Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract I
1
1
i
1
t
t
::
`:'d
12441 Bartholomew Rd., Anacortes, WA 98221
° R (360) 293-0682 FAX (360) 293-3893
1399 West 34'h St. #203, Anchorage, AK 99516
(907) 277-1665 • FAX (907) 277-1676
November 18, 2002
Emergency Contact Listing
City of Renton
Elevated Water Tanks Seismic Repair & Rehabilitation
Project No. WTR-27-3005
Vice President: Darrell Lehmann Office 360-293-0682 x228
12441 Bartholomew Rd. Fax 360-293-3893
_ Anacortes, WA 98221 Cell 206-310-4571
General
Superintendent: Ron Parker Cell 206-310-0850
Tank
Superintendent: Rob Wardlaw Cell 206-310-4572
Civil
Superintendent: Chris Parker Cell 206-310-7454
an
.r
OFFICER
CERTIFICATION
The undersigned, as President of T Bailey, Inc. hereby certifies that the attached
document is a true and correct copy of the Unanimous Action of the Board of Directors,
executed by the Directors of T Bailey, Inc. on November Z1 X2002 and has not been
do amended, altered or revoked.
T BAILEY, INC.
By:
Gene Tanaka
President
aw
t ySl t
7 t e
a�
Al Al CITY OF RENTON BUSINESS LICENSE
2002
Licensee has made application for a City of
�.. . 101 R
Renton business license in accordance with the
24642 11/19/2001 12441 BARTHOLOMEW RD provisions of Title V, Business Regulations
Chapter 1, Code of General Ordinances of the
City of Renton and agrees to comply with all the
requirements of said ordinance. Licensee shall
further comply with and all other City Code
Ordinances, State Laws and Regulations
applicable to the business activity licensed. Post
T BAILEY INC this License at place of business.
12441 BARTHOLOMEW RD
ANACORTES WA 98221 City of Renton
Licensing Division
1055 South Grady Way
Renton,WA 98055
(425)430-6851
DP 3133 12/94
DEAR-MEN7 OF T ASOR i\T--, -TNK�,US_RiES
REGISTERED AS PROVIDED BY LAW AS
CONST CONT GENERAL
REGIST. # EXP. DATEI
i CC01 . TBAILI*044CB 09/12/2003
r EFFECTIVE DATE ��
02/02/1996 i
T BAILEY INC
12441 BARTHOLOMEW RD
� ANACORTES WA 98221
525-052-000{8/97))
I
j
City of Renton (e
*a Accounts Payable W-9 Vendor Form 1055 South Grady Way Renton WA 98055-3232
To add your business to our vendor file,please complete this form and return it by e-mail or U.S.mail or fax.
Phone: 425.430.6918 or 6919 Tax ID M 91-6001271 E-mail: tschuldna ci.renton.wa.us.(Tracy Schuld)
r Fax: 425.430.6855 nbeardsley(a)ci.renton.wa.us(Natalie Beardsley)
Business Information
Business Name: 8A/ (E�y l c .
Contact Name: -7-/ a kes_
+.r Remittance Address: 10"e �
C'Of s 11219 �I 2Saa i
,. Physical Address(if different) t
�r Phone#/Bxt.: r3 � � Fax:
- k-I i Icy .CCU
Business Type (Please Check One)
Corporation S y - /S�
Federal ID#(9 digits)
rr
Partnership
Federal ID#(9 digits)
Government Agency n
Federal ID#(9 digits)
Non-Profit F]
Federal ID#(9 digits)
Sole Proprietor F1
Social Security#or Federal ID#
as What is the official name registered with the IRS for the above number? A-)
If you are not a corporation, is your business subject to 1099 reporting? Yes No
State of Washington U.B.I. #: Q I _ _ a Renton Business License#: Z �
00 Signature: Date
Printed Name:
aw
g.
00
,rr do/forms/MVendor 1/21/02 bh
S
10 City of Renton
1055 South Grady Way
Aw
Accounts Payable W-9 Vendor Form Renton WA 98055-3232
To add your business to our vendor file,please complete this form and return it by e-mail or U.S.mail or fax.
Phone: 425.430.6918 or 6919 Tax ID#:91-6001271 E-mail: tschuld(a)ci.renton.wa.us.(Tracy Schuld)
M Fax: 425.430.6855 nbeardsley(a,ci.renton.wa.us(Natalie Beardsley)
Business Information
Business Name: T SA i Lo y /"; .
Contact Name: Ll-3606 TA Y-0 ke�z_
40 Remittance Address: Y
fI i
Physical Address(if different) 1
wo Phone#/Ext.: �.. � � Fax: �L -o��3 3Scl3 E-mail:&- 0I-)Ak-e
-F'Y,Li
we Business Type (Please Check One)
Corporation Sy - /s0a
Federal ID#(9 digits)
Partnership n
Federal ID#(9 digits)
Government Agency D
�. Federal ID#(9 digits)
Non-Profit
Federal ID#(9 digits)
.r
Sole Proprietor
Social Security#or Federal ID# IDA
What is the official name registered with the IRS for the above number? {( ,y IAJC
If you are not a corporation, is your business subject to 1099 reporting? EJ Yes E]No
State of Washington U.B.I. #:
tic _ c- _ C Renton Business License#: L��
Signature: Date
Printed Name:
do/forms/APVendor 1/21/02 bh
a�
City of Renton,Elevated Water Tanks Seismic Repair&Rehabilitation,Addend ECEI VE D
City of Renton OCT 2 4 2002
Elevated Water Tanks Seismic Repair & Rehabilitation T BAILEY
Addendum No. 1
October 21, 2002
To All Plan Holders:
You are hereby notified of the following changes, deletions, additions, corrections, and
clarifications to the plans, specifications, and other documents comprising the contract
documents for the City of Renton Elevated Water Tanks Seismic Repair & Rehabilitation
project.
$� Drawings
Plan sheet 18 of 18(DRAWING NO. CP-2),Detail 2/CP-1 (RECTIFIER MOUNTING
DETAIL)
A more legible version of this detail is attached for clarification purposes only. No changes were
made to this detail.
Specifications
Special Provisions Section 09900 PAINTING,3.9 PREPARATION OF SURFACES,F
..+ Cleaning(Exterior),Paragraph 1.
Delete the paragraph and replace with the following:
.�r
All exterior surfaces of the Rolling Hills reservoir shall be high-pressure water washed with non-
sudsing,biodegradable detergent and rinsed with fresh water. High-pressure water wash shall be
aim 3,000 psi at 3.5 gallons per minute minimum at a separation distance of 6-inches. Provide
detergent at concentration recommended by the coating manufacturer. The reservoir shall be
rinsed with fresh water to remove traces of detergent before application of the protective coating.
The reservoir surfaces shall be brush cleaned where required to remove other foreign material
"' including but not limited to all chalking and mildew that is not removed by the high pressure
water wash.
to
•r
an
ar
Page 1 of 4
•r
City of Renton,Elevated Water Tanks Seismic Repair&Rehabilitation,Addendum No. 1 to
Clarifications /Answers to Miscellaneous Questions Asked by Bidders:
Question: "What is the City of Renton's responsibility for ensuring worker safety around the
telecommunications equipment operating at the reservoir sites." Answer: Several ■r
telecommunications companies operate equipment, including broadcast antennas, at the reservoir
sites. The contractor is solely responsible for ensuring the safety of its workers regarding work
near, and exposure to, telecommunications equipment, including concerns regarding exposure to `
radio frequency electromagnetic fields. Contact information for the owners of the
telecommunications equipment is provided in the plan set on Sheet 3 of 18 (DRAWING NO.
G0.2),Item 6.2. The City of Renton will assist the contractor with identifying the owners of the
various telecommunications equipment systems
uestion: " What are the lead levels in the paint on the Highlands Elevated Reservoir? Even
though this reservoir will not be recoated, the work requires cutting into reservoir components
which may expose workers to lead." Answer: The Highlands Elevated Reservoir was over
coated in 1997. Prior to this project lead levels were measured in the existing paint. This paint
remains on the reservoir. The lead levels measured are as follows:
Location Paint Material Lead Concentration( m) 1rr
Tank Bowl at Landing Light Yellow Finish Coat 110
Tank Bowl at Landing Darker Yellow Finish Coat 80
Tank Bowl at Landing- Primer <79
Question: "The Special Provisions under Section 05120 STRUCTURAL STEEL, 1.5
QUALITY ASSURANCE, Item A., require that the fabricator be designated an AISC-Certified
Plant, Category Sbd. Is this required?" Answer: Yes. The fabricator must be designated an
AISC-Certified Plant, Category SBD.
uestion: "Item 6, of the form titled, CITY OF RENTON CONSTRUCTION CONTRACTS
INSURANCE AND RELATED REQUIREMENTS, located in the bidding documents, states
that the City of Renton may require pollution liability coverage. Will the City require pollution
liability coverage for this project?" Answer: No. The City of Renton will not require pollution
liability coverage for this project.
r
Question: "Was it mandatory to attend the pre-bid meeting held on October 15,2002, in order to
bid on this project?" Answer: No. The pre-bid meeting held on October 15,2002 was not
mandatory.
uestion: "What is the conductivity of the water in which the cathodic protection system will
operate? Answer: It is the responsibility of the contractor to measure all water parameters
necessary in order to design the cathodic protection system, including conductivity.
Page 2 of 4
�r
City of Renton,Elevated Water Tanks Seismic Repair&Rehabilitation,Addendum No.I
1�
All other provisions of the contract documents remain the same including the Bid
Opening Time and Date and the number of"Working Days" allowed to complete
the project.
This Addendum No. 1 and its attachments form a part of the Bid Documents and modify
the original Bid Documents, as noted above. The Bidder shall acknowledge receipt of
this Addendum and its attachments in the space provided below and return this
Addendum with the Bid. Failure to comply with this requirement may render the bid
non-responsive and may cause its rejection.
Tom Malphrus,P.E.
Project Manager
r
Received and Acknowledge
Contractor 141
By
Title
w Z U� tV��
Date
as
r
+w
N
to
rr
r
Page 3 of 4
No
Thomas Malphrus 40CP002 ModeL.PDF Pa e 1
City of Renton, Elevated Water Tanks seismic Repair & Rehabilitation,
Addendum No. 1
- - ....
g
..
TELEMETERING CABINET
MOUNT RECTIFIER
TO STRUCTURE _m
STEEL POST WITH RECTIFIER WITH
TWO 1/2"x1"LONG MOUNTING BRACKET.
STUDS WELDED TO SEE
POST. 1
m CP-2
-- FLEX CONDUIT WITH
CONDUCTORS TO
AC POWER IN
TELEMETERING CABINET
(SEE NOTE 1)
- REFERENCE-ELECTRODE
ASSEMBLY, SEE
1-1/2" RIGID GALVANIZED
CONDUIT WITH NO. 8 AWG CP 2
AND NO.12 AWG WIRES TO _ 1" RIGID GALVANIZED
ANODES AND REFERENCE CONDUIT WITH NO. 8 AWG
ELECTRODE. BURIED INSULATED WIRE TO
TANK AND NO,12 AWG
INSULATED WIRE TO
REFERENCE ELECTRODE.
NOTE:
1. COORDINATE POWER SERVICE IN TELEMETERING CABINET WITH OWNER.
2. PAINT CABINET WITH EXTERIOR RESERVOIR COATING, SEE SPECIFICATION.
RECTIFIER MOUNTING DETAIL
NTS CP-1
Page 4 of 4
w
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Elevated Water Tanks Seismic Repair & Rehabilitation
PROJECT NO. WTR-27-3005
.. BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
.w�oF w ti
�otv�l.F�
rr
CITY OF RENTON
1055 South Grady Way
Renton, WA 98055
® Printed on Recycled Paper
111
wr
CITY OF RENTON
WTR-27-3005
Elevated Water Tanks Seismic Repair and Rehabilitation
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Maps
Instructions to Bidders
Call for Bids
*Bid Bond Form
*Proposal&Combined Affidavit&Certificate Form:
Non-Collusion
Anti-Trust Claims
Minimum Wage Form
*Schedule of Prices
*Responsible Bidder Determination and Pre-Award Qualifications Information for Prime Contractor
*Responsible Bidder Determination and Pre-Award Qualifications Information for Painting Subcontractor
wr **Subcontractors List
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
,., ❖Contract Agreement(Contracts other than Federal -Aid FHWA)
❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Prevailing Minimum Hourly Wage Rates(New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
City of Renton Supplemental Specifications
WSDOT Amendments
Special Provisions
Appendices
Standard Plans
Boring Logs
+rr
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
Mtr * Submit with Bid
** Submit with Bid or within 1 hour of bid
❖ Submit at Notice of Award
wr CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton, Washington 98055
02_cont.doc\
11
rw
.r CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
�n
(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.
r
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
dw practices and equal opportunity in employment.
(3) AFFRZMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
ift 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
+w 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
wr
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 7 thday of October, 1996.
++ CTTY OF RENTON: RENTON CITY COUNCIL:
Z
rrr '
14ayor Council President
Attest:
City Cler
do
r
03_sumry.doc\
a
CITY OF RENTON
SUMMARY OFAAMUCANS WITH DISABILITIES ACT POLICY
ADOPTED BYRBSOLUTIONNO. .300 7
The policy of the City of Renton is to promote and afford equal treatment and service to all.citizens and to assure
m employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be basal 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 - A-11 activities relating to employment such as
recruitment, selection, promotion,termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans-With Disabilities Act and
other applicable laws and regulations.
(2) C90PERATION..WTITI HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for 'persoos with disabilities in
employment and receipt.of City services, activities and programs.
(3) . AMERICANS WnH DISABILn1ES 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 peoplo with disabilities. .
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
CITY OF RENTON RENTON CITY COUNCIL:
Mayor Council President
Attest: j
City Clerk
CITY OF RENTON
Elevated Water Tanks Seismic Repair and Rehabilitation
WTR-27-3005
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of
the facilities, as shown on the plans and as described in the construction specifications, to include but
not be limited to:
aw
Furnish and install friction dampers on the diagonal cross bracing on two elevated steel water tanks.
Furnish and install flexible expansion joints, pipe restraints and pipe supports on the water mains
.�. supplying two elevated steel water tanks. Furnish and install ladders, ladder landings, stairs, and fall
restraint systems on one elevated steel water tank. Overcoat the exterior surfaces and recoat the
interior surfaces of one elevated steel water tank. Furnish and install a cathodic protection system to
protect the interior surfaces of one elevated steel water tank.
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document. A total of one hundred sixty (160) working days, with
restrictions, will be allowed for the completion of this project.
w
,w
w
+rr
err
04_scope.doc\
im
1
to L
-a o-P
c > u
t d oL,
�W L
t
�� I)r'Ir'�L--%'
U)
m-'��
L_ LJ
`•�----� �- jrs�.. � II ji Li l� ��LJ
Lo
jj
IT
!I L UI)I
r�
��-'-----—�—=sot►
r ir)11
J,
aw
ow
Im
.rr
IL
LLJ
I'
m }�LYL
Q
_ °
_ ° J W
-- - �_�
L--j W
S0�-I l D
FEE
E�Q� J�►- r� o
Li _
r'
�L
L91-dS
Aw
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 the time and date specified in the Call for Bids
At this time the bids will be publicly opened and read, after which the bids will be
considered and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals
shall be submitted on the forms attached hereto.
2. Any omissions, discrepancies or need for interpretation should be brought to the attention
of the Project Engineer in writing. If necessary, written addenda to clarify questions that
arise will then be issued.
All interpretations or explanations of the contract documents shall be in the form of an
addendum and no oral statements by Owner, Engineer, or other representative of owner
shall, in any way, modify the contract documents, whether made before or after letting the
r
contract.
1W
3. The work to be done is shown in the plans and/or specifications. Quantities are understood
to be only approximate. Final payment will be based on field measurement of actual
quantities and at the unit price bid. The City reserves the right to add or to eliminate
portions of that work as deemed necessary.
4. 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. A pre-bid meeting will be held in room 511 on the 5`h floor of Renton City Hall, 1055 S.
dw Grady Way,on Tuesday, October 15,2002, at 10:00 AM. The purpose of this meeting is to
review the submittal requirements, restrictions to the working days allowance and answer
any questions from prospective bidders. Afterwards there will be a site orientation at the
+`w water tank locations.
6. The bid price for any item must include the performance of all work necessary for
completion of that item as described in the specifications.
7. 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.
8. 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.
9. 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
rr
r
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.
10. 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.
11. The bidder shall, upon request, furnish information to the City as to his financial and
practical ability to satisfactorily perform the work.
12. Payment for this work will be made in Cash Warrants.
r
13. 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
rrr enclosed herein and/or as identified within Specification Section 1-07.18.
14. The contractor,prior to the start of construction, shall provide the City of Renton a detailed
bar chart type construction schedule for the project.
15. Before starting work under this contract, Contractor is required to supply information to the
City of Renton on all chemical hazards that Contractor is bringing into the work place and
` thereby creating exposure to the City of Renton employees.
16. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and
Section"
1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located
in City of Renton Supplemental Specifications.
nr
17. Basis For Approval
.r The construction contract will be awarded by the City of Renton to the lowest,responsible,
responsive bidder. The bidder shall bid on all schedules set forth in the bid forms. The
total price of all schedules will be used to determine the successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all
schedules of the Bid to meet the needs of the City. The intent is to award to only one
BIDDER.
18. Trench Excavation Safety Systems
` As required by RCW 39.04.180, on public works projects in which trench excavation will
exceed a depth of four feet, any contract therefor shall require adequate safety systems for
the trench excavation that meet the requirements of the Washington Industrial Safety and
r Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid
Schedule as a separate item. The costs of trench safety systems shall not be considered as
incidental to any other contract item and any attempt to include the trench safety systems as
to an incidental cost is prohibited.
rr
h�
wo
40 19. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
aw supplemented herein, there shall be paid to all laborers, workmen or mechanics employed
on this contract the prevailing rate of wage for an hour's work in the same trade or
occupation in the area of work regardless of any contractual relationship which may exist,
No or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics
or subconsultants.
The most recent issue of the prevailing wage rates is included within these specifications
am 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 included as part of
me any subcontracts the CONTRACTOR may enter into for work on this project.
20. Employment of Resident Employees
a.
The CONTRACTOR and subcontractors shall employ Washington State residents in
accordance with the requirements of RCW 39.16.
.rr
21. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the
prevention of environmental pollution and the preservation of public natural resources.
The CONTRACTOR shall conduct the work in accordance with all applicable pollution
control laws. The CONTRACTOR shall comply with and be liable for all penalties,
aw damages, and violations under Chapter 90.48 RCW, in performance of the work. The
CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control
Agency Regulation III regarding removal and encapsulation of asbestos materials.
aw
22. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Transportation
Supplemental Specifications, Special Provisions other sections of these contract
documents. These standard specifications are hereby made a part of this contract and shall
control and guide all activities within this project whether referred to directly,paragraph by
paragraph,or not.
1. WSDOT/APWA "1996 Standard Specifications for Road,Bridge and Municipal
Construction" and "Division 1 APWA Supplement" hereinafter referred to by the
abbreviated title "Standard Specifications."
aw
A. Any reference to "State," "State of Washington," "Department of
Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA
aw standards shall be modified to read "City of Renton," unless specifically
referring to a standard specification or test method.
o
to
aw
rr
rrr B. All references to measurement and payment in the WSDOT/APWA standards
shall be deleted and the measurement and payment provisions of Section 1-
09.14,Measurement and Payment(added herein) shall govern.
dw
23. A soils investigation has not been performed for this project. The Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to
�r 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
r
shall restore the site to the satisfaction of the City.
24. Bidder's Responsibility
aw 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
.r
Bid'?
• Has bid bond or certified check been enclosed?
• Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales
.. tax?
• Has the proposal been properly signed?
r
• Have you bid on ALL ITEMS?
• Have you reviewed the Prevailing Wage requirements?
• Have you certified receipt of addenda, if any?
dw
r
go
am
ow
•r
No
No
w•
ow
irr CITY OF RENTON
Elevated Water Tanks Seismic Repair&Rehabilitation
WTR-27-3005
rr
CALL FOR BIDS
Sealed bids will be received until 2:30 p.m., October 28, 2002, at the City Clerk's office, 7"' Floor,
Renton City Hall, 1055 South Grady Way, and will be opened and publicly read in conference room
511 on the 5"'floor.
�.r The work to be performed within one hundred sixty (160) working days, with restrictions, from the
date of commencement under this contract shall include, but not be limited to:
"' Furnish and install friction dampers on the diagonal cross bracing on two elevated steel water tanks.
Furnish and install flexible expansion joints, pipe restraints and pipe supports on the water mains
supplying two elevated steel water tanks. Furnish and install ladders, ladder landings, stairs, and fall
restraint systems on one elevated steel water tank. Overcoat the exterior surfaces and recoat the
interior surfaces of one elevated steel water tank. Furnish and install a cathodic protection system to
protect the interior surfaces of one elevated steel water tank.
r
A pre-bid meeting will be held in room 511 on the 5"'floor of Renton City Hall, 1055 S. Grady Way,
on Tuesday, October 15, 2002, at 10:00 AM. The purpose of this meeting is to review the submittal
requirements, restrictions to the working days allowance and answer any questions from prospective
bidders. Afterwards there will be a site orientation at the water tank locations.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans and specifications and contract forms may be obtained from the City of Renton,
Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South
`w 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 $5.00 for postage, which is also non-refundable. No
telephone orders will be accepted.
ow
Questions regarding this call for bids or the plan holders lists should be directed to the Public Works
Customer Service Counter at the above address or at 425430-7200. If a bidder has any questions
aw regarding the project, please contact the Project Manager, Tom Malphrus, at 1055 South Grady Way,
Renton,WA 98055 or 425-430-7313.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
`�" accompany each bid.
The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall
■r apply.
Bonnie 1. Walton, City Clerk
Published:
Daily Journal of Commerce October 7, 2002
Daily Journal of Commerce October 14, 2002
BID BOND FORM
Herewith find deposit in the forth of a cer6fzed check, casbier's check, cash, or bid bond in the
,. amount of$ which amount is not less than five percent of the total bid.
Signature
Know All Men by These Presents:
That we, T Bailey, Inc.
as Principal, and
Fidelity and Deposit Company of as Surety, are held and firmly bound unto the City of Renton,
+� y as Obligee, in the penal sum of Five Percent (5%) of Total Bid--- Dollars, for the
payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns,jointly and severally,by these presents_
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
Elevated Water Tanks SeIMLc Repair & Rebabibitation 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 at7pourlt 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 THIS 28th DAY OF O c,.�o'6 e r 2
200_
T Baile nc. ,
BY: 1
Principal LCc'T�N , _ ;9 `►
Fidel' and o i any of Maryland
B
.,, Surety Julie M. Glover
Attorney-in-Fact
Received return of deposit in the sum of$
09_bidbd.doc\
AW
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and T. E. SMITH, Assistant Secretary, in
pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company,which are set forth on the reverse
side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and
appoint Nancy J. OSBORNE, Darlene JAKIELSKI, Julie M. GLOVER, Cindy L. VILLASISTA and Roxana
PALACIOS, all of Kirkland, Washington, EACH its true and lawful agpt and Attorney-in-Fact, to make, execute, seal
and deliver,for, and on its behalf as surety, and as its act an d: any aq' bonds and undertakings and the execution
of such bonds or undertakings in pursuance of these pres &all be a �ng upon said Company, as fully and amply, to
all intents and purposes, as if they had been duly exec'Ied and a ledged by the regularly elected officers of the
,.f Company at its office in Baltimore,Md., in their owner person 's power of attorney revokes that issued on behalf of
Nancy J. OSBORNE,Darlene JAKIELSKI,Julie VER,a y L.VILLASISTA,dated January 17,2002.
= The said Assistant Secretary does hereby certify a extract �orth on the reverse side hereof is a true copy of Article VI,
Section 2,of the By-Laws of said Company,an d yv m fo
's rce.
IN WITNESS WHEREOF, the said V' sident a, sistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FT Y AN POSIT COMPANY OF MARYLAND, this 1st day of August,
A.D. 2002.
ATTEST: , FIDELITY AND DEPOSIT COMPANY OF MARYLAND
DEPps�
o c
W
wr By:
T. E. Smith Assistant Secretary M. P. Hammond Vice President
State of Maryland
County of Baltimore ss:
On this 1st day of August, A.D. 2002, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came M. P. HAMMOND, Vice President, and T. E. SMITH, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
J.Fq,L
z "�q
OT
Carol J. Fader Notary Public
My Commission Expires: August 1,2004
POA-F 180-2466A
i
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
i
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the-Executive Committee, '
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or person to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in '
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
II
I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify
that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the
date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of
the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in
Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 28th day of October 2002
Assistant Secretary
No CITY OF RENTON :5 �
WTR-27-3005
ow
Elevated Water Tanks Seismic Repair & Rehabilitation
4W
t
PROPOSAL
TO THE CITY OF RENTON
RENTON,WASHINGTON
MW
Ladies and/or Gentlemen:
AV 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
Aw 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.)
.r
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
aw
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
op 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
40 such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the
aforementioned exception.
AND
Orr
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
.r 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.
tYlr Morms/envrmtai/envirpoUbh
4W
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
�. F'Al L-EY, i N C .
Name of Bidder's Firm
d..
Printed Name !E N A
Signature
Address: I 4 P AeT[10k_0 m&%3 a-.*)_
Names of Members of Partnership:
..
ar
OR
,.r Name of President of Corporation
Name of Secretary of Corporation Malzeu L.C4w'&r� r.S
Corporation Organized under the laws of tip MgjI�.l6 rpm
,.r With Main Office in State of Washington at AN XC.pOB-:5 vJ/'>
JYN-
Subscribed and sworn to before me on this D�6 day of 1 2002.
DAN
SON ry
Public i and or the Sta of Was hin ton
J�• g I',o'
�N�OJ A R V w
C° ; Notary (Print)
U =at My appointment expires:
.r c
+� pUso
.ti
,l,!G. ��Q%
`. q
Imo'''^ aA���X41.
�r i,� OF W Nt-'%
�r
+wr
H:forms/envrmtaUenvirpoUbh
AW
air
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
Elevated Water Tanks Seismic Repair& Rehabilitation
(Note: Unit prices for all items,all extensions 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.)
+wr
Item A rox. Item With Unit Price Bid Unit Price Total Price
No. I Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts.
.w
H1 1 Perform all work as specified as
shown herein related to L) .;)DV t O o l)v
Mobilization/Demobilization 1
Lump Sum (Highlands)
r per Lump Sum (words) (figures) (figures)
.�r
H2 1 Perform all work as specified as
shown herein related to Trench
Shoring Safety Systems
Lump Sum (Highlands)
rrr
$
per Lump Sum (words) (figures) (figures)
r
H3 1 Perform all work as specified as �l ���
shown herein related to Erosion t
Control
Lump Sum (Highlands)
�. $ T-4W r
per Lump Sum (words) (figures) (figures)
H4 1 Perform all work as specified as
shown herein related to Surveying,
Staking,Utility Location&As-Builts
e1„ Lump Sum (Highlands)
per Lump Sum (words) (figures) (figures)
4W
H5 1 Perform all work as specified as
to shown herein related to Flexible ✓ l�
Expansion Joints,Pipe Restraints, l
Pipe Supports,Pipe Painting&
Associated Items
4` Lump Sum (Highlands)
$ 'L
40 per Lump m (words) (figures) (figures)
+rr
SCHEDULE OF PRICES
Page 1 of 5
.err
aw CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
r Elevated Water Tanks Seismic Repair & Rehabilitation
(Note: Unit prices for all items,all extensions 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.)
aw Item I Approx. I Item With Unit Price Bid Unit Price Total Price
No. Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts.
go
H6 1 Perform all work as specified as
shown herein related to Weld Repair7 �
to Lump Sum (Highlands) l r
so per Lump u (words) L I (figures) (figures)
H7 1 Perform all work as specified as
iW shown herein related to Steel Splice l lob y _��p I]
Plates and Associated Items L c�LJ
Lump Sum (Highlands)
rr
r
per Lump Sum (wor ) (figures) (figures)
H8 24 Perform all work as specified as r
shown herein related to Friction )
aw Dampers
Each (Highlands)
+l
$
so per Each j (words) (figures) (figures)
wo R1 1 Perform all work as specified as
shown herein related to
Mobilization/Demobilization
Lump Sum (Rolling Hills)
rrr
per Lump Sum (words) (figures) (figures)
aw
R2 1 Perform all work as specified as
� U`�
shown herein related to Trench
Shoring Safety Systems
Lump Sum (Rolling Hills)
rr $
per Pump Sum (words) (figures) (figures)
ar
SCHEDULE OF PRICES
Page 2 of 5
w
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
Elevated Water Tanks Seismic Repair& Rehabilitation
(Note.Unit prices for all items,all extensions 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.)
wr
Item E:A:jprox. Item With Unit Price Bid = Unit Price Total Price
No. I Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts.
s.r
R3 1 Perform all work as specified as
shown herein related to Erosion 'f
1r Control
Lump Sum (Rolling Hills)
$ r
per Lump S (words) (figures) (figures)
R4 1 Perform all work as specified as [�
shown herein related to Surveying, � D `J u�
Staking,Utility Location&As-Builts
Lump Sum (Rolling Hills) /
$ l
per Lump Sum (words) (figures) (figures)
r
R5 1 Perform all work as specified as
.r. shown herein related to Flexible 3 WL/
Expansion Joints,Pipe Restraints, l
Pipe Supports,Pipe Painting&
Associated Items
aw Lump Sum (Rolling Hills
c
go per Lump (words) � (figures) (figures)
R6 1 Perform all work as specified as
shown herein related to Weld Repair 2�
J
Lump Sum (Rolling Hills)
w�
Aw per Lump Su (words) (figures) (figures)
R7 I Perform all work as specified as
dw shown herein related to Steel Splice l
Plates and Associated Items
Lump Sum (Rolling Hills)
per L p (words) ( tgures) (figures)
irr
SCHEDULE OF PRICES
Page 3 of 5
+r
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
Elevated Water Tanks Seismic Repair & Rehabilitation
(Note: Unit prices for all items,all extensions 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.)
wr
Item Approx. Item With Unit Price Bid Unit Price Total Price
No. Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts.
R8 15 Perform all work as specified as
shown herein related to Friction ; f�j
s�rr Dampers
Each (Rolling Hills)
.r
per Each words) (figures) (figures)
R9 1 Perform all work as specified as
shown herein related to Access
Ladders,Landings and Associated 1 l
Items
Lump Sum (Rolling Hills)
r.
$
"r per Each (words) (figures) (figures)
err R10 1 Perform all work as specified as
shown herein related to Water Tank 7o)) 7o ,v\J
Exterior Overcoating
rrr
Lump Sum (Rolling Hills)
No per Lump Sum words) (figures) (figures)
R1 I 1 Perform all work as specified as
�J
r shown herein related to Water Tank r
Interior Recoating /
Lump Sum (Rolling Hills)
+rr $ C
per Lump (words) (figures) (figures)
r 1)
R12 1500 Perform all work as specified as - �50
shown herein related to Epoxy
Surfacer/Filler for Repair of Interior
aw Surface of Water Tank
Square Feet (Rolling Hills)
$ - �, 2�
per square foot (words) (figures) (figures)
wr
SCHEDULE OF PRICES
Page 4 of 5
Mrr
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
Elevated Water Tanks Seismic Repair & Rehabilitation
(Note: Unit prices for all items,all extensions 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 A prox. Item With Unit Price Bid Unit Price Total Price
No. Quantity (Unit Prices to be written in words) Dollars Cts. Dollars Cts.
R13 1 Perform all work as specified as
shown herein related to Cathodic
arr Protection System&Associated Items
Lump Sum (Rolling Hills)
aw $
per Lump S (words) (figures) (figures)
arR
Subtotal(All Bid Items) `��/ t $ �
8.8%Sales Tax $ _
Total Bid Amount(including Sales Tax) $ °
T� 6
too
to
9W
Im
ar
Ow
SCHEDULE OF PRICES
Page 5 of 5
rr
r
wr CITY OF RENTON
Elevated Water Tanks Seismic Repair& Rehabilitation
Project No. WTR-27-3005
'm RESPONSIBLE BIDDER DETERMINATION
AND PRE-AWARD QUALIFICATIONS INFORMATION
for
to PRIME CONTRACTOR
dw Name of Bidder: �� �� ►►�C,
Address of Bidder: Z x}14 1 a4r14OLZ,1,e,� J�R 4 f t'AT", L�"1
rr Contractor License No.)A.<]kC4&ontractor's State Tax No.
Bond Registration No _ Department of L&I
s Worker's Comp. Acct.No.
qt lc t , 4!9.-GU
List business names used by Bidder during the past 5 years if different than above:
wW
Bidder has been in business continuously from 191 (Year)
Number of projects completed in the ✓ °/c ahead of schedule 50�a on schedule
past 5 years 56C— A,gCA46.fl behind schedule
w
Bidder has had experience in work comparable to that required for this Project:
r As a prime contractor for I years.
As a subcontractor for to years.
r List the supervisory personnel to be employed by the Bidder and available for work on this project(Project
Manager,Principal Foreman,Superintendents,and Engineers):
rrr Name Title How Long with Bidder
2iC i7i-t Li�� tL ''
JIAM46 PI-1 C',
r 14N
L.
Page 1 of 3
rr
OW List all those projects, of similar nature and size, completed by Bidder within the past 5 years. Include a
reference for each. Any attached preprinted project listing must include all this information.
OW Project Name Year Contract Contracting Agency Contact Name&
Completed Amount and Location Phone Number
r
ww
G
t!�
rrr
,rw
rr
me List all projects undertaken in the last 5 years which have resulted in partial or final settlement of the
Contract by arbitration or litigation in the courts:
No Total Claims Amount of
Contract Arbitrated or Settlement of
Name of Client and Project Amount Litigated Claims
r
VW Has Bidder ever failed to complete a contract? k— If yes,give details
so Has Bidder ever been found guilty of violating any State or Federal employment laws? g0
If yes,give details:
tr Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency
laws? . �If yes, give details:
OW Has any adverse legal judgment been rendered against Bidder in the past 5 years? If yes,give details: 1.1G
w
Page 2 of 3
No
Im
w Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or
other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years?
If yes,give details: 5 oz. wd K6o- daaok °-q -rco- PlD,4©T m*\)m^r
Orr ,ewr2cL E)F C-Z QU �CLt}K3lN i r?v T AG
D.ate Type of Injury Agency Receiving Claim
NO C LAIrd a-99
Submit proof of adequate financial resources which would be available to the bidder for the completion of
the work hereunder. Such information shall include certification by the principal financial officer of,or an
independent accountant for, the bidder stating that the bidder has adequate financial resources for the
on prosecution and completion the work called hereunder. IF L01-5 wi O
The undersigned warrants under penalty of Perjury that the fafegoing information is true and accurate to the
No best of his/her knowledge. The undersigned authorize the City enton to verify all information
contained herein.
Ow Signature of Bidder
Title: QI St QF-rti 1 Date: b 01
.w
Subscribed and sworn to before me on this day of 0� , 2002.
�.����P•°5��� Ek��F �'�� tary Public in and for the State of Washington
CP
J �5
Z PUB�� a
''s9�`•gUG.•2M:.• .���.` Notary (Print) Q/Yl�
�OOi,�IOIQ"W PS��' Residing at !
My appointment expires:
r
w
w
rr
rr
Page 3 of 3
60
7 �r
REFERENCES OF SIMILAR WORK
PARTIAL LIST OF CONSTRUCTION PROJECTS
GOLDENDALE ENERGY PROJECT
Location: Goldendale,WA
Contract Amount: $1,360,000 National Energy Production Corp. (NEPCO)
Description: Concrete Foundations, Base Course and Asphalt Pads, Fabrication, Erection, Painting and
Insulating of(2)2.25 MG and 100,000 gallon AWWA water storage tanks.
Owner: Goldendale Energy -General Contractor-National Energy Production Corp. (NEPCO)
Contact: Denny Doyle—Construction Manager; Mark Dodge—Sr. Purchasing Manager
Contract Duration: 2001 Summer
KAKTOVIK WATER&SEWER PROJECT
Location: Kaktovik,AK
Contract Amount: $1,400,000 to Kaktovik Constructors(SKW/Eskimos)
Description: Fabrication,erection of 3.7 MG AWWA water storage reservoir, painting and insulation system.
Owner: North Slope Borough, AK. SKW/Eskimos General Contractor
Contact: Dave McConnell (907)265-7319
Contract Duration: 2001 —2002
UPPER PRUNE HILL RESERVOIR, BOOSTER STATION IMPROVEMENTS
Location: Camas,WA
Contract Amount: $1,900,000
Description: Sitework, Fabrication, erection of 2.5 MG tank
Owner: City of Camas
Contact: Gray&Osbome Engineers Tom Zerkel, P.E. (206)284-0860
Contract Duration: 2001-2002
RESERVOIR IMPROVEMENTS AND SEISMIC UPGRADES
Location: Lynnwood,WA
Contract Amount: $3,040,000
Description: Seismic upgrades to 2 tanks, New 3.5 MG Reservoir, 3.0 MG Standpipe, Sitework
Owner: Alderwood Water and Wastewater District
Contact: RW BECK Wilson Binger, P.E. (206)695-4555
Contract Duration: 2001
BOULEVARD ROAD RESERVOIR
Location: Olympia, WA
Contract Amount: $1,098,000
Description: 2.6 MG Standpipe, Sitework, Demolition of existing tank and facility
Owner: City of Olympia Public Works
Contact: Karl Imlig, P.E. (360)759-8314
Contract Duration: 2001
CAPILANO CARBON STEEL PIPE
Location: Burnaby, BC
Contract Amount: $2,400,000
Description: Fabricate, paint and test 2,800 If of 78"down to 24"AWWA C200 water pipe.
Owner: Greater Vancouver Water District
Contact: Brian Gardner--Pacific Liacon &Associates 604)432-6400
Contract Duration: 2001 in progress
HERMISTON POWER PROJECT
Location: Hermiston, OR
Contract Amount: $970,000
Description: Fabrication, erection of three tanks, erection of 2 each 195' high stacks
Owner: Hermiston Power
Contact: Michael Patterson (503)692-6327 The Industrial Company
Contract Duration: 2001
T BAILEY, INC.
Project Experience List(Partial)
5.25 MG REDMOND RIDGE WATER TANK#2 PROJECT
Location: Redmond,WA
Contract Amount: $2,100,000
Description: Construction of 5,250,000 gallon standpipe, foundation, associated site earthwork/grading, utilities,
electrical, cathodic protection
Owner: Quadrant Corp-A Weyerhaeuser Co
Contact: Karl Volkle(425)836-1067
Contract Duration. 2001-2002 Not yet started
1250 RESERVOIRS AND ACCESS ROADS
Location: Issaquah, WA
Contract Amount: $1,700,000
Description: Construction of (2) 1,000,000 gallon reservoirs, foundations, associated site earthwork/grading,
utilities, electrical/instrumentation, cathodic protection
Owner: Port Blakely Communities
Contact: Ben Giddings(425)391-4700
Contract Duration: 2000—2001
CITY OF PORT TOWNSEND
Location: Port Townsend,WA
Contract Amount: $1,010,000
Description: Construct new 2,000,000 gallon water storage reservoir&foundation, site work, drainage&water
utilities, reservoir painting.
Owner: City of Port Townsend
Contact: Phil Martinez, P.E.—CH2M Hill(425)459-5005
Contract Duration: August,2001
WINDY POINT PIPE BRIDGE
Location: Yakima,WA
Contract Amount: $250,000
Description: Fabricate and install 104 If 102" diameter 3/8"wall welded steel AWWA C200 irrigation water pipe
bridge. Concrete abutments, site work.
Owner: Yakima—Tieton irrigation District
Contact: Richard Haapala—CH2M Hill(509)248-9210
Contract Duration: 2000
CITY OF EVERETT
Location: Everett,WA
Contract Amount: $1,300,000
Description: Sanitary, Safety and Shutdown Improvements to 8 Water Storage Tanks
Owner: City of Everett
Contact: Jim Fuchs, P.E.—Engineer(425)257-8926
Contract Duration: December,2000
CITY OF MONROE 3 MG RESERVOIR
Location: Monroe,WA
Contract Amount: $930,000
Description: Construct new 2,000,000 gallon water storage reservoir&foundation, site work, drainage&water
utilities, reservoir painting.
Owner: City of Monroe
Contact: Jeff Barnes —Project Engineer(360)794-7400
Contract Duration: June, 2001
CENTRALIA FLUE GAS DESULFURIZATION PROJECT
Location: Centralia, WA
Contract Amount: $4,500,000
Description: Fabricate,site erect and insulate exhaust ductwork, 7 each tanks and associated tank painting.
Owner: ABB Alstrom Power—Fabrication Contracts
Stone&Webster—Site Construction
Contact: ABB Alstrom Power—Joe Paniucki(865)694-5324
S&W—John Borden (360)741-7630
Contract Duration: Majority April, 2001, Final tie-in April, 2002
Page 2
T BAILEY, INC.
Project Experience List(Partial)
TERROR LAKE HYDROELECTRIC TUNNEL LINER
Location: Kodiak,AK
Contract Amount: $190,000
Description: Fabricate,test and paint 420 If of 72°diameter by 3/8"wall inclined tunnel shaft liner. AWWA 0200
Owner: Alaska Energy Authority
Contact: John MaGee, P.E. L.S. R& M Consultants 907)522-1707
Contract Duration: 2000
SAR RAPID TRANSIT 2000
Location: Vancouver, B.C.
Contract Amount: $2,400,000
Description: Caissons ranging from 1/2"to 3/4"thick, 100", 108", 120", 128"diameter. Approximately 10,000 If
produced to date.
Owner: Province of B.C.
Contact: Alan Stewart—AGRA Foundations(604)293-7766
Contract Duration: 2000
GRAYLAND WATER RESERVOIR
Location: City of Grayiand,WA
Contract Amount: $220,000
Description: Construct new 350,000 gallon welded steel water tank&foundation,site work,water utilities,
reservoir painting.
Owner: Grays Harbor Water District#1
Contact: John Segerson, P.E.—SEMCON, Inc. (360)753-5269
Contract Duration: 2000
KLAMATH FALLS CO-GEN PLANT TANKS
Location: Klamath Falls, OR
Contract Amount: $550,000
Description: Construct 4 each welded steel API 650 and AWWA D100 tanks, tank painting.
Owner: City of Klamath Falls
Contact: Barry Jenkins-Black&Veatch(541)883-3383
Contract Duration: 2000
SEDGWICK RESERVOIR
Location:. Port Orchard,WA
Contract Amount: $500,000
Description: Construct new 1,000,000 gallon water storage reservoir&foundation,site work, drainage&water
utilities, reservoir painting.
Owner: City of Port Orchard
Contact: Robert Baglio, P.E.-N.L. Olson&Associates (360)876-2284
Contract Duration: 2000
RESERVOIR AND PUMP STATION IMPROVEMENTS
Location: Mercer Island, WA
Contract Amount: $1,500,000
Description: Reservoir and pump station seismic improvements, site drainage improvements, reservoir painting.
Owner: City of Mercer Island
Contact: Brian Platt—RH2 Engineers(425)897-1538
Contract Duration: 1999—2000
1999 WATER SYSTEM IMPROVEMENTS
Location: City of Napavine,WA
Contract Amount: $900,000
Description: Construct new 350,000 gallon water tank, site work, utilities upgrade, pump station.
Owner: City of Napavine,WA
Contact: Karl Johnson, P.E.(360)754-4266
Contract Duration: 1999-2000
Page 3
T BAILEY, INC.
Project Experience List(Partial)
BENCH RESERVOIR
Location: Ontario, OR
Contract Amount: $900,000
Description: Construct new 3,000,000 gallon welded steel water tank and sitework, pump station building.
Owner: City of Ontario
Contact: David Kinzer, P.E. (208)288-1992
Contract Duration: 1999
TUMALO IRRIGATION DISTRICT SIPHON
Location: Bend, OR
Contract Amount: $900,000
Description: Construct 1,200 If of AWWA C200 92" OD and 84"OD welded steel irrigation siphon including
in/outlet structures.
Owner: Tumalo Irrigation District
Contact: David Evans and Associates- Kevin Crew, P.E. (541)389-7614
Contract Duration: October 1999-January 2000
YELM HYDROELECTRIC PROJECT
Location: Yelm, WA
Contract Amount: $900,000
Description: Fabricate 900 If of AWWA C200 96"OD and 72" OD welded steel pipe and fittings.
Owner: City of Yelm [General Contractor-IMCO General Mark Elias
Contact: CH2M Hill—Shinji Goto, P.E./Jerry Dupong, P.E. (425)453-5005
Contract Duration: 1999
PETER PAN SEAFOODS FUEL FARM UPGRADE
Location: King Cove,AK
Contract Amount: $1,400,000
Description: Construct new 15,000 sf containment dike, relocate 2 each 300,000 gallon API 650 tanks to new
tank farm, process piping and equipment, pump house, above and underground fuel lines to dock
receiving/issuing station.
Owner: Peter Pan Seafoods
Contact: Glenn Guffey(206) 727-7263
Contract Duration: 1999
ATQASUK WATER&SEWER PROJECT
Location: Atqasuk,AK
Contract Amount: $1,200,000 to SKW/Eskimos/UICC JV
Description: Fabrication, erection of 2.7 MG AWWA water storage reservoir, painting and insulation system. 3
each UL 142 double wall fuel tanks.
Owner: North Slope Borough, AK. SKW/Eskimos General Contractor
Contact: James Knapp(907)276-5716
Contract Duration: 1999—2000
BETHEL CITY SUBDIVISION WATER/SEWER IMPROVEMENTS
Location: Bethel,AK
Contract Amount: $381,000 to Alaska Mechanical
Description: Fabrication, erection of 500,000 gallon AWWA water storage reservoir, painting and insulation
system. 15' dia x 12' high shop fabricated surge tank.
Owner: City of Bethel,AK. Alaska Mechanical-General Contractor
Contact: Bob Eder(907)349-8502
Contract Duration: 1999
CENTRALIZED FUEL STATION
Location: Yakima Training Center,WA
Contract Amount: $1,700,000 to Superior Industrial Maintenance
Description: Earthwork, u/g utilities, pavement work(AC, concrete),structural concrete,fabrication, erection of 3
each 31 dia x 22 high API 650 fuel storage tanks, painting and floating roof system. 2 each UL 142
10,000 gallon single wall fuel tanks.
Owner: US Army Corps of Engineers. Superior Industrial Maintenance-General Contractor
Contact: George Wells (704)795-0001
Contract Duration: 1999—2000
Page 4
T BAILEY, INC.
Project Experience List(Partial)
KEAHOLE COMBINED CYCLE PROJECT
Location: Keahole Power Plant, Hawaii
Contract Amount: $1,770,000
Description: Fabrication and construction of stainless steel lined duct work and stack for local power plant.
Owner: Hawaiian Electric Co.
Contact: Les Mathine, P.E.—Stone&Webster(303)741-7284
Contract Duration: 1998
MUKILTEO RESERVOIR REPLACEMENT SITE WORK
Location: Mukilteo,WA
Contract Amount: $650,000
Description: Site construction of 750,000 gallon reservoir, including demolition of existing concrete reservoir,
excavation, yard piping, foundation,vaults, paving, landscaping, irrigation
Owner: Mukilteo Water District, Gray&Osborne
Contact: Ken Enns, (206)284-0860
Contract Duration: 1998-1999
3.4 MG REDMOND RIDGE WATER TANK PROJECT
Location: Redmond,WA
Contract Amount: $1,360,280
Description: Construction of 3,400,000 gallon standpipe,foundation
Owner: Quadrant-A Weyerhaeuser Co
Contact: Tom Schulner(425)646-8315
Contract Duration: 1998
3.0 MG HOFFMAN HILL RESERVOIR
Location: Dupont,WA
Contract Amount: $900,000
Description: Construction of 3,000,000 gallon reservoir, mechanical piping.
Owner: Weyerhauser, Northwest Cascade
Contact: Harry Thetford,Jr. Northwest Cascade(253)838-2359
Contract Duration: 1998
CT TANK
Location: Homer,AK
Contract Amount: $660,000
Description: Construction of 150,000 gallon insulated chlorine contact water reservoir,foundation,site utilities.
Owner: City of Homer
Contact: Hugh Bevan Public Works Director(907)235-3170
Contract Duration: 1998
WATER TANK-BETHEL AAOF HANGAR PHASE II
Location: Bethel,AK
Contract Amount: $227,500
Description: Construction of (1) insulated 80,000 gallon fire water storage reservoir, (1) UL 142 Labeled dike
tank, miscellaneous fabrication.
Owner: Red Samm Construction(General Contractor)
Contact: Jon Danks,V.P. (425)827-2955
Contract Duration: 1998
AKIAK FUEL SYSTEMS UPGRADE
Location: Akiak,AK
Contract Amount: $75,000 supply to URESCO
Description: Fabrication of(6)35,000 gallon UL 142 rated vertical cylindrical fuel storage tanks,foundation
rings, and shipping flats.
Owner: Alaska Division of Energy
Contact: Chad Moore-URESCO(206)622-3028
Contract Duration: 1998
NORTHEAST OMAK UPPER PRESSURE ZONE RESERVOIR
Location: Omak, WA
Contract Amount: $348,500
Page 5
T BAILEY, INC.
Project Experience List(Partial)
Description: Construction of 500,000 gallon water storage reservoir,foundation and site utilities.
Owner: City of Omak
Contact: Jeff Louman, P.E. Huibregtse&Louman Assoc. (509)966-7000
Contract Duration: 1998
1.1 MG ASPENWOOD WATER TANK
Location: Woodinville, WA
Contract Amount: $1,000,000
Description: Construction of 1,000,000 gallon standpipe, site work, piping system.
Owner: Woodinville Water District
Contact: Tony Pardi, P.E.(206)869-1488
Contract Duration: 1997-1998
16.8 MG FUEL TANK#49 FOUNDATION; SLUDGE TANK FOUNDATIONS
Location: Blaine, WA
Contract Amount: $200,000
Description: Construction of 255' diameter fuel tank foundation and two 45' diameter sludge holding tanks
foundations.
Owner: ARCO Products Co. Cherry Point Refinery
Contact: Bill Campin. (360)371-1385
Contract Duration: 1997
1 MG HUNTERS HEIGHTS RESERVOIR
Location: Clackamas, OR
Contract Amount: $990,000
Description: Construction of 1,000,000 gallon water reservoir, site work, piping system, soil nail i ng/shotcrete
retaining wall system.
Owner: Clackamas River Water
Contact: Greg Drechsler, P.E.(503)722-9225
Contract Duration: 1997-1998
SULFURIC ACID TANK
Location: Anacortes, WA
Contract Amount: $63,000
Description: Construction of 26'diax16'tall shop fabricated steel tank&transportation to Refinery
Owner: Texaco Inc.
Contact: Perry Pineda(360)293-1584
Contract Duration: 1997
3 MG HILLCREST RESERVOIR
Location: Lake Stevens,WA
Contract Amount: $900,000
Description: Construction of 3,000,000 gallon water reservoir and piping system.
Owner: Snohomish PUD
Contact: Snohomish PUD Brant Wood (206)258-8609
Contract Duration: 1997-1998
4 MG SUNRISE STANDPIPE
Location: Puyallup, WA
Contract Amount: $1,150,000
Description: Construction of 4,000,000 gallon standpipe and piping system.
Owner: City of Tacoma PW
Contact: City of Tacoma, Glen George, P.E. (206)502-8737
Contract Duration: 1997
3 MG RESERVOIR&PRESSURE REDUCING CONTROL STATION
Location: Prosser, WA
Contract Amount: $1,716,000
Description: Construction of 3,000,000 gallon water reservoir and piping system.
Owner: City of Prosser
Contact: Gray&Osborne, Inc.John Poston(509)453-4833
Contract Duration: 1997
Page 6
T BAILEY, INC.
Project Experience List(Partial)
TELLER TANKSUPGRADE POL SYSTEM
Location: Teller,AK
Contract Amount: $56,000 Supply to URESCO
Description: Construction of 1 each 30,000 gallon and 1 each 20,000 gallon UL 142 rated horizontal diked fuel
tanks and associated fuel piping system.
Owner: Alaska Division of Energy
Contact: Chad Moore-URESCO(206)622-3028
Contract Duration: Summer 1997
UPGRADE POL SYSTEM
Location: Tin City,AK
Contract Amount: $1,600,000 Subcontract to Bering Pacific Construction
Description: Construction of 9 each 145,000 liter UL 142 rated horizontal diked fuel tanks and associated fuel
piping system.
Owner: Alaska District U.S Army Corps of Engineers
Contact: Dan Young-Bering Pacific Construction. (206)889-4404
Contract Duration: Summer 1997
LOWER SKYLINE RESERVOIR REPLACEMENT
Location: Wenatchee, WA
Contract Amount: $206,000 Subcontract to Pipkin Construction
Description: Construction of 500,000 gallon welded steel water storage tank to AWWA D100 code, concrete
foundation.
Owner: Chelan County PUD#1 /RH2 Columbia Engineering
Contact: Ryan Peterson, P.E. (509)663-0150
Contract Duration: 1997
NORTH SHORE WATER SYSTEM IMPROVEMENTS SCHEDULE C
Location: Chelan, WA
Contract Amount: $302,000
Description: Construction of 500,000 gallon welded steel water storage tank to AWWA D100 code, associated
earthwork and yard piping.
Owner: City of Chelan PUD/RH2 Columbia Engineering
Contact: Ryan Peterson, P.E. (509)663-0150
Contract Duration: 1996-1997
SPOKANE INDIAN RESERVATION WATER TANKS
Location: Spokane, WA
Contract Amount: $204,000
Description: Construction of (2 each) 135,000 gallon steel water storage tank to AWWA code, associated
earthwork and yard piping.
Owner: Portland Area Indian Health Services
Contact: Chris Brady (509)353-3101
Contract Duration: 1996(summer-fall)
QUATTRO PROPERTIES STEEL FABRICATION SHOP PHASE I&II
Location: Anacortes,WA
Contract Amount: $800,000
Description: Construction of 25,000 sf steel fabrication shop/office facility including associated earthwork and
site piping.
Owner: Quattro Properties, LLC
Contact: Darrell Lehmann(360)293-0682
Contract Duration: 1996-1997
VILLAGE WATER&SEWER PROJECT
Location: Point Hope,AK
Contract Amount: $1,750,000
Description: Construction of 4,000,000 gallon welded steel water storage tank to AWWA D100 code, painting &
insulation system.
Owner: Tikigaq/Conam J.V. (prime contractor)
Contact: Mark Reardon (907)278-6600
Contract Duration: 1996-1997
Page 7
T BAILEY, INC.
Project Experience List(Partial)
BRISTOL EXPRESS FUELS TANK FARM
Location: Dillingham,AK
Contract Amount: $700,000
Description: Erect only 8 each welded steel fuel storage tank to API 650 code. Fuel piping system, and electrical
system installation.
Owner: Bristol Express Fuels
Contact: Robert Baumgartner(907)345-9408
Contract Duration: 1996(summer)
MUCKLESHOOT STANDPIPE
Location: Muckleshoot Indian Reservation,Auburn,WA
Contract Amount: $509,000
Description: Construction of 915,000 gallon welded steel water storage tank.
Owner: Dept of Health& Human Services Portland Area Indian Health Services
Contact: Jay Sampson(503)326-6533
Contract Duration: 1996(summer/fall)
CITY OF DUVALL 1995 WATER SYSTEM IMPROVEMENTS
Location: Duvall,WA
Contract Amount: $413,100
Description: Construction of 2.2 million gallon welded steel water storage tank.
Owner: Pivetta Brothers Construction-General Contractor
Contact: Wally Clayton(206)854-6872
Contract Duration: 1996(summer)
CITY OF ILWACO
Location: Ilwaco, WA
Contract Amount: $327,606
Description: Construction of 500,000 gallon welded steel water tank and yard piping.
Owner: City of Ilwaco
Contact: Jon Wiese P.E.-Gray&Osborne, Inc. (206)284-0860
Contract Duration: 1995-1996
BANK STABILIZATION
Location: Bethel,AK
Contract Amount: $1,200,000
Description: Install 3000 LF of new structural steel tie-back system to shore up pipe pile bulkhead
Owner: Bering Pacific Construction General Contractor
Contact: Dan Young. (206)889-4404
Contract Duration: October-December, 1995
INDUSTRIAL WASTEWATER PRE-TREATMENT FACILITIES
Location: NAS Whidbey Is, Oak Harbor, WA
Contract Amount: $810,000
Description: Install, upgrade industrial wastewater pre-treatment equipment at the Navy facilities. Including:
sitework, structural steel modifications, concrete equipment pads, sanitary sewer force main, lift
station.
Owner: Department of Navy
Contact: Mr. Scott Lane(360)257-8772
Contract Duration: June 18, 1996
TIMBERLAKE COMMUNITY CLUB
Location: Shelton, WA
Contract Amount: $230,000
Description: Construction of 200,000 gallon welded steel water tank and yard piping.
Owner: Timberlake Community Club
Contact: Jon Wiese P.E.-Gray&Osborne, Inc. (206)284-0860
Contract Duration: 1995
ANCHORAGE INTERNATIONAL AIRPORT FUELING FACILITY
Location: Anchorage,AK
Contract Amount: $2,900,000
Description: Construction of(3) 4.2 million gallon, (1) 225,000 gallon, welded steel API 650 fuel storage tanks,
Page 8
T BAILEY, INC.
Project Experience List(Partial)
and (1)225,000 gallon welded steel water storage tank.
Owner: Haskell Corp. General Contractor
Contact: Greg Wilke (360)734-1200
Contract Duration: 1995-1996
FIRE FIGHTING TRAINING PIT
Location: NAS Whidbey Is, Oak Harbor, WA
Contract Amount: $1,450,000
Description: Construct fire fighting training facility including:sitework, structural steel mock-up, high temperature
resistant concrete pads, control building,jet fuel fire simulation system, electrical.
Owner: Department of Navy
Contact: Mr. Scott Lane(360)257-8772
Contract Duration: March, 1996
CO GEN PROCESSING FACILITY
Location: Barbers Pt., Oahu, HI
Contract Amount: $800,000
Description: 7 each field erected CO GEN process tanks.20'dia to 60'dia
Owner: Black&Veatch, Kansas City, MO
Contact: Daniel L. Schmidt P.E. (913)339-2000
Contract Duration: February- March, 1991
S.E. REDMOND STORAGE TANK AND UTILITY INSTALLATION
Location: Redmond,Washington
Contract Amount: $1,800,000
Description: Sitework, construction of 4.5 million gallon welded steel water storage tank.
Owner: City of Redmond
Contact: CH2M Hill Karen Komher P.E. (425)453-5005 x5204
Contract Duration: April, 1995
SOUTH TANK AND UTILITY INSTALLATION
Location: Klamath Falls, Oregon
Contract Amount: $500,000
Description: Sitework,construction of 1.5 million gallon welded steel water storage tank.
Owner: City of Klamath Falls
Contact: Stewart Cleave Adkins Engineering(503)884-4666
Contract Duration: October, 1994
OLHAVA HIGH ZONE RESERVOIR AND UTILITY INSTALLATION
Location: Poulsbo,Washington
Contract Amount: $375,000
Description: Sitework, construction of 750,000 gallon welded steel water storage tank.
Owner: Kitsap County PUD
Contact: Bill Whiteley ADA Engineering(206)779-6633
Contract Duration: September, 1994
ZONE 6 RESERVOIR AND UTILITY INSTALLATION
Location: Olympia,Washington
Contract Amount: $1,300,000
Description: Sitework, construction of 4.8 million gallon welded steel water storage tank.
Owner: City of Olympia
Contact: Gary Harter(206)753-8749
Contract Duration: August, 1994
520 ZONE RESERVOIR AND UTILITY INSTALLATION
Location: Arlington, Washington
Contract Amount: $860,000
Description: Sitework, construction of 2 million gallon welded steel water storage tank.
Owner: City of Arlington
Contact: John Hatch P.E. Barrett Consulting Group (206)455-9494
Contract Duration: July, 1994
CEDAR HILLS TANK AND UTILITY INSTALLATION
Page 9
T BAILEY, INC.
Project Experience List(Partial)
Location: Maple Valley, Washington
Contract Amount: $900,000
Description: Sitework, construction of 1.4 million gallon welded steel water storage tank.
Owner: King County Landfill Facility
Contact: John Hatch P.E. Barrett Consulting Group (206)455-9494
Contract Duration: March, 1993
SAMMAMISH RESERVOIR AND UTILITY INSTALLATION
Location: Sammamish Plateau,Washington
Contract Amount: $1,400,000
Description: Sitework, construction of 7 million gallon welded steel water storage tank.
Owner: Sammamish Water and Sewer District.
Contact: Greg Berglund (206)392-6256
Contract Duration: September, 1992
HARVEY ROAD TANK
Location: Blaine, Washington
Contract Amount: $450,000
Description: Construction of 1.4 million gallon welded steel water storage tank.
Owner: City of Blaine
Contact: John Hatch P.E. Barrett Consulting Group (206)455-9494
Contract Duration: April, 1991
LINCOLN PARK TANK
Location: Blaine,Washington
Contract Amount: $425,000
Description: Construction of 1.4 million gallon welded steel water storage tank.
Owner: City of Blaine
Contact: John Hatch P.E. Barrett Consulting Group (206)455-9494
Contract Duration: April, 1991
BULK FUEL STORAGE FACILITY
Location: Nome,Alaska
Contract Amount: $500,000
Description: Construction of(2)20,000 barrel welded steel fuel tanks.
Owner: Crowley Maritime/Summit Technology
Contact: Greg Gillen Summit Technology (206)622-0222
Contract Duration: September, 1991
BULK FUEL STORAGE FACILITY
Location: Nome,Alaska
Contract Amount: $800,000
Description: Construction of(4)20,000 barrel welded steel fuel tanks.
Owner: Nome Joint Utilities Nome,AK
Contact: Bob Dreyden Dreyden&Larue (907)349-6653
Contract Duration: September, 1991
GUNDERSON ROAD TANK
Location: Mount Vernon, Washington
Contract Amount: $140,000(subcontract)
Description: Construction of 500,000 gallon welded steel water tank.
Owner: Skagit County PUD
Contact: Jerry Curtis Waterworks, Inc. (206)676-0451
Contract Duration: June, 1991
KODIAK FUEL FACILITY
Location: Kodiak,Alaska
Contract Amount: $1,800,000
Description: Sitework, construction of 40,000 barrel welded steel fuel tank and piping.
Owner: U.S. Coast Guard
Contact: Bill Denman (206)220-7423
Contract Duration: November, 1990
Page 10
T BAILEY, INC.
Project Experience List(Partial)
WINSLOW TANK
Location: Winslow, Washington
Contract Amount: $450,000
Description: Construction of 1,500,000 gallon welded steel water tank.
Owner: City of Winslow
Contact: Chuck Lyon Whitacre Engineers(206)272-5144
Contract Duration: October, 1989
RED DOG MILL SITE
Location: Red Dog,AK
Contract Amount: $2,300,000
Description: (5 each)Water and Fuel tanks at the mill site.
Owner: R.M. Parsons, Co.
Contact: Bill Surwill(907)426-2140
Contract Duration: October, 1988
MAINTAIN/REPAIR JP-4 TANKS PHASE III
Location: Eareckson AFB, Sheyma, Alaska
Contract Amount: $900,000
Description: Sitework, replace tank bottoms and upgrade(2)20,000 barrel welded steel fuel tank and piping.
Owner: Corps of Engineers
Contact: Thomas A. Johnson, P.E. (907)384-7445
Contract Duration: October, 1988
CLARIFIER TANKS
Location: Kuparuk Oil Fields,Alaska
Contract Amount: $900,000
Description: Erect clarifier tanks.
Owner: ARCO/Alaska
Contact: Larry Sportsman (907)659-7339
Contract Duration: October, 1986
MAINTAIN/REPAIR JP-4 TANKS PHASE I
Location: Eareckson AFB, Sheyma, Alaska
Contract Amount: $900,000
Description: Sitework, replace tank bottoms and upgrade(2)20,000 barrel welded steel fuel tank and piping.
Owner: Corps of Engineers
Contact: Thomas A. Johnson, P.E. (907)384-7445
Contract Duration: October, 1985
Page 11
CITY OF RENTON
`✓] Elevated Water Tanks Seismic Repair & Rehabilitation
Y Project No. WTR-27-3005
RESPONSIBLE BIDDER DETERMINATION
AND PRE-AWARD QUALIFICATIONS INFORMATION
for
PAINTING SUBCONTRACTOR
Name of Painting Subcontractor: Coatings Unlimited Inc
Address of Painting Subcontractor: 18420 68th Ave So. #110 Rent Wa 98032
Contractor License No. COATIU1097KA Contractor's State Tax No. 601 298-793
Bond Registration No. 857253C _ Department of L&I 594 672 01
Worker's Comp.Acct,No.
718998-001
List business names used by the Painting Subcontractor during the past 5 years if different than above:
Painting Subcontractor has been in business continuously from 1990 (Year)
Number of projects completed in the 1007 ahead of schedule 1007 on schedule
past 5 years 07 behind schedule
Painting Subcontractor has had experience in work comparable to that required for this Project:
As a prime contractor for 10+ years,
As a subcontractor for 10+ years.
List the supervisory personnel to be employed by the Painting Subcontractor and available for work on this
project(Project Manager,Principal Foreman,Superintendents,and Engineers):
Name Title How Long with Bidder
Coatings Unlimited has sufficient project managers to complete this project.
All CUI project managers have over 10 years experience.
Page 1 of 3
T07'd i ),q i—nN,4
List all those projects,of similar nature and size,completed by the Painting Subcontractor within the past 5
years. Include a reference for each. Any attached preprinted project listing must include all this
information.
Project Name Year Contract Contracting Agency Contact Name&
Completed Amount and Location Phone Number
SEE ATT CHED
-7
List all projects undertaken in the last 5 years which have resulted in partial or final settlement of the
Contract by arbitration or litigation in the courts:
Total Claims Amount of
Contract Arbitrated or Settlement of
Name of Client and Protect Amount Litigated Claims
N/A
Has Painting Subcontractor ever failed to complete a contract? NO If yes,give details
Has Painting Subcontractor ever been found guilty of violating any State or Federal employment laws? _
If yes,give details: __ NO
Has Painting Subcontractor ever filed for protection under any provision of the federal bankruptcy laws or
state insolvency laws? NO If yes,give details:
Has any adverse legal judgment been rendered against Painting Subcontractor in the past 5 years? If yes,
give details: _ _ NO
Page 2 of 3
Has Painting Subcontractor or any of its employees filed any claims with Washington State Workman's
Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the
past 5 years? _NO If yes, give details: --
Date Type of Injury Agency Receiving Claim
Submit proof of adequate financial resources that would be available to the Painting Subcontractor for the
completion of the work hereunder. Such information shall include certification by the principal financial
officer of, or an independent accountant for, the Painting Subcontractor stating that the Painting
Subcontractor has adequate financial resources for the prosecution and completion the work called
hereunder. Coatings Unlimited Inc has adequate financial resources to complete
this project. Siggned: See Below
The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the
best of his/her knowledge. The undersigned authorizes the City of Ren to verify all information
contained herein.
Signature of Painting Subcontractor —
Greg Sri
Title: President _ f)ate: 10-23-02
Subscribed and sworn to before me on this 23 day of Oct 2002_
WECk It►
j��P \�g�ON F 9��-�p�I/ Notary Public in and for the State of Washington
10-0 ��—Y c rn
PUBOO
t�tt . - I e-o.�• � ' Notary (Print) Christina stinn TAT_ Wechs JJ e— er
tt � ...... _ Residing at Redmond Wa -
My appointment ex ires: OS-19–O3
—
Page 3 of 3
Coatings Unlimited Inc
Completed Water Storage Projects
Name of Customer: City of Beaverton
Contract Reference Number: Contract
Description of Work: Standpipe Painting,
1.75 Million Gallon
Total Value of Contract: $145,750.00
Completion Date: September 1999
Primary Contact: Sharon Woodhouse, Purchasing Manager
City of Beaverton
P.O. Box 4755
Beaverton, Oregon 97076
Telephone: 503-526-2342 Fax: 503-526-2490
Name of Customer: City of Creswell
Contract Reference Number: Contract
Description of Work: Potable Water Storage Tank Painting
Total Value of Contract: $93,500.00
Completion Date: July 1999
Primary Contact: Ron Hanson,Manager
City of Creswell
13 South 1' Street
Creswell, Oregon 97426
Telephone: 541-895-2531 Fax: 541-895-3647
Name of Customer: Consolidated Irrigation District
Contract Reference Number: Contract
Description of Work: Painting of 3 each 50,000 Gallon
Reservoirs
Total Value of Contract: $115,000.00
Completion Date: May 1999
Primary Contact: Robert Ashcraft, District Manager
Consolidated Irrigation District
North 120 Greenacres Road
Greenacres, Washington 99016
Telephone: 509-924-3655 Fax: 509-924-3927
Name of Customer: City of Mercer Island
Contract Reference Number: Contract
Description of Work: Y2K Tank Coating
Total Value of Contract: $844,750.00
Completion Date: March 2000
Primary Contact: Patrick Yamashita, City Engineer
City of Mercer Island
9611 Southeast 36t`Street
Mercer Island, Washington 98040
Telephone: 206-236-5300 Fax: 206-236-3599
1 na 1_nv-i +,ra-7r 7mm7-.-7-i^�n
Name of Customer: T. Bailey, Inc.
Contract Reference Number: 729
Description of Work: Deicing Stormwater System Storage Tank
Painting, Portland International Airport,
Portland,Oregon
Total Value of Contract: $79,550.00
Completion Date: September 2001
Primary Contact: Justin Rawls, Project Manager
12441 Bartholomew
Anacortes, Washington 98221
Telephone: 360-293-0682 Fax: 360-293-3893
Name of Customer: Reliable Steel Fabricators, Inc.
Contract Reference Number: 20418
Description of Work: Clark Public Utility District
Rawson Road Reservoir Painting
Total Value of Contract: $43,500.00
Completion Date: July 2001
Primary Contract: Russell Gibbs, Project Manager �-
P.O. Box 9
Olympia, Washington 98507
Telephone: 360-352-7575 Fax 360-357-9937
Name of Customer: Western Tank and Pipe, Inc.
Contract Reference Number: Subcontract
Description of Work Yamhill Reservoir Painting
City of Yamhill, Oregon
Total Value of Contract: $31,500.00
Completion Date: August 2001
Primary Contact: Bill Kalbrener
Western Tank and Pipe, Inc.
10717 Southeast Harold Street
Portland, Oregon 97266
Telephone: 503-760-9286 Fax: 503-762-1232
Name of Customer: United Steel Erectors, Inc.
Contract Reference Number: Subcontract
Description of Work: Heights Water District
Reservoir Painting&Disinfection
Vashon Island, Washington
Total Value of Contract: $40,360.00
Completion Date: March 2001
Primary Contact: Chuck Cousins, Project Manager
United Steel Erectors
7525 Southeast Lake Road
Milwaukie,Oregon 97267
Telephone: 503-654-7511 Fax: 503-654-594
i,),i i_ni.� CM-7T
30'c� -Ih101
Name of Customer: Rocky Mountain Fabricators
Contract Reference Number: C-1050
Description of Work: Painting of 3 Field Erected Tanks &Piping,
Pend Oreille Mine, Metaline, WA
Total Value of Contract: $33,900.00
Completion Date: August 2001
Primary Contact: James T. Anderson, Project Manager
Rocky Mountain Fabricators
1125 West 2300 North
Salt Lake City, Utah 84116
Telephone: 801-596-2400 Fax: 801-322-2702
Name of Customer: Western Tank and Pipe
Contract Reference Number: Subcontract—Pineville, Oregon
Description of Work: 1.0 Million Galion Reservoir Painting
Total Value of Contract: $41,200.00
Completion Date: April 2002
Primary Contact: William Kalbrener
Western Tank and Pipe
10712 Southeast Harold Street
Portland, Oregon 97266
Telephone: 503-760-9286 Fax: 503-762-1232
Name of Customer. City of Puyallup
Contract Reference Number: 159
Description of Work: 151`& 9'St Reservoir
Total Value of Contract: $168,921.90
Completion Date: July 2002
Primary Contact: Doug Maclean, Water Division Supervisor
City Of Puyallup
1100 39t'Ave SE
Puyallup, WA 98374
Telephone: 253-841-5508 Fax: 253-841-5437
More water storage projects are available upon request.
M
wr, SUBCONTRACTOR LIST
WTR-27-3005
Elevated Water Tanks Seismic Repair & Rehabilitation
ar
RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit
the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in
chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW [this includes the
cathodic protection system installer as well as other electrical subcontractors].
If the subcontractor's names are not submitted with the bid, or within one (1) hour after the published bid
submittal time OR if two or more subcontractors are named to perform the same work the bid shall be
considered nonresponsive and,therefore, void.
Complete the following:
If awarded the contract, 1 t� �l.%t✓i I r.�C" will contract with the
wr (Name of Bidder's Company)
following subcontractors for the performance of heating,ventilation and air conditioning,
plumbing,and electrical work(including cathodic protection system installer):
+rr
Bid Item(s)
rw Subcontractor Name
Address
/ l �
Phone No. / � / tate Contractor's License No J�10 ��c
AN Bid Item(s) l
me Subcontractor Name l�
Address
go Phone No. State Contractor's License No
Signature of Authorized Representative of Bidder
rr
Subscribed and sworn to before me on this' day of 002.
DANA/.-
rr \Se�\ON E,I.AF Notary Public in and for the State
Sv'4 '\ARy��a. a of Washington
zs
iC-5 P U 13\-�G :ti�
Z�j�`, .�• Notary (Print)
Residing at
My appointment expires: �C2/ id
Page 1 of 1
,r.
r.
BOND TO THE CITY OF RENTON
wr Bond No. 08668975
KNOW ALL MEN BY THESE PRESENTS:
,rr
That we, the undersigned T. Bailey, Inc.
Fidelity and Deposit Company
as principal, and of Maryland corporation organized and existing
under the laws of the State of Maryland as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the
penal sum of$ 972,672.00--- for the payment of which sum on demand we bind ourselves and our
successors, heirs, administrators or person representatives, as the case may be.
err
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance
of the City of Renton. , +
�. Dated at &bt—,Washington,this day of 2002.
Nevertheless, the conditions of the above obligation are such that:
Nr.
WHEREAS, under and pursuant to Public Works Construction Contract CAG-02-163 providing for
�++ construction of Elevated Water Tanks Seismic Repair & Rehabilitation the principal is required to
furnish a bond for the faithful performance of the contract; and
s
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in
the manner and within the time therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by reason of any carelessness or negligence on the part of said
principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City
of Renton harmless from any damage or expense by reason of failure of performance as specified in
the contract or from defects appearing or developing in the material or workmanship provided or
+� performed under the contract within a period of one year after its acceptance thereof by the City of
Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full
force and effect.
.r
T. Bailey, Inc. Fidelity and Deposit Company of Maryland
Principal Surety
A.
By: L B V —
Signature -Icy Signature
Darlene Jakielski,
Attorney-In-Fact _
Title Title
rr
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: 3910 KESWICK ROAD, BALTIMORE, MD 21211
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
4 corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and T. E. SMITH, Assistant Secretary, in
pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company,which are set forth on the reverse
3 side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and
appoint Nancy J. OSBORNE, Darlene JAKIELSKI, Julie M. GLOVER, Cindy L. VILLASISTA and Roxana
PALACIOS, all of Kirkland, Washington, EACH its true nd lawful ag t and Attorney-in-Fact, to make, execute, seal
and deliver,for, and on its behalf as surety, and as its act a d: any abonds and undertakings and the execution
of such bonds or undertakings in pursuance of these pres all be as ng upon said Company, as fully and amply,to
all intents and purposes, as if they had been duly e hid and aci�wledged by the regularly elected officers of the
Company at its office in Baltimore,Md., in their owns` person power of attorney revokes that issued on behalf of
Nancy J.OSBORNE,Darlene JAKIELSKI,Julie AS��SVER,a L.VILLASISTA,dated January 17,2002.
The said Assistant Secretary does hereby certify 'e extrac� ' rth on the reverse side hereof is a true copy of Article VI,
Section 2,of the By-Laws of said Company,and ls in force.
IN WITNESS WHEREOF, the said Vi �.,sident an4sistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said F Y AN OSIT COMPANY OF MARYLAND, this 1st day of August,
A.D.2002.
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
DEPpsf .
t �
IM
Y 1• ley,�,,.•
By.
T. E. Smith Assistant Secretary M. P. Hammond Vice President
State of Maryland 1
4 County of Baltimore j ss:
On this 1st day of August, A.D. 2002, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came M. P. HAMMOND, Vice President, and T. E. SMITH, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
NOTARY
Carol J. Fader Notary Public
My Commission Expires: August 1,2004
POA-F 180-2466A
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I,the undersigned,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the
date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of
the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in
Article VI,Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND..
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on '
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or '
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this day of ,
Assistant Secretary
TY CITY OF RENTON
FAIR PRACTICES POLICY
1VT�� AFFIDAVIT OF COMPLIANCE
rr
j�,At t_C� . ' z- hereby confirms and declares that
(Name of contractor/subcontractor/consultant)
rr
I. It is the policy of —T 6A 1 LE!A , t 4 to offer equal
(Name of contractor/subcontractor/consultant)
" opportunity to all qualified employees and applicants for employment without regard to
the race,creed,color, sex,national origin,age,disability or veteran status.
H. 7 �t t"�L complies with all applicable
(Name of contractor/subcontractor/consultant)
federal, state and local laws governing non-discrimination in employment.
H. When applicable, T : 04c, will seek out and
(Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
Cl fr-i 'TA4-.1 6--1 Cl-)--
Print Agent/Representative's Name
air
Pa E--1111 D&-4 i
Print Agent/Representative's T�e
Agent/Representative's Signature
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include
or attach this document(s)with the contract.
v.
HAFile Sys\WTR-Drinking Water Utility\WTR-27-Water Project 1~iles\WTR-27-3005-Seismic Upgrade of Rolling Hills&Highlands
Reservoirs\B idDocsBidOpening\l4_fair.doc\
on CAG-02-163
do CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this /�"' day of &jx&r , 2002, by and
do between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington,
hereinafter referred to as "CITY" and 17 —P-.)A 11x�f I L. C,. ,hereinafter referred to
as "CONTRACTOR."
do
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within one hundred sixty [160]
im 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
40 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-27-3005) for improvement by construction and installation of:
a" Elevated Water Tanks Seismic Repair& Rehabilitation.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in
im 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
am 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
rrr h) Special Provisions,if any
i) Technical Specifications, if any
�r
do
.r.
"' Contracts other than Federal-Aid FHWA Page 2 of 4
M. 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence
as will insure its completion within the time specified in this Contract, or any extension in
writing thereof, or fails to complete said work with such time, or if the Contractor shall be
JM 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
do 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
�r
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
dw Contract or by any other method it may deem advisable, for the account and at the expense of
the Contractor, and his surety shall be liable to the City for any excess cost or other damages
occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so
go 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
do 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.
W. 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
AN concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents,
officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity
provision with respect to claims or suits based upon such concurrent negligence shall be valid
and enforceable only to the extent of the Contractor's negligence or the negligence of the
Contractor's agents or employees.
"" Contracts other than Federal-Aid FHWA Page 3 of 4
6) Any notice from one party to the other party under the Contract shall be in writing and shall be
dated and signed by the party giving such notice or by its duly authorized representative of such
party. Any such notice as heretofore specified shall be given by personal delivery thereof or by
depositing same in the United States mail,postage prepaid,certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not later
than one hundred sixty [160] 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.
40 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
s 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
go 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.
40
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
4W 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.
40 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.
am
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.
Contracts other than Federal-Aid FHWA Page 4 of 4
,. 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
J„ 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 $972,672.00
no IS
Nine Hundred Seventy Two Thousand Six�Hundred Seventy Two Dollars and no cents.
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.
�r
C CTOR CITY OF RENTON
President/;W L-,4C-11cArt4s&1 Ma
-� ATTEST
secretary City Clerk
.. dba _T &N-►1,�:"�
Firm Name
check one /I
❑ Individual ❑ Partnership Corporation Incorporated in OA-Si
AW
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.
4W If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing
business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed
by d/b/a and name of the company.
e�zY o� City of Renton
Human Resources & Risk Management Department
Insurance Information Form
Ar FOR:Elevated Water Tanks Seismic Repair&Rehabilitation
PROJECT NUMBER: CAG-02-163 STAFF CONTACT: Tom Malphrus
*„ Certificate of Insurance indicates the coverages/limits specified in [dyes ❑ No
contract?
Are the following coverages and/or conditions in effect? ❑ Yes ff No
�r The Commercial General Liability policy form is an ISO 1993 [/Yes ❑ No cl 1
Occurrence Form or Equivalent? U7 (?O
(If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes E3/No
General Aggregate provided on a"per project basis(CG2503)?* [' Yes ❑ No
Additional Insured wording provided?* ErYes ❑ No
Coverage on a primary basis and non-contributing basis?* 0/yes ❑ No
Waiver of Subrogation Clause applies?* dyes ❑ No
s
Severability of Interest Clause(Cross Liability)applies? dYes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* F311/yes ❑ No
*To be shown on certificate of insurance*
ar
AM BEST'S RATING FOR CARRIER
�r GL A-t Auto A V ) 1 1 Umb � V I I 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.
.ir
C0 M-z NJ : �}CCT M PA"41 �1 N!0 57U Cd
Agency/Broker Completed By(Type or Print Name)
Address Comple d By(Signature)
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
.. ENDORSEMENT 1
In consideration of the^premium charged, it is hereby agreed and understood that Policy Number
issued by ' 0 lj 15 Insurance Company,is amended to include the following terms and conditions
as respects Contract fitimber CAG-02-163 issued by the(OWNER).
1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees,
subconsultants, and volunteers are included as additionally insured with regard to damages and defense of
claims arising from: (a)activities performed by or on behalf of the NAMED INSURED;or(b)products and
completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED
.r INSURED.
2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or
"" on behalf of the OWNER;or(b) products sold by the NAMED INSURED to the OWNER; or(c) premises
leased by the NAMED INSURED from the OWNER,the insurance afforded by this policy shall be primary
insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials,
0 employees, subconsultants or volunteers;-or stand in an unbroken chain of coverage excess of the NAMED
INSURED'S scheduled underlying primary coverage. In either event,any other insurance maintained by the
OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or
volunteers shall be in excess of this insurance and shall not contribute with it.
am
3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not
affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other
ON Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same
manner as through a separate policy had been issued to each, except that nothing herein shall operate to
increase the company's liability beyond the amount or amounts for which the company would have been
w liable had only one insured been named.
4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided,
canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days'prior written notice by
40 certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a)
the OWNER and(b)the CONTRACTOR.
■, 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed
with the OWNER.
6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance a lies separately to the
�r above named contract for the above named OWNER.
do OV 2,1 4A L/ �t
Date Author4zed Representative
to
Signature
so
to
am
Insuranceft-doc\
rr
'"" ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID LS DATE(M YY)
TBAIL 1 11f2222/02
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
40 Bush Cotton & Scott LLC HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
P. 0. Box 3018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Bothell WA 98041-3018
INSURERS AFFORDING COVERAGE
Phone: 425-489-4500 Fax: 425-489-4501
Io INSURED INSURER A: Evanston Ins. CO.
INSURER B Royal Surplus Lines Ins Co.
T Bailey, Inc. INSURER C: Alaska National Insurance Co.
12441 Bartholomew Rd. INSURER D'.
air Anacortes WA 98221
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 EFF ECTIVE POLICY EXPIRATION LIMITS
LTR DATE MNUDDlYY DATE MIDDIYY
GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
A g COMMERCIAL GENERAL LIABILITY 02PKGO0419 09/01/02 09/01/03 FIRE DAMAGE(Any one fire) $ 50,000
CLAIMS MADE ®OCCUR MED EXP(Airy one person) $ 5,000
S Owner/Cunt Prot. PERSONAL&ADV INJURY $ 1,000,000
B Wa Stop Gap GENERAL AGGREGATE $ 2,000,OOO
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
POLICY % PEC07 LOC Ben. 1,000,000
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $ 1,000,000
C % ANY AUTO 021AS55827 09/01/02 09/01/03 (Ea accident)
ALL OWNED AUTOS BODILY INJURY
$
(Per person)
SCHEDULED AUTOS
X HIRED AUTOS BODILY INJURY
(Per accident) $
$ NON-OWNEDAUTOS
PROP accident)
$
GAR AGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANYAUTO OTHER THAN EAACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $ 2,000,000
B $ OCCUR ❑ CLAIMS MADE P2HA205504 09/01/02 09/01/03 AGGREGATE $ 2,000,000
$
DEDUCTIBLE $
RETENTION $ $
WC STATU- OTI+
WORKERS COMPENSATION AND TORY OMITS ER
EMPLOYERS'LIABILITY
E L EACH ACCIDENT $
E.L.DISEASE-EA EMPLOYEE $
E.L.DISEASE-POLICY LIMIT $
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
do IT IS AGREED THAT THE CERTIFICATE HOLDER, THEIR ELECTED OR APPOINTED
OFFICIALS, EMPLOYEES SUBCONSULTANTS AND VOLUNTEERS, GEOENGINEERS,
REIDMIDDLETON & CH2M HILL ARE INCLUDED AS ADDITIONAL INSUREDS PER ATTACHED
r ENDORSEMENTS. INSURANCE IS PRIMARY AND NON CONTRIBUTORY RE: CITY OF
RENTON ELEVATED WATER TANKS SEISMIC REPAIR AND REHABILITATION PROJECT
CERTIFICATE HOLDER IY I ADDITIONAL INSURED;INSURER LETTER: CANCELLATION
3� CIRENTO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER WILL ENDED 5 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURI155f9=011=
CITY OF RENTON
rr 1055 S. GRADY WAY
RENTON WA 98055
AUT RIZED REPR ENTATIVE
s ACORD 25-S(7/97) Oc ACORD CORPORATION 1988
�. ENDORSEMENT
This endorsement modifies insurance provided under the following:
ENVIRONMENTAL IMPAIRMENT LIABILITY COVERAGE PART
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
PROFESSIONAL LIABILITY COVERAGE PART
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
STORAGE TANK POLICY
" SCHEDULE
Name of Person or Organization:
AS PER WRITTEN CONTRACT
(If no entry appears above, information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement.)
�. WHO IS AN INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule,but only with respect to liability arising out of"your
Work" for that insured by or for you.
"Insureds are advised that certificates of insurance should be used only to provide
evidence of insurance in lieu of an actual copy of the applicable insurance policy.
Certificates should not be used to amend, expand, or otherwise alter the terms of the
actual policy."
Ao
4.
r.
IE-0036-0601 1 of 1
Labor and Industries Electronic Filing Services. Report Input Page 1 of 1
Industrial Insurance
CM=
MW Information for Employers
CRUM - Employer Liability Certificate Back to prompt screen
AN Department of Labor & Industries
Employer Liability Certificate
MM Date: 11/22/2002
40 UBI Number : 601 351 925
Legal Business Name T BAILEY INC
Firm Account Number : 906.119-00 (Click to Review Rate History)
dw
DBA Name T BAILEY INC
Quarterly Premium Reports Received Through : Quarter 3 of Year 2002
Employer Industrial Insurance Status Account is Current
Team Number : T7
4" The status of this firm's industrial insurance account with Labor and Industries is shown above. Please
note, firms report and pay industrial insurance premiums on a calendar-quarter basis after the work
has been performed. In addition, the law does not allow any release from liability for premiums found
later to be due for prior or future periods. Workers' compensation accounts in the state fund have no
policy period, cancellation date or limitations of coverage.
See RCW 51.12.050, RCW 51.12.070, and RCW 51.16.190.
RCW 51.12.70
WORK DONE BY CONTRACT
Aw Please be aware that under state law you may be liable for the unpaid premiums of your
contractor or subcontractor.
Back to Prompt screen
'i"" https://wws2.wa.gov/lni/crua/CRUAI.asp?Acctld=90611900 11/22/2002
COMMERCIAL GENERAL LIABILITY
GL 00 010899
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
Various provisions in this policy restrict coverage. b. This insurance applies to "bodily injury" and "property
Read the entire policy carefully to determine rights, damage"only if:
duties and what is and is not covered.
(1) The"bodily injury"or"property damage" is caused
Throughout this policy the words"you"and"your"refer by an "occurrence" that takes place in the
to,:the Named Insured shown,in the Declarations and "coverage territory"; and
any other person or organization qualifying as a
Named Insured under this policy. The words "we", (2) The "bodily injury" or "property damage" occurs
','us" and "our" refer to the Company. providing this during the policy period.
insurance.
c. Damages because of"bodily injury' include damages
The word"Insured"means>any person or organization claimed by any person or organization for care, loss of
qualifying as such ,under WHO IS AN INSURED services or death resulting at any time from the"bodily
(SECTION,11). injury"
Other words and phrases that appear in quotation 2. Exclusions.
marks have special meaning. Refer to DEFINITIONS
(SECTION V). This insurance does not apply to:
SECTION I -COVERAGES a. Expected or Intended Injury
COVERAGE A. BODILY INJURY & PROPERTY
DAMAGE LIABILITY "Bodily injury" or "property damage" expected or
intended.from the standpoint of any insured. This
1. Insuring Agreement. exclusion does not apply to"bodily injury" resulting from
the use of reasonable force to protect persons or
a We will pay those sums that the Insured property.
becomes legally obligated to pay as damages
because of "bodily injury" or "property b. Contractual Liability
damage"to which this insurance applies. We
will have the right and duty to defend any "Bodily injury" or "property damage" for which the
"suit" seeking those damages. We may at Insured is obligated to pay damages by reason of the
our discretion investigate any "occurrence" assumption of liability in a contract or agreement. This
and settle any claim or"suit"that may result. exclusion does not apply to liability for damages:
But:
(1) Assumed in a contract or agreement that is an
(1) The amount we will pay for damages is "insured contract", provided the "bodily injury" or
limited as described in LIMITS OF "property damage" occurs subsequent to the
INSURANCE (SECTION III); and execution of the contract or agreement; or
(2) Our right and duty to defend end when (2) That the insured would have in the absence of the
we have used up the applicable limit of contract or agreement.
insurance in the payment of judgments
or settlements under Coverages A or B c. Liquor Liability
or medical expenses under Coverage C.
"Bodily injury" or "property damage" for which any
No other obligation or liability to pay sums or insured may be held liable by reason of:
perform acts or services is covered unless
explicitly provided for under SUPPLEMENTARY (1) Causing of contributing to the intoxication of any
PAYMENTS -COVERAGES A AND B. person;
GL 00 01 0899 Copyright, Insurance Services Office, Inc., 1993, 1996, 1998
Includes copyrighted material of Insurance Services Office, Inc.with its permission Page 1 of 14
(2) The furnishing of alcoholic beverages to of pollutants at any time.
a person under the legal drinking age or
under the influence of alcohol; or (2) Any loss, cost or expense arising out of
any:
(3) Any statute, ordinance or regulation
relating to the sale, gift, distribution or' (a) Request, demand or order that any insured
use of alcoholic beverages. or others test for, monitor, clean up, remove,
contain, treat, detoxify or neutralize, or in any
This exclusion applies only if you are in the way respond to, or assess the effects of
business of manufacturing, distributing, pollutants; or
selling, serving or furnishing alcoholic
beverages. (b) Claim or "suit" by or on behalf of a
governmental authority for damages because
d. Workers Compensation & Similar Laws of testing for, monitoring, cleaning up,
removing, containing, treating, detoxifying or
Any obligation of the insured under a workers neutralizing, or in any way responding to, or
compensation, disability benefits or assessing the effects of pollutants.
unemployment compensation law or any
similar law. Pollutants means any solid, liquid, gaseous or thermal
irritant or contaminant, including smoke, vapor, soot,
e. Employer's Liability fumes, acids, alkalis, chemicals, electromclgnetic fields
and waste. Waste includes materials to be recycled,
"Bodily Injury"to: reconditioned or reclaimed.
(1) An"employee"of the insured arising out Paragraph (1) does not apply to "Bodily injury" or
of and in the course of: "property damage"arising out of heat, smoke, or fumes
from a hostile fire;
(a) Employment by the Insured; or
(a) At or from any premises, site or location which is
(b) Performing duties related to the or was at any time owned or occupied by, or
conduct of the insured's business; loaned to, any insured;
or
(b) at or from any premises, site or location on which
(2) The spouse, child, parent, brother or any insured or any contractor or subcontractor
sister of that "employee" , as a working directly or indirectly on any insured's
consequence of paragraph (1)above. behalf are performing operations;
1 This exclusion applies: - (i) if the pollutants are, brought on or to the
premises, site or location in connection with
(1) Whether the insured may be liable as an such operation by such insured, contractor or
employer or in any other capacity; and subcontractor.
"W (2) To any obligation to'share damages with As used in this exclusion, a hostile fire means one which
or repay someone else who must pay becomes uncontrollable or breaks out from where it was
damages because of the injury.: intended to be.
This exclusion`does`not'apply,to liability 9. Aircraft,.Auto or Watercraft.
assumed by the insured under an "insured
contract". "Bodily injury",or"property damage" arising out of the
ownership, maintenance, use or entrustment to others
f. Pollution of any aircraft, "auto" or watercraft owned or operated
by or rented or loaned to any insured. Use includes
(1) "Bodily injury" or "property damage" operation and "loading or unloading".
which would not have occurred in whole
or part but for the actual, alleged or This exclusion does not apply to:
threatened discharge, dispersal,
seepage, migration, release or escape (1) A watercraft while ashore on premises you own or
rent;
Copyright, Insurance Services Office, Inc., 1993, 1996, 1998 QL: 0 0 01 0899
Page:2 of 14 Includes copyrighted material of Insurance Services Office, Inc. with its permission
(2) ,A watercraft you.do not own that is: (4) Personal property in the care, custody or control of
(a) less-than 26 feet long; and the insured;
(b) not being used to carry persons or (5) That particular part of real property on which you
property for a charge; or any contractors or subcontractors working
directly or indirectly on your behalf are performing
(3) Parking an "auto" on, or on-the ways operations, if the"property damage" arises out of
next to, premises you own or rent, those operations; or
provided the "auto" is not owned by or
rented or loaned to you or the insured; (6) That particular part of any property that must be
restored, repaired or replaced because"your work"
(4) Liability assumed under any "insured was incorrectly performed on it.
contract" . for the ownership,
maintenance or use of aircraft or Paragraph (2) of this exclusion does not apply if the
watercraft; or premises are "your work' and were never occupied,
rented or held for rental by you.
