 I �cn ��= o
Ll to J W Y L�W Q m_ N F- (n
I I I ?U�- Q OJZO zzW
J p> d w � :
ma-0 Q WMD �3LLm
CL wO
8
1°W 0W00 -1MW
LLJ Z � o om Z ° ^
nc - w W<T
°� W
$ rrr
J _ zW. �'C, �O ^nom o QQ
�wc�LjO `O a, m�,, �ww LJ o
wow= o zov) w` 0 rrl
LiW U F- 0
0�aQ N U W QML�
z�J' �Q HQ0�
\ I 0!z
OUM�miJ 3tYU� 00
� ' ' F-Z
LL
�wwo � 00O o- < O
N
C14 y of -i°
LLI Q cV n.3 U~ 00 O U
x W J J (�j \ O Q w F-Q M I-(n Ln W
X>QctW Ow J Z (n M O Z Z J
04O ° On .. � D: UJ mnv(n Z Li- -5< J a_O O WUMm
Z dO �
w I <° 0� ° O
OQ
Of w I LY�M
O S C) O
U 1- V)
OU (V L,WQdZLnW
Z `
Z
s O
M Z M Z
O z
W Q w O
J M CE Z
U of
d
D� QJm
°Q Up:w
33 c�UL-
z z° 3
(f)o-
X 0
W
� o
0
C13
.� a: Cc
gQ v
v A o a
n LL. A H z
aa)
Y Y ~ O Q
o o A A 00
m ►
in
[
'
A
'v
+1
b
N -
co
W o T E a
�0 3 OC c O PC
+1 1� 0 (D _0 m m In la
CL' O v >' N (n W
m NOU 00 c cc
w O O
++ v 3 �
:i Z �U 2, o
o v 3 Z
F >- O W
W X L r Liu
N cn >
(if 0 0 U m a
= N N N N N
co
a: O unn v m m m W
O 7.
�- ►- ►-
Q
T ^ Q
W O H Z
F
LLJ
U