(5) "Bodily injury" or "property damage"
arising out of the operation of any of the Paragraphs (3), (4), (5) and (6) of this exclusion do not
equipment listed in paragraph f. (2)or f. apply to liability assumed under a sidetrack agreement.
(3) of the definition of "mobile
equipment".
Paragraph (6) :of this exclusion does not apply to
h. Mobile Equipment "property damage" included in the"products-completed
operations hazard".
"Bodily injury or "property damage" arising
out of: k. Damage to Your Product
° (1) The transportation of "mobile "Property damage" to "your product' arising out of it or
equipment' by arr. "auto" owned or any part of it.
operated by or rented or loaned to any
insured; or 1. Damage to Your Work
(2) The use of "mobile equipment" in, or "Property damage"to"your work"arising out of it or any
while in practice for, or while being part of it and included in the "products-completed
prepared for, any prearranged racing, operations hazard".
speed, demolition, or stunting activity.
This exclusion does not apply if the damaged work or
I. War the work out of which the damage arises was performed
on your behalf by a subcontractor.
"Bodily injury" or "property damage" due to
war, whether or not declared, or any act or m. Damage to Impaired Property or Property Not
condition incident to war. War includes civil Physically Injured
war, insurrection, rebellion or revolution. This
exclusion applies only to liability assumed "Property damage" to "impaired property" or property
under a contract or agreement. that has not been physically injured, arising out of:
J. Damage to Property (1) A defect, deficiency, inadequacy or dangerous
condition in "your product" or"your work"; or
"Property damage"to:
(2) A delay or failure by you or anyone acting on your
(1) Property you own, rent or occupy; behalf to perform a contract or agreement in
accordance with its terms.
(2) Premises you sell, give away or
abandon, if the"property damage"arises This exclusion does not apply to the loss of use of other
out of any part of those premises; property arising out of sudden and accidental physical
injury to"your product" or"your work" after it has been
(3) Property loaned to you; put to its intended use.
GL` 00 Ol 0899 Copyright, Insurance Services Office, Inc., 1993, 1996, 1998
Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 3 of 14
n. Recall of Products, Work or Impaired (2) To any obligation to share damages with or repay
Property someone else who must pay damages because of the
injury.
Damages claimed for any loss, cost or
expense incurred by you or others for the loss p. Cross Suits
of use, withdrawal, recall, inspection, repair,
replacement, adjustment, removal or disposal It is agreed that this insurance does not apply to any liability
of: of one insured for"bodily injury"or"property damage"to the
property or person of another insured.
(1) "Your product";
q. Wrap-Up
(2) "Your work"; or
"Bodily injury"and"property damage"arising out of any work
(3) "Impaired property"; and/or project under a wrap-up or any similar rating plan.
if such product,work or property is withdrawn r. Asbestos
or recalled from the market or from use by
any person or organization because of a (1) asbestos, asbestos fibers, asbestiform talc or any
known or suspected defect, deficiency, material and/or substances containing asbestos,
inadequacy or dangerous condition in it. asbestos fibers or asbestiform talc or any asbestos
related"bodily injury"or"property damage", or exposure
Exclusions c. through n. do not apply to damage to asbestos, asbestos fibers or asbestiform talc in any
by fire to premises while rented to you or form, and/or manifestation of any asbestos related
temporarily occupied by you with permission of "bodily injury", including but not limited to asbestosis,
the owner. A separate limit of insurance applies mesothelioma and/or bronchogenic carcinoma; or
to this coverage as described in LIMITS OF
INSURANCE (Section 111). (2) any alleged act, error, omission or duty involving
asbestos, asbestos fibers, asbestiform .talc or any
o. Employment-Related Practices material and/or substances containing asbestos,
asbestos fibers or asbestiform talc its use, exposure,
"Bodily injury" to: presence, existence, detection, removal, elimination or
avoidance; or
(1) A person arising out of any:
(3) the use, exposure, presence, existence, detection,
(a) Refusal to employ that person; removal, elimination or avoidance of asbestos, asbestos
fibers, asbestiform talc or, any material and/or
(b) Termination of that person's substances containing asbestos, asbestos fibers or
employment; or asbestiform talc in any environment, building or
structure.
(c) Employment-related practices, policies,
acts or omissions, such as coercion, s. Nuclear.Energy Liability
demotion, evaluation, reassignment;
discipline, defamation, harassment, (1) Under,,any Liability Coverage, to."bodily injury" or
- humiliation or discrimination directed at "property damage":
'that person-, or
(a) With respect to which an"insured" under the policy
(2) The spouse, child,parent, brother or sister of is also an insured under a nuclear energy liability
that person as a consequence of "bodily policy issued by Nuclear Energy Liability Insurance
injury" to that person at whom any of the Association, Mutual Atomic - Energy Liability
employment-related practices described in Underwriters, Nuclear Insurance Association of
paragraphs (1) (a), (b) or (c) above is Canada or any of their successors, or would be an
directed. insured under any such policy but for its
This exclusion applies: termination upon exhaustion of its limit of liability;
or
(1) Whether the insured may be liable as an (b) Resulting from the "hazardous properties" of
employer or in any other capacity; and "nuclear material" and with respect-to which (a)
Copyright, Insurance Services Office,Inc., 1993, 1996, 1998 GL 00 01 0899
Page 4 of 14 Includes copyrighted material of Insurance,Services Office, Inc. with its permission
I I-
any person or organization is required to "Special nuclear material"or"by-product material";
maintain financial protection pursuant to
the Atomic Energy Act of 1954, or any "Source material" , "special nuclear material" , and "by-
law amendatory thereof, or (b) the product material" have the meanings given them in the
"insured" is, or had this policy not been Atomic Energy Act of 1954 or in any law amendatory
issued would be, entitled to indemnity thereof;
from the United States of America, or
any agency thereof, under any "Spent fuel" means any fuel element or fuel component,
agreement entered into by the United solid or liquid, which has been used or exposed to
States of America, or any agency radiation in a"nuclear reactor";
thereof, with any person or organization.
"Waste" means any waste material.(a) containing "by-
(2) Under any Medical Payments coverage, to product material" other than the tailings or wastes
expenses incurred with respect to ''bodily produced by the extraction or concentration of uranium
injury" resulting from the "hazardous or thorium from any ore processed primarily for its
properties" of "nuclear material" and arising "source material" content, and (b) resulting from the
out of the operation of a "nuclear,facility" by operation by any person or organization of any "nuclear
any person or organization., facility" included under the first two paragraphs of the
definition of"nuclear facility".
(3) Under any Liability Coverage, to "bodily
injury"or"property damage"resulting from the "Nuclear facility"means:
"hazardous properties" of"nuclear material",
(a) Any"nuclear reactor";.
(a) The "nuclear material" (a) is at any (b) Any equipment or device designed or used for(1)
"nuclear facility" owned by, or operated separating the isotopes of uranium or plutonium,
by or on behalf of, an "insured" or (b) (2) processing or utilizing "spent fuel", or (3)
has been discharged or dispersed handling, processing or packaging"waste';
therefrom;
(c) Any equipment or device used for the processing,
(b) -The "nuclear material" is contained in fabricating or alloying of"special nuclear material"
"spent fuel" or "waste" at any time if at any time the total amount of such material in
possessed, handled, used, processed, the custody of the"insured"at the premises where
stored, transported or disposed of by or such equipment or device is located consists of or
on behalf of an "insured'; or contains more than 25 grams of plutonium or
uranium 233 or any combination thereof, or more
(c) The"bodily injury"or"property damage" than 250 grams of uranium 235;
arises out of the furnishing by an
"insured"of services, materials, parts or (d) Any structure, basin, excavation, premises or
equipment in connection with the place prepared or used for the storage or disposal
planning, construction, maintenance, of"waste";
operation or use of any"nuclear facility",
but if such facility is located within the and includes the site on which any of the foregoing is
United States of America, its territories located, all operations conducted on such site and all
or possessions or Canada, this premises used for such operations;
exclusion (3) applies only to "property
damage" to such "nuclear facility" and "Nuclear reactor" means any apparatus designed or
any property thereat. used to sustain nuclear fission in a self-supporting chain
reaction or to contain a critical mass of fissionable
As used in this endorsement: material;
"Hazardous properties" include radioactive, "Property damage" includes all forms of radioactive
toxic or explosive properties; contamination of property.
"Nuclear material" means "source material",
C-L 00 01 0899 Copyright, Insurance Services Office, Inc., 1993, 1996, 1998
Includes copyrighted material of Insurance Services Office, Inc.with its permission Page 5 of 14
COVERAGE B. PERSONAL AND ADVERTISING ;, of material whose first publication took place
INJURY LIABILITY before the beginning of the policy period;
1: Insuring Agreement. (3) Arising out of the willful violation of a penal statute
or ordinance committed by or with the consent of
a. We will pay those sums that the insured the Insured; or
becomes legally obligated to pay as damages
because of "personal injury" or "advertising (4) For which the Insured has assumed liability in a
injury" to which this insurance applies. We contract or agreement. This exclusion does not
will have the right and duty to defend any apply to liability for damages that the Insured
"suit" seeking those damages. We may at would have in the absence of the contract or
our discretion investigate any"occurrence" or agreement.
offense and settle any claim or"suit"that may
result. But: b. "Advertising injury"arising out of:
(1) The amount we will pay for damages is (1) Breach of contract;
limited as described in LIMITS OF
INSURANCE (SECTION III); and (2) The failure of goods, products or services to
conform with advertised quality or performance;
(2) Our right and duty to defend end when
we have used up the applicable limit of (3) The wrong description of the price of goods,
insurance in the payment of judgments products or services; or
or settlements under Coverage A or B or
medical expenses under Coverage C. (4) An offense committed by an insured whose
business is advertising, broadcasting, publishing or
No other obligation or liability to pay sums or telecasting.
perform acts or services is covered unless
explicitly provided for under (5) Your alleged or actual infringement of any patent,
SUPPLEMENTARY PAYMENTS - copyright, trademark, title, slogan, service mark or
COVERAGES A AND B. statutory unfair competition, common law unfair
competition, violation of the Lanham Act, anti-trust
b. This insurance applies to: violations or misappropriation of trade secrets.
(1) "Personal injury" caused by an offense COVERAGE C. MEDICAL PAYMENTS
arising out of your business, excluding
"advertising", publishing,broadcasting or 1. Insuring Agreement.
telecasting done by or for you;
a. We will pay medical expenses as described below for
(2) "Advertising injury"caused by an offense "bodily injury"caused by an accident:
committed in the course of"advertising"
your goods, products or services; (1) On premises you own or rent;
but only if the offense was committed in the (2) On ways next to premises you own or rent; or
"coverage territory"during the policy period.
2: Exclusions. (3) Because of your operations;
provided that:
This insurance does not apply to:
(1) The accident takes place in the"coverage territory"and
a. "Personal injury"or"advertising injury": during the policy period;
(1) Arising out of oral or written publication (2) The expenses are incurred and reported to us within
of material, if done by or at the direction one year of the date of the accident; and
of the Insured with knowledge of its
falsity; (3) The injured person submits to examination. at our
2 Arising out of oral or written publication expense, by physicians of our choice as often as we
( ) 9 P reasonably require.
Copyright, Insurance Services Office, Inc., 1993, 1996, 1998 GL 00 01 0899
Page 6 of 14 Includes copyrighted material of Insurance Setvices Office, Inc. with its permission
b. We:will make these payments regardless of fault. not have to furnish these bonds.
these payments will not jexceed the applicable
.limit of insurance. We will pay reasonable 3. The cost of bonds to release attachments, but only for bond
expenses for: amounts within the applicable limit of insurance. We do not
have to furnish these bonds.
(1) First aid administered at the time of an
accident; 4. All reasonable expenses incurred by the insured at our
request to assist us in the investigation or defense of the
(2) Necessary medical, surgical, x-ray and dental claim or"suit", including actual loss of earnings up to$100
services, including prosthetic devices; and a day because of time off from work.
(3) Necessary ambulance, hospital, professional 5. All costs taxed against the insured in the"suit".
nursing and funeral services.
6. Prejudgment interest awarded against the insured on that
2. Exclusions. part of the judgment we pay. If we make an offer to pay the
applicable limit of insurance, we will not pay any
We will not pay expenses for"bodily injury": prejudgment interest based on that period of time after the
offer.
a. To any insured.
7. All interest on the full amount of any judgment that accrues
b. To a person hired to work for or on behalf of after entry of the judgment and before we have!paid;'offered
any insured or a tenant of any insured. to pay, or deposited in court the part of the judgment that is
within the applicable limit of insurance:.
c. To a person injured on that part of premises
you own or rent that the person normally These payments will not reduce the limits of insurance.
occupies.
SECTION II -WHO IS AN INSURED
d. To a person,whether or not an "employee"of
any insured, if benefits for the "bodily injury" 1. If you are designated in the Declarations as:
are payable or must be provided under a
workers compensation or disability benefits a. An individual, you and your spouse are insureds, but
law or a similar law. only with respect to the conduct of a business of which
you are the sole owner.
e. To a person injured while taking part in
athletics. b. A partnership or joint venture, you are an insured. Your
members, your partners, and their spouses are also
f. Included within the "products-completed insureds, but only with respect to the conduct of your
operations hazard". business.
g. Excluded under Coverage A. c. An organization other than a partnership or joint venture,
you are an insured. You "executive officers" and
h. Due to war, whether or not declared, or any directors are insureds, but only with respect to their
act or condition incident to war. War includes duties as your officers or directors. Your stockholders
civil war, insurrection, rebellion or revolution. are also insureds, but only with respect to their liability
as stockholders.
SUPPLEMENTARY PAYMENTS - COVERAGES A
AND B 2. Each of the following is also an insured:
We will pay, with respect to any claim or "suit" we a. Your"employees", other than your"executive officers",
defend: but only for acts within the scope of their employment by
you or while performing duties related to the conduct of
1. All Expenses we incur. your business. However, no "employee" is an insured
for:
2. Up to $250 for cost of bail bonds required
because of accidents or traffic law violations (1) "Bodily injury"or"personal injury":
arising out of the use of any vehicle to which the
Bodily Injury Liability Coverage applies. We do (a) To you, to your partners or members (if you are a
GL 00 01 0899 Copyright, Insurance Services Office, Inc., 1993, 1996, 1998
Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 7 of 14
partnership or joint venture), or to a co- out of the operation of the equipment, and only if no other
"employee"while in the course of his or insurance of any kind is available to that person or
her employment or while performing organization for this liability. However, no person or
duties related to the conduct of your organization is an insured with respect to:
business;
a. "Bodily injury"to a co-"employee"of the person driving
(b) To the spouse, child, parent, brother or the equipment; or
sister of that co-"employee" as a
consequence of paragraph (1)(a)above; b. "Property damage" to property owned by, rented to, in
the charge of or occupied by you or the employer of any
(c) For which there is any obligation to person who is an insured under this provision.
share damages with or repay someone
else who must pay damages because of 4. Any organization you newly acquire or form, other than a
the injury described in paragraphs (1)(a) partnership or joint venture, and over which you maintain
or(b) above; or ownership or majority interest, will qualify as a Named
Insured if there is no other similar insurance available to that
(d) Arising out of his or her providing or organization. However:
failing to provide professional health
care services. a. Coverage under this provision is afforded only until the
90th day after you acquire or form the organization or
(2) "Property damage"to property: the end of the policy period, whichever is earlier;
(a) Owned, occupied or used by, b. Coverage A does not apply to"bodily injury"or"property
(b) Rented to, in the care, custody or control damage" that occurred before you acquired or formed
of, or over which physical control is the organization; and
being exercised for any purpose by
c. Coverage B does not apply to "personal injury" or
you, any of your"employees" or, if you are a "advertising injury"arising out of an offense committed
partnership or joint venture, by any partner or before you acquired or formed the organization.
member. -
No person or organization is an insured with respect to the
b. Any person (other than your"employee"), or conduct of any current or past partnership or joint venture that is
any organization while acting as your real not shown as a Named Insured in the Declarations.
estate manager.
c. Any person or organization having proper SECTION III-LIMITS OF INSURANCE
temporary custody of your property if you die,
but only: 1. The Limits of Insurance shown in the Declarations and the
rules below fix the most we will pay, regardless of the
(1) With respect to liability arising out of the number of
maintenance or use of that property; and
a. Insureds;
,<12), Until your legal representative has been
„ appointed. b. Claims made or"suits"brought; or
d. Your legal representative if you die, but only c. Persons or organizations making claims or bringing
with respect to duties as such. . That "suits".
representative will have all your rights and
duties under this Coverage Part. 2. The General Aggregate Limit is the most we will pay for the
sum of:
3. With respect to "mobile equipment" registered in
your name under any motor vehicle registration a. Medical expenses under Coverage C;
law, any person is an insured while driving such
equipment along a public highway with your b. Damages under Coverage A, except damages because
permission. Any other person or organization of "bodily injury" or "property damage" included in the
responsible for the conduct of such person is also "products-completed operations hazard'; and
an insured, but only with respect to liability arising
Copyright, Insurance Services Office, Inc., 1993, 1996, 1998 GL 00 01 0899
'age 8 Of 14 Includes copyrighted material of Insurance Services Office, Inc. with its permission
c. Damages under Coverage B. Claim or Suit.
3. The Products-Completed Operations Aggregate a. You must see to it that we are notified as soon as
Limit is the most we will pay under Coverage A for practicable of an"occurrence" or an offense which may
damages because of"bodily injury"and"property result in a claim. To the extent possible, notice should
damage" included in the "products-completed include:
operations hazard".
(1) How,when and where the"occurrence"or offense
4. Subject to 2. above,the Personal and Advertising took place;
Injury Limit is the most we will pay under
Coverage B for the sum of all damages because (2) The names and addresses of any injured persons
of all "personal injury" and all"advertising injury" and witnesses; and
sustained by any one person or organization.
(3) The nature and location of any injury or damage
5. Subject to 2. or 3. above, whichever applies, the arising out of the"occurrence or offense.
Each Occurrence Limit is the•.most.we will pay for
the sum of: b. If a claim is made or "suit" is brought against any
insured, you must:
a. Damages under Coverage A; and
(1) Immediately record the specifics of the claim or
b. Medical expenses under Coverage.0 "suit" and the date received; and
because of all "bodily injury" and "property (2) Notify us as soon as practicable.
damage"arising out of any one"occurrence".
You must see to it that we receive written notice of the
6. Subject to 5. above, the Fire Damage Limit is the claim or"suit"as soon as practicable.
most we will pay under Coverage A for damages
because of"property damage"to premises, while c. You and any other involved insured must:
rented to you or temporarily occupied by you with
permission of the owner, arising out of any one (1) Immediately send us copies of any demands,
fire. notices, summonses or legal papers received in
connection with the claim or"suit";
7. Subject to 5.above, the Medical Expense Limit is
the most we will pay under Coverage C for all (2) Authorize us to obtain records and other
medical expenses because of "bodily injury" information;
sustained by any one person.
(3) Cooperate with us in the investigation, settlement
The Limits of Insurance of this Coverage Part apply or defense of the claim or"suit"; and
separately to each consecutive annual period and to
any remaining period of less than 12 months, starting (4) Assist us, upon our request, in the enforcement of
with the beginning of the policy period shown in the any right against any person or organization which
Declarations, unless the policy period is extended after may be liable to the insured because of injury or
issuance for an additional period of less than 12 damage to which this insurance may also apply.
months. In that case, the additional period will be
deemed part of the last preceding period for purposes d. No insureds will, excepts at their own cost, voluntarily
of determining the Limits of Insurance. make a payment, assume any obligation, or incur any
expense, other than for first aid, without our consent.
SECTION IV-COMMERCIAL GENERAL LIABILITY
CONDITIONS 3. Legal Action Against Us.
1. Bankruptcy. No person or organization has a right under this Coverage
Part:
Bankruptcy or insolvency of the insured or of the
insured's estate will not relieve us of our a. To join us as a party or otherwise bring us into a"suit"
obligations under this Coverage Part. asking for damages from an insured; or
2. Duties in the Event of Occurrence, Offense,
GL 00 01 0899 Copyright, Insurance Services Office, Inc., 1993, 1996, 1998
Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 9 of 14
b. To sue us on this Coverage Part unless all of its or use of aircraft,"autos"or watercraft to the extent
terms have been fully complied with. not subject to Exclusion g. of Coverage A
(Section 1).
A person or organization may sue us to recover
on an agreed settlement or on a final judgement When this insurance is excess, we will have no duty
against an insured obtained after an actual trial; under Coverage A or B to defend any claim or"suit"that
but we will not be liable for damages that are not any other insurer has a duty to defend. If no other
payable under the terms of this Coverage Part or insurer defends, we will undertake to do so, but we will
that are in excess of the applicable limit of be entitled to the insured's rights against all those other
insurance. An agreed settlement means a insurers.
settlement and release of liability signed by us, the
insured and the claimant or the claimant's legal When this insurance is excess over other insurance,we
representative. will pay only our share of the amount of the loss, if any,
that exceeds the sum of:
4. Other Insurance.
(1) The total amount that all such other insurance
If other valid and collectible insurance is available would pay for the loss in the absence of this
to the insured for a loss we cover under insurance; and
Coverages A or B of this Coverage Part, our
obligations are limited as follows: (2) The total of all deductible and self- insured
amounts under all that other insurance.
a. Primary Insurance
We will share the remaining loss, if any, with any other
This insurance is primary except when b. insurance that is not described in this Excess Insurance
below applies. If this insurance is primary, provision and was not bought specifically to apply in
our obligations are not affected unless any of excess of the Limits of Insurance shown in the
the other insurance is also primary. Then, we Declarations of this Coverage Part.
will share with all that other insurance by the
method described in c. below. c. Method of Sharing
b. Excess Insurance If all of the other insurance permits contribution by equal
shares, we will follow this method also. Under this
This insurance is excess over approach each party contributes equal amounts until it
has paid its applicable limit of insurance or none of the
(1) Any valid and collectible insurance loss remains,whichever comes first.
available to you covering liability for
damages arising out of.your premises, if any of the other insurance does not permit
operations, products and/or completed contribution by equal shares, we will contribute by limits.
operations. Under this method each insurer's share is based on the
ratio of its applicable limit of insurance to the.,total
(2) Any other valid and collectible insurance applicable limits of insurance of all insurers.
available to you covering liability for
damages arising out of the premises, 5. Premium Audit.
operations, products and/or completed
operations for which you have been a. We will compute all premiums for this Coverage Part in
added as an additional insured by an accordance with our rules and rates.
endorsement, or by definition via a
contract or agreement, or by b. Premium shown in this Coverage Part as advance
combination thereof. premium is a deposit premium only. At the close of
each audit period we will compute the earned premium
(3) That is Fire, Extended Coverage, for that period. Audit premiums are due and payable on
Builder's Risk, Installation Risk or similar notice to the first Named Insured. If the sum of the
coverage for"your work''; advance and audit premiums paid for the policy period
is greater than the earned premium, we will return the
(4) That is Fire insurance for premises excess to the first Named Insured.
rented to you; or
c. The first Named Insured must keep records of the
(5) If the loss arises out of the maintenance information we need for premium computation, and
Copyright,'Insurance Services Office, Inc., 1993, 1996, 1998 GL 00 01 0899
Page 10 of 14 Includes copyrighted material of Insurance Services Office, Inc.with its permission
send us copies at such times as we may 2. "Advertising injury" means injury arising out of one or more
request. of the following offenses:
6. Representations. a. Oral or written publication of material that slanders or
libels a person or organization or disparages a person's
By accepting this policy, you agree: or organization's goods, products or services;
a. The statements in the Declarations are b. Oral or written publication of material that violates a
accurate and complete; persons right of privacy; -.
b. Those statements are based upon c. Misappropriation of advertising ideas or style of doing
representations you made to us; and business except as related to or arising out of
infringement of patent, copyright, trademark, title,
c. We have issued this policy in reliance upon slogan or service mark;
your representations.
3. "Auto" means a land motor vehicle, trailer or semi-trailer
7. Separation of Insureds. designed for travel on public roads, including any attached
machinery or equipment. But "auto does,not include
Except with respect to the Limits of Insurance, "mobile equipment".
and any rights or duties specifically assigned in
this Coverage Part to the first Named Insured, this 4. "Bodily injury" means bodily injury, sickness or disease
insurance applies: sustained by a person, including death resulting from any of
these at.any time.
a. As if each Named Insured were the only
Named Insured; and 5. "Coverage territory" means:
b. Separately to each insured against whom a. The United,States of America(including its territories
claim is made or"suit" is brought. and possessions), Puerto Rico and Canada;
8. Transfer of Rights of Recovery Against Others b. International waters or airspace, provided the injury or
to Us. damage does not occur in the course of travel or
transportation to or from any place not included in a.
If the Insured has rights to recover all or part of above; or
any payment we have made under this Coverage
Part, those rights are transferred to us. The c. All parts of the world if:
insured must do nothing after loss to impair them.
At our request, the insured will bring "suit" or (1) The injury or damage arises out of:
transfer those rights to us and help us enforce
them. (a) Goods or products made or sold by you in
the territory described in a. above; or
9. When We Do Not Renew.
(b) The activities of a person whose home is in
If we decide not to renew this Coverage Part, we the territory described in a. above, but is
will mail or deliver to the first Named Insured away for a short time on your business; and
shown in the Declarations written notice of the
nonrenewal not less than 30 days before the (2) The insured's responsibility to pay damages is
expiration date. determined in a"suit" on the merits, in the territory
described in a. above or in a settlement we agree
If notice is mailed, proof of mailing will be to.
sufficient proof of notice.
6. "Employee" includes a "leased worker". "Employee" does
SECTION V-DEFINITIONS not include a "temporary worker".
1. "Advertising" means the action of calling something 7, "Executive officer' means a person holding any of the officer
to the attention of the public by means of printed or positions created by your charter, constitution, by-laws or
broadcast paid announcements for the sale of goods, any other similar governing document.
products or services.
GL 00 01 0899 Copyright, Insurance Services Office, Inc., 1993, 1996, 1998
Includes copyrighted material of Insurance Services Office, Inc.with its permission Page 11 of 14
S. "Impaired property" means tangible property, of construction or demolition operations, within 50
other than "your product" or "your work", that feet of any railroad property and affecting any
cannot be used or is less useful because: railroad bridge or trestle, tracks, roadbeds, tunnel,
underpass or crossing;
a. It incorporates "your product" or"your work"
that is known or thought to be defective, (2) That indemnifies an architect, engineer or surveyor
deficient, inadequate or dangerous; or for injury or damage arising out of:
b. You have failed to fulfill the terms of a (a) Preparing, approving or failing to prepare or
contract or agreement, approve maps, drawings, opinions, reports,
surveys, change orders, designs or
if such property can be restored to use by: specifications; or
a. The repair, replacement, adjustment or (b) Giving directions or instructions, or failing to
removal of"your product" or"your work"; or give them, if that is the primary cause of the
injury or damage; or
b. Your fulfilling the terms of the contract or
agreement. (3) Under which the insured, if an architect, engineer
or surveyor, assumes liability for an injury or
9. "Insured contract" means: damage arising out of the insured's rendering or
failure to render professional services, including
a. A contract for a lease of premises. However, those listed in (2) above and supervisory,
that portion of the contract for a lease of inspection or engineering services.
premises that indemnifies any person or
organization for damage by fire to premises 10. "Leased worker" means a person leased to you by a labor
while rented to you or temporarily occupied by leasing firm under an agreement between you and the labor
you with permission of the owner is not an leasing firm, to perform duties related to the conduct of your
"insured contract"; business. "Leased worker" does not include a "temporary
worker".
b. A sidetrack agreement;
11. "Loading or unloading" means the handling of property:
c. Any easement or license agreement, except
in connection with construction or demolition a. After it is moved from the place where it is accepted for
operations on or within 50 feet of a railroad; movement into or onto an aircraft, watercraft or"auto";
d. An obligation, as required by ordinance, to b. While it is in or on an aircraft, watercraft or"auto"; or
indemnify a:municipality, except in connection
with work for a municipality; c. While it is being moved from an aircraft, watercraft or
"auto" to the place where it is finally delivered;
e.. An elevator maintenance agreement;
but"loading or unloading"does not include the movement of
f. That part of any other contract or agreement property by means of a mechanical device, other than a
pertaining to, your business (including an hand truck, that-is not attached to the aircraft,watercraft or
indemnification of a municipality in connection "auto
with work performed for a municipality) under
which you assume the tort liability of another 12. "Mobile equipment'means any of the following types of land
party to pay for "bodily injury" or"property vehicles, including any attached machinery or equipment:
damage" to a third person or organization.
Tort liability means a liability that would be a. Bulldozers;farm machinery, forklifts and other vehicles
imposed by law in the absence of any designed for use principally off public roads;
contract or agreement.
b. Vehicles maintained for use solely on or next to
Paragraph f. does not include that part of any premises you own or rent;
contract or agreement:
c. Vehicles that travel on crawler treads;
(1) That indemnifies a railroad for "bodily
injury"or"property damage" arising out d. Vehicles, whether self-propelled or not, maintained
Copyright, Insurance Services Office, Inc., 1993,1996, 1998 GL 00 01 0899
Page 12 of 14 Includes copyrighted material of Insurance Services Office, Inc. with its permission
primarily to provide mobility to permanently injury", arising out of one or more of the following offenses:
mounted:
a. False arrest, detention or imprisonment;
(1) Power cranes, shovels, loaders, diggers
or drills; or b. Malicious prosecution;
(2) Road construction or resurfacing c. The wrongful eviction from, wrongful entry into, or
equipment such as graders, scrapers, or invasion of the right of private occupancy of a room,
rollers; dwelling or premises that a person occupies by or on
behalf of its owner, landlord or lessor;
e. Vehicles not described in a., b.,c.or d.above
that are not self-propelled and are maintained d. Oral or written publication of material that slanders or
primarily to provide mobility to permanently libels a person or organization or disparages a person's
attached equipment of the following types: or organization's goods, products or services; or
(1) Air compressors, pumps and e. Oral or written publication of material that violates a
generators, including spraying, welding, persons right of privacy.
building cleaning, • geophysical
exploration, lighting and well servicing 15.a. "Products-completed operations-hazard" includes all
equipment; or "bodily injury" and "property damage occurring away
from premises you own or rent and arising out of"your
(2) Cherry pickers and similar devices used product"or"your work"except:
.to raise or lower workers;
(1) Products that are still in your physical possession;
f. Vehicles not described in a.,b.,c.or d.above or
maintained primarily for purposes other than
the transportation of persons or cargo. (2) Work that has not yet been completed or
abandoned*. '.
However, self-propelled vehicles with the
following types of permanently attached b. "Your work"will be deemed completed at the earliest of
equipment are not "mobile equipment", but the following times:
will be considered"autos":
(1) When all of the work called for in your contract has
(1) Equipment designed primarily for: been completed.
(a) Snow removal; (2) When all of the work to be done at the site has
been completed if your contract calls for work at
(b) Road maintenance, but not more than one site.
construction or resurfacing; or
(3) When that part of the work done at a job site has
(c) Street cleaning; been put to its intended use by any person or
organization other than another contractor or
(2) Cherry pickers and similar devices subcontractor working on the same project.
mounted on automobile or truck chassis
and used to raise or lower workers; and Work that may need service, maintenance,
correction, repair or replacement, but which is
(3) Air compressors, pumps and otherwise complete, will be treated as completed.
generators, including spraying, welding,
building cleaning, geophysical c. This hazard does not include"bodily injury"or"property
exploration, lighting and well servicing damage"arising out of:
equipment.
(1) The transportation of property, unless the injury or
13. "Occurrence" means an accident, including damage arises out of a condition in or on a vehicle
continuous or repeated exposure to substantially created by the"loading or unloading" of it;
the same general harmful conditions.
(2) The existence of tools, uninstalled equipment or
14. "Personal injury" means injury, other than "bodily abandoned or unused materials; or
GL 00 01 0899 Copyright, Insurance Services Office, Inc., 1993, 1996, 1998
Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 13 of 14
(3) Products or operations for which the b. The providing of or failure to provide warnings or
classification in this Coverage Part or in instructions.
our manual of rules includes products or
completed operations. "Your product'does not include vending machines or other
property rented to or located for the use of others, but not
16. "Property damage" means: sold.
a. Physical injury to tangible property, including 19. "Temporary worker"means a person who is furnished to you
all resulting loss of use of that property. All to substitute for a permanent "employee" on leave or to
such loss of use shall be deemed to occur at meet seasonal or short-term workload conditions.
the time of the physical injury that caused it;
or 20. "Your work"means:
b. Loss of use of tangible property that is not a. Work or operations performed by you or on your behalf;
physically injured. All such loss of use shall and
be deemed to occur at the time of the
"occurrence"that caused it. b. Materials, parts or equipment furnished in connection
with such work or operations.
17. "Suit' means a civil proceeding in which damages
because of "bodily injury", "property damage", "Your Work" includes:
"personal injury" or "advertising injury" to which
this insurance applies are alleged. "Suit" includes: a. Warranties or representations made at any time with
respect to the fitness, quality, durability, performance or
a. An arbitration proceeding in which such use of"your work'; and
damages are claimed and to which you must
submit or do submit with our consent; or b. The providing of or failure to provide warnings or
instructions.
b. Any other alternative dispute resolution
proceeding in which such damages are
claimed and to which you submit with our
consent.
18. "Your product" means:
a. Any goods or products, other than real
property, . manufactured, sold, handled,
distributed or disposed of by:
(1) You;
(2) Others trading under your name; or
(3) a person or organization I whose
business or assets you have acquired;
and
b. Containers (other than vehicles), materials,
parts or equipment furnished in connection
with such goods or products..
"Your product" includes:
a. Warranties or representations made at any
time with respect to the fitness, quality,
durability, performance or use of "your
product'; and
Copyright, Insurance Services Office, Inc., 1993, 1996, 1998 GL 00 01 0899
Page 14 of 14 Includes copyrighted material of Insurance Services Office, Inc. with its permission
COMMON POLICY CONDITIONS
All Coverage Parts included in this policy are subject to the following conditions.
..
Aw A. CANCELLATION
1. The first Named Insured shown in the Declarations may cancel this policy by
mailing or delivering to us advance written notice of cancellation.
2. We may cancel this policy by mailing or delivering to the first Named Insured
written notice of cancellation at least:
a. 10 days before the effective date of cancellation if we cancel for nonpayment
of premium; or
b. 30 days before the effective date of cancellation if we cancel for any other
reason.
3. We will mail or deliver our notice to the first Named Insured's last mailing address
known to us.
4. Notice of cancellation will state the effective date of cancellation. The policy
period will end on that date.
AW 5. If this policy is cancelled, we will send the first Named Insured any premium refund
due. If we cancel, the refund will be pro rata. If the first Named Insured cancels,
the refund may be less than pro rata. The cancellation will be effective even if we
dW have not made or offered a refund.
6. If notice is mailed, proof of mailing will be sufficient proof of notice.
a. B. CHANGES
This policy contains all the agreements between you and us concerning the insurance
afforded. The first Named Insured shown in the Declarations is authorized to make
changes in the terms of this policy with our consent. This policy's terms can be
amended or waived only by endorsement issued by us and made a part of this policy.
C. EXAMINATION OF YOUR BOOKS AND RECORDS
. We may examine and audit your books and records as they relate to this policy at any
time during the policy period and up to three years afterward.
A
40
IL00171185 Page 1 of 2
4W
1W
D. INSPECTIONS AND SURVEYS
410 We have the right but are not obligated to:
1. Make inspections and surveys at any time;
2. Give you reports on the conditions we find; and
3. Recommend changes.
Any inspections, surveys, reports or recommendations relate only to insurability and
the premiums to be charged. We do not make safety inspections. We do not undertake
•• to perform the duty of any person or organization to provide for the health or safety of
workers or the public.
And we do not warrant that conditions:
1. Are safe or healthful; or
2. Comply with laws, regulations, codes or standards.
This condition applies not only to us, but also to any rating, advisory, rate service or
similar organization which makes insurance inspections, surveys, reports or
recommendations.
E. PREMIUMS
The first Named Insured shown in the Declarations:
1. Is responsible for the payment of all premiums; and
2. Will be the payee for any return premiums we pay.
F. TRANSFER OF YOUR RIGHTS AND DUTIES UNDER THIS POLICY
.. Your rights and duties under this policy may not be transferred without our written
consent except in the case of death of an individual named insured.
M" If you die, your rights and duties will be transferred to your legal representative but
only while acting within the scope of duties as your legal representative. Until your
legal representative is appointed, anyone having proper temporary custody of your
property will have your rights and duties but only with respect to that property.
IL00171185 Page 2 of 2
ENDORSEMENT
This endorsement modifies insurance provided under the following:
ENVIRONMENTAL IMPAIRMENT LIABILITY COVERAGE PART
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
PROFESSIONAL LIABILITY COVERAGE PART
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
STORAGE TANK POLICY
SCHEDULE
Name of Person or Organization:
AS PER WRITTEN CONTRACT
(If no entry appears above, information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement.)
�► WHO IS AN INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule,but only with respect to liability arising out of"your
Work" for that insured by or for you.
"Insureds are advised that certificates of insurance should be used only to provide
evidence of insurance in lieu of an actual copy of the applicable insurance policy.
Certificates should not be used to amend, expand, or otherwise alter the terms of the
actual policy."
a.
IE-0036-0601 1 of 1
ENDORSEMENT
This endorsement modifies insurance provided under the following:
A.
ENVIRONMENTAL IMPAIRMENT LIABILITY COVERAGE PART
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
fa" PROFESSIONAL LIABILITY COVERAGE PART
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY.
it
SCHEDULE
Name of Person or Organization:
AS PER WRITTEN CONTRACT
40
If no entry appears above, information required to complete this endorsement will be shown in
the Declarations as applicable to this endorsement.
to
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition of the
respective coverage is amended by the addition of the following:
ow
We waive any right of recovery we may have against the person or organization shown in the
Schedule above because of payments we make for injury or damage arising out of your ongoing
A, operations or"your work" done under a contract with that person or organization and included in
the "products-completed operations hazard". This waiver applies only to the person or
organization shown in the Schedule above. This waiver shall not apply for occurrences resulting
from the sole negligence of the person or organization shown in the schedule.
x.
aw
AW
AW
40
IE-0044-0300 1 of 1
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
STOP GAP COVERAGE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
1) The coverage provided by this Section of the Policy is extended to include CONTINGENT
EMPLOYERS' LIABILITY solely in accordance with the terms and conditions of the "STOP
GAP" Clause set forth below:
a) INSURING CLAUSE
It is agreed that with respect to any employment by the Insured which comes under
the Worker's Compensation or Occupational Disease Act of the Monopolistic"
state(s) on file with the Company's representatives:
1. The Insured has complied with all the provisions of said act or law; and
2. The Insured is contributing to and will continue to contribute to the respective
state compensation, accident or medical fund by declaring to the department,
commission or board prescribed by said act or law, the remuneration, "man
hours" or other required basis of premium of all his employees whose
employment is subject to said act or law.
If is further agreed that the Company will pay on behalf of the Insured all sums
which the Insured shall become obligated to pay as damages because of bodily
injury by accident or disease, including death at any time resulting therefrom,
sustained in the United States of America, its territories or possessions, by any
employee of the Insured described in this agreement, (paragraph a) of this Clause,
arising out of and in the course of his or her employments by the Insured.
b) LIMITS OF LIABILITY
The words "damages because of bodily injury by accident or disease, including
death at any time resulting therefrom," include damages for care and loss of
services and damages for which the Insured is liable by reasons o f suits or claims
brought against the Insured by others to recover the damages obtained from such
others because of such bodily injury sustained by employees of the Insured arising
out of and in the course of employment.
The limit of the Company's liability stated in the Schedule as applicable to "each
employee" is the limit of the Company's liability for all damages because of bodily
injury by accident, including death at any time resulting therefrom, sustained by any
one employee; the limit of liability stated in the Schedule as "each accident" is,
subject to the foregoing provision respecting each employee, the total limit of the
IC00870396 Pagel of 4
Company's liability for all damages because of bodily injury by accident, including
death at any time resulting therefrom, sustained by two or more employees in any
one accident; and the limit of liability stated in the Schedule as "aggregate disease"
is, subject to the foregoing provisions respecting each employee, the total limit of the
Company's liability for all damages because of bodily damage by disease, including
death at any time resulting therefrom, sustained by employees in the operations
described in the Schedule.
The inclusion herein of more than one Insured shall not operate to increase the
limits of the Company's liability.
SCHEDULE
LIMITS OF LIABILITY (and as more fully set forth above.)
US $500,000 - Each Employee
US $500,000 - Each Accident
US $500,000 - Aggregate Disease
c) DEFENSE, SETTLEMENT, SUPPLEMENTARY PAYMENTS
As respects the insurance afforded by the other terms of this Clause the Company
shall:
1) defend any proceeding against the Insured seeking such benefits and any
suit against the Insured alleging such injury and seeking damages on account
thereof, even if such proceeding or suit is groundless, false or fraudulent; but
the Company may make such investigation, negotiation and settlement of any
claim or suit as they deem expedient;
2) pay all premiums on bonds to release attachments for any amount not in
excess of the applicable limit of liability of this Clause, all premiums on appeal
bonds required in any such defended proceeding or suit, but without any
obligation to apply for or furnish bonds;
3) pay all expenses incurred by the Company, all costs taxed against the
Insured in any such proceeding or suit and all interest accruing after entry of
judgment until the Company has paid or tendered or deposited in court such
part of such judgment as does not exceed the limit of the Company's liability
thereon;
4) reimburse the Insured for all reasonable expenses, other than loss of
earnings, incurred at the Company's request.
IC00870396 Page 2 of 4
The amounts incurred under this paragraph c), except settlements of claims and
suits, are payable by the Company in addition to the amounts payable under the
applicable limit of liability stated in the Schedule.
d) EXCLUSIONS
Such insurance as is afforded by this Clause DOES NOT APPLY:
1) to bodily injury or death therefrom caused intentionally by or at the direction
of the Insured;
2) to liability assumed by the Insured under any contract or agreement;
3) to any obligation for which the Insured or any carrier as his insurer may be
held to be liable under any worker's compensation or occupational disease
law, any unemployment compensation or disability benefit law, or under any
similar law;
4) to (1) punitive or exemplary damages on account of bodily injury, disease or
death therefrom of any employee employed in violation of law, or (2) with
respect to any employee employed in violation with the knowledge or
acquiescence of the Insured or any executive officer thereof;
5) to any claim brought against the Insured by or on behalf of any employee for
bodily injury or death resulting therefrom (1) if benefits therefor under any
workers' compensation or occupational disease law were accepted by or on
behalf of such employee or (2) with respect to which the Insured's defenses
have been abrogated by reason of the Insured's failure to comply with the
provisions of any worker's compensation or occupational disease law;
6) to bodily injury or death resulting therefrom (1) sustained by any member of
the flying crew of an aircraft, (2) sustained by a master or member of the crew
of any vessel, (3) sustained by any employee of the Insured in the course of
an employment subject to the Federal Employers' Liability Act, U.S. Code
(1946) Title 45, Section 51-60, (4) sustained by any employee not described
in the agreements (paragraph a) of this Clause, or (5) sustained by any
employee whose remuneration has not been included in the total
remuneration advised to the Company prior to the inception of coverage
under this Clause;
7) to bodily injury by disease or death resulting therefrom unless prior to thirty-
six months after the end of the Policy period, written claim is made or suit is
brought against the Insured for damages because of such injury or death
resulting therefrom;
IC00870396 Page 3 of 4
8) to bodily injury or death resulting therefrom unless benefits for this coverage
are provided by a worker's compensation fund.
e) DEFINITIONS
1) Bodily Injury by Accident; Bodily Injury by Disease
The contraction of disease is not an accident within the meaning of the word
"accident" in the term "bodily injury by accident" and only such disease as
results directly from a bodily injury by accident is included within the term
"bodily injury by accident". The term "bodily injury by disease" includes only
such disease as is not included within the term "bodily injury by accident".
2) Assault and Battery
Assault and battery shall be deemed an "accident" unless committed by or at
the direction of the Insured.
3) Application of Clause
This clause applies only to injury (1) caused by accident occurring during the
Policy period, or (2) by disease caused or aggravated by exposure of which
the last day of the last exposure, in the employment of the Insured, to
conditions causing the disease occurs during the Policy period.
f) CONDITIONS
The "Insuring Agreement", "Limits of Liability" and "Exclusions" of the Policy of
which this Clause is a part shall not apply to the insurance afforded by this Clause.
Otherwise all other terms and conditions of this Policy, so far as the same are not
inconsistent with the expressed obligations of this Clause, are hereby made a part of
this Clause as fully and completely as though written or printed herein.
g) PREMIUM
In consideration of the foregoing, the Insured agrees to pay a premium based on the
entire payroll during the term of this Policy of all employees reported to the state
authority prescribed, which shall be incorporated in and form a part of the Premium
stated in Item 1) c) of the Policy schedule.
IC00870396 Page 4 of 4
MP
4.
4w
40
AV
w
Mw
Am
dw IN WITNESS WHEREOF, the Company has caused this policy to be signed by its President and
Secretary, but this policy shall not be valid unless countersigned on the Declarations page by a
duly authorized representative of this Company.
Mw
Secretary PRESIDENT
ar
vw
MW
4W CITY OF RENTON
CONSTRUCTION CONTRACTS
INSURANCE AND RELATED REQUIREMENTS
MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring
such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that
may be applicable to the(CONTRACTOR)under Contract Number. . The(CONTRACTOR) shall assess
its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages.
aw
Coverages
rw (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include:
• Premises and Operations
• Explosion,Collapse and Underground Hazards
.w • Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense
coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
rW
(2) Automobile Liability including all
• Owned Vehicles
ow • Non-Owned Vehicles
• Hired Vehicles
err (3) Workers'Compensation
• Statutory Benefits(Coverage A)-Show WA L&I Number
r (4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
w
(5) Professional Liability - (whenever the work under this Contract includes Professional Liability,
including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
wrongful acts,errors and/or omissions of the(CONTRACTOR) for damage sustained by reason of or in
the course of operations under this Contract.
(6) Pollution Liability - the City may require this coverage whenever work under this Contract involves
pollution risk to the environment. This coverage is to include sudden and gradual coverage for third
party liability including defense costs and completed operations.
air
rrr
6W
Insuranceft.doc\
we
LIMITS REQUIRED
The(CONTRACTOR)shall carry the following limits of liability as required below:
Commercial General Liability
General Aggregate* $ 2,000,000
Products/Completed Operations Aggregate $ 2,000,000
Each Occurrence Limit $ 1,000,000
Personal/Advertising Injury $ 1,000,000
Fire Damage(Any One Fire) $ 50,000
Medical Payments(Any One Person) $ 5,000
Stop Gap Liability $ 1,000,000
*General Aggregate to apply per project(ISO Form CG2503 or equivalent)
Automobile Liability
Bodily Injury/Property Damage $ 1,000,000
(Each Accident)
Workers'Compensation
Coverage A(Workers'Compensation)-Show WA L&I Number
Umbrella Liability
Each Occurrence Limit $ 1,000,000
General Aggregate Limit $ 1,000,000
Products/Completed Operations Aggregate $ 1,000,000
Professional Liability(If required)
Each Occurrence/Incident/Claim $ 1,000,000
Aggregate $ 2,000,000
(The City may require the CONTRACTOR keep this policy in effect
for up to two(2)years after completion of the project)
Pollution Liability(If required) To apply on a per project basis
Per Loss $ 1,000,000
Aggregate $ 1,000,000
InsurancePk.doc\
rr
'm ADDITIONAL REQUIREMENTS
(CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents,employees and volunteers
10 as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON
Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all
policies of insurance described above shall:
low 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried
by CITY OF RENTON.
VW 2) Include a Waiver of Subrogation Clause.
3) Severability of Interest Clause(Cross Liability)
%W
4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days
prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF
RENTON by certified mail.
The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are
reduced for any reason,and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the
minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate
of insurance showing such coverage is in force.
The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for
two(2)years after completion of the project.
r
rir
wr
riw
to
go
lnsuranceft.doc\
Ift
WON
,to,
am
4w
PREVAILING MINIMUM
HOURLY WAGE RATES
Alm
aw
RATES.D00
w.
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 1 M 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 IM 5D
CREOSOTED MATERIAL $36.10 IM 5D
DRYWALL APPLICATOR $36.79 IM 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/J*wages/20022/co17.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 1 M 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
ASSISTANT ENGINEER $37.22 113 5D 8L
ASSISTANT MATE (DECKHAND) $36.78 113 5D 8L
BOATMEN $37.22 1B 5D 8L
ENGINEER WELDER $37.27 1B 5D 8L
LEVERMAN, HYDRAULIC $38.66 1 B 5D 8L
MAINTENANCE $36.78 1B 5D 8L
MATES $37.22 1B 5D 8L
OILER
DRYWALL TAPERS $36.88 1B 5D 8L
JOURNEY LEVEL $36.64 1J 5B
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 1D 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/J*wages/20022/col7.htrn 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 1B 6S
ALL OTHER CONCRETE PRODUCTS - Clean-up $17.99 1 B 6S
ALL OTHER CONCRETE PRODUCTS - Fabricator $18.24 113 6S
ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS - Maintenance $18.77 113 6S
ALL OTHER CONCRETE PRODUCTS - Operator $18.24 113 6S
ALL OTHER CONCRETE PRODUCTS - Welder $18.24 1 B 6S
ALL OTHER CONCRETE PRODUCTS -Wet Pour $17.99 1 B 6S
ALL OTHER CONCRETE PRODUCTS - Yard Patch $17.99 1 B 6S
FENCE ERECTORS
FENCE ERECTOR $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 1F 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.lni.wa.gov/prevailingwage/J*wages/20022/co 17.htm 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
MASTER $33.74 1K 5D
MATE, LAUNCH OPERATOR $28.83 1 K 5D
MESSMAN $21.96 1 K 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 1B 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 1M 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 50
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
hUp://www.Ini.wa.gov/prevailingwage/J*wages/20022/co 17.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 1M 5D
window cleaning; NOT construction debris cleanup)
FINE GRADERS $30.86 1M 5D
FIRE WATCH $30.86 1 M 5D
FORM SETTER $30.86 1M 5D
GABION BASKET BUILDER $30.86 1M 5D
GENERAL LABORER $30.86 1M 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 1 M 5D
HAZARDOUS WASTE WORKER LEVEL B $31.34 1M 5D
HAZARDOUS WASTE WORKER LEVEL C $30.86 1 M 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 1 M 5D
PIPE RELINER (NOT INSERT TYPE) $31.34 1 M 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
R 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 1M 5D
STOCKPILER $30.86 1M 5D
http://www.lni.wa.gov/prevailingwage/J*wages/20022/co I Thtm 08/27/2002
KING County - Effective: 8/31/02 Page 6 of 12
TAMPER & SIMILAR ELECTRIC, AIR & GAS $31.34 1 M 5D
TAMPER (MULTIPLE & SELF PROPELLED) $31.34 1M 5D
TOOLROOM MAN (AT JOB SITE) $30.86 1M 5D
TOPPER-TAILER $30.86 1M 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 1M 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
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
JOURNEY LEVEL $36.79 1M 5D
MACHINISTS (HYDROELECTRIC SITE WORK)
MACHINIST $16.84 1
METAL FABRICATION (IN SHOP)
FITTER $15.86 1
LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
WELDER $15.48 1
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1 .�
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.26 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
PAINTERS
JOURNEY LEVEL $28.63 26 5A
PLASTERERS
http://www.Ini.wa.gov/prevailingwage/J*wages/20022/col7.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 1T 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 1T 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)
http://www.Ini.wa.gov/prevailingwage/jwages/20022/col7.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 8L
MOUNT -
DRILLING MACHINE $37.60 1T 5D 8L
ELEVATOR AND MANLIFT, PERMANENT AND $35.14 IT 5D 8L
SHAFT-TYPE "
EQUIPMENT SERVICE ENGINEER (OILER) $37.24 1T 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND $37.60 1T 5D 8L
SIMILAR EQUIP
FORK LIFTS, (3000 LBS AND OVER) $37.24 1T 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $35.14 1T 5D 8L
GRADE ENGINEER $37.24 1T 5D 8L
GRADECHECKER AND STAKEMAN $35.14 IT 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), $37.24 1T 5D 8L
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
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 IT 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/prevailingwage/J&wages/20022/co 17.htm 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.Ini.wa.gov/prevailingwage/jwages/20022/col7.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 1M 5D
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $36.64 1J 513
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
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 1 B 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)
http://www.lni.wa.gov/prevailingwage/jwages/20022/co 17.htm 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 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $44.79 1B 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 2B 5A
INSTALLER (REPAIRER) $24.31 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $23.53 2B 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 2B 5A
TELEVISION LINEPERSON/INSTALLER $17.47 2B 5A
TELEVISION SYSTEM TECHNICIAN $21.10 2B 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 1T 5D 8L
DUMP TRUCK $34.89 1T 5D 8L
http://www.Ini.wa.gov/prevallingwage/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
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
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 1B 6S
Fabricator
ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS - $18.77 1B 6S
Maintenance
�. http://www.Ini.wa.gov/prevailingwage/J*wages/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
119k.
�Y-
http://www.Ini.wa.gov/prevailingwage/jwages/20022/FABR.htm 08/27/2002
INDUSTRIAL ENGINE AND MACHINE MECHANICS - 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.
INDUSTRIAL ENGINE AND MACHINE MECHANICS
Effective 8/31/02
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://www.Ini.wa.gov/prevailingwage/jwages/20022/INDE.htm 08/27/2002
METAL FABRICATION(IN SHOP) -Effective: 8/31/02 Page 1 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.Ini.wa.gov/prevailingwage/J*wages/20022/META.htm 08127/2002
METAL FABRICATION (IN SHOP) - Effective: 8/31/02 Page 2 of 3
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
Counties Covered: , .
CLARK
FITTER $23.57 1 J 6U
LABORER $17.09 1 J 6U
LAYEROUT $23.94 1 J 6U
MACHINE OPERATOR $17.74 1J 6U .„
PAINTER $20.39 1 J 6U
WELDER $21.54 1J 6U
Counties Covered:
COWLITZ
FITTER $22.64 1 B 6V
LABORER $17.55 1 B 6V
MACHINE OPERATOR $22.64 1B 6V
WELDER $22.64 1B 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
�r
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
FITTERIWELDER $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 1R 6T
Counties Covered:
WHATCOM
FITTER/WELDER $13.81 1
LABORER $9.00 1
MACHINE OPERATOR $13.81 1
Counties Covered:
YAKIMA
FITTER $12.00 1
LABORER $10.31 1
MACHINE OPERATOR $11.32 1
PAINTER $12.00 1
WELDER $11.32 1
http://www.lni.wa.gov/prevailingwage/J*wages/20022/META.htm 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 Key
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 1 B 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 1J 6L
Counties Covered:
CLARK AND SKAMANIA
JOURNEY LEVEL (FIELD OR SHOP) $39.45 1 B 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 1J 5G
http://www.Ini.wa.gov/prevailingwage/J*wages/20022/SHEE.htm 08/27/2002
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) -Effective: 8/31/02 Page 1 of 2
w 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:
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/prevailingwage/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
Counties Covered:
SANJUAN
JOURNEY LEVEL $9.75 1
Counties Covered:
SPOKANE
JOURNEY LEVEL $8.00 1
Counties Covered:
THURSTON
JOURNEY LEVEL $14.04 1
tea:
BENEFIT CODE KEY Page 2 of 7
J. The first eight (8) hours on Saturday shall be paid at one and one-half times the hourly
rate of wage. All hours worked in excess of eight (8) hours and Saturday, and all hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the
hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of
wage.
BENEFIT CODE KEY Page 3 of 7
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40)
HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
A. The first six (6) hours worked on Saturday shall be paid at one and one-half times the
hourly rate of wage. All hours worked in excess of six (6) hours on Saturday and all hours
worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of
wage.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of
wage. All hours worked on holidays shall be paid at two times the hourly rate of wage.
D. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the
hourly rate of wage. The first eight (8) hours worked on holidays shall be paid at straight time
in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall
be paid at one and one-half times the hourly rate of wage.
E. All hours worked on Saturdays or holidays (except Labor Day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Sundays or on Labor Day shall be
paid at two times the hourly rate of wage.
F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of
wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays
shall be paid at double the hourly rate of wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours
worked on paid holidays shall be paid at two and one-half times the hourly rate of wage
including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours
worked on holidays shall be paid at one and one-half times the hourly rate of wage.
I. All hours worked on Saturdays and holidays (except Labor Day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Sundays and on Labor Day shall
be paid at two times the hourly rate of wage.
J. All hours worked on Sundays shall be paid at two times the hourly rate of wage. All hours
worked on paid holidays shall be paid at two and one-half times the hourly rate of wage,
including the holiday pay. All hours worked on unpaid holidays shall be paid at two times the
hourly rate of wage.
M. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly
rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the
hourly rate of wage.
httn-//www Ini wa vnv/nrPvaiIinvwage/BenC odes/2007.2/BenefitCodes.htm 09/05/2002
BENEFIT CODE KEY Page 4 of 7
4A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall
be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays, and
holidays shall be paid at double the hourly rate of wage.
5. HOLIDAY CODES
A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor
Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8).
E. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor
Day, Presidential Election Day, Thanksgiving Day, the Friday after Thanksgiving Day, and
Christmas Day (9).
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the last work day before Christmas Day, and Christmas Day (7).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the day
after Thanksgiving Day, and Christmas Day (6).
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, and Christmas Day (6).
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor
Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day
(9)
O. Paid Holidays: New Year's Day, Washington's Birthday, Independence Day, Labor Day,
Thanksgiving Day, and Christmas Day (6).
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, and Christmas Day (6).
R. Paid Holidays: New Year's Day, Presidents' Day, Independence Day, Labor Day,
Thanksgiving Day, the day after Thanksgiving Day, one-half day before Christmas Day, and
Christmas Day (7 1/2).
S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, and Christmas Day (7).
http://www.Ini.wa.gov/prevailingwage/BenCodes/20022[BenefitCodes.htm 09/05/2002
BENEFIT CODE KEY Page 5 of 7
T. Paid holiday: seven (7) paid holidays.
V. Paid Holidays: six (6) paid holidays.
W. Paid Holidays: nine (9) paid holidays.
X. Holidays: After 520 hours - New Year's Day, Thanksgiving Day, and Christmas Day. After
2080 hours - New Year's Day, Washington's Birthday, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, Christmas Day and a floating holiday (8).
Y. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Presidential
Election Day, Thanksgiving Day, the Friday following Thanksgiving Day, and Christmas Day
(8).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day,
Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8).
6. HOLIDAY CODES
A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor
Day, Thanksgiving Day, Friday after Thanksgiving Day, the last work day before Christmas
Day, and Christmas Day (9).
D. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day
before or after Christmas Day (9).
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8).
I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7).
L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the last working day before Christmas Day, and
Christmas Day (8).
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day. Unpaid Holiday:
Presidents' Day.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day
(8)•
http://www.lni.wa.gov/prevailingwage/BenCodes/20022/BenefitCodes.htm 09/05/2002
BENEFIT CODE KEY Pacye 6 of 7
T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last working day before
Christmas Day, and Christmas Day (9).
U. Holidays: New Year's Day, Day before New Year's Day, Memorial Day, Day before
Independence Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the day before Christmas Day, Christmas Day (10).
V. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, day after Thanksgiving Day, Christmas Eve Day, Christmas Day,
Employee's Birthday, and one day of the Employee's choice (10).
W. Paid Holidays: New Year's Day, Day before New Year's Day, Presidents' Day, Memorial
Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day,
Christmas Day, day before Christmas Day (10).
X. Paid Holidays: New Year's Day, day before or after New Year's Day, Presidents' Day,
Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day,
Christmas Day, day before or after Christmas Day, Employee's Birthday (11).
8. NOTE CODES w
A. The standby rate of pay for divers shall be one-half times the divers rate of pay. In
addition to the hourly wage and fringe benefits, the following depth premiums apply to depths
of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to
175' - $2.25 per foot for each foot over 100 feet, over 175' to 250' - $5.50 per foot for each foot
over 175 feet, over 250' - divers may name their own price, provided it is no less than the scale
listed for 250 feet.
C. The standby rate of pay for divers shall be one-half times the divers rate of pay. In
addition to the hourly wage and fringe benefits, the following depth premiums apply to depths
of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to
150' - $1.50 per foot for each foot over 100 feet, over 150' to 200' - $2.00 per foot for each foot
over 150 feet, over 200' - divers may name their own price.
D. Workers working with supplied air on hazmat projects receive an additional $1.00 per
hour.
E. All classifications, including all apprentices, reporting to an employer's designated job
headquarters and working a minimum of four (4) hours in any one (1) day shall receive a wage
supplement of twenty-four dollars ($24.00) in addition to the prevailing hourly rate of wage and
fringe benefits.
L. Workers on hazmat projects receive additional hourly premiums as follows - Level A:
$0.75, Level B: $0.50, and Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows - Levels A & B:
$1 .00, Levels C & D: $0.50.
httn•//www lni_wa.gov/nrevaiIingwageBenCodes/20022BenefitCodes.htm 09/05/2002
BENEFIT CODE KEY Page 7 of 7
N. Workers on hazmat projects receive additional hourly premiums as follows - Level A:
$1.00, Level B: $0.75, Level C: $0.50, and Level D: $0.25.
Prevailing Wage Home Prevailing Wage Rates
[footer.htm]
http://www.Ini.wa.gov/prevailingwage lBenCodes/20022BenefitCodes.htm 09/05/2002
Department of Labor and Industries STATEMENT OF INTENT TO
Prevailing Wage PAY PREVAILING WAGES
�• o ;
902-5335
www.ini.wa.gov/prevailing Works Contract
www.lni.wa.gov/prevailing wage �t��••
$25.00 Filing Fee Required
•This form must be typed or printed in ink. Project Name Contract#
•Fill in all blanks or form will be returned for correction(see back).
•Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private)
APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address
Contractor,company or agency name,address,city,state&ZIP+4
City State ZIP+4
W
Awarding Agency Project Contact Person Phone#
County when-work will be performed City where work will be performed
Bid due date (m/d/y) Date contract awarded (m/d/y)
Prime contractor(has contract with the public agency) Contractor Registration No. Do you intend to use subcontractors? Do you intend to use apprentices?
0 Yes D No Ll Yes Ll No
Craft/trade and occupation (Do NOT list apprentices) Rate of Rate of hourly Estimated no.
Hourly Pay fringe benefits of workers
w
i
�trr
attr
Company name,address,city,state,ZIP+4 Indicate total dollar amount
of your contract
I hereby certify that the above information is correct and that all
__.._... _. ................... __...__.........__
„•, less than the Prevailing Wage Rate(s) as determined by the
Industrial Statistician of the Department of Labor and Industries.
Contractor Registration No. UBI Title Signature
Email address Phone number ...
( ) Check Number. Amount:
s
APPROVED: Department of Labor and Industries Issued By:
a
�f
B
�. Y
t Industrial Statistician
A
F700-029 000 statement of intent to pay prevailing wages 2-02 After APPROVAL send white cony to Awarding Aeencv
Canary copy-L&I
Department of Labor and Industries
Prevailing Wage AFFIDAVIT OF WAGES PAID
_
(360)902-5335 _ Public Works Contract
www.lni.wa_gov/prevalingwage y
$25.00 Filing Fee Required
•This form must be typed or printed in ink. Project Name Contract#
•Fill in all blanks or form will be returned for correction(see back).
•Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private)
11 P.1 I aN4% Address
Contractor,company or agency name,address,city,state&ZIP+4
city state ZIP+4
Awarding Agency Project Contact Person Phone#
County where work was performed City where work was performed
Bid due date (m/d/y) Date contract awarded (m/d/y)
Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed (m/d/y)
Craft/trade/occupation and apprentices(For apprentices,give name, Number Total#hrs Rate of Rate of hourly
registration#,trade,dates of work on project and stage of progression) of Workers 'worked-ea trade Horsily Pay f fringe benefits
i
I
t
f
i
i
i
rr
i
i
Company name,address,city,state,ZIP+4 Indicate total dollar amount
of your contract $
1 hereby certify that the above information is correct and that all
workers I employed on this Public Works Project were paid no
less than the Prevailing Wage Rate(s) as determined by the
Industrial Statistician of the Department of Labor and industries.
Contractor Registration No. UBI Title Signature
Email address Phone number ,
x & _ Check Number. Amount
CERTIFIED: Department of Labor and Industries issued By:
i
By
Industrial Statistician
F700-007-000 affidavit of wages 2-02 After APPROVAL send white copy to Awarding Agency.
Canary ropy-L&I
ow
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
�r
Ref: Pay Estimate No.
Project CAG No.
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
from through in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
Labor&Industries. This form will be executed and submitted prior to or with the last pay request.
Company Name
By:
Title:
�r
+w
V
ow
"W
"W
wo
18 intnt.doc\
+rr
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 "ne 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. (T" is delete 4 All replacement text or text being added is shown as underlined
tie. Sections being deleted in their entirety are so stated and not shown. When a section is described as being
revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions.
When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the
meaning of the added text.
Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following
the listing of the section number and title:
(APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard
Specifications.
(SA) Signifies that the section has been modified from the original State text by an amendment
produced by WSDOT. The text of the subject section is shown as modified by the amendment,
otherwise WSDOT Amendments are not shown in this document except for their listing in the
Index to Amendments.
(RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has
been rewritten by Renton.
Those documents listed above shall govern all work, except as these standards may be modified or superseded
by project-specific plans, special provisions or other documents officially approved by the City of Renton.
All work within the public right-of-way performed by other agencies or private parties working under permit
authority of the City of Renton shall follow these standards with the exception of those requirements which pertain
to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the
Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be
examined and copied by any interested party. 1_
Page-RS-i
Revision Date:May 19, 1997
Table of Contents
CITY OF RENTON STANDARD SPECIFICATIONS.....................................................................................i
Division1 General Requirements........................................................................................................... 1
1-01 Definitions and Terms..................................................................................................... 1
1-02 Bid Procedures and Conditions..........................................................................................2
1-03 Award and Execution of Contract......................................................................................2
1-04 Scope of the Work..........................................................................................................3
1-05 Control of Work............................................................................................................3
1-06 Control of Material.........................................................................................................7
1-07 Legal Relations and Responsibilities to the Public..................................................................7
1-08 Prosecution and Progress................................................................................................12
1-09 Measurement and Payment..............................................................................................14
1-10 Temporary Traffic Control..............................................................................................18
1-11 Renton Surveying Standards............................................................................................19
Division2 Earthwork.........................................................................................................................22
2-02 Removal of Structures and Obstructions.............................................................................22
243 Roadway Excavation and Embankment..............................................................................22
2-04 Haul...........................................................................................................................23
2-06 Subgrade Preparation..........................................:.........................................................23
2-09 Structure Excavation......................................................................................................23
Division 3 Production From Quarry and Pit Sites and Stockpiling.................................................................25
3 No supplemental specifications were necessary........................................................................25
Division4 Bases................................................................................................................................25
4 No supplemental specifications were necessary.........................................................................25
Division5 Surface Treatments and Pavements..........................................................................................26
5-04 Asphalt Concrete Pavement.............................................................................................26
Division6 Structures..........................................................................................................................29
6-12 Rockeries....................................................................................................................29
Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers,Water Mains, and Conduits.............................30
7-01 Drains........................................................................................................................30
7-02 Culverts.....................................................................................................................30
7-03 Structural Plate Pipe,Pipe Arch, Arch,and Underpass.........................................................30
7-04 Storm Sewers..............................................................................................................30
7-05 Manholes,Inlets,and Catch Basins..................................................................................31
7-08 General Pipe Installation Requirements.............................................................................32
7-10 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....................................................................................................................9
7-15 Service Connections......................................................................................................39
7-17 Sanitary Sewers...........................................................................................................
Division 8 Miscellaneous Construction.....................................................................................................40
8-09 Raised Pavement Markers...............................................................................................0
8-10 Guide Posts..................................................................................................................40
8-13 Monument Cases...........................................................................................................
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
Page-RS-ii
Revtcion Date:May 19, 1997
Division9 Materials...........................................................................................................................49
9-00 Definitions and Tests.................................................................... .............................49
9-02 Bituminous Materials.....................................................................................................49
9-04 Joint and Crack Sealing Materials.....................................................................................50
9-05 Drainage Structures, Culverts, and Conduits.......................................................................SO
9-06 Structural Steel and Related Materials..............................................................................51
9-08 Paints..................................................................................................... ....51
................
9-23 Concrete Curing Materials and Admixtures.........................................................................52
9-29 Illumination,Signals,Electrical........................................................................................52
9-30 Water Distribution Materials...........................................................................................58
INDEX TO WSDOT AMENDMENTS ......................................................................................................60
WSDOTAMENDMENTS................................................................................... .........60
Page-RS-iii
Revision Date:May 19, 1997
1-0I Definitions and Terms 1-01 Definitions and Terms
Department shall also refer to the Department of
Planning/Building/Public Works Administrator.
Division 1 Special Provisions(RQ
General Requirements odificatiors to the
standard specifications
sltacif;� and supplemental specifications that apply to an
individual project. The special provisions may describe work the
1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the
special provisions and then with any specifi cations that apply. The
SECTION 1-01.1 IS REVISED BYADDING TEE FOLLOWING: C ntr-actor 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,
of Transportation, 11c State shall also refer to The City of Renton and its authorized
D era of Transportation Secretary of where applicable.
Owner Co Agency or Engineer such reference shall be Contract Documents(APWA)
decried to mean the City of Renton acting through its City Council, .l component Parts of the contract which may include but
1 and aul authorized representatives for all contracts are not limited to the Proposal Form, the Contract Form, bonds,
administered the Ci of Renton. insurance certificates various other certifications and affidavit,the
SgCT70N I-013 IS REVISED AND SIIPPLF.ALENTED BY Standa� Provisions,
ficauons the Contract
ttandard Plans, gAddendum, and
TES FOLLOWING: �_Orders
1-01.3 Def ddons(RCS APWA) Dates(APWA)
Ad of god(RC) Bid 7ening Date(APWA)
e flood cyclone or other The date on which the Cpritrarlina Agency publicly opens and
'Act of God' meats an earth4"ak b water reads the bids.
atae�r of nature A ram, windstorm, gh Award Date(APWA, RC)
or other natural p omonon of unusual intensity for the spetnfic
The date of the formal decision of the Contracting Agency to
locality of the work which aught reasonably have been anticipated accent lowest responsible and responsive Bidder for the
froin historical records of the general locality of the wont, shall not Contrad Eze�on Date(APWA)
be Construed as an act of god. The"date the Contracting Agency officially binds the agency to
Consu(t>_n¢Fnvineer(RC)
The Contras agency's design consultant who May Or the Contract.
not administer the consuuction program for the Contras No to Pnoeeed Date(APWA) _
The date stated in the Notice to Proceed on which the Contras
A �-
Unless otherwise designated daY(s) as used in the Contract Corrbact Corttpiction Date(APWA, RC)
pis shall be understood to mean working days. The date by whist the work is cotter will r�t� to be
ed. The Coosa t Co lehon Date will be stated m the
(R� Notice to proceed. Revisions of this date will be authorized is
Where the berm or equal' is used herein the Contras writing by the Pinner whenever there is an extension to the
Aveacv or the Contracting Agency on recommendation of the
lacer,shall be the sole judge of the quality and suitability of the Coate UM
Final Acceptance Date(APWA, RC) accepts the work
proposed substitution. Tile date on which the Contracting Ag -
• responsibiluy and cost of furnishing rtxessarY evidence, � conract requirements•
denX=5 rations or other information ired to obtain the Material(APWA)
MM al of alternative materials or processes by the Owner shall construction of the
An substance for use in u�ito" a t�of
be entirely bocce by the Contractor. pmts and its appurtenances which enter
the finished atzncx ire or improvement and is capable of ooing av
The City of Renton or its authorized representative. Also and is furnished for that purpose.
rtiferred to as Conte Agcy• Materialman(APWA)
Plans(RC) a raw inatertal
fans and/or standard plans which show location. A rson or or anizau n. or fabricated
The contras p ..,ply, co tnmoditY equipment lien.
Character. and din =ions of prescribed work including layouts, mud and does not perform labor at the Protect Site a sttpp__
pia,cross-sections,and other details. Notice of Award(APWA) the
Drawin s ma either be bound in the same book as the The written notice from the Contra_ —G°� to
balance of the Contract Documents or bound in separate sets, and a Qencv s sue—
area art of the Contract Documents regardless of the method of successful Bidder sioti>tying the Contracttn4
of the Bid.
bindin . Notice to Proceed(APWA)
The terms "Standard Drawings- or 'Standard Details' es� or Fn>;tneer
The carmen notice from the Contra ttie Contractor to
enerall used in specifications refers to drawings bound either to the Contractor authonizin and directin
with the ificauon documents or uicludcd with the Plans or the date on which the
City of Renton Standard Plans• proceed with thi Work and establisbi the
begins.
Contract Time
Secretary.
Secretary of Transportation(RC)
The chief executive officer of the Department and other
authorized representatives. The chief executive officer to the
Page-SP-1
Revision Date:May 19, 1997
1-02 Bid Procedures and Conditions
1-03 Award and Execution of Contract
1-02 Bid Procedures and Conditions within 5 (five) cars from the date of submission
label such materials or failure to timd r Failure to so !
SECTION 1-02.I IS DELETED AND REPLACED BY THE est for Public disclosure has nd after notice of
FOLLOWING: been iven shall be deemed a
waiver b the submitting vendor of an claim that such materials
1-02.1 4u"icattonc of Bidder 1APWA) are, in fact so exempt
Bidders shall be qualified' .
d b c=nrn�nce financing SEC77ON 1-02.12 IS SUPPLEMENTED BY ADDING THE
y
equipment, and organization to do the work called for in the
Contract Documents. The Contracting Agency reserves the right to 1-02.12 Public Opening of Proposals
take whatever action it deems APWA
to ascertain the abili of The Contractin A e
the Bidder to perform the work satisfactorily This action may reserves the right to
include a pre qualification procedure prior to the Bidder being add and time for bid o in Notification to the
bidder will be b
furnished a Proposal form on any contract or a preaward sure of
the Bidders qualifications prior to award SEC77ON 1-02.13 PARAGRAPH I IS REVISED
SEC77ON 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 FOLLOp
FOLLOWING.
0 �(RC) ,
1-02.2 Bid Documents(APWA) a The bidder is not prequalified when so
r�ired;
SECTION I-02.14 IS REVISED IN ITEM 3 IN P
Information as to where Bid Documents can be obtained or TO READ. A GRAPH I
reviewed will be found in the Call for Bids for the Work laced in t
the Contracting Agency's official newspaper. 1-02.14 Disqualification of Bidders(APWA)
SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING 3. A bidder is not pregttalified for the work or to the full
SENTENCE 1, PARAGRAPH I TO READ.- extent of the bid;
1-02.4(2) Subsurface Information(APWA) 1-03 Award and Execution of Contract
U the Contracting Agency has trade subsurface investigation
Of the site of the proposed work, the boring log data and soil SECTION 1-03.1 IS SUPPLE
epic ten eta, and lcotechnical reports accumulated by the LSD AS FOLLOWS:
Cotmaaing Agency will be [Wade available for inspection by the 1-03.1 Consideration of Bids1RC, APWA)
bidders.
The total of extensions, corrected where necessary,, and
SEC77ON 1-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes —t—ere applicable, will be used
FOLLOWING: by the
Contracting Agency for award purposes and to fix the amount of
1-02.5 Proposal Form(APWA) the contract bond.
All bids will be based on total sum of all schedules of
The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call forbids
Alternates. Additives or Dedtictives if attc1 be to the advantage of °C provisions The Ctty reserves the right however to .
the COnftacting Agency. The Bidder shall bid on all Additives award all or any schedule of a bid to the lowest bidder at its
Deductives, or Alternates set forth m the Proposal Forms unless dLscre o°.
otherwise specified in the Special provisions SECTION I-03.2 IS SUPPLEMENTED
SECTION 1-02.6 IS SVPP FOLLOWING: BY ADDING TH8
LSD BY ADDING THE
FOLLOWING:
1-02.6 Preparation of Proposal (RC) 1-03.2 Award of Contract(RC)
The contract, bond form and all other forms reguirng
All prices shall be in legible figures and execution, together with a list of all other forms or documents
Eric words)written in
ink or typed.The proposal shall include: inquired to be submitted by the successfid bidder, will be
I. A unit price for each item (Omitting digits more than four forwarded to [tie successful bidder within 10 days of the award.
places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be
be written in words-, where a conflict arises the written words shalt determined by the ContractinyLAgc�cy
prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS
SECTION I-02.6(l) IS AN ADDED SUPPLEMENTAL FOLLOWS.
SECTION. 1-03.3 Execution of Contrail (APWA, RC)
1-02.61 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 cequirr I to be completed by the
rnaterial(s) which constitute •(valuable) formula designs Contractortlia-a�uard_dato, the
drawings, and research data so as to be exempt Mccessful bidder shall return the
mpt from public sighed Contracting Age'ncy-prepared contract, an insurance
disclosure RCW 42.17.310 or an 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
1- -
Page-SP-2
Revision Date:May 19, 1997
1-04 Scope of the Work 1-05 Control of Work
date, the Contracting Agency may giant 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 ci=n1stances warrant it. 1.{)4.4 Changes&M
n,r Contracting AgMC-v is protubited by RCW 39.06.010
from ex e no a contras with a Contractor who u not rMi tered Renton dots not have a formal policy or guidelines on cost
or licensed as required by the taws of the state. In addition, the reduction alternatives but will evaluate such proposals by the
Contractin A res ns dot business with the Contractor on a cast by case basis.
. • ..,,., to possess a valid City of Renton business SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS:
license Prior to award.
When the -L7 Form rovides aces for a business license 1-04.11 Final Cleanup R(.
number a W State Contractors istration number or
both the Bidder dun insert such information in the spaces 3 All salvage material as noted on the plans and takes from
rovid� The ContratdsnQ Alrency requires_legible copies of the any of the discarded facilities shall, at the engilim's discretion be
Coutnaor's usiration and busirness license be submitted to the carefully salvaged and delivered to the City shops Any cost
inser as part of the Contracting AgeacY's p�-award incurred
in salvaging and delivering such arms shall be considered
information and evaluation acitvtpes. incidental to the protect and no compensation wt71 be made.
The contract price for 'Finish and Cleanup, lump stun.' stall
SECTION 1-03.4 IS SUPPLXMENTED BY ADDING THE be full compeisation for all work, equipment and materials
FOLLOWING TO T BE FIRST PARAGRAPH: required to perform final cleanup._ If this pay item does not appear
in the contract documents then foal clean up stall be considered
1-03.4 Contract Bond ( WA) incidental m file contract and to other pay item and no further
5 Be .,;�by a power of attorney for the S�itrt�'s compensation shall be made.
officer a co sign flit bone. 1-05 Control of Work .
7 Lao sigiied by an officer of the Contractor empowered to
stgn official statements (sole propneto[ or pares)• If the
Coimactor is a "•'^�' the bond twist be signed� SECTION 1-05.3 IS REVISED AS FOLLOWS.
oresideat or vim'"dent finless accompanied by pTOOf of
of die individual si the bond to bind the 1-05.3 Plans and Working Drawing- KL
the audio .
th oration t e,corporate resolution,power of attorney or a letter The-Contractor shall submit sWpkmenW wortdng drawings
m�by the president or vice-president)- for tfx performance of the work..The drawings shall be
-
22 34 inches or on sheets with
on streets measuring 24 }-36 --
1-04 Scope of the Work dimensions in multiples of 8-1R by 11 itic>es.
SECTION 1-05_.4 IS SUPPIB1lLEA7ED BY ADDING, THE
�7ON 1-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING:
of the Contract�RCZ 1-05.4 Conformity with and Deviations from Plans
1-04.1 Intent and Stakes(RC)
The rznuactor is encouraged to pyide to the F.ngi>�cr� If the project calls for Contractor supplied sturv�: doe
i pa an estimate of lump stun work accompV Contractor Shall provide all required sttrvty work, tiicl�-t°a s
10 P11 to date. The 's calculations and decisions shall be final in work as m in Sections 1-05.4. 1-05.5;1-11 and elsewheiC
te#tard to the acurat FsI fi of any hump slim l�Y n m these d�as beirL p.�+ided by file '1-�'�'
aaa� fished and eligible for payer unless anomer spa i.n ON IS REPLACED B
awdiod of ea]ailatin lum aunt rs vidcd elsewhere in SECTION 1-05.5 1$E VACANT SECT?
the THE FOLLOWING:
SECTION 1-04.2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RCS
ntnnlied SIITyrS�O the
1-04.2 Coordination of Contract Documents, Plans. If the Project calls for Contract-nr i��..
Special provisions Specifications, and Addenda
Contractor idzall provide all required survey work, the _
work as mentioned in Sections 1-05.4 1-OS-5 1 tl any+
�� in these specifications as being provided by lrngt lied
My�y is the parts of the contract shall be resolved � acior SuP1?-'
over 2, 3. for this survey work shall be inclnided in
by following this order of Precedence (e.g., I presiding Surveying,'Per lump sam-
4.5.6,and 7;2 presiding over 3,4.5.6.and 7;and so forth): 1-05.5(l) General(APWA,RCZ
2. proposal Form The FnalnCCr or Contractor su*-lied_ry pr
3. Special Provisions construction stakes and marks establishma litres slopesi�i>u=
4 Contract Plans as stipulated in Sections 1-05 5(1) and 1-05.5 >�-�—
5 Amendments to the Standard Specifications such work 1-11. The Contmaor on
6. Sueoletnerital Specifications. re, nsibility for detailed dimensions elevations tied
7. Standard Plans slo measured from the Engineer or Contractor
Stan fications surveyor furnished stakes and marks.
Page-SP-3
Revision Date: May 19, 1997
1-05 Control of Work
1-05 Control of Work
The Contractor shall provide a work site which has been
with major ride changes shall be slope staked to
prepared to permit construction staking to proceed in a safe and before offset hubs are set, establish rode
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staling reguiiemence and 1-05.5
provide at least 48 hours notice to allow the EngttKer or Contractor _�) B�-and Structure Surve
supplied surveyor ad For all structural work such as bri
equate urne for sear o stakes Contractor shall attain and walls the
Stakes marks and other re ference ints includin existing e a rt of Contractor °
enced team of sure ors under direct °o an
monumcntation, set by Contracting Agcuicy forces sha11 be licensed serve or. The Contractor shall ision of a
carefully preserved by the Contractor. The Contractor will be measurements sorts and locations match[ ensure that fired field
charged for the costs of replacing stakes markers and dimensions. The Contractor shall Provide alll Isury e in tended
monumentauon that were not to be disturbed but were d ed or co lete the structure exee ircd to
damaged by the Contractor's operations. This the follow'
charge will be which will be provided by the Engineer o'n'e control
deducted from monies due or to become due to the Contractor 1
Any claim by the Contractor for extra compensation by reason 2 Centerline or offsets to centerline of the structure.
of alterations or te�nxuon work all Stations of abutments and pier centerline s.
egedly due to error in the 3. A sufficient number of bend
Engineer's line and grade will not be allowed unless the original the mares for levels to enable
control points set by the Etginneer still a Contractor to act rides at reasonabl short distances.
xist, or unless other i Monuments and control Points as shown on the
satisfactory,aibstantiating evidence to prove the error is fiirnistied Drawings.
the Engineer. Three consecutive points set on lnee a grade shall be The Contractor shall establish all secondary
the rntntmrun points used to determine any variation from a straight both horizontal and suuv COntt'D�
line or grade. Any such variation shall, upon discovery be i� as to assure
Ergtneer. In the absence of Placement of all project elements _
reported to the such report the baste on the
poirds Provided by the Engineer. Survey work shin t.. uu me CO
Contractor shall be liable for any error to altgnnitw or grade following tolerances
The Contractor shall provide all,surveys required other than i. Stuationla
those to be performed by the Engineer All survey work shall be 2. Ali +.01 foot
» +.01 foot(between successive points)
done m:ccordatice with Section 1-11 SURV):YING STANDA1tDS 3 S ,�-r.,.,.
of these specifications. -- Elevations+ 01 foot(from plan elevatiorsl
4 S�ibstnictrtre ElevaUOns+.05 foot from Ian elevations
The Contractor shall keep updated tanrvey field notes in a During ED_e progress of the W
Standard field book and m a format set by the mincer Per Section available to die °rk' Contractor shall make
These field notes shall iiicludc all survey work unt'omuuon,footing die ��field books sections v
performed by the Contractors surveyor m establishing line de The Contractor shall is full quantities.
and [dopes for the construction work Copies of these field notes coordination of field locations and measummpnts with close
shall be Provided the Engineer upon request and upon completion dimensions of bate
Of the contract work the field book or books shall be submitted to structural members bets fabricated.
the Engineer and become the Property of the Coiitraaing Agency 1-05_5(4) Contractor Supplied Surveying(RC)
If the survey work Provided by the Contractor does not meet When the contract Provides for Contractor
the ixatdards of the Engineer dice the Contractor shall on the Surveying, the Contractor shall Supplied
supply the survey work required
Engineers written request, remove the individual or individuals for the oro�ca The Contractor shall retain as a part of the
d the survey work and the survey work will be comPleied by Coritracxor OreairQation an eicperiericed teats of surveyors under
the Engineer at the Contractor's expense Costs for i the the direct supervision of a Professional land
survey work required by the Engineer will be deducted from the State of Washington. surveyor licensed by
monies due or to become due the Contractor. A11 survey work shall be done in
rdance with Sections 1-05.4 105.5 and 1-11.
All costs for survey work required to be Performed by the The Contractor and/or Surveyor shall inform the Er.?finger in
Contractor shall be included m the rites bid for the various items writing of any tennis
dncies and omissions to the plans that
which comprise the improvement or er included in the bid item for prevent the Contractor and/or Surveyor from constructing the
'dude in Supplied Surveying' Per lump sum if that item is Qroxct m a manner satisfactory to the Engineer All errors
included in the contracts. discrepar and omissions must be corrected to the sadsfation
1-05.5(2) Roadway and Utlity Surveys(ApWA) of the Engineer before the sure
cy work may be continued
The Contractor shall coordinate his wort with the Surveyor
Ttie Engineer dull furnish to the Contractor one time only or and his operations in a manner to protect all survey stakes
Coe swpined surveyor will provide as deeded all Principal
lin from harm. The Contractor shall inform the Surveyor of die
es, grades, and measurements the Engineer nary for Contractor's attest to remove a_f+v survey stakes and/or points
setof:
completion of din Work. These shall generally consist of one initial before physically removing them
set of.
1. Slope stakes for cstabiishing grading. The surveyor shall be responsible for maintaining AS-Built
2. Curb grade stakes, records for the project The Contractor shall coordinate his
operations and assist the Sury eyor in maintaining accurate As Built
3• Ccnteriinc finish grade stakes for pavement sections records for the Project
wider than 25 feet' and
4. If the Contractor and Surveyor fail to provide as directed by
Met points to establish line and grade for underground the Engineer and/or these plans and
specifications, accurate As-
utilities such as water, sewers, and storm drains (with offseu 50' Built records and
max work the Engineer deans netxssary, tlic
ax interval).
On alley construction projects with m Engineer may elect to'provide at Contractor expense a surveyor to
inor grade changes the provide all As-Built records and other work as directed by the
Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the
on one side of the alley to establish the alignment and grade Alleys Engineer-supplied surveying from moneys owed to the Contractor
t- --
Page-SP-4
Revision Date:May 19, 1997
1-05 Control of Work 1-05 Control of Work
pa ent per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish
required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for
comp) to the prof and as-built drawings-shall be included in the additional remedy or damages with respect to the C'ontractor's
hump sum price for 'Contractor Supplied Surveying.* failure to perform the Work as required.
Contractor rov
Provided As-Built Information SECITON 1-05.10 IS SUPPLEMENTED BY ADDING THE
1-05.5 FOLLOWING:
It shall be the��ctors responsibilicy w record the location 1-05.10 Guarantees(APWA,RCZ
prior to the backfrlling of the trenches by centerline station,offset, If within one Year after the Acceptance Date of the Work by
and depth below pavement of all existing utilities uncovered or the Contracting Agency, defective and unauthorized Work is
crossed d...;ne his work as covered under this protect discovered the Contractor shall promptly, upon written order by
It shall be the contractors responsibility to have his surveyor the Contracting Agency, return and in accordance with the
locate by centerline station offset and elevation each major
Se item of Engineer's instructions either correct such Work,or if such Work
work done under this contract per the survey standard of Section 1 has been reiected by the Engineer, remove it from the Project Site
11.. Ma' items of work shall include but not be limited to: and replace it with Lion defective and authorized Work, all without
Manholes Catch basins and Inlets Valves vertical and cost to the Contracdm Agency. If the Contractor does not
Horizurttal Bends Junctioci bones Cleanou is Side Sewers Street
littfits at Standards Hydrants. Major Changes in Design Grade pronipdy 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 cotnpletiori of the work covered by this contract,the Agency the right to have defective and unauthorized Work
corrected or removed and replaced pursuant to Section 1-45.8
contractors surveyor shah provide to the City the hard covered `Owner's Right to Correct Defective and Unauthorized Work.'
field boo s containing the as-built dotes and one set of white
of the oroject drawings upon which he has plotted the note The COIl<Zactof agrees the above one year limitation shall not
p� exclude or diminish the Contracting Agency's rights under any law
of the contractor locating existing utilities, and one set of white to obtain damages and recover costs resulting from defective and
prints of the project drawings upon which he has plotted the as- umnthorized work discovered after one Year but prior to the
built location of the new work as he recorded in the field book(s). exp of the kgal time period set forth in RCW 4.16.040 .
This drawing shall bear the surveyors seal and signature ccmfidag limiting actions upon a contract in writing or ltabilitY aPrassed or
it's accuracy. implied arising out of a written agreement,
An costs for as-built work shall be included in the contract The Contractor shall warrant good title to all materials
item•Contractor Supplied Surveying•• supplies and equipment ptirduased for or >ticorporated m the
THS VACANT SEMON 1-05.8 IS REPLACED BY: Work. Nothing contained in this paragraphs however,shall dew
or impair the right of persons ng materials or labor, Lo
1-05.8 Coot:acting Agency's Right to Correct recover under aM bond given by the Contractor for their
Defective and Unauthorized Work(APWA) protection or arry rights under any law nrrm,nini•such persoaS to
if the Contractor fails to remedy defccxive or unauthorized look to frrnds dne the Contractor to the hands of the C,oat> S!�iig
work within the time specified in a wrtttea notice from the in all
ineer or fairs to perform any part of the Work required by the The provisions of this paragraph shall be inserted
subcoauads and material contracts and notice of its pcovrstons
Contract Documertts the Engineer may correct and rernedY such inn matmals_UK the Work
shall be given to JM persotu furnish--
work as may be ideat>fied in the written notice by such means as when no formal contract is entered into for such materuls. the
the E>s may deem necessary includin g the use of Contra
Section 1-05.11 is deleted-and the first two sentences
of
Ate_ fourth nph of section 1-08 9 is deleted and replactd e
If the Contractor fails to comply with a written order to following:
y what the F.ngiricer determines to be an emergent
jjj—, the�cer may have the defective and unauthorized 1-05.11 F5nal Inspection(APWA)
Work corrected immediately, have die rejected work raRoved and
replaced or have Work the Contractor refuses to perform 1-05 11(1) Substantial Completion Hate(APWA)
pled by using Contracting Agency or other forces. An When the Canractor considers the work to be Y
ernerg
situation a arri situation which in the opinion of the ran the Contractor shall so tiotifY the Engineer and request
a delay is its remedy could be potentiany unsafe, or Date, a� be
mitthi cause serious risk of loss or damage to the public. the Engineer establish the S�StantW C 1���m�be
Direct or indirect costs inatrred by the Contracting Agency considered substantially complete the followm4 —
attributable to correcting and "�+'�°' defective or unauthorized iTiCL
1. The Contract A must have full and tiooal and
Work or Work the Contractor failed or refused to perform, shall use eruct benefit of the facilities both from the opKa
be id by the Contractor Payment will be deducted by the
En ineer from monies due or to become due the Contractor. Such safety sxaridpomt. laceme� of temporary
direct and indirect cons shall include is particular, but services 2 Only minor incidental work, to reach
limitation compa>SSation for additional professional services substitute facili• or correction or it �� �m
physical completion of the work
required, and costs for repair and replacement of work of others of work
destroyed or damaged by correction, removal or replacement of The Contractor's request stall list the ific items order to
the Contractor's unauthorized work.
in subparagraph two above that retrains to be co p-"a!! iuh
No adjustment in contract time or compensation will be reach physical completion The Engineer may
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
If,_after this im sn oa the—En Of Work
ineer concurs with the Completion Date cannot be established until testin
Contractor that the Work u substantiall tom fete and read for its
intended use, the Engineer, by written have been completed to the satisfaction of the En inn a cor�tions
notice to the Contractor The costs for wer
will set the Substantial Completion Date If after this i eve in else needed to as labor material s lies and
the Engineer does not consider the Work sub nspection successfull cam lete o
stan[ia11Y complete and shall be included in the various contra- rites related tom
ready for its intended use the Engineer will b written notice so help tested unless ificail set forth nth the
notify the Contractor Riving the reasons therefor erwise is
Upon receipt of written notice concu Form. the Bid
^ing in or denying tional and test
substantial completion, whichever u applicable the Contractor shall not affix a nianufa ads when iced by
the i>ieer
shall pursue vigorously, diligently and without unauthorized ctnrer's ranties or warranties furnished
interruption, the Work accessary to reach Substantial and Physical under the terms of the Contract.
Completion. The Contractor shall provide the Engineer with a SECTION I-0S.12 IS DELETED AND REPLACED-
revised
schedule indicating when the Contractor expects to reach FOLLOWING. WITH THE
substantial and physical completion of the work
The above process shall be repeated until the Engineer 1-05.12 Final Acce>rtance("WA)
establishes the Substatuial Completion Date and the Contractor The Contractor must orm all the obit ati
considers the work physically complete and ready for Futa1 Contract before the letioa Date Ons under the
1OD- Certificate of Completioa for the Wort r:- 1 7 dished. A
r- A�eacv will establish the Completion Date and1 the.��ct`nea
1- -05.11C1Z �1`Lispection Date APWA tom Iae The Final Control price +l Corr as
When the Contractor considers the Work icall co fete following must occur before the lhrn be calculated,
AM ready for Fual Inspection the established and the Final Completion Date can be
Contractor b. Written Notice Contract Price calculated
shall request the Engineer to schedule a final inspection The 1. The physical work on the prole-most be complete
Engineer will set a date for Final Inspeaton The Engineer and the 2 The Contractor must furnish all
Contractor will then make a Fuial IR on and the Engineer wi71 by the Contract and required by law won required
notify the Contractor m wnuag of all particntars in which the Final Contracting'°►gencY to txri�v e,r to allow the
Inspection reveals the work Coma-as°° 1
1°00 -1 or The A Cahficate of Completion for the Work, signed by the
Cantracior shall immediately take such corrective measures as are �g Agency will constitute acceptance of the Work. The
000essary to remedy the ]tried deficiencies Corrective work shall issuance of this Certificate of Co letron will not constitute
be taiirsaed vigorously diligently and without ' tion until of Unauthorized or defective work or material
physt'ail completion of the Lsted deficiencies This ptncess will Failure of the Contractor to pint all of the Contractor's
eontimie until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contraain
been erected. from unilaterally certdMg the Contra-complete so the Engineer
If action to correct the listed deficiaicics is not initiated within may calculate a Final Contract Price as provided in Section 109 9
7 days after receipt of the Written Notice listing the deficiencies
the Engineer may, upon Written Notice to the SEC"N 1-05.-13 .IS SUPPLEMENTED BY REVISING
Contractor, take PARAGRAPH 7 TO READ
•
wliaterver ceps are necessarY to correct those deficiencies pursuant
to Section 1-05'8' 1-05.13 Superintendents Labor• and
U correction of all deficiencies the Engineer will - Equipment of
the Contractor and the Coatracinig Agency in writing of the date Contractor APWA
ton which the Work was considered physically complete That
the Contracting Agene}, evaluates the Contractor's
date shall constitute the Physical completion date of the Coatis-, P'�alification pursuant to Section 1-02.1,the Contracting Agency
but shall not amply all the obligation of the Contractor under the will take these performance
Contract have been fulfilled. thssa-reports into account.
1-05_11(3) Operational Testing(APWA) SECTION 1-0S IS SUPPLEMENTED BY ADDING THE
It is the intent df the COatractina A8ency to have at the FOLLOWING NEW SECTIONS:
Completion Date a complete and operable s men Therefore when 1-45.16 Water and Power(APWA)
the Work involves the instal tion of mach or other -
mechanical equipmem• street lighting electrical distribution or TIM.Contractor shall make necessary arrangements and shall
signal&T rm buildings•or other similar work it may be desirable bear the cats for power and water necessary for the performance
for the Engineer to have the Contractor operate and test the Work of the Work.
for a period of time after final u>spe-ion but prior to the Physical 1-05.17 Oral
Completion Date. Whenever items of work are listed in the t cements (APWA)
Contra-Provisions f)rope IiOnal testing they sha11 be full.tested No oral agreement or conversation with any officer agent, or
under Operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after
their acceptability prior to the Physic-! Completion Date During execution of the contract shall affect or modify any of the terms or
and following the test period,the Contractor shall coma any items obligations contained many of the documents comprising the
of workmanship, materials or equipment which proves faulty, or contract. Such oral agreement Or conversation shall be considered
that are not in first class operating condition. Equipment elearical as unofficial information and in no way binding upon the
controls meters or other devices and equipment to be tested Contracting Agency unless subsequently put in writing
during this period, shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for
the purpose for which they were installed The Physical
I_ —
Page-SP-6
Revision Date.May 19, 1997
1-06 Control of Material
1-07 Legal Relations and Responsibilities to the Public
Control of Material its payment if the Contractor bases a bid on a misunderstood tax liabili
'Ilse Contractor shall include all Contractor-paid taxes in the
SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE unit bid prices or other contract amounts. In some cases, however
FOLLOWLNG. state retail sales taz will not be uicluded. Section 107 2(3)
describes this exception
1-06.2(2) Statistical Evaluation of Materials for The Contracting Agency wi11 pay the retained percentage only
Acceptance if the Contractor has obtained from the Washington State
UNLESS STATED 01HERWISE IN THE SPECIAL pepa_rtpent of Revenue a certificate shoving that all contract-
CAL WILL NOT BE
PROVISIONS STATISTICAL related taxes have been paid (RCF/ 60.28.050). The Contracting
USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any
amount the Contractor tray owe the Washngton State Department
1-07 Legal Relations and Responsibilities to of Revenue whether the amount owed relates to this contract or
not Any amount so deducted will be paid into the proper State
the Public 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,
repairing or impro ving streets roads etc., which are owned by_a
1..07.1 Laws to be Observed (APWA) municipal corporatioa. or poittical_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
,, rincluding any agent offncets, and vehicular traffic. This includes storm or combined sewer systems
cWn s that maY site b a= within and included as a part of the street or road drainage system
Contract" or of the Contractor or subcontractor or and p.;.✓er Imes whey such are part of the roadway ltg>ttmg_S s�
ontrac --^)violated a kgal regtrremciit. For work per formed in such cases, the Contractor shall include
In cases of conflict between different safety regulations. the Was
n State Retail Sales Taxes m the various unit Bid Item
tno[e-.�:,,^.,,r rr4ulat,on shall apples price or other contract amounts iiyclndiag those that the
a <tregula State l NTT , of Labor and Industries Contractor pays on the parchase of the materials S9qp or
Shan be the sole and paramount admmrstrative aO ' responsible ties used or m doing the work.
for�adadmintstratnon of the provrstons of the _Washington 1-07.2(3) State Sales Tact-Rile 170(APWA)
industrial Saf and Health Ad of 1973(WA)-
or WAC 458-20-170 and its related toles apply to—die
11Z Contractor shall maintain at the Prot Site off bu111 tint . or other .
for constructing and repairing of ne�v or existing
odaer ova place at the Protect Stte, all arUCles r ry S r pity .�includes, is na 1!�.
first and to the mtured The Contractor shall establ s� the
make known to 0-e mployees pr��for ensuring the construction of sheets, toads, hrgtrwaYs' ' -°w'� by
and r aneant�3antxS,
jamiediate removal to a hospital or domes care pe�� State of Wa�_ington;water munless such sewers aria
1 who may leave been mt d on the Project sewers and sewage d>sposal dart or roan aranaa9S
r R ,e are wthin,and a part of a street Or
StDe. 1......yes should not be permtied to work on the Protect cat - �- electrical powa distn
--- C rector has established and made l mwa �trm met �e ��i such
Site before the or roads unless
purer for removal of injured persons to a Hospital or a other conduits or lines m or above streets
power lines become a t of a strict or toad= and
dodoes Can n°t pe Pt y
they for the safety, installing or attaching of am article of
�Cofactor Shall have sole responsb' wi,etlier or not such
..t.{,,, v of the C.mtror s plant appltanas and or to real -title of irivallation-
for am damage or in resultln°from their fat7ttre apart of the realty by m the Contractor collect
tenance use or n. The Contractor shall For work retail sales tax on the full contract
°L nsibk for the conditions of tlic from the Con sales
be m and m letd rain° Agency will automatically add this *,,'price. Ile
Ag—j- Site, irictud' safety for all persons and p� in the tax to each Coitra r this Brd Item
ormw= of the work This requirement
1 an to the Contract° ' to in the unit
iota, and not be limited to normal working hours Tlie Contractor shall not er ct amount St Rile 170 w
or ' red d of the En to conduct construction ricer or in other
review of the Contractor �o'��does not' and shall nom the folio wi* exception will not add in sales tax
F�ceeptnon: The Conracting Ag doe nrara the
intended to include review and adequacy of the Contractor's safety fora a the Contractor or a subcotttra or coastnmable
uteaissttres in on or near the Proles Ste. urrliase or rental of tools ranhin Stab Mies taxes Sha11 be
SECTION 1-07..2 IS DELETED AND REPLACED BY THE 1'nes na ern tcd into the ro�' or in other Strad
p puOWING: included in the unit Bid Item ricer
amount.
1.07.2 State Sales Tax(APWA) Services (APWA)
1-07.20 sales tax from the
Gj2AL(APWA) Tire Contractor shall not culled retail for rofessiortal or
1-07.2(1) Contractin A on an contract who Rules
The
Washington State artmcnt of Revenue has issued nt of Revernne
other services as defined in State artine
Spec" rules on the state sales tax Scctioru 1-07.2(1) throw 1- 138 and 224).
01. 4 are meant to clan those rules. The Contractor should
contact the VJashin n State Dc ent of R ve wi for �! 1
to
questions in this arcs Thc Contracting Age -
Page-SP-7
Revision Date-May 19, 1997
1-07 Legal Relations and Responsibilities to the Public
1-07 Legal Relations and Responsibilities to
SECTION 1-07.5(2) IS SUPPLEMENTED BY the Public
TITLE AND SENTENCE 2, PARAGRAPH 2 REVISING THE turbidity shall not exceed 5 NTU over back round
the background turbid is 50 turbid when
NTU or less or have more than a 10
1-07.5(2) State Department of Fish and Wt7cilife& 'mot in turbidi when the back round turbidi
SAP—WA,SA) than 50 NTU for other classes of waters refer to W more
045. AC 173-201_
If the work in (1) through (3) above differs little from what The term turbidity means the optical ro
the contract requires, the Contracting Agcy will measure and pay demonstrating the scatteri and absorDtion of li ht of actin le
for it at unit contract prices. But if contract items do not cover suspended material as expressed in N belomeiric ca b
those areas. the Contracting Agency will pay Pursuant to Section 1- and measured wiili a calibrated Turbid' units
09 4 turbidimeter.
Discharges to a State w2terwaY caused b a re ate washin
its
drainage from a n ate it sites and iles or dewatcrin of
its and excavations shall not increase the existin arrbidi m the
SEC77ON 1-07) IS SUPPLEMENTED BY ADDING THE receiving waters.
FOLLOWING NEW SECTION: Turbid water from the Project Site shall be treated before
being discha cd into stream or other State waters. Turbi
1-07.11(11) City of Renton Affidavit of Compliance be removed b the use of la Dons or hold' °1d
�' overflow weir water treating discharging basins
surface, by P�olation to
Each Contnctor��ubcontractor, Cotmiltant evaporation or by Passing tlLrm,
and or Sgpplier �d or fiber filters ' = vet
shall complete and sttbmit a copy of the 'City of Renton Fair 2• Erosion Control: Temporary
Practices Policy Affidavit of CornPliance' A exerted by m' ' erosion control shall be
of this inu»g exposed areas and slopes until ,w�
document will be bound in the bid doc urnents. measures are effective. The mmrrnum area>�
be defined in the Special Provisions Plastic street covMM shall be
SEC77ON 1-07.13 IS SUPP placed over exposed grourid areas to protect
�) AS Other alternative from ram ft;-IQon-
methods for erosion control amder certain
1-07.13(1) General (RC) situations ma iniclude ritxting 'll, ling with binder and seryti.,s
Should for and erosion occur the Contractor shall be
During unfavorable weather and other conditions the ble for restorma damaged areas and for cl
for shall pursue only such portions of the work as shall not material incltidnip that m d �of erodes
be damaged thereby. >�. catch basins manholes and
culverts and other pipes
No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water co twmg efficiency will be affected by unfavorable conditions shall be shall not be disdiaMed directly into storm drains drlorine residual
constructed while these conditions exist. unless by special means or waters. Chlorine water may be dtsrhorocd into streaffi or State
Prticalitrons acceptable to the engineer the contractor shall be able d sanitary sewers or
to overcome them. _ posed on land for peculation Ch Orin residual may be reduced
chemically with a 4 agent Such as sodium thiosnlphate
SEC770N 1-07.14 (APWA) IS SUPPLEMENTED BY Water shall be penodicaUy tested for chlorine residual
REVISING ALL REFERENCES TO `STATE COMMISSION 4. Vehicle and FguJiment Washing- Water used for
SECRETARY' OR `STATE' To READ `CO R,gCAvG washing 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 pnor to discharge Detergent solution may be
SEC 7ON 1-07.15 IS REVISED AND SUPPLF_4BIVTED AS disci ed into salutary sewers or allowed to be held on the ground
���' for_percolation. A ran sYStern for detergent washing is
1-07.15 Temporary Water Pollution Erosion Control recommended. Steam nino units shall provide a device for oil
((APWA ,_RC) separation.
5. Oil and Chemical Storage and Han fi Handling and
If done according to the approved plan or the Exlineer's Stogie of oil and chemicals shall not take place adjacent to
orders, temporary water Pollution/erosion control work will be waterways. The storage shall be made in dike tanks and barrels
measured and paid for-Eursuam to Section 3-004104.1 through with drip Pans Provided 'tinder the dispens and
ing area. Shut-off a
the hunp sum item for "Temporary Water Pollution/Erosion lock valves shall be provided on tanks Shirt-off nozzles shall be
Control.. provided on hoses Oil and chemicals shall be dispensed only
If no Pay item appears in the contract for 'T'emporary Water ding daylight hours unless the dispensing area is properly lighted-
Pollution/Erosion Control then all labor materials tools and Disposal of waste shall not be allowed on oil and chemical spills
equipment used to complete the work shall be considered incidental Fencmg shall be Provided around oil storage Locks shall be
to oth" pay items in the Contract and no further compensation Provided on valves pumps and tanks
shall be made. 6. Sewage: If a sanitary sewer line is encountered and repair
In addition to other requirements in the Contract Documents or relocation work is required the Contractor shall provide
this temporary work shall include but is not limited to the blocking and sealing of the sanitary sewer line Sanitary sewer flow
following water quality considerations: shall be pumped out collected and hauled by tank truck or
1. Turbid Water Treatment Before Discharge: Pumped directly to a sanitary system manhole for discharge. The
Determination of turbidity in surface waters shall be at the existing sewers shall'be maintained by the Contractor without
discretion of the Engineer- for Lake Class Receiving Waters interruption of service by the use of temporary sewer bypasses ]n
turbidity shall not exceed 5 NTU (NePkIometric Turbidity Units) addition, the excavated materials adjacent to and around a rupture
over background conditions- for Class AA and Class A Waters of a sanitary sewer Iine shall be removed from the Protect Site and
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
asited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and
i nt and tools in contact with the above materials shall be immediately replace, after the trench is backfilled, in their original
washed b ressure water litres and the attendant wash water position_ The contractor shall notify the Contracting Agency and
d'
into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on
easements or rights-of-way.
trea _ Damage to existing structures outside of casement areas
1-07.16 protection and Restoration of Property that may result from dewatering and/or other construction activity
SBCI70N 1-07.16(l) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or
better. The original condition shall be established by photographs
,FOLLOWING: taken and/or inspection made prior to construction. All such work
1-07.16(1) privatelPublic Property(RC) shall be done to the satisfaction of the property Owners and the
The Contract. A will obtain all easements and Contracting Agency at the expense of the contiactor.
for the ro'ect. The contractor shall limit his D. Strccts. The contractor will assume all responsibility of
frar�r� required restorati on of the surface of all streets(traveled ways)used by him
pi�rion to the areas obtained and shall not trespass on private if dams
P Contracting Agency may provide CC1taur Lim. as In the event the contractor does not have labor or material
in eomuection with the work under the convect together immediately available to make necessary repairs, the contractor.
with the ri lit of access to such lands. The contractor Sfiall not shall so inform the Contracting Agency. The Contracting Agency
unreasonabI encumber the premises with his _equipment or will make the necessary repairs and the cost of such repairs shall be
tenterials. paid by the contractor.
')(fie convector shelf provide with no liability to the The contractor is ruxpoasibie for identifying and
Coruna A additional land and access thereto not doattneating any damage that is pre eidsting or caused by
shown or desci ibed that may be rzguire i for temper others.Restoration of excavation m City streets shall be done In
�n -orn facilities or storage of materials. He sliall construct accordance with the CTry of Remon Trench Restoratton
all access roads detour roads or other temporary wort as required Reguirranaris, which is available at the Public Works Department
ar��s The contractor shall confine his eT#nMenr, Customer Services meter on the 4th floor, Renton Municipal
his of maunal and operation of his workers to those areas Build*_++a ?AO Mill Avenue South-
stwwn and described and such additional arras as he may provide. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING:
A. GeaeraL All constructi on work under this contract on
e>usem«rct,right-of way,over private property or franchise,small be 1-07.17 Utilities and Similar Facilities(APWA,RQ
r„n ink the:lunm of such casements, right-of-way or franchise In addition to the other requirements pursuant to RCW
All work shall be accom fished so as to cause the least amount of 19 122 an act relating to tmd mround a tilitres and pEnpbrn
disturbance and a minimum amount of damage. The contractor penal s,the Contractor shall:
mil schedule her work so that trenches across its shall not pe" 1 rile utilities tm t 1tO° tester for field
be kft open during weekends or holidays and trenches shall not be location of the utilities•
opea forr more than 48 hou m
B . The contractor shall remove such existing Before You Di
strucMires as may be nece ssary for the performance of the work and, tors
if r �' shall rebuild the structures thus removed in as good a 1 h 4S �Iojlr L�1�-a
condition as found He shall also rrpatr all existing structtms which 1-800-424-5555
.�i be darriag a result of the work under this contract .
C. E&Scmmts- Cultivated areas and other surface and
- -i,�;,r� All cultivated areas,either agricultural or lawn end 2. not begin excavation until all known �
oar surface ianprovements which ate damaged by actions of the excavation have "
as possible to their original facilities � r� vicinity of the ProP�
contractor shall be restored as nearly ter located and marked. for existing
condition. Location and dimensions shown on the Plans
prior to excavation on an casement or private right-of- facilities are in accordance with available uiformat "'
way, the contractor shall stn soil from the trench or u»�venng meawring or other verifi cation. R a pill' _
tie it in such a manner that it may be facilities wrtlunh the area"`die
construction area and stockp' or suspected of having underground vcr .�
laced him, con lesion of construction. Ornamental excavation a� that uml is not a sntucrr e
trees and shier shall be carcfull removed with tfic earth thee the Corztr> T s1na11 e
in buflap and rtiplantcd in their utilities underground location tenter
mound' their roots wrapped ' individual notice to fiat utility• „�env to
nrioinal positions with. 48 hours. If in the prosecution of the work it becomes co,g
All shrubbery or trees destroyed or damaged, shall be interrupt existing surface drainage, sew"° or tarts thereof the
at ropl� b the contractor with matte Of
Inn die Suuit that it utilities similar underground 1 take an
additional cost to the Contracting Agency. contnc for shall be responsible for acrd steal
trench through any lawn area, the sod shall be services for seine
nx recautions to rotes and rovtde Lse ir all damage to
carcfull art and rolled and laced after the trenches have been The contractor shall at his own on
opaauvu.o'
tiackfillcd The lawn arcs shall be cleaned by sweeping or other such facilities or Syuaures due to this constrtictr which...1'
means,of all earth and debris. facalitxes
satisfaction of the Ci - ex for C owned�r s � or
The contractor shall use rubber wheel equipment similar be ired by the utility department at contra
to the small tractor backhocs used by side sewer contractors for the contractor as dirctxed by die City.
all work, including excavation and backfill,on easements or rights' t-
of-way which have lawn areas- All fences, markers mail boxes or
Page-SP-9
Revision Date:May 19, 1997
1-07 legal Relations and Responsibilities to the Public
1-07 Legal Relations and Responsibilities to the Public
SECTION 1-07.18 IS DELETED AND REPLACED BY THE
FOIlOWING: and shall be cause for immediate termination of the
option of the City. contract at the
1-07,18 Public LiabiLtY and Property Damage The Contractor shall obtain and
maintain rillRlmutn
Insurance (RCZ insurance covcra a set forth below. the
insurance the Ci of Renton shall not be deemed or such
�rmum
State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks nsUW to
following: that ma be licable to the Contractor.
The Contractor shall assess its own risks
SECTION 1-07.18(1)IS REPLACED R'ITH THE FO a hate and/or prudent, maintain hi her and if it deems
�R'�'G= coverage. units and/or broader
1-07.18(1) Genera](RC) Coverage shall include:
The contractor shall obtain and maintain in full force and 1 Commercial General Liabili
effect from the Contract Exec t tion Date to the Com lotion Date equivalent. Co v g - ISO 1993 Form
era a will be witten on an or
public liability and property damage ESUrarrr with and include: occurrence basis
cetuu mny(ies) or through sources approved "' insurance • Premises and
by the State Insurance rations iricludin Ct1ZS03
Commissioner pursuant to RCW 48 AR ngate to apply per project if ain�ljcable) Geneial
The Contractor shall not begin work under the Contract until • F plosion Collapse and I ergroundound Hazards
the required insurance has been obtained and • Products/Completed Operation
AgenY. :Iiusurarict shall provide moorage to the • Contractual Liahil' incl Amendato
Cottractor all subcontractors Contra and the Endow CG 0043 or ent which
Contracting-Agency's consultant The tbveage mall protect 9 �under contract)
110h st claims for bodily mluries pet�nrL?I including
• Broad Form_Pj2eS+••Damage
accidental death as well as claims for damages • Contractors
may arise from which • pe i��/Advertisin Injury
any act or omission of the Contractor or the
subcontractor, orb one d !Stop Gan Liability
either of them. rndir 1 b Automobile Liabi7'
�--_ ity including all
If warranted work is required the Contractor shall rovjde the • Owned Vehicles
City proof that insurance coverage and lints,Yr�t,fished • Non-Own. Vehicles the term of the Contract for work are m full force and effect d q • 1�d Vehicles
perioI of warranty work the S3) Workers'Coln
The Contracting Agency may est a copy of the actual • Statutory Benefits {Coverage A) - Show Washin �•+
declaration cages(s) for each insurance policy effer_tjn cove s Labor&I Number
required on the crnitract prior to the date work Commences Failure (4) Umbrella Liability(when necessary)
With the Contractor to full comply Burin the term of the Contract • of COnimercial Gcncial Liability and
the reguiirenients described herin will be considered-a material Automobile Liability. Coverage should be as broad as
breach of contract and shall be caused for unmediate termination of ru0 '
the Contract at the option of the Contracting A -P1Of�nO f L:abiCry (whenever the work under this
SECTION 1-07,18(2)IS REPLACED WTM THE FOLLO WING Coact Buda Professional Liabil' t.e.architecxural
: engineeri advertising or computer programming) the
1-07.18(2) Coyeral;es(RC) CONTRACTOR shall maifftin fessional liability
As part of the response to this proposal the Contractor shall co -Mg wron�l acts errors and/or omissions of the
submit a cornpleted gQ of Renton Insr�ance IrrfvrmatiaR form CONTRACTOR for oe � by reason of or 'in
-
Coverage details specrf c coverage and limits for this contract. of operations undo this Contract
All coverage provided by the Contractor shall be in a form (� The Contracting vsacy reserves the ri ght to request and/or
and Y. The City e i Company acceptable to the Contracting dire additional t1veragcs as may be atipropriate based on
Agmcy. The City requires that a!1 irisiirers work performed0 a pollution liability)
1) Be licensed to do business within the State of Washington CONTRACT OR shall Name
2)Coverage to be on an *occurrence, basis (Professux,ai officers, officials agents CITY OF RENTON and its
Liability and Pollution Coverage are employees and volunteers as Additional
written on a claims-trade basis hie when ii,sziirn t Form CG 2010 yr eguivaknt) The CONTRACTOR
The City may also rtgiuii a shall provide CITY OF RFl`1TON Ca gficates of Insurance,prior
proof of professional liability coverage be provided for tip to comment of work The City reserves the right to request
to two(2)years after the completion of the protect co ies of
3) The Cny may request a —p insurance policies if at their sole discretion it is deemed
copy of the actual declaration aPpropnate. Further all policies of insurance described above
alb ge(s) for each insurance po[tcy off mve-ra c s shall.
reguurtd by the Contract prior to the date work cnmmnwc 1) Be on a p
4L Possess a minimum A M Best rating of AVII - n��' basis not contributory with any other
ratio of insurance cove oe and/or self-insurance carried by CTTY
A JQI or better ta preferrod.) If any insurance carrier OF RENTOM
possesses a rating of less than AVII, the City rruv ..take an
exception. ?) Include a Waiver of Subrogation Clause
The City reserves the right to anorove the security of the 3) Severability of Litcrest Clause(Cross Liability)
;ondhnce coverage provided b the uisuranec con an ies terms 4) Policy may " be non renewed canceled or materially
onditions and the Certificate of Insurance. Failure of the Changed or altered unless forty five (45) days prior written
:�ontnctor to fUllY comply durin the term of the contract with notice is provided to CTI Y OF RF.N-1 ON Notification
here requirements will be considered a material breach of contract shall be provided to CM OF RENTON by certified trail
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 1- no obligation or liability of any kind upon the
0718(3) •LIMITS'WITH THE FOLLOWING: company, its agents or representatives'.
1-07 18(3) R� c Amend the cancellation clause to state: 'policy may
1, RF(1LJIFZM not be non-renewed, canceled or mate,iVY�Qed or
Providin covers e m these stated amounts shall not be altered unless 45 days prior written notice is provided
construed to relieve the contractor from liability in excess of to the City'. Notification shall be ptrnrided to the City
such limits The CON'TRAC'TOR shall carry the following by certified mail.
limits of tiabi!i�+as re tired below: For Professional Liability coverage only, instead of the
Commercial General Liability cancellation language speed above, the CRY will accent a
s $2.000.000!' written agreement that the consultant's broker will provide the
General Aggregate
ProductslComPleted Operations $2.000.000" required notification.
Aggregate l t�0 00o SECTION 1-07.20 IS REVISED AS FOLLOWS:
Each Occurrc=Limit 1 000 000000
personal/A h-er. . iniury 1-07.20 Patented Devices,Materials,and Processes
Fin llama ege
Any one Firs) $50,000 pW A 1
tt
Medical PaYnieats( O Person) 55.000 ]`u="L
cM Gap Liability 1� �� The Contractor shall assume all costs arising from the rise of
General �.vregans to aPP1Y per project patted devices,materials,or processes used on or incorporated in
(LSO Form CG2503 or wales) the work. and agrees to indemnify. defend, and save harmless
� may
.. uat vary based on Project risk The CbntraqinAgenty and their
_— Automob0e Liabfl&y authorized aged and employees from all actions of any
R iminr�/PtopertY Darrmtn 1.000,000 mature for. or on account of the use of any patented devices,
materials,or processes.
Wodoers'Can
Snawry Benefits-Q09erag Variable e A SECTION I-07_n IS SUPPLE1tffiNTED BYTES FOLLOWING:
(Show Yyasivceton Labor and Industries Number)
Limit 1$ 1-07.22 Use of Explosives(APWA)
C�er+cral Amite Limit 1; ,0�.� ;plosives shall tat be used without specific au ffi2d Y of the
ppetatiot>s 51.000,000 En ineer and then only under such restricxnoas as may be
A to by �prot�authorities ExPlosrves shall be handled and used m
Professional Liabibty(If teq+cired) stria compliance with WAC 296-52 and such local laws rules and
Facti Qa,m $1.000,000 regulations that may apply.The itrdividual in urge of @re bias»
rc a
$2,000,000 shall have a currrnt washingtoa State Blaster Users L>ce se• -
The Contractor shall obtain• wmt'I I wid4 and t for stxh
'� City may r+e4�n the CONTRACTOR to_ perm is and casts as are necessary rn eonlarixion wi8i blasti�n
ptvfessional liability coverage m effect for up to two(2)years after ��
corripletioa of the project. Whey the use of explosives is necessary for the proses ial clause
dw of
The Contractor shall promptly,advise the QIY OF RFNTON the Wotic,the Contractor's itrsunance shall contain a
in the event arty general agS>�gate or other agUM-- rmitiin¢the blasting.
is writing pe
limits are reduced. At their own the CONTRACTOR
Will ate the to t with the minimum limits and 1.07.23 Public Convenience and Safety
r erruaits as stated in Section 1-07.18(3) and shall ft mish the SECTION 1-07.23(I) IS SUPPLEMENTED BY ADDING TER
CITY OF RFSI I ON a new Certificate of hnsurance showing-Such FOLLOWING PARAGRAPH
coverage is is force.
SECTION n fl oon 8 IS REPLACED WITH THS FOLLOWING 1'07.23(1) Construction Under Tl`raffiC-QQ dust
ible for ix which is The contractor shall be
SUPPLEMENT CE AL SPECIFICATION
' EN OF maid within the lrmrts and on
NS Cgs; on of the ro ect-
Wihin 2020 of award of the coerced the CONTRACTOR utilized by his ermipnenc for t� to w__. .
shall provide evideaoe of insurance by submitting to the The co �� a�U1 other neces mew as
CON TtACTMG AGENCY the following. to avoidoid c*^1O�a—° --
1) Ci of Renton Insurance Info ra>ttion Form (a�� necessary by the engineer, to
t.-.vin)without modtfrcatton Dust and mud control shall be c)ns�� a for this
2) Certificate
of Insurance (Accord Form ?Ss or equivalent the roiect and no con nsation will be
conforming to mans as spec►fied w Sextons 1-07.18(1), 1 section. and/or
07180 and 1-47.18(3)• as revised above' Other Complaints of dust mud or unsafe I",!aiC
•r*uiretnettts are as follows: roperty damage to private Ownership w>il fie
a Strike the following or similar wording: 'This to the contractor and prompt action i eorredin them
Certificate is issued as a matter of information only be reguirgd by the contractor.
and confers no righu upon the Certificate Holder ,
b. Strike the wordin re arding 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
I-08 Prosecution and Progress
SECTION 1-07.74 IS DELETED AND REPLACED gy THE
FOLLOWING: SECTION 1-07.26(APWA) IS REVISED BY CHANGrNG AID,
REFERENCES TO `COMMISSION THE SECRETARyi OR
1-07.24 Rights of Way (APWA) `STATE"TO READ "CONTRACTING AGENCY •
Street right of way lines limits of easements SECTION 1-07.27 (APWA) IS
and limits of ) ED BY BANGING
icon_ permits are tndreatcd on the Drawings The AI'i' REF1jRENCFS To "STATE" OR �sECREr,�RY„
Contractors construction activities shall be confined within these READ "�NTRACIING AGENCY,* To
limits, unless arrangements for use of private property are made
Generally, the Contracting Agency will have obtained prior 1-08 Prosecution and Pro
to Bid opening, all rights of way and easements both permanent
gI'eSS
and temporary, peixssary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND
Work. Exceptions to this are noted in the Contract Documents or FOLLOWING: REPLACED BY THE
brought to the Contractors 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 shah meet
AM fulfill all covenants and stipulations of any+easement element 1-08.1(1) Preconstrac on Conference AP
obtained by the Contracting Agency from the owner of the private (APWA
Property. Copies of the easement agreements are included in the The lnngincscr will furnish the Contractor with to 10 co its
Contract Provisions or made available to the Contractor,as soon as of the Contract Documents. Additional documents ma
furnished r at the cost of be
practical after they have been obtained by rte Engineer undertakin roduretion. Prior to
whenever easrnieras or rights of entry have not been acquired g each part of the Work the Contractor shall carefull
a ui study and compare the Contract Documents and cheer a
Dior to advertising these areas arc so noted on the Dn The pertinent figures shown therm and � verify
Contractor shall not proceed with any portion of the Work in arras measurements. The Contractor shall ro all anolirat,te field
when right of way. easements or rights of entry have not been rt in. to
acquired until the Engineer certifies to the Contractor that the right Kngmeer, any conflict, error or ncv Which ,t,e
of way or easement is available or that the right of entry has been Contractor may discover.
received. If the Contractor is delayed due to acts of omission on the After the Contract has been executed but prior to the
part of the Co�acting Agency m obtaining easements rights of Contractor 'n.,in. the Work a precoostruction
be held between the Contractor thecn> will
entry or ritdrt of way, the Contractor will be entitled to an interested and each other
extension of time. The Conhactor agrees that such delay shall not parties as bed The purpose of the
be a breach of contract. Pr�nstivction conference will be
Each property owner atraIl be given 48 boars I. To review the initial progress schedule-
Each notice prior to 2. To establish a workino
emdy by the Contractor. This includes entry onto easements and undensianding among the various
private property where private improvcments must be Peres associated or affected by the Work.
adjusted. 3. To establish and review procedures for progress payment,
The Contractor shall be responsible for providing without
expense or liability to the Contracting Agency any additional l and tions approvals submittals etc
and access thereto that the Contractor ma 4. To establish normal working hours for the work
desire for 5. To review safety standards and traffic control and
construction facilities, storage of material, or other Contractor 6. To disgiss such
needs. However, _before using any private property whe�er other related items as may be pertinent to
adjoining the Work or not the Contractor shall file with the the Work.
The Contractor shall prepare and submit at the preconstruction
Engineer a written permission of the private property owner and meeting the following:
upon vacating the premises a written release from the property I. A brtalcdown of all lump sum items.
owner of each property disturbed or otherwise interfered with by 2. A prmkdo ry schedule of
reasons of construction Pursued under this contract. The statement working drawing submittals and
shall be signed by the private property owner or proper authority 3• A list of material sources for approval if applicable
4. A Protect Schedule
acting for the owner of the
pnvate property affected, stating that
Permission has been granted to use the nroDeny and all necessary 1-08.1(2) Subcoutractintg (APWA)
permits have been obtained or, m he case of a release that the work
done by the Co tractor's own organization shall account
restoration of the property his been satislactoriil accompitshed for at least 30 percent of the Awarded Contract Price Before
The statement shall include the parcel number address and date of compuUng this percentage however, The Contractor may subtract
t Written releases must be filed with the Engineer before from the Awarded Contract Price) the costs of any subcontracted
the Completion Date will be established work on items the contract provisions specifically designates may
be first excluded from the Awarded Contract Price.
The Contractor shall not subcontract work regardless of tier
unless the Engineer approves in writing Each request to
subcontract shall be on the form the Engineer provides If the
Engineer requests the Contractor shall provide proof that the
subcontractor has the experience ability, and equipment the work
requires. Each Mbcontract shall contain a provision which requires
the subcontractor to comply with Section 1-07.9 and to furnish all
certificates, submittals and statements required by the Contract
Documents.
Along with the request to sublet the Contractor shall submit
the names of any contractin 9 firms the subcontractor proposes to
Page-SP-l2
Revision Dale:May 19, 1997
1
1-08 Prosecution and Progress -08 Prosecution and Progress
use as lower tier subcontractors.
Collectively, these lower tier Permission to work between the hours of 10:00 p.nL and 7.00
subcontractors shall not do work that exceeds 25 percent of the a m during weekdays and between the hours a 10:00 p m and
total amount subcontracted to a subcontractor. When a 9 00 a m on weekends or holidays may also be subject t noise
subcontractor is responsible for construction of a specific structure control requirements Approval to continue work during these
or strtxxures the following work may be performed lower tier hours may be revoked at arty time the Contractor exceeds the
subeotttractors without being subject to the 25 percent
limitation: Contracting AgcricY's noise control regulations or complaints are
I Fnrnishtn and driving of piling,or received from the public or adjoining Property owners retarding
2 Furnishi and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall
tensioning std. Ex for the 25 percent
limit lower tier have no claim for damages or delays should such permission be
subcontnctors shall meet the same requirements as revokpermised for
to reasons.
Sacurda Sundays. holidays or other
subcorl
�Engineer will approve the request only if satisfied with than the agreed neon normal straight tune working bouts Monday
the roposed subcontractor's prior record equipment, experience through Friday may be given envy o t certain other se conditions
set
errs abil' to orm the wodc.A roval t subcontract shall not: forth by the Contracting Agency or Engineer. These conditions
I Relieve the Contractor of any responsibility t carry out the may include but are not limited t: requiring the Engineer or such
— - assistants as the Engineer may deem t> ry to be presernt during
contras, ,;ring the Contractor t reimburse the Con"cti ig
2. R the ConUactor of any obligations or liability tinder the Work-, rap
the contract and the Contractor's bond Agency the cost of engineering salaries raid
tra
3 Create a eorrtract betweai the Contracting Agency and Agency employees who worked during midi times,�sidering the
Work performed on Saturdays and holidays as working days with
the subcontractor.or ands to the Contract Time, and considering tnaltiple work shifts
4. to the suboontnictor airy rights againu the
as multiple working days with respect to Contract Time even
C 'L diotrgh the multiple shifts occur m a s' le'24-hour Period•
Tk Coiicra�g "gSng will pot consider as aibca, a_ cbe nrs nay i�tde, but are not limited t survey crews;
1 urdi9tr of sand, gravel crushed stone, crushed slag batched personnel � rnntrac�,ris! �sericv s material testing tab,
( ) off-site fabricated
coca a rem into mind other Coctractiiig Agency employees whey m the
steel other off-site fabricated itetat and any ° triton of the Engineer midi work necessitates their Pry-
maurials flied by established and recognized- comtneraal oP
.or delivery of close materials t the work site m vehicles 1-08.1 Reimbtrrs meat for Overtime Work of
--tact by such Plants or by rxognized izdeperiderit or Conuwftg Agency] tnployees(AE A)
rnnacial hauling cot>ipanies �� the Contractor dear to work on a Saturday
Hoer the State Ldr.I deterrriaie that RCW 39.12
1 ees of such firms identified in (1) and (2) or other toliday or longer than an 8-hour work shift oa a regular
,es to the emp oy dtions, stub work
above in mince with WAC 296-127. if this should occur the working day, as defined in the Standard Spall s _at
of Section 1-07 9 as modified or stipplemeintcd shall shall be considered as^ ov and a miivey erewenw may 1e�i
an inspector will be
the discretion of the . The Contractor shall reimburse the
IIe Contractor shall certify to the actual amotmts Paid> Ag..,r., for the ful! amount of the straight dine plus
�v_.w,.,..i IyLnzOnty or Wornen's Business Fntrsprises firms Contracting LYlnA Agency Ia>QlrCd
that were subconractors
manufa lar dealers or ovettirne tests for employees of the Contra
coviders ou the contract_ This certification shall be to wow air � S�.cetions does InT�Y authorize
Ailed with the Final Application for PaYme it on the form amount due or to
the inter t deduct such costs from the
b1!the F�ng'riea' _
If d'usatisfied with art of the subcontracted work the become due the contractor. BY T1TS
tma in writin diu the subcontractor be removed. SECTION I-08.4 IS DELETED AND
'1[7ie Contractor shall co 1 with this at once errs shall not FOLLOWWG.
--Icy the subcontractor for further work under the contract. on of the Work
1-08.4 Notice to Proceed and prosecution
1-08.1
Hours of Work(APWA) APWA
m the case of tincrgen.-y or tmless otherwise approved after the mad has been
-the Contracting the normal star time worlu»g hours Notice t Proceed will be of ins have
_bj s .t,r contract shall be any Wnseartive 8-hour 1 �
between exewted and the contract bond and evidence ctor shall not
700 a.m. and 6:00 .m.of a wo der wrth a maxnman 1-hoar the Work until the Notice P�roc has been
hundi break and a 5-day work week The normal straight time 8- L;UI """"
nod for the cantract shall be established at the - the En ineer. The Contractor shall cow t
hour workm activities on the Pro'xt Site within ten s of the
lion conference or Prior to the Contractor commencing proceed Date The Work thereafter shall be r
the Work. Uon ucuii
If a Contractor desires to perform work on holidays, vi orousl and without unauthor>zed mtertu shutdowns or
or before 7.00 a m. or after 600 p.m.on any completion of the work.There shall be no vol nor apPro� of
Sat s Sunda , from
day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without A
work within the
rmission to work such times Permission to work longer than the Contractual Fngincer. Such
,obligation to complete letee thew n
g_beur period between 7.00 a m and 6.00 p.m is not requ
Such ucsts shall be submitted to the En into no later than noon prescribed Contract Time.
on ttic workin der riot to the der for which the Contractor is
requesting permission to work.
Page-SP-13
Revision Date:May 19, 1997
1-09 Measurement and Payment
1-09 Measurement and payment
SECTION 1-08.5 IS DELETED AND REPLACED WITH THE
FOLLOWING: SECTION 1-08.9 IS REVISED PER SECTION 1-0s.11.
1-08.5 Tune For Com letion Contract Time APWq 1-08.10 Termination of Contract (APWq)
SECTION I-08.It7 I ITSAST—L Mg�D BY A�
The Work shall be physically completed in its entirety with 11 TO 1 RSING
the time specified in the Contact Documents or as extended the TRANSPORTATION' �t TREASURE DEPA.gTME�,OF
Engineer. The Contract Time will be stated in `working des s PARAGRAPH S TO READ r T� u` SENTENCE
shall begin on the Nonce To Proceed Date and shall r CO�'IEA T- G AGEI,rCy.
C_ontna Completion Date end on t SEC 7ON I-08.11 IS A NEW SECTION.•
A nonworking dory is defined as a Saturday. a Sunday, a day 1-08.11 Contractor's Plant and E�m'
on which the contract specifically suspends work, or one of these Equipment($C)
holidays: January 1, The contractor alone shall at all times be
emorial Day. Jul 4, Y ad ua effici and suffi-- - his and his ible for the
Y Labor Day,
November 11. y, the larit and i ment. Themracior's
� �Y after Thanksgiving, and Owner shall have the
Christmas Day. When The day before Christmas shall be a of the contractor's lart and equipment in the n to make use
holiday when Christmas Day occurs on a Tuesday or Friday The work on the site of the work. �o� of an
day after Christmas shall be a holiday what Christmas Day occurs The use b the Owr, of such Dlant and
on a Mooday. Wedriesday. or Thursday. Whey Cuistinas Day contsidered as extra work and raid for aoco triplyt shall be
occurs on a Saturday, the two DreccdmR working Aa.,s shall be Neither the Owner nor the .neer assume
observed as holidays.- When Christmas at time for the of the site from the ibili
day occurs o0 a Sunday oPentions have Otrie contractor's
the two woticmR days followra9 shall be � until final of it,� ., b
When holidays other than obsnyed ash engineer and the
Christmas fall on a Saturday the Owner. The contractor shah such
wing Friday will be counted as a non-working day and when nieasura as additional f barricades and
they fall on a Sunday the following Monday will be counted as a he deems for the saf servvia
of the site and his lint and '� for the rotecxion
icon-working day. The Contra"Tune has been established to allow The Owner to be for_periods of normal mclanatt 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 is antr Wo
which pe rk(RC)
rlO crpated to be performed Each
successive w with the Notice to Proceed Date The contractor shall ive his rsonaI attention to and shall
and ending with the Physical Completion Date shorn be charged to s ise the work to the end that it shall be prosced fMly.
the Contra"Trine as it occurs CXCCPt a dav or mrr of a des whiff and when he is not Personall y present on the work site he shall at
a designated a nonworking day or an Engineer determined all times be represented by a cornpetrnL superintendent who shah
unworkable day. have full authority to mearte the same
The Engineer will furnish the Contractor a wee tools and labor without and to suppiv materials
showme (1) the number of working days charged a - report dda and who shall be the
representative of the contractor The contractor shall be liable for the Contract Time for the recedin week• the Contra" Tune ur the fiithful observance of instructions delivered to him or to
worimig days' (3) the number of working days remaininw in the his authorized representative
Contra" T_hne, (4) the number of nonworking days and as
parnal or whole days the Engiricer declared unworkable the 1-09 Measurement and Payment
previous week. This weekly report will be correlated with the
Contractors current roved progress schedule. If the Contractor
elecis to work 10 hours a des and 4,aays a week a 4-10 schedule SECTION -1-09.1 IS SUPPLEMENTED BY ADDING
fth THE
and the fi day of the week in which a 4-10 shift is worked would
working FOLLOWING:
ordinarily be charged as a day then the fifth day of that 1-09.1 Measurement of Quantities(RC)
week will be charged as a working day whether or not the
Contractor works on that day. When items are specified to be paid for by ton it will be the
The Contractor will be allowed 10 calendar des from the date Contractor s responsibility to see that a certified weight ticket is
of each report in which to file a written protest of an alleged given to the 1nMaector on the Pro tect at the time of delivery of
discrepancy in the Contra" Time as reported Otherwise the materials for each truckload delivered Pay quantities will be
report will be deemed to have been accepted by the Contractor as Prepared on the basis of said tally tickets delivered to the Inspector
correct. at the time of delivery of materials Tickets not receipt by the
The requirements for scheduling the Final Inspection and Inspector will not be honored for payment
establishing the Substantial Compleuon 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 cleadv numbered to the satisfaction of the
Engines and there shall be no duplication of numbers.
Duplicate tickets shall be preaared to accompany each
truckload of material delivered to the project. The tickets shall
bear at least the following information-
1. Truck Number>
2. Truck tare weight(stamped at source)
I Gross truck load weight in tons(stamped at source)
4_Net load weight(stamped at source)
S. Driver's name and +te
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 cash FOLLOWING:
t sum Bid Item The breakdown shall list.the item included in
the lump firm ether with a unit price of labor, materials and 1-09.9 Payments (APWA)
orforf each item. The summation of the detailed unit
ricer for each item shall add up to the lump sum Bid. The unit 1-09.9(1) Progress Payments (APWA)
P values
may be used u a guideline for determining progress Progress payments for completed work and material on hand
paymte�is or deductions or additions to Payment for ordered work will be based upon Progress estimates PrePared by the Engineer. A
clna
es. The detailed cost breakdown of each lump stun item shall progress estimate cutoff date will be established at the
be submitted to the En ineer Drior to the Preconstrudion precpnscniction meeting.
Confer_ Within 3 days after the progress estimate cutoff date (but not
SBC'7ION.1-09.2 (APWA)IS SUPPLEMEXTED BY REVISING more often than once a month) the Contractor shall submit to the
ALL REFBRBNt:7s.S TO '11fATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and
G��R, signed by the Contractor, covering the work completed prior to the
eroaress estimate cutoff date.The Application for Payment shall be
SECTION .1-09.3 IS SUPPLEMENTED BY ADDING THE accompanied by documentation supporting the Contractor's
FOU,OWING: Application for Payment.
of payment(APWA, RC) ff Paywq is requested for materials and eguipment not
1-09.3 Scope incorporated in the work,but delivered and stored at approved sites
Unless modified otherwise in the Con=d Provision' the Bid pursum t to the Contract Documents, the Application for Payment
Item listed or referenced in the rte"cause of each Section shall be accompanied by a bill of sale, invoice. or other
of the Standard S - will be the only rterns for which mtatim warranting that the Contractor has received the
motion will be made for the Work desainea in or sp2gige d � and equipmeq and evident that the materials and
,,, >hu vartieular Section when the Contractor Performs the equipnxnt are covered by, aPproprtate tuicu or other
— . Wont.Should a Bid Item be listed in a`Payttie it clause c netts to Protect the Engineer's interests thaeim
but net in the Proposal Fes,aid Work f x that item is Perform The initial progress estimate will be made not later than 30
die C11)(1tractot and the work is not stated,,-as included in or days after the Contractor commences the Work, and successive
nnad�to a pay item in the contract and is not work that would p,pRTM des will be made every month thereafter until the
-= to tYNinPlete the intent of the Co[ttraci Per Section 1- Completion Date. Progress estimates made during Pry of the
be 04.1 they for that Work will be made as for Extra Work _Work are tentative, and made only for the P�±*Pose of determining
a Change Order. progress Payment 'Ilse Drogress�� are sabiect to mange at
The words'Bid Item `Contract Item." and'Pay�," time Prior to the calculation of flee Final Payi>
-� terms used ihrou the Contract Docmhneirts are Section 1-09.9(4)• be the stun of the
The value of the P estimate
If the payment' clause in the Specifications relating tom fo[lo .
unit Bid Ilan Price in the Proposal Form requires that said unit Bid 1 Unit price Items in the Bid Form — the
hem price cover and be considered c ompensation_for certain work g ty of acceptable units of Work completed multiplied by the
or material essential to the item then the work or material will not Unit Price.
be measure''^'^'-id for under any other Unit Bid Item which may 2. Lnm Sum Items in the Bid Form — each
-------��• ns. peercenta a complete multiplied by the Bid Forms amrnunt
a r eisowrr��to the Proposal�or Specrficatlo
phiralized trait Bid Items a ** g m these Specficadm are Limp Stem Item. �
form. 3. Materials on Band — 90 of invoiced cost
rtunQed to sirngulae e,ra roved by�
merit for Bid Items listed or referenced in the"Payment" material delivered to Job site or other storage
clause o.. airy 31**ulIr Section of the Specifi moons shall be 9 im—e-ff. roved extra cost Or
deed as including all of the Work r—aired. or 4. Clianee Orders — entitlemcut for
described in that P wtar Section. Payment items will general ' completed extra work as deurntined by� acm
be lured AeriaiallY m the Specification and specific-R to the pro ytnents will be made in accordance ` the
bid form When items are to be funshed tinder one Pam pro°hers estimate less:
1 Fivc(S)Percent v made.
item and `installed" ruder another payment+iM+- such items shall for retained
be furnished FOB ro ect site or if specified m the SPe� 2 The amount of Progress Payments M�2 , � for
provisions delivered to a designated site. Materials to be 3. Funds withheld by the COtatra
-furnished " or "furnished and installed tinder these conditions disbursrrnent in accordance with the Contract Doami evidence
shall be the responsibility of the Contractor with regard to story a progress payments for work performed the Cotitraciing
until such items are inco rated into the Work or if such items of acceptable performance or an admission by
ril completed
are not to be incorporated into the work delivered to the applicable Agency that any work has been sausfacio i �ntracting
,° AoertCv storage site when provided for m the pa men s will be made by warren for ul�
Specifications Payment for material furnished, but not yu A 's fiscal officer, a atnst the a ro Hate ford sou by a
fro ect Payments received on account of work P yu
incorporated into the Work may be made on monthly estimates to subcontractor are sub'ed to the provisions of RCW
the extent allowed.
SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING
A[i REFERENCES TO "HEADQUARTERS' MATERIAL' t.
Page-SP-1 S
Revision Date-May 19, 1997
1-09 Measurement and Payment
1-09 Measurement
1-09.9(2) and
Retalnage (APWA,RCZ payment
Pursuant to RCW-60.28 there will. be retained from monies 1-09.9(3) Contra . A enc 's
earned by the Contractor on progress estimates a sum not to exceed ecd ht to Withhold
and Disburse Certain Ara
3 percent of the monies earned by the Co In addition to monies retained urn APWA
Shall be used as a trust fund for the ntraaor. Such rctai a sub'ect to RCW 39.04. 10 RCg7
protect and ent 1 to 250 RCW 39.12 60.28 and
the State with r to taxes im sed rsuant to Title Contractor authorizes the Fn ineer withhold RCW 39.76 the
Which nice be due from such Contractor and RCW due or deduct an amount from grit
person arising under the Contract the claims of an Contractor which in the or
iners's inion ma � due the
Monies reserved under provisions of RCW 60.28 shall at the cover the Corte` A 's costs for or to to
option of the Contractor, be- following situations the
1. Retained in a fund by the Cottracti Agency 1• Dams a to another contractor when
2�cD osrted by the Contracting Ag thereof and a claim has been filed. there is evidence
Crlcy m an interest
bearing account in a bank mutual savings or savings and 2' Where the Contractor has not id fees or
loan association(interest on monies so retained urea be ublic authorities or munici lities which the Gs to
d to the __ Contra is
Contractor). obligated W pay, ctor
3. Placed in escrow with a bank or trust COMPany by the 3. Utrlizsn material tested and '
Y. When the monies reserved art to be placed in for u trot connected with the Work Section 1 the inecr
escrow the Cotmacxi n 4. )
sum of the monies reserved bk w issm lea t heck the S. For �� a asscssmrnts r Section 1-07.16.
bank or trust co overtime work rformed C•
and the Contractor 'end . Stidt check shall be converted into Section 1-08 1(4) 1 r
boads wild secxirities chorea by the Contractor and an. ved Icy the ern leze W ted or actual failure of the Contractor to
irtd the bonds and sectrrities beld in escrow. — p on time
Interest on the bonds and securities ma be id to the Contractor 1 -9 Liquidated Dams or
as the interest accrues. b. Lack I of construction based n the
The Contractor shall designate the Lion desired � review of the Corttraanr's rayed t> he which
indicates the Work well not be leted within the
When calculati an anti - Codtraa Time.
least 10 working make all time OVertnn the well
citing days prior to the first progress pati,ment for the o for weather Bela eel uriavoidabie delays
contract. The C xitractor m choosm or a to and row of the Wort T1u amotug withheld tinder this
assume full nsibil' to all cosU which awe from rah will be based upon the liatidated damages
escrow_Services, brokerage charges or both and further agrees m Per day set forth in Cotes multinlirrt amount
assume ctrl rusks m of days the Contractor s approved progress g�number
connection with the rmestment of the retained a schedule in the Oninion
des in securities. The Contracting Agency may also at its �• 111° r nndicates the Contract ezoeed the Contract
PdM accept a bond for all or a portion of the Time'
� Sontmaor s 7. Failure of the Contractor to Derfom Release of retained foilowin Contractor's other oblid� �e
rcerita a will be made 60 da under the not
the Completion Date (pursuant to RCW 39 12 RCW 39 76 and limited to;
RCW 60.28)Provided the following conditions are met a- Failure of the Contractor to provide the
L On contracts total 1111y,more than field office when required Engineer with a
000.00 a release has - by the Contract Provisions
been obtained from the Washi on State b- Failure of the Contracto
(RCW 60r to rntect sury stakes
rtrnem of Revenue
.28.051). marlters, etc.. or to provide adequate survey work as required by
Z. No claims as rovidm law have been filed against Flo° 1--0SS'
the Mined percentage c. Failure of the Contractor to cot, defective or
3. Affidavit of Wages Paid is on file with the Contracting unauthorized wont(Section 1-05>;)
Agency for the Contractor and all Subcontractnrc re idlest of ucr d- Failure of the Contractor to furnish a Mamrfactur-e's
040
(RC (39.12. ). Certificate of Co reliance in lieu of material testing and inspection
In the event claims are filed the Contractor will be paid such as 'red 1-06.3.
retained percentage less an amount stifficiea; to pay any such e. Failure to submit wtckly payrolls Intent to Pay
datars together with a sum determined by the Conga Prevailing Wage forms or correct underpayment to employees of
uifficient to a the cost of foreclosing �n Agency
-�--�� the Contractor or subcontractor of any tier as required by Saxton
on claims and to cover t�I1.9.
attorney's fees.
Retainage will not be reduced for an y r� f. Failure of the Contractor to pay worker's benefits (Title
minimum limit provided by law. reason below the 50 and Title 51 RCW)as
required by Section 1-07 10
Pursuant to Section 1-07.10 the Contractor is risible for >i Fathrre of the Contractor submit and obtain approval
wbmitting to the State L&I a 'Request for Release' °a-Prog�schedule per Section 1-08 3
for the Conti q form m order The Contractor authorizes the Ea ineer to act as ern for the
to obtain a release from that Contractor disbursm
department with respect to the Payments of industrial insuranc -- -- g�h fumds as have been withheld pursuant to
medical aid premiums. The Contracting q this section to a party or parties who are entitled to payment
�ency will ensure the
Washington State Employment Security lltsburaetneffi of such fiends rf the En ineer elects to do so will be
appl Contracts Agency l�artment and any made onl
-- -Contracting g ncy department or organization are Y after giving the Contractor 15 calendar days prior
notifieU of Contract coin letion m order to obtain releases from written notice of due Contiatxtng At'ency's intent to do so, and if
those departments or agency organizations prior to the expiration of the 15-calendar day period
1. no legal action has commenced to resolve the validity of
the claims,and
2. the Contractor has Protested such disbursement.
Page-SP-16
Revision Date:May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances and
Contractor in accordance with this section will be trade. A regulations — Federal, State, or local — that affect the contract
past made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final
e•••xml trade under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date Orion 1
Contracting Ag rte icy shall not be liable to the Contractor for such 05.12).
PAVfT�t made in good faith. 1-09.11 Disputes and Claims
If k,al action is instituted to determine the validity of the
claims prior to expiration of the 15-day period mentioned above,
the)✓s 2[!er will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS;
written settlement agreanent of the parties. 1-09.11(2) Claims (APWA)
1-09.9(4) Phial payment(APWA) Failure to submit with the Final Application for Payment Fusal
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 shall operate as a waiver of
upon a Final Progress of Co Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9.
by the ritractor the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE
a release FOLLOWING:
1 to the Contracting Agency of all claims and all liiabdities
of the Contractor other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction
specifically excepted in writing by the Contractor ( A)
2. for all t!mM done or furnished in connection with the This contract shall be cowed and interpreted in accordance
Wodq 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 Wont. For convenience of the parties to this contract, it is mutually
A payment (nhounihly, final retainage or otherwise) shall not agreed that any claims or causes of action which the contractor has
rekt= the Contractor or the Contractor's Surety from any agate the Contracting Agency arising from this contract shall be
obligation required under the terms of the_Contraa Documepts or brougbt within 180 days from the date of Final Acceptance of the
the Contract Bond; twr shall such payment constitute a waiver of contract by die Contracting Agency. The parties undmIand and
the ting A eticy's ability to investigate and act upon agree that the Cont-actor's faiffure to bring suit within die time
of non-compliance with the WMBE reguirc n em of the period provided shall be a complete bar to any such claims or
Coocra 4 nor Shan such payment pmclude the Contracting Agency causes of actiom
from recovt d>_mages setting penalties it obtaining such other It is further mutually agreed by the parties that when any
ts as may be perrttiffed by law. claims or causes of action which a Contractor asserts against the
Before the Work will be accepted by the Contracting Agency,- Contracting Agency arising from this contract are filed with the
the r shall submit an affidavit, on the form Provided by Contracting Agency or initiated in court, the Contractor shall
the Fshgineer, of arhwtmts paid to certified disadvantaged (DB) permit the Contracting Agency to have timely ass to ate+records
y �E) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist m evaluating
i,-�- in the Work. Such affidavit sban certify the amounts the claims or actions.
paid to the DB MM F, subcontractors re gardkss of tier.
on Fedeaally-fimded projects the Contractor may also be i-09.13 Arbitration
aired w execute and furnish the Contracting AgeacS+an affidavit BY
dying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLBMEaNrED
"
or itift and moray pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO `THUR-STON CO
gpec}f cations. WITH THE WORDS °KING COUNTY•"
If the Contractor fails, refuses or is unable to sign and return SEC110N 1-09.13(3)IS SUPPLBMSNTED BY ADDUVG:
_the Final progress Estimate or any other doamnerus required for
the final a x of the contract, the Contracting Agency 1-09.13(3) procedures to Pursue Arbitration(RC)
rrxerYes the right to establish a completion date and unilaterally The fitndi arid decision of the board of arbitrators shall be
accept the contract. Unilateral ance will occur only after the final and binding on the parties unless the a^^^'°ed within
Contractor has been provided the opportunity, by written request .r.++no and filing
10 days challenges the findings and decision by s..
from the )=no er to voluntarily submit such docutneats. If a petition for review by the st t 'or court of Kmo Co+mrv.
voluntary compliance is not achieved, formal notification of the Washington The grounds for the petition for review are limrtea ro
impending mtslate id acnptance will be provided by certified letter
showing that the findings and decision:
from the Engineer to the Contractor which will provide 30 calendar 1. Are not responsive to the questions submitted;
da for the Contractor to submit the necessary documents. The 2 is contrary to the tennis of the contract or an�p°nait
30-calendar day deadline shall begin on the date of the postmark of thereof,
the certified letter from the Engineer requesting the necessary 3 Is arbitrary and/or is not based upon the applicable facts
documenu 'This reservation by the Contracting Agency to The
t the contract will apply to contracts that are and the law controlling the issues submitt ed to arbitration
unilaterally accep _ g forth in
board of arbitrators shall support its decision by sct?in
completed in accordance with Section 1-08.5 or for contracts that writing their findings and conclusions based on tlhe evi°�`F
are terminated in accordance with Section 1-08.10. Unilateral adduced at any such hearing.
acceptance of the contract by the Contracting Agency does not in
any way relieve the Contractor of the provisions under contract or i
Page-SP-l7
Revision Date:May 19, 1997
1-10 Temporary Traffic Control
1-10 Temporary Tra[rc Coatroi
The arbitration shall be conducted in accordance with the
statutes of the State of Washington and court decisions withnin If the E1 neer requires the Contractor to furn'
such procedure. channelizin devices ieces of uh additional
not be i me or services which could
The costs of such arbitration shall be borne usual! antici ted b a
and the contractor unless it is the board's ma' • tier!! the Ci maintenance and rotection of traffic riident contractor for the
OP inion that the may be established to pay for �n a new �n or items
contractor's filing of the rotest or action is capricious or without consideration of Payment for these rterat Sher
reasonable foundation. In the latter case all items are thatlnm�aons for
by the contraaor. costs shall be borne covered other items in the bid art not
fled in the S Provisions as are not
accumulati ve cost for the use of each individual
die
1-10 Temporary Traffic Control device tees of ui merit or service must el'�1IIeliZin
cost for the duration of their recd. 1n the m total
SECTION 1-10.1 IS SUPPLEMENTED By ADDING THE eer will determine what is _event of di
FOLLOWING: contractor. The cost for these items�wiIi be bb at a Ndem!gh
established ills a ttM rice rice
1-10.1 Geaeral�C2 r or b force account. Additional items
Wheri the bid pr tied as a result of the Contractor's modification oposal includes an item for 'Traffic Control ' control ran s a in the on to the traffic
the work required for this item shall be all teems described in Provisions in this paraQranh contract Shan not be covered b the
Section 1-10, including but not limited to-
1. Furnishing and maintaiiung b If the total cost of all the work tmder the contract inc>,� or
barricades flashers decreases by more than 25>,er� an
construction signing and other channclization devices considered for the item"T equitable ad'�SIme r will be
unless a pay Item ism the bid proposal for raffic Control-'to address the increase or
settle decrease.
device and the Special Provisions specify furnishing
maintaining, and payment in a different manner for that SECTION 1-10.2(7) TRAFFIC CONTROL SUPERVISOR IS
device; REVISED AS FOLLOWS
2. Furnishing traffic control labor equipt11et1t,and env' 1-10.2(1)Traffic Control Su
personnel for all u2mc control labor � o �(SA)
3. Furnishing any necessary vehicicfs) to set M and remove Con
the Class B co on si and other individuals to tractor shall designate an individual or
devices, traffic control perform the Traffic Control Supervisor's('I'CS)duties
for the projea Thc TCS shall be certified inas-s worlcsite traffic
4. Furnishing labor and vehicles for patrolling and maintairin cent
in position all of the construction signs and the traffic
corrtrol devices tmlcss a rtcm is m the bid to . The TCS shall assure that pet lac
secifx�lty paY for this work;and all the duties of the TICS are performed during the duration
Of the contract.
S. Furnishing labor, material and egwp !• —necessary for 7. Ensuring hat co
cleaning up, rtmo g corrections are made if traffic control
_-J 1.� �s7c-w and ra�lacmg of th�eJ construction devices are not functioning s
Signs fnd the traffic �ntrol devices ef,tr ,,ed or amen g required. The TICS may
during the life of the protect. �e mirror revisions to the traffic control plan to
accommodate site conditions as long as the original intent
6. Removing existing signs as specified or a di by the of the traffic control plan is maintained and the rtivrevision rested
engineer and delivering to the City Shops or storing and re- is in conformance
installing as dutcted by the Engineer with established standards.
7. ! a traffic control plan for tfie
N, TLC-
desi the person protect and
responsbk for traffic control at the
mQuAt
work site. The traffic control tan shall include or.in
descriptions of the traffic control methods and devices to be Possession of a current Bagging card
used by the prime contractor and subcontractors shall be by the TICS is mandatory.
submitted at or before the reconstruction conference and
shall be subject to review and approval of the Engineer SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS.
8. Contacting police, fire 911 and ambulance 1-10.2 2
notify them ir advance of services to ( ) Traffic Control PLam�Rg
any work that will affect and The Contracto shall be risible for assurin that traffic
traveled portion of a roadway control is instain conformanc e to established
9. Assuring that all traveled portions of roadwa tractor shall continuonsl evaluate the
traffic during s are open to operation of the traffic control plan and take
rig peak traffic periods 6.30 a m to t3 30 a.m., prompt action to
and 300 p.m. to 6.00 p.m or as specified ;., t correct any problem that biome evident during operation
provisions, or as directed by the Engineer. �Q special SEC770N 1-10.3(3)HAS BEEN REVISED AS FOLLOWS:
10. Promptly removing or covering all nonapplicable signs 1-10.3(3)
during periods when they are not heeded ( ) �nsrudlon Signs
All signs required by the approved traffic control plan(s) as
If no bid item 'Traffic Control" appears in the Proposal then well as any other appropriate signs prescribed by the Engineer, or
all work required by these sections will considered incidental and required to conform with established standards will be furnished
their cost shall be included m the other items of work. by �e Cautsactrag
Contractor.
_
Page-Sp-Is
Revision Date:May l9, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
No karate 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 total contract price
increases or decreases by more than 25 percent.
1 ether-costs for the work to
provide Class A or Class B construction signs shall be included in The Lump Sum Bait contract price pe: shall be full
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 drivcr(s�and the appropriate pilot car sign(s)for any eae-pilot '
car operation. Any necessary flaggers will be paid under the
SECTION 1-10.30 IS REVISED AS FOLLOWS: item for traffic control lsbec."Traffic gonuol LabQ*,"pet:
1-10.30 One-Way Piloted TraWiic
Control Through The Lump Sum u"contract price pe"eas.,shall be frill
C.o�prttction Zone pay for all costs for the labor provided for performing those
construction operations described in Section 1-10.3(1) and as
the st to
authorized by the Engineer.
The Lump Sum wait contract price
bY the QF1#QctQ; 0&did
paacl-�all be full pay for all costs for performing the
work described in Section 1-103(3) and Section 1-1030.
This payment will include all labor, equipment, and vehicles
Way UQU41 necessary for the initial acquisition, the initial iastalMon of
- � Class A signs,and ultimate rctum of all Contracting Agcary-
a.Furrrlsfud One-Way Piloted Traffic Con&W. The furnished
Contractor shall furnish the pilot car(s)and driver(s)for the pilot car
control arcs. Any necessary aaggcrs shaU be furnished by the
Contractor w
The Lump Sum wait contract price ^- ...n. be full
Rilot xm-ffic COG --A pay for all costs involved in furnishing the persons)assigned
as the "Traffic Control Supervisor" a 9R9i&=-
• All costs for the vehicle(s)required for
DELETE SECTION 1-10.4 AND REPLACE WITH: the Traffic Control Supervisor shall be included in the Lamp
1-10.4 Measurement(RQ (SA) Sum unit contract price for"Traffic Control-SuP0P;60r-M
No specific unit of measurement will apply to the IumQ sum
item of ►ffie Control"
K
SECTION I-IO.S IS REVISED AND SUPPLEMENTED AS
FOLLOWS.-
1-10.5 Payment (RC) be pad.
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 itermr:when dam-included in the proposal: -GGQ;dQ;;re with
'Traffic Control lump sum. ,.
The lump arm contract price shall be full pay for all costs not The Lum Sum wait-contract price ail be full
by oduer spxrfic pay item m the bid proposal for p the vehicle or vehicles
furnishing instslltrtt{ mamtam and removing traffic corurol pay for all costs involved in furnishing
by for tfie work described in Saxton 1-103(
the contract and as darcted by the Eagtiheer m ..
conformance wadi accepted standards aw in such a manner as to
cimize r afety,and minimize drsrupum and urtconvenhence to the
public.•
Pro has payment for the lump sum item 'Traffic control' 1 11 Renton Surveying Stands
will be made as follows:
a Whea the initial warning signs for the beginning of the Responsibility for SLII'p__! ted under
proja and the end of construction signs are installed 1 11 1(1) the
and approved by the Engineer 30 percent of the All surveys and survey reports sh�l RS-11-91
bid for the item wtil be yard. direct supervision of a person iegistered to pra
amount ctice land
�
under the provisions of Chapter 18.43 RCRI. in accordance
b Payii>�t for the remaining 70 percent of the amount All surveys and survey reports shall beQrtioa for ra
bid for the item wiU be paid on a prorated basis m with the requirerpents established by the Board of
accordance with the total rob progress as determined Professional Engineers and Land Surveyors under the provisions�f
by progress paYments• Chapter 18.43 RCW-
1-
Page-SP-19
Revision Data:May 19, 1997
1-I1 Renton Surveying Standards
1-11 Renton Surveying 1-11.1(2) Survey Datum and Precision(RC1 g Standards
The horizontal component of all surveys shall an have as its co not out in ASrCII text LW w�taac collector is I a hard
coordinate base: The North American Datum of 1983/91. lute field notes•
All horizontal control for proiem must be referenced to or in Corners and
Monuments(RC)
coniunction with a minimum of two of the CitY of Renton's Survey Corner A point on a land bo
Control Network monuments. The source of the coordinate values more bounds lines. A monument is usually set at
of two or
used will be shown on the survey drawing per RCW 58.09.()70. physically reference a corner's location on the �� iihtt to
The horizontal component of all surveys shall meet or exceed ound
the closure requirements of WAC 332-130460 The control base Monument 6-nY Physical object or structure of r
lines for all surveys shall meet or exceed the requirements for a marks or accurately references: cord which
Class A survey revealed in Table 2 of the Minimum Standard A comer or other survey
Detail Requirements for ALTA/ACSM Land Tine �'*"^s jointly established b or under the
established and adopted by ALTA and AGSM in 1992 or rvision of an individual r section 1-11.1 1 and
c
any
omparable classification in future editions of said document. The co or monument established b the General Land Office
ash !ar and linear closure and precision ratio of traverses used for and its successor the Bureau of Land e� inclthdin
>�eonurol shall be revealed on the face of the survey drawing seaion subdivision comers down to and inclu one-
as shall the method of adjustment sixteenth corners•and
The horizontal compwnent of the control system for surveys Amy MtIY monumented boundary
using global "it rioht of wet
coning system methodology shall exhibit at least 1 or horizontal and vertical control
part in 50,000 precision in itne length dependent error analysis at a �., �,„ _� mts established
='L y l agCnCV or priya[e Stlrycyor i►v l,,.t
95 percent confidence level and performed purl m to Federal street mtersectioas brit exclttdm
Geodetic Control Subcommittee Standards for GP S control sury s cow. ent interior lot
as defined in Geatitdric Geodetic A Standards do
'92eci lcations for Using GPS Relative Positioning Tedin:m es doped 1-11.10 Control or Base Line Sttrve��RC�
August 1. 1989 or comparable classification in future editions of
said document.. Control or Base Line Sury shall be establishM for all
The vertical component of all surveys shall be based on construction proiecu that will create permanent such as
NAVD 1988 the North American Vertical Datum of 1988 ands, sidewalks bridges utility lines or apptiitenanoa signal or
tied to at least one of the City of Renton Survey Control Network Egh! Poles, or anY non-smgk family building Cow or Base
benchmarks. If there are two such benchmarks within 3000 feet of Une Surveys shah Consist of such number of
moRltmrnis as 81C t
me_Proieci site a tie to both shall be made The benchmark(s)used uired such that every strutcYUrti ma
will be shown on the drawing. If a C observed for staking or 'as bail ' ' ocxupying one such
try of Renton benchmark does t>rnt while
moriutmerit and siidhttng another such monument. A minimum of
not exist wnthut 3000 feet of a project one must be set on or near two of these permanent monuments shall be
the in a permanent manner that will remain intact CXisting monuments
throughout the duration of the protect Source of elevati ons nixed acid on record with the City of Renton. The Control or
(benchmark)will be shown on the drawing as well as a description Bat Line Survey shall occupy each monument in turn, and shall
o_f any bench marks established. � y all applicable requirements of Section 1-11.1 hereirL
The drawing depicting the survey shall be neat, legible and
1-11.1(3) Subdivision Information (RC) drawn to an appropriate scale. North orientation should be clear
Those surveys dependent on section subdivision shall reveal presented and the scale shown graphical
Those as well as noted. The
the controlling monuments used and the subdivision of the dtawuiI mast be of such quality that a reduction thereof to one-half
applicable quarter section. original scale rcmarns kgible
Those surveys dependent on retracemew of a plat or short plat If recording of the survey with the King County Recorder is
shall reveal the controlling monuments measiirtmetts and rt mull be prepared on 18 inch by 24 inch mylar and will
methodology used in that retracement cor>�ly with all provisions of Chapter 58-09 RCW A
Photographic mylar of the drawing will be submitted to the City of
1-11.10 Meld Notes (RC) Reiuon and, upon them review and acceptance per the specific
Field notes shall be kept in conventional format in a standard of the protect. the original will be recorded with the
boric field book with waterproof pages In casts where an !Ling t ountY Records
electronic data collector is used field notes must also be k with a If cording not required the survey drawing shall be
sketch and a record of control and base line traverses describing prepared on 22 inch by 34 inch mylar and the original or a
station occupations and what measurements were made at each photographic mylar thereof will be submitted to the City of Rtntoa.
point- The survey drawings shall meet or exceed the requiretneats of
Every point located or set shall be identified by a number and WAC 332-130-050 and shall conform to the City of Renton's
a description. Point numbers shall be unique within a complete Drafting Standards American Public Works Association symbols
lob. The preferred method of point numbering is field notebook shall be used whenever possible and a legend shall identify all
page and point set on that page Example: The first point set or ssYmbols used if each point marked by a symbol is not described at
found on page 16 of field book 348 would be identified as Point each use.
No. 348.16.01,the second point would be 348 16 02 etc An electronic listing of all principal points shown on the
Upon completion of a City of Renton proiect either the field drawing shall be submitted with each drawing The listing should
notebook(s) provided by the City or the original field notebooks) include the point number designation (corresponding with that in
used by the surveyor will be given to the City For all other work the field notes) a brief description of the point and northing
surveyors will provide a copy of the notes to the City casting, and elevation (if applicable) values all in ASCII format
Y pop request. on iBM PC compatible media
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) Monument Setting and Refereucin¢1(RC)
Venial Surveys for the establishment of bench marks shall All property or lot corners, as defined in 1-11 1«
satisfy 211 bench requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shalt
Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1-
meet or exceed the standards specifications and Procedures of third 11.2(1). In situations where such markets are impractical or in
order elevation accuracy established by the Federal Geodetic danger of being destroyed e.g., the front corners of lots a witness
Control Committee. marker shall be set. In most cases, this will be the extension of the
=Bench marks must possess both pernu nonce 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 comers shall be shown or
bodi recovcrablilty and positive identification on recovery. described on the face of the plat or survey of record e.g. 'Tacks
in lead on the extension of the lot side lines have been set in the
1 11 1(�? Radial and Station—Offset Topography subs on the extension of said line with the curb.- In all other
(RC) cases the corner shall meet the requirements of section 1-11 2(1)
To---,aphis SuI�'CYS 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 pow ocCuPisd or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument
or establishing baselines for station—offset topography falls with in a paved portion of a right of way or other area, the
shall meet the t;equiremcnis 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 moinnnent and flush
section 1 11 1 herein shall be observed for all topographic surveys- with the pavement surface, Per section 1-11.2(3).
In the case of right of way centerline mom meats all points of
1-11.1 Radial Topography(RC) curvature(PC) points of tangency(M.street intersections,center
Elevations for the pourts occupied or back sigtnted in a radial points of cut de sacs shall be set If the point of intersection., Pi,
--"c survey shall be determined either by 11 spirit leveling for the tangents of a curve fall within the paved portion of the right
Wft udsclosuro not to emceed 0.1 feet or Federal Geodetic Control of way,a monument can be set at the PI instead of the PC and PT
Coa> third order elevation accuracy specificatiio is OR 2) of the curve.
p pmctric keel- with elevation differences determined in at For all nou corner monumerns set while under eqnttact to the
1ast two directions for each point and with misclosure of the Cit•of Renton or as part of a City of Renton approved subdivision
txratit not to exceed 0.1 feet- of Propety a City of Renton Monument Card (furnished by the
city) identifying the monument; point of intersection(Pn, point of
1_11.1,,1011 Station—Offset Topography(RC) tangency (PT). Point of curvature (PC) o comer PM
Elevations of the baseline and topographic points shall be monninent, street intersection etc complete with a description of
determiined by spirit leveling and shall satisfy Federal Geodetic the monunnerC a minimum of two reference Points and NAD 83191
Cocitroi Committee motions as to the turn points and shall not coordinates and NAVD 88 .ovation shall be felled out and filed
erceecd 0.1 foot's errs as to side shots. with the city.
1 11 1(11) As-Built Survey(RQ 1-11.2 Materials
All irnprovements required to be 'as-built' (host construction
--C ty of Renton Codes, 11TIB 4 Building Regulations 1-11.2(1) Property/Lot Corners�1t�C
and TM E 9 Public Ways and Property, must be located both Corners per 1 11 1(5)shall be marked in a Pelt matinee
horiaoahlly aid verticallY by a Radial survey or by a Station offset such as 1R inch diameter rebar 24 inches in snort,_ durable metal
• The 'is-built' survey must be based on the same base line plugs or caps tack in lead, etc and petmaixntlY tt>arked or tagged
sung The specific name of
or can La survey usxd for the construction staking survey for the with the surveyor's idernif>melon amber �� at the t*une of
be ng 'as-built The as )ud muvt y for all the marker used can be dctammedfiY —
�" sttbstttfwe jTRr venents should occur prior to bacldilling. Close installation.
�opaation between the installing contractor and the as-build
surwryor is therefore required. 1-112(2) Monuments (RCZ as set
Alt'as-built' surveys shall satisfy i1x requires of section Monuments per 1-11 1(5) shall meet the
1 11 1(1) herein sad shall be based upon control or base line forth in City of Renton Standard Plans Pa a H031 stud* y
surveys made in conformance with these Specifications. marked or to cd with the surveyor's id cation uumD'-"
The field notes for 'as-built shall meet the requirements of Monument Case and Cover
section 1-11.1(4) herein and submitted with stamped and sit tied
1-11.2(3) on y-22 and City
as-built' draw"mgs which includes a statement certifying the Materials shall meet the requuctnerrts of secs
acctiiacY of fit• of Renton Standard Plans page H031.
The drawing and electronic listing requirements set forth in
swion 1-11-1(6) herein shall be observed for all as-built
Surveys.
Page-SP-21
Revision Date.May 19, 1997
2-02 Removal of Structures and Obstructions
2-03 Roadway Excavation and E
mbankment
Division 2 Earthwork guantities and
manuall orb means of electronic data wrocesss*muted either
Earthwork use of the averse end area method
Chan es r4 b
work as directed b the i e
nfer ththat would alter these
shall be calculated by the En infer and submitted ties
2-02 Removal of Structures and for his review and verification to the Contractor
Obstructions An excavation or embanlmient beyond the I-
the Plans unless ordered the Ea infer shall!�b�icated in
All work and material id for.
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS on final conditions as directed b the return areas to their
FOLLOWS: uy the Contractor at his sole ezpes>,se itiar shall be rovided
All areas shall be excavated filled
2-02.3(3) Removal of Pavement, Sidewalks, and n to com 1 with the ,f shown o or bacicfilied as
Curbs�R '� and bacicfilled areas fine the Plans. In filled
shall be in d the (amt
sw:In removing pavement, sidewalks, and curbs. the Contractor grid aion of the final la er. In cut sections fine
shall within the final six inches of cut.
1. Haul brokers-up pieces shall Produce a surface whic}t is F� radii
to some off-project site. char es_m grade Smooth� hau ab
- Excavation for curbs and shall be a lisiiM
b
3aact,T f otse c�itting aocuratcty to the cross sections
S. When an area where v shown Care shall be- taken not to excavate below then i�
ement has been removed is to be
�d to traffic before pavement patching has been completed, des- The contractor slnap maintain ' ed
temporary mix asphalt concrete ired deirimentaf ties of leaves brush sticks excavations from
Patch shall be debris until final a trash and other
Temporary patching shall be placid to a rnUUmum depth of 2 eceptance of the work,
hxhes mimediaWy after backfilling and compaction are complete Following removal of to Mil or excavarinn
and before the road rs opened to traffic MC cold mix or MC hot before Placement of fills or base io grade and
mix shall be used at the discretion of the hn weer. roadway shall be cow the sub de under the
prOOf1011td to 1dClltify a>ry soft or loose areas
If pavements, tadewall¢, or curbs lie within an excavation —' warrant addmoaal compaction or excavation and
aria and are not mentioned as separate, their rernoval placement
will be paid for as part of the quantity removed in excavation. If The Contractor shall Provide drains a or cotxtion
they ae� to keep the sub grade free from statidirig water
as a separate item in the proposal, they will be measured Accxptable excavated native soils shall be used for fill in the
and paid for as provided under Section 2-02.51 and will not be area requiring fiffs. Care Shan be taken to place excavated material
included in the quantity calculated for excavation. at he optimum moisture content to achieve the Specified
shall be
compaction. Any native used for fi
maternal ll free of
SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debts and have a
maximum particle size of 6 inches
?x02.5 Payment�RC2 It shall be the responsibility of the Contractor to tmveat the
native materials from beconfing saturated with water. The
32. "Saw Cutting' per Lineal Foot. measures may include sloping to drain,
. "Remove Sidewalk" per parr Yard materials. and diverting - Compacting the move
runoff away from the materials If the
4. Remove Curb and Gutter" per Lineal Poot Contractor fails to take such preventative
5. "Cold Mix" a� costs or
per Ton decay related to drymo the materals shall be at his own expense
6. "Remove Asbhalt Concrete Pavement,'per square yard If the native materials become saturated, it shall be the
7. Remove Cement Concrete pavement,"per square yard. _7�,q ibi7ity_ of the Contractor to dry the materials, to the
8. 'Remove existing "peC uPtimum moisture content )I sufficient acceptable native soils are
All costs related-to-the removal and q! of struaures and not available to complete If
of the roadway embankment,
obstructions including saw cutting excavation bacid'illing and GravA Borrow shall be used.
temporary asphalt shall be considered incidental to and included in If submde trimmer is not required on the project,all portions
other items unless designated as spccttic bid items in the proposal, of Suxion 2-03 shall apply as though a subgrade trimmer were
specified.
2-03 Roadway Excavation and If sufficieru able native soils as determined by the
ineer are not available to complete construction of the roadway
Embankment embankment. Gravel Sorrow ESSq g 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 perfo6ed unless specific exceptions in other
excavated material shall be used for embankments while su lus sections provide otherwise:
excavated material or unsuitable material shall be disposed of b L At the discretion of the engineer roadway excavation
the Contractor. borrow excavation and unsuitable foundation excavation - bY the
r- -
Page-SP-22
Revfrion 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 SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE
the truck number time and date and be approved by the engineer. FOLLOWING:
SECTION 2-03.5 IS REVISED AS FOLLOWS:
2-06.5 Payment (RC)
2-03.5 Payment (RC) Subgrade preparation and maintenance including watering
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 unit or lump suet
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
yubgrade, that part below the 2-foot depth shall be paid for as FOLLOWING:
0
provided in 'eact"'GA 44" Item 3 of this payment section In this 1
case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC)
at unit contract price. This work also includes the excavation, haul, and disposal of
7lre 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 kzWmg buried Im and stumps.
material.
2-09.3 Construction Requirements
i'Ilre unit contract price per cubic yard shall
SECTION 2-09.3(1)D IS REVISED AS FOLLOWS.-include haul.
3. -Unsuitable Foundation Excavation".per cubic yard. 2-09.3(1)D Disposal of Excavated Material(RC)
The unit contract price per cubic yard for 'Unsuitable All costs for disposing of excavated material within the project
Foundation Excavation" shall be full pay for excavating, loading, limits shall be included in the unit contract price for structure
and disposing Of the Maw' hall', excavation, Class A or B.
Tile unit contract price per
in sectiGn 1 04-4 for. Wada;g and hauling ale 54246
pubic yard shall include haul.
7. r
Zbe unit contract p4ce P4; Cubic meet 4he r1__ 03-
If the contract includes structure excavation, Class A or B.
ilichtding haul, the unit contract price shall include all costs for
loading and hauling the material the full required distance.
otherwise all such disposal costs shall be considered incidental to
Zhe Engines;will be __._@ go!@ jufge of the -=24 qu�ncki*&4146&4,3mb ;6 mands by 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)
Gravel ba&flL All gravel backfill will be meastued by the
2-04 Haul cubic yard in place determined by the neat lines required by the
Plans or by the ton as measured in conformance wi!h section 1-092.
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
specific separate pay item is included in the contract for gravel
2-04.5 Payment (RC) backfill for pipe bedding.
llgwing bid 4- SECTTON 2-09.5 IS REVISED AND SUPPLEIISENTED AS
L -Haul-, p-rUilitr FOLLOWS:
All costs for the hauling of material to from or on the job Payment
site shall be considered incidental to and included rn the unit price ��payment will be made for the following bid items when they
of other units of work. are included in the r
p oposal:
-Structure Excavation Class A",per cubic yard.
"Structure Excavation Class B",per cubic yard.
"Structure Excavation Class A Incl.Haul", per cubic yard.
per cubic yard.
-Structure Excavation Class B Incl.Haul".
The unit contract price per cubic yard for the bid items listed
materials,
as 1 through 4 above shall be full pay for all labor, munit bid
tools, equipment, and pumping or shall be included in the . or
price of other itennsi of work if -Structure Excavation
Page-SP-23
Revision Date:May 19, 1997
2-09 Structure Excavation
2-09 Structure Excavation
"Structure Excavation Intl Haul' are not listed as pay items in the
contract.
"Shoring or Extra Excavation Class B",per square foot. I
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
back-fill 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 backMI 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 Backfill (Kind) for (I1�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 Engi xer that such per
ton bacefili is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard
Evidence that per ton gravel backfill is not being used for its
designated purpose shall be grounds for the Engineer to deny
past 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
inducted 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.
t-
Page-SP-ZS
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement
5-44 Asphalt Concrete Pavement
Division 5 (2)
Surface Treatments and Pavements
5-04 Asphalt Concrete Pavement When a sample from uncom c mix is n� the
Contractor shall ensure that the samples can -be obtained in
accordance with WSDOT Test Method 712. y
SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS
FOI1.0 WS:
5-04.3(8)A Acceptance Sampling and Testing(RC) � Definition of Sampling Lot and Sublot. For the puke
of a sampling and testing, a lot-is
1. General. Acceptance -- asphalt cement concrete shall be the total quantity of material or wort; �defused as
ac-provided under--4tztissica!_ a not�gctical acceptance. formula (]I'l Only one lot p � for�_i^ rnix
Determination of per JMF is expect-ststisticsl-s� 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, ou
E. F. and G) shallw•iA be evaluated for quality of gradation on-a
(IMIAGt basis by the Contractor This gradation analysis shall be
based on WSDOT Test Method 104 and the results delivered to the �-is defiaeddef The JMF
Contracting Agency by noon of the following working day This 03.8(6)A (Basis of A �d to section 9-
information shall be used by the Fngtneer to evaluate conformance ) T� Contracxor trot make
grey changes to the TMF withotrt prior written armrn.r�t m ..
�rttlt Seaton 9-03.8(0A.2.-acid Asphalt content shall be tested at Fn uieer �• u�c
the Esngineer's discretion if the Compaction Pay Factor(Section 5-
04.3(10)B)falls below 1.00
The Contracting Agency may take their own independent
gradation samples at the stockpile to confirm the gradation testing
done by the contractor. If the tndependerit sample gradation vanes
from the Contractors data by more than ±3% for sieve sizes
rester than 1/4' and t2% for sieves smaller than the No 10 then
the costs of the sampling and testing shall be borne by the a Ch
Coartacxor. If the test results vary from the Contractor's data
an-within the ranges listed abov then maxi
the cost of sampling and testing will be borne by the Contracting Sampling and testing for nonstat=cal acceptance shall be
A�-CY- performed on a random basis at a minimum frequency of one
"Gil 09 929;09642kca ;QM4hg4oW-f@gd, sample for each sublot of 400 tons or each day's production,
whichever is least. When proper quantities exceed 1,200 tons for
a class of mix under nonstatistical acceptance, sublot size shall be
determined to the nearest 100 tors to provide not less than three
Q- 1 ke COA—Gting ageAcies Ochs; than W=
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 all
D. Teri Methodg. When sample testing of asphalt content is
•acceptance testinff for compliance e€ asphAt cgnteat
2. Aggregates. _Aggregates will be accepted for sand will use the Nuclear Asphalt Gauge Procedure; WSDOT Test
equivalent and fracture based on their conformance to the Mood 722-T• When sample testing of gradation is necessary,
requirements of Section 9-03.8(2)_ A4acceptance testing for compliance of gradation will use the Quick
�• Determination of Aggregate Gradation using Alternate Solvent
3. Asphalt Cement. Asphalt Cement will be accepted €eF Procedure; WSDOT Test Method 723-T.
w&&&-based on &"&-.confo—ance to the requirements of Section 9- E. Reject Mixture
02.1(41). 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 (IMF) 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 -by Engineer Without Testingittieut�estitig.
(1) A sample will not be obtained from either the first or last The Engineer may, without sampling, reject any batch load, or
25 totes of mix produced in each production shift. section of roadway
t_ -
Page-SP-26
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
uataFiah that appears defective in gradation or asphalt cauwu SECTION 5-04.03(10)A IS SUPPLEMENTED By ADDING
content. Material rejected before placement shall not be THE FOLLOWING:
incorporated into an ilia pavement. Any rejected section of 5-043(10)A General (RC)
compacted;oadwaypavernent shall be removed.
No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a
removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer rn r • of
of
rejected material be tested. If the Cc th
ontractor elects to have e Renton Comprehensive Water System Ptah to tdeaiifv Icxations
rejected material tested,a minimum of three representative samples A.C. lines)
will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS.
for testing from compacted pavement shall be removed by coring. 5-043(10)B Control (SA)
Asphalt concrete pavement Classes A, B, E, and F used in
',I;r 1@V.djap 075 ag payinora will be mada fa;the mjectsd 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
sh-A 0 75, L%4 406t-�' Oing and t6sting mill be bgma by the level of relative density. The testing shall ocarr on a sublot basis
using the definition of a sublot described in Section 5-N.3 The
specified level of relative density shall be
lsacuon , ns 1(1) u6ing a ^f 924.0 percent of the
cctptance of the initially reference maximum density
rej I material will use the acceptance sampling and 14-thad-=._The reference maximum density shall be determined
testing mediods If the material does not fall within the lob mix as that developed in the job mix formula
forninta tolerances of Section 9-03.8(�A the mix will be rei
and all associated with sampling testing and removal shall be cQncma being pl=W. If the Contractor chooses, it moving
borne by the Cootractor. The rejected material must be removed average of the three most recent tests of mauintum density may be
and replaced with mew material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the
If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of
Wluatires the mix will be accepted for quality of mix but will density attained will be determined by the average
sualuati�n-of three €iva nuclear a tests taken m
remain subject to the eo<npaaron adjtistment of Section 5-04.3(10) ��y >�
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 Coturaaing Agency placed (after completion of the finish rolling) at locations
determimed by r ...-...Gel"%
—within each density tot
noclw�=@ 6=1PIM8 and 'Wing.- I.- Engines; wuzy -160 QW4 The 4ua tity;ap;:@r9atad by each dansity-104 VAU.bf GO 4"*-Q
The Eng�will a copy of the
results of all ante testing performed in the field as soda as
the results are avatlabl
pavement compaction
below 89 percent of the reference maximum density shall not be
accepted. densities falling between 89 percent and 92
- combined ;W percent shall be subject to the price adtusrsn Section 5-
04.5(1)B.
daist�uiasd.
For compaction lots falling below a CPF of 1.00 pwj'-�
and thus subject to price reduction or rejection, cores mays
as an alternatives to the nuclear density gauge tests.
IN.-Ch.-ime 3G d" pecificntioa =8411 can after.p uiag�-When the Contracting Age pests cores and the
level of relative density within a sublot is less thanf92: g
t-The costCGntracting Agency rhnll be
and testing shall be borne by the Contractor. When the Contracting
Agency requests cores and the level of relam+e duty n a
sublot is greater than 92.0 percent the cost for coring and t-ng
shall be borne by the Contracting Agency. s i t-thr°-rats eF
shall-ba-25-purcut. the Contractor. a
At the start of paving. if requested by
compaction test section shall be constructed, as directed by the
Engineer, to determine the compactibility of the mix design-
Page-SP-27
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement
5-04 Asphalt Concrete Pavement
Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(l) QUA
MY tg' ADJUSTMENTS IS DE
Riven quality level corresponding to a pay factor of 1.00 or LETED.I.IT1' ASSURANCE
greater referenced to the specified minimum density (92+ percen t
of the reference maximum density • IS DELETED AND REPLACE WITH
A4sttwd--7705). If a compaction test section is.requested, a THE FOLLOWING.
Compaction pay factor of 1.00 shall apply until compatibility is 5-04,5(1)A price Ad
proven. Following determination of compaSubdity. the Contractor Adjustments ustments for Quality of AC MU
is responsible for the control of the compaction effort. If the (RC)
Contractor does not request a test section, the mix will be Nonstatistical Acceptance-Each lot of asphalt
considered compactible. pavement produced and haying all constituents concrete falling within I
Asphalt Concrete Classes A, B. E, F, and G constructed the limits of the job nit 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 ob mix form the mix shall not be accepted see
point evaluation shall be performed in accordance with inst ructions Section 5-04.3(8)Refection of N tare)
from the Engineer. The number of passes with an approved SECTION 5-04.5(I)B IS REVISED AND SUPPLEAUWTED 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 die satisfaction of the Engineer. Compactionj(gC2
In addition to the randomly selected locations for tests of the For each sublot cQw
density, the Engineer may also isolate from a normal lot any area Factor a Coon
that is suspected of Acing defective in relative dens' will be
density. Such determined based on the relative density of the tests The
isolated material wilFna 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 isolated area will then be evaluated for price adjustment in between the COMPQ444 Pay paccg;
accordance with this n. considering
it as a separate_sublotlet.
SECTION S-W 5 IS REVISED AS FOLLOWS:
5_ -04.5 Payment (RC) Relative Density Compaction Pay Factor
-Mise and/or Driveway Asphalt Conc. Apgu>aclt Cl. (average of three tests)292.0 1.00
per toa This item,-when included in the contra 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
�.,..e . - ti r,;,aiiai+au.
;Qb ix c r , 90.0
0.85
'ba,f in c 89.5
Paid for. a 0.80
89.0 0.75
Page-SP-28
Revision Date:May 19, 1997
6-12 Rockeries 6-12 Rockeries
Division 6 and have a stable appearance. The rocks shall be carefully placed
by mechanical equipment and in a manner such that the longitudinal
Structures axis if the rock shall be at right angles or perT,cnd;cular to the
rockery face. The rocks shall have all inching faces sloping to
the back of the rockery. Each row of rocks will be seated as
SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner
that there will be no movement between the two. After setti , a
6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the
back with quarry rock to eliminate any void sufficient to pass a 2
inch square probe.
6-12.1 �n(RC)
The work described in this section regardless of the type of 6-12.3.1 Rockery l3cokfi t (RQ
es the excavation and ha f the '1�e wall bacJkfill shall consist of 1-1/2 inch mime crushed
materials encO� rock or gravel conforming to section 9-03.9(3). This material will
Cut or fill slopes and furnishing a'id constructing rnc3Ceries/rock
wall where shown on the plans or where directed by the be Placed to an 8 inch minimum thickness between the entire wall
[eta' ' - and the art or fill material. The bacfiill material will be placed in
eaginmr- lifts to an elevation approximately.6 inches below the coum of
6-12.2 Materials (RCS rocks Placed. The backfhil 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, coarse will be removed before setting the next course.
ante or other igneous rock. Individual Pieces of rock shall be
end and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe(RQ
Wei S0 to 150 and tested for soundness with sodium . A 4 inch diameter perforated pvc pipe shall be placed as a
sulPhatr in accordance with aashto t104 the loss through a one- footing drain behind the rockeries as shown in the standard plans,
inch sieve after 6 cycles shall not exceed 35% by Wight. 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 emend through the wall. The msP will have the audioritY to reject any defective
The cock material shall be hard sound, durable and free from material and to suspend any work that is being impropertY done,
ed rt�s seams cracks and other defects. decision to the final deeitnl of the . All[elected material
'lie rock density shall be a minimum of 160 hounds Per cubic will be removed from the construction site and any retested work
fool The source of supply and represcreawe samples of the shall be repaired or replaced at no additional cost to the Owner.
material shall be roved by the engineer before delivery to the 6-12.4 Measurement (PC)
site.
The rock walls shall be constructed of one man rocks, (85 to Measurement of the finished rock wall for paynj�!t will be
sw ainrls) each 10' m its least dimension; two-man rocks• (300 made from the footing grade to the top of the wall and rounded to
to 600 each 1P' m Its least dimension three-rrmn rocks the nearest square Yard.
(S00 m 1200 Pounds) each 16 in its least dimension; four-man
rocks(1500 to 2,200 Pow)each 18 m its least dimension The 6-12.5 Payment(RQ
racks shall a uniformly n size for each classification specifies. Payment will be made under the item 'rock retaining wall'.
The fan-man rocks shall only be used for the first course of
per s4uan yard.
rock in walls over 6 feet in height. The unit PriCc per square yam shall be full compensation for
6-12,3 Constrndion Requirements (RQ the rockery/rock retaining wall in Place grid shall inc�lude all work,
materials and equipment required to complete the insiallatiou.
'the rock unloading at the site will be done in such a mariner including drainage pipe and all other items.
as to segregate the rock by the size ranges indicated m the
Pr'ecedm8 l�
The walls shall be started by excavating 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 nit or fill section.
Rock selection and Placement shall be such that there will be
no open yo:ds in the exposed face of the wall over 6 inches across
in any direction The rocks shall be Placed and keyed together
with it 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 1�aced
to minimize erosion of the backfill material. The larger rocks shall
be placed at the base of the rockery that the wall will be stable
1-
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 in 9-05.19
regard to a kind of culvert pipe, thus Sion in
Sanitary Sewers, Water Mains, and be understood that steel is zinc
Pipe
with end
_ halt T sections, it shall
Conduits (galvanized) or aluminum coated (alurnin' r atment I
steel, and aluminum is corrugated aluminum alyys`� iron or
Sections 9-05.4 and 9-05.5. � in
Where plain or reinforced concrete steel or alumintun are
7-01 Drains referred to in Section 742 it shall be understood
also made to PVC. that reference is
SECTION 7-01.2 IS REVISED AS FOLLOWS:
7-01.2 Materials 7-43 Structural Plate Pipe, Pipe Arch, A.cb,
Drain pipes may be concrete,zinc coated (galvanized)Asphal e and Underpass
Tnmbnent I or aluminum coated (aluminized) corrugated iron or
steel_with Asphalt Treatment 1. corrugated aluminum alloy, SECTION 7-03.2 IS REVISED AS FOLLOWS:
polyvinyl chloride (PVC), or corrugated polyethylene (pL) at the 7-03.2 Materials
Option of the Contractor unless the Plans specify the type to be
used. Materials shall meet the requirements of the following
SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Gass 3000
7-013 Construction R equ frements� Corrugated StceAsphalt Treatment I 6-02 Corrugated Alum 9-OS�
inum I
PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-05.6(8)
using a flexible elastomeric sea! as described in Section 9-04.8. 9-07
The bell shall be laid upstream. PE or ABs drain pque shall be
jointed with map-on. screw-on, or wraparound coupling bands as SECTION 7-03.5 IS REVISED AS FOLLOWS:
recommended by the manufacturer of the tubing. 7-03.5 Payment R .
PVC anderdrain pipe shall be jointed using either the fl=-ble I
ebmtoamic seal as described in Section 9-04.8 or solvent cement as paymern will be made in accordance with Section 1-04.1, for
described in Section 9-04.9, at the option of the Contractor unless each of the following bid items that are included in the
otherwise specified in the Plans. The bell shall be laid upstream. 'St. Str. Plate Pipe proposal:
Gage In Dram.", per linear
PE or ABS drainage tubing underdrain foot with Asphalt Treatmern I. f
Pipe shall be jointed with I
snap-oa, screw-on, or wraparound coupling mss, as 'St.Str. Plate Pipe Arch Gage FL_In.Span".
ronded by the manufacturer of the tubing. Per linear foot with Asphalt Treatment I. '
SECTION 7-01.4 IS SUPPLEMENTED St. Str. Plate Arch
NTED ADDING THE li Areatment L �- Span" , per
near foot with sphalt T
'
FOLLOWING: 'Structure Excavation Class B".
7-01.4 Measurement gc) "Structure Excavation �cubic yard.
Class B Incl.Haul".Per cubic yard.
If no bid item for Structure Excavation Class A or Structure
When the contract does not include 'structure excavation Excavation Class B incAudinL, haul is included in the schedule of
Class B'or 'Structure excavation Class B including haul- as a Day prices then the work will be considered incidental and its cost
item all costs associated with these items shall be included in other should be nucluded m the cost
contract pay ite of the
ms. 'Shoring or Extra
Excavation Class B". If it is not in the contract, then it shall be
incidental.
7-02 Culverts
7-04 Storm Sewers
SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS
FOLLOWS' SECTION 744.2 IS REVISED AS FOLLOWS.
7-02.2 Materials (R ) 7-04.2 MateriaLs-(Rg
Materials shall meet the requirements of the following where steel or aluminum are referred to in this Section in
moons' regard to a kind of
pipe, rt shall be understood that
Plain Concrete Culvert Pi storm sewer I
9-05.3(1) steel is zinc coated (galvanized): Asphalt Treatment I Coated 9*
Reinforced Concrete Culvert Pipe 9-05.3(2) i _ corrugated iron or steel and
Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections
Steel Culvert Pipe and Pipe Arch,Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5.
Steel Nestable Pipe and Pipe Arch, Asphalt Treatment 1 9-05.4(8)
Steel End Sections, Asphalt Treatment 1 9-05.4(9)
Aluminum Culvert Pipe 9-05.5
Aluminum Enid Sections 9-05.5(6)
Solid Wall PVC Culvert Pipe 9-05.12(1)
Profile Wall PVC Culvert Pipe 9-05.12(2)
Page-SP-30
Revision Date:May 19, 1997
7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes, Inlets,and Catch Basins
7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins
SECTION 7-04.3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING.
7-04.3(1)B Pipe Beddin C 7-05.3 Construction Requirements_Z
Pine bedding for PVC sewer Pine shall consist of clean, All manholes shall have eccentric cones and shall have
rarnular Pea ravel consistent with section 9-03.12(3). It shall be ladders.
laced toad th of 6' over and 6 under the exterior walls of the
pipe. SECI70N 7-05.3(1) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7-04.3(2) Laying Storm Sewer Pipe
SECT70N 7-04 3¢)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to
Grade RAC
7-04.3(2)A Survey Line and Grade-RCS The existing cast iron ring and cover on manholes and the
Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly
contactor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the
s�iecif�cations. existing structure shall be raised or lowered to the required Igg
SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE
elevation.
FOLLOWING:
7-04.3(2)G Storm Sewer Line ConnectionsRCZ except ac Qff Foved by the UR&66;
All connections not arring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar
be done utilizing Pre-manufacmred tee connectors or Pipe sections structures m areas to be surfaced with crushed rock or gravel shall
-roved by the Enginieer Any other method or materials be constructed to a point approximately eight inches below the
sed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Posting
by ttie Engirxr. manholes shall be art 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
the gravel or crushed stow sto swfacing_ the manholes and manhole
7-04.4 Measurement C� cgs shall be constructed to the finished grade of the roadway
The length of storm sewer pipe will be the number of linear surface Excavation necessary for bringing manholes to grade
feet of completed installation measured along the invert and will shall center about the manhole and be Held to the minimum area
include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole ad'tustment, the void.
of linear feet will be measured from the center of manhole to around the manhole shall be bacldiiled.with materials which result
curter 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 strucxunres. thoroughly compacted. acid
In cement concrete pavement: Manholes, catch basins
SECTION 7-ym q Iv SUPPLEMENTED AND REVISED AS similar sulictures shall be constricted and adjusted in the same
FOLLOWS: manner as outlined above except that the final adttistmerit sball be
7-04.5 Payment_S_RQ made and cast iron frame be set after forms have been Placed and
checked. In placing the concrete payment extreme care shall be
The unit contract price Per linear foot for storm sewer pipe of taken not to after the Position of due meeting in aniy way.
the kind and size specified shall be full pay for all work to . In asphalt concrete pavement' Maiilioles shall not be adpsstr d
cotnplde the installation including adNSnm _ of _inverts to until the pavement is completed, at which time the center of each
nnaniholes. when no bad Item "gravel bac H for PiPe bedding is manhole shall be carefully relocated from rcfct �y
included in die Schedule of Prices PtPe bedding as shown m the established the contractor. The vemer� shall t mo l a
restricted area and base material b. removed to Permit removal of
Standard plaits shall be corsdered incidental to the pipe am—no �, t to ironer grade
additional payment shall shall be made. the cover. The manhole shall then be b °i
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 flame shall be laced on me
bvgneat
�— and wedged up to the desired grade The a `a P
be considered incidcl to and included m the min contras aces shall cut to a neat circle die diameter or which
for other items. iron frame plus
shall be equal to the outside diameter of cast hall be removed
two feet The base materials and crushed shall be
ass
and Cl 3000 or Commercial Portland Cem land up to
placed so that the entire volume of the excavation is rep
within but not to exceed 2 inches of the finished paveine
a,,. Htae of the
On the day following placement of the co the in snarl
asphalt concrete pavement, and the outer edve of die cast
be painted with hot asphalt cement A_cP—It Class G concrete s hall
a patcliin
then be placed and compacted with hand tampers wav Ace
roller. The complete patch shall match the existingern U1�
for texture density, ao uniformity of grade. The joint betty
Page-SP-31
Revision Date.May 19, 1997
7-08 General Pipe Installation Requirements
7-08 General Pipe Installation Regnirerneats
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 asphalt cement solidifies 7 415.4 Measurement
The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement
plastered. manhole heights for payment purposes will be the distance of
Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet>�nce 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 adjacent pavement surface The as valve boxes shall be considered incidental to the itemns inch
final adjustment of the top of the inlet will be performed in similar rice of the new item and no further cam unit contract
manner to the above for manholes. On asphalt concrete nsation shall be made.
paving Adjustment of existing structures and miscelancous items such
projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured b 'Adjust Existing
frame not embedded to the gutter section shall be solidly embedded each which shall be full Pay for all labor and mate • r
m concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in actor anclud' all
inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard �� w- won
below the top of the frame so that the wearing course of Details
asphalt Connection to ezisti a and structures shall be
concrete pavement will butt the cast iron frame The existing r each. measured
concrete pavement and edge of the caning shall be painted with hot
asphalt cement. Adjustments to the inlet structure shall be SECTION 7-05 5 IS REVISED AND SUPPLEMENTED AS
constructed m the same manner and of the same material as that FOLLOWS:
required for new Wes. The inside of the inlets shall be mortared 7-05.5 Payment
and plastered.
Monuments and-cast iron frame and cover: Monuments and ' !` IJh�Existing ' per each
nnonument castings shall be adjusted to grade in the same manner The unit contact 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 adjustinent acceptable to the Engineer.
made m the same manner as for manholes of adiea ner nt areas in a man 'rag restoration
ngineer,
SECTION 7-05.3 ?)IS REVISED AS FOLLOWS. a Excavation��B"•�cubic 3'�•
"Structure Excavation Class B Incl.Haul",per cubic yard.
7-05.3(2) Abandon Existing Manholes (RC) Structure excavation for concrete inlets and area inlets is
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 ekvation, all connections plugged, the Excavation Class B is included in the schedule of prices then the
manhole base shall be fractured to prevent standing water and the work will be considered incidental and its cost should be included
manhole filled with sand and compacted to 90 percent: density as in the cost of the pipe
specified in Section 2-M.3(14)C. Debris resenting from breaking -Connect to Existing Catch Basin,"per each
the upper part of the manhole may be mixed with the sand subject Connect Structure to 'nc.
to the approval of the pipe'per��
app Engineer. The ring and cover shall be
salvaged and all ocher surplus material disposed of. 7-08 General Pipe Installation Requirements
SECTION 7-175.3(3) IS SUPPLEMEA—'ED BY ADDING THE SECTION 7-08.3(I)C SUPPLEMF.IVTED AS FOLLOWS:
FOLLOWING:
7-08.3(1)C Pipe Zone Bedding RQ(SA)
7-05.3(3) Connections to Existing Manholes R�' Hand compaction of the bedding materials under the pipo
Where shown on the plans new drain pipes shall be connected haunches will be required Hand compaction sha11 be accomplished
to existing line, catch basil curb inlets and/or manholes The by using a suitable tamping tool to firmly tamp bedding material
contractor shall be required to core drill into the structure shape under the haunches of the pipe Care shall be taken to avoid
the new pipe to fit and regrout the opening in a workmanlilce displacement of the pine during the compaction effort
manner. •When directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no
plans, additional structure channeling will be required- further compensation shall be made
A 'Connection to existing' item will be allowed at e any MENTED AS FOLLOWS
connection of anew line to an existing structrure or the connection SECTION 7-08.3(2)E IS SVPPLE
of a new structure to a existing line. No "connection to existing' 7-08.3(2)E Rubber Gasketed Joints(RQ
will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled
adjustment of line manholes,catch basins or curb inlets carefully to avoid knocking the gasket out of position or
Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed
place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced
or replaced at his own expense. before joining the sections.
The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced
labor, materials and equipment required home. Sufficient pressure shall be applied in making the joint to
ensure that the joint is home, as defined in the standard installation
instructions provided by the pipe manufacturer. "Ilse Contractor
may use any method acceptable to the Engineer for pulling the pipe
together,except that driving or ramming by hand or machinery will
not be permitted. Any pipe damaged during joining and joint
Page-SP-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 opeitinos in
Contracting Agency. the pipe lire shall be dosed with water tight_expandable lute s.»..r
Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each days operation or whenever the pipe
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 hs expertse. similar temporary plugs will not be permitted.
Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to uirforeseen
entirely forced lame. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may anoe 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
concentricity until the gasket is property 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
IS AN ADDED NEW SE between the changes in alignment and at uniform grade between
SECTION 7-08.3(2)J CTION:
�1 changes in grade. For concrete pipes with elliptical reinforcement
7-N 3(2g Piecing PVC Pipe C: die pipe shall be placed with the minor axis of the reinforcement in
In the trench prepared as specified in Section 7-02.3(1) PVC a vertical position.
pipe ,ban be laid begicmm at the lower end with the bell end Immediately after the pipe ioints has been made,proper gasket
P- placement shall be chocked with a Feder gage as approved by the
—:a,e. Pea gravel will be used as the bedding material and manufacturer to verify proper gasket placement.
tcxoead from 6' below the bottom of die pipe to 6' above the top of
pipe_ When ii is awry to connect to a-unrcture with a SECTION 7-08.3(l)G IS SOPPLEMENTED BY ADDING THE
ittoddcd joint a tubber gaslceted concrete adapter-collar will be used FOLLOWING.
at pO °f CO°won 7-08.3(2)G Sewer Line Connections (RCS
7-08.3(2)A Survey Line and Grade Unless odic:wise 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 last iron
with Sections 1-05.4 1-05-5 and 1-11 saddle secured to the sewer tram with stainless steel bands. When
&g::&s.m a manner consistent with accepted practices. the existing main is constructed of vitrified clay. plain or
The Contractor shall transfer I'ne and grade into the treads reinforced concrete cast or ductile iron pipe, the existing main
where they shall be carried by means of a laser beam rising 50 foot shall be core drilled.
micimurn intervals for grade staking Array other procedure shall Connections (unless booted connections have been provided
Inve the written approval of the Engineer. for) to existing concrete manholes shall be core-dulled, and shall
have an 'O' ring ribber gasket meeting AST 4 C-478 in a
manhole coutpling equal to the Johns-Manville Asbe,�s-Cement
collar or use a cortical type flexible seal equal to kore-Neal.
PVC pipe connection shall consist of tee, supple and caaplers as
approved by the Engineer.
SECTION 7-08.4 IS REVISED AND SUPPLEMENT AS
FOLLOWS
SECTION 7-08.3(2)B IS SUPPLHMENTZD BY ADDING THE 7-08.4 Measurement (SA)
FOLLOWING.
Gravel.badkfill for foundations. or gravel backfill for Pipe
7-0849B Pipe Lam (RQ zone bedding when used for foundations. shall be meastutd by the
Checking of the invert deviation of the pipe may be made by TON.
calcnilations from measttrcments on the top of the Pipe, or by cubic yard, including haul,as specified in Z 09. ore the
Concrete for plugging existing Pipes will be by the
{oolong for ptmding of 1R' or kss which indicates a satisfactory" lied to completely
condition At manholes when the downstream prpe(s) is of a cubic yard for the volume which would be regn
larger size pipe() sisal]be laid by matching the(eight-tenths)flow fill the pipe for a distance of two diameters. Computation for
corrugated metal pipes will be based on the nominal diameter*
elevation,unless otherwise approved by the Engineer hl . Excavation of the trench will be measured as structure
All pipe fittings ac shall be carefully handled and protected
excavation Class B or structure excavation Class B including
a inst damage impact shocks and free fall. All pipe handling b the cubic and as specified in Saxion 2-09. When excavation
equipment shall be acceptable to the ENGINEER. Pipe shall not Y y red to the limits
be laced directly on tough ground but shall be supported to a below grade is necessary. excavation will be measured
ordered by the Engineer. under the
manner which will protect the pipe against injury whenever stored Embankment construction before culvert placement
at the trench site or elsewhere No pipe shall be tnualled_where applicable provisions of Section 7-08.3(1)A will be measured in
the lining or coating show defects that may be harmful as accordance with Section 2-03.
determined by the ENGINEER. Such damaged lining or coating Shoring or extra excavation class B -ill be rriesured as
shall be 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 them are cat 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 Ripe before lowering into positron in the trench. 1
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 Pie alts
FOLLOWS: P Installation for Water A4
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.
'Gravel Backfill for Pipe Zone Bedding", per cubic yard, or SECTION 7-11.3(4)1 HAS BEEN REVISED AS FOB OW
Ton. 7-11.3(4)A Ductile Iron Pipe
'Commercial Concrete",per cubic yard. Long radius (500feet or more) curves, either horizontal
"Structure Excavation Gass B",per cubic yard. rhzontal or
vertical, may be laid with standard Pipe by deflecting
'Structure Excavation Class B Incl. Haul per cubic yard. the pipe is shown curved in the Plans and no sped fitttiings are
Unless specifically identified and provided as separate items shown, the Contractor can assume that the curves can be y
structure excavation, dewaterhng and backfilling shall be incidental deflecting the joints with standard 1 made by
to pipe installadon and no further compensation shall be made let are �� of pipe. If shorter
'Shoring or Extra Excavation Class B" > required, the Plans will indicate maximum lengths•Pu fOOt can be used. The amount of deflection at each h hen that
If this pay item is not in the contras then it shall be Pipe Joint when pipe
is laid on a horizontal or vertical curve shall not exceed one�p of I
irhadental. the manufacturer's printed recommended deflections.
7-10 Trench Etc., Bedding, and Backfill for SECTION 7-11.3(4)B IS SUPPLEAMV7ED AS FOLLOWS:
Water Mains 7-11.3(4)B PolyvinyI Chloride(PVC) Pipe(4 inches
and Over)(RC)
$ECTION 7-10.4 IS REVISED AS FOLLOWS_ Polyvinyl Chloride (PVC) Pipe shat] not be used for water
mains and appurtenances
7-10.4 Measvremeat�R Z THE TITTLE AND TEXT OF SECIION 7-11.3 HAS BEEN
Measurement of batik run gravel for trench bac fill will be by REVISED AS FOLLOWS.-
the cubic yard measured by the calculation of teat Clines based on
maximum trench width Per Section 2-09.4 o_r by the ton in 7-113(6) Laying Ductile Iron Pipe arts Fddn�with
accordance with Section 1-09. Polyethylene Encasement (RC)
Whom ..h ,, .t rat , tThe Contract0 Shall lay ductile
740.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS. iron pipe with a polyethylene encasement
Pipe and polyethylene
7-10.5 Payment RZ encasement shall be installed in accordance with AWWA C105.
The polyethylene encasement shall also be installed on all
cubic 5qpj appurtenances such as pipe laterals couplings fittings and
valves with 8 mil polyethylene plastic in accordance with Section
4-5 of ANSI 21.5 or AWWA C105
ca "MG-4 ;-MmAitable mate.—
The polyethylene wrap shall be tube type and black color.
Any damage that occurs to the wrap shall be repaired in accordance
Payment for 'removal with ANSI/AWWA C105/A21.5-93.
and replacement of unsuitable material' will be considered Installation of the polyethylene encasement shall be considered
incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment
compensation will be made. shall be allowed.
4. 'Bank Run:Gravel for Trench Backfill', per cubic yard
or.ton. 7-11.3(7)A 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
Gravel for Trench Baccfdl" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe R�
furnish, place, and compact the material in the trench. Also Steel pipe shall net 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)1 IS REVISED AND SUPPLEMENTED AS
6. 'Foundation Material' , per ton or cubic yard. FOLLOWS.
Payment at the unit contract price for 'foundation material'
shall be full compensation for excavating and disposing of the 7-113(9)A Connections to Eaosting Mains(RC)
unsuitable material and replacing with the appropriate foundation The Contractor may be required to perform the connection
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 widw4n_ csfiC
Water system personnel will operate
all valves on the existing system for the contractor when rgEnred
No work shall be performed on the connexions unless a
representative of the water department is presets to inspax the
work.
When not stated otherwise in the special provisions or on the
plans all connections to existing water mains will be done by Crt
forces as provided—below:
Ci!y Installed connections: —
Page-SP-34
Revision Date:May 19, 1997
7-11 Pipe Installation for Water Mains
7-11 Pipe Installation for Water Mains
Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by
drawn s The contractor must verify all existing Piptrig. the Engineer.
dimensions and elevations to assure proper fit. Acceptability of the test will be determined as follows:
Connections to the excstin water [Hain shall not be made Acceptability of the test will be determined by two factors as
arrangements with the Engineer follows:
without first making the necasarY i The quantity of water lost from the main shall not exceed
iadvance.--- advance notice shall be required for each the number of gallons per hour as listed in the following
A two-week table.
connection which trhs a cutting of the existing water mains or a
shut-down of the costing water roams. The City reserves> right 2 The loss in pressure shall not exceed 5 psi during the 2 hour
re-schedule the connection if the work area is not ready at the test period.
to
to re-sled All water used to perform hydrostatic pressure shall be
time for the connection.
Work shall not be started until all the materials, equipment charged a usage fee.
and labor to Droperty cum lete the work are assembled •
Allowable leakage per 1000 ft. of pipeliiie�in GPH
on Site. ling, f0Val and The Contractor shall provide all saw e1r1
misting ce im roventieii� capon haul and Nominal Pipe Diameter in ktches
al of al of unsuitable materials shoring, de-�. foundation PSI 6' 8• 10• 12• 16• 20• 24-
IItaterial ront>� arras before the scheduled time for the 450 0_95 t 27 1S9 1.91 2S5 3.18 3.82
400 0_90 1_20 1.50 1_80 2_40 3_00 3_60
.w,nrtiion by the City The Contractor shall provide all materials 350 0.84 1_12 1.40 . 1.69 225 2.81 337
to install all connnectio as indicated on> � O° 275 0.75 1_00 1.24 1.49 1_99 2.49 2.99
0= '-- not
limited to the required fittm 250 0.71 0_95 1.19 1.42 1_90 2.37 285
shadde macenals to fete the cont> iofls• 225 0_68 0_90 1.13 135 1_80 225 270
Contractor shall provide and install concrete blocking, po�wrap �0 0.64 0.85 1.06 128 1.70 2.12 255
It the ins bac chil and surface restoration at the s� the pipeline under test cantaiIIS sections of various
the shown on the plans for the connexions to the existing -allowable leakage wcil be the sum of the mpaug
water mains- leakage for each size For those diameters or pre= -es not listed,
The Ci will art the exnstin tffiin and assemble all materials. the formula below shall be used:
SWnON 7-113(11)IS SUPPLEMENTED AND REVISED AS _ The quantity of w� t from
mtied rmot the
FOLLOWS.' number of gallons per
L=ND)P
7-11.3(11) HYdrostatic Pressure Test (RC) 7400
A hydrant meter and a back flow preven ion device will be in which
used when drawing water from the City system. These may be L= Allowable leakage.gallons hoar
obained from the City by Completing the required forms and N = No.of joints in the length of Pipeline tasted
nicking regun� ,deposes There will be a charge for the D = Nominal dial of the pipe in inxlus
water cued. Before applYung specified test pressure, au shah p = Average test pressure during the leakage test,PSI
lie cc ed complctelY from the pipe valves and hY�
prsmannent air vents are not located at all high points the contractor
shall install 00 ration cocks at such Points so that the ter can be
led as the line is filled with water. After all the air has been SECTION 7-11.3(11)A SHALL BE REVISED AND
Iled the co vration cocks shall be dosed and the test SUPPLEMENTED AS FOLLOWS
ppiure applied At the conclusion of the pressure test, me 7-11.3(12)A Flushing Mn loj. be
OOlp�on cocks shall be removed and plugged•
The mains shall be filled wim water and allowed to stand Sections of pipe to be disinfected material that MaY
under pressure for a minimum of 24 hours to allow the escape of pi red to remove any solids or_contaminated
air and allow the lining of the pipe to absorb water.The State will have become lodged in the pipe.If men a tap shall be
to fill the pipelines for testing purposes of the n�� -pOIY�i �
furnish the water necessary a velocity of at least 2S fps m
at a time of day when suffncienu quantities of water are available for provided large enough to develop -
notmal system opustioii_ the main. es A�
the main up to the The "Poly-pig" shall be to C'ua� Inds ,.r,t,ane
The test shall be accomplished by pumping durc
required pressure. stopping the PAP for a minimum of two hours, Swab-AS 2lblcu-ft densi foam with 90A ,� -PO!Y
the main to the test pressure again. During rubber coating on the rear of the -Poly pi°• only.
and then pumping up �a eo cud
the cent. the Section being
tested shalt tx observed to detect arty shall be cylinder shaped with bullet nose or
visible leakage. A clean container shall be used for holding water
for pumping up pressure on the main being tested. This makeup for disinfection sha
water shall be sterilized by the addition of chlorine to a Dechlorination of all water used ,s standard detail Water
concentration of SO mg/1. accom listed in accordance with the C
The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that earn diainage E kin
accurately determined by either 1)pumping from an open container water system shall not be disposed into the stone
of suitable size such that accurate volume measurements can be or any water wa1
made by the Owner or, 2) by pumping through a positive
displacement water meter with a sweep unit purnping through
positive displacement water meter with a sweep
f-
Page-SP-35
Revision Date.May 19, 1997
7-11 Pipe Installation for Water Mains
7-11 Pipe Iastallatioo for Water 11-In1�
SECTION 7-11.3(12)D HAS BEEN DELETED `�D
REPLACED WITH.• Joint restrainer swum coin
Tpebolt. ASTM components:
7-11-3(12)D Dry Calcium HYPochlorite A242 2 zinc fated
�C) alvanizcd. SST 7:5/8' for 2' and 3' m °r hot-di
Dry calcium hytwdilorite shall not be placed in the 4" to 12' mechanical ints ASTM A325m� lets 3/4• for
laid. of full-bpd threaded section shall be' 3D ex tensile
SECTION 7-11.3(12)K HAS BEEN lbs• minimum for 5/8' and 60 000 lbs. m- to 40 000
REVISED AS FOLLOWS: trea ' and tun uunittm for 3/4• heat
7-113(12)K Retention Period hardness if to manufacxureS meat and
(RC) pcationt- SST 753: 3/4' for 14' to 24•
Treated water shall be retained in the pipe at least 24 hours pints. same ASTM ification as SST
but no long than 48 hours. After this SST 7 ex t 1' e f " . 7 ASST 77' 3/4tttec} ical
period, the chlorine residual e or 7/8 rod _Same as
SST 7. A.
At pipe extremities and at other representative points shall be at ification as
least 25 mg/1. Tienut: hea hex nut for each tiebolt: SS8:
ASTM A563 de C3 or zinc fated. S/8
SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS. " and 3/4'
A563, grade A, zinc platevt., and 3/4' ASTM
r hot dip g0al ;_„�
7-113(12)N Final Flushing and Testing (RC) T I : used co extend
Before placing the lint into service,a satisfactory r rovided with a center st continuous threaded rods and are
report shall d. alv to aid installati zinc fated or hot-
be received from the local or State health SS10: for 5/8' and 3/4' tierods
department or an rade C3. S10: for 5/8'and 3/4'tierods AST1�I, AA563
Points cd testing lab-on samples colleted from representative
Points in the new---:system- Samples will be collected and T>erod:continuous threaded rod for e~
bacteriological tests obtained by the Engineer. zinc laced or hots' al to desired 1 ths vanized. SS12: 5/8' and 3/4' diameter.
SECTION 711.3(IV HAS BEEN SIJpPLEMEN7ED BY ASTM A24 2
ANSI B 1.1. S 12: 5/8' and 3/4' diameter 7.ADDING THE FOLLOWING; AS.M A36,A _
7-113(13) Tirewasher round fiat washers zinc laced or hot d
( ) Concrete Thrust Blocking and Dead-Man Eli! iucd. SS 17:ASTM A242,F436 S17 ANSI Rest ri ,
Block(RC)
Installation
-
Provide concrete blockin at all hydrants, 5ttin and Install the 101M restraint
lioraarml or vertical angle points Conform to The City of Renton rnanufactirres rots are with the
institions so all ahanicall locked
standard details for general bloc and vertical blocks herein. together to prevent toter separation TicboIts shall be installed All fittings to be blocked shall be wrapped with 8 miI polyethylene pull against the mechanical loot �dy and not the MJ o e�
Plastic. Concrete blocking shall be properly formed with plywood T—°�nuts at 75-90 foot pounds for 3/4 nuts
or other acceptable form with both rods threaded lrrstall tiecouplLigs
Lug materials and shall not be poured dtstance into tteco lie s. Arrange
around ioints. The forms shall be strtptxd prior to backfillt "emus symmetricaHy around The pine g.
Joint restra' shackle rods) where rcguirrd shall be in�raned m
accordance with section 7-11.3(15).
Provide crnr Crete dead-man blocks at locations shown on the
plans. The dead-man block shall Qiclude reinfo Pipe Diameter Number of 3/4"
rcitig steels shackle
cods mstallanon and removal of formwork.
Tie Rods Required
Blocking shall be commercial corrcxete (hand mixed co is not allow and concrete 4".....................................2
poured m place 6----------
SECTION 7-11.3(15)IS A NEWADDI77ONAL SEC7I0N.• 8-..............................
10'............................ 4
7-1- 13(15 Joint Restraint Systems (RC) 12'.....................
General: 14'......... 8
Whem ............................
shown on the laps or in the specifications or 16•"""""-" ...8
aired b 18'.........
the tmgmeer, joint restraint system (shackle rods)shall be used all ..................................8
pint restraint materials used shall be 20'..................... ....10
national products, 1323 holl avenue 1'O bo manufactured by star 24•
x 258 Columbus Ohio 14
............................
43216, unless an equal alternate is approved m corn' 30'..................... (16-7/8"rods)
'Lin by the ........................................
ineer. 36 (I4-7/8"rods)
Materials:
Steel types used shall be:
High strength low-alloy steel(cor-ten) ASTM A242 heat
treated, superstar SST series Where a manufactures mechanical toter valve or fitting is
High strrngth low-alloy steel(cor ten) ASTM A242 superstar sUPplied with slots for 'T' bolts instead of holes a flanged valve
'SS'series. with a flange by mechanical joint adapter shall be used instead so
AItems to be galvanized are to meet the following requirements as to provide adequate space for locating the debolts
STM A153 for galvanizing iron and steel hardware Where a continuous run of pipe is required to be restrained
ASTM A123 for galvanizing rolled Pressed and forged steel D0 run of restrained pipe shall be greater than 60 feet in length
shapes.-- between runs to k. Insert Ion- body solid sleeves as required on
longer runs to keep tierod lengths to the 60 foot maximum Pipe
used in continuously restrained runs shall be mechanical ioint pipe
and ucbolts shall be install 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 ticnuts, 7-12 Valves for Water Mains
tiecouplings tierods and uewashers shall be galvanized. All
disturbed sections will be painted to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS:
with ko --rs brtomasUc no 300-m or approved equal.
Where poly wrapping not required all tiebolts tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS_
ti cs lines tierods and ttewashen may be kalvanized_as specified 7-12.3(1) Installation of Valve Marker Posh
in the preceding paragraph or plain and painted in the entirety.with Where required, a valve marker post shall be furnished and
korrs b no 800-m or approved eq ual. installed with each valve. Valve marker posts shall be placed at the
Tiebolts tienuts tiew lm s tierods and tiewashers shall be edge of the right-of--way opposite the valve and be set with
considered incidental to installation of the pipe and no additional 18 inches of the post exposed above grade_
be made.
SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS:
7-11.4 Measurement (RC)
measurement for t of concrete thrust blocking and
dead-mean blocks will be per cubio- d what these rtuns ate SECT70N 7-12.3(2)IS A NEW SECTION:
included as separate pay items If not included as separate pay
Adjust Valve Box to Grade
ittnis in the contract, then thrust blocking and dead-roan blocks 7-12.3(2) di $ �
map insco derod incidental to the installation of the water main Valve boxes shall be ad'rusted to grade in the same manner as
fiirther compeisatwn shall be made. for manholes as detailed in Section 7-05.3(1) of the Renton
and no
Measurement forn+mctit for connections to existing water Standards Valve box ad'tustrneats shall include, but not be imuted
mains will be per each for each connection to e_dsting water to the locations shown on the PU
mains)as shown on the plans. Existing roadway valve boxes shall be adjusted to comform to
final fmisbed grades. The final iristaIlanon shall be made in
SECTION 7-II.5 HAS BEEN REVISED AS FOLLOWS: accordance widi the appiiable portions of Section 7-12.
In'the event that the existing valve box is plugged or blocked
7-11.5 Payment (RC)
with debris the Cwtractor shall use whatever means necessarY to
._Pipe for Water Main and Fittings In. Diam-% per remove such debris leaving the valve installation In a fully
lineal foot. operable condition
The emit conwact price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of oiie-
of_Pipe for Water Main In• Diam.' shall be full pay for fourth inch(114 to one-half inch(12')below fini tied nde-
aq work to complete the installation of the water main including SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE
but not limited to tirnch excavating. bedding, laying and jointing
pipe aid fittings, backfilling. concrete thrust blocking, installation FOLLOWING:
Qf uol'�"ethYlCnC Wrap cleaning by poly-pigs, vertical crosses for 7-12.4 Measurement
;mention and ranoval of poly-pigs, temporary, thrust blocks and
blow off assemblies testate flushing disinfecting the prod>� Adjustor t of existing valve boxes to grade shall be measured
abandoning and capping existiiig water mains, per each if included as a separate tiny item mul�� men ague
shackle rods R3rate pay item but required to comp
rr„Ywiri¢ miscellaneous pipes, removin g and salvaging existing
hvdiarit assemblies and other appurtenances to be abandoned as box ad'tustmcnt shall be considered incidental• included in the
shown on the Pte,a�cleanup• H dram auxil' m valve will this
Cac>a Thtust Blocking and Dead-Man Blocks', per cubic meastucment for dram assembi and will not
yard- measurement item.
bid for 'concrete Theist Blocking and WITH T�
The unit contract price - SECTION 7-I2.5 IS DEI BTED AND RBPCSD
1?ead Ivian Block- sbalf be for the complete cost of labor FOLLOWING: m ter and Valve dianie
mata�h ' >nem for the installation of the concrete thrust 'Gate Valve from 4 inch to 10 inch
blocks and dead- man blocks including but not limited to Box,"per each. of the specified
excavation dewatering haul and disposal of tmsuitable materials, The unit contract price txr each for the vat .ol ,�
�cxcte reinfore steel shackle rods and formwork. If this size, shall be full for all labor ert Ina ate""
item is not included in the contract sclicdule of prices then thrust furnish and install the valve complete in lace on the water main
bl���n blocks sliall be considered incidental to the mo blork*pg of vVv__
tlon shall be made. including trenching 1o�nr-, M �crPSU ons
installation of the P e and no further compensa disinfecting hydrostatic testing cast-iron valve box a""
-f nnnection to Existing Water Mains pa�?• as required valve nut extensions a usuner 2 final ram
The unit contract price per each co 1:11M to existing water 12 inch Gate Valve and Concrete Vault pa esc"gam valve
mains shall be for complete compensation for all egvipmetrt, labor, The unit contract puce per each for the 12 i to
materials required for the connections to the existing water mains. asscmb shall be full for all labor ui meet aria ---�
lace on the water mait�
furnish and tiistall the valve complete in t,i.,
incudin trenching.jointing blocking of valve bY-p i � ae
cast-iron cacti and cover, ladder COQ°
required adjustment to final grade. Vault,• per
16 inch and larger Butterfly Valve and Conch
each
t-
Page-SP-37
Revisions Date:May 19, 1997
7-14 Hydrants
7-14
The unit contract --rice per each for the 16' and tar er Hydrants
butterfly valve assembly', shall be full cast iron valve box and cover 3/4' shackle rods
for all labor aciuioment concrete blocks and two concrete and aceessories
and material to furnish and install the valve corn Iete in lace on
the water main, includin trenching, •ointin blocking of valve outside right of-way oN if ai=m
�e
Painting. disinfecting, hydro testin Joint restrain Shackle Rods shall be installed in actor
cash and cover, ladder, concrete core vault cast-iron with Section 7-111 dance
risers as r uired adjustment
to final grade. SECT70N 7-14.3
- 'Blow-off assembly.'per each (3) IS SIIPPLEMgNPgD BY ADDING TBE
The unit contract rice FOLLOWING:
each for each blow-off assembly
shall be for all labor, to ment and material to c:om lete the 7-14.3(3) Rese
installation of the assembly r the Ci of Renton Water Standard Tbis work shall conform Existing Hyd �_To
Detail, latest revision Section 7-14.3(1). All h d
shall be rebuilt to the a roval of the Ci or y rants
'Air-ReleasdAir-Vacuum Valve Assemb r each. drant . All rubber asktxs land with a
The unit contract rice for air-releaseJair-vacuum valve shall be r laced with mssic is of
Pe required for a new installation, v i askets of
assembly shall be for all, labor equipment and material to �i° game
complete the installation of the assembly includm SECTION 7-14.3(4) IS SUPPLBMENfED BY
g but not limited ADDING
to, excavating tapping the main la ��OW1NG: THE
Yung and romtirt the pipe and
fittings and appurtenances backfiHing testing 8tishin
gp and 7-1430 Moving Existing$ydrants_R Z
disinfection miser box and cover at location shown on the laps
AM Per City of Renton Standard Detail latest revision All h drants shall be rebuilt to the royal of the Ci or
Ad►ust Exrstirtg Valve Box to Grade r 13with a new hydrant) All rubber
The contract bud puce for Adrtrst�� ' ter each with new d,xcrs or the---- gaskets shall be replaced
) r all g Valve Box to required for a new installation of the
Grade above shall be full for all labor material t
tools and equipment naessary to satisfactorily co nlrtr ►he work SECTION 7-14.5 IS REVISED AS FO
as defined m the Contract Doarrnents- rail LLOWS:
work. If not included as a to all incidental 7-14.5 Payment
required to item in the Contra but
complete other work in the Contract,then adlustmPi2t of Payment will be made in accordance with Section 1-04.1. for
valve boxes shall be conndered incidental to other items of work each of the following bid items that are included in the proposal:
and Do futher cornpeasanon shall be made p posal:
'Hydrant Assembly'•per each.
The twit contract price per each for'Hydrant Assembly"shall
be full pay for all work to furnish and install fire }tym
place an da assemblies, including all costs for auxiliary-gate valve, shackles,
tie rods. concrete blocks, gravel, and painting and guard posts
MaFksi:pGrt. required for the complete installation of the hydrant assembly as
specified. The pipe connecting the hydrant to the main shall be
7-14 Hydrants COQStde ncidernal and no additional shall be made..,
7-14.3 Cot>.struetion DetarlsR Q "Resetting Existing Hydrants%per each.
The unit contract Price Per each for `Resetting Existing I
SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS h yam" shall be full Pay for all work to reset the existing
FOLLOWS. YdraM including rebuilding(or replacement with anew hydrant)
shackling. blocking painting,Ord posts and reconnecting to
7-14.3(1) Setting H drants the main. Tbe new pipe ce
Y R( )' nnecting the hydrant to the main shall be
After all uutallation and testing is complete, the coruxi I— incidental and no additional exposed pig ...-bg paid 26
payment shall be made.
portion of the hydrant shall be aimed with
P eaatwo field coats. The
type and color of paint will be designated by the Engineer. .Guard posts shown on the plans shall
Any hydrant not in service shall be identified by covering with be incidental to the contract..
a burlap or plastic bag j!p2ped by the Engineer. .Moving Existing Hydrants%per each.
Hydrants shall be installed in accordance Tbe unit contract price per each for `Moving Existing
with AWWA HYdrartt" shall be full pay for all work to move the existing
a:ifications 0600-93 Sections 3.7 and 3.8.1 and the City of
Remora standard details. Hydrant and shall be Painted hydrant' including new tee, rebuilding (or replacement with a new
in accordance with the water standard detail. U con letion of hydrant)�shackling, blocking painting, and guard frosts_and
the project, all fire hydrants shall be painted to Tlie C remulect to the main. The new pipe conrrcting the hydrant to
specifications and of Renton the main shall be considered incidental and no additional payment
guar posts painted wnli two coats of shall made
presa atrve punt NO. 43-655 saf l
ety Yellow or a roved
Ere drains shall be of such ken as to be suitable for Guard shown on the plans shall
mstallaUOn with connections to 6", 8 AND 10' be incidental to the contract.
3 - l2 fa: M m trenches
deep unless otherwise saccifica The hydrant shall be
designed for a 4-12 foot burial where 12' and larger pipe is
shown unless otherwise noted on the plan
Fire hydrant assembly shall include: cast-iron or ductile iron
x FL) 6 gate valve(FI x loin 6 DI spool (pE z PE) 5
1/4 MVO fire hydrant (NU connection) 4- x 5' Stortz adapter,
t _
Page-SP-38
Recision Daft:May 19, 1997
7-15 Service Connections 7-17 Sanitary sewer,
SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING T&E
7_15 Service Connections
FOLLOWING.
SECTION 7-15.3 IS SUPPLEMENTED AS FOLLOWS:
7-17.3(2)H Television Inspection (RC)
Once the television inspection has been completed the
7-15.3 Construction Details-(RC) contractor shall submit To the Engineer the written reports of the
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
tines shall be copper• City system accepts i/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
(hoe ho in ) If the trenchless percussion and impact method SECTION 7-17A IS REVISED AND SUPPLEMF.lVTED AS
fails romilar open trench methods may be used. FOLLOWS:
7-17.4 Measurement CCZ
SECTION 7-1.5.5 IS SUPPLEMENTED AS FOLLOWS:
The length of sewer pipe will be the number of linear feu 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
the following bid item when it is induded in the proposal: feet will be measured from the center of manhole to center of
_ ii Diam. per each manhole or to the inside face of catch basins and similar type-Service t�nConnection I
rice per each for 'Service Connection— structures.
The unit contract p The length of testing sewer pipe in conformance with
L, Dian." shall be hull pay for all work to instill the service Section 7-17.3(2) will be the member of linear feet of completed
coniux,ion, hriud'mg but not limited to, excavating. or (hoe- installation actually tested. t
hoj&Q,tapping the main.laying and jointing the pipe and fittings Measurement of "Bank Run Gravel for Trench Bac}fill
and appurtenances, bailing, testing, flushing, and disinfection 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
tickets.
7_17 Sanitary Sewers
SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: 7-175 Payment�RCZ
7-17.2 Materials-T-9(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=
Flexible foot.
Conc. or_� ewer Pipe _ In- Diam.'. per linear
Rid foot.
concrete PVC(Po�Chloride) 'Cl. _Reinf. Coot. Sewer Pipe_In. Diam.% per lug
alitf+°d Clad` foot.
Ductile Iron 'PVC Sanitary Sewer Pipe In. Dian.'.per linear foot_
Materials shall meet the requirements of the following 'Ductile Iron Sewer Pipe In. Diam.".per linear foot.
sections " _
plain Concrete Storm Sewer Pipe 9-05.7(1) �e unit prig per linear foot for sewer pipe of>� I
Reinforced Concrete Storm$ewer Pipe 9-OS-7(2) fled shall be full pay for furnishing.hauling,
Cos 9 kind and size sped on including all attic
PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed material.
9-05.13 tees, special fittings, joint materials, completion of Ste
Ductile Iron Sewer Pipe adjustment of inverts to manholes for the
installation to the required lines and grades.
All pipe shall be clearly marked with type. class, Testing Sewer Pipe%per linear foot-
oss. and The unit contract price per linear foot for 'Testing Sewer
thickness. I otter ing shall be legible and permanent ender normal material and equipment
and Storage- Pipe" shall be full pay for all labor, to Section7-173(2)-
conditions of handling g - required to conduct the leakage tests TT:L�ed it shall be
SECTION 7-17.3(I) IS SUPPLEMENTED BY ADDING THE
If no unit rice for 'T ' $e`er is inciU
FOLLOWING. considered idental to the pipe items- le Material Per
e Facilities "Removal and Replacement of Unstutab
7-17.3(1) Protection of Frosting Sewerage cubic yard. for 'Removal C The unit contract price per cubic yard for all work
When extending an existing sewer, the downstream system Replacement of Unsuitable Material" shall be full Pay suitable
shall be protected from construction debris by placing a screen or to remove unsuitable material and replace and compact
trip in the first existing manhole downstream of the connection. It material as specified in Section 7-08.3(1)A. r cubic
shall be the contractor's responsibility to maintain this screen or
"Bank Run Gravel for Trench Back511 Sewer"' per
to until the new stern is laced n service and then to remove u. yard,or Ton. y� or Ton for"Bank Run
Any construction debris which enter the existing downstream The unit contract price per cubic 3- for all work to
Sys
=,= shall be removed by the contractor at his expense, and to Gravel for Trench Backfhll Sewer" shall be full pay
the satisfaction of the Engineer. When the first mnh
aole is act ht s furnish, place, and compact material to the trench.
outlet shall be plugged until 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
z�iloOt�NC 8-13.5 IS SUPPLEMENTED By ADDING TsB
Miscellaneous Construction '
8-13.5 Payment
'Reset Existing Monument'per each
8-09 Raised Pavement Markers Resetttn an cztstin monument imi2acted b '
be incidental unless included as a item In conutruction shall
SECTION 8-09.5 HAS BEEN REVISED AS FOLLO WS: Prices, the Schedule of
8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks
Payment will be made for each of the following bid items that
are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED By ADDING THE
'Raised Pavement Marker Type 1",per eachlzuadud_ FOLLOWNG• '
'Raised Pavement Marker Type 2',per exd.
'Raised Pavement Marker Type 3- ». Pu 8-14.3(4) CtLrino (PO
The Contractor shall have readily available
'Recessed Pavement Marker', per eat protective covering such as sufficient
The unit contract price Per eacl�IwadFad for `Raised Pavement cover the of an waterproof Paper'or plastic,nimb.,,,,c
Marker Type I". 'Raised Pavement Marker entire day m the even of ram or other
Type 2',and "Raised unsuitable weather.
Pavement Marker Type 3- In.' and `Recessed Pavement The Contractor shall be
Marker"shall be full-pay for all labor, scroll' responsible for barricadin
necessary for famishing and installing the mark= in accordance ed v oa���i tl mewl laced ov�u.
with these Specifications including all cost involved with g y concrete shall be removed and
traffic replaced at the expense of the Contractor
col unless traffic —
crot SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE
is listed in the FOLLOWWG.
contract as a separate pay item
5-10 Guide Posts 8-14.4 Measurement(RC)
When the connact contains a pay item for 'Curb
Cement Concrete ' the each measurement shall include all
8-13 Monument Cases costs for the coin lete installation per the 121=and standard details
including expansion joint material curb and gutter and ramps ,
SECTION 8-13.1 IS REVISED AND SUPP sidewalk section. Sawrg removal and disposal of excavated
FOLLOWS: MEN7ED AS materials including azrsr,na pavement and 'sidewalk, crushed
surfacing base materials and all other work, materials and
8-13.1 Description (RC) i ant required per Section 8-14 shall be included in the per
— each price for Curb Ramp Cement Concrete' unless any of these
This work shall consist of furnishing and placing monument other items are listed and specified
casts fA be paid as separate pay
and covers, in accordance with the Standard Plaits and these rt�-
SPecifxations, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp
she Plans or as staked by the Engineer or by the Contractor Gent Concrete hilt the plans call for such installation, thin
supplied sury eyor. tq_untrties shall be measured with and paid for under the bid items
SECTION 8-13.3 IS REMISED AND SUPPLEMENTED AS for Curb and Gutter and for Cement Concrete Sidewalk. When
FOLLOWS: curb ramps are to be constructed of asphalt concrete the payment
shall be included in the pay item for 'Miscellaneous and/or
8-13.3 Construction Requirements Driveway Asphalt Concrete "
The monument will be fitrnished and set by the En SECTION 8-14.5 IS SUPPLFMENTgD BY ADDING THE
the Contractor supplied surveyor gineer or FOLLOWING.
Whm existing monuments will be impacted by a project the 8-14.5 Pa
Connector shall b' responsible for assuring that a registered Payment(RC)
wrveYor 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 o9 130 construction of the sidewalk but necessary before the sidewalk can
SECTION 8-13.4 IS SUPPLEMENTED By be Placed, when and if shown in the Plans, will be trade in
ADDING THE
FOLLOWING. accordance with the provisions of Section 2-03. Otherwise, the
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 Cone. Sidewalk
impacted be contruccall 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 protect.
The minimum width for the trench will be at the oation of the
TEE STATE AMENDMENT TO SECTION 8-17 IS contractor. Trench width will, however, be of sufficient size so
SUPPLEMENTED BY THE FOLLOWING: that all of the necessary conduit can be install ed within the depths
8-17.5 Payment_BQ specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
If no pay item is included for tempos--- impact attenuators be compacted to 95% of the material's maximum density, per
then all costs to provide and install shall be considered apart of the Section 2-03.3(14)D.
pay item for 'Traffic-Control• SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS:
8-20 Illumination, Traffic Signal Systems, 8-20.3(4 Foundations C
and Electrical
02 3(14)Cr
8-20.2 Materials Where obstructions prevent construction of planned
BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation
SECTION 8-2D.2(1)SAS satisfactory to the Engineer.
FOLLOWING'
8-20.2(1) Equipment List and Drawings(RQ �
The Contractor shall submit for approval six sets of shop The cotractor shall Provide all material for and oonstivcx the
drawings for each of the following types of standards called for on foundations for and to the dirn=iont specified in table 1 below.
this project: The anchor bolts shall match that of the device to be installed
1. light standards with or without praapproved plants. 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 ex)ense.
4. Metal Strain Poles. Concrete shall be placed against tindLlurbed earth if possible.
4A1 to submit
zi Disturbed earth or backfill tnaterral shall be compacted 40_95
rQ; app percent of the material's n density. Before Placing the
concrete the contractor shall block-art around May other
The Contractor also shall submit either on the signal standard underground utilities that lie in the excavated base so that the
dra wings or attached to the signal standard shop drawings all concretc will not adhere to the utility,line. Concrete foundations
dhsions to clearly show the specific mast arm mounting height shall be troweled, brushed edged and finished m a worlaa�-
a»d sieaal tenon locations for each signal Pole to be installed. li shall be Concrete sh be promtdy cleaned from the exposed
BEEN SUPPLEMENTED BY Portion of the anchor bolts NO cOndint after placement
SgLTION 8-Zf1.3(1) S�1S Foundation shall all be Class 3000 concrete After the specified
ADDING THE FOLLOWING: curing period the contractor may install the applicable device
8-20.3(2) Exca"ting and RackEfting_gt 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
°UM or as dhrectod by the engineer. 'type^f device Dimensions
•tire contractor shall have approved compaction—iiptnent on
rite before beginning arty excavation; compaction shall be Street Light Pole 4'Deep x 3' Sg or Dia.
performed at the time of the initial backfi ng of the trench unless Sign'!pile hhP to 40'mass arm 7'T x 3' St it Sheet
dinctod otherwise by the engineer. Si Controller See Detail Sheet
Trenching for conduit runs shall be done in a neat manner Street Control Cabinet See Detail ShtCt
with the treihCh bottom graded to Provide a unifor n grade. No S ial Base See Detail Sheer
work shall be covered until it has been examined by the engineer.
bacldhll material used for fill around and over this conduits em All concrete foundations shall be constructed in the tnarttter
shall be free of rocks greater than two inches in diameter to a depth species below:
of six inches above the conduit. 1. Where sidewalk or raised islands arc to be construed as a
Trench within the roadway area shall use select trench ball , �f this oroicct.the top of the foundation shall be made
which shall consist of 5/8th melt MMus crusbed suirfacing top flash with the top of the sidewalk or island- t�� d-'°i
cause or other maternal as indicated in the special Provisions or shect � de for the top
schedule of prices and directed for use by the engineer. The source 2 Where no sidewalks are to be instant the
and quality of the maternal shall be stetted to approval_ by the of the foundation shall be as specified by the engtnca (See
c into. Trench backfill wnthm the sidewalk area shall be made detail sheet
with acceptable materials from the excavation subject to the All concrete foundations shall m located as per stationing oa
Engineer's approva l of the material and shall be considered a the plans or as located by the engineer in the "Cl
art and incidental to the excavation in accordance with
the standard E2Lcifications. Unsuitable material shall be removed
and backfill shall be select material approved by tt:c Engineer. The
t.
Page-SP-41
Revision Date:May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical
8-20 Illumination,Traffic Signal Systems,and Elects-i�l
SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS
FOLLOWS: Pull Wires Shall be installed.
All conduit shall be ri ' non-metallic unless qed
8-2030 Conduit(RC) in the Plans or Special Provisions °therwise
All conduit min s shall be fitted with a roved
locasioQr- Bushin s. Wall thickness of conduit shall be cons• bellends or
continuous conduit runs with no mizin of different Lnent wnthm ,
All between terminations. edule
The contractor shall provide and innail all conduit and
4- All necessa fittings at the locations noted on the Mans. Conduit size
5 All pole shall be as indicated on the wiring and conduit schedule shown on ,
plans.
Conduit to be provided and installed
indicated below: shall of the
1. Schedule 40 hea wall .v.c. Conformin to AS-M
M
7- All cQndh
standards shall be used whenever the conduit is to be
than within the roadway area lead other
2. Schedule 80 extra heavy wall -v-c- Conform'
AS' standards shall be used when the conduit is to be to
within the roadway aura laced
ftA All joints shall be made with strict compliance to the
bushing, an _f9"'Ading manufacturer s recommendations regarding cement aced environmental conditions_ and
9214Mized _Aa4l faoto;y elbow complete with ;Quptipg _an"
SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDLVG THE
FOLLOWING.
8-20.3([7 Junction Boxes
The contractor shall provide and install
OW and size at the locations � On boxes of the
specified m the plans and as er detail
sheets.
The inscription on the covers of all iuncxion boxes shall be as
indicated below.
L Street lighting only "Lighting'
2. Signal only: "Signals"
Vie* 3._ Traffic signal and street lighting' 'TS-LT'
Aluminum con
4. Te!emetry only 'Telemetry.
Inscriptions on junction boxes performing the same function
be &Q nbo i.e. street Lghting. traffic signal or both, shall be consistent
throughout the prole&- All iunctoon boxes shall be installed in
+s44 conformance with provisions contained in the standard plans and
derail sheets.
The unit contract price per each for 'Type I' or 'Type 11'
-unction box shall be full compensation for furnishing same and for
e Ragiamer-and then 0,11" all costs of labor material tools and equipmeai necessary to
Provide and install the junction boxes including excavation
backfillmg and compaction all in ac&ordancc with plans
If allowed in the-7lans or if obstructions are encountered in specrfrcations and detail sheets
jacking or drilling operations, the Cona or will be allowed to All function boxes shall have galvanized steel lids and flames.
install conduits by open trenching. Open trench construction shall All ttnnuctio it 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 stnfaci o top course material installed
deep.The cuts shall be parallel to each other and extend 24"r-one under and around the base of the junction box. Concrete shall be
(1)foot beyond the edge of the trench. — promptly cleaned fr om the junction box frame and lid
2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include
3. Trench depth shall provide 24 inches minimum cover installation of 5/8th-inch minus crushed surfacing top course and a
over conduits below the roadbed and 18 inches below finished 4 thick Class 'B' cement concrete pad enclosing the junction box
grade in all other areas.. as per the plans specifications and detail sheets installation of the
crushed surfacing and the concrete pad shall be incidental to the
unit price per junction box and no further compensation will be
5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items for 'crushed
restorrd r the Renton Standard Detail. surfacing'and/or for"concrete pad."
�sr-�ellcassd
Page-SP-42
Revision Date:May 19, 1997
8_20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
U ❑ request of the Contractor. the Engineer will make the
SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS necessary arrangements; with the serving utility to complete the
FOLLOWS: service connections. Electrical energy used prior to completion of
Bonding. Grounding(RC) the contract will be charged to the Conuacxor. except that the cost
8-20.3(9) of energy used for public benefit. when such operation is ordered
by the Engineer,will be borne by the Stata_'t .
Three types of Dower service are used as indicated below:
1. Type I system shall be single phase 120 volt,2 wire, 60 cycIc
AC.(traffic signal service only)
2 Type 11 system shall be single phase 240 volt,2 wire,60 cycle
AC (street lighting non contactor, individual controlled
photo-ccll with no neutral wire)
3 Type III system shall be single phase 120840 volt, 3 wire 60
cycle p C (street lighting contadorftraffic signal, grounded
the ka the
neutral service)
-;s IIPIII The power service point shall be as noted on the plans and
shall be verified by the electrical serncmg utility.
The service cabinet shall be- marked with the service
Idea fkatioa of the equipment grounding conduct" shall agrMnent ieMrs and numbers.'the markings shall be installed on
to all Code requirements- point shall be the outside cabinet door near the:top of the cabinet.The markings
conform Grading of conduit and neutral at the service po shall be series C using steiiccils and black enamel alkyd gloss paint
..conV'tsbcd as required ur,&r the Code. Grounding of the neutral conforming to Federal Specification TT-E-089.
shall be accomplished only at the service.
SECTTON 8-20.3(.11) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
,
8-20.3(11) Field Test(RCS
r.
shall be s o on will be allowed after 2 p.m.on
poles and other standards on No change to stop and g operau
•n �**•�*light standards. gnat Po day not will the change be allowed on Friday, weekends,
which electrical nt is mounted shall be tailed n a 5' a holiday•
rod 5/8' in diameter x 8'0' in holidays.or the day preceding
dad metallic a on will not be considered
with a 18 AWG bare upper bonding strap located in the _
neater box. All si controller cabinets and 1. Requests for traffic sn of signal systern has takes i -
service cabinets shall be rounded to a 5/8' in Ere-turn oa iticies a i t� be co by
clad metallic toad rod located 2 discrepancies turn on
the
diameter x 8'0' in cr to regtu ¢
42t1GiOn box with i bare ecxrDer inu itraP Sued COIItratZO[ arid ra'ins�ted �
and licable codes Until
m
in accordaw—e with the laps 3. R � for si nal ttun on shall not be wn �
(round rods are considered miscellaneous items and all costs dcctrical service to the intersection has been
are m be included with the system or conductors. Ground strays been by the electric
are also piscellaneous Retris unless a arate item is rOVtded 4 A nintnum of three (3) worm da s notice will be te4u
in the-$chCdule of prices-' for signal turn on. �tt�lete per plan
5 Channeltzation at the intersection must be . --
deletions of
SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS signal on date. �d tr .fig
FOLLOWS-' channelization nor to lean on must a
enguteer. [ er signin
8-20.3(10) Service(RC7 and maintain P
Power sources shown in the Plans are approximate only:exact 6 Ct forces shall Provide post
warning of new signal ahead.
location will be determined in the field.
8-20.3(13) Illumination Systems
SECTION 8-20.3(13)1 IS REVISED AND SUPPLEMED
AS FOLLOWS.
8-20.3(13)A Light Standards (RC) (SA)
ats.�Y-
4
Page-SP-43
Revision Date:Map 19. 1997
8-20 Illumination,Traffic Signal Systems,and Electrical '
Qbe4FUr1*QP'G hall 8-20 Illumination,Traffic Signal Systems,and Electrial
6143—GA-f th-9QP of the bQ All Poles and davit arms shall be des-
All luminaire weight of 50 lbs. or more and to rt a
Ata-shem in the Wip plqnq shall b- caused wind loads of 85 M. .h. withtand rrssures
61;p P1218 nod the keepoI All les shall maintain a factor of 1,3
on Yield stren th of weigh 1 33 factor of 4.38
3. Anchor bolts shall extend through the top heavy hex nut two s.i. for basic Rind
full threads. pressure.
'
Davit t Arms_
The davit to arm shall -rx;o rate a 5'9•
Clamping bolts shall t;g be 111,11:1 :141141 114;1 as treasured from the centerline of the radios bend
the arm shall be pearl horizontal shaft The outer rtion of ,
+2' above ho
calibrated to;qus ape
shall be fiirnished with a 2' diamU rizontal and
-
with fitter with a
length of 8 inches to ft the h
pints Gh4 be.wRogth'-wWW"
the davit arm tube shall be fastened securel to Ie end of
1To cin a flush joint with an even Profile the to of the shaft '
ilia �Or Base:
6. Anchor bolts damaged after the foundation concrete is placed size shall bey tea anchor base of ad to stren and
shall not be repaired by bending or welding.The Conrractor•s gyred to the lower end of the shaft so I
repair procedure is to be submitted to the Engineer for off the shag
- of resisting at its at its field int the bead m�base
approval prior point. The bax
rude rernov'g any ITx procedure slotted or round holes to receive the tdtall rovided with four
g Portion of the anchor boll, be provided with each pole anchor bofts. Nut covers shall
cutting threads ion the undamaged portion to retrain, the Anchor golfs
installation of an approved threaded skeve nut and stud, and
repairing the foundation with epoxy concrete repair. Four steel anchor bolts each fitted with two hexnuts and
7. The grout pad shall not extend above the elevation of the two washers shall be furnished with the le.
bottom of the slip base. trees � irernents of Section 9 06.5 �6 bolts shall
And anchor bolt Yield and 9-06 4 . The
installed pliunl>. t 1 degree, momect of the role shaft its_yicld Capable Of poirrt resistin the bending
-_. f M-Ms. The contractor shall assure that all anchor bolts conform to the
recommended ASTM ores of the le manufacturer, and
shall secure and submit to the Ci fora roval all manufacturer
hall be
data on Dole bending moment anchor bolt fabrication data, test
boke that resides and any other data that maybe required to confirm that the
anchor bolts meet these specificatroos
Miscellaneous Hardware:
Anchor- boltc -hall be G;A falI _U All hardware(bolts nuts, screws washers etc) needed
to Complete the usstallatlon shall be stainless steel
I._D. lerthficaiion for poles)•
€eiradatiea. the contractor shall supply and install a combination of
4�igits and one letter on each pole whether individual huninaire the fQ11PA'&i0A. or Vial vole with lummatr The letter and numbers combination
shall be mounted at the 15 foot level on the p2le facing gpproaching
GI;;VU119A pa; traffic. Legends shall be scaled with transparent film, resistant to
d S weather and ultraviolU exposure The decal markers shall be
standard-Rlzas. 3 uxh square with gothic gold, white refl axotized 2 inch legend on
AN gia-A, light ;CaIA—III a black background The LD number will be assigned to each
Pole at the end of the contract or project by the City traffic
engineering office
Cost for the decals shall be considered incidental to the
ge. contract bid.
3.--11;M;aairo uoltage- Light standards shall be spun aluminum davit style and shall
All new light standards shall be numbered for identification-n � the pole detail requirements indicated below and the detail
accordance with the Plans using painted 3-inch series C numbers stieUS at the end of these specifications
installed three feet above the base facing T pole shah shall be provided with a 4' z 6' flush hand
crng the travelled way. Paint We near the base and a matchin metal cover secured with
shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts.
Specification TT-E-489.
In setting timber poles, the Contractor shall provide a The pole shall be adjusted for plumb after all needed
minimum hall burial r k percent of the total pole length plus 2 feet -qu Prncnt has been installed thereon After pole is installed and
and shall plumb or rake the poles as directed plumbed nuts shall be ughtened on anchor bolts using proper sized
by the Engineer, sockets, open end or box wrenches Use of pliers pipe wrenches
The hand hole shall be located at 90 de rees to the davit arm or other tools that can dams a alvan izin will not be permitted.
on the side awn from traffic. A grounding lu or nut shall be
provided in the hand hole frame or Inside the hand hole frame or Tools shall be of su ent size to achieve adequate for uin of the
inside the pole shaft to attach a ground bonding strap nuts. the space between the concrete foundation and the bottom of
the pole base plate shall be filled with a dry pack mortar grout and
t_ --
Page-SP44
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)
D pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 5pp
nortland cement and fine sand with just enough water so that the Series or approved equal. The Contractor shall supply one coov
mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller
and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the
drain hole shall be left in the bottom of the grout pad as shown on supplier
the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE
SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING.
FOLLOWRVG. 8-20.3(15) Grout C
8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete
All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with
600 volt insulation and be of the sizes noted on the ytans. All a dry Pack mortar grout trawled to a smooth finish conforming to
nutlti-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall
d%visioa 9-29 3 and shall be of the sizes toted on the signal wjnrn consist of a 1:3 mixture of portiand cement and fine sand with just
mottle and wiri d All stranded wires !ermmatcd�at a enough water so that the mixture will stick together on being
crimp style soderless molded into a ball by hand and will not en exude moisture wh so
terminal block shall have an open end,
terminal connector and all solid wires termutated at a tennnnal pressed. A one half inch drain hole shall be left in the bottom of
block shall have m end soldered terminal co<tnertor. All [het Pad as down on the standard detail.
terminals shall be instal j with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS
of the corned type of connector and crimping with pliers wire FOLLOWS:
wirers etc will not be allowed. All wiring inside the controller 8-20.4 Measurement C
cabinet shall be trimmed and cabled together to make a neat, clean
xppear!ng illation. No splicing of any traffic signal conductor When shown as lump stun in the Plans or in the proposal as
still be Permitted unless otherwise indi aced on the plans. All illumination system _. traffic signal
conductor rugs shall be attached to aPpropnate signal terminal _ to specific trait of measurement tMffir
boards with pressure tyQe binding Posts The Doty ezccPnons shall will apply. but measurement will be for the aim total of all items
be the splices detente loops at the nearest tundion box to the for a complete system to be furnished and installed.
loops- Conduit of the kind and diarneter specified in the Schedule of
SECTION 8-20.3(74)A IS SUPPLEMENTED BY ADDING THE Prime win be nxa=ed by the linear foot for the actual neat line
length in pl ace, unless the conduit is included in an illumination
FOLLOWING(RQ
rystem, signal system, or other type of electrical system lump sum
8-2O—V4)C Induction Loop Vdlkle Detectors C bid item.
11 Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in
ioa type connectors. Section 8-20.5 or as described in the contract scliedule of�
and/or special Provisions.
SECTION 8-20.3(I4)D IS SOPPIE�NTED BY ADDING THE SECTION 8-2ro IS SUPPLEMENTED AND REVISED AS
FOLLOWING:
FOLLOWS:
8-20.3(14)D Test forinduction Loops and Lead-in
Cable RRQ 8-20.5 Payment Q
The Contractor stall 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(I4)B IS REVISED AND SUPPLEMENTED `Illumination System
m m-
AS FOLLOWS: sum.-Traffic Signal Dip_ --„ lump
8-20.3(14)E Signal Standards (RC) - '
3. Discoturneci canrnectors complete with pole and bracket The lump sum contract price for `Illumination Syl--
stean _— , aad
cable shall be installed in any signal standard supporting a and -Traffic Signal pay for fiunishing
luminaire. - — teary for the
all labor, materials, tools, and equipment r g
be 21194ted.. construction tion of the complete electrical system, modifying CXL
eed
systems, or both, as shown in the Plans and herein
14. The _ rail standard and its fabrication shall conform with including excavation, back illing. concrete
foundations. Conduit.
all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or dam"
g
during
Standard Spccificatiorus and current pre-approved P�� construct ion. salvaging existing materials, and for making all
shown in the
WSDOT. required tests. All additional materials and labor, �o fete the
15. Installation of all nuts and bolts shall be per re formed with plans or called fqr herein and which a required to comp
Proper sized sockets open end or box wrenches. Use of 1212e electrical system.'shalt be included in the lump sum contract puce.
wrenches or other tools which can damage the galvanization of the
buts and bolts will not be permuted• --
rhAl ba full Ply
Tools shall be of n suffictem size and strength to achieve
adequate torquing of the nut(s). -_
Page-SP-45
Revision Darr. May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical
8-20 Illumination,Traffic Signal Systems,and Electrical
Thc unit per each price for (14)"
Se ice cabinet- shall be full
coin nation for furnis in& and installing the full
cabinet and for risers standoffs and other mat i Ved
costs associated with rovidin electrical service as male Iabor or
GA nay Pr. electrical utility. the Contract lane de a_ and u�b the
not included as sc rate items in the contract tioru and
11_ 1i;AP
ricer. �hedule of
&3'6&@M-sl ....Signal head
All costs for installing onduit contains per each
g containing both signal and ....Si nal head mounem hardware."
illumination wiring shall be included in the contract prices for the The lum sum r lu suiri '
signal system_ _ rice for 1 '....Si Signal head tuountin
All costs for install hardware shall be full ce tion for s 1
installing junction boxes containing both all traffic or Peciestrian si al head to and mstallin
illumination and signal wiring shall be included in the contract conformance with the plans, mou°tin hardware in
prices for the signal system_ ifications and detail sheds, '
The unit prices for the items listed below shall be full 'Pole mounted terminal box....'x..."x, "
hardware,•per each. and mounting
compensation for furnishing and instal inv each item and for all '2/c shl 1100
R return cable,
labor, materials, tools, equipment and testing necessary and/or per linear foot
"3/C sbld ry;pp Cabk 'per linear foot ,
incidental for the full and complete installation as per the contract
plats,detail sheets and these specifications -acts shld interconnect cable,*per linear foot
'Trench and Baccfill........I wide by Traffic signal controller and cabins' per eat4t
dxp per The unit contract rice for 'Traffic Si- Controller and
linear foot. Cabinet" shall be full eq
The unit contract-price for (3) 'Trench and Backfill' per fully on for --Controller and ttstall a ,
linear foot shall be full compensation for excavating, loading _ Traffic signal wire per lump sum
hauling and otherwise disposing of the waste materials for Isi a1 standard,Type with -foot mast arm
backMing and compacting backfdl material to specified density Induction loop rude detector per linear foot .per each
and for the restoration of the trench to its pre-e7�a;nv condition or The tints linear foot contract rice for 4 • ,
as shown on the plans or as directed by the Engineer all in vehicle detector' shall 6e Induction loo
accordance with the plans, specifications and detail sheets n�r� the linear feet of full depth
Select Trench Bad�tl,' per ton. (4)'Select Treads Bad�ili' wctu for installation_ Thc twit price shall be full
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 i
unit per ton price shall indude all costs associated with furnishing to complete the
and Installing the material and loading hauling and installation in accordance with me plains
waste materials. disposing of specifications and detail sheets The unit price shall also include
'........Foundation, .......," per each.* providing and installing condwt stab outs and soldered splices
slices to loop return cables unless
`11�pe....Junction box,' per each. s separate vav items are included
in the contract schedule of prices for these other items Sawcutting
*The unit per each price for(5)*Foundation' and (6)"Junction shall be considered incidental to the
Box" shall be_full compensation for full and complete installation loop installation whether tt not
Mere s a separate pay item in the corih-act for sawcut2ing
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. Sa
_ avcxming for loop'Horne runs" shall be done such as
unless a separate pay item is induced in the Schedule Concrete Pad. of Prices for to minimize the total linear feet of sawcutting required by means of
proper locating of loop retain •Swb-out• by direct routing of
'Concrete Pad,'per square yard_ home runs" and by combining up to 4 pairs of loop wines m a
Measurement for-m'Concrete Pad' shall be by the square s!EgIe home run" sawcut. Loop and "Home Run' layout shall be
yard of surface area enclosed inclusive of and trot 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 p Vehicle
specifications and detail sheets. im re-emption detector," per each
' Schedule 40 Conduit P.V.0 " per linear foot • Opticom discriminator card " per each
Schedule 80 conduit P.V.C. 'per linear foots 'Detector amplifier," per each
'Street light fuse kit,' per each
s The unit contract price for conduit shall include all conduit "Pedestrian push button with sign, 'per each
couplings, adapters, elbows, bends reducers, bell ends bushings "Pedestrian push button post.•
and any other material Iabor or equipment - per each
necessary W complete 'Pedestrian signal pole Type I 10-feet,' per each
the installation of the conduit. Measurement shall be b 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 ezistiiig
measurement at the end of each conduit run equal to the design foundation, removing and salvaging or re-installing existing
depth of the trench. No payment shall be tirade 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 g within St the trench line. equipment and any other costs necessary and/or incidental to
'Street Light Standard .........
_.... " per each complete the installation and make the electrical equipment
.......-watt...Luminaire and lamp,' per each operational al[ in acoordance with the plans specifications and
.......watt...Luminaire and lamp with photocell," per each detail sheets.
......AWG....copper wire," per linear foot 'Remove existing._... Foundatio
'Service cabinet, ' per each. n," per each
Page-SP-46
Revision Date:May 19, 1997
8-22 Pavement Marking 8-22
The unit per each Price for 'Remove existing foundation' Traffic Laa"I!fiend Mares
shall be full compensation for full and complete removal and A WHITE marking
hauling and disposal of the foundation.
IrsQPeFtioatising alphabetical letters..
Lei
S_22 Pavement Marking
big2i.See contract plans and duail sheets.
SEC77ON 8-22.1 IS REVISED AS FOLLOWS:
SEC17ON 8-22.3(5)IS REVISED AS FOLLOWS:
8-22.1 Description(RQ
8-22.3(5) Tolerances for Line Stripes (RC)
Skip Center Stripe Length of Stripe: The longitudinal accumulative error
A BROKEN YELLOW line 4 inches wide. The broken within a-40-feet 24-foot length of skip stripe shall not exceed plus
or "skip"pattern shall be based on a-44-fae4 24-foot unit consisting or minus 1 inch. I
of a_40-€oet 9-foot line and a_39-€ees 15-foot gap. Skip center
stripe is used as center line delineation on two lane or three lane, SECT70N 8-22.30 IS REVISED AS FOLLOWS.
two way highways.
Double Yellow Center Stripe 8-22.30 Installation Instructions (RQ
Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided
separated ch o 12 PAh Double yellow center stripe for both the Contractor and the Engineer. All materials shall be
by a 4-:...,..--•--�..,..�space• y
is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-aa"
and for channelization
r -a noroach Stripe
A SOLID WHITE line. 8 inches wide, used SECTION 8-22.3(7)IS A NEW SECTION.
to delineate turn lanes
frottt through lanes, for traffic islands, and for hash marks. Hash 8-22.3(7) Removal of Traffic Markers(RQ
mark stripes shall be placed on 45 degree angle and 10 20-feet The work to remove all old or conflicting stripes, lines,
apart. buttons or markers as required to complete the chatmelization of
Lane Stripe the project as shown on the plans or detail sheets shall be
A BROKEN WHITE line, 4 inches wide, used to considered incidental to other contract pay items and no further
delineate adjacent lanes travelling in the same direction. The compensation shall be made unless a separate pay item or items are
broken or -slip" pattern shall be based on a_44400c24-foot unit provided for such removal.
consisting of a 40-fo"2-foot line and a 30 feet 15-foot gap.
Drop Law Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMF.2V7F-D AS
A BROKEN WHITE line, 8 inches wide, used to FOLLOWS
delineate a lase that . The broken or "skip'
(SA)
5-22.4 Measurement(RCS
pattern shall be based on a 2414-foot unit consisting of a 93-foot
line and a 15.12-foot gap. The measurement will be based on the travel dit�d
Qf a marking system capable...
Ge*eApproach stripe, barrier stripe, crosswalk stripe, and
stop bar will be measured by the linear foot of each marking type'
Traffic arrows will be measured by the unit with each arrow
head defined as a unit
Traffic 3aueFSLegends, handicapped palling MU Symbols,
"Skip" pattsm Gh-11 be preferential lane symbols, railroad crossing symbols, drainage uniL
markings,and cycle detector symbols will be measur d be
Measurement for paint/plastic stri ep line removed
ga$- the linear foot of ' wide line or shall be included m the lump
Two Way Left Turn Stripe sum price for 'remove existing traffic rnarkuigs u� ��°""
A SOLID YELLOW line, 4 inches wide, with a ified as a sePasate Pay
BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate Pay item. If not spec a
item then removal of existing traffic'^a*t"nos shall be�tlstac:w
space.The broken or'skip" pattern shall be based on a.404•eet 24 no iu th�
incidental to the mcnt for other steins of work and
foot unit consisting of a-10-€eet 9-foot line and a-30-feet 15-foot compensation shall be made.
space The solid line shall be installed to the right of the b101e11
SECI70N 8-22.5 IS REVISED AND S(JPPLEMFIVTED ` S
line in the direction of travel.
Crosswalk Stripe FOLLOWS:
A SOLID WHITE line, 8 inches wide and 10-feet &22.5 Payment(RCS
long. installed parallel to another crosswalk stripe-w"h-�"_
"Painted G":aApproach Stripe", per linear foot-
pa.anet io the direction of traffic flow and txntercd in pairs on lane " -
lina and the center of lanes. See detail sheet.. "painted Traffic 1,etteFl�ciid per each.
Stop Bar "Plastic Traffic I.eue;Legend".per each.
A SOLID WHITE line.—U_12,_ 18 or 24 inches wide "Remove Paint Line ...... wide,' per linear foot.:
ecilecc as noted eshar3u+s4-ia on the Contract plans.
Page-SP-47
Revisions Date:May 19, 1997
ry Pavement Markings
8-2-3 8-23 Temporary Pavement Markings
Iastic Line ....... Wide '
linear foot. 8-23
existing traffic markings "near t., ,u . Temporary Pavement Markin
linear foot contract price for "Remove Paint Line' and gs
Plastic Line' and the I SECTION 8-23.5 IS SUPPLEMENTED sure contract rice for
;be existing traffic markn-s* shall be full compensation for FOIlOWING: KITH TgE
_ni of existing traffic markings as per the plans specifications
detail sheets. If these a items do not a 8-23.5 Payment (RQ
in the contract
txdule of prices then the removal of old or conflicting traffic 11 no pay item is included in the contract for i
markings required to complete the channeltzation of the project as removal of tem ra installation or for
shown on the plan or detail sheets shall be considered incidental to avement marking theft all costs associated
with these items are considered incidental to other items the I
Other items in the contract and no further com nation shall be contract or included under "Traffic Control "
made. included as a bid item. that item is
The unit contract prices for the above listed bid items shall be
full pay for furnishing all labor tools material and ,
ui ment
oecessary for the completion of the work as specified.
1
Page-SP-48
Revision Date:May 19, 1997
9-00 Definitions and Tests 9-02 Bituminous Materials
Division 9 material for payment may be produced for use on a project until the
fob mix formula has been approved by the engineer. The mixture
Materials shall be designed to mca the test criteria listed in Section 9..03 8Q
and remain within the limits set forth in 9-03 8(6 The
determination of the job mix formula shall be the responsiibiL',r, �f
the Contractor.
9..00 Definitions and Tests The aitermingling of asphalt concrete mixtures produced from
more than one JMF is prohibited. Each strip of asphalt concrete
SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single
FOLLOWING: job mix formula established for the class of asphalt concrete
specified unless there is a need to make an adjustment toin the
9-00(0) Ig ed Materials (RC) JMF.
The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to
predicable provided that those mataials meet or exceed all the Fng�at least 10 days prior to the start of paving operations
applicable teQuiiretients described elsewhere in the contract and shall include as a minimum:
spec rations Should recycled materials be u tiltzcd the City a. Percent passing each sieve size.
requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement.
c. Asphalt grade.
the �ctD r. d. Muting temperature.
e. Compacrion temperature.
9-02 Bituminous Materials f. Anti-strip agent content.
9„02.1 Asphalt Material, General The Contractor may not snake any changes to the JMF without
prior written approval of the Engineer. Should a change in sources
SECTION 9-02.1(IO)IS A NEW SECTION: of materials be made a new JMF most be approved by the
F gineer before the new material is used.
8-02.1 jo LooP Sealant (PCB T
Unless specified otherwise in the contract or permitted by the
*– ' Upon request from the contractor, loop sealant shall be
hot-melt rubberized asphalt sealant (Crafco Loop Detector Sealant 11 The av$Of approved shall meet the penetration flow and resilience
=tio ss of AS1M D3407 and shall be installed with an
Moved applicator in conformance_ with manufacturer s
rations.
The corm actor shall r and obtain approval from the pow-imp.
g for the type of loop sealartt to be used before mstallmg 23. Job Mix Formula Tolerances_sa4441;sCmeats.
dettttor loops and shall stibmut manufacturer cutsheets or other a. After the JMF is
data if requested by the Flhgincer m order to enable the Enguxcr 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:
. -be ictstalled in thoroughly dean and dry pavement and shall be Constituent of Mixture Tolerance ran Limits liit for each
lied in conformance with the methods required as to mix constituent shall not
temperature and means of application such as to completely fill the exceed the broad band
sawait area encapsulate the loop wires and adhere to the specification limits specified
pavement. in Section 9-03.8(67.
A regale passing 1', Broad band specification
9-03 Aggregates 3/4� 5/g'. 1/2�, and limits Section 9-03.8(6)
I
SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8+ sieves 6%
Aggregate passing 114' sieve t 5%
2-o3.8(�A Basis of Acceptance(RC) Aggregate passing No. 10 sieve f 4%
1, Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve 29G Notel
Project to the Proj job mix formula (JMF)• Fe;-- Aggregate passing No. 200 sieve ±O.S%Note2
Asphalt cement l be for aggregate
For open graded mix: Tolerance limits shall
gradation only and shall be as specified in Section 9-03.8(6)-
ys Asp�t
W; p;opocad Note 1 — 2.0% if less than 5096 } (Recycled
Pavement),2.5% for 50%RAP or more. 0 % for over 20%
Note 2 — 0.5% if less than 20% RAP, 7or realer.
RAP, but less than 50% RAP, 1.0% for 50% RAP g
These tolerance limits constitute the allowable limits >
Section 5-04.3(8)A to determine acceptance.ss da�r�li°d
act Aew:mine the 4 Q6
—ge of �•
No t.
Page-SP-49
Revision Date.May 19, 1997
9-04 Joint and Crack Sealing Materials
9-05 Drainage Structures,Culverts,and Conduits
ir. d4lermine-g. ch.- oil SECTION 9-05.7(3) IS DELETED AND REPLACED BY
accept-AGO rb-11 GOAXORA to the i= r
THE
FOLLOWING:
'he bFQ-Aba;i specific�&;Oar. PA 9-05.7(3) Concrete Storm Sewer Pipe Joints
Joint assemb design shall be rein forced comer
s i of inco ratin a full retained sin le rub,7
bell and
accordance with ASTM C361 or AWWA C3 as
ket in
the 12FOject material shall be neoprene Rubber asks
SECTION 9-05.7(4) IS SUPPLEMENTED BY THE
FOLLOWING:
9-05.7(4) Testing; Concrete Storm Sewer Pipe
0quW 01 qtlnl;tY- The
(Q(.� -- << J oints
Hydrostatic testing be ak "o et nts shall be ormed
The adjusted to accordance with ASTM 0361 or AWWA 0302 ez
Pressure shall be 5 psi t test
gQ14rancer—"ll be
tpaci€4QQ6eas. SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS
FOLLOWS.
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
9-44 Joint and Crack Sealing Materials The manufacturer Of spiral rib storm sewer pipe shall furnish
`�'j'6 the Engineer a Manufacturers Cebu of Compliance staemg
that the materials furnished comply in all respects with these
SECTION 9-04.11 IS A NEW SECTION Specifications.The
tests to be performed by m Contractor ��fional iafonnation or
9-04.11 Butyl Rubber (SA) expense to the State.
Unless otherwise specified, spiral nib storm sewer pipe shall
Butyl rubber shall conform to ASTM D2000 MI BG 610. be furnished with Pipe ends art perpendicular to the longitudinal
axis of the pipe. Pipe ends sha11 be cut event Spiral nb
be fabricated either b us" evenly. P shall
9-05 Drainage StI'L1CtllI'eS, Culverts, and Y � a continuous helical loch seam or
a continuous helical welded seam paralleling the rib.Conduits
SEC770N 9-05.4 IS REVISED AS FOLLOWS.
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
cap 4-20 inch-c
Steel culvert pipe and pipe arch shall meet the requirements of
AASHTO M 36, Type I and Type H. Welded seam aluminum. ceruaF.
coated (aluminized) .corrugated steel pipe and pipe arch with
metallized coating applied inside and out following welding is
acceptable and shall be asphalt treatment coated.
Ach CA re
SECTION 9-05.7(2)IS DELETED AND REPLACED BY THE
FOLLOWING:
Steel spiral rib storm sewer pipe shall be manufactured of
9-05.7(2) Reinforced Concrete Storm Sewer Pie metallic coated (aluminized or galvanized) corrugated steel and
C) inspected to conformance with Section 9-05.4. The size coating
Reinforced Concrete Storm Sewer piDe shall conform to the and metal shall he as shown in the Plans or in the Specifications
requirements of ASTM C-76 and shall be Class IV Cc u For spiral nb storm sewer pipe helical nibs shall Project
in the manufacture of reinforced concrete pipe shall be T II in outwardly from the smooth pipe wall and shall be fabricated from a
conformance with ASTM C150. No admixture shall be used unless single thickness of material The nibs shall be essentially
otherwise specified. rectangular and shall be 3/4 inch plus two times the wall thickness
SECTION 9-05.7(2)4 IS SUPPLEMENTED Qt) plus or minus 1/8 inch (measured outside to outside) and a
TED BY THE minimum..of 0.95 inch high (measured as the minimum vertical
FOLLOWING: distance from the outside of pipe wall immediately adiacent to the
9_-05.7(2)A Basis for Acceptance (RC) lockseam or stiffener to the top surface of rib) The maximum
All pipe shall be subject to (1) a three-edge bearing strength pacing of the ribs shall be 11.75 inches center to center(measured
(D-load) test in accordance with ASTM C76• and normal to the direction of the ribs) The radius of bead of the
(2) a hydrostatic
test of rubber gasket metal at the corners of the ribs shall be a minimum of 0.10 inch
AWWA 0302 except tesst t pressure accordance with ASTM 0361 or and a maximum of 0.17 inch. If the sheet between adjacent nibs
r m essure shall be S psi does not contain a lockscam a stiffener shall be included midwa
Page-SP-50
Revision Dale:May 19, 1997
9-06 Structural Steel and Related Materials 9 48 Paints
between ribs haying a nominal radius of 0.25 inch and a minimum 1/8 inch wide (meamred outside to outside) and a minimum
hei Yht of 0.20 inch toward the outside of the pipe. pipe shall be spacing of ribs shall be 4.80 inches center to center (minaret
fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs). The radius of bend of the
barids_ metal at the comers of the ribs shall be 0.0625 inch with an
queen required spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent.
be bituminous treated or paved. The biturn us treatment for For wide pitch spiral rib storm sewer pipe, helical nibs shall
. .,:.,. shall conform to the requirements_of Sections 9- project outwardly from the srnoodr pipe wall and shall be fabricated
"" ' from a single thickness of material. The ribs shall be 3/4 inch +
OS 4(3)and 9-05.4(4)
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
ro outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the
from IjMgtne d—ikkwss of material. The nibs shall be 375 inch— outside of pipe wall to top surface of the n'b). The maximum
t IS inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches c e er to center (measured
4375 inch hi measured as the minimum vertical distance of nibs normal to the direction of the ribs). The radius of bead of the
dull be 480 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an
dtion of the nibs) The radius of bead of the
_MnL at the allowable tolerance of+ 10 percent.
of the nibs shall be 0.0625 finch with an allowable tolerance
Of—10 9-06 Structural Steel and Related Materials
SEMON 9-05.12(3)IS A NEW ADDITIONAL SECTION: 9-06.5 Bolts
9-05.12A3) CPEP Sewer Pipe(RC)
CPEP Smooth interior pipe and fittings shall be SECTION 9-06.5(4)HAS BEENSIIPPLEMENTED BY ADDING:
manufactured from high density polyethylene resin which shall
mat or exceed the requircmcnts of Type 111, Category 4 or 5, 9-06All a Anchor Bolts ers_
(',rode P33 or P34 Class C ASTM D1248. In addition the All anchor bolts, inns ���-'� anchor plates for signal
shall comply with all material and stiffness requirements of poles sweet light poles strain poles or other types of poles shall
,IO meet the recommended spepf-cations of the pole manufacturer.
The Contractor shall be responsible for providing to the Engineer
SECTION 9-05.14 IS DELETED: any and all data concerning fabrication strength test results mill
SEC110N 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor
bolts meet those specifications.
FOLLOWS: The following standard specifications shall apply to anchor
uminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the
9-05.17 Al
Contractor can submit docanentation from the manufacturer
�Q
Unless otherwise specified, spiral rib storm scorer pipe shall affirming that anchor bolts meeting these specifications are
with ends talc perpendicular to the longitudinal recornmerThe for the in to be installed thereon
be fhunist�d P� S iral rib shall 1 The sYardard ancdior bolt for aluminum street 119M poles
axis of the pipe.pipe ends shall be art evenly. p p shall be 42 inches in Icrhgtlh a>d shall meet the regtnrements of
be fabricated by using a continuous helical lock seam with a seam ASTM A 36 or AS'IM A 307. The shaft of the anchor bolt shall
MkCL be a full one i nch in diameter with a hot forged four inch-L" bead
on the bottom end and a minimum of S" inches of die-cut threads
AW
on the top end.
2 The anchor bolts for signal poles and strain poles shall
meet the specifications as des i mated OR the approves
le laps and/or s-^ISmew mans or
manufacturer's p0 P
specifications provided by the manufacturer. le
All anchor bolts nuts and washers shall m_e�
manufacturer's specifications and shall be hot dim
Wd unless such galvanization is not Permitud fo_ �` ----
per Section 9-06.5(4).
9-08 Paints
SECTION 9-08.8 IS A NEW SECTION:
9-08.8 Manhole Coating System Produce
For spiral rib storm sewer Pipe helical ribs shall project
outwardl from the smooth PiPe wall and shall be fabricated from a 9-08 8(1) Coating System Specificstlon
sin le thickness of material The ribs shall be 3/4 inch wide by 3/4 followin coatin stem cations shall be used for
irrch d _with nominal spacing of 7-1R mches center to center. el) surfaces
interior concrete (includin the charm
shall be fabricated with ends that can be effectively jointed coating (scaling)sewer manholes when required.
with coupling bands.
For narrow pitch spiral rib storm sewer Dipe helical ribs shall
ro'cct outwardl v from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs shall be 0.375 inch +
Page-SP-51
Revision Date:May 19, 1997
9-23 Concrete Curing Materials and Admixtures
9-29 Illumination,Signa(�Electrical
Coating System Specification FOLLOW 9-29.3 IS REVISED AND SUPPLEMENTED AS
A. General S
1. Buried Manhole 9-29.3 Conductors, Cable (RC)
Surface Color Paint System
Each wire shall be numbered at each terminal end with a
A. Buried and White C-1 wra around numberin strip
exposed shown on the plans, beann the circuit number
cor>Crzic No splicin of an traffic si nal conductor
surfaces. unless otherwise indicated on the tans. All conductor or runs shall
be oiled to the ro trace si nal terminal tom
9-08.8(2) Coating Systems with ress�ire bind' sts. Theo rtment board
A. High Solids Urethane lives for detector loo at the nearest' on box to ns-Shall be the
The contractor shall rovide and install all
Coating System: C1 whin fuses and fi so as to co fete the
Coating Material: High Solids Urethane si and lighting tlto installation of the
Surfaces: eat as shown on the lags. An Concrete and installation methods t as materials
Surface Preparation: In accordance with SSPC SP-7 tom l with a livable sctxiorts of theonal pj here' shall
(Sweep or brush off blast) 8. Detector looms Cod°
p wire shall be No. 1234 AWG strand
Application: Shop�eld The drying time COPPer wire. Class B. with chemically ed cross-linked
betweui coats shall not exceed h'Pe �I-RRW insulation of code thickness. Polyethylene
_ 24hours in any case (11) Communications cable EOCC}sball mat REA
System Thickness: 6.0 rails dry film specification PE-39
Coatings: and shall have 4X-Pair—NO. 19 AWG wires
Primer. O One coat of Wasser with 0.008 inch FPA/WR coated aluminum spiel
MC-Conseal hi solids shall have a petroleum compound Completely The cable
Eethane .0 D Finish: the cable. filling the inside of
Two or moro coats of Wasser The shielded communications/si interconnect cable shall
MC-Conseal(min 4.0 DFT) mat the following:
1. Conductors: Solid soft drawn, annealed copper sits I9
9-23 Concrete Curing Materials and awg-
Adlnixtures 2. Insulation: solid virgin higt density eth lene or
1olyVropylene with telephone industry color coding
SECTION 9-23.9 IS REVISED AS FOLLOWS: 3. Cable core assembly: insulated conductors are twisted
into pairs with varying lays (iaist be used aro lengths) to minimize 9-23.9 Fly Ash(RC) and meet strict capacitance Ionics cross talk
Fly ash shall not
4. Shielding: A corrosion/oxidation resistant tinted ethylene
und water lines copolymer coated (both sides) 00 - thick corrugated aluminum
tape shield rs app(red IongmidinallY with shielding coverage A
9-29 �nnliII3tioII, Signals, Electrical 005 corrugated tape applied in the same manner is acceptable
5. Outer racket: A black low density high molecular weight
SEC77ON 9-29.1 IS SUPPLEMENTED BY ADDING THE vi!Zln polyethylene (
FOLLOWING. compounded to withstand sunlight
[temperature variations and other during installation) i environmental ironmental conditions plus
9-29.1 Condai(.(RC) s extruded overall to provide a
continuous covering.
The conduit P.V:C. - non-metallic shall be of the two 6 rn
- Footage arkin4vs• footage markings must be printed
indicated below: sequentially a minimum of 2' along the outer iackeL
1. Schedule 80-Extra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer iacket is flooded
ASTM Standards to be used in all installations under roadways. with petroleum-polyethylene gel filling compound includingtthe
2. Schedule 40_heavy wall P V C conforming to ASTM area between the outer tacker and the shield
Standards.
SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE
SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING:
9-29.2 Junction Bones(RC) 9-29.9 Ballast, Transformers (RC)
The Ballast shall be are-wired to the lamp socket and terminal
Junction boxes shall be reinforced concrete with galvanized board.
steel from anchored in place and galvanized steel cover Diate
(Diamond Pattern)as indicated on detail sheets SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE
FOLLO
The inscriptions on the covers of the iunetion boxes shall be as WING:
follows. 9-29.10 Luminaires (RC)
1. Signal only: 'Signals-
2. Strew Lighting only: 'lighting' The filter shall bd charcoal with clast-omen gasket.
3. Traffic Signal and Street lighting Facilities• "TS LT Luminaires shall have a cast aluminum housing of the cobra
The above inscriptions shall not be higher than the top surface head style with a glass ovate refractor
of the cover plates.
Page-SP-52
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
The manufacturer's name or symbol shall be clearly marked re-energizc without change. Zype 170
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 conflicL 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 Iiz. The unit shall consist of a I ht command of the signal displays at the beginning of artery
sensitive element connected to necessary control relays. The unit ely low.
shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type capable of
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, phis 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 SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS
hltaitnire In It cotrtactor controlled system the photo cell to FOLLOWS:
control the system shall be mounted on the tumtnatre nearest to the
service/contactor cabinet. The photo cell shall be capable of 9-29.13(3) Emergency Pre-emption(RC)
m
i _rev 'ON' 1000 watts of Incandescent load as a tntmum. Immediately after a valid call has been received, the
SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required
FOLLOWING: clearance intervals and subsequent pre-emption intervals.
Pre-emption shall sequence as noted in the contras. Pre-enTtion
9-29.13 TraMc Signal Controllers(RC) equipment shall be installed so that internal wiring of the
The unit shall operate on 120 volt 60 cycle single t-hase controller, as normally furnished by the manufacturer, is not
alternati current and shall use the power line frcgtnerxy as a trine altered.
base The traffic signal controller shall meet the requirements of
the National Elcm"i Manufacturers Association (NF.MA)
Standard Publications.
Components taich as resistors capacitors diodes and Emergency vehicle pre-rmption shall be furnished as modules
transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator
circuits shall be type units T' pre-emption system oneradoa shall be compatible
standard soldering techniques Intergrated system sy which the Crty
Mounted in sockets and shall be easily replaceable without with the 500 Series 3M company opxi
so All components shall be standard'Off the shelf items. of Renton is currently using and shall be capable in
of beg activated
The traffic signal roller shall be capable of mterficmg by the same transmitters.
The optical signal discriminator system shall enable an
with the Multisowc- real tint master computer. The controller authorized vehicle to remotely control traffic control srgnaLS from a
mall be capable of both on-line operation(control by the multisonnc distance of up to 1800 feet(OS4 kilometers) along an unobsmx—=
ma sts computer) and standby operation- The controller shall
R",the sequence of si including overlaps, m line of sight' path The system shall cause the traffic signals
establish gnal
controller to move into an appropriate fire pre er°PL1On program
conformance with the signal phasing diagram on the Plans. When this optima discriminator shall interface to the 562 software. for
-ither in a fixed time mode or m a folly-actuated mode field programmability. It shall consist of the following
with vohune density on � phase as t�eguired. All clearance
components:
timinit; and pedestrian tinting shall be accoaaphshed at the local Optical enemy detectors-which shall be mounted on the
intersection. traffic signal mast arms and shall receive the optical eec X
SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS emitter's signal. controller to
FOIlOM b isc
Driminators which shall cause the signal vehicle
o into internal ro-em 'on which wi71 a the author rred
9-29.13(2) Flashing Operations(RC) the right of way in the manner shown on the p� sek
2. Police Panel Switch. When the flash-automatic switch diagram.
located behind the police panel door is turned to the flash position, c Prctmption Indicator Lights.
the signals shall immediately revert to flash; however, the Optical Detector
controller shall "STOP THAF-' When the switch is placed on- a Shall be of solid state_construction-
automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the system
8 second flash period. At the completion of the continued 8 second manufacturer to facilitate ease of installation.
flash period, unless otherwise specified, the controller shall c Shall operate over an ambient temperature range of 1}0°F
immediately resume normal cyclic operations at the beginning of to +180° C to +85°C)
artery °!v• d. Snail have internal circui ca sulatcd in a semi-
4. Power interruption. On "NEMA" controllers any power flexible compound and shall be impervious to moisture.
interruption longer than 475 plus or minus 25 milliseconds, signals ulses crated by
e Shall rCspond to the optical energy u� of a micro
shall re-e=gize consistent with No.2 above to erasure an 8 second a pulsed Xenon source with a pulse ener dens one
flash period prior to the start of artery green. A power interruption ��utc per square meter at the detector a rise time less th u
of less than 475 plus or minus 25 millismond shall riot cause microsecond and half power point pulse width on not tee'
resequencing of the controller and the signal displays shall thirty microseconds. i- -
Page-SP-53
Revision Date_May 19, 1997
9-29 Illumination,Signals,Electrical
9-29 Illumination,Signal. ElM�cal
Discriminator
Each module shall do the following:
a. Shall provide for a minimum of two channels of optical
detector input. sueth � ,
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 iMing
advance directly to that phase after observing all vehicle qawQ
clearances. The phase selector shall hold the controller in the
phase selected until the detector no longer detects the emergency
vehicle.
When the phase selector is responding to one detector, it shall '
not respond to any other detector until calls from the first detector All timing functions and ut and ou ut features for full -
are satisfied. Indicator lights shall indicate actuated, volume derui lion shall .
power on signal being rovided in accordance
received channel called. Switches shall control stem Power and with NEMA standards.
simulate detector calls for each phase The controller shall provide for setti each '
means of t»sitivdy calibrated • interval
SetLingS The inn fimn' ns awl
SECTION 9-29.13(2)-JS SUPPLEMENTED BY ADDING THE on the frornt of the controller unit or shall have k
FOLLOWING: —"" and liquid crystal display. For the starndby
signal controller shall include on, the traffic
�_ all errgga gmf . ";�,viae all
9-29.130 Wrong Diagrams (RC)
timing and all functions for signal operation in a fully art,n.,t t
The controller cabinet shall have a waterproof envelo with a mode Standb ration shall automatically occur upon qxning
of interconnect lines, failure of central master co when
uter or wfxn
side acc= attached to the inside of the cabinet door. At the time
of delivery the envelope shall have four complete sets of schematics specified by the master. The standby operation shall follow be
and manuals for all assemblies and sub coincidental m hale to that be di la ed at the start of
assemblies. standby operation. Transfer from computer
SECTION 9-29.130 IS SUPPLEMENTED BY ADDING THE call up a n supervision shag not
startmr,yellow,
FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING TEE
9-29.13(67 Radio Interference Suppressors FOLLOWING.
A Cornell-Dubiler radio interference filter NF 10801-1 30 9-29.13(7)A Environmental, Performance and Test
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
SECTION 9-29.13(7)IS REVISED AND SUPPLEMENTED AS signal controller, auzillary control equipment and cabinet shall be
FOLLOWS. shop tested to the satisfaction of the Engineer. Te tirrg and check-
out of all tuning circuits phasrgo and signal operation shall be at
9-29.13(7) Traffic-Actuated Controllers(RC) the City of Renton Signal Shop Renton, Washington The Signal
Traffic-actuated controllers shall be electronic devices which, S_ hop will make space available to the contractor for the required
when connected to traffic detectors or other means of actuation, or test demonstrations. The contractor shall assemble the cabinet and
both, shall operate the electrical traffic signal system at one or related signal control equipment ready for testing A complete
more intersections. _ demonstration by the contractor of all integrated components
All solid-state electronic traffic-actuated controllers and their satisfactorily wog shall start the test period Any
supplemental devices shall employ digital timing methods. malfunction shall stop the test period until all parts are
The traffic signal control equipment. unless otherwise satisfactorily operating The test shall be extended until a
penmiued-in the coiiract, must specifically conform to current minimum of 72 hours continuous satisfactory performance of the
NEMA specifications. entire integrated system has been demonstrated The
demonstration by the contractor to the Engineer of all components
fialctioning properly shall not relieve the contractor of any
Actuated traffic signal controllers shall be 8-phase control responsibility relative to die proper functioning of all afor•estated
units. Volume-density timing features shall be provided on all control gear when field installed
controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
9-29.13('7)B Auxiliary Equipment for Traffic Actuated
Rt�;QhnAga-b-aky b0cli-COR -ply 'a Controllers (RC)
, ,
of wkwars Q; ;I•� t t 1 Gwither sh,11 f �9
A r.l' e' Tl7 74 1
t-
Page-SP-54
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 device shall be desiened as cn+� to
Stull 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 device shall be used for on-line computer control
controller and load switching devices electrically dead while of the intersection and shall be capable of trattsmttting all detector
maintaining flashing operauon for purposes of clanging controllers and signal status information and receiving and decoding command
or toad switching devie e. information from the computer all in conformance and within the
capability of the multisonic master computer unit and the
Stop Time Bypass Switch interconnect cables.
SECTION 9-29.13(7)D IS REVISED AND suppLFj
'There shall be a switch in the cabinet identified as the stop AS FOLLOWS:
bypass switch If the intersection is placed on flashing MVTED
lion either b 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 tTlss 1. Construction shall be of 0.073-inch minimum thickness
switch shall remove stop time from the controller and permit 'hype 304 stainless steel, 0.125-inch minimum d&kn s cl";
norrrul cycling operation white the intersection remains m fhb aAadnod_.sheet aluminum, or cast ahrmin,m+ Cabinets shah 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. -Mie cabinet door shall be provided with:
(spring return) detector test switch. When depressed, the switch a. A spring baled 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 convenierice outlet and lamp socket shall have a three point latch.
b. A police panel door with a stainless sled hinge pin and
A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1314 inch long
and an � lam socket shall be furnished m the main shall be provided with each cabinet
cabinet A door switch for the lamp shall be provided. T FM Inside the police panel there shall be a signal on-off
circuit shall be prated by a arcuit breaker rated at 20 amps. switch which shall prohibit any signal display m 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 seeing on the
shall monitor both the positive and negative portions_of the A.C. auxiliary panel descn'bed later.
sine wave for 311 green, amber and pedestrian walk indications. C.
The duration of a display of conflicting indications shall not be long Cabiiiet doors shall be aslceted with
to be visible to motorists or pedestrians before the monitor with one piece close cell neoD�. They shall be
initiate flashin ration. There shall be a visual indication that some type of stops so the door may be held open is either of two-
...,.,,�r�i� 90 detrrees and 180 degrees and be of
the monitor has preempted normal operation. positions . air
The fail safe monitor shall be Model SSM-l2L.B as suitable design to withstand a 40 mph wind..
truuiufat�by Eberle Design Inc. or approved equal. d. A two position door stop assemblY-
c The Controller cabinet shall have a load baylti m ear
least the following items mounded on the face of the t
Surge Protector(Lighting Arrester) blocks for termination or in
relays; load sw' and terminal the terming block shall
The controller shall have an input voltage surge protector that wires contained on a separate pond
Shall protect the controller input from any voltage surges that could conform to Washington Standard SI��O°s� when the screws
damage the controller or any of its components. This load ba anel shall be mounted so that the
are rerioved it will be ible to obtain full access to
Field Wiring Terminal terminations on the back of the load bay paPSl.
There shall be a terminal strip for field wiring in the
controller cabinet. The terminals shall be numbered in accordance SECTION 9-29.16 IS SUPPLEMENTED BY ,gDDING THE
with the schematic wiring diagram on the plans. If_ a different FOLLOWING:
numbering system is used for the cabinet wising then both
numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (RQ
drawing shall include the field wiring numbers where the terminal lens sizes unless
strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 clear signs_ 1 hid
terminals and a round bar with a minimum of 6 terminals shall be shown otherwise on the signal Pions and DC r o`G �•W
housings shall consist of separa eel I T
provided_ for vertical mounting. Lens shall be lass and m
Specifications for light output Reflectors shall be al�a c• Each
signal head shall lave a 1/4 inch drain hole in its base.
Page-SP-55
Revision Date: Mery 19, 1997
9-29 Illumination,Signals, Electrical
9-29 Illumination,Signals,Electrical
Vehicle signal heads shall be cast aluminum
All signal heads shall include a back plate S inch square 9-29.16(2)E Painting Signal Heads (Rte
border. Signal heads, including outside of visors and back of back ck Traffic signal heads, including outside of visors and Plates shall be finished with two coats of factory applied traffic back plates, shall be finished with two coati of facto back of
signal yellow baked enamel. The inside of the visors and front of traffic signal A- ellow baked enamel. Ilse inside of applied
back plates shall be finished with two coats of factory applied flat front of back plates, and louvers shall be finished with
black enamel, flat black enamel h"O coats of
Mounting hardware will provide for a rigid connection SECTION 9-29.16(3) (RQ IS DELETED.
between the signal head and mast arm All mounting hardware
will be of the top-mount plumbmzer type as shown on the standard
Plains, unless specified otherwise on the plans SECTION 9 29.16 Q
Position of the signal heads shall be located as close as (31A(RC)IS DELETED.
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
be less than 16 feet 6 inches nor more than 18 feet 6 inches above SECTION 9-29.16(3)B(RC)IS DELETED.
ode at the center of the roadway. All bolts and other
miscellaneous mounting hardware shall be stainless steel
- ids (RC)
SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOW,
9-29.16(2)A 01ical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings
Eight inch conventional signals shall employ a 67 to 69 watt (RQ
traffic signal lamp rated for 130129 volt operation, 595 minimum
initial ihimen, 665 rated initial lumen, 8,000-hour minimum,
27/16-inch light center length, A-21 bulb, medium base, dear mod'-All etlie�lhardware for etlHr-mounts Shall be painted
traffic signal lamp. Twelve inch traffic signal heads require with two coats of factory applied traffic signal Federal ellow
120130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated 9men-baked enamel.
initial hymen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1)IS SU7PPLEMEN7ED AND REVISED AS
length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS.
base.Bulbs shall be installed with die opening between the filament
ends up. 9-29.18(1) Induction Loop Detectors (RC)
SEC77ON 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS. Detector amplifiers shall be Detector Systems model 810A or I
equal.
9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall
Each lens shall be protected with a removable visor of conform to current NEMA specifications. A.npliaor
aluminum of the tunnel type, unless specified
otherwise in Else contract. Visors shall have attaching ears for 445"
installation to the housing doors. Conventional signal heads shall
have square doors. SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS
Signal(RC)
trian
SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS 9-29.20 Pedes
Pedestrian signals shall be either kcaadesceat- fiber optic or
9-29.16(2)C Louvered Visors neon-grid type, or other types as specified in the contract.Pedestrian Where noted in the Contract, louvered tunnel visors shall be A signals shall conform to rm Standards (Standard for
furnished and installed. Directional louvers shall be constructed to
Adjustable Face Pedestrian Signal Heads, 1975).
have a snug fit in th'e signal visor. The outside cylinder shall be r. rignal r, be
constructed of alumirnm. ��,�AnatQ aah ,and the louvers shall rated U)SO in-;,! !-awn, wh light
be constructed of anodized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the
contract.
bol messages, when
BEEN DELETED an
SECTION 9-29.16(2)D HAS BEEN shall be a minimum of 12 inches high d 7 inches in
AND width.
REPLACED WITS 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 XS!!2±%v4ea enamel
Back plates shall be furnished and attached to the signal VACANT SECTION 9.29.20(1) IS REPLACED BY ADDING I
heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION:
half-hard ahhminum sheet, 00058-inch minimum thickness, with
5-inch square cut border and painted black in front and yellow in 9-29.20(1) Fiber Optic'hype(RC)
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 UV 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 Wig
53 microns Each single arm in the harness shall contain THE FOLLOWING:
approximately 300 fibers The optical sheathing shall have a wall 9-29.24(1) Painting (RC)
thickness of at least 1.5 microns. The common end of each bundle The finish coat shall be a factory baked on ename ht l li prey
shall have a hexagonal bundle format. The common bundle end in color. The galvanized surface shall be etched before the baked
and each arm shall be epoxied and optically polished• on enamel applied. The interior shall be given a finish coat of
The light source shall be a halogen incandescent lamp with u exterior grade of white metal enamel.
dichroic reflector.Th m es
e lap shall use built-in,lead-in wires instead painting shall be done in conformance with the provisions of
of pins The reflector shall be covered with a hard coating capable Section 8-20.3(12).
to withstand a temperature of 400 degrees Centigrade, rapid
temperature changes >tggrasive 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 penod 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 wide the fiber shall produce a light intensity as high as (RC)
3800CD The 115-volt Primary, 10-volt secondary hansformers, The electrical circuit breakers and contactors shall be as
lHot guides and all wiring shall be enclosed m a sheet aluminum indicated on the contract plans and detail sheets. The following
housing The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet.
aluminum sheet Protected by a 0.125 poiycarboffite 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 clrp�n 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)
di Ia 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 (2fS0
light points Al! 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 powa consumption IamPs shag utility plugs)
be servictable without any tools. S. Type 3-single phase 120/240 volt grounded neutral
SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service
9 One 120 colt 40 Amp single pole branch breaker (signal
FOLLOWS: 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 wiute.lettering. All mine
Neon tubing shall be enclosed aril shoclmiountcd inside p lates shall be attached by S.S. screws.
12 Meter base sections are unne� ary
s
a ed plastic module
SECTION 9-29.25 IS DBLBTZD AND SUPPLS30NTED BY
7i3B FOLLOWING:
The pedestrian signal shall have a solid state message modules 9-29.25 Terminal and Interconnect Cabinets ��
electronic ballast no external transformer,and operate at 30 watts. The pole mounted terminal box shall be made of molded
The heads shall display two symbol messages hand (for the fi berglass be grey in color, be approximately 16' high x 13-7/8-
do not walk mode) in Portland orange and 'Man' for the walk wide x 5-7/8' and have a minimum of 16 terminals on the
mode) in lunar white. The message module shall consist of two terminal blocks The box shall be weatherti have a single door
aeon gas tuba enclosed in a housing made of polycarbonate with continuous hinge on one side and screw hold downs on A�11
plastic The leas material shall be polycarbonate plastic. door lock side. All hardware will be stainless steel.
visors shall be flat black in color. mounting hardware shall be stainless steel and shall be incidental to
SEC17ON 9-29.21 IS DELETED AND REPLACED BY THE the unit price of terminal box. a�, bw:ri type. Eat
FOLLOWING: Terminal blocks shall be 600V lea The marker suiv
terminal shall be separated by a marker �Pntnnber indicated in
9-29.24 Service Cabinets (RC) shall be permanendY marked with the cil�tirt with No iv
the Plans Each connector sh�tha�n screw with
The signaUstreet lighting service cabinet shall be as indicated capable of accepting no less p12 AWG w ma fitted
on the contract plans and detail sheets. All. electrical conductors T
bliss bars and conductor terminals shall be copper or brass. The spade tips.
Cabinet doors shall be asketed with a one iece closed cell
cabinet shall be fabricated from galvanized cold roiled shat steel, neoprene gasket and shall have a stainless steel p_ ian°fie-
with 12 gauge used for exterior surfaces and 14 gauge for interior One r< 12 position terminal block shall be iiistallett in each
is Door hinges shall be the continuous concealed piano type terminal cabinet and amplifier cabinet.
and rig screws rivets or bolts shall be visible outside the enclosure. Mounting stlall be as noted in the contract•
The cabinet door shall be fitted for a Best internal type lock. The a with
Interconnect splice tower cabinets shall be deep and
cabinet shall have ventilation louvers on the lower and upper sides nominal dimensions of 22' high z 13' wide z 11 —
complete with screens filters and have rain tight gaskets. The constructed of cast aluminum and fitted with a Best internal tocK
cabinet door shall have a one piece weather proof neoprene gasket.
t-
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
9-30.1 Pipe FOLLOWING:
9-30.3(3) Butterfly Valves g
SECTION 9-30.1(1)IS REVISED AS FOLLOWS: Butterfly valves shall be Dresser 450 or Pratt Groundho
TEE FOLLOWING
9-30.1(1)Ductile Iron Pipe (RC) SECTION 9-30.3(5) HAS BEEN DELETE AND REP LACED
D WITH : ,
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
conformance with the Standard Drawin s. and installed in
All other ductile iron pipe shall be Valve markers shall be carsonite com sit
Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0"or approved sal with blue label "wae ter.
stilt marker
the Plans.
SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED
9-303 Valves FOLLOWS. AS
SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW.• 9-30.3(7) Combination Air Release/Air Vanntun
Valves (RC)
9-303(1) Gate Valves(RC) Air and vacuum release valves shall be APCO- Valve and
Valves shall be designed for a minimum water operating Primer Co *Heavy- comb ination 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 Mproxitnate, The installation
24"cast iron gate valve box and extensions as required All 12" shall be set at the high point of the line
diameter and larger gate valves shall be installed in a vault See SECTION 9-30.3(8)IS REVISED AS FOLLOWS:
Water Standard Detail for 12" gate valve assembly vault and 1"
bypass installation. 9-30.3(8) Ta g
Gate valves shall conform to AWWA C500 and shall be iron PP►tll leave and Valve Assembly(RC)
body, bronze-mounted, double disc with bronze wedging device Tapping sleeves shall be cast iron, ductile iron s�
and O-ring stuffing box. epoxy-coated steel,or other approved material.
RESII IEN'T SEATED GATE VALVES: SEC77ON 9-30.3(9)IS A NEW SECTION-
Resilient seated gate valves shall be manufacutred to meet or
exceed the requirements of AWWA Standard 0509 latest revisions 9-30.3(9) Blow-Off Assembly(RC)
All external and internal ferrous metal surfaces of the gate Permanent blow-off assembly shall be#78 Kupferle Foundry
valve shall be coated for corrosion rotearon with fusion bonded Co. o ed ation of blow-off blow-
epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail
paw 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 TernpoM 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 rams will not be included under this item and shall be
mtcgrally 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
specifications. SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE
Valves shall be designed for a minimu FOLLOWING:
m
pressure of 200 psi. water operating
9-30.5 Hydrants (RC)
End connections shall be mechanical ioints flanged joints or
mechanical by flanged joints as shown on the project plans Fire hydrants shall be Iowa, Corey Type (opening with the
Resilient Seated Gate Valves shall be U.S. Metroseal 250 pressure) or approved equal conforming to AWWA C-502-85
Clow, M&H Style 3067, Mueller Series 2370 Kennedy Approval must be obtained prior to bid opening
Approval of valves other than model specified shall be Compression type fire hydrants (opening against pressure)
obtained prior to bid opening. All gate valves less than 12 inches shall be Clow Medallion M&H 929 Mueller Super Centurion
in diameter shall include an 8"x24" cast iron gate valve box and 200,conforming to AWWA C-502-85
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 description
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 City of Renton Standard
9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions.
Fire hydrants shall be Corey type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS
or compression type (opening against pressure) conforming to FOLLOWS:
AWWA C-502-85 with a 6 inch mechanical mint inlet and a main
valve onng M V.O.) of 5 1/4 inches, two 2 1R inch hose
M _ 9-30.6(3) Service Pipe
nozzles with National Standard Threads 7 1/2 threads per inch and
ono 4 inch um r nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC)
r inch 60 degrees V. Threads outside diameter of male tread Polyethylene pipe shall not be used.
4.975 and root diameter 4.6263. Hydrants shall have a 1-1/4" 9-30.6(3)C Pot btrtalene enta on - rating nut opened by turning counter clockwise(left). Y Pipe(RC)
The two 2-1R" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used.
threaded caps with operating nut of the same design_ and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS.
-riiors as the hydrant stem nut. Caps shall be fitted with Fittings used for copper tubing shall be compression type with
suitable ineoprerrc task for posiuvc water tightness under test ripper rMg.
preSStlres.
The 4'
per nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS
Seattle Thread x 5' Stortz Stortz adapter shall be forged ardor FOLLOWS:
exunrded 6061-T6 aluminum alloy hardcoat anodized. Threaded Meter Setters(RC) -
end portion shall have no lugs and 2 set screws 180 degrees apart• 9-30.6(5)
Stortz face to be mewl no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton
Standard Details for water meters, latest revision.
1.
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 Specifications. For informational purposes, the date
following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT.
SECTION 1 SECTION 2
02.Api SECTION 1-02, BID PROCEDURES AND 03.AP2 SrCTIIONN 2-03A 3,ROADWAY EXCAVATION
CONDITIONS
(March 3. 19979 March 3, 1997)
-Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock
Cuts is revised. Sub-section 2-03.3(14)K Select of
()4.Ap1 SECTION 1-04, SCOPE OF THE WORK Common Borrow is added.
(March 3, 1997) "Embankments at Bridge and Trestle Ends"
"Increased or Decreased Quantities' revised. formula revised.
07.API SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION
RESPONSIBILITIES TO THE PUBLIC (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, Sub-section 2-09.4 Measurement, and
1-07.13(4)Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub-
"Required Records and Retention' revised. section 2-09.3(1)E Backfilling, Controlled Density
09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added.
PAYMENT -Measurement" drywells added.
(March 3, 1997)
"payment for Material on Hand" revised. SECTION 3
10.AP1 SECTION 1-10,TEMPORARY TRAFFIC 02.AP3 SECTION 3-02, STOCKPILING
CONTROL AGGREGATES
(March 3, 1997) (March 3, 1997)
A new Amendment. Sub-section 1-10.3(5) "Asphalt Concrete Aggregates" revised.
Temporary Traffic Control Devices is revised.
Sub-section 1-10.5 Payment is added-
-Conformance SECTION 5
"Conformance to Established Standards", "Traffic
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.
r.
Page-SP-60
Revision Date:May 19, 1997
WSDOT AMENDMENTS
WSDOT q�NDIVIEN7'S
SECTION 6 SECTION 8
02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09 RAISED
(March 3, 1997) SED PAVEMENT
A new Amendment. Sub-section 6-02.3(2)C MARKERS
Contracting Agency-Provided Mix Design, Sub- (March 3, 1997)section 6-02.3.(6)A Weather and Temperature A new Amendment. Sub-section 8-09.1
Limits to Protect Concrete, and Sub-section 6- Description is revised. A new section, Sub-
02.3(24)C Placing and Fastening are revised.
section 8-09.3(5) Recessed Pavement Markers is
Subsection 6-02.3(6)A Temperature and Time for added. Sub-section 8-09.5 Payment is
Placement is added. Sub-section 6-02.3(11) supplemented and revised.
Curing Concrete is added. Section revised St. Item from plural to singular.
"Face Lumber, studs, Wales, and Metal Forms" 10.AP8 SECTION 8-10, GUIDE POSTS
and "Field Bending" are revised. (September 30, 1996)
10.AP6 SECTION 6-10, CONCRETE BARRIER A new Amendment. Sub-section 8-10.2 Materials
(March 3, 1997) is revised. Sub-section 8-10.3 Construction
A new Amendment. Sub-section 6-10.5 Pa yment Requirements is revised.is supplemented with an additional item. Sub-
ILAP8 SECTION 8-11, GUARDRAIL
section 6-10.3(1) Precast Concrete Barrier is (March 3, 1997)
added. Anchor Installation revised.
"Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP
SECTION 7 (March 3, 1997)
"Materials", and "Measurement" are revised.
05.AP7 SECTION 7-05, MANHOLES, INLETS, AND 17.AP8 SECTION 8-17, IMPACT ArrENUATOR
CATCH BASINS SYSTEMS
(March 3, 1997) (March 3, 1997)
Revised to include drywells. New standard item Construction Requirements revised.
1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFPTC
Revised standard item 7345 `Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL
Manhole
(March 3, 1997)
06.AP7 SECTION 7-06, CONCRETE PIPE A new Amendment. Sub-section 8-20.3(4)
ANCHORS Foundations is revised. Sub-section 8-20.3(13)A
(March 3. 1997) Light standards is added.
This section is deleted in its entirety. "Equipment List and Drawings" revised.
08.AP7 SECTION 7-08, GENERAL PIPE 21•AP8 SECTION 8-21, PERMANENT SIGNING
INSTALLATION REQUIREMENT'S (March 3, 1997)
(March 3, 1997) A new Amendment_ .Sub-section 8-21.3(6) Sign
A new Amendment Sub-section 7-08.3(1)C Pipe Refacing is revised. Sub-section 8-21.2 Materials
Zone Bedding is renamed to Bedding the pipe is added. Sub-section 8-21.3(9)F Bases is added-
Sub-section 7-08.3(2)D Pipe Laying—Steel or Sub-section 8-21.3 Construction Requirements is
Aluminum, Sub-section 7-08.4 Measurement, and added.
Sub-section 7-08.5 Payment are revised. "Construction Requirements", and "Materials"
"Materials", "Trenches", "Jointing of Dissimilar are revised.
Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22 PAVEMENT MARKING
"Standard plan for pipe collars pending. (March 3, 1997)
17.A-P7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4
(March 3, 1997) Measurement is revised.
A new Amendment. Sub-section 7-17.3(2)C "Materials" revised.
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)
Page-SP-6l
Revision Date:May 19, 1997
WSDOT AMENDMEN'T'S
WSDOT AMENDMENTS
SECTION 9 10.AP9 SECTION 9-10, PILING
(September 30, 1996)
A new Amendment. Sub-section 9-10.1 Timber
01.AP9 SECTION 9-01, PORTLAND CEMENT piling is revised. Sub-section 9-10.5 Steel Piling
(September 30, 1996)
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 UNITS
03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997)
(March 3, 1997) Revised.
A new Amendment. Sub-section 9-03.15 Bedding 13 AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS,
Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS
03.14(2) Select Borrow is revised. (March 3, 19979
"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 MATERL 4 (March 3, 1997)
(March 3, 1997) "Posts and Blocks", revised.
"Joint Mortar" revised.
17.AP9 SECTION 9-17, FLEXLBI.E GUIDE POSTS
05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, (September 30, 1996)
CULVERTS, AND CONDUITS A new Amendment. Sub-section 9-17.1 General
(March 3. 19979 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 M�mb
9-05.12(2)Profile Wall PVC Culvert Pipe and (September 30, 1996)
A new Amendment. Sub-section 9-21.1(1)
Profile Wall PVC Storm Sewer Pipe are revised.
physical and Chemical Properties and Sub-section
Sub-sections revised and added concerning piping. 9-21.2(2) Optical Requirements are revised. Sub-
"Coupling Bands" revised.
section 9-29.6(5)Foundation Hardware is revised.
()6.Apg SECTION 9-06, STRUCTURAL STEEL AND
RELATED MATERIALS 29.AP9 SECTION 9-29, II,L,UMINATION, SIGNALS,
ELECTRICAL
(March 3. 1997)
(September 30, 1996)
A new Amendment. Sub- 9-06.5(3)High A new Amendment. Sub-section 9-29.4
Strength Bolts is revised. Messenger Cable, Fittings is revised-
"High Strength Bolts" and"Anchor Bolts" are
revised. Correction to "Bolt, Nut, and Washer 33 AP9 SECTION 9-33, CONSTRUCTION
Specifications. GEOT'EITTaE
09,AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996)
A new Amendment. Sub-section 9-33.2
(March 3, 1997) Geoteztile Properties is revised.
A new Amendment. Sub-section 9-09.3(1)B
Placing in Treating Cylinders is revised..
r-
Page-SP-62
Revision Date: May 19, 1997
WSDOT AMENDMENTS
The following WSDOT Amendments are the complete text of all
Amendments to the WSDOT/APWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, accepted and adopted by he S eci of
Renton on May 19, 1997 and should be with any project sp p
provisions contained within the contract document.
PageaMD-i
Revision Date:May 19, 1997
~
Table of WSDOT AMENDMENTS
SECTION 1-04,SCOPE OF THE WORK March 3, 1097 --------.----------------'--'---------.-
144� �xzwayedmrD�r��edQnumbd=/---------------------------------'------.-----------'�
----`- ~
~
SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3 l�m
, ------_-_' 5
1�7.9(� Required Dmzumeotu ----------------.------------------------- -----'
1-07'81(18B Required Records and Retention
-----------------------------------------------' �
� l-07'83(4) Repair mJ Damage------- ------'---- �
5
SECTION 1-09,MEASUREMENT AND PAYMENT March 3, 8997.-----_----.~--_--'---''---------____
~ 8�9� Payment�r&&at��Joo��md----_--,^''^----,'----------,----,^------------'---'--_-__-- ~
SECMON 1-80,TEMPORARY TRAFFIC CONTROL March 34D997'----'^----'^_''^--'^----_-----''-'------__6
D-80.2(l)JDmffic Control Supervisor.-.-_~---,-'^--'_--'---_--,----'---_-__-'-__-______,
� 6
1-10.2(l) K�
� neral....--^___,^_^_^________~,~_^^______________,~_____^,__________~____--~---~-'-
1-10.2(3) Conformance mm Established Standards..--'~------^^'----'-,--.--^----_------------^-----~^�
~
X-D0 �} �r�����uu � �
r �w� '-______ ---~'------^
�
1-10.3(2) ]D�2�cK���vVmbi�e.--_--__'_- '--'---~
_ 1-10��) Tnmmp�moy]Dr�Y�K���n�D�v�mo~~-''._-~~..-~~-'~`--~'--'---'~~-~^^-'---~--~'--'--'------'~
1_��4 Memunmemm�t.-__ _________-----'----~
1-1�5 Pa5memt.--~--__ ___________,
~
SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10
2-NQ.3(14)D Embankments wu Bridge and Trestle Ends................... ...^--... ---._------ .... -----... --.--...
80
2-03.3(14)K Select wr Common Borrow Including Haul.....................................................................................10
�
SECTION 2-09,STRUCTURE EXCAVATION March 3,D997..................................................................................80
2-09.3(1)E Bnckf00bag...............................................................................................................................10
2-09.4 Measurement.------- �__________________.___-----'
�
2w09.5 Payment 11
SECTION 3-02 AGGREGATES March 3,%997..............................................................................81
3-02.3(l) Asphalt Concrete Aggregates..........................................................................................................X1
_
SECTION 6-02 CONCRETE STRUCTURES March 348M...................................................................................11
6-02-3(4)D Temupemgzireond Time For Placement-_,^-_.,,..--__-_--_---.'^_,-^--,--_-----'-_--------'81 '
6-02.3(11) Curing Concrete........................................................................................................................&%
- 6-02.3(17)J Face Lumber,Studs,Wales, and Metal Forms................................................................................»2
6-02-3(24)A Field Bending..........................................................................................................................12
6-02-3(25)F Prestress Release......................................................................................................................12
- SECTION 6-10,CONCRETE BARRIER March 3, D997..........................................................................................13
6-10.3(l) Precast Concrete Barrier......................................_.......................................................................D3
0-10.5 Payment........................................................................................................................................X3
SECTION 7-05,MANHOLES, INLETS,AND CATCH BASINS March 3, 8997...........................................................8]
SECTION 7-05. MANHOLES, MIJBT3. CATCH BASINS,AND IBlYnx%D'l3...............................................................83
� 7-05.1 Description....................................................................................................................................13
7-05.2 Materials.......................................................................................................................................l3
7-05.3 Construction Requirements................................................................................................................14
_ 7-05.4 Measurement .................................................................................................................................14
7-os'5 Payment........................................................................................................................................x4
SECTION 7-06, CONCRETE PIPE ANCHORS March 3, l997.................................................................................l5
�
Page-AWD-u
_
Revision Date:0&avx9. x9p7
SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 .................................................15
7-08.2 Materials.......................................................................................................................................15
7-083(1)A Trenches................................................................................................. ...15
..............................
7-083(1)C Pipe Zone Bedding............................ `
7-08.3(1)C Bedding the Pipe.........................................................................................................................15
748.3(2)D Pipe Laying-Steel or Aluminum...................................................................................................15
7-083(2)G Jointing of Dissimilar Pipe............................................................................................................16
7-08.4 Measurement.................................................................................................................................16
7-08.5 Payment........................................................................................................................................16
SECTION 7-17,SANITARY SEWERS March 3, 1997............................................................................................16
7-17.2 Materials...............................................................................................................................•.......16
7-17.3(2)C Infiltration Test..................................................................................................... ....17
................
SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997..............................
8-09.1 Description....................................................................................................................................17
8-093 Construction Requirements.................................................................................................................17
8-09.3(5) Recessed Pavement Marker...............................................................................................................17
8-09.5 Payment......................................................................................................... ...17
............................
SECTION 8-11,GUARDRAIL March 3,1M.......................................................................................................17
8-113(1)C Erection of Rail.......................................................................................................
8-113(1)D Anchor Installation....................................................................................................................18
SECTION8-15,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
ANDELECTRICAL March 3, 1997....................................................................................................................19
8-20.2(1) Equipment List and Drawings.........................................................................................................19
&20.3(13)A Light Standards.......................................................................................................................19
SECTION 8-21,PERMANENT SIGNING March 3,1997........................................................................................19 _
8-21.2 Materials.......................................................................................................................................19
8-213 Construction Requirements................................................................................................................19
8-213(4) Sign Removal..............................................................................................................................9
8-213(9)F Bases......................................................................................................................................
8-213(10)A Sign Lighting Luminaires...........................................................................................................20
8-213(9)G Identification Plates...................................................................................................................20 ,
8-213(12) Steel Sign Posts..........................................................................................................................20
SECTION 8-22, PAVEMENT MARKINGS March 3,1997.......................................................................................21
8-22.2 Materials.......................................................................................................................................21 wog
SECTION 9-02,BITUMINOUS MATERIALS March 3,1997...................................................................................21
9-02.4 Anti-Stripping Additive....................................................................................................................21
SECTION 9-03,AGGREGATES March 3, 1997....................................................................................................21
9-03.12 Gravel Backfill..............................................................................................................................21
9-03.12(5) Gravel Backfill for Drywells.........................................................................................................22 �w
9-03.14(2) Select Borrow............................................................................................................................22
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 all
9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe.................22
Page-AMD-iii
Revision Date:May 19, 1997 „�
9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe...22
9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................................23
9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe23
9-05.19 Corrugated Polyethylene Culvert Pipe................................................................................................23
SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ................................................23
9-06.16 Roadside Sign Structures..................................................................................................................24
9-06.5(3) High Strength Bolts......................................................................................................................24
9-06.5(4) Anchor Bolts...............................................................................................................................24
9-06.5(5) Bolt, Nut,and Washer Specifications......................................................................................................25
SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25
9-09.3(1)B Placing in Treating Cylinders .......................................................................................................25
SECTION 9-11,WATERPROOFING March 3, 1997..............................................................................................25
9-11.1 Asphalt for Waterproofing................................................................................................................25
SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25
9-12.4 Precast Concrete Manholes................................................................................................................25
9-125 Precast Concrete Catch Basins...........................................................................................................26
9-12.7 Precast Concrete Drywells....................................................................................................
.............26
SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION,AND ROCK WALLS March 3,1997....................26
9-13.4 Concrete Slab Riprap.......................................................................................................................26
SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997 ....................................................................................26
9-163(1) Rail Element..................................................................................:............................................26
9-163(2) Posts and Blocks..................
9-163(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
,- { 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
5 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.
9
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 sball 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
originally bid for the item.
6
Item no.4 in the second paragraph is deleted.
8 { TC "SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE
PUBLIC" )SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO
THE PUBLIC
March 3, 1997
1-07.9(5) Required Documents
The fifth sentence of the third paragraph is revised to read:
4
ide exactly with the labor descriptions on the minimum wage schedule m
5 Employee labor descriptions used on certified payrolls shall coinc
i the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the
1 contract provisions.
8
1-07.11(10)B Required Records and Retention
p The reference to"PR 1391" in the first sentence of the second paragraph is revised to read"FRWA 1391".
1
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 S20-010 ation to e
-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
I For damage qualifying for relief under Section 1-07.13(1), 107.13(2), and 107.13(3), payment will be made in accordance with Section
2 1-04.4
Page-AMD-5
Revision Date:May 19, 1997
1-09.8 Payment for Material on Hand
1-10.2(1 General
1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" )SECTION 1-09
2 MEASUREMENT AND PAYMENT ,
3 March 3, 1997
4 1-09.8 Payment for Material on Hand
5 The first sentence of the fifth paragraph is revised to read:
6
7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000.
8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL" )SECTION 1-10,
9 TEMPORARY TRAFFIC CONTROL
o March 3, 1997
1 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.
,i
7
8 1-10.2MA Traffic Control Manager
9 The duties of the Traffic Control Manager include:
0
1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor-
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.
6
7 3. 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 r
9 agencies, school districts, and transit companies.
0
Page-AMD-6
Revision Dale_May I9. 7907
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
5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for
Streets and Highways for the State of Washington and applicable standards and specifications
6 available at all times on the project.
6. Attending all project meetings where traffic management is discussed.
9
7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations.
2 1-10.2(1)B Traffic Control Supervisor
A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer.
s . The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be
able to be on the jobsite within a 45-minute time period after notification by the Engineer.
R The TCS's duties shall include:
10 1. Inspecting traffic control devices and nighttime lighting for proper location, installation,
message, cleanliness, and effect on the traveling public. Traffic control devices shall be
inspected each work shift except that Class A signs and nighttime lighting need to be checked
only once a week. Traffic control devices left in place for 24 hours or more should also be
4 inspected once during the nonworking hours when they are initially set up (during daylight or
darkness, whichever is opposite of the working hours).
7 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be
submitted to the Engineer no later than the end of the next working day to become a part of the
project records. The Contractor may use their own form if it is approved by the Engineer-
0 Include in the diary such items as:
t
a. When signs and traffic control devices are installed and removed,
3 b. Location and condition of signs and traffic control devices,
4 c. Revisions to the traffic control plan,
—5 d. Lighting utilized at night, and
6 e. Observations of traffic conditions.
7 as required.
8 3. Ensuring that corrections are made if traffic control devices are not functioning
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
1 concurrence of the WSDOT TCS-
2
3 4. Attending traffic control coordinating meetings or coordination activities as authorized by e
„4 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.
S
9 A reflective vest and hard hat shall be worn by the TCS.
0
Page-AMD-7
Revision Date:May 19, 1997
1-10.2(3) Conformance to Established Standards 1-10.3(5) Tem ra 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
8 replaced within 12 hours.
9
o The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American
1 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
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,
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 1-10.3(5) Temporary Traffic Control Devices
8 The first sentence of the first paragraph is revised to read:
9 ry
0 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
3 item.
4
Page-AMD-8
r
Revision Date:May 19. 1997
1-10.4 Measurement 1-10.5 Payment
1-10.4 Measurement
The fourth paragraph is revised to read:
Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties
described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the
Engineer authorizes the TCS to be on the jobsite during non-working shifts.
The following paragraph is inserted after the fourth paragraph:
No unit of measure will apply to the position of traffic.control manager and it will be considered incidental to
unit contract prices. . When the traffic control manager performs the duties of the traffic control supervisor,
measurement and payment will be as specified for the traffic control supervisor.
The sixth paragraph is revised to read:
The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used
for the previously described work. The Contractor may use more than one vehicle to perform this work,
however, all the vehicles used will be considered one unit for the days that more than one vehicle is used.
Vehicles required to be furnished by any other specifications such as Section 1-10.30 may be used for doing
i the work required by this section but will be excluded from payment under this section.
1-10.5 Payment
The bid item "Traffic Control Supervisor", per day, is revised to read:
"Traffic Control Supervisor", per hour.
The first paragraph following the bid item "Traffic Control Supervisor" is revised to read:
3
The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person
performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties.
1 " " " is revised to read
Under the bid item Temporary Traffic Control Devices", reference to Section 1-10.3(9) ,
"Section 1-10.3(5)".
4
The first paragraph following the bid item"Traffic Control Vehicle' is revised to read:
The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for
R the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for
under the item "Traffic Control Labor" or "Traffic Control Supervisor".
Cr
I The last paragraph of this section is deleted.
Page-AMD-9
Revision Date:May 19, 1997
2-03.3(14)1 Embankments at Bride and Trestle Ends to
2-09.3(1)E Backfillin
I { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENTtt
2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
3 March 3, 1997
4 2-03.3(14)I Embankments at Bridge and Trestle Ends
5 The third paragraph is replaced with the following two paragraphs:
6
7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly
8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the
9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the
o backfill around the structure. Embanlanents and backfill behind the abutments must be brought up in layers
I and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet
2 unless approved by the Engineer.
3
4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height) �»
5 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculati ons
, 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/ft3
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
o any added cost that results from the change.
1
2 2-03.3(14)K Select or Common Borrow Including 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 I or 2 3300 lb. (3500 lb. if flyash Class C is
4 used.)
5 Air Entrainment Admixture Per Manufacturer's recommendations
6 Fly Ash Class F or 300 lb.
7 Fly Ash Class C 150 lb. '
8 Water 300 lb. (maximum)
9
Page-AMD-10
Revision Date:May 19. 1997
2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement
2-09.4 Measurement
Z- Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe
arches, structural pipes, and underpasses" are deleted and replaced with the following:
5 For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be
F calculated based on the following trench width:
For drain and underdrain pipes, trench width = I.D. + 12 inches.
9 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.
k�
7 Under "Horizontal Limits" the following new paragraph is added:
For drywells, the limits shall be in accordance with the Standard Plans.
5
The paragraph for "Gravel Backfill" is revised to read:
r
s Gravel BackJW
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.
t
2 2-09.5 Payment
The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted.
4 { TC "SECTION 3-02, STOCKPILING AGGREGATES" }SECTION 3-021
STOCKPILING AGGREGATES
March 3, 1997
1 3-02.3(1) Asphalt Concrete Aggregates
i The first paragraph is revised to read:
j
p Aggregates for Classes A, B and E shall be produced or fumished in the following sizes as they apply to the
I 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
-t 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.
{ TC "SECTION 6-029 CONCRETE STRUCTURES" )SECTION 6-02, CONCRETE
5 STRUCTURES
s March 3, 1997
7 6-02.3(4)D Temperature and Time For Placement
8 The first paragraph is supplemented with the following:
9
Page-AMD-11
Revision Date:May 19, 1997
6-02.3(l 1) Curing Concrete 6-02.3(25)F Prestress Release
1 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
> 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms
2 The 22nd paragraph of Section 6-02.3(17)J 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
8 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
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
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
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
1 the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that
2 results from the change.
Page-AMD-12
Revision Date:May 19, 1997
— 6-10.3(l) Precast Concrete Barrier 7-05.2 Materials
{ TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE
BARRIER
• March 3, 1997
6-10.3(1) Precast Concrete Barrier
The first two paragraphs are replaced with the following paragraph:
6
The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No
concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same
9 conditions show the concrete has reached 4000 psi.
A The fifth paragraph is revised to read:
2
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
additional curing is required once the barrier is removed from the forms.
s 6-10.5 Payment
-9 Section 6-10.5, Payment, is supplemented with the following:
1)
"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.
-4 { TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS" )SECTION
5 705, MANHOLES, INLETS, AND CATCH BASINS
-6 March 3, 1997
7 The title of this section is revised to read:
-g
9 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
0
t 7-05.1 Description
2 In the first paragraph, the work "drywells" is inserted after the word "inlets".
3
a 7-05.2 Materials
5 This section is supplemented with the following:
6
7 Crushed Surfacing Base Course 9-03.9(3)
S Gravel Backfill For Drywells 9-03.12(5)
Page-AMD-13
Revision Date:May 19, 1997
7-05.3 Construction Requirements
7-05.5 Pa ment
I Precast Concrete Drywells 9-12.7
2 Underground Drainage Geotextile,
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 2-12.1 During construction of the
i drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the
2 drywell.
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:
1 _
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. '
1
2 7-05.4 Measurement
3 This section is supplemented with the following:
4
5 Precast Concrete Drywell will be measured per each.
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.
Page-AMD-14 i
Revision Date:May 19, 1997
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 7-069 CONCRETE PIPE ANCHORS" }SECTION 7-06,
t CONCRETE PIPE ANCHORS
March 3, 1997
This section is deleted in its entirety.
s { TC "SECTION 7-089 GENERAL PIPE INSTALLATION REQUIREMENTS"
}SECTION 7-089 GENERAL PIPE INSTALLATION REQUIREMENTS
March 3, 1997
7-08.2 Materials
This section is revised to read:
4 Materials shall meet the requirements of the following sections:
Gravel Backfill for Foundations 9-03.12(l).
7 Gravel Backfill for Pipe Zone Bedding 9-03.12(3)
Bedding Material for Thermoplastic Pipe 9-03.16
7-08.3(1)A Trenches
The second paragraph is revised to read:
2
1 The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given
by the Engineer.
5
—6 7-08.3(1)C Pipe Zone Bedding
7 This section heading is revised as follows:
8
9 7-08.3(1)C Bedding the Pipe
o In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone
1 bedding".
2
+wr
3 7-08.3(2)D Pipe Laying - Steel or Aluminum
014 The first paragraph is revised to read:
5
6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps o
7 circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed
,-8 together with approved bands.
Page-AND-15
m Revision Date:May 19, 1997
7-083(2)G Jointing of Dissimilar Pi 7-17.3(2)C Infiltration Test
1
Ok
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.
7
8 7-08.4 Measurement
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
2 and storm sewer pipes.
3
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 backf l 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:
6
7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) ,
8
9 7-17.3(2)C Infiltration Test
o The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per
1 hour)"_
Page-AMD-16 '
Revision Date:May 19, 1997
8-09.1 Description 8-11.3(1)D Anchor Installation
{ TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED
c PAVEMENT MARKER
March 3, 1997
8-09.1 Description
The word "raised" is deleted from the first and second sentences.
6
8-09.3 Construction Requirements
This Section is revised by adding the following new Section:
8-09.3(5) Recessed Pavement Marker
The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the
2 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans.
4 8-09.5 Payment
The first paragraph is supplemented with the following new bid item:
6
"Recessed Pavement Marker", per hundred.
9 The second paragraph is revised to read:
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
furnishing and installing the markers in accordance with these Specifications, including all costs involved with
traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5.
{ TC "SECTION 8-11, GUARDRAIL" }SECTION 8-11, GUARDRAIL.
March 3, 1997
r 8-11.3(1)C Erection of Rail
s The following paragraph is inserted after the second paragraph:
p When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be
t installed. The inside and outside rail elements shall not be staggered.
3 8-11.3(1)D Anchor Installation
The heading is revised to read:
5
5 Terminal and Anchor Installation
7
8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes".
Page-AMD47
Revision Date:May 19, 1997
8-15.2 Materials
8-20.2(l) Equipment List and Drawin s
1
2 This section is supplemented with the following: aw
3
4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all
5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's
6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation.
7 Assembly and installation shall be in accordance with the manufacturer's recommendations.
8 { TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP
9 March 3, 1997
o 8-15.2 Materials
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
>t 8-17.3 Construction Requirements
2 The following paragraph is inserted before the first paragraph: ,
3
4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that
5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided '
6 to the Engineer prior to installation.
7
8 The first sentence of the first paragraph is revised to read:
9
0 Assembly and installation shall be in accordance with the manufacturer's recommendations.
1 { TC "SECTION 8-209 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
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
8-20.3(13)A Light Standards
The first sentence of Item No. 2 in the third paragraph is deleted.
The first sentence of Item No. 4 in the third paragraph is deleted.
{ TC "SECTION 8-21, PERMANENT SIGNING" }SECTION 8-21, PERMANENT
9 SIGNING
March 3, 1997
8-21.2 Materials
The second sentence of the first paragraph is revised to read:
Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the
5 requirements of Section 9-06.
8-21.3 Construction Requirements
8-21.3(4) Sign Removal
This section is revised to read:
0
Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign
,� 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
Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the
post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, P structures,s
6 metal sign posts, windbeams, and other metal structural members shall become the property
r Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT.
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
shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense
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
become the property of the Contractor and removed from the project. The Contractor will be charged
$2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation.
5
:.s 8-21.3(9)F Bases
7 The second sentence of the second paragraph is revised to read:
B
Page-AMD-19
Revision Date:May 19, 1997
8-21.3(10)A Sign Lighting Luminaires 8-22.2 Materials aw
t Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all
2 other sign structure bases. ,
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
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
.W
0 Steel sign posts shall be connected to concrete bases using the following procedure:
1
2 1. Remove all galvanized rums 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.
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
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
5 MARKINGS
6 March 3, 1997
7 8-22.2 Materials
8 The first sentence is revised to read:
9
0 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved
I materials listed in the Qualified Products List.
2
3 8-22.4 Measurement
Page-AMD-20
Revision Date:May 19, 1997
9-02.4 Anti-Stripping Additive 9-03.14(2) Select Borrow
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
the area actually removed.
s { TC "SECTION 9-02, BITUMINOUS MATERIALS" }SECTION 9-02,
BITUMINOUS MATERIALS
March 3, 1997
9-02.4 Anti-Stripping Additive
This section is revised in its entirety to read:
t when directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the
option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the
aggregate on the cold'feed. Once the process and type of anti-stripping additive proposed by the Contractor
4 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and
amount of anti-stripping additive shall not be changed without approval of the Engineer.
7 when liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the
Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt.
o when polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall
not exceed 0.67 percent by mass (weight) of the aggregate.
3 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered
ti based on a proposal from the Contractor.
s { TC "SECTION 9-039 AGGREGATES" }SECTION 9-039 AGGREGATES
i March 3, 1997
9-03.12 Gravel BackfW*
8 This section is supplemented with the following new section:
9
o 9-03.12(5) Gravel Backfill for Drywells
t Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete,
Grading No. 41n accordance with Section 9-03.1(3)C.
3
,4 9-03.14(2) Select Borrow
5 The sand equivalent requirement in the first paragraph is revised to read "25 min."
Page-AMD-21
Revision Date:May 19, 1997
9-04.3 Joint Mortar
9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall
PVC Storm Sever pi
I { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9-
2 04, JOINT AND CRACK SEALING MATERIALS
3 March 3, 1997
4 9-04.3 Joint Mortar
5 The first paragraph is revised to read:
6
7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient
8 water to allow proper workability.
9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITStt
o )SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
1 March 3, 1997
2 9-05.4(7) Coupling Bands
3 The first paragraph is supplemented with the following:
4
5 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed
6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers
7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When
8 flat band couplers are used, pipe arch ends are not required.to be recorrugated. `
9
0 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and
I PVC Sanitary Sewer Pipe ,
2 The section heading is revised to read:
3
4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC
5 Sanitary Sewer Pipe
6
7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read:
8
9 "solid wall PVC sanitary sewer pipe"
0
1 The third paragraph is revised to read:
2
3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented.
4
5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe
6 The section heading is revised to read:
7
Valk
Page-AMD.22
Revision Date_May 19, 1997
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
—1 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC
2 Sanitary Sewer Pipe
3
4 The first paragraph is revised to read:
5
6 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
8 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List.
9
e The first sentence of the third paragraph is revised to read:
1
2 Qualified producers are identified in the Qualified Products List.
"3
4 The fifth paragraph is revised to read:
5
6 Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46.
7
8 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
3 The first sentence of the fourth paragraph is revised to read:
4
5 Qualified producers are identified in the Qualified Products List.
6
7 9-05.20 Corrugated Polyethylene Storm Sewer Pipe
8 The first subparagraph in the first paragraph is revised to read:
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.
2 { TC "SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS"
3 )SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
4 March 3, 1997
5 This section is revised by adding the following:
6
7 9-06.16 Roadside Sign Structures
8 All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293.
9
0 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
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
Revision Date:May 19, 1997
9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut, and Washer S
ifications
1
2 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M
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:
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
1 portion. AISI 1038 steel rod and AISI
2 1008 coil for cage portion.
3
4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as '
5 follows:
6
7 Type 2A 17,000 to 21,000 lb.
8 Type 2B 47,000 to 57,000 lb.
9 ,0 For multidirectional 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
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.
1
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".
Page-AMD-24
Revision Date_May 19, 1997 ""`
9-09,3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins
{ TC "SECTION 9-09, TIMBER AND LUMBER" )SECTION 9-09, TIMBER AND
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
B The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted.
9 { TC "SECTION 9-111, WATERPROOFING" )SECTION 9-I1, WATERPROOFING
.a March 3, 1997
, 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
8 Precast concrete manholes shall meet the requirements of AASHTO M 199.
0 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral
i 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 III. 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
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.
0
1 9-12.5 Precast Concrete Catch Basins
2 This section is supplemented with the following:
3
4 Knockouts or cutouts may be placed on all four sides and may be round or D shaped.
5
6 Section 9-12 is supplemented with the following new section:
7
Page-AMD-25
Revision Date_May 19, 1997
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
—
5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference.
6 { TC "SECTION 9-139 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND
7 ROCK WALLS" }SECTION 9-139 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
1 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 . ,
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 9-16.3(5) Anchors bw
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
6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17"_
Page-AMD-26
Revision Date:May 19, 1997
rr
r
MN
Ili
Ilil�
MiN
SPECIAL PROVISIONS
w.
SPECPROV.DOC1
rr
+ter
ob SPECIAL PROVISIONS
Table of Contents
r
Section Title
01100 Summary of Work
aw 01140 Work and Schedule Restrictions
01250 Contract Modification Procedures
01270 Unit Prices
.■ 01290 Payment Procedures
01310 Project Management and Coordination
01320 Construction Progress Documentation
01330 Submittal Procedures
01420 References
01450 Quality Control
�. 01500 Temporary Facilities and Controls
01600 Product Requirements
01700 Execution Requirements
r. 01770 Closeout Procedures
01781 Project Record Documents
01782 Operation and Maintenance Data
02315 Excavating, Backfilling, and Compacting for Utilities
02370 Erosion Control
02511 Fittings & Appurtenances
02519 Reservoir Disinfection
05120 Structural Steel
05500 Metal Fabrications
05521 Pipe and Tube Railings
05530 Gratings
09900 Painting
09970 Coating Systems for Subgrade Water Mains, Valves and Fittings
13980 Cathodic Protection System
15060 Piping Support
15820 Passive Energy Dissipation Systems
Appendices
Standard Plans
Boring Logs
City of Renton Elevated Water Tanks
Seismic Repair and Rehabilitation
TA. SW
4�
David B. Swanson, Reid iddle on, Inc. 28/&4
Structural Engineering
08
4er un eid Middleton, Inc.
Civil Engineering EXPIRES 7/19/05
L' ST
WASIy� O
r 1
z0
o
CISTE '�
to
AL OAj
Arthur L. Storbo, C112M Hill, Inc. EXPIRES O _OS--O Y
Coating Systems
City of Renton Elevated Water Tanks
Seismic Repair and Rehabilitation
4W SECTION 01100
SUMMARY OF WORK
Aw
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
«.� Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
a.. 1.2 WORK COVERED BY CONTRACT DOCUMENTS
A. Project Identification:
s..
1. Project Location: Rolling Hills Reservoir
2401 Puget Sound Drive
Am Renton, Washington 98055
Highlands Reservoir
3410 NE 12'h Street
Renton, Washington 98056
2. Work consists of seismic repair and rehabilitation of the Rolling Hills
Reservoir and the Highlands Reservoir. Work at the sites includes
installation of energy dissipation devices, access ladders, landings and
.. walkways, cathodic protection, interior and exterior painting, and flexible
utility connections and piping.
3. Owner: City of Renton
Building/Planning/Public Works
1055 South Grady Way
Renton, Washington 98055
B. Engineer Identification: The Contract Documents, dated August 23, 2002, were
prepared by the following engineering firms:
1. Prime and Geotechnical: GeoEngineers, 8410 154th Avenue NE,
Redmond, Washington, 98052.
2. Civil and Structural: Reid Middleton, Inc., 728 134th Street SW, Suite
200, Everett, Washington, 98204.
3. Painting and Cathodic Protections: C112M Hill, 777 108"' Avenue NE,
Bellevue, Washington, 98004.
1.3 CONTRACT
'•' A. Project will be constructed under a general construction contract.
City of Renton Elevated Water Tanks 01100-1
Seismic Repair and Rehabilitation
.o.
SECTI
ON 01100
SUMMARY OF WORK
1.4 WORK SEQUENCE
A. Work will be completed in phases and will require coordination on with City
Department of Utilities and others. This includes limiting the number of energy
dissipation devices to be installed at a given time and utility installations with
coordination of reservoir emptying and filling operations. See Drawings for
additional information.
1.5 USE OF PREMISES
A. Contractor shall have use of water tanks and areas marked on plans as
CONTRACTOR LAYDOWN AREA during construction period for construction
operations. Additional areas may be secured for construction operations upon
request to Owner. Contractor's use of all areas is limited by Owner's legal
obligation to provide water service to its customers and Owner's legal obligations
to the telecommunication companies operating on the project site.
PART 2 - PRODUCTS (Not Used) so
PART 3 - EXECUTION(Not Used)
END OF SECTION
City of Renton Elevated Water Tanks 01100-2
Seismic Repair and Rehabilitation
•• SECTION 01100
SUMMARY OF WORK
BID ITEM SUMMARIES
SCHEDULE H BID ITEM SUMMARIES
H-1 Mobilization/Demobilization (Highlands)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Mobil ization/Demobilization shall be paid for at the applicable contract
lump sum price, payment for which shall constitute full compensation for costs of all
labor, materials and equipment required to mobilize and demobilize at the project
sites. Payment for Mobilization will be made at the lump sum price, not to exceed
70% of the bid price. Payment for the remaining 30% will be made upon
completion of the project and final clean-up. Items include,but are not limited to:
.. - Transportation of equipment to project site.
- Temporary fencing.
- Receipt of all required permits, bonds and insurance policies.
�r - Protection of existing facilities.
- Final clean-up and removal of all equipment from project site.
H-2 Trench Shoring Safety Systems (Highlands)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Trench Shoring Safety Systems shall be paid for at the applicable contract
lump sum price, payment for which shall constitute full compensation for costs of all
labor, materials and equipment required to supply and install trench shoring safety
systems and perform trench excavation safety during the demolition and
construction of buried facilities. Items include, but are not limited to:
- Compliance with all applicable Federal, State and local requirements covering
trench excavation safety including Washington Administrative Code Chapter 296-
155 and Revised Code of Washington Title 49.
H-3 Erosion Control (Highlands)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Erosion Control shall be paid for at the applicable contract lump sum
price, payment for which shall constitute full compensation for costs of all labor,
materials and equipment required to provide temporary erosion control. Items
include, but are not limited to:
- Erosion control of staging and parking areas.
► - Erosion control of trench spoils and stockpiled pipe bedding materials.
City of Renton Elevated Water Tanks 01100-3
Seismic Repair and Rehabilitation
SECTION 01 100
SUMMARY OF WORK
H-4 Surveying, Staking, Utility Location & As-Builts (Highlands)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Surveying, Staking, Utility Location & As-Builts shall be paid for at the
applicable contract lump sum price, payment for which shall constitute full
compensation for costs of all labor, materials and equipment required to provide
construction staking, utility location and as constructed field notes and drawings (as-
built information). No more than 50% of the bid amount for this item shall be paid
prior to the review and acceptance of the as-constructed information by the
Engineer. Items include, but are not limited to:
- Construction surveying and staking for underground work.
- Utility location for underground work.
- As-built information on all construction including underground utilities and above
ground structures.
H-5 Flexible Expansion Joints, Pipe Restraints, Pipe Supports, Pipe Painting &
Associated Items (Highlands)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Flexible Expansion Joints, Pipe Restraints, Pipe Supports, Pipe Painting
and Associated Items shall be paid for at the applicable contract lump sum price,
payment for which shall constitute full compensation for costs of all labor, materials,
and equipment required to provide and install flexible expansion joints, pipe
restraints and supports, pipe painting, and associated items. Items include, but are
not limited to:
4M
- 16" ductile iron spool and flexible expansion joint.
- 16" ductile iron spool and steel tie rods.
- 8" flange adapter and spool type flexible rubber expansion joint.
- Recoating of existing 16" pipe, vertical bend, and fittings.
- Vertical and horizontal pipe supports.
- Restrained joints on existing 16" pipe.
H-6 Weld Repair(Highlands) rr
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Weld Repair shall be paid for at the applicable contract lump sum price,
payment for which shall constitute full compensation for costs of all labor, materials,
and equipment required to provide weld repair as shown on the Drawings and
detailed in the Specifications. Items include, but are not limited to:
- Grinding and repairing of existing welds.
- Tightening of existing bolts.
City of Renton Elevated Water Tanks 01100-4
Seismic Repair and Rehabilitation
SECTION 01100
SUMMARY OF WORK
H-7 Steel Splice Plates and Associated Items (Highlands)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Steel Splice Plates and Associated Items shall be paid for at the applicable
contract lump sum price, payment for which shall constitute full compensation for
Aw costs of all labor, materials, and equipment required to provide and install steel
splice plates and associated items. Items include, but are not limited to:
Temporary Bracing.
Partial demolition and removal of existing braces.
Steel plate tabs on existing braces.
Steel erection brackets and threaded rods.
Steel splice plates.
H-8 Friction Dampers (Highlands)
1. Measurement: Measurement shall be by the each (EA).
VO 2. Payment: Friction Dampers shall be paid for at the applicable contract each price,
payment for which shall constitute full compensation for costs of all labor, materials,
and equipment required to provide and install friction dampers. Items include, but
A. are not limited to:
- Friction dampers, including proof and prototype testing.
SCHEDULE R BID ITEM SUMMARIES
R-1 Mobilization/Demobilization (Rolling Hills)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Mobilization/Demobilization shall be paid for at the applicable contract
lump sum price, payment for which shall constitute full compensation for costs of all
labor, materials and equipment required to mobilize and demobilize at the project
sites. Payment for Mobilization will be made at the lump sum price, not to exceed
70% of the bid price. Payment for the remaining 30%will be made upon
completion of the project and final clean-up. Items include, but are not limited to:
- Transportation of equipment to project site.
Temporary fencing.
r - Receipt of all required permits, bonds and insurance policies.
Protection of existing facilities.
Final clean-up and removal of all equipment from project site.
City of Renton Elevated Water Tanks 01 100-5
Seismic Repair and Rehabilitation
SECTION 01100
SUMMARY OF WORK
R-2 Trench Shoring Safety Systems (Rolling Hills)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Trench Shoring Safety Systems shall be paid for at the applicable contract
lump sum price, payment for which shall constitute full compensation for costs of all
labor, materials and equipment required to supply and install trench shoring safety
systems and perform trench excavation safety during the demolition and
construction of buried facilities. Items include, but are not limited to: *a
- Compliance with all applicable Federal, State and local requirements covering
trench excavation safety including Washington Administrative Code Chapter 296- w,
155 and Revised Code of Washington Title 49.
R-3 Erosion Control (Rolling Hills) war
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Erosion Control shall be paid for at the applicable contract lump sum
price, payment for which shall constitute full compensation for costs of all labor,
materials and equipment required to provide temporary erosion control. Items
include, but are not limited to:
- Erosion control of staging and parking areas.
- Erosion control of trench spoils and stockpiled pipe bedding materials.
R-4 Surveying, Staking, Utility Location & As-Builts (Rolling Hills)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Surveying, Staking, Utility Location & As-Builts shall be paid for at the
applicable contract lump sum price, payment for which shall constitute full
compensation for costs of all labor, materials and equipment required to provide ,
construction staking, utility location and as constructed field notes and drawings (as-
built information). No more than 50% of the bid amount for this item shall be paid
prior to the review and acceptance of the as-constructed information by the r„�
Engineer. Items include, but are not limited to:
- Construction surveying and staking for underground work. rr
- Utility location for underground work.
- As-built information on all construction including underground utilities and above
ground structures. ft
City of Renton Elevated Water Tanks 01100-6
Seismic Repair and Rehabilitation
,.. SECTION 01100
SUMMARY OF WORK
R-5 Flexible Expansion Joints, Pipe Restraints, Pipe Supports, Pipe Painting &
" Associated Items (Rolling Hills)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Flexible Expansion Joints, Pipe Restraints, Pipe Supports, Pipe Painting
" and Associated Items shall be paid for at the applicable contract lump sum price,
payment for which shall constitute full compensation for costs of all labor, materials,
and equipment required to provide and install flexible expansion joints, pipe
restraints and supports, pipe painting, and associated items. Items include, but are
not limited to:
- Removal and replacement of portion of valve pit concrete wall.
- 12" ductile iron spool and flexible expansion joint.
., - 12" ductile iron spool and steel tie rods.
- 10" ductile iron spool and flexible expansion joint.
- 10" ductile iron spool and steel tie rods.
•. - 1" ball valve
- Recoating of existing 12" pipe, vertical bend, and fittings.
- 8" flexible rubber coupling.
- Vertical and horizontal pipe supports.
R-6 Weld Repair (Rolling Hills)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Weld Repair shall be paid for at the applicable contract lump sum price,
payment for which shall constitute full compensation for costs of all labor, materials,
and equipment required to provide weld repair as shown on the Drawings and
detailed in the Specifications. Items include, but are not limited to:
�. - Grinding and repairing of existing welds.
- Tightening of existing bolts.
R-7 Steel Splice Plates and Associated Items (Rolling Hills)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Steel Splice Plates and Associated Items shall be paid for at the applicable
contract lump sum price, payment for which shall constitute full compensation for
costs of all labor, materials, and equipment required to provide steel splice plates
... and associated items. Items include, but are not limited to:
- Temporary Bracing.
- Partial demolition and removal of existing braces.
- Steel plate tabs on existing braces.
- Steel erection brackets and threaded rods.
- Steel splice plates.
City of Renton Elevated Water Tanks 01100-7
Seismic Repair and Rehabilitation
SECTION 01100 X101
SUMMARY OF WORK
R-8 Friction Dampers (Rolling Hills)
1. Measurement: Measurement shall be by the each (EA).
2. Payment: Friction Dampers shall be paid for at the applicable contract each price,
payment for which shall constitute full compensation for costs of all labor, materials,
and equipment required to provide and install friction dampers. Items include, but
are not limited to:
- Friction dampers, including proof and prototype testing.
R-9 Access Ladders, Landings & Associated Items (Rolling Hills) err
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Access Ladders, Landings and Associated Items shall be paid for at the
applicable contract lump sum price, payment for which shall constitute full '
compensation for costs of all labor, materials, and equipment required to provide
and install access ladders, landings and associated items. Items include, but are not
limited to:
- Tower ladder, safety cage, and support brackets.
- Anti-climb shroud on two columns.
- Platform landing and associated items at top of tower ladder.
- Access ladder from platform landing to existing catwalk.
- Access ladder, platform landings and associated items adjacent to existing tank
hatch.
- Stair system to top of tank.
- Handrail and associated items around vent at top of tank.
- Fall protection devices.
- Safety climb device and associated items for all ladders.
- Removal of existing anti-climb shroud and conduit bands.
- Conduit mounting brackets.
R-10 Water Tank Exterior Overcoating (Rolling Hills)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Water Tank Exterior Overcoating shall be paid for at the applicable 40
contract lump sum price, payment for which shall constitute full compensation for
costs of all labor, materials, and equipment required to provide water tank exterior
overcoating. Items include, but are not limited to: r
- Pressure washing.
- Spot preparation. 10
- Overcoating.
City of Renton Elevated Water Tanks 01100-8
Seismic Repair and Rehabilitation
p" SECTION 01100
SUMMARY OF WORK
R-11 Water Tank Interior Recoating (Rolling Hills)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Water Tank Interior Recoating shall be paid for at the applicable contract
9„ lump sum price, payment for which shall constitute full compensation for costs of all
labor, materials, and equipment required to provide water tank interior recoating.
Items include, but are not limited to:
- Sand blasting.
- Recoating.
w
R-12 Epoxy Surfacer/Filler for Repair of Interior Surface of Water Tank (Rolling
Hills)
4W 1. Measurement: Measurement shall be by the square foot (SF).
2. Payment: Epoxy Surfacer/Filler for Repair of Interior Surface of Water Tank shall
be paid for at the applicable contract square foot price, payment for which shall
constitute full compensation for costs of all labor, materials, and equipment required
to provide and install epoxy surfacer/filler for repair of interior surface of water tank.
Items include, but are not limited to:
ow
- Application of epoxy surfacer/filler.
.. R-13 Cathodic Protection System & Associated Items (Rolling Hills)
1. Measurement: Measurement shall be by the lump sum (LS).
2. Payment: Cathodic Protection System and Associated Items shall be paid for at the
applicable contract lump sum price, payment for which shall constitute full
compensation for costs of all labor, materials, and equipment required to provide
.. and install cathodic protection system and associated items. Items include, but are
not limited to:
.r - Installation of cathodic protection system.
- Energizing and field testing of cathodic protection system.
OW
�. City of Renton Elevated Water Tanks 01100-9
Seismic Repair and Rehabilitation
•. SECTION 01140
WORK AND SCHEDULE RESTRICTIONS
PART 1 - GENERAL
aw 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
••. Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 USE OF PREMISES
A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb
portions of site beyond areas in which the Work is indicated.
1. Limits: Confine construction operations to areas shown on the Plans.
2. Driveways and Entrances: Keep driveways and entrances serving
premises clear and available to Owner, Owner's employees, and
emergency vehicles at all times. Do not use these areas for parking or
storage of materials.
VW 3. Owner's access to facilities in the vicinity of the project site must remain
open at all times.
a. Schedule deliveries to minimize use of driveways and entrances.
b. Schedule deliveries to minimize space and time requirements for
storage of materials and equipment on-site.
B. Specific work restrictions are shown on the Plans.
1.3 SCHEDULE RESTRICTIONS
A. Work shall be performed within one hundred sixty (160) working days, with the
tl^' following restrictions:
1. Highlands Reservoir: All friction dampers, splice plates, and associated
items shall be installed and the reservoir shall be operational at full
capacity by April 15, 2003.
�. 2. Rolling Hills Reservoir: Water in the Rolling Hills Reservoir shall not be
drained prior to February 5, 2003. All interior tank work and underground
pipe restraints and supports shall be complete and the tank shall be
+W operational at partial capacity by April 15, 2003.
PART 2 - PRODUCTS (Not Used)
.w
City of Renton Elevated Water Tanks 01140-1
Seismic Repair and Rehabilitation
SECTION ON O 1140
WORK AND SCHEDULE RESTRICTIONS
PART 3 - EXECUTION (Not Used)
END OF SECTION
AN
City of Renton Elevated Water Tanks 01140-2
Seismic Repair and Rehabilitation
rr
4- SECTION 01250
CONTRACT MODIFICATION PROCEDURES
PART 1 - GENERAL
., 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. This Section specifies administrative and procedural requirements for handling
and processing Contract modifications.
B. Related Sections include the following:
1. Section 01270 - Unit Prices
2. Section 01600 - Product Requirements
1.3 MINOR CHANGES IN THE WORK
*" A. Engineer will issue supplemental instructions authorizing minor changes in the
Work not involving adjustment to Contract Sum or Contract Time.
1.4 PROPOSAL REQUESTS
A. Owner-Initiated Proposal Requests: Engineer will issue a detailed description of
.. proposed changes in the Work that may require adjustment to Contract Sum or
Contract Time. If necessary, description will include supplemental or revised
Drawings and Specifications.
1. Proposal Requests issued by Engineer are for information only. Do not
consider them instructions either to stop work in progress or to execute
tam proposed change.
2. Within time specified in Proposal after receipt of Proposal Request,
submit a quotation estimating cost adjustments to Contract Sum and
Contract Time necessary to execute change.
., a. Include list of quantities of products required or eliminated and
unit costs with total amount of purchases and credits to be made.
If requested, furnish survey data to substantiate quantities.
b. Indicate applicable taxes, delivery charges, equipment rental, and
amounts of trade discounts.
City of Renton Elevated Water Tanks 01250-1
Seismic Repair and Rehabilitation
SECTION 01250
CONTRACT MODIFICATION PROCEDURES
C. Include updated Contractor's Construction Schedule that indicates
effect of change, including, but not limited to, changes in activity
duration, start and finish times, and activity relationship. Use
available total float time before requesting extension of Contract
Time.
B. Contractor-Initiated Proposals: If latent or unforeseen conditions require
modifications to Contract, Contractor may propose changes by submitting a
request for change to Engineer.
1. Include statement outlining reasons for change and effect of change on
Work. Provide complete description of proposed change. Indicate effect
of proposed change on Contract Sum and Contract Time.
2. Include a list of quantities of products required or eliminated and unit
costs, with total amount of purchases and credits to be made. If requested,
furnish survey data to substantiate quantities.
3. Indicate applicable taxes, delivery charges, equipment rental, and amounts
of trade discounts.
4. Include updated Contractor's Construction Schedule that indicates effect
of change, including, but not limited to, changes in activity duration, start
and finish times, and activity relationship. Use available total float before .n
an extension of Contract Time.
5. Comply with requirements in Section 01600 if the proposed change
requires substitution of one product or system for product or system
specified.
C. Proposal Request Form: For change order proposals, use attached form r
1.5 CHANGE ORDER PROCEDURES
A. On Owner's approval of Proposal Request, Engineer will issue a Change Order
for signatures of Owner and Contractor on Owner's standard form �r►
1.6 CONSTRUCTION CHANGE DIRECTIVE
A. Work Change Directive: Engineer may issue a Work Change Directive on
attached form. Work Change Directive instructs Contractor to proceed with a
change in the Work, for subsequent inclusion in a Change Order. Work Change
Directive contains a complete description of change in the Work. It also
designates method to be followed to determine change in the Contract Sum or the
Contract Time.
war
City of Renton Elevated Water Tanks 01250-2
Seismic Repair and Rehabilitation
.. SECTION 01250
CONTRACT MODIFICATION PROCEDURES
Jaw
B. Documentation: Maintain detailed records on a time-and-material basis of work
required by the Work Change Directive. After completion of change, submit an
itemized account and supporting data necessary to substantiate cost and time
adjustments to the Contract.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION(Not Used)
END OF SECTION
AM
City of Renton Elevated Water Tanks 01250-3
Seismic Repair and Rehabilitation
w.
io, PROPOSAL REQUEST
aw Proposal Request No. Date of Issuance:
Project:
Owner:
«. Contractor:
Engineer: Reid Middleton Inc. 728 134th Street SW, Suite 200, Everett, WA 98204
Please submit an itemized proposal for changes in the Contract Sum and Contract Time for
j proposed modifications to the Contracts described below. Submit proposal within
calendar days of this request. THIS IS NOT A CHANGE ORDER, CONSTRUCTION
CHANGE DIRECTIVE, OR DIRECTION TO PROCEED WITH THE WORK DESCRIBED
IN THE PROPOSED MODIFICATIONS.
Description of Work:
.w
List attachments that support description:
Requested by
Title
Date
City of Renton Elevated Water Tanks 01250-4
Seismic Repair and Rehabilitation
WORK CHANGE DIRECTIVE
No.
low DATE OF ISSUANCE EFFECTIVE DATE
OWNER
do.
CONTRACTOR
,,. Contract:
Project:
OWNER's Contract Engineer's Project No.
No.
You are directed to proceed promptly with the following change(s):
Description:
Purpose of Work Change Directive:
Attachments: (List documents supporting change)
If a claim is made that the above change(s)have affected Contract Price or Contract Times, any claim for a
"' Change Order based thereon will involve one or more of the following methods of determining the effect of
the change(s).
Method of determining change in Method of determining change in
Contract Price: Contract Times:
O Unit Prices O Contractor's records
low O Lump Sum O Engineer's records
O Other O Other
Estimated increase (decrease) in Contract Price: Estimated increase (decrease) in Contract Times:
$ Substantial Completion days;
If the change involves an increase,the estimated Ready for final payment days.
amount is not to be exceeded without further If the change involves an increase,the estimated
authorization. times are not to be exceeded without further
authorization.
RECOMMENDED: AUTHORIZED:
Reid Middleton, Inc.
ENGINEER OWNER
By: By
(Authorized Signature) (Authorized Signature)
EJCDC No. 1910-8-F (1996 Edition)
' City of Renton Elevated Water Tanks 01250-5
Seismic Repair and Rehabilitation
1W- SECTION 01270
UNIT PRICES
MW
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
�. 1.2 SUMMARY
A. This Section includes administrative and procedural requirements for unit prices.
B. Related Sections:
1. Section 01250 - Contract Modification Procedures
2. Section 01290 - Payment Procedures
3. Section 01450 - Quality Control
1.3 DEFINITIONS
A. Unit price is an amount proposed by bidders, stated on the Bid Form, as a price
per unit of measurement for materials or services added to or deducted from
OW Contract Sum by appropriate modification, if estimated quantities of Work
required by Contract Documents are increased or decreased.
`m 1.4 PROCEDURES
A. Unit prices include all necessary material, plus cost for delivery, installation,
"" insurance, applicable taxes, overhead, and profit.
B. Measurement and Payment: Refer to individual specification sections for Work
that requires establishment of unit prices. Methods of measurement and payment
for unit prices are specified in those sections.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION
City of Renton Elevated Water Tanks 01270-1
Seismic Repair and Rehabilitation
4.
s. SECTION 01290
PAYMENT PROCEDURES
PART 1 - GENERAL
ow 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. This Section specifies administrative and procedural requirements necessary to
�• prepare and process Applications for Payment.
B. Related Sections:
4W
1. Section 01250 - Contract Modification Procedures
2. Section 01270 - Unit Prices
3. Section 01320 - Construction Progress Documentation
AM
1.3 DEFINITIONS
A. Schedule of Values: A statement furnished by Contractor allocating portions of
Contract Sum to various portions of the Work and used as basis for reviewing
Contractor's Applications for Payment.
1.4 SCHEDULE OF VALUES
A. Coordination: Coordinate preparation of Schedule of Values with preparation of
Contractor's Construction Schedule.
1. Correlate line items in Schedule of Values with other required
administrative forms and schedules, including the following:
a. Application for Payment forms with Continuation Sheets.
b. Submittals Schedule.
.. 2. Submit Schedule of Values to Engineer at earliest possible date but no
later than seven days before the date scheduled for submittal of initial
Applications for Payment.
aw
B. Format and Content: Use Bid Item summaries provided in this section as a guide
to establish line items for Schedule of Values.
City of Renton Elevated Water Tanks 01290-1
Seismic Repair and Rehabilitation
SECTION 01290
PAYMENT PROCEDURES
1. Identification: Include the following Project identification on Schedule of
Values:
Sri
a. Project name and location.
b. Name of Engineer.
C. Engineer's project number.
d. Contractor's name and address.
e. Date of submittal. as
2. Arrange Schedule of Values in tabular form with separate columns to
indicate the following for each item listed: w„
a. Related Specification Section or Division.
b. Description of the Work. lift
C. Name of subcontractor.
d. Name of manufacturer or fabricator.
e. Name of supplier.
f. Change Orders (numbers) that affect value.
g. Dollar value: Percentage of the Contract Sum to nearest one-
hundredth percent, adjusted to total 100 percent.
3. Provide breakdown of Contract Sum in enough detail to facilitate
continued evaluation of Applications for Payment and progress reports.
Coordinate with Bid Item summaries. Provide several line items for
principal subcontract amounts, where appropriate.
4. Round amounts to nearest whole dollar; total shall equal Contract Sum to
5. Provide a separate line item in Schedule of Values for each part of the
Work where Applications for Payment may include materials or
equipment purchased or fabricated and stored, but not yet installed.
6. Provide separate line items in Schedule of Values for initial cost of
materials for each subsequent stage of completion and for total installed
value of that part of the Work.
rr
City of Renton Elevated Water Tanks 01290-2
Seismic Repair and Rehabilitation
.. SECTION 01290
PAYMENT PROCEDURES
7. Each item in Schedule of Values and Applications for Payment shall be
complete. Include total cost and proportionate share of general overhead
and profit for each item. Temporary facilities and other major cost items
that are not direct cost of actual work in place may be shown either as
separate line items in Schedule of Values or distributed as general
overhead expense, at Contractor's option.
8. Schedule Updating: Update and resubmit Schedule of Values before next
application for payment when Change Orders or Construction Change
Directives result in change in Contract Sum
.. 1.5 APPLICATIONS FOR PAYMENT
A. Each application for payment shall be consistent with previous applications and
., payments as certified by Engineer and paid for by Owner. Initial application for
payment, application for payment at time of Substantial Completion, and final
application for payment involves additional requirements.
B. Payment Application Times: Owner will pay Contractor monthly. Prior to first
progress payment, Owner and Contractor will agree on progress payment
y.. submittal period.
C. Application Preparation: Complete every entry on form. Notarize and execute by
aw a person authorized to sign legal documents on behalf of Contractor. Engineer or
Owner may return incomplete applications without action.
140 1. Entries shall match data on Schedule of Values and Contractor's
Construction Schedule. Use updated schedules if revisions are made.
,W 2. Include amounts of change orders and construction change directives
issued before last day of construction period covered by application.
3. Transmittal: Submit 1 signed copy of each Application for Payment to
Owner by a method ensuring receipt within 24 hours. One copy shall
include waivers of lien and similar attachments if required. Transmit each
a, copy with a transmittal form listing attachments and recording appropriate
information about application.
D. Initial Application for Payment: Administrative actions and submittals that must
precede or coincide with submittal of first application for payment include the
following:
1. List of subcontractors
2. Schedule of Values
3. Contractor's Construction Schedule (preliminary if not final)
City of Renton Elevated Water Tanks 01290-3
Seismic Repair and Rehabilitation
SECTION 01290
PAYMENT PROCEDURES
4. Products list
5. Schedule of unit prices
6. Submittals Schedule (preliminary if not final)
go
7. List of Contractor's staff assignments
8. List of Contractor's principal consultants
9. Copies of building permits
10. Initial progress report
11. Report of preconstruction conference
wN►
E. Application for Payment at Substantial Completion: After issuing Certificate of
Substantial Completion, submit an Application for Payment showing 100 percent
completion for portion of the Work claimed as substantially complete.
1. Include documentation supporting claim that the Work is substantially
complete and statement accounting for changes to Contract Sum.
F. Final Payment Application: Submit final application for payment with releases
and supporting documentation not previously submitted and accepted, including,
but not limited, to the following:
1. Affidavit of Wages Paid and Certification of Payment of Prevailing
Wages.
2. Evidence of completion of Project closeout requirements.
3. Insurance certificates for products and completed operations where
required and proof that taxes, fees, and similar obligations were paid.
4. Updated final statement, accounting for final changes to the Contract Sum.
5. Evidence that claims are settled.
6. Final liquidated damages settlement statement.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION „
City of Renton Elevated Water Tanks 01290-4 No
Seismic Repair and Rehabilitation
tit
APPLICATION FOR PAYMENT NO.
To: (Owner)
From: (Contractor)
Contract:
Project:
Owner's Contract No. Engineer's Project No.
For Work accomplished through the date of
1. Original Contract Price: $
2. Net change by Change Orders and Written Amendments (+ or-): $
3. Current Contract Price (1 plus 2): $
4. Total completed and stored to date: $
5. Retainage (per Agreement):
r% of completed Work: $
% of stored material: $
Total Retainage: $
�,. 6. Total completed and stored to date less retainage (4 minus 5): $
7. Less previous Application for Payments: $
S. DUE THIS APPLICATION (6 MINUS 7): $
..
Accompanying Documentation:
Contractor's Certification:
The undersigned Contractor certifies that (1) all previous progress payments received from
Owner on account of Work done unde°the Contract referred to above have been applied on
account to discharge Contractor's legitimate obligations incurred in connection with Work
covered by prior Applications for Payment, numbered 1 through_inclusive; (2) title of all
work, materials, and equipment incorporated in said Work or otherwise listed in or covered by
law this Application for Payment will pass to Owner at time of payment free and clear of all liens,
security interests, and encumbrances (except such as are covered by a bond acceptable to Owner
indemnifying Owner against any such lien, security interest, or encumbrance); and (3) all Work
covered by this Application for Payment is in accordance with the Contract Documents and not
defective.
Dated
Contractor
By
State of
County of
Subscribed and sworn to before me this
Day of , 20
Notary Public
My Commission expires:
Payment of the above AMOUNT DUE THIS APPLICATION is recommended.
Dated
Engineer.
EJCDC No.1910-8-E(1996 Edition) By
City of Renton Elevated Water Tanks 01290-5
Seismic Repair and Rehabilitation
c � , I C I ! ! i � I l l l l l i i l l
zz.
� I � iIIIII ! I ► I � , � I � I �rk_ �
! I ( I ! I � I ( ' ' I ! I I �
low 1 i I i i i i I i
mm iill II I � j II , I ! , il
� � � j i l l l ( I j � � i l l i i i i i
l i I I i i j � i � i ( l l i l l ! �;
i ( I C I ( i l ! I i
I i I I ., I I j � I
ca
d cq
o
00 cq
cq
.. SECTION 01310
PROJECT MANAGEMENT AND COORDINATION
PART 1 - GENERAL
,. 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. This Section includes administrative provisions for coordinating construction
... operations on Project including, but not limited to, the following:
1. General project coordination procedures.
2. Conservation.
a, 3. Coordination drawings.
4. Administrative and supervisory personnel.
5. Project meetings.
B. Related Sections:
1. Section 01320 - Construction Progress Documentation
2. Section 01700 - Execution Requirements
3. Section 01770 - Closeout Procedures
1.3 COORDINATION
A. Coordination: Coordinate construction operations included in various sections of
the specifications to ensure efficient and orderly installation of each part of the
Work. Coordinate construction operations, included in different sections that
depend on each other for specified installation, connection, and operation.
1. Schedule construction operations in sequence required to obtain the best
.. results where installation of one part of the Work depends on installation
of other components, before or after its own installation.
2. Coordinate installation of different components with owner and
telecommunications company representatives to ensure maximum
accessibility for required maintenance, service, and repair. A list of
telecommunication company representatives with contact information is
provided on the project plans. Owner will assist Contractor with
City of Renton Elevated Water Tanks 01310-1
Seismic Repair and Rehabilitation
low
SECTION 0131
0
PROJECT MANAGEMENT AND COORDINATION
identifying the Owner of each specific telecommunications equipment, as
necessary.
3. Make adequate provisions to accommodate items scheduled for later
installation.
B. If necessary, prepare memoranda for distribution to each party involved, outlining
special procedures required for coordination. Include such items as required
notices, reports, and list of attendees at meetings. Prepare similar memoranda for
Owner and telecommunication company representatives if coordination of their
Work is required.
C. Administrative Procedures: Coordinate scheduling and timing of required
administrative procedures with other construction activities and activities of
Owner and telecommunication company representatives to avoid conflicts and to
ensure orderly progress of the Work. Such administrative activities include, but
are not limited to, the following:
1. Preparation of Contractor's Construction Schedule.
2. Preparation of the Schedule of Values.
3. Installation and removal of temporary facilities and controls.
4. Delivery and processing of submittals.
5. Progress meetings. s
6. Preinstallation conferences.
ww
7. Project closeout activities.
D. Conservation: Coordinate construction activities to ensure that operations are
carried out with consideration given to conservation of energy, water, and
materials. Salvage materials and equipment involved in performance of, but not
actually incorporated into, the Work.
to
1.4 SUBMITTALS
A. Coordination Drawings: Prepare coordination drawings if limited space
availability necessitates maximum utilization of space for efficient installation of
different components or if coordination is required for installation of products and
materials fabricated by separate entities.
1. Indicate relationship of components shown on separate shop drawings.
2. Indicate required installation sequences.
City of Renton Elevated Water Tanks
01310-2
Seismic Repair and Rehabilitation
SECTION 01310
PROJECT MANAGEMENT AND COORDINATION
low
B. Staff Names: Within 15 days of starting construction operations, submit a list of
principal staff assignments, including superintendent and other personnel in
�. attendance at Project site. Identify individuals and their duties and
responsibilities; list addresses and telephone numbers, including home and office
telephone numbers. Provide names, addresses, and telephone numbers of
individuals assigned as standbys in the absence of individuals assigned to Project.
Post copies of list in Project meeting room, in temporary field office, and by each
temporary telephone.
1.5 ADMINISTRATIVE AND SUPERVISORY PERSONNEL
.. A. General: In addition to Project superintendent, provide other administrative and
supervisory personnel as required for specified performance of the Work. Include
special personnel required for coordination of operations with other contractors.
1.6 PROJECT MEETINGS
,.. A. General: Schedule and conduct meetings and conferences at Project site, unless
otherwise indicated.
.. 1. Attendees: Inform participants, others involved, and individuals whose
presence is required of date and time of each meeting. Notify Owner and
Engineer of scheduled meeting dates and times.
ow
2. Agenda: Prepare meeting agenda. Distribute agenda to invited attendees.
,,, 3. Minutes: Record significant discussions and agreements achieved.
Distribute meeting minutes to everyone concerned, including Owner and
Engineer, within 3 days of the meeting.
A
B. Preconstruction Conference: Schedule a preconstruction conference before
starting construction, at a time convenient to Owner and Engineer, but no later
than 15 days after execution of the Agreement. Hold the conference at Project
site or another convenient location. Conduct the meeting to review
responsibilities and personnel assignments.
1. Attendees: Authorized representatives of Owner, Engineer, and their
consultants; Contractor and its superintendent; major subcontractors;
manufacturers; suppliers; and other concerned parties shall attend
conference. Participants at conference shall be familiar with Project and
authorized to conclude matters relating to the Work.
2. Agenda: Discuss items of significance that could affect progress,
including the following:
AW
a. Tentative construction schedule.
City of Renton Elevated Water Tanks 01310-3
Seismic Repair and Rehabilitation
vat
SECTION 01310
PROJECT MANAGEMENT AND COORDINATION
b. Phasing.
C. Critical work sequencing. '
d. Designation of responsible personnel.
e. Procedures for processing field decisions and Change Orders.
f. Procedures for processing Applications for Payment. wr
g. Distribution of the Contract Documents.
h. Submittal procedures.
i. Preparation of Record Documents.
j. Use of the premises.
k. Responsibility for temporary facilities and controls.
L Parking availability.
wr
M. Office, work, and storage areas.
n. Equipment deliveries and priorities.
o. First aid.
rr
P. Security.
q. Progress cleaning. ,w
r. Working hours and construction noise.
r
C. Progress Meetings: Conduct progress meetings weekly. Coordinate dates of
meetings with preparation of payment requests.
1. Attendees: In addition to representatives of Owner and Engineer, each
contractor, subcontractor, supplier, and other entity concerned with current
progress or involved in planning, coordination, or performance of future
activities shall be represented at these meetings. Participants at
conference shall be familiar with Project and authorized to conclude
matters relating to the Work. to
2. Agenda: Review and correct or approve minutes of previous progress
meeting. Review other items of significance that could affect progress.
Include topics for discussion as appropriate to status of Project.
City of Renton Elevated Water Tanks
01310-4
Seismic Repair and Rehabilitation
wo
SECTION 01310
PROJECT MANAGEMENT AND COORDINATION
a. Contractor's Construction Schedule: Review progress since last
meeting. Determine whether each activity is on time, ahead of
schedule, or behind schedule, in relation to Contractor's
Construction Schedule. Determine how construction behind
schedule will be expedited; secure commitments from parties
involved to do so. Discuss whether schedule revisions are required
to ensure that current and subsequent activities will be completed
within Contract Time.
b. Review present and future needs of each entity present, including
the following:
1) Interface requirements.
2) Sequence of operations.
3) Status of submittals.
4) Deliveries.
5) Off-site fabrication.
®.
6) Access.
aw 7) Site utilization.
8) Temporary facilities and controls.
AM
9) Work hours.
Aw 10) Hazards and risks.
11) Progress cleaning.
12) Quality and work standards.
.. 13) Change Orders.
14) Documentation of information for payment requests.
'a 3. Reporting: Distribute minutes of meeting to each party present and to
parties who should have been present. Include a brief summary, in
narrative form, of progress since previous meeting and report.
low
4. Schedule Updating: Revise Contractor's Construction Schedule after each
progress meeting where revisions to schedule are made or recognized.
Issue revised schedule concurrently with report of each meeting.
City of Renton Elevated Water Tanks 01310-5
Seismic Repair and Rehabilitation
SECTION 01310 '
PROJECT MANAGEMENT AND COORDINATION
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION ft
rw
�r
+r
rr
City of Renton Elevated Water Tanks 01310-6
Seismic Repair and Rehabilitation
SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION
Aow
PART 1 - GENERAL
.. 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
.r Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
VM
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for
documenting the progress of construction during performance of the Work,
including the following:
1. Preliminary Construction Schedule.
2. Contractor's Construction Schedule.
3. Submittals Schedule.
4. Daily construction reports.
5. Material location reports.
.. 6. Field condition reports.
7. Special reports.
low
8. Construction photographs
B. Related Sections:
1. Section 01310 - Project Management and Coordination
2. Section 01330 - Submittal Procedures
3. Section 01450 - Quality Control
4. Section 01770 - Closeout Procedures
1.3 DEFINITIONS
A. Activity: A discrete part of a project that can be identified for planning,
�. scheduling, monitoring, and controlling the construction project. Activities
included in a construction schedule consume time and resources.
vo 1. Critical activities are activities on the critical path. They must start and
finish on the planned early start and fmish times.
City of Renton Elevated Water Tanks 01320-1
Seismic Repair and Rehabilitation
SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION
2. Predecessor activity is an activity that must be completed before a given
activity can be started.
B. CPM: Critical path method, which is a method of planning and scheduling a
construction project where activities are arranged based on activity relationships.
Network calculations determine when activities can be performed and the critical
path of Project.
C. Critical Path: The longest continuous chain of activities through the network
schedule that establishes the minimum overall Project duration and contains no
float time.
D. Event: The starting or ending point of an activity.
E. Float Time: The measure of leeway in starting and completing an activity. ►
1. Float time is not for the exclusive use or benefit of either Owner or
Contractor, but is a jointly owned, expiring Project resource available to
both parties as needed to meet schedule milestones and Contract
completion date.
2. Free float is the amount of time an activity can be delayed without
adversely affecting the early start of the following activity.
3. Total float is the measure of leeway in starting or completing an activity
without adversely affecting the planned Project completion date.
F. Fragment: A partial or fragmentary network that breaks down activities into 40
smaller activities for greater detail.
G. Major Area: A story of construction, a separate building, or a similar significant
construction element.
H. Milestone: A key or critical point in time for reference or measurement.
I. Network Diagram: A graphic diagram of a network schedule, showing activities
and activity relationships.
1.4 SUBMITTALS
rr�
A. Qualification Data: For firms and persons specified in "Quality Assurance"
article to demonstrate their capabilities and experience. Include lists of completed
projects with project names and addresses, names and addresses of Engineers and
owners, and other information specified.
B. Submittals Schedule: Submit three copies of schedule. Arrange the following
information in a tabular format:
City of Renton Elevated Water Tanks 01320-2
Seismic Repair and Rehabilitation
AM SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION
1W
1. Scheduled date for first submittal.
2. Specification Section number and title.
3. Submittal category(action or informational).
4. Name of subcontractor.
5. Description of the Work covered.
6. Scheduled date for Engineer's final release or approval.
" C. Preliminary Construction Schedule: Submit two printed copies; one a single sheet
of reproducible media, and one a print.
.. D. Preliminary Network Diagram: Submit two printed copies; one a single sheet of
reproducible media, and one a print; large enough to show entire network for
entire construction period.
E. Contractor's Construction Schedule: Submit two printed copies of initial
schedule, one a reproducible print and one a blue- or black-line print, large
enough to show entire schedule for entire construction period.
F. CPM Reports: Concurrent with CPM schedule, submit three printed copies of
®r each of the following computer-generated reports. Format for each activity in
reports shall contain activity number, activity description, original duration,
remaining duration, early start date, early finish date, late start date, late finish
date, and total float.
1. Activity Report: List of all activities sorted by activity number and then
early start date, or actual start date if known.
2. Logic Report: List of preceding and succeeding activities for all activities,
�. sorted in ascending order by activity number and then early start date, or
actual start date if known.
AM 3. Total Float Report: List of all activities sorted in ascending order of total
float.
MW G. Construction Photographs: Submit two prints of each photographic view within
seven calendar days of taking photographs.
am 1. Format: 8-by-10-inch smooth-surface matte prints on single-weight
commercial-grade stock, enclosed back to back in clear plastic sleeves that
are punched for standard three-ring binder.
City of Renton Elevated Water Tanks 01320-3
Seismic Repair and Rehabilitation
SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION
2. Identification: On back of each print, provide an applied label or rubber-
stamped impression with the following information:
a. Name of Project.
b. Name and address of photographer.
C. Name of Engineer.
d. Name of Contractor.
e. Date photograph was taken.
f. Description of vantage point, indicating location, direction (by
compass point), and elevation or story of construction.
H. Daily Construction Reports: Submit two copies at weekly intervals.
I. Material Location Reports: Submit two copies at monthly intervals.
J. Field Condition Reports: Submit two copies at time of discovery of differing
conditions.
K. Special Reports: Submit two copies at time of unusual event.
1.5 QUALITY ASSURANCE
A. Scheduling Consultant Qualifications: An experienced specialist in CPM
scheduling and reporting.
B. Prescheduling Conference: Conduct conference at Project site to comply with
requirements in Section 01310. Review methods and procedures related to the
Preliminary Construction Schedule and Contractor's Construction Schedule,
including, but not limited to, the following: +rn
1. Review software limitations and content, and format for reports. rr
2. Verify availability of qualified personnel needed to develop and update
schedule.
3. Discuss constraints.
4. Review delivery dates for Owner-furnished products.
5. Review schedule for work of Owner's separate contracts.
6. Review time required for review of submittals and resubmittals.
■r
City of Renton Elevated Water Tanks 01320-4
Seismic Repair and Rehabilitation
.. SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION
7. Review requirements for tests and inspections by independent testing and
inspecting agencies.
8. Review time required for completion and startup procedures.
9. Review and finalize list of construction activities to be included in
schedule.
10. Review submittal requirements and procedures.
11. Review procedures for updating schedule.
1.6 COORDINATION
A. Coordinate preparation and processing of schedules and reports with performance
of construction activities.
B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list
of subcontracts, Submittals Schedule, progress reports, payment requests, and
other required schedules and reports.
1. Secure time commitments for performing critical elements of the Work
from parties involved.
2. Coordinate each construction activity in the network with other activities
and schedule them in proper sequence.
.� C. Auxiliary Services: Cooperate with photographer and provide auxiliary services
requested, including access to Project site and use of temporary facilities
including temporary lighting.
PART 2 - PRODUCTS
,.. 2.1 SUBMITTALS SCHEDULE
A. Preparation: Submit a schedule of submittals, arranged in chronological order by
dates required by construction schedule. Include time required for review,
resubmittal, ordering, manufacturing, fabrication, and delivery when establishing
dates.
1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of
Values, and Contractor's Construction Schedule.
2. Final Submittal: Submit concurrently with the first complete submittal of
Contractor's Construction Schedule.
City of Renton Elevated Water Tanks 01320-5
Seismic Repair and Rehabilitation
SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION
2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL
A. Procedures: Comply with procedures contained in AGC's"Construction
Planning & Scheduling."
B. Time Frame: Extend schedule from date established for the Notice of Award to
date of Final Completion. Contract completion date shall not be changed by
submission of a schedule that shows an early completion date, unless specifically
authorized by Change Order. to
C. Activities: Treat each story or separate area as a separate numbered activity for
each principal element of the Work. Comply with the following: m„
1. Activity Duration: Define activities so no activity is longer than 20 10
working days, unless specifically allowed by Engineer.
2. Procurement Activities: Include procurement process activities for long us
lead items and major items, requiring a cycle of more than 60 days, as
separate activities in schedule. Procurement cycle activities include, but
are not limited to, submittals, approvals, purchasing, fabrication, and
delivery.
a. Energy dissipation devices.
3. Submittal Review Time: Include review and resubmittal times indicated
in Division 1 Section 01330 "Submittal Procedures"in schedule.
Coordinate submittal review times in Contractor's Construction Schedule
with Submittals Schedule.
4. Substantial Completion: Indicate completion in advance of date
established for Substantial Completion, and allow time for Engineer's
administrative procedures necessary for certification of Substantial
Completion.
D. Constraints: Include constraints and work restrictions indicated in the Contract
Documents and as follows in schedule, and show how the sequence of the Work
is affected.
1. Phasing: Arrange list of activities on schedule by phase.
2. Products Ordered in Advance: Include a separate activity for each
product. Include delivery date. Delivery dates indicated stipulate the
earliest possible delivery date.
City of Renton Elevated Water Tanks 01320-6 `
Seismic Repair and Rehabilitation
d. SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION
low
3. Work Restrictions: Show the effect of the following items on the
schedule:
a. Uninterruptible services.
woo b. Use of premises restrictions.
C. Seasonal variations.
d. Environmental control
E. Milestones: Include milestones indicated in the Contract Documents in schedule,
including, but not limited to, the Notice to Proceed, Substantial Completion, and
Final Completion.
F. Cost Correlation: At the head of schedule, provide a cost correlation line,
indicating planned and actual costs. On the line, show dollar volume of the Work
performed as of dates used for preparation of payment requests. Refer to
Section 01290 for payment procedures.
G. Contract Modifications: For each proposed contract modification and concurrent
... with its submission, prepare a time-impact analysis using fragnets to demonstrate
the effect of the proposed change on the overall project schedule.
�- 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE (GANTT CHART)
A. Gantt-Chart Schedule: Submit a comprehensive, fully developed, horizontal
• Gantt-chart-type, Contractor's Construction Schedule within 30 calendar days of
date established for the Notice of Award.
.. B. Preparation: Indicate each significant construction activity separately. Identify
first workday of each week with a continuous vertical line.
1. For construction activities that require 3 months or longer to complete,
indicate an estimated completion percentage in 10 percent increments
within time bar.
2.4 REPORTS
A. Daily Construction Reports: Prepare a daily construction report recording the
following information concerning events at Project site:
1. List of subcontractors at Project site.
2. List of separate contractors at Project site.
low 3. Approximate count of personnel at Project site.
City of Renton Elevated Water Tanks 01320-7
Seismic Repair and Rehabilitation
am
SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION
4. High and low temperatures and general weather conditions.
5. Accidents.
6. Meetings and significant decisions. '
7. Unusual events (refer to special reports).
8. Stoppages, delays, shortages, and losses.
9. Emergency procedures.
10. Orders and requests of authorities having jurisdiction.
11. Change Orders received and implemented.
12. Work Change Directives received.
13. Equipment or system tests and startups.
14. Partial completions.
15. Substantial completions authorized.
B. Material Location Reports: At monthly intervals, prepare a comprehensive list of
materials delivered to and stored at Project site. List shall be cumulative, showing
materials previously reported plus items recently delivered. Include with list a '
statement of progress on and delivery dates for materials or items of equipment
fabricated or stored away from Project site.
C. Field Condition Reports: Immediately on discovery of a difference between field
conditions and the Contract Documents, prepare a detailed report. Submit with a
request for information. Include a detailed description of the differing conditions,
together with recommendations for changing the Contract Documents.
2.5 SPECIAL REPORTS
A. General: Submit special reports directly to Owner within one day of an
occurrence. Distribute copies of report to parties affected by the occurrence. '
PART 3 - EXECUTION
3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE
A. Contractor's Construction Schedule Updating: At monthly intervals, update
schedule to reflect actual construction progress and activities. Issue schedule one
week before each regularly scheduled progress meeting.
City f Renton Elevated evated Water Tanks 01320-8
Seismic Repair and Rehabilitation
,- SECTION 01320
CONSTRUCTION PROGRESS DOCUMENTATION
1. Revise schedule immediately after each meeting or other activity where
revisions have been recognized or made. Issue updated schedule
... concurrently with the report of each such meeting.
2. Include a report with updated schedule that indicates every change,
including, but not limited to, changes in logic, durations, actual starts and
finishes, and activity durations.
3. As the Work progresses, indicate Actual Completion percentage for each
activity.
B. Distribution: Distribute copies of approved schedule to Engineer and Owner,
testing and inspecting agencies, and other parties identified by Contractor with a
need-to-know schedule responsibility.
1. Post copies in Project meeting rooms and temporary field offices.
2. When revisions are made, distribute updated schedules to the same parties
and post in the same locations. Delete parties from distribution when they
have completed their assigned portion of the Work and are no longer
involved in performance of construction activities.
3.2 CONSTRUCTION PHOTOGRAPHS
A. Preconstruction Photographs: Before starting construction, take four color
photographs of Project site and surrounding properties from different vantage
points, as directed by Engineer. Show existing conditions adjacent to property.
B. Periodic Construction Photographs: Take four color photographs monthly,
coinciding with cutoff date associated with each Application for Payment.
Photographer shall select vantage points to best show status of construction and
progress since last photographs were taken.
1. Field Office Prints: Retain one set of prints of periodic photographs in
field office at Project site, available at all times for reference. Identify
photographs the same as for those submitted to Engineer .
.� C. Final Completion Construction Photographs: Take eight color photographs after
date of Substantial Completion for submission as Project Record Documents.
Engineer will direct photographer for desired vantage points.
END OF SECTION
City of Renton Elevated Water Tanks 01320-9
Seismic Repair and Rehabilitation
_o SECTION 01330
SUBMITTAL PROCEDURES
PART 1 - GENERAL
�. 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
••- Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
.r. 1.2 SUMMARY
A. This Section includes administrative and procedural requirements for submitting
shop drawings, product data, samples, and other miscellaneous submittals.
B. Related Sections include the following:
1. Section 01290 - Payment Procedures
2. Section 01310 - Project Management and Coordination
3. Section 01320 - Construction Progress Documentation
4. Section 01450 - Quality Control
5. Section 01770 - Closeout Procedures
6. Section 01781 - Project Record Documents
7. Section 01782 - Operation and Maintenance Manuals
1.3 DEFINITIONS
A. Action Submittals: Written and graphic information that requires Engineer's
responsive action.
B. Informational Submittals: Written information that does not require Engineer's
approval. Submittals may be rejected for not complying with requirements.
.w
1.4 SUBMITTAL PROCEDURES
A. General: Electronic copies of CAD Drawings of the Contract Drawings will be
provided by Engineer for Contractor's use in preparing submittals.
B. Coordination: Coordinate preparation and processing of submittals with
performance of construction activities.
1. Coordinate each submittal with fabrication, purchasing, testing, delivery,
other submittals, and related activities that require sequential activity.
City of Renton Elevated Water Tanks 01330-1
Seismic Repair and Rehabilitation
SECTION 01330
SUBMITTAL PROCEDURES
2. Coordinate transmittal of different types of submittals for related parts of
the Work so processing will not be delayed because of need to review '
submittals concurrently for coordination. Engineer reserves the right to
withhold action on a submittal requiring coordination with other
submittals until related submittals are received. ,
C. Submittals Schedule: Comply with requirements in Section 01320 for list of
submittals and time requirements for scheduled performance of related ,
construction activities.
D. Processing Time: Allow enough time for submittal review, including time for '
resubmittals, as follows. Time for review shall commence on Owner receipt of
submittal.
1. Initial Review: Allow 15 days for initial review of each submittal. Allow
additional time if processing must be delayed to permit coordination with
subsequent submittals. Engineer will advise Contractor when a submittal
being processed must be delayed for coordination.
2. Concurrent Review: Where concurrent review of submittals by
Engineer's consultants, Owner, or other parties is required, allow 21 days
for initial review of each submittal.
3. If intermediate submittal is necessary, process it in same manner as initial
submittal.
4. Allow 15 days for processing each resubmittal.
5. No extension of Contract Time will be authorized because of failure to
transmit submittals sufficiently in advance of the Work to permit +
processing.
E. Identification: Place permanent label or title block on each submittal for r
identification. Indicate name of firm or entity that prepared each submittal on
label or title block.
1. Provide a space approximately 4 by 5 inches on label or beside title block
to record Contractor's review and approval markings and action taken by
Engineer. ,
2. Include the followin g information on label for processing and recording
P g g
action taken: „
a. Project name.
b. Date.
r�
City of Renton Elevated Water Tanks 01330-2
Seismic Repair and Rehabilitation
rr
SECTION 01330
SUBMITTAL PROCEDURES
C. Name and address of Engineer.
d. Name and address of Contractor.
e. Name and address of subcontractor.
f. Name and address of supplier.
g. Name of manufacturer.
h. Unique identifier, including revision number.
..
i. Number and title of appropriate specification section.
j. Drawing number and detail references, as appropriate.
k. Other necessary identification.
F. Deviations: Highlight, encircle, or otherwise identify deviations from the
Contract Documents on submittals.
G. Additional Copies: Unless additional copies are required for final submittal and
unless Engineer observes noncompliance with provisions of Contract Documents,
initial submittal may serve as final submittal.
H. Transmittal: Package each submittal individually and appropriately for
transmittal and handling. Transmit each submittal using a transmittal form.
Engineer will return submittals, without review, received from sources other than
Contractor.
1. On an attached separate sheet, prepared on Contractor's letterhead, record
relevant information, requests for data, revisions other than those
requested by Engineer on previous submittals, and deviations from
low requirements of Contract Documents, including minor variations and
limitations. Include same label information as related submittal.
' 2. Include Contractor's certification stating that information submitted
complies with requirements of Contract Documents.
3. Transmittal Form: Use form attached to this section.
4. Transmittal Form: Provide locations on form for the following
information:
a. Project name.
b. Date.
City of Renton Elevated Water Tanks 01330-3
Seismic Repair and Rehabilitation
SECTION 01330
SUBMITTAL PROCEDURES
C. Destination (To:).
d. Source (From:). '
e. Names of subcontractor, manufacturer, and supplier. ,
f. Category and type of submittal.
g. Submittal purpose and description. ,
h. Submittal and transmittal distribution record.
i. Remarks.
j. Signature of transmitter. i
I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, '
suppliers, fabricators, installers, authorities having jurisdiction, and others as
necessary for performance of construction activities. Show distribution on
transmittal forms. ,
J. Use for Construction: Use only final submittals with mark indicating action taken
by Engineer in connection with construction. ,
PART 2 - PRODUCTS
2.1 ACTION SUBMITTALS
A. General: Prepare and submit action submittals required by individual
specification sections.
1. Number of Copies: Submit five copies of each submittal unless otherwise
indicated. Owner will return three copies. Mark up and retain one
returned copy as a Project Record Document.
B. Product Data: Collect information into a single submittal for each element of
construction and type of product or equipment.
1. If information must be prepared specially for submittal because standard
printed data are not suitable for use, submit as shop drawings, not as
product data.
2. Mark each copy of each submittal to show which products and options are
applicable.
3. Include the following information, as applicable: "
City of Renton Elevated Water Tanks 01330-4
Seismic Repair and Rehabilitation
.• SECTION 01330
SUBMITTAL PROCEDURES
a. Manufacturers' written recommendations.
•• b. Manufacturers' product specifications.
C. Manufacturers' installation instructions.
d. Standard color charts.
e. Manufacturers' catalog cuts.
f. Wiring diagrams showing factory-installed wiring.
.� g. Printed performance curves.
h. Operational range diagrams.
i. Mill reports.
j. Standard product operating and maintenance manuals.
k. Compliance with recognized trade association standards.
..
1. Compliance with recognized testing agency standards.
A. M. Application of testing agency labels and seals.
n. Notation of coordination requirements.
lo.
C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale.
Do not base shop drawings on reproductions of the Contract Documents or
standard printed data.
1. Preparation: Include the following information, as applicable:
a. Dimensions.
b. Identification of products.
C. Fabrication and installation drawings.
"` d. Roughing-in and setting diagrams.
e. Wiring diagrams showing field-installed wiring, including power,
law signal, and control wiring.
f. Shop work manufacturing instructions.
g. Templates and patterns.
City of Renton Elevated Water Tanks 01330-5
Seismic Repair and Rehabilitation
SECTION 01330
SUBMITTAL PROCEDURES
h. Schedules.
i. Design calculations. '
j. Compliance with specified standards. ,
k. Notation of coordination requirements.
1. Notation of dimensions established by field measurement.
2. Wiring Diagrams: Differentiate between manufacturer-installed and '
field-installed wiring.
3. Sheet Size: Except for templates, patterns, and similar full-size drawings,
submit shop drawings on sheets at least 8-1/2 by 11 inches, but no larger
than 30 by 40 inches.
4. Number of Copies: Submit five blue- or black-line prints of each '
submittal, unless prints are required for operation and maintenance
manuals. Submit five prints where prints are required for operation and ,
maintenance manuals. Owner will retain three prints; remainder will be
returned.
D. Coordination Drawings: Comply with requirements in Section 0 13 10. '
E. Samples: Prepare physical units of materials or products, including the following:
1. Comply with requirements in Section 01450 for mockups.
2. Samples for Verification: Submit samples of size indicated, prepared
from same material to be used for the Work, cured and finished in manner
specified, physically identical with product proposed for use.
3. Additional Information: On an attached separate sheet, prepared on
Contractor's letterhead, provide the following:
a. Size limitations.
b. Compliance with recognized standards.
C. Availability.
d. Delivery time. ,
4. Number of Samples for Initial Selection: Submit one full set of available ,
choices where color, pattern, texture, or similar characteristics are required
City of Renton Elevated Water Tanks 01330-6
Seismic Repair and Rehabilitation
�- SECTION 01330
SUBMITTAL PROCEDURES
to be selected from manufacturers' product line. Engineer will return
submittal with options selected.
5. Disposition: Maintain sets of approved samples at Project site, available
for quality-control comparisons throughout course of construction activity.
Sample sets may be used to determine final acceptance of construction
associated with each set.
.. a. Samples that may be incorporated into the Work are indicated in
individual specification sections. Such samples shall be in
undamaged condition at time of use.
b. Samples that are not incorporated into the Work or otherwise
designated as Owner's property are Contractor's property.
F. Contractor's Construction Schedule: Comply with requirements in
Section 01320.
G. Submittals Schedule: Comply with requirements in Section 01320.
,.. 2.2 INFORMATIONAL SUBMITTALS
A. General: Prepare and submit informational submittals required by other
specification sections.
1. Number of Copies: Submit four copies of each submittal, unless
otherwise indicated. Engineer will not return copies.
2. Certificates and Certifications: Provide notarized statement that includes
signature of entity responsible for preparing certification. Certificates and
certifications shall be signed by an officer or other individual authorized to
sign documents on behalf of that entity.
3. Test and Inspection Reports: Comply with requirements in Section 01450.
B. Contractor's Construction Schedule: Comply with requirements in
Section 01320.
C. Qualification Data: Prepare written information that demonstrates capabilities
and experience of firm or person. Include lists of completed projects with project
names and addresses, names and addresses of Engineers and owners, and other
information specified.
D. Product Certificates: Prepare written statements on manufacturer's letterhead
certifying that product complies with requirements.
City of Renton Elevated Water Tanks 01330-7
Seismic Repair and Rehabilitation
lop
SECTION 01330
SUBMITTAL PROCEDURES
E. Welding Certificates: Prepare written certification that welding procedures and
personnel comply with requirements. Submit record of Welding Procedure '
Specification (WPS) and Procedure Qualification Record (PQR) on AWS forms.
Include names of firms and personnel certified.
F. Installer Certificates: Prepare written statements on manufacturer's letterhead
certifying that installer complies with requirements and, where required, is
authorized for this specific Project. '
G. Manufacturer Certificates: Prepare written statements on manufacturer's
letterhead certifying that manufacturer complies with requirements. Include ,
evidence of manufacturing experience where required.
H. Material Certificates: Prepare written statements on manufacturer's letterhead ,
certifying that material complies with requirements.
I. Material Test Reports: Prepare reports written by a qualified testing agency, on '
testing agency's standard form, indicating and interpreting test results of material
for compliance with requirements.
J. Preconstruction Test Reports: Prepare reports written by a qualified testing '
agency, on testing agency's standard form, indicating and interpreting results of
tests performed before installation of product, for compliance with performance '
requirements.
K. Compatibility Test Reports: Prepare reports written by qualified testing agency,
on testing agency's standard form, indicating and interpreting results of '
compatibility tests performed before installation of product. Include written
recommendations for primers and substrate preparation needed for adhesion. ,
L. Field Test Reports: Prepare reports written by qualified testing agency, on testing
agency's standard form, indicating and interpreting results of field tests performed ,
either during installation of product or after product is installed in its final
location, for compliance with requirements.
M. Product Test Reports: Prepare written reports indicating current product produced
by manufacturer complies with requirements. Base reports on evaluation of tests
performed by manufacturer and witnessed by qualified testing agency or on
comprehensive tests performed b qualified testing .
by g a g enc Y
N. Research/Evaluation Reports: Prepare written evidence from model code
organization acceptable to authorities having jurisdiction that product complies
with building code in effect for Project. Include the following information:
1. Name of evaluation organization. rr
2. Date of evaluation.
City of Renton Elevated Water Tanks
01330-8
Seismic Repair and Rehabilitation
■r
�• SECTION 01330
SUBMITTAL PROCEDURES
3. Time period when report is in effect.
..� 4. Product and manufacturers' names.
5. Description of product.
6. Test procedures and results.
7. Limitations of use.
O. Design Data: Prepare written and graphic information, including, but not limited
to, performance and design criteria, list of applicable codes and regulations, and
calculations. Include list of assumptions and other performance and design
criteria and a summary of loads. Include load diagrams if applicable. Provide
name and version of software, if any, used for calculations. Include page
numbers.
low P. Manufacturers' Instructions: Prepare written or published information that
documents manufacturers' recommendations, guidelines, and procedures for
installing or operating a product or equipment. Include name of product and
am name, address, and telephone number of manufacturer. Include the following, as
applicable:
AM 1. Preparation of substrates.
2. Required substrate tolerances.
MW 3. Sequence of installation or erection.
4. Required installation tolerances.
5. Required adjustments.
' 6. Recommendations for cleaning and protection.
Q. Manufacturers' Field Reports: Prepare written information documenting factory-
law authorized service representative's tests and inspections. Include the following,
as applicable:
•Y• 1. Name, address, and telephone number of factory-authorized service
representative making report.
.r. 2. Statement on condition of substrates and their acceptability for installation
of product.
3. Statement that products at Project site comply with requirements.
" City of Renton Elevated Water Tanks 01330-9
Seismic Repair and Rehabilitation
SECTION 01330
SUBMITTAL PROCEDURES
1
4. Summary of installation procedures being followed, whether they comply
with requirements and, if not, what corrective action was taken. ,
5. Results of operational and other tests and a statement of whether observed
performance complies with requirements. ,
6. Statement whether conditions, products, and installation will affect
warranty.
7. Other required items indicated in individual Specification Sections.
R. Insurance Certificates and Bonds: Prepare written information indicating current '
status of insurance or bonding coverage. Include name of entity covered by
insurance or bond, limits of coverage, amounts of deductibles, if any, and term of ,
the coverage.
S. Construction Photographs: Comply with requirements in Section 01320.
T. Material Safety Data Sheets: Submit information directly to Owner. If submitted
to Engineer, Engineer will not review this information but will return it with no '
action taken.
PART 3 - EXECUTION '
3.1 CONTRACTOR'S REVIEW
A. Review each submittal and check for compliance with Contract Documents. Note r
corrections and field dimensions. Mark with approval stamp before submitting to
Engineer. '
B. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include
Project name and location, submittal number, specification section title and ,
number, name of reviewer, date of Contractor's approval, and statement certifying
that submittal has been reviewed, checked, and approved for compliance with the
Contract Documents. ,
3.2 ENGINEER'S ACTION
A. General: Engineer will not review submittals that do not bear Contractor's ,
approval stamp and will return them without action.
B. Action Submittals: Engineer will review each submittal, make marks to indicate
corrections or modifications required, and return it through Owner. Engineer will
stamp each submittal with an action stamp and will mark stamp appropriately to
indicate action taken, as follows:
i
City of Renton Elevated Water Tanks 01330-10
Seismic Repair and Rehabilitation
i
AM SECTION 01330
SUBMITTAL PROCEDURES
an
C. Informational Submittals: Engineer will review each submittal and will not return
it, or will reject and return it through Owner if it does not comply with
.. requirements. Engineer will forward each submittal to appropriate party.
D. Submittals not required by the Contract Documents will not be reviewed and may
be discarded.
END OF SECTION
6�
AEI
City of Renton Elevated Water Tanks 01330-11
Seismic Repair and Rehabilitation
Z
❑ Lt
Mil N U
O �
z N
M a.
C
v
a
a
a
Vf
O
o s �
z � Q
U F � ❑
U °
s
� b ❑
•a Q
U
N
O
i ❑
O
7
.d
y
O. W ❑
a u
� Sa
� c
.y C
0
❑ >
o
o c.
cu c
C.)
S:
a
G E ❑ C
ti
� H ;� � Z ❑ � U O �
Advancement
of Construction
Technology
SUBMITTAL
TRANSMITTAL
Project: Date:
aw
A/E Project Number:
TRANSMITTAL To(Contractor): Date: Submittal No.
AFrom(Subcontractor): By: ❑Resubmission
Qty. Reference/ Title/Description/ Spec.Section Title and Paragraph/
Number Manufacturer Drawing Detail Reference
❑Submitted for review and approval ❑Substitution involved-Substitution request attached
" ❑Resubmitted for review and approval ❑If substitution involved,submission includes point-by-point
❑Complies with contract requirements comparative data or preliminary details
❑Will be available to meet construction schedule ❑Items included in submission will be ordered
❑ A/E review time included in construction schedule immediately upon receipt of approval
per
Other remarks on above submission: ❑One copy retained by sender
TRANSMITTAL To(A/E): Attn: Date Recd by Contractor:
BFrom(Contractor): By Date Trnsmt'd by Contractor:
as
❑Approved ❑Revise/Resubmit
❑Approved as noted ❑Rejected/Resubmit
Other remarks on above submission: ❑One copy retained by sender
ON
TRANSMITTAL To(Contractor): Attn: Date Recd by A/E:
Am C From(A/E): ❑ Other By: Date Trnsmt'd by A/E:
❑ Approved ❑Provide file copy with corrections identified
-40 ❑Approved as noted ❑Sepia copies only returned
❑Not subject to review
❑No action required ❑Point-by-point comparative data required
❑Revise/Resubmit to complete approval process
❑Rejected/Resubmit
❑Approved as noted/Resubmit ❑Submission Incomplete/Resubmit
a.r
Other remarks on above submission: ❑One copy retained by sender
TRANSMITTAL To(Subcontractor): Attn: Date Recd by Contractor:
rr D From(Contractor): By: Date Trnsmt'd by Contractor:
Copies: ❑Owner ❑Consultants ❑ ❑ ❑ ❑One copy retained by
aw sender
Copyright 1996,Construction Specifications Institute, Page of September 1996
106 Madison Street,Alexandria,VA 22314-1791 CSI Form 12.1A
rr
err
SECTION 01420
REFERENCES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
•. A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 DEFINITIONS
A. General: Basic Contract definitions are included in the Conditions of the
Contract.
M B. Approved: When used to convey Engineer's action on Contractor's submittals,
applications, and requests, "approved" is limited to Engineer's duties and
responsibilities as stated in the Conditions of the Contract.
C. Directed: A command or instruction by Engineer. Other terms including
"requested,""authorized,""selected," "approved,""required," and "permitted"
have the same meaning as "directed."
D. Indicated: Requirements expressed by graphic representations or in written form
on Drawings, in Specifications, and in other Contract Documents. Other terms
including "shown,""noted,""scheduled," and "specified" have the same meaning
as"indicated."
au E. Regulations: Laws, ordinances, statutes, and lawful orders issued by authorities
having jurisdiction, and rules, conventions, and agreements within the
Am construction industry that control performance of the Work.
F. Furnish: Supply and deliver to Project site,ready for unloading, unpacking,
assembly, installation, and similar operations.
G. Install: Operations at Project site including unloading, temporarily storing,
unpacking, assembling, erecting, placing, anchoring, applying, working to
dimension, finishing, curing, protecting, cleaning, and similar operations.
H. Provide: Furnish and install, complete and ready for the intended use.
I. Installer: Contractor or another entity engaged by Contractor as an employee,
Subcontractor, or Sub-subcontractor, to perform a particular construction
operation, including installation, erection, application, and similar operations.
Using a term such as"carpentry"does not imply that certain construction
activities must be performed by accredited or unionized individuals of a
corresponding generic name, such as "carpenter." It also does not imply that
City of Renton Elevated Water Tanks 01420-1
Seismic Repair and Rehabilitation
SECTION 01420
REFERENCES
requirements specified apply exclusively to tradespeople of the corresponding
generic name.
J. Experienced: When used with an entity, "experienced" means having
successfully completed a minimum of five previous projects similar in size and
scope to this Project; being familiar with special requirements indicated; and
having complied with requirements of authorities having jurisdiction.
K. Project Site: Space available for erformin c
p g construction struction actrvrties. The extent of
Project site is shown on Drawings and may or may not be identical with the
description of the land on which Project is to be built.
1.3 INDUSTRY STANDARDS
A. Applicability of Standards: Unless the Contract Documents include more
stringent requirements, applicable construction industry standards have the same
force and effect as if bound or copied directly into the Contract Documents to the
extent referenced. Such standards are made a part of the Contract Documents by
reference.
B. Publication Dates: Comply with standards in effect as of date of the Contract
Documents, unless otherwise indicated.
C. Conflicting Requirements: If compliance q with two or more standards is specified
and the standards establish different or conflicting requirements for minimum
quantities or quality levels, comply with the most stringent requirement. Refer
uncertainties and requirements that are different, but apparently equal, to Engineer w
for a decision before proceeding. Minimum Quantity or Quality Levels: The
quantity or quality level shown or specified shall be the minimum provided or
performed. The actual installation may comply exactly with the minimum
quantity or quality specified, or it may exceed the minimum within reasonable
limits. To comply with these requirements, indicated numeric values are
minimum or maximum, as appropriate, for the context of requirements. Refer
uncertainties to Engineer for a decision before proceeding.
D. Copies of Standards: Each entity engaged in construction on Project must be
familiar with industry standards applicable to its construction activity. Copies of
applicable standards are not bound with the Contract Documents. Where copies
of standards are needed to perform a required construction activity, obtain copies
directly from publication source and make them available on request.
1.4 ABBREVIATIONS AND ACRONYMS
A. Industry Organizations: Where abbreviations and acronyms are used in .
Specifications or other Contract Documents, they shall mean the recognized name
City of Renton Elevated Water Tanks `
01420-2
Seismic Repair and Rehabilitation
rr
SECTION 01420
OW REFERENCES
ow
of the entities indicated in Gale Research's "Encyclopedia of Associations" or in
Columbia Books' "National Trade &Professional Associations of the U.S."
so B. Industry Organizations: Where abbreviations and acronyms are used in
Specifications or other Contract Documents, they shall mean the recognized name
ow of the entities in the following list. Names, telephone numbers, and Web site
addresses are subject to change and are believed to be accurate and up-to-date as
of the date of the Contract Documents.
AASHTO American Association of State Highway and (202) 624-5800
Transportation Officials
www.aashto.org
w�. ACI American Concrete Institute/ACI International (248) 848-3700
www.aci-int.org
ACPA American Concrete Pipe Association (972) 506-7216
www.concrete-pipe.oriz AGC Associated General Contractors of America (The) (703) 548-3118
www.agc.org
lop RISC American Institute of Steel Construction (800) 644-2400
www.aisc.orp, (312) 670-2400
AISI American Iron and Steel Institute (202) 452-7100
www.steel.org
.. ANSI American National Standards Institute (202) 293-8020
www.ansi.org
ASCA Engineerural Spray Coaters Association (609) 848-6120
www.ascassoc.com
+r® ASCE American Society of Civil Engineers (800) 548-2723
www.asce.org (703) 295-6300
AW ASTM American Society for Testing and Materials (610) 832-9585
www.astm org
40 AWS American Welding Society (800) 443-9353
www.aws.org (305) 443-9353
"' AWWA American Water Works Association (800) 926-7337
AW City of Renton Elevated Water Tanks 01420-3
Seismic Repair and Rehabilitation
..
SECTION 01420
REFERENCES
www.awwa.ore (303) 794-7711
CCFSS Center for Cold-Formed Steel Structures (573) 41-4471
www.umr.edu/—ccfss )
CISPI Cast Iron Soil Pipe Institute (423) 892-0137
www.cis i.orz
CLFMI Chain Link Fence Manufacturers Institute (301) 596-2583
www.chainlinkinfo.org
CSI Construction Specifications Institute (The) (800) 689-2900
www.csinet.org (703) 684-0300
EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040
www.ejma.orZ
HI Hydraulic Institute (888) 786-7744
www.UUmps.org (973) 267-9700
IAS International Approval Services
(See CSA International)
ICEA Insulated Cable Engineers Association, Inc. (508) 394-4424
www.icea.net
ICRI International Concrete Repair Institute (The) (703) 450-0116
www.icri.org
IEEE Institute of Electrical and Electronics Engineers, Inc. (212) 419-7900
(The)
www.ieee.org
IESNA Illuminating Engineering Society of North America (212) 248-5000 nr
www.iesna.org
LPI Lightning Protection Institute (800) 488-6864 rr�
www.lightning.org (847) 577-7200
MCA Metal Construction Association (312) 201-0193 rr
www.metalconstruction or
MHIA Material Handling Industry of America (800) 345-1815
www.mhia.org (704) 676-1190
City of Renton Elevated Water Tanks 01420-4
Seismic Repair and Rehabilitation
SECTION 01420
REFERENCES
MSS Manufacturers Standardization Society of The Valve and (703) 281-6613
Fittings Industry Inc.
www.nmss-hq.com
ow NACE NACE International (281) 228-6200
(National Association of Corrosion Engineers
International)
aw www.nace.org
NAMI National Accreditation and Management Institute, Inc. (304) 258-5100
NCTA National Cable Television Association (202) 775-3669
www.ncta.com
o.
NECA National Electrical Contractors Association (30 t) 657-3110
www.necanet.org
WL
NEMA National Electrical Manufacturers Association (703) 841-3200
www.nema.org
«.
NETA InterNational Electrical Testing Association (303) 697-8441
www.netaworld.org
Aw
NSF NSF International (800) 673-6275
(National Sanitation Foundation International) (734) 769-8010
www.nsf org
PDI Plumbing &Drainage Institute (800) 589-8956
www.pdionline.org (508) 230-3516
RCSC* Research Council on Structural Connections (800) 6442400
www.boltcouncil.org (312) 670-2400
SDI Steel Deck Institute (847) 462-1930
www.sdLorg
SSINA Specialty Steel Industry of North America (800) 982-0355
www.ssina.com (202) 342-8630
SSPC SSPC: The Society for Protective Coatings (800) 837-8303
'w www.sspc.org (412) 281-2331
STI Steel Tank Institute (847) 438-8265
www.steeltank.com
City of Renton Elevated Water Tanks 01420-5
Seismic Repair and Rehabilitation
SECTION 01420
REFERENCES
TIA/EIA Telecommunications Industry Association/Electronic (703) 907-7700
Industries
Alliance
www.tiaonline.org
C. Federal Government Agencies: Where abbreviations and acronyms are used in
Specifications or other Contract Documents, they shall mean the recognized name
of the entities in the following list. Names, telephone numbers, and Web site
addresses are subject to change and are believed to be accurate and up-to-date as
of the date of the Contract Documents.
EPA Environmental Protection Agency (202) 260-2090
www.epa.gov
FAA Federal Aviation Administration (202) 366-4000
www.faa.gov
FCC Federal Communications Commission (202) 418-0190
www.fcc.gov
GSA General Services Administration (202) 708-5082
www.gsa.gov
NIST National Institute of Standards and Technology (301) 975-6478
www.nist.gov
OSHA Occupational Safety&Health Administration (202) 693-1999 Ja
www.osha.gov
D. State Government Agencies: Where abbreviations and acronyms are used in 40
Specifications or other Contract Documents, they shall mean the recognized name
of the entities in the following list. Names, telephone numbers, and Web site
addresses are subject to change and are believed to be accurate and up-to-date as nr
of the date of the Contract Documents.
WSDOT Washington State Department of Transportation (360) 705-7000 rr
www.wsdot.wa.gov
WSDOH Washington State Department of Health (800) 525-0127 rw
www.doh.wa.gov
WSDOE Washington State Department of Ecology (360) 407-6000 +r•
www.wa.gov/ecology
City of Renton Elevated Water Tanks 01420-6
Seismic Repair and Rehabilitation
SECTION 01420
REFERENCES
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
END OF SECTION
low
,.. City of Renton Elevated Water Tanks 01420-7
Seismic Repair and Rehabilitation
No uoilpirligpgag pup npdo-d onus oS
Z-09VTO s3lupZ JQIVM paipnalg uolua-1 Jo AITD
loo
•suoiloodsui so sisal pup soldwus 3o suoilpool pup saipQ 1,
gaff Aouagp gullsai jo .iaquinu auogdalai pup `ssoippp Qwu.K •£
•.ragiunu pup allrl loaCo.id Z
w
•onssi jo QjuG •I
:SuTmollo3 all apnlour
lugi si.iodoi ualii.im pogivao iriugns pup a.ieda.id :Aluo.ioiopiluoD—sl.io&-d O
•ooiA3as loiluoo-AiTImb gopa jo sipsi.ialopipgo onbrull 6
..
•saldwrs Ruiumigo ao3 sivauiannboU •g
�+ suoiloadsui pup sisai i?unu.iojiad.io3 algtsuodsa.i Alriug •L
suoiloodsm pup sisal ioj upds aura so alnpagos ousil •g
•pannbai suoiloadsui pup sisal jo .iagwnN 'S
•spogiaui uoiloodsui pup lsai jo uoripouiluopl •.v
•spnpums olgpoilddp jo uoiipoUriuopl T
•uoiioadsui pup isoi jo uoiiduosaQ Z
-clip pup .iagwnu uoiloas uoiiuoUioodS I
:2uimolloj agi apnloui
pup uuoj ipingpi ui azedaid :Aluo iommuoD—suoiloadsul pup sisal 3o olnpagos •g
•Aiijoginp paziuSooai u
Aq Aouafp Ruiisoi oqi jo uoiloodsui uo liodoi luabai u 3o ui.ioj agi ui suoilpoTj-qunb
jo 3oo.id opnloul •oouauadxa pup satiiligpdpo nags alpusuoulap Ilpgs
aloe p ,aoupmssd �irluno„ ui paUroads saiouafp 3upsa, , :plpQ uorlpoggrno d
S'TV LLIW8IIS V*l
•Aoua2p Suilsai stamps aql urow llpgs A.ioipiogpl Surlsa,l,
•gioq io `suoiloadsui `sisal ogioads uuojiad of paipguo Aliluo ud :Aouai?V 2uilsol Q
•soldwt,S iou
we Xagl :uoilpiodo io `guiisai `uotipulpi000 uollorLUSuoo MainaI of pup `uoiinoaxa
pup slprialpw 3o sarirlpnb `paipoipur wa lm `pup sloajja otlaglsap aipzlsuow p of
`slpiiruigns aldwus .iapun aprw suoiloalas AJI.ian of posn a.ie sdn3looW •sImiol ui
A. pup sagsrug onnsnM of soilgwassp aldwpxQ juoisAgd `ozis-Ilnd :sdn3looW D
up '10 H INOO I I'Idfla
O9t,10 NOIJIDRS
go
uoijrjijTgpgag pun mpda�I onusiaS
i-OStI0 sxuEZ .ia;EM pajenalg uoIua2i Jo XJTD
•.ma uii?ug Aq pauziojiod S011TnTJoe
juauaaoiojua jmmuoo apntoui jou op sooiniaS •sivau.Tarinbai grim saTiduioo
uoilon.usuoo paialdwoo raglagnn ssossn of xioM agi jo uotlnoaxa.Tale pun wimp
suoiaon paiula.T pun `sompaooid `suopoadsuT `sjsaZ :sooinraS lonuoD-Xjgpnj •g
•sluauiarTnba.i qum sailduioo uopon4suoo pasodo.id vqi amsuo
pun saiouxougp pun sloaJap isuTnft, pieng of 3IroM agj jo uoilnooxo guimp pup
a.io3aq pauz.ojnd sampanoid pup `suoilor `sapTnijod :sooTAras aoue.mssV-Ajquno d
SNOI.LINL�I�Q £'I
•sluauiarinbar
uoiloodsuT pup Tsai ogToads ioj suopooS 9I g3norgi Z suoTSTAIG Z
uoTjeju=nooQ ssoigo.id uoilonilsuoD - OZ£IO uoiloaS I
:SUOTIoaS palelo-d D
•uoiInas STgj Jo suoTSTnoid
Aq pa)j u i you arp uoilotpsimf Suinng S0llUogjnn ro `iaumO `n=Su3 Aq
poiTnba.i saoTn.ias IoIIuoo-XITIrnb apino.id of join muoD joj sluaTwimbag £
•sluauiannbar lugwnooQ
InulauOD gjTM ooueilduioo olmilinnj jegj samp000.id Toquoo-Algnnb
s,.ioloprluoD 1Turg iou op suonoe paielai pup `suoiioadsuT `sisan pQUioadS Z
•sionpo.id pmpurls;o uoTionpoid.ianoo OSJU AM suoTloas as041
ui swowarinboN •soilTnuop osogi Ajinads wqi suoiloas agl uT pwjToods are
SoTITnTioe uoilonilsuoo lunpinipui ioj sivauiarTnbar Iorauoo-Aagenb ogioodS I
•s;uauTannbar luauinooQ 1ou4uoD g1TM aoungdwoo joj,iigigisuodsai
Jo roIoe.IUOD anaga.i;ou op sooinras asou •pmoipuT so paijinads sivauiannboi
glTm oouugduioo Ajuon of pannba.i are saDmAios 2uuoodsm pup SupsaZ •g
•Iorluoo Algenb pup aoupmssu
Algpnb .ioj swowgiinboi Ipmp000id pun anTlerlsTUnupe sapnlouT uoTlnaS STgs d
'Ulv IwIIS Z•i
•uoTloas sigj
of XIddr `suopooS uoproUioodS I uoTSTniQ .iaglo pup suoTlTpuoD Xxrivau.TalddnS
pup IerauoD Suipnloui `10euuo:) 941 Io suoTSTnoid Iunua2 pup sguinnerQ X
SINHWfIDOQ GRIVITH i•i
'TV'da I30 - I I'dVd
Z
ox.i.NOD x.I.Ilidna
Ost,IO NOI.LD3S
SECTION 01450
QUALITY CONTROL
5. Names of individuals making tests and inspections.
.. 6. Description of the Work and test and inspection method.
7. Identification of product and specification section.
8. Complete test or inspection data.
9. Test and inspection results and an interpretation of test results.
10. Ambient conditions at time of sample taking and testing and inspecting.
11. Comments or professional opinion on whether tested or inspected Work
complies with the Contract Document requirements.
"" 12. Name and signature of laboratory inspector.
13. Recommendations on retesting and reinspecting.
�r
D. Permits, Licenses, and Certificates: For Owner's records, submit copies of
permits, licenses, certifications, inspection reports, releases,jurisdictional
+" settlements, notices, receipts for fee payments,judgments, correspondence,
records, and similar documents, established for compliance with standards and
regulations bearing on performance of the Work.
1.5 QUALITY ASSURANCE
A. Fabricator Qualifications: A firm experienced in producing products similar to
those indicated for this Project and with a record of successful in-service
performance, as well as sufficient production capacity to produce required units.
B. Factory-Authorized Service Representative Qualifications: An authorized
representative of manufacturer who is trained and approved by manufacturer to
inspect installation of manufacturer's products that are similar in material, design,
and extent to those indicated for this Project.
.. C. Installer Qualifications: A firm or individual experienced in installing, erecting,
or assembling work similar in material, design, and extent to that indicated for
this Project, whose work has resulted in construction with a record of successful
• in-service performance.
D. Manufacturer Qualifications: A firm experienced in manufacturing products or
Aw systems similar to those indicated for this Project and with a record of successful
in-service performance.
E. Professional Engineer Qualifications: A professional engineer who is legally
qualified to practice in jurisdiction where Project is located and who is
City of Renton Elevated Water Tanks 01450-3
Seismic Repair and Rehabilitation
SECTION 01450
QUALITY CONTROL
experienced in providing engineering services of the kind indicated. Engineering
services are defined as those performed for installations of the system, assembly,
or product that are similar to those indicated for this Project in material, design,
and extent.
F. Specialists: Certain sections of the specifications require specific construction
activities be performed by entities who are recognized experts in those operations.
Specialists shall satisfy qualification requirements indicated and shall be engaged
for the activities indicated. Requirement for specialists shall not supersede
building codes and similar regulations governing the Work nor interfere with
local trade-union jurisdictional settlements and similar conventions.
G. Testing Agency Qualifications: An agency with experience and capability to
conduct testing and inspecting indicated, as documented by ASTM E 548, and
that specializes in types of tests and inspections to be performed.
H. Preconstruction Testing: Testing agency shall perform preconstruction testing for
compliance with specified requirements for performance and test methods.
1. Contractor responsibilities include the following:
a. Provide test specimens and assemblies representative of proposed
materials and construction. Provide sizes and configurations of
assemblies to adequately demonstrate capability of product to ++
comply with performance requirements.
b. Submit specimens in sufficient time for testing and analyzing V
results to prevent delaying the Work.
C. Fabricate and install test assemblies using installers who will ,
perform the same tasks for Project.
d. When testing is complete, remove assemblies; do not reuse
materials on Project.
2. Testing Agency Responsibilities: Submit a certified written report of each
test, inspection, and similar quality-assurance service to Engineer and
Owner with copy to Contractor. Interpret tests and inspections and state in
each report whether tested and inspected work complies with or deviates
from Contract Documents.
I. Mockups: Before installing portions of the Work requiring mockups, build
mockups for each form of construction and finish required to comply with the
following requirements, using materials indicated for the completed Work:
1. Build mockups in location and of size indicated or, if not indicated, as
directed by Engineer.
City of Renton Elevated Water Tanks 01450-4
Seismic Repair and Rehabilitation
SECTION 01450
QUALITY CONTROL
*No
2. Notify Engineer seven days in advance of dates and times when mockups
will be constructed.
VW
3. Demonstrate the proposed range of aesthetic effects and workmanship.
ow 4. Obtain Engineer's approval of mockups before starting work, fabrication,
or construction.
5. Maintain mockups during construction in an undisturbed condition as a
standard for judging completed Work.
6. Demolish and remove mockups when directed, unless otherwise indicated.
1.6 QUALITY CONTROL
A. Owner Responsibilities: Where quality-control services are indicated as Owner's
responsibility, Owner will engage a qualified testing agency to perform these
services.
1. Owner will furnish Contractor with names, addresses, and telephone
numbers of testing agencies engaged and a description of types of testing
'" and inspecting they are engaged to perform.
2. Payment for these services will be the responsibility of the Owner.
3. Costs for retesting and reinspecting construction that replaces or is
necessitated by work that failed to comply with Contract Documents will
be charged to Contractor.
B. Contractor Responsibilities: Unless otherwise indicated, provide quality-control
services specified and required by authorities having jurisdiction. Where services
are indicated as Contractor's responsibility, engage a qualified testing agency to
perform these quality-control services. Contractor shall not employ the same
entity engaged by Owner, unless agreed to in writing by Owner.
1. Notify testing agencies at least 24 hours in advance of time when Work
that requires testing or inspecting will be performed.
2. Where quality-control services are indicated as Contractor's responsibility,
�. submit a certified written report, in duplicate, of each quality-control
service.
.� 3. Testing and inspecting requested by Contractor and not required by
Contract Documents are Contractor's responsibility.
4. Submit additional copies of each written report directly to authorities
having jurisdiction, when they so direct.
,. City of Renton Elevated Water Tanks 01450-5
Seismic Repair and Rehabilitation
SECTION 01450 wrr
QUALITY CONTROL
C. Special Tests and Inspections: Owner will engage a testing agency to conduct
special tests and inspections required by authorities having jurisdiction as the
responsibility of Owner.
1. Testing agency will notify Engineer and Contractor promptly of
irregularities and deficiencies observed in the Work during performance of
its services.
2. Testing agency will submit a certified written report of each test,
inspection, and similar quality-control service to Engineer with copy to
Contractor and authorities having jurisdiction.
3. Testing agency will submit a final report of special tests and inspections at
Substantial Completion, which includes a list of unresolved deficiencies.
4. Testing agency will interpret tests and inspections and state in each report
whether tested and inspected work complies with or deviates from
Contract Documents.
5. Testing agency will retest and reinspect corrected work at Contractor's
expense. ,
D. Manufacturer's Field Services: Where indicated, engage a factory-authorized
service representative to inspect field-assembled components and equipment
installation, including service connections. Report results in writing.
E. Retesting/Reinspecting: Original tests or inspections that were Contractor's
responsibility, provide quality-control services, including retesting and
reinspecting, for construction that revised or replaced Work that failed to comply
with requirements established by Contract Documents.
F. Testing Agency Responsibilities: Cooperate with Engineer and Contractor in
performance of duties. Provide qualified personnel to perform required tests and
inspections.
1. Notify Engineer and Contractor promptly of irregularities or deficiencies
observed in the Work during performance of its services.
2. Interpret tests and inspections and state in each report whether tested and
inspected work complies with or deviates from requirements.
3. Submit a certified written report, in duplicate, of each test, inspection, and
similar quality-control service through Contractor.
4. Do not release, revoke, alter, or increase requirements of the Contract
Documents or approve or accept any portion of the Work.
City of Renton Elevated Water Tanks 01450-6
06
Seismic Repair and Rehabilitation
C '�
SECTION 01450
QUALITY CONTROL
p.
5. Do not perform any duties of Contractor.
• G. Associated Services: Cooperate with agencies performing required tests,
inspections, and similar quality-control services, and provide reasonable auxiliary
services as requested. Notify agency sufficiently in advance of operations to
rW permit assignment of personnel. Provide the following:
1. Access to the Work.
2. Incidental labor and facilities necessary to facilitate tests and inspections.
3. Adequate quantities of representative samples of materials that require
testing and inspecting. Assist agency in obtaining samples.
4. Facilities for storage and field-curing of test samples.
5. Delivery of samples to testing agencies.
6. Preliminary design mix proposed for use for material mixes that require
control by testing agency.
7. Security and protection for samples and for testing and inspecting
equipment at Project site.
H. Coordination: Coordinate sequence of activities to accommodate required
quality-assurance and quality-control services with minimum delay and to avoid
necessity of removing and replacing construction to accommodate testing and
inspecting.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1 REPAIR AND PROTECTION
A. General: On completion of testing, inspecting, sample taking, and similar
services, repair damaged construction and restore substrates and finishes.
1. Provide materials and comply with installation requirements specified in
other sections of these specifications. Restore patched areas and extend
restoration into adjoining areas in a manner that eliminates evidence of
patching.
B. Protect construction exposed by or for quality-control service activities.
City of Renton Elevated Water Tanks 01450-7
Seismic Repair and Rehabilitation
SECTION 01450
QUALITY CONTROL
C. Repair and protection are Contractor's responsibility, regardless of assignment of
responsibility for quality-control services.
END OF SECTION
City of Renton Elevated Water Tanks 01450-8
Seismic Repair and Rehabilitation
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. This Section includes requirements for temporary facilities and controls, including
temporary utilities, support facilities, and security and protection facilities.
B. Temporary utilities include, but are not limited to, the following:
1. Sewers and drainage.
ow 2. Water service and distribution.
3. Sanitary facilities, including toilets, wash facilities, and drinking-water
sm facilities.
4. Heating and cooling facilities.
5. Ventilation.
w. 6. Electric power service.
7. Lighting.
8. Telephone service.
C. Support facilities include, but are not limited to, the following:
1. Temporary roads and paving.
Aw 2. Dewatering facilities and drains.
3. Project identification and temporary signs.
4. Waste disposal facilities.
Aw 5. Field offices.
6. Storage and fabrication sheds.
7. Lifts and hoists.
City of Renton Elevated Water Tanks 01500-1
Seismic Repair and Rehabilitation
..
SECTION 01500 `
TEMPORARY FACILITIES AND CONTROLS
8. Temporary elevator usage.
9. Temporary stairs.
10. Construction aids and miscellaneous services and facilities.
D. Security and protection facilities include, but are not limited to, the following:
1. Environmental protection.
2. Stormwater control.
3. Tree and plant protection.
4. Pest control.
5. Site enclosure fence.
6. Security enclosure and lockup.
7. Barricades, warning signs, and lights.
8. Covered walkways.
9. Temporary enclosures.
10. Temporary partitions.
11. Fire protection.
E. Related Sections:
1. Section 01330 - Submittal Procedures
2. Section 01700 - Execution Requirements
1.3 USE CHARGES r
A. General: Cost or use charges for temporary facilities are not chargeable to Owner
or Engineer and shall be included in the Contract Sum Allow other entities to use
temporary services and facilities without cost, including, but not limited to, the
following:
1. Owner's construction forces.
2. Telecommunication contractors.
3. Engineer.
City of Renton Elevated Water Tanks 01500-2
Seismic Repair and Rehabilitation
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
4. Testing agencies.
ow 5. Personnel of authorities having jurisdiction.
B. Water Service: Water is available from a fire hydrant onsite. Contractor must
O. secure a City of Renton hydrant meter to use this water. A deposit is required for
the meter.
., C. A minimum amount of power is available onsite for use of small power tools at
no charge to Contractor. Power requirements beyond what is available onsite is
the responsibility of the contractor. Power for dehumidification equipment,
,. heating equipment and other high power consumptive equipment is the
responsibility of the Contractor.
1.4 QUALITY ASSURANCE
A. Standards: Comply with ANSI A10.6, NECA's "Temporary Electrical
Facilities".
1. Trade Jurisdictions: Assigned responsibilities for installation and
operation of temporary utilities are not intended to interfere with trade
regulations and union jurisdictions.
low 2. Electric Service: Comply with NECA, NEMA, and UL standards and
regulations for temporary electric service. Install service to comply with
NFPA 70.
B. Tests and Inspections: Arrange for authorities having jurisdiction to test and
inspect each temporary utility before use. Obtain required certifications and
ANN permits.
PART 2 - PRODUCTS
2.1 MATERIALS
A. General: Provide new materials. Undamaged, previously used materials in
" serviceable condition may be used if approved by Engineer. Provide materials
suitable for use intended.
B. Portable Chain-Link Fencing: Minimum 2-inch, 9-gage, galvanized steel, chain-
link fabric fencing; minimum 6-feet high with galvanized steel pipe posts;
minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD corner and pull posts,
with 1-5/8-inch- OD top and bottom rails. Provide concrete bases for supporting
posts.
C. Water: Potable.
City of Renton Elevated Water Tanks 01500-3
Seismic Repair and Rehabilitation
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
2.2 EQUIPMENT
A. General: Provide equipment suitable for use intended.
B. Field Offices: Prefabricated or Mobile units with lockable entrances, operable
windows, and serviceable finishes; heated and air conditioned; on foundations
adequate for normal loading.
C. Fire Extinguishers: Hand carried, portable, UL rated. Provide class and
extinguishing agent as indicated or a combination of extinguishers of NFPA-
recommended classes for exposures. Comply with NFPA 10 and NFPA 241 for
classification, extinguishing agent, and size required by location and class of fire
exposure.
D. Self-Contained Toilet Units: Single-occupant units of chemical, aerated to
recirculation, or combustion type; vented; fully enclosed with a glass-fiber-
reinforced polyester shell or similar nonabsorbent material.
E. Drinking-Water Fixtures: Containerized, tap-dispenser, bottled-water drinking-
water units, including paper cup supply.
'rr
F. Electrical Outlets: Properly configured, NEMA-polarized outlets to prevent
insertion of 110- to 120-V plugs into higher-voltage outlets; equipped with
ground-fault circuit interrupters, reset button, and pilot light.
G. Power Distribution System Circuits: Where permitted and overhead and exposed
for surveillance, wiring circuits, not exceeding 125-V ac, 20-A rating, and
lighting circuits may be nonmetallic sheathed cable.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. Locate facilities where they will serve Project adequately and result in minimum
interference with performance of the Work. Relocate and modify facilities as
required.
B. Provide each facility ready for use when needed to avoid delay. Maintain and
modify as required. Do not remove until facilities are no longer needed or are
replaced by authorized use of completed permanent facilities.
3.2 TEMPORARY UTILITY INSTALLATION 4i
A. General: Engage appropriate local utility company to install temporary service or
connect to existing ervice. Where utility co
g y mpany provides only part of the
City of Renton Elevated Water Tanks
01500-4
Seismic Repair and Rehabilitation
M.W SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
WM
service, provide the remainder with matching, compatible materials and
equipment. Comply with utility company recommendations.
1W
1. Arrange with utility company, Owner, and existing users for time when
service can be interrupted, if necessary, to make connections for
temporary services.
2. Provide adequate capacity at each stage of construction. Before temporary
.� utility is available, provide trucked-in services.
3. Obtain easements to bring temporary utilities to Project site where
. Owner's easements cannot be used for that purpose.
B. Sewers and Drainage: If sewers are available, provide temporary connections to
remove effluent that can be discharged lawfully. If sewers are not available or
cannot be used, provide drainage ditches, dry wells, stabilization ponds, and
similar facilities. If neither sewers nor drainage facilities can be lawfully used for
discharge of effluent, provide containers to remove and dispose of effluent off-site
in a lawful manner.
1. Filter out excessive soil, construction debris, chemicals, oils, and similar
contaminants that might clog sewers or pollute waterways before
discharge.
2. Connect temporary sewers to municipal system as directed by sewer
department officials.
3. Maintain temporary sewers and drainage facilities in a clean, sanitary
condition. After heavy use, restore normal conditions promptly.
C. Water Service: Water is available from a fire hydrant onsite. Contractor must
secure a City of Renton hydrant meter to use this water. A deposit is required for
the meter.
1. Provide hoses as necessary to serve Project site.
A" D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking-water
fixtures. Comply with regulations and health codes for type, number, location,
operation, and maintenance of fixtures and facilities.
1. Disposable Supplies: Provide toilet tissue, paper towels, paper cups, and
similar disposable materials for each facility. Maintain adequate supply.
"r Provide covered waste containers for disposal of used material.
2. Toilets: Install self-contained toilet units. Shield toilets to ensure privacy.
City of Renton Elevated Water Tanks 01500-5
Seismic Repair and Rehabilitation
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
r�r
3. Wash Facilities: Install wash facilities supplied with potable water at
convenient locations for personnel who handle materials that require wash
up. Dispose of drainage properly. Supply cleaning compounds "
appropriate for each type of material handled.
E. Lighting: Provide temporary lighting with local switching that provides adequate
illumination for construction operations and security.
1. Install and operate temporary lighting that fulfills security and protection to
requirements without operating entire system.
F. Telephone Service:
1. In field office, post a list of important telephone numbers:
rrr
a. Police and fire departments.
b. Ambulance service. ft
C. Contractor's home office.
d. Engineer's office.
e. Engineers' offices. 4W
f. Owner's office.
g. Principal subcontractors' field and home offices.
2. Provide a portable cellular telephone for superintendent's use in making
and receiving telephone calls. Provide number to Owner and Engineer. `
3.3 SUPPORT FACILITIES INSTALLATION
V6
A. General: Comply with the following:
1. Locate field offices, storage sheds, sanitary facilities, and other temporary
construction and support facilities for easy access.
3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION wti
A. Environmental Protection: Provide protection, operate temporary facilities, and
conduct construction in ways and by methods that comply with environmental
regulations and that minimize possible air, waterway, and subsoil contamination
or pollution or other undesirable effects. Avoid using tools and equipment that
produce harmful noise. Restrict use of noisemaking tools and equipment to hours
that will minimize complaints from persons or firms near Project site.
City of Renton Elevated Water Tanks 01500-6
Seismic Repair and Rehabilitation
.�• SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
B. Tree and Plant Protection: Install temporary fencing located as indicated or
outside the drip line of trees to protect vegetation from construction damage.
�. Protect tree root systems from damage, flooding, and erosion.
C. Security Enclosure and Lockup: Install substantial temporary enclosure around
., partially completed areas of construction. Provide lockable entrances to prevent
unauthorized entrance, vandalism, theft, and similar violations of security.
D. Temporary Fire Protection: Until fire-protection needs are supplied by permanent
facilities, install and maintain temporary fire-protection facilities of types needed
to protect against reasonably predictable and controllable fire losses. Comply
with NFPA 241.
1. Provide fire extinguishers, installed on walls on mounting brackets, visible
and accessible from space being served, with sign mounted above.
a. Field Offices: Class A stored-pressure water-type extinguishers.
b. Other Locations: Class ABC dry-chemical extinguishers or a
combination of extinguishers of NFPA-recommended classes for
pow exposures.
C. Locate fire extinguishers where convenient and effective for their
intended purpose.
2. Store combustible materials in containers in fire-safe locations.
3. Maintain unobstructed access to fire extinguishers, fire hydrants,
temporary fire-protection facilities, stairways, and other access routes for
firefighting. Prohibit smoking in hazardous fire-exposure areas.
4. Supervise welding operations, combustion-type temporary heating units,
and similar sources of fire ignition.
5. Develop and supervise an overall fire-prevention and first-aid fire-
protection program for personnel at Project site. Review needs with local
fire department and establish procedures to be followed. Instruct
personnel in methods and procedures. Post warnings and information.
3.5 OPERATION, TERMINATION, AND REMOVAL
A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize
waste and abuse, limit availability of temporary facilities to essential and intended
uses.
•� B. Maintenance: Maintain facilities in good operating condition until removal.
Protect from damage caused by freezing temperatures and similar elements.
. City of Renton Elevated Water Tanks 01500-7
Seismic Repair and Rehabilitation
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
1. Maintain operation of temporary enclosures, heating, cooling, humidity
control, ventilation, and similar facilities on a 24-hour basis where
required to achieve indicated results and to avoid possibility of damage.
2. Prevent water-filled piping from freezing. Maintain markers for
underground lines. Protect from damage during excavation operations.
C. Termination and Removal: Remove each temporary facility when need for its
service has ended, no later than Substantial Completion. Complete or, if
necessary, restore permanent construction that may have been delayed because of
interference with temporary facility. Repair damaged Work, clean exposed
surfaces, and replace construction that cannot be satisfactorily repaired.
+wr
END OF SECTION
rr
City of Renton Elevated Water Tanks 01500-8
Seismic Repair and Rehabilitation
�.. SECTION 01600
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
low
A. Drawings and general provisions of the Contract, including General and
Aw Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 SUMMARY
WK
A. This Section includes the following administrative and procedural requirements:
selection of products for use in Project; product delivery, storage, and handling;
manufacturers' standard warranties on products; special warranties; product
substitutions; and comparable products.
`"' B. Related Sections include the following:
1. Section 01420 - References
low
2. Section 01770 - Closeout Procedures
Ow 3. Divisions 2 through 16 for specific requirements for warranties on
products and installations specified to be warranted.
1.3 DEFINITIONS
A. Products: Items purchased for incorporating into the Work, whether purchased
for Project or taken from previously purchased stock. The term"product"
includes the terms "material,""equipment,""system," and terms of similar intent.
1. Named Products: Items identified by manufacturer's product name,
including make or model number or other designation, shown or listed in
manufacturer's published product literature that is current as of date of the
Contract Documents.
2. New Products: Items that have not previously been incorporated into
another project or facility. Products salvaged or recycled from other
"" projects are not considered new products.
3. Comparable Product: Product that is demonstrated and approved through
am submittal process, or where indicated as a product substitution, to have
indicated qualities related to type, function, dimension, in-service
performance, physical properties, appearance, and other characteristics
low that equal or exceed those of specified product.
B. Substitutions: Changes in products, materials, equipment, and methods of
,., construction from those required by the Contract Documents and proposed by
Contractor.
�- City of Renton Elevated Water Tanks 01600-1
Seismic Repair and Rehabilitation
SECTION 01600
PRODUCT REQUIREMENTS
C. Manufacturer's Warranty: Preprinted written warranty published by individual
manufacturer for a particular product and endorsed specifically by manufacturer
to Owner. 4
D. Special Warranty: Written warranty required by or incorporated into Contract
Documents, either to extend time limit provided by manufacturer's warranty or ft
provide more rights for Owner.
1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING gin►
A. Deliver, store, and handle products using means and methods that prevent
damage, deterioration, and loss, including theft. Comply with manufacturer's us
written instructions.
1. Schedule delivery to minimize long-term storage at Project site and + ►
prevent overcrowding of construction spaces.
2. Coordinate delivery with installation time to ensure minimum holding
time for items that are flammable, hazardous, easily damaged, or sensitive
to deterioration, theft, and other losses.
3. Deliver products to Project site in an undamaged condition in
manufacturer's original sealed container or other packaging system,
complete with labels and instructions for handling, storing, unpacking, .
protecting, and installing.
4. Inspect products on delivery to ensure compliance with Contract
Documents and that products are undamaged and protected properly.
5. Store products to allow for inspection and measurement of quantity or
counting of units.
6. Store materials in a manner that will not endanger Project structure.
7. Store products that are subject to damage by the elements, under cover in a
weathertight enclosure above ground, with ventilation adequate to prevent
condensation.
8. Comply with product manufacturer's written instructions for temperature,
humidity, ventilation, and weather-protection requirements for storage.
9. Protect stored products from damage.
1.5 PRODUCT WARRANTIES
A. Warranties specified in other Sections shall be in addition to and run concurrent
with other warranties required by the Contract Documents. Manufacturer's
City of Renton Elevated Water Tanks 01600-2
Seismic Repair and Rehabilitation
low SECTION 01600
PRODUCT REQUIREMENTS
,..
disclaimers and limitations on product warranties do not relieve Contractor of
obligations under requirements of the Contract Documents.
'AM
B. Special Warranties: Prepare a written document that contains appropriate terms
and identification ready for execution. Submit a draft for approval before final
r execution.
1. Manufacturer's Standard Form: Modified to include Project-specific
information and executed properly.
2. Refer to Divisions 2 through 16 Sections for specific content requirements
and particular requirements for submitting special warranties.
C. Submittal Time: Comply with requirements in Section 01770.
�.. PART 2 - PRODUCTS
2.1 PRODUCT OPTIONS
�.
A. General Product Requirements: Provide products that comply with the Contract
Documents, are undamaged, and unless otherwise indicated, are new at time of
AM installation.
1. Provide products complete with accessories, trim, finish, fasteners, and
other items needed for a complete installation and indicated use and effect.
2. Standard Products: If available and unless custom products or
nonstandard options are specified, provide standard products of types that
have been produced and used successfully in similar situations on other
projects.
' 3. Owner reserves the right to limit selection to products with warranties not
in conflict with requirements of the Contract Documents.
4. Where products are accompanied by the term"as selected," Engineer will
make selection.
�- 5. Where products are accompanied by the term"match sample," sample to
be matched is Engineer's.
,., 6. Descriptive, performance, and reference standard requirements in the
Specifications establish"salient characteristics" of products.
law B. Product Selection Procedures: Procedures for product selection include the
following:
City of Renton Elevated Water Tanks 01600-3
Seismic Repair and Rehabilitation
r.
SECTION 01600
PRODUCT REQUIREMENTS
1. Product: Where Specification paragraphs or subparagraphs titled
"Product" name a single product and manufacturer, provide the product
named. Substitutions may be considered, unless otherwise indicated. 40
2. Manufacturer/Source: Where Specification paragraphs or subparagraphs
titled"Manufacturer"or"Source" name single manufacturers or sources, 0^
provide a product by the manufacturer or from source named that
complies with requirements. Substitutions may be considered, unless
otherwise indicated. rrn
3. Products: Where Specification paragraphs or subparagraphs titled
"Products" introduce a list of names of both products and manufacturers,
provide one of the products listed that complies with requirements.
Substitutions may be considered, unless otherwise indicated.
wr
4. Manufacturers: Where Specification paragraphs or subparagraphs titled
"Manufacturers" introduce a list of manufacturers' names, provide a
product by one of the manufacturers listed that complies with to
requirements. Substitutions may be considered unless otherwise indicated.
5. Available Products: Where Specification paragraphs or subparagraphs
titled"Available Products"introduce a list of names of both products and
manufacturers, provide one of the products listed or another product that
complies with requirements. Comply with provisions in"Comparable war►
Products" article to obtain approval for use of an unnamed product.
6. Available Manufacturers: Where Specification paragraphs or
subparagraphs titled "Available Manufacturers" introduce a list of
manufacturers' names, provide a product by one of the manufacturers
listed or another manufacturer that complies with requirements. Comply 40
with provisions in "Comparable Products" article to obtain approval for
use of an unnamed product.
7. Product Options: Where Specification paragraphs titled"Product ab
Options" indicate that size, profiles, and dimensional requirements on
Drawings are based on a specific product or system, provide either the rr
specific product or system indicated or a comparable product or system by
another manufacturer. Comply with provisions in"Product Substitutions".
2.2 PRODUCT SUBSTITUTIONS
A. Timing: Engineer will consider requests for substitution if received prior to the
Notice of Award. Requests received after that time may be considered or rejected
at discretion of Engineer.
B. Conditions: Engineer will consider Contractor's request for substitution when the
following conditions are satisfied. If the following conditions are not satisfied,
City f Renton Elevated Water T _
y Tanks 01600 4
Seismic Repair and Rehabilitation
-• SECTION 01600
PRODUCT REQUIREMENTS
Engineer will return requests without action, except to record noncompliance with
these requirements:
1. Requested substitution offers Owner a substantial advantage in cost,time,
energy conservation, or other considerations after deducting additional
responsibilities Owner must assume. Owner's additional responsibilities
may include compensation to Engineer for redesign and evaluation
services, increased cost of other construction by Owner, and similar
considerations.
2. Requested substitution does not require extensive revisions to the Contract
Documents.
3. Requested substitution is consistent with Contract Documents and will
produce indicated results.
.W
4. Substitution request is fully documented and submitted properly.
5. Requested substitution will not adversely affect Contractor's Schedule.
6. Requested substitution has received necessary approvals of authorities
having jurisdiction.
7. Requested substitution is compatible and has been coordinated with other
portions of the Work.
o.
8. Requested substitution provides specified warranty.
404 9. Requested substitution has been coordinated with other portions of the
Work, is uniform and consistent, is compatible with other products, and is
acceptable to all parties involved.
2.3 COMPARABLE PRODUCTS
A. Where products or manufacturers are specified by name, submit the following, in
addition to other required submittals, to obtain approval of an unnamed product:
1. Evidence that proposed product does not require extensive revisions to the
�. Contract Documents, is consistent with the Contract Documents and will
produce the indicated results, and is compatible with other portions of the
Work.
low
2. Detailed comparison of significant qualities of proposed product with
those named in the Specifications. Significant qualities include attributes,
such as performance, weight, size, durability, visual effect, and specific
features and requirements indicated.
3. Evidence that proposed product provides specified warranty.
City of Renton Elevated Water Tanks 01600-5
Seismic Repair and Rehabilitation
SECTION 01600
PRODUCT REQUIREMENTS
rw
4. List of similar installations for completed projects with project names and
addresses and names and addresses of engineers and owners, if requested.
PART 3 - EXECUTION(Not Used)
END OF SECTION
City f Renton Elevated Water Tanks -
Y 01600 6
Seismic Repair and Rehabilitation
Advancement
con o,,
Technology Technology logy
REQUEST
(After the Bidding Phase)
Project: Substitution Request Number:
From:
To: Date:
A/E Project Number:
Re: Contract For:
w
Specification Title: Description:
+ Section: Page: Article/Paragraph:
Proposed Substitution:
arr
Manufacturer: Address: Phone:
Trade Name: Model No.:
aw Installer: Address: Phone:
History: ❑New product ❑ 2-5 years old ❑5-10 yrs old ❑More than 10 years old
AW
Differences between proposed substitution and specified product:
❑Point-by-point comparative data attached-REQUIRED BY A/E
400
Reason for not providing specified item:
+rr
Similar Installation:
Project: A/E:
Address: Owner:
Date Installed:
Am Proposed substitution affects other parts of Work: ❑No ❑Yes;explain
r
Savings to Owner for accepting substitution:
s Proposed substitution changes Contract Time: ❑No []Yes [Add] [Deduct] days.
Supporting Data Attached: ❑Drawings ❑Product Data
❑Samples ❑Tests El Reports ❑
Copyright 1996,Construction Specification Institute, Page of September 1996
601 Madison Street,Alexandria,VA 22314-1791 CSI Form 13.1A
r
.0
SUBSTITUTION
AM REQUEST
(Continued)
The Undersigned certifies:
,.� • Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product.
• Same warranty will be furnished for proposed substitution as for specified product.
• Same maintenance service and source of replacement parts,as applicable,is available.
• Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule.
Aw • Cost data as stated above is complete. Claims for additional costs related to accepted substitution which may subsequently become
apparent are to be waived.
• Proposed substitution does not affect dimensions and functional clearances.
Im • Payment will be made for changes to building design, including A/E design, detailing, and construction costs caused by the
substitution.
• Coordination,installation,and changes in the Work as necessary for accepted substitution will be complete in all respects.
Submitted by:
aw
Signed by:
Firm:
..r
Address:
dw Telephone:
Attachments:
r
A/E's REVIEW AND ACTION
❑Substitution approved-Make submittals in accordance with Specification Section 01330.
❑Substitution approved as noted-Make submittals in accordance with Specification Section 01330.
... ❑Substitution rejected-Use specified materials.
❑Substitution Request received too late-Use specified materials.
Signed by: Date:
Additional Comments: ❑Contractor ❑Subcontractor ❑Supplier ❑Manufacturer ❑A/E ❑
.r
low
'WW
Copyright 1996,Construction Specification Institute, Page of September 1996
601 Madison Street,Alexandria,VA 22314-1791 CSI Form 13.1A
SECTION 01700
EXECUTION REQUIREMENTS
PART 1 - GENERAL
, 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. This Section includes general procedural requirements governing execution of the
Work including, but not limited to, the following:
1. Construction layout.
2. Field engineering and surveying.
3. General installation of products.
.. 4. Coordination of Owner-installed products.
5. Progress cleaning.
6. Starting and adjusting.
7. Protection of installed construction.
8. Correction of the Work.
m.
B. Related Sections:
1. Section 01310 - Project Management and Coordination
a" 2. Section 01330 - Submittal Procedures
3. Section 01450 - Quality Control
4. Section 01770 - Closeout Procedures
1.3 SUBMITTALS
A. Qualification Data: For land surveyor to demonstrate their capabilities and
experience. Include lists of completed projects with project names and addresses,
names and addresses of engineers and owners, and other information specified.
B. Certificates: Submit certificate signed by land surveyor certifying that location
rw and elevation of improvements comply with requirements.
C. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to
accept hazardous materials, for hazardous waste disposal. See Section 09900 for
disposal of hazardous waste generated by paint removal operations.
°" City of Renton Elevated Water Tanks 01700-1
Seismic Repair and Rehabilitation
SECTION 01700
EXECUTION REQUIREMENTS
D. Certified Surveys: Submit two hard copies signed by land surveyor. Submit one
electronic copy.
E. Final Property Survey: Submit three copies showing the Work performed and
record survey data.
1.4 QUALITY ASSURANCE
A. Land Surveyor Qualifications: A professional land surveyor who is legally
qualified to practice in jurisdiction where Project is located and who is
experienced in providing land-surveying services of the kind indicated.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1 EXAMINATION
A. Existing Conditions: The existence and location t on of site improvements, utilities,
and other construction indicated as existing are not guaranteed. Before beginning
work, investigate and verify the existence and location of mechanical and
electrical systems and other construction affecting the Work. Before construction,
verify the location and points of connection of utility services.
B. Existing Utilities: The existence and location of underground and other utilities m
and construction indicated as existing are not guaranteed. Before beginning
sitework, investigate and verify the existence and location of underground utilities VA
and other construction affecting the Work.
1. Before construction, verify the location and invert elevation at points of
connection of sanitary sewer, storm sewer, and water-service i in and
P P g�
underground electrical services.
2. Furnish location data for work related to Project that must be performed `
by public utilities serving Project site.
C. Acceptance of Conditions: Examine substrates, areas, and conditions, with
installer or applicator present where indicated, for compliance with requirements
for installation tolerances and other conditions affecting performance. Record
observations.
1. Written Report: Where a written report listing conditions detrimental to
performance of the Work is required by other sections, include the
following:
a. Description of the Work. "
City of Renton Elevated Water Tanks
01700-2
Seismic Repair and Rehabilitation
aw SECTION 01700
EXECUTION REQUIREMENTS
1W
b. List of detrimental conditions, including substrates.
Irm C. List of unacceptable installation tolerances.
d. Recommended corrections.
WM
2. Proceed with installation only after unsatisfactory conditions have been
corrected. Proceeding with the Work indicates acceptance of surfaces and
vim conditions.
3.2 PREPARATION
"w A. Existing Utility Information: Furnish information to Owner that is necessary to
adjust, move, or relocate existing utility structures, utility poles, lines, services, or
other utility appurtenances located in or affected by construction. Coordinate
with authorities having jurisdiction.
B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied
N" by Owner or others unless permitted under the following conditions and then only
after arranging to provide temporary utility services according to requirements
AW
indicated:
1. Notify Owner not less than fourteen (14) days in advance of proposed
utility interruptions.
..
2. Do not proceed with utility interruptions without Owner's written
permission.
C. Field Measurements: Take field measurements as required to fit the Work
properly. Recheck measurements before installing each product. Where portions
of the Work are indicated to fit to other construction, verify dimensions of other
construction by field measurements before fabrication. Coordinate fabrication
schedule with construction progress to avoid delaying the Work.
D. Space Requirements: Verify space requirements and dimensions of items shown
diagrammatically on Drawings.
E. Review of Contract Documents and Field Conditions: Immediately on discovery
of the need for clarification of the Contract Documents, submit a request for
information to Engineer. Include a detailed description of problem encountered,
together with recommendations for changing the Contract Documents.
3.3 CONSTRUCTION LAYOUT
A. Verification: Before proceeding to lay out the Work, verify layout information
shown on Drawings, in relation to the property survey and existing benchmarks.
If discrepancies are discovered, notify Engineer promptly.,
City of Renton Elevated Water Tanks 01700-3
Seismic Repair and Rehabilitation
SECTION 01700
EXECUTION REQUIREMENTS
B. General: Engage a land surveyor to lay out the Work using accepted surveying
practices.
1. Establish benchmarks and control points to set lines and levels as needed
to locate each element of Project.
2. Establish dimensions within tolerances indicated. Do not scale drawings
to obtain required dimensions.
3. Inform installers of lines and levels to which they must comply.
4. Check the location, level and plumb, of every major element as the Work
progresses.
5. Notify Engineer when deviations from required lines and levels exceed
allowable tolerances.
6. Close site surveys with an error of closure equal to or less than the
standard established by authorities having jurisdiction.
C. Record Log: Maintain a log of layout control work. Record deviations from
required lines and levels. Include beginning and ending dates and times of
surveys, weather conditions, name and duty of each survey party member, and
types of instruments and tapes used. Make the log available for reference by
Engineer.
3.4 INSTALLATION
A. General: Locate the Work and components of the Work accurately, in correct
alignment and elevation, as indicated.
1. Make vertical work plumb and make horizontal work level.
2. Where space is limited, install components to maximize space available '
for maintenance and ease of removal for replacement.
B. Comply with manufacturer's written instructions and recommendations for
installing products in applications indicated.
C. Install products at the time and under conditions that will ensure the best possible
results. Maintain conditions required for product performance until substantial
completion.
D. Conduct construction operations so no part of the Work is subjected to damaging
operations or loading in excess of that expected during normal conditions of
occupancy. +ice
City of Renton Elevated Water Tanks 01700-4
Seismic Repair and Rehabilitation
.. SECTION 01700
EXECUTION REQUIREMENTS
E. Tools and Equipment: Do not use tools or equipment that produce harmful noise
levels.
lo" F. Anchors and Fasteners: Provide anchors and fasteners as required to anchor each
component securely in place, accurately located and aligned with other portions of
the Work.
4W
1. Mounting Heights: Where mounting heights are not indicated, mount
components at heights directed by Engineer.
AM
2. Allow for structure movement, including thermal expansion and
contraction.
G. Hazardous Materials: Use products, cleaners, and installation materials that are
not considered hazardous. Use only products approved by NSF for potable water
Aw contact in areas to come in contact with potable water.
3.5 OWNER-INSTALLED PRODUCTS
A. Site Access: Provide access to Project site for Owner's operations staff.
«.► B. Coordination: Coordinate construction and operations of the Work with work
performed by Owner's operations staff.
.• 3.6 PROTECTION OF INSTALLED CONSTRUCTION
A. Provide final protection and maintain conditions that ensure installed Work is
without damage or deterioration at time of Substantial Completion.
B. Comply with manufacturer's written instructions for temperature and relative
humidity.
3.7 CORRECTION OF THE WORK
A. Restore permanent facilities used during construction to their specified condition.
B. Repair components that do not operate as specified. Remove and replace
operating components that cannot be repaired.
END OF SECTION
4- City of Renton Elevated Water Tanks 01700-5
Seismic Repair and Rehabilitation
No
Advancement
o/Constructfoo
Technology
REQUEST FOR
INTERPRETATION
Project: R.F.I.Number:
From:
To: Date:
A/E Project Number:
ar. Re: Contract For:
Specification Section: Paragraph: Drawing Reference: Detail:
r
Request:
+r
r
.r. Signed by: Date:
Response:
atr
rww
❑Attachments
law
Response From: To: Date Rec'd: Date Ret'd:
Signed by: Date:
am Copies: ❑Owner ❑Consultants ❑ ❑ ❑ ❑ ❑File
Copyright 1994,Construction Specifications Institute, Page of July 1994
601 Madison Street,Alexandria,VA 22314-1791 CSI Form 13.2A
r.
-00 Section 01770
CLOSEOUT PROCEDURES
�. PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for contract
closeout, including, but not limited to, the following:
1. Inspection procedures.
' 2. Project Record Documents.
3. Operation and maintenance manuals.
4. Warranties.
S. Instruction of Owner's personnel.
6. Final cleaning.
B. Related Sections:
1. Section 01320 - Construction Progress Documentation
2. Section 01700 - Execution Requirements
3. Section 01781 - Project Record Documents
1.3 SUBSTANTIAL COMPLETION
A. Preliminary Procedures: Before requesting inspection for determining date of
Substantial Completion, complete the following. List items below that are
incomplete in request.
°-� 1. Prepare a list of items to be completed and corrected (punch list), the value
of items on the list, and reasons why the Work is not complete.
2. Advise Owner of pending insurance changeover requirements.
3. Submit specific warranties, workmanship bonds, maintenance service
`M agreements, final certifications, and similar documents.
City of Renton Elevated Water Tanks 01770-1
Seismic Repair and Rehabilitation
Section
01770
CLOSEOUT PROCEDURES
4. Obtain and submit releases permitting Owner unrestricted use of the Work
and access to services and utilities. Include occupancy permits, operating
certificates, and similar releases.
5. Prepare and submit Project Record Documents, operation and
maintenance manuals, Final Completion construction photographs,
damage or settlement surveys, property surveys, and similar final record
information.
6. Deliver tools, spare parts, extra materials, and similar items to location
designated by Owner. Label with manufacturer's name and model
number where applicable.
7. Terminate and remove temporary facilities from Project site, along with
mockups, construction tools, and similar elements.
8. Complete final cleaning requirements, including touchup painting.
B. Inspection: Submit a written request for inspection for Substantial Completion.
On receipt of request, Engineer will either proceed with inspection or notify
Contractor of unfulfilled requirements. Engineer will prepare the Certificate of
Substantial Completion after inspection or will notify Contractor of items, either
on Contractor's list or additional items identified by Engineer, that must be
completed or corrected before certificate will be issued. "
1. Reinspection: Request reinspection when the Work identified in previous
inspections as incomplete is completed or corrected.
2. Results of completed inspection will form the basis of requirements for
Final Completion. IN
1.4 FINAL COMPLETION
wo
A. Preliminary Procedures: Before requesting final inspection for determining date
of Final Completion, complete the following:
1. Submit a final Application for Payment according to Division 1 Section
I
01290 "Payment Procedures."
2. Submit certified copy of Engineer's Substantial Completion inspection list
of items to be completed or corrected (punch list), endorsed and dated by
Engineer. The certified copy of the list shall state that each item has been
completed or otherwise resolved for acceptance.
3. Submit evidence of final, continuing insurance coverage complying with
insurance requirements.
City of Renton Elevated Water Tanks 01770-2
Seismic Repair and Rehabilitation
.. Section 01770
CLOSEOUT PROCEDURES
4. Instruct Owner's personnel in operation, adjustment, and maintenance of
products, equipment, and systems.
B. Inspection: Submit a written request for final inspection for acceptance. On
receipt of request, Engineer will either proceed with inspection or notify
Contractor of unfulfilled requirements. Engineer will prepare a final Certificate
for Payment after inspection or will notify Contractor of construction that must be
completed or corrected before certificate will be issued.
1. Reinspection: Request reinspection when the Work identified in previous
inspections as incomplete is completed or corrected.
1.5 WARRANTIES
A. Submittal Time: Submit written warranties on request of Engineer for designated
�. portions of the Work where commencement of warranties other than date of
Substantial Completion is indicated.
"` B. Organize warranty documents into an orderly sequence based on the table of
contents of the Project Manual.
Am 1. Bind warranties and bonds in heavy-duty, 3-ring, vinyl-covered, loose-leaf
binders, thickness as necessary to accommodate contents, and sized to
receive 81/2 by 11 inch paper.
2. Provide heavy paper dividers with plastic-covered tabs for each separate
warranty. Mark tab to identify the product or installation. Provide a typed
description of the product or installation, including the name of the
product and the name, address, and telephone number of Installer.
3. Identify each binder on the front and spine with the typed or printed title
"WARRANTIES," Project name, and name of Contractor.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Cleaning Agents: Use cleaning materials and agents recommended by
manufacturer or fabricator of the surface to be cleaned. Do not use cleaning
agents that are potentially hazardous to health or property or that might damage
finished surfaces.
City of Renton Elevated Water Tanks 01770-3
Seismic Repair and Rehabilitation
Section 017
70
CLOSEOUT PROCEDURES
PART 3 - EXECUTION
3.1 FINAL CLEANING
A. General: Provide final cleaning. Conduct cleaning and waste-removal operations
to comply with local laws and ordinances and Federal and local environmental
and antipollution regulations.
B. Cleaning: Employ experienced workers or professional cleaners for final
cleaning. Comply with manufacturer's written instructions.
1. Complete the following cleaning operations before requesting inspection
for certification of Substantial Completion for entire Project or for a
portion of Project:
a. Clean Project site, yard, and grounds, in areas disturbed by
construction activities, including landscape development areas, of
rubbish, waste material, litter, and other foreign substances.
b. Rake grounds that are neither planted nor paved to a smooth, even-
textured surface.
C. Remove tools, construction equipment, machinery, and surplus
material from Project site.
d. Touch up and otherwise repair and restore marred, exposed
finishes and surfaces. Replace finishes and surfaces that cannot be
satisfactorily repaired or restored or that already show evidence of
repair or restoration.
C. Comply with safety standards for cleaning. Do not burn waste materials. Do not
bury debris or excess materials on Owner's property. Do not discharge volatile,
harmful, or dangerous materials into drainage systems. Remove waste materials
from Project site and dispose of lawfully.
D. Insert an article on continuing inspections or consultations by Contractor if
required. Possibly insert a schedule of approximate times for inspections.
END OF SECTION
rr�
City of Renton Elevated Water Tanks 01770-4
Seismic Repair and Rehabilitation
rr�
� � � \ / ❑ \ }
t
. 2
§ El
( �
/
\
\a
.\ ❑
2
}
k
] �
.. .\
\ \
\cl
§ \ ) / ❑ CD
cl
/ \ \ /
\12.
/ )
/ j ❑
( j
@ /
\ ƒ
8 S �
± ]
) )
\ \ \
} ( El
k \
# \ )
/ iz. § \\
jf ❑ )\
� ƒ3
\zI ) -
)%/
❑ \ ]
Cw
4 \
/ \ \ ❑ I / U\
^— SECTION 01781
PROJECT RECORD DOCUMENTS
PARTI - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for Project
Record Documents, including the following:
1. Record Drawings.
2. Record Specifications.
3. Record Product Data.
1.3 SUBMITTALS
w A. Record Drawings: Comply with the following:
I. Number of Copies: Submit one set of marked-up Record Prints.
2. Number of Copies: Submit copies of Record Drawings as follows:
a. Initial Submittal: Submit one of corrected Record Transparencies
and one set of marked-up Record Prints. Engineer will initial and
date each transparency and mark whether general scope of
changes, additional information recorded, and quality of drafting
are acceptable. Engineer will return transparencies and prints for
organizing into sets, printing, binding,and final submittal.
b. Final Submittal: Submit one set of marked-up Record Prints, one
set of record transparencies, and three copies printed from Record
4M Transparencies. Print each Drawing, whether or not changes and
additional information were recorded.
too B. Record Specifications: Submit one copy of Project's Specifications, including
addenda and contract modifications.
C. Record Product Data: Submit one copy of each Product Data submittal.
1. Where Record Product Data is required as part of operation and
maintenance manuals, submit marked-up Product Data as an insert in the
manual instead of submittal as Record Product Data.
City of Renton Elevated Water Tanks 01781-1
Seismic Repair and Rehabilitation
lo.
SECTION 01781
PROJECT RECORD DOCUMENTS
PART 2 - PRODUCTS
2.1 RECORD DRAWINGS
A. Record Prints: Maintain one set of blue- or black-line white prints of the Contract
Drawings and Shop Drawings.
1. Preparation: Mark Record Prints to show the actual installation where
installation varies from that shown originally. Require individual or entity
who obtained record data, whether individual or entity is Installer,
subcontractor, or similar entity, to prepare the marked-up Record Prints.
a. Give particular attention to information on concealed elements that
would be difficult to identify or measure and record later.
b. Accurately record information in an understandable drawing
technique.
C. Record data as soon as possible after obtaining it. Record and
check the markup before enclosing concealed installations.
2. Content. Types of items requiring marking include, but are not limited to,
the following:
a. Dimensional changes to Drawings.
b. Revisions to details shown on Drawings.
C. Locations and depths of underground utilities.
d. Revisions to routing of piping and conduits.
e. Revisions to electrical circuitry. ,
f. Changes made by Change Order or Construction Change
Directive.
�r
g. Changes made following Engineer's written orders.
h. Details not on the on s.
g g original Contract Drawings.
+
i. Field records for variable and concealed conditions.
j. Record information on the Work that is shown only schematically.
3. Mark the Contract Drawings or Shop Drawings, whichever is most
capable of showing actual physical conditions, completely and accurately.
City of Renton Elevated Water Tanks 01781-2
Seismic Repair and Rehabilitation
SECTION 01781
PROJECT RECORD DOCUMENTS
If Shop Drawings are marked, show cross reference on the Contract
Drawings.
AW
4. Mark record sets with erasable, red-colored pencil. Use other colors to
distinguish between changes for different categories of the Work at the
.. same location.
5. Mark important additional information that was either shown
schematically or omitted from original Drawings.
6. Note Construction Change Directive numbers, alternate numbers, Change
Order numbers, and similar identification, where applicable.
B. Record Transparencies: Immediately before inspection for Certificate of
Substantial Completion, review marked-up Record Prints with Engineer. When
authorized, prepare a full set of corrected transparencies of the Contract Drawings
and Shop Drawings.
1. Incorporate changes and additional information previously marked on
Record Prints. Erase, redraw, and add details and notations where
applicable.
2. Refer instances of uncertainty to Engineer for resolution.
3. Print the Contract Drawings and Shop Drawings for use as Record
Transparencies. Engineer will make the Contract Drawings available to
Contractor's print shop.
C. Format: Identify and date each Record Drawing; include the designation
"PROJECT RECORD DRAWING" in a prominent location.
1. Record Prints: Organize Record Prints and newly prepared Record
Drawings into manageable sets. Bind each set with durable paper cover
sheets. Include identification on cover sheets.
2. Record Transparencies: Organize into unbound sets matching Record
Prints. Place transparencies in durable tube-type drawing containers with
end caps. Mark end cap of each container with identification. If container
does not include a complete set, identify Drawings included.
3. Identification: As follows:
a. Project name.
b. Date.
C. Designation"PROJECT RECORD DRAWINGS."
City of Renton Elevated Water Tanks 01781-3
Seismic Repair and Rehabilitation
SECTION 01781
PROJECT RECORD DOCUMENTS
d. Name of Engineer.
e. Name of Contractor.
2.2 RECORD SPECIFICATIONS
A. Preparation: Mark Specifications to indicate the actual product installation where
installation varies from that indicated in Specifications, addenda, and contract
modifications.
1. Give particular attention to information on concealed products and
installations that cannot be readily identified and recorded later.
2. Mark copy with the proprietary name and model number of products,
materials, and equipment furnished, including substitutions and product '
options selected.
3. Record the name of the manufacturer, supplier, installer, and other
information necessary to provide a record of selections made.
4. For each principal product, indicate whether Record Product Data has
been submitted in operation and maintenance manuals instead of
submitted as Record Product Data.
r
5. Note related Change Orders and Record Drawings where applicable.
2.3 RECORD PRODUCT DATA
A. Preparation: Mark Product Data to indicate the actual product installation where
installation varies substantially from that indicated in Product Data submittal. M1
1. Give particular attention to information on concealed products and
installations that cannot be readily identified and recorded later. i
2. Include significant changes in the product delivered to Pr oject site and +•
changes in manufacturer's written instructions for installation.
2.4 MISCELLANEOUS RECORD SUBMITTALS
A. Assemble miscellaneous records required by other specification sections for wir
miscellaneous record keeping and submittal in connection with actual
performance of the Work. Bind or file miscellaneous records and identify each,
ready for continued use and reference.
City of Renton Elevated Water Tanks "
01781-4
Seismic Repair and Rehabilitation
rr
... SECTION 01781
PROJECT RECORD DOCUMENTS
PART 3 - EXECUTION
3.1 RECORDING AND MAINTENANCE
A. Recording: Maintain one copy of each submittal during the construction period
for Project Record Document purposes. Post changes and modifications to
Project Record Documents as they occur; do not wait until the end of Project.
B. Maintenance of Record Documents and Samples: Store Record Documents and
Samples in the field office apart from the Contract Documents used for
construction. Do not use Project Record Documents for construction purposes.
Maintain Record Documents in good order and in a clean, dry, legible condition,
"W protected from deterioration and loss. Provide access to Project Record
Documents for Engineer's reference during normal working hours.
END OF SECTION
J.
�- City of Renton Elevated Water Tanks 01781-5
Seismic Repair and Rehabilitation
... SECTION 01782
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specification Sections, apply to
this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for preparing
operation and maintenance manuals, including the following:
1. Operation and maintenance documentation directory.
2. Emergency manuals.
B. Related Sections:
1. Section 01330 - Submittal Procedures
• 2. Section 01770 - Closeout Procedures
3. Section 01781 - Project Record Documents
AM
4. Divisions 2 through 16 Sections for specific operation and maintenance
manual requirements for products in those Sections.
1.3 DEFINITIONS
.. A. System: An organized collection of parts, equipment, or subsystems united by
regular interaction.
B. Subsystem: A portion of a system with characteristics similar to a system.
1.4 SUBMITTALS
' A. Submit one copy of each manual in final form at least 15 working days before
final inspection. Engineer will return copy with comments within 15 working
days after final inspection. Correct or modify each manual to comply with
Engineer's comments. Submit three copies of each corrected manual within 15
working days of receipt of Engineer's comments.
1.5 COORDINATION
A. Where operation and maintenance documentation includes information on
installations by more than one factory-authorized service representative, assemble
and coordinate information furnished by representatives and prepare manuals.
City of Renton Elevated Water Tanks 01782-1
Seismic Repair and Rehabilitation
SECTION 01782
OPERATION AND MAINTENANCE DATA
PART 2 - PRODUCTS
2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY
A. Organization: Include a section in the directory for each of the following: '
1. List of documents.
2. List of systems.
3. List of equipment.
4. Table of contents. "
B. List of Systems and Subsystems: List systems alphabetically. Include references
to operation and maintenance manuals that contain information about each
system.
C. List of Equipment: List equipment for each system, organized alphabetically by
system For pieces of equipment not part of system, list alphabetically in separate
list.
D. Tables of Contents: Include a table of contents for each emergency, operation,
and maintenance manual.
to
E. Identification: In the documentation directory and in each operation and
maintenance manual, identify each system, subsystem, and piece of equipment
with the same designation used in the Contract Documents. If no designation
exists, assign a designation according to ASHRAE Guideline 4, "Preparation of
Operating and Maintenance Documentation for Building Systems."
�r
2.2 MANUALS, GENERAL
A. Organization: Unless otherwise indicated, organize each manual into a separate
section for each system and subsystem and a separate section for each piece of
equipment not part of a system Each manual shall contain the following
materials, in the order listed: wr
1. Title page.
2. Table of contents. ..
3. Manual contents.
B. Title Page: Enclose title page in transparent plastic sleeve. Include the following
information:
1. Subject matter included in manual.
City of Renton Elevated Water Tanks 01782-2 Ift
Seismic Repair and Rehabilitation
am SECTION 01782
OPERATION AND MAINTENANCE DATA
dM
2. Name and address of Project.
3. Name and address of Owner.
4. Date of submittal.
as 5. Name, address, and telephone number of Contractor.
6. Name and address of Engineer.
VW
7. Cross-reference to related systems in other operation and maintenance
manuals.
m
C. Table of Contents: List each product included in manual, identified by product
name, indexed to the content of the volume, and cross-referenced to specification
VW section number in Project Manual. If operation or maintenance documentation
requires more than one volume to accommodate data, include comprehensive
table of contents for all volumes in each volume of the set.
AW
D. Manual Contents: Organize into sets of manageable size. Arrange contents
alphabetically by system, subsystem, and equipment. If possible, assemble
instructions for subsystems, equipment, and components of one system into a
single binder. Binders: Heavy-duty, three-ring, vinyl-covered, loose-leaf binders,
in thickness necessary to accommodate contents, sized to hold 8-1/2-by-1l-inch
paper; with clear plastic sleeve on spine to hold label describing contents and with
pockets inside covers to hold folded oversize sheets.
1. If two or more binders are necessary to accommodate data of a system,
organize data in each binder into groupings by subsystem and related
components. Cross reference other binders if necessary to provide
essential information for proper operation or maintenance of equipment or
system.
2. Identify each binder on front and spine, with printed title "OPERATION
AND MAINTENANCE MANUAL,"Project title or name, and subject
matter of contents. Indicate volume number for multiple-volume sets.
3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose
diagnostic software diskettes for computerized electronic equipment.
low
4. Supplementary Text: Prepared on 8-1/2-by-1 1-inch, 20-lb/sq. ft. white
bond paper.
No
5. Drawings: Attach reinforced, punched binder tabs on drawings and bind
with text.
City of Renton Elevated Water Tanks 01782-3
Seismic Repair and Rehabilitation
SECTION 01782
OPERATION AND MAINTENANCE DATA
a. If oversize drawings are necessary, fold drawings to same size as
text pages and use as foldouts. ,
b. If drawings are too large to be used as foldouts, fold and place
drawings in labeled envelopes and bind envelopes in rear of ,
manual. At appropriate locations in manual, insert typewritten
pages indicating drawing titles, descriptions of contents, and
drawing locations.
2.3 PRODUCT MAINTENANCE MANUAL
A. Content: Organize manual into a separate section for each product, material, and
finish. Include source information, product information, maintenance procedures,
repair materials and sources, and warranties and bonds, as described below.
B. Source Information: List each product included in manual, identified by product
name and arranged to match manual's table of contents. For each product, list
name, address, and telephone number of Installer or supplier and maintenance
service agent, and cross-reference Specification Section number and title in
Project Manual. '
C. Product Information: Include the following, as applicable:
1. Product name and model number.
2. Manufacturer's name.
3. Color, pattern, and texture. ,
4. Material and chemical composition.
5. Reordering information for specially manufactured products.
D. Maintenance Procedures: Include manufacturer's written recommendations and
the following:
1. Inspection procedures.
2. Types of cleaning agents to be used and methods of cleaning.
3. List of cleaning agents and methods of cleaning detrimental to product.
4. Schedule for routine cleaning and maintenance. ;
5. Repair instructions.
E. Repair Materials and Sources: Include lists of materials and local sources of rr
materials and related services.
F. Warranties and Bonds: Include copies of warranties and bonds and lists of
circumstances and conditions that would affect validity of warranties or bonds.
Include procedures to follow and required notifications for warranty claims.
�r
City of Renton Elevated Water Tanks 01782-4
Seismic Repair and Rehabilitation
SECTION 01782
OPERATION AND MAINTENANCE DATA
PART 3 - EXECUTION
3.1 MANUAL PREPARATION
A. Operation and Maintenance Documentation Directory: Prepare a separate manual
that provides an organized reference to emergency, operation, and maintenance
manuals.
B. Emergency Manual: Assemble a complete set of emergency information
indicating procedures for use by emergency personnel and by Owner's operating
personnel for types of emergencies indicated.
�. C. Product Maintenance Manual: Assemble a complete set of maintenance data
indicating care and maintenance of each product, material, and finish incorporated
into the Work.
D. Operation and Maintenance Manuals: Assemble a complete set of operation and
maintenance data indicating operation and maintenance of each system,
subsystem, and piece of equipment not part of a system.
1. Engage a factory-authorized service representative to assemble and
prepare information for each system, subsystem, and piece of equipment
not part of a system.
2. Prepare a separate manual for each system and subsystem, in the form of
an instructional manual for use by Owner's operating personnel.
E. Manufacturers' Data: Where manuals contain manufacturers' standard printed
data, include only sheets pertinent to product or component installed. Mark each
sheet to identify each product or component incorporated into the Work. If data
include more than one item in a tabular format, identify each item using
appropriate references from the Contract Documents. Identify data applicable to
the Work and delete references to information not applicable. Prepare
low supplementary text if manufacturers' standard printed data are not available and
where the information is necessary for proper operation and maintenance of
equipment or systems.
4W
F. Drawings: Prepare drawings supplementing manufacturers' printed data to
illustrate the relationship of component parts of equipment and systems and to
illustrate control sequence and flow diagrams. Coordinate these drawings with
information contained in Record Drawings to ensure correct illustration of
completed installation.
END OF SECTION
City of Renton Elevated Water Tanks 01782-5
Seismic Repair and Rehabilitation
r
SECTION 02315
EXCAVATING, BACKFILLING, AND
COMPACTING FOR UTILITIES
PARTI - GENERAL
1.1 SUMMARY
A. This Section includes:
1. Excavating, backfilling, and compacting for utilities, including pipe,
structures, appurtenances, and subsurface drains.
2. Water control in trenches.
3. Foundation stabilization for pipe and utility structures.
4. Pipe bedding for pipe and utility structures.
B. Related Sections:
1. Section 02370 - Erosion Control
2. Section 02511 - Fitting and Appurtenances
1.2 REFERENCES
A. WSDOT Standard Specifications - Washington State Department of
Transportation 1996 Standard Specifications for Road, Bridge, and Municipal
Construction (English version) and City of Renton Supplemental Specifications.
B. City of Renton Standards.
C. ASTM D-422-98 - Method for Particle Size Analysis of Soils.
D. ASTM D1556-00 - Test Method for Density of Soil in Place by the Sand-Cone
Method.
E. ANSI/ASTM D1557-00 - Test Methods for Moisture-Density Relations of Soils
and Soil-Aggregate Mixtures Using 10-pound Rammer and 18-inch Drop.
F. ASTM C 94/C 94M-00 - Ready-Mixed Concrete.
G. AASHTO T176 - Plastic Fines in Graded Aggregates and Soils by use of the Sand
Equivalent Test.
City of Renton Elevated Water Tanks 02315-1
Seismic Repair and Rehabilitation
SECTION
ON 02315
EXCAVATING, BACKFILLING, AND
COMPACTING FOR UTILITIES '
H. ASTM D2922-01 - Test Methods for Density of Soil and Soil-Aggregate in Place ,
by Nuclear Methods - (Shallow Depth).
I. ASTM D3017-01 - Test Methods for Moisture Content of Soil and Soil- ,
Aggregate in Place by Nuclear Methods (Shallow Depth).
1.3 DEFINITIONS '
A. Unsuitable Material: Soil, organics, waste, or other material that cannot meet ,
compaction requirements.
B. Pothole: An exploratory excavation to uncover a buried utility and determine
location, elevation, size, and material type.
1.4 SUBMITTALS '
A. General: Comply with Section 01330.
B. Samples: Submit minimum 50-pound sample for each '
P mp material four business days
before placing material.
C. Quality Assurance/Control Submittals:
1. Test Reports: Sieve analysis for each material.
2. Certificates: WSDOT pit certification for each pit.
1.5 QUALITY ASSURANCE
A. Qualifications: ,
1. Surveyor: Land surveyor licensed in state of Washington with experience
on similar projects.
2. Construction Crew Foreman: Minimum six years' working experience and ,
four years' experience as foreman performing similar work.
B. Regulatory Requirements: Work and material shall be in accordance with City of ,
Renton and WSDOT Standard Specifications.
City of Renton Elevated Water Tanks 02315-2
Seismic Repair and Rehabilitation
,.. SECTION 02315
EXCAVATING, BACKFILLING, AND
COMPACTING FOR UTILITIES
PART 2 - PRODUCTS
2.1 AGGREGATE MATERIALS
A. Gravel Borrow: Crushed, partially crushed, or naturally occurring granular
material. Free from wood waste, organics and other extraneous or unsuitable
material.
1. Well graded sand and gravel.
2. Gradation: Per WSDOT Standard Specification 9-03.14(1).
B. Select On-Site Material: On-site granular soils free of organic and other
deleterious material. Particle size and gradation so specified compaction can be
attained readily. Moisture content so required compaction can be obtained.
.. Maximum aggregate size shall be 2 inches.
C. Pea Gravel: 3/8 inch washed gravel, free from wood waste, organics, and other
.., extraneous or objectionable material, meeting the following requirements:
Sieve Size % Passing
• 3/4" square opening 100
3/8" square opening 95 - 100
1/8" square opening 0- 10
W A No. 200 0 - 3
D. Bedding Material for Pipe: Rigid pipe shall conform to WSDOT Standard
Specifications Section 9-03.15.
E. Crushed Surfacing Top Course (CSTC): Conforming to WSDOT Standards,
Section 9-03.9(3).
F. Crushed Surfacing Base Course (CSBC): Conforming to WSDOT Standards,
Section 9-03.9(3).
G. Soil Residual Herbicide: Comply with WSDOT Standard Specifications
Section 5-04.3(5)D.
H. Use only products approved by Owner.
I. Foundation Material: Conforming to WSDOT Standards Section 9-03.17,
•• Class A.
— City of Renton Elevated Water Tanks 02315-3
Seismic Repair and Rehabilitation
SECTION 02315
EXCAVATING, BACKFILLING, AND
COMPACTING FOR UTILITIES
2.2 DRAINAGE GEOTEXTILE r
A. Per WSDOT Standard Specifications Section 9-33, Underground Drainage, '
Moderate Survivability, Class C.
2.3 SOURCE QUALITY CONTROL
B. Tests and Inspection: Provide sieve analysis per ASTM D422 for each material
type. Perform tests and analyses of aggregate material per WSDOT Standard
Specifications. If tests indicate materials do not meet specified requirements,
change material and retest.
PART 3 - EXECUTION '
3.1 EXAMINATION '
A. Verify Site Conditions as follow:
1. Verify survey ben chmar k and intended elevations f o r the Work are as '
indicated.
2. Verify erosion control is in place and operating as specified.
3. Verify locations and elevations of existing pipes and structures at points of
connection and at crossings before beginning Work. Pothole, expose
pipes, determine invert elevations, verify with design, and inform Engineer '
of deviations affecting design before mobilizing crews and beginning
construction.
3.2 PREPARATION +r®
A. Protection:
1. Locate existing utilities to avoid damage or disturbance. For aid in utility
location, call"Dial Dig 1-800-424-5555,"48 hours (two working days) '
before beginning construction. Provide and pay for additional marking as
required. Dial Dig will not provide all the underground markings required
for the Project. Those markings not provided through Dial Dig shall be r
provided by the Contractor.
2. Protect and maintain existing utilities to remain. '
City of Renton Elevated Water Tanks 02315-4
Seismic Repair and Rehabilitation
�r
SECTION 02315
EXCAVATING, BACKFILLING, AND
COMPACTING FOR UTILITIES
3. Identify existing structural foundations near excavations. Verify excavation
will not undermine footings or supports and cause damage to structures.
4. Protect grass on slopes and other features remaining as a portion of final
landscaping or preserved for erosion control.
�. 5. Protect benchmarks, existing structures, sidewalks, railings, paving, and
curbs.
6. Protect pavement or paved areas intended to remain from damage.
7. Use all means necessary to prevent erosion of freshly graded areas during
construction or until permanent drainage and erosion control measures are
fully operational.
3.3 CONSTRUCTION
A. Grade and Alignment:
1. Identify and set required lines, levels, contours, and datum.
2. Stake alignment and grade and'construct in locations shown on Drawings.
3. Comply with City of Renton requirements for water, sewer, and power.
4. Establish extent of excavation by area and elevation.
5. Adjust alignment and grade to accommodate conflicts and field conditions.
Obtain Engineer's approval before adjustments.
B. Shoring and Bracing of Excavation:
.� 1. Provide sheeting, shoring, and bracing in accordance with OSHA,
RCW-49.17 and WSDOT Standard Specifications Section 7-08.3(1)B.
2. Do not use horizontal strutting below pipe barrel.
3. Do not use pipe as support for trench bracing.
4. Do not remove shoring below top of pipe.
5. Backfill immediately following removal of shoring and bracing.
City of Renton Elevated Water Tanks 02315-5
Seismic Repair and Rehabilitation
SECTION 02315
EXCAVATING, BACKFILLING, AND
COMPACTING FOR UTILITIES
6. Support adjacent structures, including utilities and pipe chases, which may
be damaged by excavation Work.
C. General Excavation:
1. Perform excavation of every description and whatever substance
encountered to depths, lines, and grades indicated.
2. Pile trench excavated material so surface water is prevented from flowing
into excavation and there is minimum inconvenience to public travel.
Provide free access to fire hydrants, water valves, meters; and driveways;
leave clearance to enable free flow of storm water in gutters, conduits, and
natural water courses.
3. Remove and reconstruct utilities ties as required to perform Work.
4. Do not interfere with or excavate within pressure prism of foundations.
Pressure prism is defined as a 1 1/2 horizontal to 1 vertical line projected
from footing bottom.
5. Prevent movement of soil in areas supporting existing foundations, slabs,
poles, underground utilities, trees, pipelines, or other structures.
6. Hand trim excavation and leave free of loose matter.
7. Correct unauthorized excavation at no cost to Owner.
S. Schedule Work to include backfilling trenches by completion of each shift.
D. Trench Excavation:
1. Open cut excavations unless indicated otherwise.
2. Operate heavy equipment with caution over pipelines. Do not damage
existing improvements.
3. Repair leaks or breaks caused by construction operations immediately at no
cost to Owner and in a manner acceptable to Engineer and utility owner.
4. Control side walls of excavation to minimize caving.
City of Renton Elevated Water Tanks 02315-6
Seismic Repair and Rehabilitation
SECTION 02315
EXCAVATING, BACKFILLING, AND
COMPACTING FOR UTILITIES
5. In the event the maximum allowable trench width is exceeded and
depending on depth of trench, improve pipe bedding by utilizing concrete
or other bedding materials as directed by Engineer.
6. Excavate trench bottom to lines and grades shown with specified allowance
for pipe thickness and pipe bedding. Do not permit material containing
rocks or cobbles larger than 2 inches in maximum dimension within
6 inches of pipe. Remove material of this type from trench bottom and
replace with foundation material, Class A.
7. Should excavation be carried below lines and grades as shown because of
trenching operations, backfill such excavated space to specified elevation as
.. directed by Engineer, at no cost to Owner.
E. Control of Water:
1. Keep excavation free from water. Dewater as necessary.
2. Direct drainage away from excavation.
3. Grade top perimeter of excavation to prevent surface water from draining
into excavation.
4. Direct runoff and water from dewatering into sedimentation pond. Provide
additional filtration necessary to prevent silt-laden water from leaving the
site.
F. Pipe Bedding:
1. Place bedding on approved trench bottom before pipe is installed. Spread
smoothly to support pipe uniformly. Do not use blocking to adjust pipe to
grade. Dig holes for bells as required to ensure uniform support along pipe
barrel.
2. Compact Bedding: Compact bedding to at least 95 percent maximum
.. density as determined by ASTM D1557 under buildings, structures, and
6 feet outside paved areas and sidewalks. Compact bedding in other areas
to at least 90 percent maximum density as determined by ASTM D1557.
City of Renton Elevated Water Tanks 02315-7
Seismic Repair and Rehabilitation
SECTION 02315
EXCAVATING, BACKFILLING, AND
COMPACTING FOR UTILITIES
G. Backfilling and Compaction:
1. Backfill to grades, contours, levels, and elevations shown on Contract
Drawings with structural fill.
2. Backfill systematically, as early as possible, to allow maximum time for
natural settlement. Do not backfill over porous, wet, frozen, or spongy +r�
subgrade surfaces.
3. Place and compact backfill materials in continuous layers not exceeding
6 inches in compacted thickness.
4. Employ a placement method which does not disturb or damage utilities in
trenches.
5. Condition backfill within plus or minus 3 percent of its optimum moisture
content so specified compaction can be attained readily. Material
containing excessive moisture, beyond moisture content for specified
density as determined by laboratory compaction tests, shall not be used for
backfill.
6. Raise backfill evenly around structures.
7. Finish area to uniform contour to drain as specified. Grade finish surfaces
to a smooth surface.
H. Compaction:
1. Under gravel driveways, pavements, curbs, curbs and gutters, sidewalks,
and other structural improvements: 95 percent, within 1 foot of finish
grade and 90 percent below this level per ASTM D1557. Compact
pavement bases to 95 percent per ASTM D1557.
2. Use hand-operated equipment within 6 feet of building walls.
3. Compact backfill material by towed or self-propelled mechanical
compactors in uniform layers not exceeding 10 inches in loose depth.
I. Initial Backfill:
1. After pipe is laid properly and inspected, place and compact initial backfill
around pipe to a minimum depth of S inches over top of pipe. Place initial
backfill in lifts of not more than 6 inches in compacted thickness. Bring
City of Renton Elevated Water Tanks 02315-5
Seismic Repair and Rehabilitation
.r SECTION 02315
EXCAVATING, BACKFILLING, AND
COMPACTING FOR UTILITIES
lifts together on both sides of pipe and work backfill carefully under pipe
haunches using a shovel, vibration, or procedures approved by Engineer.
Take necessary precautions to protect pipe from any damage or shifting.
2. Subsequent Backfill: Place and compact subsequent backfill material after
initial backfill has been placed and approved by Engineer.
3. Perform compaction within 2 feet of existing or new structures by hand-
operated vibratory compactors. Compact within 6 feet of wall to
90 percent maximum density as determined by ASTM D 1557.
4. Reopen trenches where settlement occurs to depths necessary for
.. compaction; refill and compact with surface restored to grade.
5. Water settling or water jetting will not be allowed.
3.4 RESTORATION
' A. Restore disturbed pavement and improvements to remain in operation as shown on
the Drawings.
3.5 FIELD QUALITY CONTROL
A. Obtain required inspections, tests, approvals, and location recording before
covering or enclosing Work.
B. Site Tests:
1. Comply with City of Renton requirements.
2. Comply with Section 01450.
3. Compaction test performed by Owner.
C. Inspection:
1. Comply with Section 01450.
2. Comply with City of Renton requirements.
3. After completion of trench and before placing pipe.
4. After completion of pipe and bedding, and before backfilling.
City of Renton Elevated Water Tanks 02315-9
Seismic Repair and Rehabilitation
SECTION 02315
EXCAVATING, BACKFILLING, AND
COMPACTING FOR UTILITIES
3.6 PROTECTION
A. Protect bottom of excavations and soil adjacent to and beneath foundations from
freezing.
B. Protect excavated material and excavating foundation (subgrade) from damage due
to excess moisture.
C. Take necessary precautions to protect soil from excess moisture, including:
1. Construct ditches and swales to intercept surface water.
2. Cover stockpiled material.
3. Cover exposed trenches.
4. Do not expose more area than can be worked and protected.
5. Dewater by .um in
P P g
3.7 CLEANUP
i
A. Dispose of all surplus or unsuitable material.
B. Remove abandoned pipe, broken pavement, and rubbish from Project site.
C. Dispose of waste, surplus, and unsuitable materials according to laws, regulations,
and ordinances off site at a site obtained by Contractor.
END OF SECTION
City of Renton Elevated Water Tanks
02315-10
Seismic Repair and Rehabilitation
10 SECTION 02370
EROSION CONTROL
a
PART 1 - GENERAL
1.1 SUMMARY
A. This Section includes:
1. Silt control measures.
2. Temporary stormwater runoff control.
3. Measures to keep streets clean.
4. Polyethylene (PE) sheeting cover for exposed soil.
5. Maintaining, monitoring, and supplementing silt control and stormwater
runoff control measures.
B. Related Sections:
■* 1. Section 02315 - Excavating, Backfilling, and Compacting for Utilities.
1.2 REFERENCES
A. WSDOT Standard Specifications - Washington State Department of Transportation
1996 Standard Specifications for Road, Bridge, and Municipal Construction
(English version) and City of Renton Supplemental Specifications.
B. City of Renton Standards.
1.3 SUBMITTALS
A. Product Submittals: Product catalog cuts for filter fabric, and filter bag inserts.
B. Aggregate Materials: Coarse aggregate for gravel construction entrance.
1.4 REGULATORY REQUIREMENTS
A. All Work and material shall be in accordance with City of Renton and WSDOT
Standard Specifications.
B. Comply with City of Renton standards.
+�w
City of Renton Elevated Water Tanks 02370-1
Seismic Repair and Rehabilitation
SECTION 02370
EROSION CONTROL
1.5 SEQUENCING AND SCHEDULING
A. Install erosion control measures in work areas prior to any clearing, grubbing,
demolition, general site grading, or other construction in the area. Install and
remove erosion control items at various times throughout the duration of the
project.
1.6 MAINTENANCE
A. Maintain erosion control through the duration of the project. `
B. Maintain erosion control after substantial completion per this section.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Filter Fabric Fence: In accordance with WSDOT Standard Specifications
Section 9-33, Permanent Erosion Control, High Survivability, Class B.
B. Straw Mulching: In accordance with WSDOT Standard Specifications
Section 9-14.4(1).
C. Orange Protective Fence: Minimum 3 feet tall, heavy plastic, with readily visible
mesh minimum mesh width 0.4 inches.
D. Filter Fabric: Mirafi 140N or equal.
E. Filter Bag Inserts: Commercially manufactured filter bags specifically
manufactured for silt filtering and which will provide filtering performance
required.
F. Polyethylene (PE) Sheeting: In accordance with WSDOT Standard Specifications
Section 9-14.5(3), black.
G. Quarry Spalls: Per Section 9-13.6, WSDOT Standard Specifications.
PART 3 - EXECUTION
3.1 PREPARATION
A. Locate existing utilities to avoid damage or disturbance. For aid in utility location,
call"Dial Dig 1-800-424-5555" 48 hours (two working days) before beginning
construction. Provide and pay for additional marking as required.
City of Renton Elevated Water Tanks 02370-2
Seismic Repair and Rehabilitation
wr SECTION 02370
EROSION CONTROL
B. Survey limits of Work to install orange construction and silt fence.
C. Perform clearing or other work required to installing erosion control.
3.2 CONSTRUCTION
A. Filter Fabric Fence:
1. Field adjust location to perimeter of clearing and stripping. Location
shown on Drawings is schematic.
2. Cast trench excavation soil from fence installation to construction side of
fence.
3. Overlap filter fabric fence joints minimum 1 foot prior to backfilling trench.
B. Polyethylene Sheeting:
•. 1. Overlap joints minimum 28 inches.
2. Overlap in direction of drainage and prevent water from draining onto
°*r material being protected.
3. Secure in place to prevent movement and damage.
4. Provide sandbags at 2.5 feet spacing and tie sand bags together with rope
on slopes greater than 3:1. Minimize driving stakes through plastic.
C. Mulch:
1. Mulch exposed soils not protected by other means.
2. Provide continuous covering minimum depth 3 inches.
3. Apply mulch with tackifier to prevent blowing.
«•
3.3 ADJUSTMENTS AND REVISIONS
«. A. Adjust or move swales, berms, pipes, pumps, culverts, bales, and silt fences as
necessary during construction to direct site runoff to sediment ponds, silt filters,
and grass swales.
City of Renton Elevated Water Tanks 02370-3
Seismic Repair and Rehabilitation
goo
SECTION 02370
EROSION CONTROL
3.4 PROTECTION AND MAINTENANCE
A. Protection:
1. Where possible, maintain natural vegetation for silt control. {
2. Prevent silt-laden water from leaving site or from entering off-site storm
sewer systems.
3. Stabilize slope, cut, or fill areas where Work is stopped for more than
30 days by mulching, polyethylene sheeting, or other method to prevent
erosion and sediment transport.
4. Keep off-site parking areas and streets clean from construction activities.
Keep paved surfaces clean using mechanical sweeping equipment, hand
shovels, brooms, or other accepted methods suitable for removing dirt,
rock, silt, and sand. No street washing will be allowed.
B. Supplementary Measures: Provide additional silt control and temporary erosion
control measures required to protect soils and prevent silt-laden runoff from
leaving project site.
C. Maintenance: Monitor and maintain silt control measures. Maintain temporary
erosion control facilities until need for each facility is superseded by other
stabilization methods or until Engineer authorizes removal.
D. Inspect and repair temporary erosion control facilities. Inspect entire system to
ensure specified operation a minimum of once per week, during and after storms,
and prior to weekends and holidays.
END OF SECTION
City of Renton Elevated Water Tanks
02370-4
Seismic Repair and Rehabilitation
SECTION 02511
FITTINGS & APPURTENANCES
w.
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
.� Supplementary Conditions and Division 1 Specification sections, apply to this
section.
1.2 SUMMARY
A. This Section includes fittings and appurtenances.
B. Related Section:
AW
1. Section 02315 —Excavating, Backfilling, and Compacting for Utilities
1W 1.3 REFERENCES
A. WSDOT Standard Specifications- Washington State Department of
tv Transportation 1996 Standard Specifications for Road, Bridge, and Municipal
Construction and City of Renton Supplemental Specifications.
•w B. City of Renton Standards
1.4 QUALITY ASSURANCE
A. Qualifications:
" 1. Surveyor: Land surveyor licensed in state of Washington with experience
surveying underground utilities.
2. Crew Foreman: Minimum six years' working experience and four years'
experience as foreman performing similar work.
.. B. Pre-Installation Meetings: Schedule, coordinate, attend, and lead pre-installation
meeting per Section 0 13 10.
1.5 WARRANTY
+w A. Manufacturer's Services Provided By Contractor: Manufacturer's representative
for flexible expansion joints being furnished shall be present at job site at beginning
of construction to instruct installation craftsmen in specified assembly of that
�. product.
City of Renton Elevated Water Tanks 02511-1
Seismic Repair and Rehabilitation
SECTION 02511
FITTINGS &APPURTENANCES
1.5 SUBMITTALS
A. Comply with Section
01330.
B. Product Data: All products in this section.
C. Operation and maintenance data for gate valves and check valves.
D. Certification: Certification of accuracy for test gage.
E. Close-out submittals: Record drawings
F. Record actual locations of piping mains, valves, connections, and invert elevations.
G. Record location of utilities and structures encountered and not shown or not in
agreement with Drawings.
H. Record changes in soil conditions not noted on Drawings.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Handle fittings and specials to ensure delivery to site and final installation in
undamaged condition. Do not damage coating and lining. Keep materials clean.
Load and unload fittings using hoists in a manner to avoid shock or damage. Do
not drop, skid, or roll fittings or appurtenances. Repair any part of damaged
coating or lining. Separate rejected materials immediately. Remove damaged
materials from the site within 24 hours.
1.7 SCHEDULING
A. Notify Engineer 48 hours before required inspection time. Inspection is required
for workmanship, location of water line appurtenances, pressure test, pigging,
bacteriological test, final cleanup, and restoration.
B. Highlands Reservoir:
1. City will drain reservoir prior to demolition of old water mains, fittings, and
appurtenances. Provide Engineer and City fourteen (14) days' notice to
drain reservoir.
2. Contractor shall have eight (8) hours to complete demolition of old water
mains, fittings, and appurtenances and install new water mains, fittings, and
appurtenances. "
City of Renton Elevated Water Tanks '
02511-2
Seismic Repair and Rehabilitation
SECTION 02511
FITTINGS & APPURTENANCES
3. Coordinate pressure testing, pigging, and bacteriological testing of new
mains, fittings, and appurtenances with Engineer and City.
C. Rolling Hills Reservoir:
1. City will drain and remove reservoir from service once only for the
duration of the repair and recoating work.
2. Schedule demolition and installation of water mains, fittings, and
appurtenances to coincide with interior painting of reservoir. See
Section 09900 for notification requirements.
3. Coordinate pressure testing, pigging, and bacteriological testing of new
.. mains, fittings, and appurtenances with Engineer and City.
D. Advise fire marshal and Engineer of proposed water shut off that affects hydrants,
fire sprinkler systems, alarm systems, and other services. Mark fire hydrants not in
service by covering with burlap sack.
«► E. Maintain water systems in areas of site to be occupied and remain in operation by
the Owner during construction.
PART 2 - PRODUCTS
2.1 GENERAL
A. Comply with City of Renton Standards.
�. 2.2 FITTINGS AND APPURTENANCES
A. Restrained Joints:
1. Steel tie rods per City of Renton Standard Plan Page B089, Shackle
AW Rodding and Tie Bolts. As an alternate to the steel rods, use wedge-style
restraint mechanism(Megalug as provided by EBAA Iron Inc. or approved
equal).
B. Flexible Expansion Joints:
•�r 1. Install in locations indicated on Drawings. Flexible expansion joints shall
be manufactured of 65-45-12 ductile iron conforming to ASTM A536 and
City of Renton Elevated Water Tanks 02511-3
Seismic Repair and Rehabilitation
SECTION 02511
FITTINGS & APPURTENANCES
ANSI/AWWA C153/A21.53. Foundry certification of material shall be
available upon request.
2. Prior to shipment, each flexible expansion joint shall be pressure tested
against its own restraint to minimum 350 psi (250 psi for flexible expansion
joints 30 inches and larger). Minimum 2:1 safety factor, determined from
published pressure rating, shall apply. Factory Mutual Approval for
12 inch and smaller sizes is required.
3. Flexible expansion joints shall consist of expansion joint designed and cast
as integral part of ball-and-socket-type flexible joint, with minimum '
deflection per ball as follows:
20 degrees 3 to 12 inches
15 degres 14 to 36 inches
12 degrees 48 inches and 4 inches minimum expansion
Additional expansion sleeves shall be available and added or removed easily
at factory or in field. Both standardized mechanical joint and flange end
connections shall be available.
4. Internal surfaces (wetted parts) shall be lined with minimum 15 mils of
fusion-bonded epoxy conforming to applicable requirements of
ANSI/AWWA C213 and shall be holiday tested with 1500-volt spark test
conforming to specification. Sealing gaskets shall be constructed of
EPDM. Coating and gaskets shall meet ANSI/NSF-61.
5. External surfaces shall be coated with catalyzed coal tar epoxy conforming
to AWWA C210. Polyethylene (PE) sleeves shall be sized as specified and
conform to ANSI/AWWA C105/A21.5. PE sleeves shall be included for
direct buried applications.
6. Manufacturer's certification of compliance shall be available upon request.
Purchaser (or owner) shall reserve right to inspect manufacturer's facility
for compliance. Flexible expansion joints shall be FLEX-TEND as
manufactured by EBAA Iron Inc., Eastland, Texas.
C. Highlands Reservoir:
1. Flexible rubber expansion joints shall be of the two arch spool type.
YP e.
Ethylene-propylene-diene-terpolymer (EPDM) construction with internal
steel wire reinforcing for added strength, rated for 250 degrees F.
Connector pressure rating to be suitable for the application and shall have a
minimum 4 to 1 safety factor, of burst pressure to rated pressure. Archs to
City of Renton Elevated Water Tanks
02511-4
Seismic Repair and Rehabilitation
Im SECTION 02511
FITTINGS & APPURTENANCES
I
be open. Full-faced class 150 drilled rubber flanges shall be an integral part
of the body. Joints shall include two-piece galvanized steel retaining rings.
Flexible rubber expansion joint shall be style "100HT" as manufactured by
the Metraflex Company, Mercer Style 500, Garlock Style 204 (or approved
equal).
D. Rolling Hills Reservoir:
�. 1. Construction is of neoprene and nylon with internal and external stainless
steel rings to withstand pressure and vacuum. It requires no flanges or
welding. It is slipped over steel pipe and secured with T-bolt clamps.
Flexible rubber coupling shall be Metra 201 as manufactured by the
Metraflex Company, Chicago, IL (or approved equal).
2. Ball valves shall be all bronze, end type, with screwed ends, full bore ports,
Teflon seats and packing, and hand lever operators, rated 400 psi. Install
union adjacent to valves to provide access to seats.
PART 3 - EXECUTION
w
3.1 EXAMINATION
A. Site Verification of Conditions as follows:
1. Verify surfaces are ready to receive Work.
MW
2. Verify grades are at subgrade elevation.
3. Verify erosion control is installed and functioning.
4. Verify field measurements are as shown on Drawings.
5. Verify location, size, and type of existing utilities at point of connection
and points crossing other utilities. Pothole, expose pipes, determine invert
elevations, verify with design and inform Engineer of deviations affecting
design before mobilizing crews and beginning construction.
3.2 PREPARATION
Av A. Protect surrounding Work from damage or disfiguration. Protect adjacent
pavement remaining in service from damage.
B. Protect existing utilities from damage and disturbance. Provide shoring to support
existing utilities and their support prism or remove and replace utilities where
City of Renton Elevated Water Tanks 02511-5
Seismic Repair and Rehabilitation '
SECTI
ON 02511
FITTINGS & APPURTENANCES
shoring is not practical. Removing and replacing utilities to be performed per
utility owner's standards.
C. Maintain water service to existing on-site pump station and off-site services.
Coordinate with Owner and Engineer to determine time and duration of required
water system shut downs.
D. Field locate and mark existing utilities, whether shown or not, before construction
to avoid damage or disturbance. Protect, maintain, and repair where damaged.
For aid in utility location call 1-800-424-5555, 48 hours (two working days)
before beginning construction.
E. Field stake alignment and grade.
END OF SECTION
wr
City of Renton Elevated Water Tanks P%
02511-6
Seismic Repair and Rehabilitation
40
SECTION 02519
RESERVOIR DISINFECTION
PART 1 - GENERAL
1.1 REFERENCES
A. The following is a list of standards which may be referenced in this section:
1. American Water Works Association (AWWA):
,., a. B300,Hypochlorites.
b. B301, Liquid Chlorine.
C. B303, Sodium Chlorite.
.r d. C651,Disinfecting Water Mains.
e. C652,Disinfection of Water-Storage Facilities.
1.2 QUALITY CONTROL SUBMITTALS
A. Provide procedures and plans for disinfection and testing, including plan for use
or disposal of water.
B. Provide type of disinfecting solution and method of preparation.
C. Provide written method of disposal for disinfecting wastewater for approval by
City.
1.3 SEQUENCING AND SCHEDULING
A. Commence disinfection after completion and acceptance of internal painting of
system(s) and installation of cathodic protection system for the Rolling Hills
elevated water storage reservoir.
•
PART 2 -PRODUCTS
�.• 2.1 WATER FOR DISINFECTION AND TESTING
A. Clean, uncontaminated, and potable.
: B. The City will supply potable quality water, CONTRACTOR shall convey in
disinfected pipelines or containers.
2.2 CONTRACTOR'S EQUIPMENT
A. Provide all chemicals and equipment, such as pumps and hoses, to accomplish
disinfection.
City of Renton Elevated Water Tanks 02519-1
Seismic Repair and Rehabilitation
Iwo
SECTION 02519
RESERVOIR DISINFECTION
PART 3 -EXECUTION
3.1 GENERAL
A. Disinfect the following reservoir surfaces, modified under this Project that are
intended to hold, transport, or otherwise contact potable water:
1. Interior surfaces of reservoir and standpipe,including overhead steel, vent,
and hatch.
2. Disinfect surfaces of materials that will contact finished water, both during
and following construction using spray method described below. Disinfect
prior to contact with finished water. Take care to avoid recontamination
following disinfection.
3. Prior to application of disinfectants, clean reservoir of loose and suspended
material. Use water suitable for flushing and disinfecting.
B. Conform to AWWA C652 for tanks and reservoirs, except as modified in these
Specifications.
C. Allow freshwater and stock disinfectant solution to flow into the reservoir at a
measured rate so that the chlorine-water solution is at the specified strength. Do
not place concentrated commercial disinfectant in the reservoir before it is filled
with water.
3.2 RESERVOIRS
A. Do not begin cleaning of reservoir prior to full cure of paint system to ensure that
no taste or odor is imparted to the water.
B. Cleaning:
1. Clean interior surfaces using water under pressure before sterilizing. Isolate
from system to prevent contaminating materials from entering the
distribution system. Cleaning shall:
a. Remove all deposits of foreign nature.
b. Remove all biological growths.
C. Clean the slopes, walls to p, and
bottom.
d. Avoid damage to the structure.
e. Avoid pollution or oil deposits by workers and equipment.
City of Renton Elevated Water Tanks 02519-2
Seismic Repair and Rehabilitation
+�r
4W SECTION 02519
RESERVOIR DISINFECTION
2. Dispose of water used in cleaning in accordance with applicable regulations
before adding disinfecting solution to the reservoir.
C. Disinfecting Procedure: In accordance with AWWA C652, unless herein
modified.
1. Disinfect interior surfaces of reservoir and inlet and outlet pipelines by the
application of chlorine. Wash and disinfect surfaces even though there may
be no visible evidence of contamination.
2. Disinfect in accordance with the following method: Spray or brush a
.�r solution containing 200 ppm of free chlorine onto the interior surfaces of
reservoir. Apply solution from the bottom up and to the entire structure.
Allow to remain 6 hours or until dry before being rinsed off.
3. Drain previous chlorine solution and fill reservoir with chlorinated water to
produce a free chlorine residual of 5 ppm after a retention period of
24 hours. After holding for 24 hours,drain the reservoir and fill with
potable water.
3.3 DISPOSAL OF DISINFECTING WASTEWATER
A. Do not allow disinfecting wastewater to flow into any waterway or storm sewer
without neutralizing disinfectant residual.
B. See AWWA C652 for acceptable neutralization methods.
C. Obtain approval from the City prior to any disposal of water.
3.4 TESTING
A. Test Equipment:
1. Clean containers and equipment used in sampling and assure they are free
of contamination.
2. Obtain sampling bottles with instructions for handling from an independent
testing laboratory.
3. Chlorine Concentration Sampling and Analysis:
B. Sampling Frequency for Disinfecting Solution: One sample per application.
1. Residual Free Chlorine Samples: One sample per application.
2. Dechlorinated Disinfecting Wastewater Residual Samples: Two samples per
application.
City of Renton Elevated Water Tanks 02519-3
Seismic Repair and Rehabilitation
SECTION 02519
RESERVOIR DISINFECTION'
3. Analysis to be performed by an independent test laboratory. Samples will
be analyzed using the amperometric titration method for free chlorine as
described in the latest edition of Standard Methods for Examination of
Water and Wastewater.
C. After the reservoir has been cleaned, disinfected, and refilled with potable water,
the City will take water samples and have them analyzed for conformance to
bacterial limitations for public drinking water supplies. Samples shall be analyzed
for coliform concentrations in accordance with the latest edition of Standard
Methods for the Examination of Water and Wastewater.
1. A minimum of two samples on each of 2 consecutive days from each
separable structure will be obtained and analyzed by standard procedures
outlined by state and local regulatory agencies.
2. Sampling points will be representative as accepted by the ENGINEER.
3. Independent p laboratory will be selected by City.
D. If the minimum samples required above are not bacterially negative, the
disinfecting procedures and bacteriological testing shall be repeated on the
respective facilities until bacterial limits are met.
E. After initial disinfection
p s has been completed, fill reservoir with City water
roces
containing at least 1 ppm of free available chlorine residual; after 24 hours'
contact, a minimum of 0.5 ppm of free available chlorine must remain.
END OF SECTION
170927A.SEA
II
City of Renton Elevated Water Tanks 02519-4
Seismic Repair and Rehabilitation
SECTION 05120
STRUCTURAL STEEL
.r
PARTI - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. This Section includes Structural Steel.
B. Related Sections:
1. Section 05500 - Metal Fabrications
2. Section 09900 - Painting
1.3 DEFINITIONS
A. Structural Steel: Elements of structural-steel frame, as classified by AISC's
r "Code of Standard Practice for Steel Buildings and Bridges," that support design
loads.
1.4 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Show fabrication of structural-steel components.
1. Include details of cuts, connections, splices, camber, holes, and other
pertinent data.
2. Include embedment drawings.
3. Indicate welds by standard AWS symbols, distinguishing between shop
and field welds, and show size, length, and type of each weld.
4. Indicate type, size, and length of bolts, distinguishing between shop and
field bolts. Identify pretensioned and slip-critical high-strength bolted
connections.
C. Welding certificates.
D. Qualification Data: For Fabricator.
E. Mill Test Reports: Signed by manufacturers certifying that the following
products comply with requirements:
IV City of Renton Elevated Water Tanks 05120-1
Seismic Repair and Rehabilitation
ow
SECTION.05120
STRUCTURAL STEEL
1. Structural steel including chemical and physical properties.
2. Bolts, nuts, and washers including mechanical properties and chemical
analysis.
3. Direct-tension indicators.
4. Tension-control, high-strength bolt-nut-washer assemblies.
F. Source quality-control test reports.
1.5 QUALITY ASSURANCE
A. Fabricator Qualifications: A qualified fabricator who participates in the AISC
Quality Certification Program and is designated an AISC-Certified Plant,
Category Sbd.
B. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural
Welding Code--Steel."
C. Comply with applicable provisions of the following specifications and
documents:
1. AISC's "Code of Standard Practice for Steel Buildings and Bridges."
2. AISC's "Seismic Provisions for Structural Steel Buildings" and
"Supplement No. 2."
3. AISC's "Load and Resistance Factor Design Specification for Structural
Steel Buildings."
4. AISC's "Specification for the Design of Steel Hollow Structural
Sections."
5. AISC's " Specification for Load and Resistance Factor Design of Single-
Angle Members."
6. RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490
Bolts."
D. Preinstallation Conference: Conduct conference at Project site to comply with
requirements in Division 1 Section"Project Management and Coordination."
1.6 DELIVERY, STORAGE, AND HANDLING
A. Store materials to permit easy access for inspection and identification. Keep steel ,
members off ground and spaced by using pallets, dunnage, or other supports and
City of Renton Elevated Water Tanks 05120-2
Seismic Repair and Rehabilitation
4W
SECTION 05120
STRUCTURAL STEEL
spacers. Protect steel members and packaged materials from corrosion and
deterioration.
1. Store fasteners in a protected place. Clean and relubricate bolts and nuts
that become dry or rusty before use.
�w
2. Do not store materials on structure in a manner that might cause distortion,
damage, or overload to members or supporting structures. Repair or
replace damaged materials or structures as directed.
1.7 COORDINATION
A. Furnish anchorage items to be embedded in or attached to other construction
without delaying the Work. Provide setting diagrams, sheet metal templates,
instructions, and directions for installation.
PART 2 - PRODUCTS
2.1 STRUCTURAL-STEEL MATERIALS
.M
A. W-Shapes: As indicated.
B. Plates, Channels, Angles: As indicated.
C. Corrosion-Resisting Structural Steel: ASTM A 588/A 588M, Grade 50.
D. Cold-Formed Hollow Structural Sections: ASTM A 500, Grade B, structural
tubing.
E. Corrosion-Resisting Cold-Formed Hollow Structural Sections: ASTM A 847,
structural tubing.
F. Steel Pipe: ASTM A 53/A 53M, Type E or S, Grade B.
1. Weight Class: Standard.
2. Finish: Black, except where indicated to be galvanized.
G. Welding Electrodes: Comply with AWS requirements.
2.2 BOLTS, CONNECTORS, AND ANCHORS
A. High-Strength Bolts, Nuts, and Washers: ASTM A 325, Type 1, heavy hex steel
structural bolts; ASTM A 563 heavy hex carbon-steel nuts; and ASTM F 436
hardened carbon-steel washers.
1. Finish: Mechanically deposited zinc coating, ASTM B 695, Class 50.
City of Renton Elevated Water Tanks 05120-3
Seismic Repair and Rehabilitation
aw
SECTION 05120
STRUCTURAL STEEL
2. Direct-Tension Indicators: ASTM F 959, Type 325 compressible-washer
type.
a. Finish: Mechanically deposited zinc coating, ASTM B 695,
Class 50.
B. High-Strength Bolts, Nuts, and Washers: ASTM A 490, Type 1, heavy hex steel
structural bolts or tension-control, bolt-nut-washer assemblies with splined ends;
ASTM A 563 heavy hex carbon-steel nuts; and ASTM F 436 hardened carbon-
steel washers, plain.
1. Direct-Tension Indicators: ASTM F 959, Type 490, compressible-washer
type, plain.
C. Tension-Control, High-Strength Bolt-Nut-Washer Assemblies: ASTM F 1852,
Type 1, heavy hex head steel structural bolts with splined ends; ASTM A 563
heavy hex carbon-steel nuts; and ASTM F 436 hardened carbon-steel washers.
1. Finish: Mechanically deposited zinc coating, ASTM B 695, Class 50.
D. Eye Bolts and Nuts: ASTM A 108, Grade 1030, cold-finished carbon steel
2.3 FABRICATION
A. Structural Steel: Fabricate and assemble in shop to greatest extent possible.
Fabricate according to AISC's "Code of Standard Practice for Steel Buildings and
Bridges" and AISC's "Load and Resistance Factor Design Specification for
Structural Steel Buildings."
1. Identify high-strength structural steel according to ASTM A 6/A 6M and
maintain markings until structural steel has been erected.
2. Mark and match-mark materials for field assembly.
3. Complete structural-steel assemblies, including welding of units, before
starting shop-priming operations.
B. Thermal Cutting: Perform thermal cutting by machine to greatest extent possible.
1. Plane thermally cut edges to be welded to comply w 1 with requirements in
q
AWS D1.1.
C. Bolt Holes: Cut, drill, or punch standard bolt holes rP a endicular to metal
P
surfaces.
D. Finishing: Accurately inish ends of columns and other members transmitting
twig
bearing loads.
City of Renton Elevated Water Tanks 05120-4
Seismic Repair and Rehabilitation
SECTION 05120
STRUCTURAL STEEL
E. Holes: Provide holes required for securing other work to structural steel and for
passage of other work through steel framing members.
1. Do not xhermally cut bolt holes or enlarge holes by burning.
2. Weld threaded nuts to framing and other specialty items indicated to
receive other work.
2.4 SHOP CONNECTIONS
A. High-Strength Bolts: Shop install high-strength bolts according to RCSC's
"Specification for Structural Joints Using ASTM A 325 or A 490 Bolts"for type
of bolt and type of joint specified.
B. Weld Connections: Comply with AWS D1.1 for welding procedure
' specifications, tolerances, appearance, and quality of welds and for methods used
in correcting welding work.
1. Remove backing bars or runoff tabs, back gouge, and grind steel smooth.
2. Assemble and weld built-up sections by methods that will maintain true
alignment of axes without exceeding tolerances of AISC's"Code of
Standard Practice for Steel Buildings and Bridges" for mill material.
3. Verify that weld sizes, fabrication sequence, and equipment used for
architecturally exposed structural steel will limit distortions to allowable
tolerances.
a. Grind butt welds flush.
b. Grind or fill exposed fillet welds to smooth profile. Dress exposed
welds.
�- 2.5 SHOP PRIMING
A. Shop prime steel surfaces except the following:
1. Surfaces to be field welded.
2. Surfaces to be high-strength bolted with slip-critical connections.
3. Galvanized surfaces.
B. Surface Preparation: Clean surfaces to be painted. Remove loose rust and mill
scale and spatter, slag, or flux deposits. Prepare surfaces as specified in
Section 09900.
City of Renton Elevated Water Tanks 05120-5
Seismic Repair and Rehabilitation
SECTION 05120
STRUCTURAL STEEL
C. Priming: Immediately after surface preparation, apply primer according to
manufacturer's written instructions and at rate recommended by SSPC to provide
a dry film thickness of not less than 1.5 mils. Use priming methods that result in
full coverage of joints, corners, edges, and exposed surfaces.
1. Stripe paint corners, crevices, bolts, welds, and sharp edges.
2. Apply two coats of shop paint to inaccessible surfaces after assembly or
erection. Change color of second coat to distinguish it from first.
D. Painting: As specified in Section 09900.
2.6 GALVANIZING
A. Hot-Dip Galvanized Finish: Apply zinc coating by the hot-dip process to
structural steel according to ASTM A 123/A 123M.
2.7 SOURCE QUALITY CONTROL
A. Owner will engage an independent testing and inspecting agency to perform shop
tests and inspections and prepare test reports.
1. Provide testing agency with access to places where structural-steel work is
being fabricated or produced to perform tests and inspections.
B. Correct deficiencies in Work that test reports and inspections indicate does not
comply with the Contract Documents.
C. Bolted Connections: Shop-bolted connections will be tested and inspected
according to RCSC's "Specification for Structural Joints Using ASTM A 325 or
A 490 Bolts."
D. Welded Connections: In addition to visual inspection, shop-welded connections
will be tested and inspected according to AWS D1.1 and the following inspection
procedures, at testing agency's option:
1. Liquid Penetrant Inspection: ASTM E 165.
2. Magnetic Particle Inspection: ASTM E 709; performed on root pass and
on finished weld. Cracks or zones of incomplete fusion or penetration will
not be accepted.
3. Ultrasonic Inspection: ASTM E 164.
4. Radiographic Inspection: ASTM E 94.
City of Renton Elevated Water Tanks `
05120-6
Seismic Repair and Rehabilitation
SECTION 05120
STRUCTURAL STEEL
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify locations of anchor rods, bearing plates, and other embedments, with steel
+�r
erector present, for compliance with requirements.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Provide temporary shores, guys, braces, and other supports during erection to
keep structural steel secure, plumb, and in alignment against temporary
construction loads and loads equal in intensity to design loads. Remove
temporary supports when permanent structural steel, connections, and bracing are
r. in place, unless otherwise indicated.
3.3 ERECTION
A. Set structural steel accurately in locations and to elevations indicated and
according to AISC's "Code of Standard Practice for Steel Buildings and Bridges"
and "Load and Resistance Factor Design Specification for Structural Steel
Buildings."
B. Maintain erection tolerances of structural steel within AISC's"Code of Standard
Practice for Steel Buildings and Bridges."
C. Align and adjust various members forming part of complete frame or structure
before permanently fastening. Before assembly, clean bearing surfaces and other
surfaces that will be in permanent contact with members. Perform necessary
adjustments to compensate for discrepancies in elevations and alignment.
1. Level and plumb individual members of structure.
2. Make allowances for difference between temperature at time of erection
and mean temperature when structure is completed and in service.
D. Splice members only where indicated.
E. Remove erection bolts on welded, architecturally exposed structural steel; fill
holes with plug welds; and grind smooth at exposed surfaces.
., F. Do not use thermal cutting during erection unless approved by Engineer. Finish
thermally cut sections within smoothness limits in AWS D 1.1.
G. Do not enlarge unfair holes in members by burning or using drift pins. Ream
holes that must be enlarged to admit bolts.
City of Renton Elevated Water Tanks 05120-7
Seismic Repair and Rehabilitation
SECTION
0512()
STRUCTURAL STEEL
3.4 FIELD CONNECTIONS
A. High-Strength Bolts: Shop install high-strength bolts accordin g to RCSC's
"Specification for Structural Joints Using ASTM A 325 or A 490 Bolts"for type
of bolt and type of joint specified.
B. Weld Connections: Comply with AWS D1.1 for welding procedure
specifications, tolerances, appearance, and quality of welds and for methods used
in correcting welding work.
1. Comply with AISC's "Code of Standard Practice for Steel Buildings and
Bridges" and "Load and Resistance Factor Design Specification for
Structural Steel Buildings"for bearing, adequacy of temporary
connections, alignment, and removal of paint on surfaces adjacent to field
welds.
2. Remove backing bars or runoff tabs, back gouge, and grind steel smooth.
3. Assemble and weld built-up sections by methods that will maintain true
alignment of axes without exceeding tolerances of AISC's"Code of
Standard Practice for Steel Buildings and.Bridges" for mill material.
4. Verify that weld sizes, fabrication sequence, and equipment used for
architecturally exposed structural steel will limit distortions to allowable
tolerances.
a. Grind butt welds flush.
b. Grind or fill exposed fillet welds to smooth profile. Dress exposed
welds.
3.5 FIELD QUALITY CONTROL
ied independent testing and A. Testing Agency: Owner will engage a u ahf
inspecting agency to inspect field welds and high-strength bolted connections.
B. Bolted Connections: Bolted connections will be tested and inspected according to
P g
RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts."
C. Welded Connections: Field welds will be visually inspected ected accordin g to
AWS D1.1.
1. In addition to visual inspection, field welds will be tested accordin g to
AWS D1.1 and the following inspection procedures, at testing agency's
option:
a. Liquid Penetrant Inspection: ASTM E 165.
City of Renton Elevated Water Tanks
05120-8
Seismic Repair and Rehabilitation
40
SECTION 05120
STRUCTURALSTEEL
b. Magnetic Particle Inspection: ASTM E 709; performed on root
pass and on finished weld. Cracks or zones of incomplete fusion
or penetration will not be accepted.
C. Ultrasonic Inspection: ASTM E 164.
d. Radiographic Inspection: ASTM E 94.
D. Correct deficiencies in Work that test reports and inspections indicate does not
comply with the Contract Documents.
3.6 REPAIRS AND PROTECTION
A. Repair damaged galvanized coatings on galvanized items with galvanized repair
paint according to ASTM A 780 and manufacturer's written instructions.
B. Touchup Painting: Cleaning and touchup painting of field welds, bolted
connections, and abraded areas of shop paint are specified in Section 09900.
END OF SECTION
low
w
...
City of Renton Elevated Water Tanks 05120-9
Seismic Repair and Rehabilitation
SECTION 05500
METAL FABRICATIONS
PART 1 - GENERAL
., 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
lo. 1.2 SUMMARY
A. This Section includes:
1. Steel ladders.
2. Ladder safety cages.
VW
3. Steel framing and supports for applications where framing and supports
are not specified in other Sections.
4. Metal floor plate and supports.
r B. Related Sections:
1. Section 05120 - Structural Steel
2. Section 05530 - Gratings
.. 3. Section 05521 - Pipe and Tube Railings
4. Section 09900 - Painting
1.3 SUBMITTALS
A. Product Data: Nonslip aggregates and nonslip-aggregate surface finishes.
B. Shop Drawings: Detail fabrication and erection of each metal fabrication
indicated. Include plans, elevations, sections, and details of metal fabrications
and their connections. Show anchorage and accessory items.
1. Provide templates for anchors and bolts specified for installation under
other Sections.
C. Welding Certificates: Copies of certificates for welding procedures and
personnel.
D. Qualification Data: For firms and persons specified in "Quality Assurance"
Article to demonstrate their capabilities and experience. Include lists of
City of Renton Elevated Water Tanks 05500-1
Seismic Repair and Rehabilitation
SECTION 05500 -
METAL FABRICATIONS
completed projects with project names and addresses, names and addresses of
architects and owners, and other information specified.
1.4 QUALITY ASSURANCE
A. Fabricator Qualifications: A firm experienced in producing metal fabrications
similar to those indicated for this Project and with a record of successful in-
service performance, as well as sufficient production capacity to produce required
units.
B. Welding: Qualify procedures and personnel according to the following:
1. AWS D1.1, "Structural Welding Code--Steel."
2. AWS D1.3, "Structural Welding Code--Sheet Steel."
3. Certify that each welder has satisfactorily passed AWS qualification tests
for welding processes involved and, if pertinent, has undergone
recertification.
1.5 PROJECT CONDITIONS
A. Field Measurements: Where metal fabrications are indicated to fit walls and other
construction, verify dimensions by field measurements before fabrication and
indicate measurements on Shop Drawings. Coordinate fabrication schedule with
construction progress to avoid delaying the Work.
1. Established Dimensions: Where field measurements cannot be made
without delaying the Work, establish dimensions and proceed with
fabricating metal fabrications without field measurements. Coordinate
construction to ensure that actual dimensions correspond to established
dimensions. Allow for trimming and fitting.
1.6 COORDINATION
A. Coordinate installation of anchorages for metal fabrications. Furnish setting
drawings, templates, and directions for installing anchorages, including sleeves, `
concrete inserts, anchor bolts, and items with integral anchors, that are to be
embedded in concrete or masonry. Deliver such items to Project site in time for
installation.
City of Renton Elevated Water Tanks 05500-2
Seismic Repair and Rehabilitation
r SECTION 05500
METAL FABRICATIONS
PART 2 - PRODUCTS
„ 2.1 METALS, GENERAL
A. Metal Surfaces, General: For metal fabrications exposed to view in the completed
Work, provide materials with smooth, flat surfaces without blemishes. Do not use
materials with exposed pitting, seam marks, roller marks, rolled trade names, or
roughness.
2.2 FERROUS METALS
A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M.
B. Rolled-Steel Floor Plate: ASTM A 786/A 786M, rolled from plate complying
with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D.
C. Steel Tubing: Cold-formed steel tubing complying with ASTM A 500.
D. Steel Pipe: ASTM A 53, standard weight (Schedule 40), unless another weight is
indicated or required by structural loads.
E. Malleable-Iron Castings: ASTM A 47, Grade 32510.
F. Gray-Iron Castings: ASTM A 48, Class 30, unless another class is indicated or
required by structural loads.
G. Cast-in-Place Anchors in Concrete: Anchors of type indicated below, fabricated
from corrosion-resistant materials capable of sustaining, without failure, the load
imposed within a safety factor of 4, as determined by testing per ASTM E 488,
conducted by a qualified independent testing agency.
1. Threaded or wedge type; galvanized ferrous castings, either ASTM A 47
malleable iron or ASTM A 27/A 27M cast steel. Provide bolts, washers,
and shims as needed, hot-dip galvanized per ASTM A 153/A 153M.
H. Welding Rods and Bare Electrodes: Select according to AWS specifications for
metal alloy welded.
2.3 FASTENERS
A. General: Provide Type 304 or 316 stainless-steel fasteners for exterior use and
zinc-plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5,
where built into exterior walls. Select fasteners for type, grade, and class
required.
,.,, B. Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A; with hex
nuts, ASTM A 563; and, where indicated, flat washers.
City of Renton Elevated Water Tanks 05500-3
Seismic Repair and Rehabilitation
aw
SECTION 05500
METAL FABRICATIONS
C. Anchor Bolts: ASTM F 1554, Grade 36.
D. Machine Screws: ASME B18.6.3.
E. Lag Bolts: ASME B 18.2.1.
F. Plain Washers: Round, carbon steel, ASME B 18.22.1.
G. Lock Washers: Helical, spring type, carbon steel, ASME B18.21.1.
2.4 FABRICATION, GENERAL
A. Shop Assembly: Preassemble items in shop to greatest extent possible to
minimize field splicing and assembly. Disassemble units only as necessary for
shipping and handling limitations. Use connections that maintain structural value
of joined pieces. Clearly mark units for reassembly and coordinated installation.
B. Shear and punch metals cleanly and accurately. Remove burrs.
C. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise
indicated. Form bent-metal corners to smallest radius possible without causing
grain separation or otherwise impairing work.
D. Weld corners and seams continuously to comply with the following: '
1. Use materials and methods that minimize distortion and develop strength
and corrosion resistance of base metals.
2. Obtain fusion without undercut or overlap.
3. Remove welding flux immediately.
4. At exposed connections, finish exposed welds and surfaces smooth and
blended so no roughness shows after finishing and contour of welded
surface matches that of adjacent surface.
E. Provide for anchorage of type indicated; coordinate with supporting structure.
Fabricate and space anchoring devices to secure metal fabrications rigidly in place
and to support indicated loads.
F. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish
hardware, screws, and similar items.
G. Fabricate joints that will be exposed to weather in a manner to exclude water, or
provide weep holes where water may accumulate.
H. Allow for thermal movement resulting from the following maximum change
(range) in ambient and surface temperatures by preventing,buckling, opening up
City of Renton Elevated Water Tanks 05500-4
Seismic Repair and Rehabilitation
SECTION 05500
METAL FABRICATIONS
of joints, overstressing of components, failure of connections, and other
detrimental effects. Base engineering calculation on surface temperatures of
materials due to both solar heat gain and nighttime-sky heat loss.
1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material
r„ surfaces.
I. Form exposed work true to line and level with accurate angles and surfaces and
straight sharp edges.
J. Remove sharp or rough areas on exposed traffic surfaces.
K. Form exposed connections with hairline joints, flush and smooth, using concealed
fasteners where possible. Use exposed fasteners of type indicated or, if not
indicated, Phillips flat-head (countersunk) screws or bolts. Locate joints where
least conspicuous.
2.5 STEEL LADDERS
A. Fabricate and assemble ladders to the following requirements unless noted
otherwise:
1. Comply with ANSI A14.3.
2. Fit rungs in centerline of side rails; plug-weld and grind smooth on outer
rail faces.
3. Support each ladder at top and bottom and not more than 60 inches on
center with welded or bolted steel brackets. Size brackets to support
design loads specified in ANSI A14.3.
4. Provide nonslip surfaces on top of each rung, either by coating rung with
aluminum-oxide granules set in epoxy-resin adhesive or by using a type of
manufactured rung filled with aluminum-oxide grout.
2.6 LADDER SAFETY CAGES
A. Fabricate and assemble ladder safety cages to the following requirements unless
noted otherwise:
1. Comply with ANSI A14.3.
2. Assembly by welding of riviting.
3. Primary Hoops: 5/16-by-4-inch steel flat bar hoops. Provide at tops and
bottoms of cages and spaced not more than 20 feet on center.
City of Renton Elevated Water Tanks 05500-5
Seismic Repair and Rehabilitation
SECTION OSSOU
METAL FABRICATIONS
4. Secondary Intermediate Hoops: 5/16-by-2-inch steel flat bar hoops,
spaced not more than 48 inches on center between primary hoops.
5. Vertical Bars: 5/16-by-2-inch steel flat bars secured to each hoop, spaced
approximately 9 inches on center.
6. Fasten assembled safety cage to ladder rails and adjacent construction by
welding or riveting, unless otherwise indicated.
2.7 LADDER SAFETY CLIMB SYSTEM
A. General: Ladder safety climb rigid rail fall prevention system shall be
Saf-T-Climb System for fixed exterior ladders as shown on the Drawings. Safety
climb device shall be compatible with the existing safety climb device on the
existing tank ladder. System shall be fabricated to match the height and end
locations shown on the Drawings. Contractor shall field verify dimensions for
safety climb device.
B. Comply with WAC Section 296-24-81. Meet or exceed Federal Specification
RR-S-001301 and OSHA Regulation Number 1910.27.
C. Equipment shall be tested according to ANSI 14.3. Belts and harnesses shall be
tested according to ANSI 10.14.
rwr
D. Each complete system shall allow the worker to operate freely in a normal
climbing position during ascent or descent.
E. Components and Accessories: All components, including rail, mounting
hardware, and accessories, shall be Type 304 stainless steel. Components shall
include the following:
1. Saf-T-Notch rail.
2. Two (2) Saf-T-Lok sleeves.
3. One (1) Saf-T-Pivot dismount section.
rr
4. Two (2) Saf-T-Belts.
5. One (1) Saf-T-Climb harness.
6. One (1) Saf-T-Lanyard.
7. Mounting brackets (ladder rung clamps).
8. Additional accessories required to complete the system
City of Renton Elevated Water Tanks 05500-6
Seismic Repair and Rehabilitation
SECTION 05500
METAL FABRICATIONS
F. Manufacturer and Product: North Specialty Products, a division of Siebe North,
Inc., Brea, CA; Saf-T-Climb Fall Prevention System.
2.8 MISCELLANEOUS FRAMING AND SUPPORTS
A. General: Provide steel framing and supports that are not a part of structural-steel
framework as necessary to complete the Work.
B. Fabricate units from structural-steel shapes, plates, and bars of welded
construction, unless otherwise indicated. Fabricate to sizes, shapes, and profiles
indicated and as necessary to receive adjacent construction retained by framing
and supports. Cut, drill, and tap units to receive hardware, hangers, and similar
items.
1. Fabricate units from slotted channel framing where indicated.
C. Galvanize miscellaneous framing and supports where indicated.
�. 2.9 METAL FLOOR PLATE
A. Fabricate raised-pattern floor plates from rolled-steel floor plate of thickness as
"" indicated.
B. Abrasive-Surface Floor Plate: Fabricate from steel plate, of thickness indicated,
VW with abrasive granules rolled into surface. Provide material with coefficient of
friction of 0.6 or higher when tested according to ASTM C 1028.
C. Include steel angle stiffeners, and fixed and removable sections as indicated.
1. Provide flush steel bar drop handles for lifting removable sections, one at
each end of each section.
2.10 FINISHES, GENERAL
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal
Products" for recommendations for applying and designating finishes.
B. Finish metal fabrications after assembly.
2.11 STEEL AND IRON FINISHES
A. Galvanizing: Hot-dip galvanize items as indicated to comply with applicable
standard listed below:
1. ASTM A 123, for galvanizing steel and iron products.
2. ASTM A 153/A 153M, for galvanizing steel and iron hardware.
City of Renton Elevated Water Tanks 05500-7
Seismic Repair and Rehabilitation
AW
SECTION 0550()
METAL FABRICATIONS
B. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply
with minimum requirements indicated below for SSPC surface-preparation
specifications and environmental exposure conditions of installed metal
fabrications:
1. Exteriors (SSPC Zone 1B): SSPC-SP 6/NACE No. 3, "Commercial Blast
Cleaning."
C. Apply shop primer to uncoated surfaces of metal fabrications, except those with
galvanized finishes and those to be embedded in concrete, sprayed-on
fireproofing, or masonry, unless otherwise indicated. Comply with SSPC-PA 1,
"Paint Application Specification No. 1,"for shop painting.
1. Stripe paint corners, crevices, bolts, welds, and sharp edges.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. Fastening to In-Place Construction: Provide anchorage devices and fasteners
where necessary for securing metal fabrications to in-place construction. Include
threaded fasteners for concrete and masonry inserts, toggle bolts, through-bolts,
lag bolts, wood screws, and other connectors.
B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for
installing metal fabrications. Set metal fabrications accurately in location,
alignment, and elevation; with edges and surfaces level, plumb, true, and free of
rack; and measured from established lines and levels.
f
C. Provide temporary bracing or anchors in formwork for items that are to be built
into concrete, masonry, or similar construction.
D. Fit exposed connections accurately together to form hairline joints. Weld ;
connections that are not to be left as exposed joints but cannot be shop welded
because of shipping size limitations. Do not weld, cut, or abrade surfaces of
exterior units that have been hot-dip galvanized after fabrication and are for
bolted or screwed field connections.
E. Field Welding: Comply with the following requirements:
1. Use materials and methods that minimize distortion and develop strength
and corrosion resistance of base metals.
2. Obtain fusion without undercut or overlap.
3. Remove welding flux immediately.
City of Renton Elevated Water Tanks 05500-8
Seismic Repair and Rehabilitation
-- SECTION 05500
METAL FABRICATIONS
4. At exposed connections, finish exposed welds and surfaces smooth and
blended so no roughness shows after finishing and contour of welded
%W surface matches that of adjacent surface.
3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS
PM
A. Install framing and supports to comply with requirements of items being
supported, including manufacturers' written instructions and requirements
1W indicated on Shop Drawings, if any.
3.3 ADJUSTING AND CLEANING
"" A. Touchup Painting: Cleaning and touchup painting of field welds, bolted
connections, and abraded areas of shop paint are specified in Section 09900.
"° B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas
and repair galvanizing to comply with ASTM A 780.
END OF SECTION
aw
VW
..
aw
City of Renton Elevated Water Tanks 05500-9
Seismic Repair and Rehabilitation
..
SECTION 05521
PIPE AND TUBE RAILINGS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
,., Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. This Section includes steel pipe and tube handrails and railings.
B. Related Sections:
1. Section 09900 - Painting
OW
1.3 SUBMITTALS
A. Shop Drawings: Show fabrication and installation of handrails and railings.
Include plans, elevations, sections, component details, and attachments to other
Work.
1.4 STORAGE
A. Store handrails and railings in a dry, well-ventilated, weathertight place.
1.5 PROJECT CONDITIONS
A. Field Measurements: Verify handrail and railing dimensions by field
measurements before fabrication and indicate measurements on Shop Drawings.
Coordinate fabrication schedule with construction progress to avoid delaying the
Work.
.. 1. Established Dimensions: Where field measurements cannot be made
without delaying the Work, establish dimensions and proceed with
fabricating handrails and railings without field measurements. Coordinate
AW construction to ensure that actual dimensions correspond to established
dimensions.
.,� PART 2 - PRODUCTS
2.1 METALS
A. General: Provide metal free from pitting, seam marks, roller marks, stains,
discolorations, and other imperfections where exposed to view on finished units.
r
B. Steel and Iron: Provide steel and iron in the form indicated, complying with the
following requirements, unless noted otherwise:
AM City of Renton Elevated Water Tanks 05521-1
Seismic Repair and Rehabilitation
AW
SECTION 05521 to
PIPE AND TUBE RAILINGS
tAN
1. Steel Pipe:
a. ASTM A 53 40
b. Black finish, unless otherwise indicated.
go
C. Type F, or Type S, Grade A, standard weight (Schedule 40), unless
another grade and weight are required by structural loads.
2. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M.
C. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material
and finish as supported rails, unless otherwise indicated.
2.2 WELDING MATERIALS, FASTENERS, AND ANCHORS
A. Welding Electrodes and Filler Metal: Provide type and alloy of filler metal and
electrodes as recommended by producer of metal to be welded and as required for
color match, strength, and compatibility in fabricated items.
B. Fasteners for Interconnecting Handrail and Railing Components: Use fasteners
fabricated from same basic metal as fastened metal, unless otherwise indicated.
Do not use metals that are corrosive or incompatible with materials joined.
1. Provide concealed fasteners for interconnecting handrail and railing
components and for attaching them to other work, unless otherwise
indicated.
2. Provide Phillips flat-head machine screws for exposed fasteners, unless
otherwise indicated.
2.3 SHOP PRIMING
A. Shop Primers: Provide primers to comply with applicable requirements in
Section 09900.
B. Painting: As specified in Section 09900.
2.4 FABRICATION
A. General: Fabricate handrails and railings to comply with requirements indicated
for dimensions, member sizes and spacing, details, finish, and anchorage.
B. Assemble handrails and railings in the shop to greatest extent possible to
minimize field splicing and assembly. Disassemble units only as necessary for
shipping and handling limitations. Clearly mark units for reassembly and
City of Renton Elevated Water Tanks 05521-2
Seismic Repair and Rehabilitation
4W
SECTION 05521
PIPE AND TUBE RAILINGS
low
coordinated installation. Use connections that maintain structural value of joined
pieces.
4W
C. Form changes in direction of railing members by bending, flush radius bends,
mitering at elbow bends, or inserting prefabricated flush-elbow fittings.
A
D. Form simple and compound curves by bending members in jigs to produce
uniform curvature for each repetitive configuration required; maintain cylindrical
,. cross section of member throughout entire bend without buckling, twisting,
cracking, or otherwise deforming exposed surfaces of handrail and railing
components.
MW
E. Welded Connections: Fabricate handrails and railings for connecting members by
welding. Cope components at perpendicular and skew connections to provide
., close fit, or use fittings designed for this purpose. Weld connections continuously
to comply with the following:
1. Use materials and methods that minimize distortion and develop strength
and corrosion resistance of base metals.
2. Obtain fusion without undercut or overlap.
3. Remove flux immediately.
4. At exposed connections, finish exposed surfaces smooth and blended so
no roughness shows after finishing and welded surface matches contours
of adjoining surfaces.
F. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, flanges,
miscellaneous fittings, and anchors to interconnect handrail and railing members
to other work, unless otherwise indicated.
G. Shear and punch metals cleanly and accurately. Remove burrs from exposed cut
edges.
H. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise
indicated. Form bent-metal corners to smallest radius possible without causing
grain separation or otherwise impairing the Work.
I. Cut,reinforce, drill, and tap components, as indicated, to receive finish hardware,
screws, and similar items.
J. Provide weep holes or another means to drain entrapped water in hollow sections
of handrail and railing members that are exposed to exterior or to moisture from
condensation or other sources.
K. Fabricate joints that will be exposed to weather in a watertight manner.
"' City of Renton Elevated Water Tanks 05521-3
Seismic Repair and Rehabilitation
4W
SECTION 05521
PIPE AND TUBE RAILINGS
L. Close exposed ends of handrail and railing members with prefabricated end
fittings.
M. Toe Boards: Where indicated, provide toe boards at railings around openings and
at edge of open-sided floors and platforms. Fabricate to dimensions and details
indicated.
N. Fillers: Provide fillers made from steel plate, or other suitably crush-resistant
material, where needed to transfer wall bracket loads through wall finishes to
structural supports. Size fillers to suit wall finish thicknesses and to produce
adequate bearing area to prevent bracket rotation and overstressing of substrate.
2.5 FINISHES, GENERAL
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal
Products"for recommendations for applying and designating finishes.
B. Protect mechanical finishes on exposed surfaces from damage by applying a
strippable, temporary protective covering before shipping.
C. Appearance of Finished Work: Variations in appearance of abutting or adjacent
pieces are acceptable if they are within one-half of the range of approved
Samples. Noticeable variations in the same piece are not acceptable. Variations
in appearance of other components are acceptable if they are within the range of
approved Samples and are assembled or installed to minimize contrast.
D. Provide exposed fasteners with finish matching appearance, including color and
texture, of handrails and railings.
2.6 STEEL FINISHES
A. Fill vent and drain holes that will be exposed in finished Work, unless indicated to
remain as weep holes, by plugging with zinc solder and filing off smooth.
B. For nongalvanized steel handrails and railings, provide nongalvanized ferrous-
metal fittings, brackets, fasteners, and sleeves.
C. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply
with minimum requirements indicated below for SSPC surface-preparation
specifications and environmental exposure conditions of installed handrails and
railings:
1. Exteriors S P -
( S Clone 1B): SSPC SP 6, Commercial Blast Cleaning.
D. Apply shop primer to prepared surfaces of handrail and railing components,
unless otherwise indicated. Comply with requirements in SSPC-PA 1, "Paint
Application Specification No. 1,"for shop painting.
City of Renton Elevated Water Tanks 05521-4
Seismic Repair and Rehabilitation
SECTION 05521
PIPE AND TUBE RAILINGS
1. Stripe paint edges, corners, crevices, bolts, and welds.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. Fit exposed connections together to form tight, hairline joints.
B. Perform cutting, drilling, and fitting required to install handrails and railings. Set
�. handrails and railings accurately in location, alignment, and elevation; measured
from established lines and levels and free from rack.
1. Do not weld, cut, or abrade surfaces of handrail and railing components
that have been coated or finished after fabrication and that are intended for
field connection by mechanical or other means without further cutting or
fitting.
2. Set posts plumb within a tolerance of 1/16 inch in 3 feet.
3. Align rails so variations from level for horizontal members and from
parallel with rake of steps and ramps for sloping members do not exceed
1/4 inch in 12 feet.
C. Adjust handrails and railings before anchoring to ensure matching alignment at
abutting joints. Space posts at interval indicated.
3.2 RAILING CONNECTIONS
A. Welded Connections: Use fully welded joints for permanently connecting railing
components. Comply with requirements for welded connections in "Fabrication"
MW Article whether welding is performed in the shop or in the field.
3.3 CLEANING
A. Touchup Painting: Cleaning and touchup painting of field welds, bolted
connections, and abraded areas of shop paint are specified in Section 09900.
w
3.4 PROTECTION
A. Restore finishes damaged during installation and construction period so no
evidence remains of correction work. Return items that cannot be refinished in
the field to the shop; make required alterations and refinish entire unit, or provide
,. new units.
END OF SECTION
City of Renton Elevated Water Tanks 05521-5
Seismic Repair and Rehabilitation
SECTION 05530
GRATINGS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.2 SUMMARY
A. This Section includes:
"" 1. Metal bar gratings.
2. Metal frames and supports for gratings.
AW
B. Related Sections:
1. Section 05120 - Structural Steel
2. Section 05521 - Pipe and Tube Railings
1.3 SUBMITTALS
lee A. Product Data: For the following:
1. Formed-metal plank gratings.
2. Clips and anchorage devices for gratings.
�» 3. Paint products.
B. Shop Drawings: Show fabrication and installation details for gratings. Include
plans, elevations, sections, and details of connections. Show anchorage and
accessory items. Provide templates for anchors and bolts specified for installation
under other Sections.
C. Welding Certificates: Copies of certificates for welding procedures and
personnel.
m'" D. Qualification Data: For firms and persons specified in "Quality Assurance"
Article to demonstrate their capabilities and experience. Include lists of
completed projects with project names and addresses, names and addresses of
architects and owners, and other information specified.
a
City of Renton Elevated Water Tanks 05530-1
Seismic Repair and Rehabilitation
SECTION 05530
GRATINGS
1.4 QUALITY ASSURANCE
A. Fabricator Qualifications: A firm experienced in roducin gratings similar t
P g �' g o
those indicated for this Project and with a record of successful in-service
performance, as well as sufficient production capacity to produce required units.
B. Metal Bar Grating Standards: Comply with applicable requirements of the
following:
1. Non-Heavy-Duty Metal Bar Gratings: Comply with NAAMM MBG 531,
"Metal Bar Grating Manual for Steel, Stainless Steel, and Aluminum
Gratings and Stair Treads."
2. Heavy-Duty Metal Bar Gratings: Comply with NAAMM MBG 532,
"Heavy-Duty Metal Bar Grating Manual."
C. Welding: Qualify procedures and personnel according to the following:
1. AWS D1.1, "Structural Welding Code--Steel."
2. AWS D1.3, "Structural Welding Code--Sheet Steel."
3. Certify that each welder has satisfactorily passed AWS qualification tests
for welding processes involved and, if pertinent, has undergone
recertification.
1.5 PROJECT CONDITIONS
A. Field Measurements: Where gratings are indicated to fit to other construction,
verify dimensions of other construction by field measurements before fabrication
and indicate measurements on Shop Drawings. Coordinate fabrication schedule
with construction progress to avoid delaying the Work.
1. Established Dimensions: Where field measurements cannot be made
without delaying the Work, establish dimensions and proceed with
fabricating gratings without field measurements. Coordinate construction
to ensure that actual dimensions correspond to established dimensions.
Allow for trimming and fitting.
1.6 COORDINATION
A. Coordinate installation of anchorages for gratings, grating frames, and supports.
Furnish setting drawings, templates, and directions for installing anchorages,
including sleeves, concrete inserts, anchor bolts, and items with integral anchors,
that are to be embedded in concrete or masonry. Deliver such items to Project site
in time for installation.
City of Renton Elevated Water Tanks 05530-2
Seismic Repair and Rehabilitation
40
SECTION 05530
GRATINGS
PART 2 - PRODUCTS
"W 2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by
dw one of the following:
1. Metal Bar Gratings:
sm
a. Alabama Metal Industries Corp.
«r
b. All American Grating, Inc.
C. Barnett/Bates Corp.
d. Harris Steel Ltd.; Fisher &Ludlow Div.
e. IKG Borden.
f. Klemp Corp.
g. Ohio Gratings, Inc.
h. Seidelhuber Metal Products,Inc.
..
i. Tru-Weld Grating, Inc.
low 2.2 FERROUS METALS
A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M.
low
B. Wire Rod for Grating Crossbars: ASTM A 510.
C. Uncoated Steel Sheet: ASTM A 570/A 570M, Grade 33.
D. Galvanized Steel Sheet: ASTM A 653/A 653M, structural quality, Grade 33, with
G90 coating.
E. Welding Rods and Bare Electrodes: Select according to AWS specifications for
metal alloy to be welded.
2.3 PAINT
A. Shop Primers: Provide primers that comply with Section 09900.
B. Shop Primer for Ferrous Metal: Fast-curing, lead- and chromate-free, universal
modified-alkyd primer complying with performance requirements in FS TT-P-
664; selected for good resistance to normal atmospheric corrosion, compatibility
City of Renton Elevated Water Tanks 05530-3
Seismic Repair and Rehabilitation
SECTION 05530
GRATINGS
with finish paint systems indicated, and capability to provide a sound foundation
for field-applied topcoats despite prolonged exposure.
C. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds
in steel, complying with SSPC-Paint 20.
D. Bituminous Paint: Cold-applied asphalt mastic complying with SSPC-Paint 12,
except containing no asbestos fibers, or cold-applied asphalt emulsion complying
with ASTM D 1187.
2.4 FASTENERS
A. General: Provide Type 304 or 316 stainless-steel fasteners for exterior use and
zinc-plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5,
where built into exterior walls. Select fasteners for type, grade, and class
required.
B. Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A; with hex
nuts, ASTM A 563; and, where indicated, flat washers.
C. Plain Washers: Round, carbon steel, ASME B 18.22.1.
D. Lock Washers: Helical, spring type, carbon steel, ASME B18.21.1.
2.5 FABRICATION
A. Shop Assembly: Fabricate grating sections in shop to greatest extent possible to ift
minimize field splicing and assembly. Disassemble units only as necessary for
shipping and handling limitations. Use connections that maintain structural value
of joined pieces. Clearly mark units for reassembly and coordinated installation.
B. Form from materials of size, thickness, and shapes indicated, but not less than that
needed to support indicated loads.
C. Shear and punch metals cleanly and accurately. Remove burrs.
D. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise
indicated.
E. Fit exposed connections accurately together to form hairline joints. °11
F. Welding: Comply with AWS recommendations and the following:
1. Use materials and methods that minimize distortion and develop strength
and corrosion resistance of base metals.
2. Obtain fusion without undercut or overlap.
City of Renton Elevated Water Tanks 05530-4
Seismic Repair and Rehabilitation
" SECTION 05530
GRATINGS
v..
3. Remove welding flux immediately.
G. Provide for anchorage of type indicated; coordinate with supporting structure.
Fabricate and space anchoring devices to secure gratings, frames, and supports
rigidly in place and to support indicated loads.
2.6 METAL BAR GRATINGS
A. Fabricate welded steel gratings as follows:
1. Grating Mark: As indicated.
B. Traffic Surface for Steel Bar Gratings: As follows:
1. Plain.
Now
2. Serrated.
VW 3. Knurled.
4. Applied abrasive finish consisting of aluminum-oxide aggregate in an
epoxy-resin adhesive.
5. As indicated.
VW
C. Steel Finish: As follows:
• 1. Shop primer applied according to manufacturer's standard practice.
2. Hot-dip galvanized with a coating weight of not less than 1.8 oz./sq. ft. of
ow coated surface.
D. Fabricate cutouts in grating sections for penetrations indicated. Arrange cutouts
AW to permit grating removal without disturbing items penetrating gratings.
1. Edge-band openings in grating that interrupt four or more bearing bars
jiW with bars of the same size and material as bearing bars.
E. Do not notch bearing bars at supports to maintain elevation.
low 2.7 FINISHES
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal
Products" for recommendations for applying and designating finishes.
B. Finish gratings, frames, and supports after assembly.
City of Renton Elevated Water Tanks 05530-5
Seismic Repair and Rehabilitation
SECTION 05530
GRATINGS
C. Galvanizing: For those items indicated for galvanizing, apply zinc coating by the
hot-dip process complying with ASTM A 123. '
D. Preparation for Shop Priming: Prepare uncoated ferrous-metal surfaces to comply
with minimum requirements indicated below for SSPC surface-preparation
specifications and environmental exposure conditions of installed items:
1. Exteriors (SSPC Zone 1B): SSPC-SP 6/NACE No. 3,"Commercial Blast
Cleaning."
E. Apply shop primer to uncoated surfaces of gratings, frames, and supports, except
those with galvanized finishes and those to be embedded in concrete or masonry,
unless otherwise indicated. Comply with SSPC-PA 1, "Paint Application
Specification No. 1,"for shop painting.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. Fastening to In-Place Construction: Provide anchorage devices and fasteners
where necessary for securing gratings to in-place construction.
B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for
installing gratings. Set units accurately in location, alignment, and elevation;
measured from established lines and levels and free from rack.
C. Fit exposed connections accurately together to form hairline joints. Weld
connections that are not to be left as exposed joints but cannot be shop welded
because of shipping size limitations. Do not weld, cut, or abrade the surfaces of
exterior units that have been hot-dip galvanized after fabrication and are for
bolted or screwed field connections.
D. Field Welding: Comply with the following requirements:
1. Use materials and methods that minimize distortion and develop strength
and corrosion resistance of base metals.
2. Obtain fusion without undercut or overlap.
3. Remove welding flux immediately.
3.2 INSTALLING METAL BAR GRATINGS
A. General: Install gratings to comply with recommendations of referenced metal
bar grating standards that apply to grating types and bar sizes indicated, including
installation clearances and standard anchoring details.
City of Renton Elevated Water Tanks 05530-6
Seismic Repair and Rehabilitation
SECTION 05530
GRATINGS
B. Attach nonremovable units to supporting members by welding, unless otherwise
indicated. Comply with manufacturer's written instructions for size and spacing
of welds.
3.3 ADJUSTING AND CLEANING
A. Touchup Painting: Cleaning and touchup painting of field welds, bolted
connections, and abraded areas of shop paint are specified in Section 09900.
MM
B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas
and repair galvanizing to comply with ASTM A 780.
am
END OF SECTION
AW
W
MW
.r
City of Renton Elevated Water Tanks 05530-7
Seismic Repair and Rehabilitation
MW
SECTION 09900
PAINTING
PART 1 - GENERAL
1.1 DESCRIPTION
A. This section includes surface preparation,furnishing, and application of special
protective coatings, complete, for the interior and exterior surfaces of the Rolling
Hills elevated water storage reservoir, and for replacement components associated
with repairs to the Rolling Hills and Highlands elevated water storage reservoir.
.. For subgrade water mains, valves, and fittings, see Section 09970.
1.2 REFERENCES
A. The following is a list of standards which may be referenced in this section:
1. NSF International (NSF): 61-2002,Drinking Water System Components-
Health Effects.
�- 2. Occupational Safety and Health Act.
3. Steel Structures Painting Council.
4. National Association of Corrosion Engineers (MACE): Manual for Painter
Safety.
1.3 DEFINITIONS
w, A. ANSI: American National Standards Institute.
B. AWWA: American Water Works Association.
aw C. FRP: Fiberglass Reinforced Plastic.
D. MDFT: Minimum Dry Film Thickness.
E. MDFTPC: Minimum Dry Film Thickness Per Coat.
F. Mil: One-thousandth of an Inch.
A..
G. NACE: National Association of Corrosion Engineers.
H. OSHA: Occupational Safety and Health Act.
°•° I. PSDS: Paint System Data Sheet.
J. SFPG: Square Feet Per Gallon.
dw
K. SP: Surface Preparation.
City of Renton Elevated Water Tanks 09900-1
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
L. SSPC: Steel Structures Painting Council.
1.4 SUBMITTALS
A. Shop drawings.
B. Data Sheets:
I. Furnish a Paint System Data Sheet (PSDS),Technical Data Sheets, and
paint colors for each product used in the paint system. A sample PSDS form
is appended to the end of this section.
2. Submit required information on a system-by-system basis.
3. Indiscriminate submittal of manufacturer's literature only is not acceptable.
4. Furnish Material Safety and Data Sheets (MSDS) for the protective coating
and cleaning detergent.
5. Submit detailed chemical and gradation analysis for each proposed abrasive
material.
C. Samples:
I. Prior to start of surface preparation, furnish a 4-inch by 4-inch steel panel
for each grade of abrasive blast specified herein, prepared to the specified
requirements.
2. Provide panel representative of the steel used and prevent from deterioration
of surface quality.
3. Upon approval by ENGINEER, preserve panel as a reference source for
inspection.
D. Supplemental Paint Test Results: Submit results of laboratory tests for lead on
additional paint samples collected by the CONTRACTOR after the tank has been
drained.
E. Quality Control Submittals:
I. Applicator's Experience: List of references substantiating this requirement
as specified.
2. Manufacturer's Letter: Provide a letter from the paint manufacturer stating:
a. Proposed paint is compatible with the existing aged coatings on the
reservoir exterior.
City of Renton Elevated Water Tanks 09900-2
Seismic Repair and Rehabilitation
a" SECTION 09900
PAINTING
low
b. Surface preparation recommendations specific to the exterior surfaces
of the Rolling Hills reservoir.
wow
C. Recommended biodegradable detergent.
o" d. Include written instructions for applying each type of coating.
3. Provide anticipated reservoir coating sequence.
4. Field Testing:
• a. Field testing equipment as specified herein and as required to monitor
environmental conditions.
A. b. Inspection and Test Reports.
1.5 DEHUMIDIFICATION PLAN
A. Submit reservoir dehumidification plan, including proposed equipment and air
change rates.
1.6 RESERVOIR DEWATERING PLAN
A. Submit reservoir dewatering plan for approval by the City.
1.7 INFLATABLE PIPE PLUGS
A. Submit material and installation procedures for pipe pigs and pipe plugs.
1.8 DISINFECTION
A. As specified in Section 6-11 of these Special Provisions.
1.9 QUALITY ASSURANCE
A. Applicator's Experience:
1. Manufacturer's Experience: Minimum 5 years'manufacturing proposed
products.
,..
2. Applicator's Experience: Minimum 2 years' practical experience in
application of specified products on elevated steel water storage reservoirs.
AW
1.10 DELIVERY, STORAGE, AND HANDLING
.. A. Deliver materials to project site in unopened containers that plainly show, at time
of use, designated name, date of manufacture, color, and manufacturer.
City of Renton Elevated Water Tanks 09900-3
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
B. Store paints in a protected area that is heated or cooled to maintain temperature
range recommended by paint manufacturer.
1.11 11TH MONTH INSPECTION
A. The City will conduct an inspection of the interior and exterior coated surfaces
prior to the end of the warranty period. The CONTRACTOR will be notified in
advance of this inspection and may attend at its option and at no additional cost to
the City. A list of all coating defects will be prepared and transmitted to the
CONTRACTOR. The list will serve as notice of repairs required under warranty
at no additional cost to the City.
1.12 REPAIRS
A. All defective coatings shall be repaired by the CONTRACTOR using coating
materials, equipment, and methods similar to those used in the original work.
Materials shall be of fresh manufacture and within the manufacturer's stated shelf
life at the time of application. The CONTRACTOR shall provide an extended
warranty of 1 year for all repairs.
B. The CONTRACTOR shall complete all required coating repairs within 30
calendar days of the I Ith Month Inspection.
1.13 STATUS OF EXISTING RESERVOIR COATINGS
A. The following information is provided for the CONTRACTOR's information and
is generally believed to be accurate. The information shall not relieve the
CONTRACTOR from responsibility to inspect the reservoir and assess the
existing coatings and structural dimensions.
B. Rolling Hills: The Rolling Hills water storage reservoir was constructed in 1970.
The approximate dimensions of the reservoir are shown on the Drawings.
C. The reservoir exterior was shop-primed with an inorganic zinc primer(Tnemec
Series 92) and field-coated with a mist coat of vinyl paint and a finish of vinyl
paint (Tnemec Series 53). The exterior of the water reservoir was pressure
washed, spot primed, and topcoated with two coats of vinyl (Tnemec Series 34)in
1980.
D. The reservoir interior was field-coated with three coats of vinyl paint (Tnemec
Series 34-1211 primer, Series 34-1220 intermediate, and Series 35 finish). The
reservoir interior has not been repainted since the reservoir was constructed.
E. Exterior Condition: The coating on the exterior of this reservoir is in fair
condition. The color of the finish is faded and chalky. The topcoat has disbonded
from the primer in a few locations, most noticeably on the riser pipe. There are
�w
City of Renton Elevated Water Tanks 09900-4
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
4.
isolated areas of coating damage to bare steel, most notably on the center
standpipe.
$r
F. Interior Condition: Visual observations from the roof hatch indicate that the
coating on the roof is nearing failure. Significant rust was observed on the
overhead surfaces. The coating on the walls and submerged surfaces was
documented by a diving team that was retained by the City to clean the interior of
the reservoir in June, 1998. A review of a video tape from this cleaning project
indicated that the coating on submerged metals in the reservoir was in relatively
good condition, with blistering of the paint beginning to occur at the waterline and
some corrosion at isolated coating defects at welds and on the floor of the tank..
..
G. Paint Testing: Three samples of paint (topcoat and primer composite) were
removed from the exterior of the reservoir and one sample was removed from the
"" reservoir interior.The samples were analyzed and found to contain the following
concentrations of metals:
Concentration of Metals in Paint,Rolling Hills Water Storage Reservoir
( m)
low Exterior Exterior Exterior Interior
Metal (at Ladder) (at Catwalk) (at Center Column) (at Hatch)
�. Arsenic <5 <1.8 <2 32
Barium 940 360 640 20
law Cadmium <0.25 <0.09 0.61 <0.12
Chromium 140 690 30 110
Lead 150 2,900 150 960
Mercur 0.08 4.7 0.14 0.19
�. H. The CONTRACTOR shall take 3 additional samples from the interior tank
coating after the tank is drained and before abrasive blasting begins. The samples
shall be taken to base metal on the bowl wall,bowl floor, and standpipe. Each
sample shall be tested at an analytical laboratory for total lead content. Provide
the results of the tests to the OWNER.
.. I. Highlands Reservoir: The Highlands reservoir was repainted in 1979 with an
epoxy primer(Tnemec Series 66) and polyurethane enamel (Tnemec Series 71).
The tank was cleaned and topcoated with two coats of acrylic latex (Carboline
3359) in 1997.
City of Renton Elevated Water Tanks 09900-5
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
PART 2 -PRODUCTS
2.1
MANUFACTURERS
A. ICI Devoe,Louisville, KY
B. Sherwin Williams, Cleveland, OH.
C. Tnemec Coatings, Kansas City, MO.
2.2 PAINT MATERIALS
A. Regulatory Requirement: Products shall comply with federal, state, and local
requirements limiting the emission of volatile organic compounds. Specific
information may be secured through the local office of the Air Pollution Control
Officer.
B. Thinners, Cleaners, Driers, and Other Additives: As recommended
by paint
manufacturer of the particular coating.
C. Products:
Product Definition
NSF Epoxy Polyamide epoxy, approved for potable water
contact and conforming to NSF 61.
Epoxy Filler/Surfacer Non-shrink, trowel applied epoxy filler/surfacer
for potable water conforming to NSF 61,
Tnemec 63-1500 Filler and Surfacer, orequal.
Surface Tolerant Epoxy Two component epoxy primer, suitable for
Primer application to marginally prepared steel and
compatible with the existing vinyl coating and
specified finish coat.
Direct-to-Metal Acrylic Surface tolerant, direct-to-metal waterborne
acrylic suitable for application to aged vinyl
coatings and exposure to weather; Tnemec
Series 30; Sherwin Williams Sher-Cryl, or
approved equal.
2.3 COLORS 60
A. Exterior colors shall be as selected by the City for Rolling Hills. Exterior colors
shall match existing colors at Highlands. Interior coating colors shall be as
specified herein. Where more than one coat of a material is applied within a give
City of Renton Elevated Water Tanks 09900-6
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
system, alternate color to provide a visual reference that the required number of
coats have been applied.
B. Formulate with colorants free of lead or lead compounds.
2.4 TESTING GAUGES
A. Furnish a magnetic type dry film thickness gauge, to test coating thickness
specified in mils, as manufactured by Nordson Corp., Anaheim,CA., or equal.
B. Furnish an electrical holiday detector, low voltage, wet sponge type to test interior
.. coating for holidays and discontinuities,Model M-1 as manufactured by Tinker
and Rasor, San Gabriel, CA.
°- PART 3 -EXECUTION
3.1 GENERAL
A. Inspect and provide substrate surfaces prepared in accordance with these
Specifications and the printed directions and recommendations of paint
low manufacturer whose product is to be applied.
B. The intention of these Specifications is for all new and existing exterior and
interior exposed metal surfaces to be painted, whether specifically mentioned or
not, except as modified herein.
.` C. Provide ENGINEER minimum 3 days' advance notice prior to start of surface
preparation work or coating application work. Perform such work only in
presence of ENGINEER, unless ENGINEER grants prior approval to perform
�. such work in ENGINEER's absence.
D. Do not apply paint in temperatures exceeding manufacturer's recommended
.« maximum or minimum allowable, or in dust, smoke-laden atmosphere, damp or
humid weather.
E. The CONTRACTOR shall perform additional air monitoring as required by
OSHA Rule 29 CFR 1926 and WAC-296-155-176 to determine worker exposure
levels and required protective equipment. All costs for air monitoring and
safety/hygiene required for workers shall be included in the CONTRACTOR's
bid.
.. 3.2 RESERVOIR DRAINING
A. The City will drain the reservoir and make the site available for access.The
,,. CONTRACTOR shall provide 14 days' notice to schedule City staff to drain the
City of Renton Elevated Water Tanks 09900-7
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
reservoir. The CONTRACTOR shall be responsible for removing all water from
the bottom of the reservoir bowl.
3.3 PROTECTION OF MATERIALS AND RESERVOIR ACCESSORIES NOT TO BE
PAINTED
A. Mask or otherwise protect all safety climb rails.
B. Protect the interior of the inlet/outlet and overflow pipes from sandblast residue
and dust with an inflatable pipe plug, as approved by the City. Install a temporary,
appropriately sized polyethylene pig in the pipe before installation of the plug.
C. Aircraft warning lights are present at the top of the reservoir. Any damage to the
aircraft warning lights shall be repaired immediately by the CONTRACTOR.
3.4 PROTECTION OF PUBLIC AND PRIVATE PROPERTY
A. The Rollin Hills reservoir is a
Rolling n elevated structure located near private property.
The Highlands reservoir is located in very close proximity to private property.
The CONTRACTOR shall protect public and private property from airborne
contaminants from surface preparation activities and dripping, falling or wind-
blown paint. Provide shielding nets or tarps under rigging to collect dripping paint
where dry-fall conditions cannot be met. The CONTRACTOR shall be
responsible for any damage resulting from overspray or other contaminants
associated with the reservoir painting process.
3.5 WIRELESS COMMUNICATIONS EQUIPMENT
A. Wireless communication antennae are installed on both reservoirs. At Rolling
Hills, the antennae are connected to the catwalk handrailing, vent pipe and
reservoir legs. The following activities shall be undertaken to protect or paint
specific items of wireless communication equipment:
1. Antennae: Avoid any direct spray of washwater to antenna and coax other
than washwater overspray or transitional passes while moving to the other
side of the equipment. These items are not designed for excessively hard
direct streams of water. Mask or otherwise protect antennae if extensive
pressure washing activities are required in the vicinity of the antennae.
Mask of otherwise protect the antennae from paint and paint overspray.
2. Ground Bars: Avoid direct spray to ground bars and ground wire
connections. Do not paint the ground bars.
3. Mounting Brackets and Fasteners: Clean and paint mounting brackets and
fasteners with the specified paint system.
City of Renton Elevated Water Tanks 09900-8
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
AM
4. Coax Cables: Paint the exposed coax cables with the specified coating
Aw system. Paint all surfaces of the steel reservoir behind the coax cables.
5. Cable Tray: The exposed surfaces of the cable tray mounted to the leg of the
reservoir shall be cleaned and painted as specified herein.
6. Cable Tray Access Restriction Sheet Metal: Concealed surfaces of the
reservoir behind the cable tray access restriction plates shall be painted as
specified herein. Remove the sheet metal restriction plates by drilling out
the attachment rivets. Paint all surfaces of the reservoir behind the access
restriction plates, and paint both sides of the plates. After painting has been
completed and tested, reinstall the access restriction sheet metal with rivets
similar to the original installation.
3.6 APPLICATION SAFETY
A. Perform painting in accordance with recommendations of the following:
1. Paint manufacturer's instructions.
Imp 2. NACE, contained in the publication, Manual for Painter Safety.
3. Federal, state, and local agencies having jurisdiction.
B. CONTRACTOR will be solely and completely responsible for conditions of the
jobsite, including safety of all persons (including employees) and public and
• private property during performance of the work.This requirement will apply
continuously and not be limited to normal working hours. Safety provisions will
conform to U.S.Department of Labor, Occupational Safety and Health Act, any
equivalent state law, and all other applicable federal, state, county, and local laws,
ordinances, and codes.
-- C. CONTRACTOR will comply with all safety training requirements promulgated or
required for this project.
•• 3.7 ENVIRONMENTAL CONTROLS
A. Dehumidification Equipment:
1. Provide full-time dehumidification for painting the interior of the Rolling
Hills reservoir. Dehumidification and heating equipment shall be provided
by a supplier with at least 3 years' experience with the necessary
equipment.
City of Renton Elevated Water Tanks 09900-9
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
2. All equipment and power or fuel necessary for operation of the
dehumidification and heating equipment shall be provided by the
CONTRACTOR at no cost to the City.
3. Dehumidification and heating equipment shall be used to control the
environment 24 hours a day during blast cleaning and coating application.
At the CONTRACTOR's option, dehumidification equipment may also be
used during the curing process.
4. Provide desiccant dehumidifiers as manufactured by Cargocaire
Corporation, or equal. Desiccant dehumidifiers shall have a single rotary
desiccant wheel capable of fully continuous operation. No liquid, granular,
or loose lithium chloride drying systems will be allowed.
5. Dehumidification, heating, and air circulation equipment capacity shall be
capable of reducing dew point temperature of the air in the tank by at least
10 degrees F in 20 minutes.
6. During blasting operation, dehumidification equipment shall continuously
maintain a dew point of the air inside the tank at least 3 degrees F less than
the temperature of the coldest part of the tank where the work is underway.
Inside relative humidity shall not exceed 35 percent, unless specifically
required by the paint manufacturer for coating application and cure.
7. The CONTRACTOR shall submit an air change rate based on the type of
equipment used, length of time required to hold the blast, reservoir volume,
and time of year that he coating work is undertaken.
8. Auxiliary heat may be necessary to maintain the surface temperature at an
acceptable level for application of the coating. Auxiliary equipment shall be
approved for use by the dehumidification equipment supplier and shall meet
the following requirements:
a. Heaters shall be installed in the process air supply duct between,
and/or blended with, the dehumidifier as close to the space as
possible.
b. Electric, indirect fired combustion, or steam coil auxiliary heaters
shall be used.Direct fired space heaters will not be allowed during the
blasting, coating, or curing cycles.
C. Heaters shall be equipped with controls that automatically turn the
heater off if the airflow is interrupted or the internal temperature of
the heater exceeds its design temperature or the design temperature of
the supply duct.
City of Renton Elevated Water Tanks 09900-10
Seismic Repair and Rehabilitation
••- SECTION 09900
PAINTING
9. The CONTRACTOR shall measure and record relative and reservoir wall
temperature twice daily (beginning and end of work shifts) to verify that
proper humidity and temperature levels are achieved inside the reservoir
after the dehumidification equipment is installed and operational. Field-
measured test results shall be made available to the ENGINEER upon
request.
10. Interior space of the reservoir shall be sealed and a slight positive pressure
a. maintained as recommended by the supplier of the dehumidification
equipment. The filtration system used to remove dust from the air shall be
designed so that it does not interfere with the dehumidification equipment's
"' ability to control the dew point and relative humidity inside the reservoir.
The air from the reservoir or dust filtration equipment shall not be
recirculated through the dehumidifier during coating application or when
*M solvent vapors are present.
B. Air Filtration: Provide an air filtration system as required to prevent dust from
entering the atmosphere during surface preparation activities.
3.8 SHOP BLAST CLEANING
A. Notify ENGINEER at least 7 days prior to start of shop blast cleaning to allow for
inspection of the work during surface preparation and shop application of paints.
�. Work shall be subject to ENGINEER's approval before shipment to the jobsite.
B. Items such as structural steel, metal frames, tie rods, and similar items as
�. reviewed by the ENGINEER may be shop prepared and primed. Centrifugal
wheel blast cleaning is an acceptable alternate to shop blast cleaning. Blast clean
and prime work in accordance with these Specifications.
C. Finish painting at the jobsite shall be as specified herein.
r. 3.9 PREPARATION OF SURFACES
A. General:
1. Comply with federal, state, and local air pollution and environmental
control regulations for worker safety, dust control, blast cleaning, and
41„ disposition of spent aggregate.
2. Waste generated by paint removal operations, including paint chips from
abrasive blasting, must be characterized for hazardous and dangerous waste
constituent in accordance with applicable federal, state, and local
regulations, including 40 CFR 261 and 262 and WAC 173-303-070. If it is
determined that the waste is a hazardous or dangerous waste, the
CONTRACTOR shall store, transport, and dispose of the waste in a manner
City of Renton Elevated Water Tanks 09900-11
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
that is in compliance with applicable federal, state, and local regulations.
The CONTRACTOR shall provide a copy of the waste determination
analytical results and the final disposition of the waste shall be certified by
the CONTRACTOR with a certificate of acceptance and hazardous or
dangerous waste manifest, if applicable, from the disposal site. The City of
Renton will have the right to approve or disapprove of the transportation
and disposal methods and the disposal site selected by the CONTRACTOR.
B. Metal Surfaces: Conform to current Steel Structures Painting Council (SSPC)
Specifications as follows:
1. Solvent Cleaning: SP 1.
2. Hand Tool Cleaning: SP 2.
3. Power Tool Cleaning: SP 3.
4. White Metal Blast Cleaning. SP 5.
5. Power Tool Cleaning to Bare Metal: SP 11.
6. High- and Ultrahigh-Pressure Water Jetting: SP 12 (LP WC).
C. Blast Cleaning Requirements:
1. The type of blast cleaning and rate of travel shall be as required to obtain
the degree of cleanliness specified. Minimum surface preparation is as
specified herein and takes precedence over coating manufacturer's
recommendations.
2. Select the type and size of abrasive to produce a surface profile that meets
the coating manufacturer's recommendations for the particular paint system
to be used.
3. Use only dry blast cleaning methods.
4. Abrasives shall not be reused, unless a recycling system specifically
designed to reuse abrasives is utilized, as approved by the ENGINEER.
D. Post-Blast Cleaning Requirements:
1. Clean surfaces of dust and residual particles from cleaning operations by
dry (no oil or water vapor) air blast cleaning or other method prior to
painting. Vacuum clean enclosed areas and other areas where dust settling
is a problem and wipe with a tack cloth.
2. Reblast any surface that has started to rust before the coating is applied.
City of Renton Elevated Water Tanks 09900-12
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
E. Removal of Loose Paint (Exterior): Remove and dispose of loose paint in
accordance with the applicable federal, state, and local regulations. Hand or
power sand areas of chipped, peeled, or abraded paint, and feather the edges.
F. Cleaning (Exterior):
1. All exterior surfaces of the Rolling Hills reservoir shall be high pressure
water washed with non-sudsing, biodegradable detergent and rinsed with
-� fresh water. High pressure water wash shall be 3,000 psi at 3.5 gallons per
minute minimum. Provide detergent at concentration recommended by the
coating manufacturer. The reservoir shall be rinsed with fresh water to
remove traces of detergent before application of the protective coating. The
reservoir surfaces shall be brush cleaned where required to remove other
foreign material and mildew that is not removed by the high pressure water
wash.
2. See item"Cellular Telephone Equipment,"this section, for special cleaning
Aw restrictions.
3.10 PAINT MIXING
A. Multiple-Component Coatings:
... 1. Prepare using all the contents of the container for each component as
packaged by paint manufacturer.
n., 2. No partial batches will be permitted.
3. Do not use multiple-component coatings that have been mixed beyond their
„w pot life.
4. Provide small quantity kits for touchup painting and for painting other small
ow areas.
5. Mix only components specified and furnished by paint manufacturer.
AM 6. Do not intermix additional components for reasons of color or otherwise,
even within the same generic type of coating.
low 7. Keep paint materials sealed when not in use.
3.11 APPLICATION OF PAINT
A. General:
1. Schedule with the ENGINEER in advance for observation of cleaned
surfaces and all coats prior to succeeding coat.
�. City of Renton Elevated Water Tanks 09900-13
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
2. Apply coatings in accordance with paint manufacturer's recommendations.
Allow sufficient time between coats to assure thorough drying of previously
applied paint.
3. Alternate colors to provide a visual reference that the required number of
coats have been applied.
B. Interior Coating:
1. Apply coating to interior of reservoir in strict accordance with the
manufacturer's directions with the equipment recommended by the coating
manufacturer. Equipment shall be suitably sized for the project and shall be
in good working condition.
2. Allow sufficient time between coats to assure thorough drying of previously
applied paint.
3. Stripe Coat: Stripe coat all field welds, edges, angles, fasteners, and other
irregular surfaces located inside the reservoir. Stripe coat shall consist of
one coat, brush applied, to the coating thickness specified. Apply stripe
coating between primer and intermediate coats. Stripe coat color shall
contrast primer color to allow visual verification of application.
4. Apply Epoxy Surfacer/Filler as specified.
C. Exterior Coating: Apply coating to exterior of reservoir by roller or spray in strict
accordance with the manufacturer's written directions. All surfaces shall be clean
and dry prior to paint application.
D. Film Thickness and Coverage:
1. Coverage is listed as total minimum dry film thickness in mils (MDFT). Per ,
coat determinations are listed as MDFTPC.
2. Maximum film build per coat shall not exceed coating manufacturer's
recommendations.
3. Film thickness measurements of coated surfaces shall be performed with
properly calibrated instruments. Recoat and repair as necessary for
compliance with the Specifications.
4. Give particular attention to edges, angles, flanges, and other similar areas,
where insufficient film thickness is likely to be present, and ensure proper
millage in these areas.
City of Renton Elevated Water Tanks 09900-14
Seismic Repair and Rehabilitation
-- SECTION 09900
PAINTING
5. Number of Coats: Minimum required irrespective of coating thickness.
Additional coats may be required to obtain minimum required paint
thickness, depending on the method of application, differences in
manufacturers' products, and atmospheric conditions.
6. All coats shall be subject to inspection by the ENGINEER and coating
manufacturer's representative.
7. Film Thickness Testing:
a. CONTRACTOR shall measure coating thickness specified in mils
�. with a magnetic type dry film thickness gauge. Check each coat for
correct millage. Do not make measurement before a minimum of
8 hours after application of coating.
b. Perform thickness testing with properly calibrated instruments.
...r
C. Measure coating thickness in mils with the approved type of magnetic
thickness gauge in accordance with the procedures of SSPC-PA-2.
SSPC-PA-2 is referenced for procedure only.The absolute minimum
•- dry film thickness values shall be as specified herein.
8. Holiday Testing:
a. Test all submerged surfaces for pinholes and discontinuities with an
electrical holiday detector with the approved low-voltage, wet-sponge
.. type,in accordance with NACE RP088. Use water with one ounce per
gallon of Kodak Photo-Flow solution as wetting agent. Holiday
testing of non-submerged surfaces is not required unless specifically
W directed by the ENGINEER.
b. Recoat,repair, and retest as necessary for compliance with the
. Specifications.
E. Damaged Coatings,Pinholes, and Holidays:
1. Feather edges and repair in accordance with recommendations of paint
manufacturer.
2. Hand or power sand visible areas of chipped, pealed, or abraded paint, and
feather the edges. Follow with primer, intermediate, and finish coat in
accordance with these Specifications. Depending on extent of repair and
appearance, a finish sanding and topcoat may be required.
3. Apply finish coats, including touchup and damage-repair coats, in a manner
which will present a uniform texture and color-matched appearance.
City of Renton Elevated Water Tanks 09900-15
Seismic Repair and Rehabilitation
w
SECTION 09900
PAINTING
F. Unsatisfactory Application:
1. If a coated surface has improper finish color or insufficient film thickness,
clean and top coat surface with specified paint material to obtain specified
color and coverage. Obtain specific surface preparation information from
coating manufacturer.
2. Hand or power sand visible areas of chipped, peeled, or abraded paint, and
feather the edges. Follow with primer and finish coat in accordance with the
Specifications. Depending on extent of repair and appearance, a finish
sanding and topcoat may be required.
3. Evidence of runs, bridges, shiners, laps, or other imperfections shall be
cause for rejection.
4. Repair defects in coating system per written recommendations of coating
manufacturer.
5. Leave all staging up until ENGINEER has inspected surface or coating.
Replace staging removed prior to approval by ENGINEER. ,
CONTRACTOR shall provide ENGINEER access to all areas inside and
outside the reservoir to allow observation and testing.
3.12 RESERVATION VENTILATION FOR
COATING CURE
A. Provide fans to continuously ventilate the reservoir interior, as required, to assist
with the coating cure. Ventilation fans shall be provided at no additional cost to
the City.
3.13 MANUFACTURERS' SERVICES
A. The coating manufacturer's representative shall be present at the site as follows: ,
1. On the first day of application of any coating.
2. A minimum of three additional site inspection visits, each for a minimum of
3 hours.
3. As required for application quality assurance, and to determine compliance
with manufacturer's instructions and these Specifications.
4. As necessary to resolve field problems attributable to, or associated with,
manufacturer's products furnished under this Contract.
5. To verify full cure of coating prior to placing coated surfaces into
immersion service.
City of Renton Elevated Water Tanks 09900-16
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
B. All costs associated with paint manufacturer's services shall be included in the
CONTRACTOR's lump sum bid for the coating work.
3.14 CLEANUP
A. Place cloths and waste that might constitute a fire hazard in closed metal
containers or destroy at the end of each day.
B. Upon completion of the work,remove staging, scaffolding, and containers from
the site or destroy in a legal manner.
C. Completely remove paint spots, oil, or stains upon adjacent surfaces and leave
entire job clean.
.� 3.15 PROTECTIVE COATING SYSTEMS
A. System No. 1 Reservoir Interior: Use this system on all interior, exposed surfaces
.r• of the Rolling Hills reservoir, including,but not limited to, reservoir structural
steel members, steel plates, standpipe, interior surfaces of hatch and vent, ladder,
and other miscellaneous metal surfaces.
Surface Prep. Paint Material Min. Coats, Cover
Abrasive Blast, NSF Epoxy (Primer,White) 1 coat, 3 MDFT
SP-5 NSF Epoxy Stripe Coat, Gray 1 coat, 3 MDFT
Epoxy Surfacer Filler 1 coat, trowel applied,
as required to fill pits
NSF Epoxy (Intermediate, Gray) 1 coat, 5 MDFT
NSF Epoxy (Finish,White) 1 coat, 5 MDFT
low 1. Minimum Dry Film Thickness,Total System:
a. Non-Stripe Coated Areas: 13 MDFT
AW
b. Stripe-Coated Areas: 16 MDFT
A- 2. Apply epoxy surfacer/filler to pits around bottom of tank and as directed by
ENGINEER. Estimated surface area of surfacer/filler is based on filling
pits on bottom portion of tank bowl (approximately 1,500 square feet).
CONTRACTOR and OWNER shall agree on the total surface area
requiring surfacer/filler before application of the product begins.
CONTRACTOR will be compensated for actual application area of the
surfacer/filler based on the unit cost per square foot provided in the
proposal.
City of Renton Elevated Water Tanks 09900-17
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
B. System No. 5A Reservoir Exterior(Highlands): Use this system on new steel ,
components and areas of damaged coating on the Highlands reservoir, unless
otherwise indicated.
Surface Pre
Paint Material Min. Coats, Cover
New Construction: Surface Tolerant 1 coat, 3 MDFT I!,
1. Abrasive Blast, SP-10 Epoxy Primer(shop- brush applied for
applied or field spot field spot prime
Existing Coated Surfaces: rime)
L Solvent Clean (SP-1) Direct-to-Metal 1 coat, 3 MDFT
2. Hand Tool or Power Tool Acrylic (tinted for
clean (SP 2 or SP 3) spot visual reference)
damage to remove rust Direct-to-Metal 1 coat, 3 MDFT
and provide profile for Acrylic (finish color) ,
coating; sand to feather
edges of existiEg paint
C. System No. 5B Tank Exterior(Rolling Hills): Use this system on all exposed
surfaces of the reservoir, including wall,roof, access hatches, ladders and other
appurtenances attached to the reservoir, unless otherwise indicated.
Surface Pre Paint Material Min. Coats, Cover
New Construction: 7Epoxy olerant 1 coat, 3 MDFr,
1. Abrasive Blast, SP-10 mer(shop- brush applied for
applied or field spot field spot prime
Existing Coated Surfaces: rime)
1. High-pressure detergent Direct-to-Metal 1 coat, 3 MDFT '
wash (SP 12 LP WC) Acrylic (tinted for
2. Rinse with chlorine visual reference)
solution to remove Direct-to-Metal 1 coat, 3 MDFT
mildew Acrylic (finish color)
3. Rinse with fresh water
4. Hand Tool or Power Tool '
clean (SP 2 or SP 3) spot
damage to remove rust
and provide profile for
coating; sand to feather
edges of existin aint
City of Renton Elevated Water Tanks 09900-18
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
D. System No. 5C Friction Dampers: Use this system on exposed metal associated
with the friction damper connections to the Rolling Hills and Highlands tanks, as
"' indicated.
i. Surface Prep. Paint Material Min. Coats, Cover
Abrasive Blast, SP-10 Inorganic Zinc 1 1 coat, 3 MDFT
E. System No. 25 Exposed PVC: Use this system on all exposed surfaces of PVC
shielding of telecommunications cables on the Rolling Hills tank.
Surface Prep. Paint Material Min. Coats, Cover
Hand Sand with Medium Grit Acrylic Latex 1 coat, 3 MDFT
Sandpaper
END OF SECTION
170927A.SEA
wr
ari
wYir
rr+
�r
.rr
r
.ter
City of Renton Elevated Water Tanks 09900-19
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
PAINT SYSTEM DATA SHEET
Attached products' Technical Data Sheet (if applicable) to this sheet for each paint system
submittal.
Paint System Number (from Spec.):
Paint System Title (from Spec.):
Coatings Supplier:
Technical Representative:
Sales Representative:
[Surface Preparation:
Product Name/Number
Paint Material (Generic) (Proprietary) Min. Coats, Coverage
Provide manufacturer's recommendations for the following parameters at temperature (F) and
relative humidity (RH):
Temperature[RH 50150 70/30 90/25
Induction Time
Pot Life
Shelf Life
Drying Time
Curing Time
Min. Re oat Time
Max. Recoat Time
City of Renton Elevated Water Tanks 09900-20
Seismic Repair and Rehabilitation
SECTION 09900
PAINTING
Provide manufacturer's recommendations for the following:
w.
Mixing Ratio:
Maximum Permissible Thinning:
Ambient Temperature Limitations: Min.: Max.:
Surface Temperature Limitations: Min.: Max.:
.. Surface Profile Requirements: Min.: Max.:
'low Attach additional sheets detailing manufacturer's recommended storage requirements and
holiday testing procedures.
City of Renton Elevated Water Tanks 09900-21
Seismic Repair and Rehabilitation
SECTION 09970
COATING SYSTEMS FOR SUBGRADE WATER
MAINS, VALVES, AND FITTINGS
PART 1 - GENERAL
1.1 SUMMARY
A. This Section includes coating systems for steel, cast iron, and ductile iron water
mains, valves and fittings located in vaults, and direct burial below grade.
r' 1.2 REFERENCES
A. ASTM D 16 - Terminology Relating to Paint, Varnish, Lacquer, and Related
a. Products.
B. SSPC-SP 1 - Solvent Cleaning.
C. SSPC-SP 2 - Hand Tool Cleaning.
.. D. SSPC-SP 3 - Power Tool Cleaning.
E. SSPC-SP 6/NACE 3 - Commercial Blast Cleaning.
1.3 DEFINITIONS
Aw A. Definitions of Painting Terms: ASTM D 16, unless otherwise specified.
B. Dry Film Thickness (DFT): Thickness of a coat of paint in fully cured state
om measured in mils (1/1000 inch).
1.4 SUBMITTALS
A. Comply with Section 01330 - Submittal Procedures.
B. Product Data: Submit manufacturer's product data for each coating, including
generic description, complete technical data, surface preparation, and application
instructions.
C. Manufacturer's Quality Assurance: Submit manufacturer's certification that
coatings comply with specified requirements and are suitable for intended
Now application.
D. Applicator's Quality Assurance: Submit list of a minimum of 5 completed projects
of similar size and complexity to this Work. Include for each project:
1. Project name and location.
2. Name of owner.
City of Renton Elevated Water Tanks 09970-1
Seismic Repair and Rehabilitation
SECTION '
09970
COATING SYSTEMS FOR SUBGRADE WATER
MAINS, VALVES, AND FITTINGS
3. Name of contractor.
4. Name of architect.
5. Name of coating manufacturer.
6. Approximate area of coatings applied. '
7. Date of completion.
E. Warranty: Submit manufacturer's standard warranty.
'
Y
1.5 QUALITY ASSURANCE ,
A. Manufacturer's Qualifications:
1. Specialize in manufacture of coatings with a minimum of 10 years'
successful experience.
2. Able to demonstrate successful performance on comparable projects. '
3. Single Source Responsibility: Coatings and coating application accessories
shall be products of a single manufacturer.
B. Applicator's Qualifications: '
1. Experienced in application of specified coatings for a minimum of 5 years
on projects of similar size and complexity to this Work.
2. Applicator's Personnel: Employ persons trained for application of specified
coatings.
Hill
C. Preapplication Meeting: Convene a preapplication meeting 2 weeks before start of
application of coating systems. Require attendance of parties directly affecting
work of this section, including Contractor, Engineer, applicator, and +fir
manufacturer's representative. Review the following:
1. Environmental requirements. �Ir
2. Protection of surfaces not scheduled to be coated.
3. Surface preparation.
4. Application.
5. Repair.
City of Renton Elevated Water Tanks 09970-2
Seismic Repair and Rehabilitation
SECTION 09970
COATING SYSTEMS FOR SUBGRADE WATER
MAINS, VALVES, AND FITTINGS
6. Field quality control.
7. Cleaning.
8. Protection of coating systems.
9. One-year inspection.
10. Coordination with other work.
.. 1.6 DELIVERY, STORAGE, AND HANDLING
A. Delivery: Deliver materials to site in manufacturer's original, unopened containers
and packaging, with labels clearly identifying:
1. Coating or material name.
2. Manufacturer.
�.. 3. Color name and number.
4. Batch or lot number.
5. Date of manufacture.
6. Mixing and thinning instructions.
B. Storage:
1. Store materials in a clean dry area and within temperature range in
accordance with manufacturer's instructions.
2. Keep containers sealed until ready for use.
3. Do not use materials beyond manufacturer's shelf life limits.
C. Handling: Protect materials during handling and application to prevent damage or
contamination.
..
1.7 ENVIRONMENTAL REQUIREMENTS
A. Weather:
1. Air and Surface Temperatures: Prepare surfaces and apply and cure
"' coatings within air and surface temperature range in accordance with
manufacturer's instructions.
,Am City of Renton Elevated Water Tanks 09970-3
Seismic Repair and Rehabilitation
..
SECTION 09970
COATING SYSTEMS FOR SUBGRADE WATER
MAINS, VALVES, AND FITTINGS ,
2. Surface Temperature: Minimum of 5 degrees F (3 degrees C) above dew
point.
3. Relative Humidity: Prepare surfaces and apply and cure coatings within '
relative humidity range in accordance with manufacturer's instructions.
4. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog,
or mist.
5. Wind: Do not spray coatings if wind velocity is above manufacturer's
limit.
B. Ventilation: Provide ventilation during coating evaporation stage in confined or ,
enclosed areas in accordance with manufacturer's instructions.
C. Dust and Contaminants: '
1. Schedule coating work to avoid excessive dust and airborne contaminants.
2. Protect work areas from excessive dust and airborne contaminants during
coating application and curing.
PART 2 - PRODUCTS
2.1 MANUFACTURER ,
A. Tnemec Company Incorporated, 6800 Corporate Drive, Kansas City, Missouri
64120-1372. Toll Free (800) 863-6321. Phone (816) 483-3400. Fax (816) 483- ,
3969. Web Site www.tnemec.com
2.2 COATING SYSTEM FOR STEEL
A. Atmospheric, Chemical, or UV Exposure, Physical Abuse:
1. System Type: Epoxy/urethane. '
2. Surface Preparation: Power tool cleaning SP-3 '
3. Field Primer: Series 66-57GR Hi-Build Epoxoline. DFT 4.0 to 6.0 mils.
4. Field Finish Coat: Series 66-35GR Hi-Build Epoxoline. DFT 4.0 to '
6.0 mils.
5. Total DFT: 8.0 to 12.0 mils.
6. Primer Color: Aluminum ,
City of Renton Elevated Water Tanks 09970-4
Seismic Repair and Rehabilitation ,
SECTION 09970
COATING SYSTEMS FOR SUBGRADE WATER
MAINS, VALVES, AND FITTINGS
7. Finish Color: Black.
2.3 ACCESSORIES
A. Coating Application Accessories:
1. Accessories required for application of specified coatings in accordance
with manufacturer's instructions, including thinners.
2. Products of coating manufacturer.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine areas and conditions under which coating systems are to be applied.
•• Notify Engineer of areas or conditions not acceptable. Do not begin surface
preparation or application until unacceptable areas or conditions have been
corrected.
3.2 PROTECTION OF SURFACES NOT SCHEDULED TO BE COATED
•• A. Protect surrounding areas and surfaces not scheduled to be coated from damage
during surface preparation and application of coatings.
�. B. Immediately remove coatings that fall on surrounding areas and surfaces not
scheduled to be coated.
Aw 3.3 SURFACE PREPARATION OF STEEL
A. Prepare steel surfaces in accordance with manufacturer's instructions.
aw
B. Fabrication Defects:
1. Correct steel and fabrication defects revealed by surface preparation.
2. Remove weld spatter and slag.
r
3. Round sharp edges and corners of welds to a smooth contour.
4. Smooth weld undercuts and recesses.
5. Grind down porous welds to pinhole-free metal.
6. Remove weld flux from surface.
City of Renton Elevated Water Tanks 09970-5
Seismic Repair and Rehabilitation
SECTION 0997 '
0
COATING SYSTEMS FOR SUBGRADE WATER
MAINS, VALVES, AND FITTINGS '
C. Ensure surfaces are dry. '
D. Remove visible oil, grease, dirt, dust, mill scale, rust, paint, oxides, corrosion
products, and other foreign matter in accordance with SSPC-SP 6/NACE 3. ,
E. Shop Primer: Prepare shop or field primer to receive field coat in accordance with
manufacturer's instructions. '
3.4 SURFACE PREPARATION OF GALVANIZED STEEL AND NONFERROUS
METAL '
A. Prepare galvanized steel and nonferrous metal surfaces in accordance with
manufacturer's instructions. Surface preparation recommendations will vary '
depending on substrate and exposure conditions.
3.5 APPLICATION
A. Apply coatings in accordance with manufacturer's instructions.
B. Mix and thin coatings, including ,
multi-component materials in accordance with ,
P
manufacturer's instructions.
C. Keep containers closed when not in use to avoid contamination.
D. Do not use mixed coatings beyond pot life limits. ,
E. Use application equipment, tools, pressure settings, and techniques in accordance
with manufacturer's instructions.
F. Uniformly apply coatings at spreading rate required to achieve specified DFT.
G. Apply coatings to be free of film characteristics or defects that would adversely ,
affect performance or appearance of coating systems.
H. Stripe paint with brush critical locations on steel such as welds, corners, and edges ,
using specified pruner.
3.6 REPAIR '
A. Materials and Surfaces Not Scheduled To Be Coated: Repair or replace damaged ,
materials and surfaces not scheduled to be coated.
B. Damaged Coatings: Touch-up or repair damaged coatings. Touch-up of minor ,
damage shall be acceptable where result is not visibly different from adjacent
surfaces. Recoat entire surface where touch-up result is visibly different, either in
City of Renton Elevated Water Tanks - ,
09970 6
Seismic Repair and Rehabilitation
SECTION 09970
COATING SYSTEMS FOR SUBGRADE WATER
MAINS, VALVES, AND FITTINGS
sheen, texture, or color.
C. Coating Defects: Repair in accordance with manufacturer's instructions coatings
that exhibit film characteristics or defects that would adversely affect performance
or appearance of coating systems.
3.7 FIELD QUALITY CONTROL
A. Inspector's Services:
1. Verify coatings and other materials are as specified.
2. Verify surface preparation and application are as specified.
3. Verify DFT of each coat and total DFT of each coating system are as
specified using wet film and dry film gauges.
4. Coating Defects: Check coatings for film characteristics or defects that
would adversely affect performance or appearance of coating systems.
5. Report:
.. a. Submit written reports describing inspections made and actions
taken to correct nonconforming work.
b. Report nonconforming work not corrected.
C. Submit copies of report to Engineer and Contractor.
B. Manufacturer's Field Services: Manufacturer's representative shall provide
technical assistance and guidance for surface preparation and application of
.. coating systems.
3.8 CLEANING
A. Remove temporary coverings and protection of surrounding areas and surfaces.
3.9 PROTECTION OF COATING SYSTEMS
A. Protect surfaces of coating systems from damage during construction.
3.10 ONE-YEAR INSPECTION
A. Owner will set date for one-year inspection of coating systems.
City of Renton Elevated Water Tanks 09970-7
Seismic Repair and Rehabilitation
SECTION 09970
COATING SYSTEMS FOR SUBGRADE WATER ,
MAINS, VALVES, AND FITTINGS
B. Inspection shall be attended by Owner, Contractor, Engineer, and manufacturer's '
representative.
C. Repair deficiencies in coating systems as determined by Engineer in accordance '
with manufacturers instructions.
END OF SECTION ,
City of Renton Elevated Water Tanks 09970-8
Seismic Repair and Rehabilitation '
'm SECTION 13980
CATHODIC PROTECTION SYSTEM
.r
PART 1 - GENERAL
AV 1.1 DESCRIPTION
A. This section covers the work necessary to furnish and install an impressed current
cathodic protection system for the Rolling Hills tank interior, complete.
1.2 DEFINITIONS
A. Lead,Lead Wires, Cable: Insulated copper conductor; the same as wire.
1.3 SUBMITTALS
A. Shop Drawings:
1. Provide shop drawings showing arrangement and connection of anodes,
rectifier, reference electrodes, and wiring.
2. Provide catalog cuts and other information for all materials to be used.
B. Quality Assurance/Quality Control Submittals:
1. Manufacturer's certificates of compliance.
2. Design calculations for anode selection.
3. Field test reports.
1.4 SPECIAL GUARANTEE
J - A. Furnish installer's extended guarantee or warranty, with the City named as
beneficiary,in writing as special guarantee. Special guarantee shall provide for
correction, or at the option of the City, removal and replacement of the work
Aft specified in this specification section found defective during a period of 2 years
after the date of City acceptance.
PART 2 -PRODUCTS
2.1 GENERAL
A. Like items of materials provided hereunder shall be the end product of one
manufacturer to achieve standardization for appearance, maintenance, and
replacement.
City of Renton Elevated Water Tanks 13980-1
Seismic Repair and Rehabilitation
SECTION 13980
CATHODIC PROTECTION SYSTEM
2.2 IMPRESSED CURRENT ANODES
wr
A. Impressed current anodes shall be fabricated from platinized-niobium wire.
Submit the proposed anode design for approval by the ENGINEER. Platinized-
niobium wire anodes shall be designed by qualified personnel under the direct
supervision of a Cathodic Protection Specialist certified by NACE International.
The impressed current anodes shall be designed to meet the following criteria:
1. Minimum design life of 20 years.
2. Bowl Anodes: Provide 20 feet of platinized-niobium wire for each of the
bowl anodes.
3. Standpipe Anode: Provide 95 feet of platinized-niobium wire for standpipe
anode.
4. Minimum niobium thickness of 0.007 inch and a minimum platinum rr
thickness of 50 micro-inches.
5. No. 8 AWG insulated copper wire, as specified under Article WIRE. r�
6. Minimum of two connections (one top, one bottom) of the platinized-
niobium wire to the insulated copper wire for each anode, and intermediate ,rr
connections at 25-foot centers
(standpipe anode). Connections shall be
permanently sealed using inline splice kits that are designed specifically for
submerged service and shall include plastic molded body and potable water
approved epoxy resin.
7. Appropriate anode anchoring or weighting mechanisms.
8. Compliance with National Sanitation Foundation rules, where applicable,
for materials in contact with potable water.
B. Provide product data sheets and calculations for cathodic protection anode design,
including wire connection and weighting details.
C. Compliance Statement: Furnish an independent laboratory analysis guaranteeing
that all anodes supplied meet the requirements of this Specification.
D. Packaging and Shipping: Coil anode sires and secure, and package anode as
required to prevent damage during shipment. Damaged anode or wire shall be
cause for replacement of the complete anode string.
City of Renton Elevated Water Tanks 13980-2
Seismic Repair and Rehabilitation
SECTION 13980
CATHODIC PROTECTION SYSTEM
2.3 ANODE SUPPORT ROPE
A. Dacron yacht braid, 100 percent polyester braid on braid, 5/16-inch diameter.
Gladding 2005-130, or approved equal.
2.4 RECTIFIER
A. General: Air-cooled, dual-output, automatic potential controlled meeting NEMA
and NRTL standards. The rectifier shall be designed to operate continuously at an
ambient temperature of 45 degrees C and shall be capable of 110 percent of rated
input without damage to the rectifier components.
B. AC Input: 120/240 volts, single-phase, 60 Hz. Provide a suitably sized magnetic
type circuit breaker mounted on the rectifier panel.
C. Transformers: Two-winding, insulating type, meeting the requirements of NEMA,
UL, and CSA. Provide with fine and coarse secondary taps with rectifier output
controlled by a minimum of 20 evenly divided steps of adjustment. Coarse and
fine taps shall be arranged in consecutive order. All transformer insulation shall
be rated for a minimum temperature of 130 degrees C with actual hottest spot
Aft temperature at rated conditions not to exceed 100 degrees C.
D. Rectifying Elements: Full wave bridge, silicon diode stack with efficiency filter,
AN with metal oxide thyristors and current-limiting devices for overvoltage and
overcurrent protection of the stack.
da E. Output Rating:
1. Bowl Anodes: 20 volts, 5 amperes, minimum.
2. Standpipe Anodes: 20 volts, 5 amperes, minimum.
F. Output Control: Provide each rectifying unit with an automatic potential control
logic circuit. The output control shall be designed for operation with zinc
reference electrodes. In addition to the logic circuit controls, each rectifying unit
shall have a physical restriction to limit current output, such as manual tap
settings or an in-line do fuse receptacle. If fuse receptacle type is used,provide
two of each of the following fuse sizes: 0.5, 1.0, 1.5, 2.0,4.0 and 5.0 amperes.
G. Lightning Protection: Provide lightning protection devices for ac input and do
output.
H. Meters: DC voltage and current meters,D'Arsonval jeweled movement type,
accurate to within 2 percent of actual voltage and current output. Meters shall be
field tested for accuracy; inaccurate meters shall be replaced.
�. City of Renton Elevated Water Tanks 13980-3
Seismic Repair and Rehabilitation
SECTION 13980
CATHODIC PROTECTION SYSTEM
I. Shunts: Holloway type shunt mounted in series with the ammeter, with voltage
and current clearly identified on the shunt body. r
J. Enclosure: Hot-dipped galvanized steel suitable for wall mounting. Provide with
hinged doors to allow access, stainless steel latches, and hasp for locking. +
Enclosure shall be sealed to protect the interior components from nest building
insects and shall provide adequate ventilation.
K. Panelboard: Nonmetallic, suitable for mounting meters, shunt, circuit breaker,
fuses, and output terminals. Panelboard shall be located at the front of the rectifier
to allow access for testing and adjustment. Clearly engrave or identify with a +
permanent marking system the polarity of output terminals, fine and coarse
transformer tap settings, meters, and fuses.
L. Mounting Hardware: Tap studs, tap bars, nuts, washers, and other mounting
hardware shall be suitably sized brass or tin-plated copper.
M.
Nameplate: Engraved metal plate mounted on the interior side of the front door
listing the manufacturer name, model number, serial number, year manufactured,
and ac and do input and output electrical ratings.
N. Operation and Maintenance Manuals: Provide two operation and maintenance
manuals that include an electrical schematic of the rectifier, parts list with part r
replacement number, and troubleshooting procedures.
O. Spare Parts: Supply each rectifier with a complete set of spare fuses packaged in a
sealed, waterproof bag. Other spare parts to be provided shall include:
L One each ac input lightning arrestor.
2. One each do output lightning arrestor.
P. Acceptable Manufacturers: Universal Rectifie
rs, Inc., Rosenberg, TX.
2.5 CONDUIT, LOCKNUTS, AND STRAPS
A. Rigid Metal Conduit and Fittings: Hot-dipped galvanized steel meeting the
requirements of ANSI C80.1 and UL 6 and 541B. Do not use setscrew type
couplings, elbows, or nipples.
B. Locknuts, Two-Hole Straps, and Miscellaneous Hardware: Hot dipped galvanized
steel.
C. Conduit Bushings: Threaded plastic or plastic-coated galvanized steel fittings.
City of Renton Elevated Water Tanks 13980-4
Seismic Repair and Rehabilitation
r�ri
► SECTION 13980
CATHODIC PROTECTION SYSTEM
w.
D. Conduit Hub:
1. Material: malleable iron with insulated throat.
2. Manufacturer: O-Z/Gedney; Series CH.
ow
E. Conduit Bodies:
+r 1. Material: Cast ferrous, sized as required by NFPA 70.
2. Manufacturer: Appleton;Form 35 threaded Unilets.
00
F. Conduit Sealing Fitting Manufacturer: Appleton: Type EYF, EYM, or ESU.
., G. Cable Sealing Fittings:
1. To form watertight nonslip cord or cable connection to the conduit.
2. For Conductors With OD of 1/2 inch or Less: Neoprene bushing at
connector entry.
3. Manufacturer: Appleton; GC-S.
2.6 PERMANENT REFERENCE ELECTRODES
A. Copper-Copper Sulfate:
" 1. Material: Permanent type, copper-copper sulfate reference electrode suitable
for submersion in fresh water tanks.
2. Dimensions: 1-inch diameter by 8 inches long.
3. Wire: No. 14 AWG stranded copper wire with RHH-RHW insulation.The
.. wire shall be attached to the electrode core by the manufacturer's standard
connection. Connection shall be stronger than the wire. Insulation color
shall be as shown on the Drawings. Lead wire shall be of sufficient length
to extend splice free from electrode to the junction box on the top of the
rectifier. Mark individual lead wires for reference element.
4. Acceptable Electrodes: Stelth Model SRE 002 CFY, as manufactured by
Borin Manufacturing,or approved equal.
B. Zinc Bayonet:
1. Material: High purity zinc, 1/2-inch diameter.
2. Exposed Element Length: 1 inch.
W. City of Renton Elevated Water Tanks 13980-5
Seismic Repair and Rehabilitation
Im
SECTION 13980
CATHODIC PROTECTION SYSTEM
3. Body: Type 304 stainless steel with 1-inch NPT threads.
4. Shield: 3 inches long with heavy duty thermoplastic dielectric isolation
coating.
5. Acceptable Electrodes: BZ4031-M1 (stainless steel body), as manufactured
by Norton Corrosion Limited, or approved equal.
C. Zinc Reference Electrode:
I. Material: Permanent type, zinc-zinc sulfate reference electrode suitable for
submersion in fresh water tanks.
2. Dimensions: 1-inch diameter by 8 inches long.
3. Wire: No. 14 AWG stranded copper wire with RHH-RHW insulation. The
wire shall be attached to the electrode core by the manufacturer's standard
connection. Connection shall be stronger than the wire. Insulation color
shall be as shown on the Drawings. Lead wire shall be of sufficient length
to extend splice free from electrode to the junction box on the top of the
rectifier. Mark individual lead wires for reference element.
4. Acceptable Electrodes: Stelth Model SRE 006 ZFR, as manufactured by
Borin Manufacturing, or approved equal.
2.7 WIRE
A. Rectifier Positive to Anodes: Single conductor,No. 8 AWG stranded copper wire
with 600-volt HMWPE insulation.
B. Rectifier Negative to Tank: Single conductor, No. 6 AWG stranded copper wire
with 600-volt THHN insulation.
C. Reference Electrodes:
1. From Reference Electrode to Junction Box: Single conductor, No. 12 or
No. 14 AWG insulated stranded copper, as specified under REFERENCE
ELECTRODES, this section.
2. From Junction Box to Rectifier: No. 12 or No. 14 shielded copper wire,
Belden.
2.8 COMPRESSION CONNECTORS
A. In-line, tap, and multi-splice compression connectors shall be "C" taps made of
conductive wrought copper, sized to fit the wires being spliced, Burndy Type YC,
City of Renton Elevated Water Tanks 13980-6
Seismic Repair and Rehabilitation
4. SECTION 13980
CATHODIC PROTECTION SYSTEM
we
or approved equal. Supply the crimp tool and die recommended by the
manufacturer for the wire and tap connector size.
An
2.9 WIRE CONNECTORS
o. A. One-piece, tin-plated crimp-on lug connector as manufactured by Bumdy Co.,
Thomas and Betts, or approved equal.
2.10 ANODE AND REFERENCE ELECTRODE SUPPORT
A. The anode and reference electrode supports shall be single piece ceramic
insulators with 3/8-inch mounting stud; a clevis with 3/8-inch mounting stud, and
ceramic spool with a 5/8-inch cotter bolt. All metals of clevis assembly shall be
stainless steel.
2.11 TAPE
A. Tape for wire splice insulation repair above the waterline shall be linerless rubber
high-voltage tape and vinyl electrical tape suitable for moist or wet environments.
Scotch 130C and Scotch 88 tape as manufactured by 3M Products; or approved
equal.
PART 3 -EXECUTION
3.1 GENERAL
A. The installation of facilities herein specified and described shall conform to the
latest applicable rules as set forth herein. Equipment or materials damaged in
shipment or in the course of installation shall be replaced. All materials installed
in the tank shall be cleaned and sterilized before the tank is returned to service.
3.2 ANODES
A. Anode Locations: Cut new holes in the tank roof with a hole saw. Smooth edges
of the holes by grinding or filing and repaint bare steel with System No. 1, in
accordance with Section 09900, PAINTING.
MW
B. Anode Lead-to-Anode Header Wire Connections: Connect the anode lead wire to
the anode header wire with the specified compression connectors with the
manufacturer's recommended crimping tool.
C. Wire Splice Insulation: Insulate splices above the waterline with tape as shown on
all the Drawings.
3.3 REFERENCE ELECTRODES
A. Install as shown on the Drawings.
City of Renton Elevated Water Tanks 13980-7
Seismic Repair and Rehabilitation
SECTION 13980
CATHODIC PROTECTION SYSTEM
B. For reference electrodes installed in the bowl, install wires splice free from the
reference electrode to the junction box on top of the tank.
C. Use permanent zinc reference electrodes to control automatic rectifiers.
3.4 CONDUITS
A. Install new conduits on the existing cable tray using approved conduit clamps.
Install conduits on the tank roof and wall using unistruts welded to the tank as
shown on the Drawings. Weld unistruts to the tank before interior painting begins.
B. Buried conduits between the rectifier and the
tank leg or standpipe shall be buried
a minimum of 24 inches.
3.5 RECTIFIER
A. Install the rectifier at the telemetering cabinet under the tank as shown on the
Drawings. Provide the ENGINEER with 7 working days' notice prior to the
completion of the cathodic protection system installation to allow scheduling of
the required energizing and testing.
3.6 CONDUCTOR INSTALLATION
A. Install and pull all conductors in accordance with applicable codes.
B. Arrange conductors neatly in the rectifier and terminal or junction boxes. Cut to
proper length, remove surplus wire, and attach to appropriate terminal as
indicated.
C. Seal belowground conduit and conduit entering tank to prevent intrusion of
foreign material or water after the wires are in place.
3.7 AC POWER
A. Install new flexible conduit and conductors for ac power from the rectifier to the
telemetering cabinet. Coordinate power installation with the OWNER. Size wires
as required by code.
3.8 COATING REPAIRS
A. Repair all coatings that are damaged during installation of the cathodic protection
system in accordance with Section 09900, PAINTING.
City of Renton Elevated Water Tanks 13980-8
Seismic Repair and Rehabilitation
«. SECTION 13980
CATHODIC PROTECTION SYSTEM
am
3.9 FIELD TESTING
�* A. Provide the ENGINEER with 7 working days' notice prior to the completion of
the cathodic protection system installation to allow scheduling of the required
energizing and testing.
B. Energizing and Testing: When all work has been completed, a final test shall be
conducted by the CONTRACTOR and witnessed by the ENGINEER to
;m demonstrate that the system operates properly. The CONTRACTOR will make all
necessary final adjustments in the output of the system and make sufficient tests
to ensure proper installation of the cathodic protection system. Any construction
4W defects noted by the ENGINEER during energizing and testing shall be located
and corrected by the CONTRACTOR, at the CONTRACTOR's sole expense.
C. Once the system has been tested, the rectifier shall be turned off, the rectifier
circuit breaker and ac disconnect switch secured in the OPEN position and
tagged, and the anode lead wires disconnected at the rectifier.
D. The CONTRACTOR shall prepare and submit a written report summarizing the
testing and including all test data.
END OF SECTION
.r
170927A.SEA
00
4W
rr
arr
r
4M
r
City of Renton Elevated Water Tanks 13980-9
Seismic Repair and Rehabilitation
00 SECTION 15060
PIPING SUPPORT
4W
PART 1 - GENERAL
1.1 SUMMARY
A. This section includes furnishing and installing piping support and seismic bracing.
B. Related Sections:
1. Section 02511 - Fittings and Appurtenances
1.2 SUBMITTALS
A. Provide submittals as specified in Section 01330 and include the following:
1. Product Data: Like items of material shall be end products of one
manufacturer.
2. Shop Drawings:
a. Double-line shop drawings, of the piping to scale not smaller than
scale stated on Drawings. Locate each support, guide, and hanger,
including seismic bracing. Identify type by catalog number or shop
drawing detail number, show anchor locations, and identify by shop
drawing detail number.
b. Detail installation drawings, catalog information, and complete
component selection list for pipe support systems.
4.
1.3 WARRANTY
�, A. Manufacturer's Services Provided By Contractor: Manufacturer's representative
for piping support and seismic bracing being furnished shall be present at job site at
beginning of construction to instruct installation craftsmen in specified assembly of
„r that product.
Am
an
City of Renton Elevated Water Tanks 15060-1
Seismic Repair and Rehabilitation
SECTION
15060
PIPING SUPPORT
PART 2 - PRODUCTS
2.1 PIPING SUPPORT SYSTEMS
A. General:
1. Support piping as specified and shown on pipe support details on
Drawings. Manufacturers' catalog figure numbers are typical of types and
quality of standard pipe supports to employ.
2. All support anchoring devices, including anchor bolts, inserts, and other
devices used to anchor support onto a concrete base, roof, wall, or
structural steel works shall be specified size, strength, and spacing to
withstand shear and pullout loads imposed by loading and spacing on each
particular support.
3. Supply detailed shop drawings of supports, including support anchoring
devices, with submittals specified in this Section.
4. Where piping connects to valves it shall be supported by a pipe support
and not by the valve.
B. Vault/Riser Footing Pipe Supports:
1. Provide piping support in pipe vaults using Grinnel, Unistrut, B-Line, or
equal. Components shall be hot-dip galvanized after fabrication.
Electroplated zinc or cadmium plating will not be considered.
2. Fabricate, and install bracing for piping for Uniform Building Code (UBC)
Seismic Zone 4 and requirements of these Contract Documents. See
"Submittals"paragraph also in this Section.
3. Pedestal pipe supports shall be adjustable, with stanchion, saddle, and
anchoring flange.
4. Vertical Piping Supports: Channel and pipe straps manufactured by
Unistrut, B-Line, or equal.
5. Clamps, support components, and accessories shall be hot-dip galvanized
after fabrication. Contractor may substitute stainless steel components
where hot-dip galvanizing is specified.
City f
y Renton Elevated Water Tanks 15060-2
Seismic Repair and Rehabilitation
SECTION 15060
AW PIPING SUPPORT
60
6. Provide vertical sway bracing where shown on Drawings or required by the
details.
.w
7. Support piping to prevent undue strain on valves, fittings, and equipment.
PART 3 - EXECUTION
3.1 PIPE SUPPORTS
A. Install as shown on Drawings and manufacturer's recommendation.
END OF SECTION
4M
go
Am
%W
.r City of Renton Elevated Water Tanks 15060-3
Seismic Repair and Rehabilitation
MW
am SECTION 15820
PASSIVE ENERGY DISSIPATION SYSTEMS
OW
PART 1 - GENERAL
.. 1.1 SUMMARY
A. This section includes friction dampers for seismic force reduction designed,
prototype tested, fabricated, proof tested, and installed as shown on the Drawings
and as provided in these Specifications.
B. Related Sections:
1. Section 05120 - Structural Steel
wr•
2. Section 09900 - Painting
C. System Requirements:
1. The energy dissipation system shown on the Drawings and described in
these Specifications shall comply with the Energy Dissipation System
(EDS) requirements, unless specified otherwise herein.
2. When system designs are to be installed into a tension-only bracing
"" system, the system shall incorporate a mechanism to straighten the
buckled compression brace so it can immediately absorb energy in tension
upon reversal of motion.
1.2 SUBSTITUTIONS:
A. Due to the customized detailing and engineering characteristics of the specified
damper device assembly, it is a requirement that the specified damper device be
used in the "base" bid.
,.
B. Contractor may submit a substitution request in accordance with Section 01600 if
proposed alternative meets the following:
1. Equivalent load-carrying capacity, stiffness, viscous damping, and
manufacturing tolerances as specified product.
2. Compliance with dimensions and details of product specified.
aw 3. Compatibility with components of the total structural system.
C. Submit detailing, location plans, and calculations for proposed alternative with
.. substitution request.
D. Substitution request will be reviewed by Engineer in accordance with
Section 01600.
City of Renton Elevated Water Tanks 15820-1
Seismic Repair and Rehabilitation
SECTION 15820
PASSIVE ENERGY DISSIPATION SYSTEMS
E. Alternative products for the specified damper device assembly will be allowed as
an alternate bid item only if written approval and acceptance is obtained from the
City seven (7) days prior to bid. All detailing, location plans and calculations for
the alternate are to provided at time of request for approval.
1.3 REFERENCES
A. EDS Requirements - NEHRP Guidelines for the Seismic Rehabilitation of
Buildings - FEMA 356 (2000), Chapter 9: Seismic Isolation and Energy
Dissipation.
B. ASTM A36 - Structural Steel.
C. ASTM A572 - High Strength Low Alloy Columbium- Vanadium Steel.
D. AISC - American Institute of Steel Construction, Specification for the Design,
Fabrication and Erection of Structural Steel for Buildings, 1989.
E. ASTM A325 and A490 - High Strength Bolts for Structural Steel Joints.
F. NIST- National Institute of Standards and Technology.
1.4 SUBMITTALS
A. Submit under provisions of Section 01330 and this Section.
B. Shop Drawings:
1. Indicate profiles, sizes, spacing, and locations of structural members,
attachments, shop and erection details, including cuts, codes, connections,
holes, threaded fasteners, rivets, and welds. Include loads, locations,
markings, quantities, materials, and shapes; and methods of connecting,
anchoring, fastening, bracing, and attachment to Work of other sections
for each condition.
2. Indicate shop and field welds using welding symbols in accordance with
AWS A2.0. Indicate net weld lengths.
3. Shop drawings shall contain information required for construction and
installation of damper attachments.
C. Provide a Quality Control Program with a certified copy of the results of all
prototype tests performed on the dampers. +
D. Provide calculations for installation, including internal parts of damper and
connection to pipe brace.
�r
City of Renton Elevated Water Tanks 15820-2
Seismic Repair and Rehabilitation
00 SECTION 15820
PASSIVE ENERGY DISSIPATION SYSTEMS
00
E. Provide force-deformation curves of prototype damper resulting from dynamic
testing.
ow
1.5 QUALITY ASSURANCE
ow A. Comply with AISC Specification for the Design, Fabrication and Erection of
Structural Steel for Buildings.
lo. B. Provide evidence that manufacturer established and maintained a
manufacturing/processing control system, including written process specifications
and procedures, that complied with at least one of the following:
�. 1. Control of Quality MIL-Q-9858A, Quality Program Requirements.
2. Control of Quality MIL-I-45208A, Inspection System Requirements.
3. Control of Quality ISO 9001, Quality Assurance in Design, Development
Production, Installation and Servicing
C. Provide specific instructions for detail part marking providing for one-way
backward traceability to the information listed above. This information shall be
"" readily retrievable and consolidated into one inclusive document that is controlled
and approved by a minimum of engineering methods and quality assurance at the
manufacturer's facility.
low
D. Calibration System Requirements. Calibration devices used to measure, gage,
test, inspect, or examine items to determine compliance with specification and
OW contractual requirements shall comply with MIL-STD-120 and
MIL-STD 45662A, or equal, to a calibrated measurement standard with valid
relationship traceable to the NIST.
,r
E. Manufacturer's Mill Certificate: Submit certificate that products meet or exceed
specified requirements for structural steel components.
W
F. Mill Test Reports: Submit manufacturer's certificates indicating structural
strength and destructive and non-destructive test analysis.
G. Warranty: The manufacturer shall warrant the friction dampers for ten (10) years.
.. H. Testing:
1. One prototype full-scale damper device shall be tested for each damper
•• type indicated on the Drawings, unless noted otherwise.
2. Prototype tests shall be performed by an approved independent testing
laboratory as given below (after shakedown cycles to establish slip
forces):
City of Renton Elevated Water Tanks 15820-3
Seismic Repair and Rehabilitation
SECTION 15820
PASSIVE ENERGY DISSIPATION SYSTEMS
a. Twenty (20) fully-reversed cycles of loading at the Maximum
Damper Displacement (MCE displacements).
3. Performance of the test specimens is approved when meeting the
following conditions:
a. Force-deflection plots of tests have a non-negative incremental
force-carrying capacity.
b. For each test sequence specified, each test specimen exhibits no
greater than a±15 percent difference between the design slip load
and actual slip load.
4. Test specimens shall not be used for construction without replacing
components in friction and high strength bolts internal to the damper.
5. Proof testing shall be performed on every damper produced. Proof testing
shall be used to verify the slip force of each friction damper and to
establish unrestricted movement to the maximum damper displacement.
Slip load shall not deviate more than±15 percent from the design slip load
under two (2) consecutive cycles at Maximum Damper Displacement
(MCE displacements).
6. Notify Engineer and City twenty-one (21) days prior to performing
prototype and proof testing of damper devices. Engineer will provide
visual observation of the tests for general conformance to the specified
testing requirements. Observation of tests by the Engineer does not
include or waive the manufacturer's responsibility for conforming to
specified requirements.
1.6 MANUFACTURER'S QUALIFICATIONS
A. Manufacturer's process control shall include the following:
1. Raw Material Traceability.
2. Specific Raw Material Traceability.
3. Special Process Certification Traceability.
4. Detailed manufacturing instructions that identify work performed by
operation and machine.
5. Inspection instructions (such as first piece).
6. In process and final detail component inspection instruction with actual
P P
dimensions.
City of Renton Elevated Water Tanks
15820-4
Seismic Repair and Rehabilitation
SECTION 15820
PASSIVE ENERGY DISSIPATION SYSTEMS
ow
B. Manufacturer shall have been engaged in design and fabrication of their energy
dissipation system for at least three years on similar projects.
C. Acceptable Manufacturers:
1. Pall Dynamics, Ltd.
100 Montevista, D.D.O., Montreal
Quebec H913 2Z9 CANADA
., Phone: 514-421-2605
Fax: 514-684-8185
2. No known equal.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Steel: ASTM A36 minimum or equivalent.
B. High Strength Bolts: ASTM A325SC or A490SC - Slip critical or equivalent
;w, galvanized.
2.2 DESIGN
A. The damper assembly and any one of its components shall have a minimum factor
of safety of 1.3 over the yield strength.
B. Design to slip loads and displacements shown on the Drawings.
2.3 FABRICATION
A. Provide shop primer in accordance with provisions in Section 09900. Coat
connection surfaces in contact with brace with inorganic zinc primer (Class B
surface) in accordance with provisions in Section 09900.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Verify that field conditions are ready to receive work.
B. Do not commence installation until unsatisfactory conditions are corrected.
�.. Beginning of installation means acceptance of existing conditions.
3.2 ERECTION
A. Install friction dampers in accordance with manufacturer's written instructions.
City of Renton Elevated Water Tanks 15820-5
Seismic Repair and Rehabilitation
SECTION 15820
PASSIVE ENERGY DISSIPATION SYSTEMS
B. Do not tighten or loosen bolts internal to the friction damper components.
C. Do not move or reposition damper components without written instructions and
approval from manufacturer.
D. Pretension steel bracing associated with energy dissipation device to avoid
excessive out-of-plane movement. Perform pre-tensioning using erection rods
and brackets shown on the Drawings.
E. Install high strength bolts per Section 05120.
3.3 FIELD QUALITY CONTROL
A. Testing Agency: Owner will engage a qualified independent testing and
inspecting agency to inspect high-strength bolted connections and installation of
damper device.
B. Structural Observation: Notify Engineer 48 hours prior to damper device
installation. Engineer will provide structural observation of damper device
installation for general conformance to the approved Drawings and Specifications.
C. Correct deficiencies in Work that test reports, Engineer's reports and inspections
indicate does not comply with the Contract Documents.
END OF SECTION
City of Renton Elevated Water Tanks 15820-6
Seismic Repair and Rehabilitation
rrr
i
i
i
W Lr)
00
m
Q
W W
U C�
Q
O z d
,.. ° w Y a a
N m O C7 n N
0C m Z
I o N F Z
N m W^ C]cZi 4.O
o m U W o
C aZ
U cr J U G ]
CL i o
t� O Qu h N
rrr - x o
..1
°� a W m LLJ
Q L \ o?
- z U z
a z
w< O �' 71 0
oW U fJ * mss 3
2(A 0
U
Of
Cl-
c-
<
m
�f " � I m Rn^^+1 rvOQly o'm,'O 8 °00000 h O m
c . "^ Nm m.=ri 'mom°=annnn c m v E
o ° °
=U-
S
rh o cIN u "�ri o m -:NCB-r++in7iilo°� .-°a°u :€o
° ' - =moo G b! 2Sn�^rr 2S n2S 25g O1•a O1 5, °-6 Z
ee; pm nri=il�i:uon°m�Pn N So :Chi Z LD
O _
(t
m Z F
E�
~'6 •uLC ,^, : i '�' c �° nnhnry NNNNNNN �• - Yie-°i. O
ool<n
.J^I n'Y goo-..-_-NNnn Vic: �I°n v°II°n
°c °-oo o
UwU UU O3 < S O + 3 K W
w ^Q
a
I N
3
F'J O
I��lll'uum�nnr`r + C O o 0
5 n c
_ re + o
fid c
=6 _ C .
g° °a • c
E o ° _
E
c. F f - E Q< .:
e° o c
0.
0.
ofi
v•
�fio < .� E- Qca a-<NC =O m m _ oao •°SP
yy
< L
�• EE
LIN
E
m
a 5v°Eaoj�<" <`Sa oFhoouSEQ=E ° w o u 5a5
o°��_i°co o�mL
o V OV`°�v :»aOi��c'�� aF=$ iA .°lo; V E L E �`--
a -_ $ �i-- d �o3yla o_s o _
cd
<.Q°
� �
u _ N
X s
W c
m
Z D R 00
v C
o� UW s X12 S4
u o m 01 Y 0
oQz
d 0
Y c Z 1-5, .r
o LLJ m
o u U;E (� o
z
°o« 1
co
� YL
•-n
«o
dG
d-
N 3
l O
taw
2 -
m
go a JPU07 UI aw V}joa Paq x4s!Pun sDou ;o V;daa DO�f W^ tD c Cm aQn7 }o aP!S c Oc J u0 m m ;o }aad 0IVn °
). Cv W ia<mnm
. > m�•
4.
QPuag lo�ll'aA .
D K
V« D O I O O J N G J O
VIA 3 a,nssa,d 1saI
0
f s J saVOUi - �alawo!a O
az!s ad!d
yV7 S-V-UI
1 Z sDOa ;o V}daa
/ wyjoa Pao,nls!Pun W
m
POU
say aI
a c v s .1 T rC
' V c ;o �ayawo!a
°
/ Z H
vw ix
..8 U > c« aQn7 }° ap!s
v , uOJ • ` r
c Od
.io. ° m °' 6ui 40019 ay a.0uo7 m �„
D v D N m\ aownN _
y W
u d a ory
C d o ~ ~� i Puag IoOi}�a� -
D D
0 - v ° ° -+ ° Isd o 0 0 0 0 0 0
j« � a�nssa�d }sal ry ry ry ry ry ry ry
3 O:
r � O
5 W
saVPU[ - �alawoio a u. m ut
az!S ad!d - -
1�
fs
.. Co
0
V) m
3 w
s 0
„ N a
rr v° v E
u c c N C u „
` N.Q °To
D SV E O � O
r
^ n o ° °d c c a !c C , O
❑
(-
.Y.° °N }V OO .a N`O fat
O Ar U V C C- O`.=
�E.S � c u c o
° a < i 0.
J^ ... D o C.5 o- o c ❑ a t-
C C C .0 N Y ° V V Y A!
O Q ❑ F f...
uo° :2 .2o u „moo c°-„ .o o ¢u fn
t uc o�- c °,-°_u 'o c L �o
N . u„ o c o "..C.=rn u J J° �• m
ov „ =o E co co
-Yr l y = N V Y V
+rr o ° Y° ° o °v° D moo° " o ¢ 04 MO Q
Y O, C Y Y O U 4 j>a' °° O p Y U O 0 �� z
00 oL s° v'a o 0>a M-a L^o °u_°v uv
;- u JO u Y o u C°u „ _ > - u 4 71 •CV C.�
L [ - ; O
o°cam o c°' ... c rn� .v-° `o nu !J ♦ ¢ G
L O O DCJ J C 'Q a'a _ V D O
C p
0 n
Y N C Y ° ] Y u N
N V - O v U O Y j `U O
v N
CO Y >. C p u 0
c=o `-' vY D°O� ELO °oo =� °c°Z cco oC
n -c J _ v 3
_a o °V o o E .0 d : o O _vu o°
uE .� Gov So c-a c v
"E vN u^ Yu° cv naL as oC
j U D O O O
ooc - L.o o u O° uu ao� am
C "a.nNN oo D oo FF�• uu ua Fu = vu ;
a
c c,°n 3 u h 3
�M c
=n In'o
- i
i
f
W
rV
u O < m
C O N O
W L V m
Y V U N--
O V O Y I.
].- n m,
Y
° Y „ N Q° L d \ d
v Y �`�. .; � n
Y
2 v`Yi p C 30
J J C T° O na Y N \\
a c w c v E Y N u v
_ o L`
> L v u cV, n ° °= °
U V L Y Y
N
_tea J-u x p n d o o
c o N O o E 1. c°o u ° C Co
o uu"u'- a0 u5o al o
E-0d c r._,z
d
n
+rte
U.NL N �Nd aYQ_N N„'u .-O Y]v�'cO
m 0 N- pou
a o o
° ° J U 9 0 0u 0-� Y � m_.a Q.
„w�N d a
m
: o „ E o L
C � a ;I E E \-\n.n
0 -_pa oa Un 0'N p_
° Nc.oN °U .
u o o �-
C c y^O a",; o m
n U. \ LL Z o o Q� a �
oi omo
. a: „u WV� ° Co m
nE L NO O oo U N°
O 00 a'
o UQ � � C o- o d-
n 0
O D O 0
Yd 1 o 0O 1 o an N o d O d^ m
0 l O
° CN M:p C V p ':Q a O O N Y_ 0 'a 0,
,C ° noO Q. m u 0„0 N 1
Jaa N
CJ vi' I^_T ouuu0 s v��
.2cc m° �E� Y c p
O O 0�
Y u
O n O n O � O n O n N00 0 0 0 0 O iv
o o o o 0 O
0
N N N
O < O ,a
N
0
m
0
F z on
cn 0
o w
a
E- c
z m a
E
rrr Fw w- O
= w a N
� x
it
w aa.0 `
F- °
o cn ¢ a cz < r LO
�3 d W � ¢v ai `3
0 m m
> ¢ + w
Of
r CN � ¢ z
_ > >4 Z
JJ. > �" I k, CD
1J + �- 3
QQ
owQ
J °° < a
Q N> Q
rr
p O C 3 m
W W
W
Of m w
f- m W
F Z Y O
( ) J Q
w m �- _ N O
Q Z Y ° D Vr OV)
w oa = N w of Z
W Q ~
Li 0 W Y Y� Y >
NO ° Z Y W S � �W N
d � Ul = E Q I m� mZ
4 . . J¢ 1--' Z W° W O W J
N O \\ > >U >
1 Z
_ w I
J \ N N
�W
� H
�Q
N ° D
ow
F- °
W W O
= J� z - T-
< O W
t-�- >�O 0 Z -ZpZ p~
W Q Z Z W W Z 0 3
Qp� p�� ¢ (n zz
Ln
�Z0E- �F-� � Z Z QOg� H LLI
o0Q° u�vwi� m x z ZmQw mQ
wrr m U Z Z Q I U - LJ p a
WQ a C) > Z = WmZ
Q Q� V Q C w Lj O p � Q Z
Z w
>-�U Q aXp > " ��WZ aka Uq
w Nm0 dwa0 ZrW- Q
Q Z W W 0Ow ppF-
Q w z � 0oQ zZm LLJ
`n a ° � cnJ > �- ¢ w
WQ Q ¢ Q W 0 W W 0 O LJ
_ o
> O a- o~ Wpw JNQ
Z 3 ___--_ O W Q Q O
ZXw - ul �U
Itw U, .�
> w p w O
Q X CrZw 0E- 3
> W —Uom zUl
a
■0
rrr
CD
m
� w
U
14 Q
V a
¢ a
N
r�
O Z Z�,
OF- 5
3 z a o
'm m
O W I c
O. O
00
++� 2v o r F f
N a � � N cl m
U
0 = 3 3 a
~ Of N W w w O w
r�ir ^a U o n O/_�O z
p"iNN N LL N W E+
a v
wm Zw O O IJ
y m O U m p m
Qa J O J
, O Q W 3 w Q w
N O N S N O Z L rn
Z a U J W U
M_ OmJ :r Q. � ' N > O _ a
Ul� ZONO 3U z oQ
O Za � O w Qw m
z o � a ¢
Qp m J Da_Z m N_ v)UQw ?N
�p w w d w Z
p z w 0 N Z O
LLJ 0 m J m z
Oa �
ZOm� 0 JU a � V)
a 0 w a J a >O
� Cl. 0 - U a Q a w w\ w Q LO LLJ
O w~ z N U O m - x v - - - Z z
amY p : u Qw. wm a � O
w J U w
pJOO haw Na I a jU w ��
Q J F > a
� Smrw_v V) L-)Z ZC v i Om s "--
O y O N U a C I J W > p N a
W LJ W
ZOww I >� �' �
O J N o Q
U m N 0_ Z O� ZO
N N F-
J Q
Q
C7 ZQ W Lj
J S
/ I N W 4 O
FA
U z
z a O o
J
2 2 m p w
g Z w <a
a
Of W x pm W
LLJ N O O Z
rn < a
o maa n
N J NC.7 Z
N a O w
>U D
W O
Q�F(D N
- > Z
- Q
V) =O� J
U U Z U
w W W
J
ow w 0 V) N
_ Z
Q 0 LD
O: w
H WCON
aw
ft/
` u k
SOIL CLASSIFICATION SYSTEM
MAJOR DIVISIONS GROUP GROUP NAME
SYMBOL
GW WELL-GRADED GRAVEL,FINE TO COARSE GRAVEL
GRAVEL CLEAN GRAVEL
COARSE GP POORLY-GRADED GRAVEL
GRAINED More Than 50%
SOILS of Coarse Fraction GRAVEL GM SILTY GRAVEL
Retained WITH FINES
on No.4 Sieve GC CLAYEY GRAVEL
SW WELL-GRADED SAND,FINE TO COARSE SAND
SAND CLEAN SAND
More Than 50% SP POORLY-GRADED SAND
Retained on More Than 50%
No. 200 Sieve SM SILTY SAND
of Coarse Fraction SAND
Passes WITH FINES SC CLAYEY SAND
No.4 Sieve
ML SILT
FINE SILT AND CLAY INORGANIC
GRAINED CL CLAY
SOILS Liquid Limit
ORGANIC OL ORGANIC SILT, ORGANIC CLAY
Less Than 50
MH SILT OF HIGH PLASTICITY, ELASTIC SILT
More Than 50°% SILT AND CLAY INORGANIC
Passes CH CLAY OF HIGH PLASTICITY, FAT CLAY
No. 200 Sieve Liquid Limit
ORGANIC OH ORGANIC CLAY,ORGANIC SILT
50 or More
HIGHLY ORGANIC SOILS PT PEAT
NOTES: SOIL MOISTURE MODIFIERS:
1. Field classification is based on visual examination Dry - Absence of moisture,dusty,dry to the touch
of soil in general accordance with ASTM D2488-93.
Moist- Damp, but no visible water
2. Soil classification using laboratory tests is in
general accordance with ASTM 02487-98. Wet- Visible free water or saturated,usually soil is obtained
3. Descriptions of soil density or consistency are from below water table
based on interpretation of blow count data, visual
appearance of soils,and/or test data.
ei�'I SOIL CLASSIFICATION SYSTEM
Geoff Engineers FIGURE A-1
f:\soila-Ldoc
LABORATORY TESTS SOIL GRAPHICS
AL Atterberg limits
CA Chemical analysis
CP Compaction
CS Consolidation SM Soil Group Symbol
DS Direct shear (See Note 2)
GS Grain size
%F Percent fines Distinct Contact Between Soil
HA Hydrometer analysis —� Strata
SK Permeability
SM Moisture content Gradual or Approximate
MD Moisture and density Location of Change Between
ST Swelling test Soil Strata
TX Triaxial compression
UC Unconfined compression
Approximate Location of Change
Within a Soil Strata
Measured ground water level
Ground water encountered
during drilling
Perched water encountered
during drilling
Bottom of Boring
BLOW-COUNT SAMPLE GRAPHICS
Blows required to drive sampler ■ Location of sampling interval with relatively
6 inches using a 300-pound �s undisturbed recovery
hammer falling 30-inches
® Location of sampling interval with disturbed
recovery
s F-1 Location of sampling interval with no recovery
a
o Blows required to drive sampler I Location of sample obtained in general
6 inches using a 140-pound is accordance with Standard Penetration Test
w hammer falling 30-inches (ASTM D-1586) procedures
Location of SPT sampling attempt with no
"P" indicates sampler pushed
M recovery
against with weight of hammer
9 or against weight of drill rig
Z
LL
O
NOTES:
1. The reader must refer to the discussion in the report text,the Key to Log Symbols and the exploration logs for a
proper understanding of subsurface conditions.
a
0 2. Soil classification system is summarized in Figure A-1.
in
° KEY TO LOG SYMBOLS
Y /��� Project: City of Renton Elevated Water Storage Tanks
ig-GeOEnoineers Project Location: Renton, Washington Figure:A-2
0
Project Number: 0693-052-01 sheet i ar
Logged Checked
Date(s) 07/03/01 KHC By SDS
"� Drilled By
Drilling Holt Drillin g Drilling Hollow Stem Auger Sampling 2.4" ID Split Barrel Sampler
Contractor Method Methods
Auger 425"ID Hammer 300(lb) hammer/30(in)drop Drilling Mobile B-59
iw .
Data Data winch release Equipment
Total 75 Surface 466 Ground Water
Depth(ft) Elevation(ft) Level(ft.bgs)
rr Datum/ NAVD, 1988 Easting Northing
System
SAMPLES
c N OTHER TESTS
s MATERIAL DESCRIPTION a AND NOTES
L O -
(D _ cu J U O di
Ww C) N E U m O) O E
z of Co (9� c7ti �U ��
0
GRAV 2 inches crushed rock
65 SM Gray-brown silty fine to medium sand with occasional
gravel(medium dense,moist)(fill)
err
SM Brown gray silty fine to medium sand with occasional
1 18 18 gravel(medium dense to very dense,moist)(glacial
5 till)(advance outwash)
Aw 460 2 18 51 9 128
3 12 50/6"
10
55
arw
4 11 50/5" 22 107 GS
15
50
5 6 50/6"
20
4W 45
0
N_
6 6 50/6"
rr o
25
40
a
rr 0.
o SP-SM Brown fine to medium sand with silt and gravel(very
7 0 50/3" dense,moist)
Cn
0
30
ar z
LL 35
0
N
O
m
rn
O
�r 8 18 60 7 127
a
0 35
N Note:See Figure A-2 for explanation of symbols
c�
it
0
LOG OF BORING B-1 (Rolling Hills)
d.r 0 Project: City of Renton Elevated Water Storage Tanks
GeoEngineers Project Location: Renton, Washington
�y Figure:A-3
a
Project Number: 0693-052-01 Sheet 1 of
SAMPLES
o " ^N OTHER TESTS
L o _ MATERIAL DESCRIPTION AND NOTES
a.e+ lD j N L d O C C L
W � � o m mop of
w c °/
35 Z x m 3: 0—J 0U) U O�
30 — — — — — — ,
SP Brown fine sand(very dense,moist)
9 18 73
40
425
10 18 78
45
420
11 17 80/11"
50
15
12 17 86/11" 8 99
55
10
13 17 83/11"
60
405 SP Brown fine to medium sand with occasional gravel t
(very dense,moist)
14 18 86
65
0 00
rn
0
N
w 15 17 96/11"
� 70 '
395
SP-SM Brown fine sand with silt(very dense,moist)
m
a ,z 16 18 82
LL
75 Boring completed at 75.0 feet on 07/03/01
o No ground water observed during drilling
0
'o
a
0
O 'Z
o:
O
in
LOG OF BORING B-1 (Rolling Hills) (continued)
Project: City of Renton Elevated Water Storage Tanks
GeO �En veers Project Location: Renton, Washington
��� Figure: A-3
0
Project Number: 0693-052-01 Sheet 2 of 2
Dates) 07/05/01 Logged KHC Checked SDS
a"' Drilled By By
Drilling Holt Drilling Drilling Hollow Stem Auger Sampling 2.4"ID Split Barrel Sampler
Contractor Methods
Auger 4.25"ID Hammer 300(lb)hammer/30(in) drop Drilling Mobile B-59
Data Data winch release Equipment
Total 75 Surface 434 Ground Water 34 and 54
Depth(ft) Elevation(ft) Level(ft.bgs)
r System Datum/ NAVD, 1988 Easting Northing
SAMPLES
aaar c �
a MATERIAL DESCRIPTION o � OTHER TESTS
m L 2 o - _ AND NOTES
1 y fl_a+ N > N L CL C C L
a) a� a� Z o 3 d a a a� m
+Wr Ww Dw v o ° 20 2 � ° o
5 Z m m C7� 0U)
0 SOD 2 inches sod
SM Dark brown silty fine to medium sand with occasional
gravel(loose,moist)(fill)
ar
430 1 0 5
5 SM Gray and brown silty fine to medium sand with gravel
2 18 58 and occasional cobbles(very dense,moist)(glacial 8 128
till)
rya 425
3 18 58
10
rr
420 4 11 50/5"
15
am
415 5 10 50/4"
20
arr
0
Cobble zone at 23 feet
aar o 410 6 16 96/10"
25
w
c�
a
airii ca
0
m
0
405 7 11 50/5" 7 135
U) 30
Aw Z
LL _ _ _ _ _ _ _ _ _ _ _ _ _
o SP-SM Brown_ g—ray fine to medium sand with silt and
0 occasional gravel(very dense,moist)(advance d L
m outwash)
dw
9 -400 8 17 77/11"
a
0 35
N Note:See Figure A-2 for explanation of symbols
c�
arr Z
d
0
m
LOG OF BORING B-2 (Highlands)
w
oProject: City of Renton Elevated Water Storage Tanks
Geoff En eers Project Location: Renton, Washington Figure: A-4
C
"� Project Number: 0693-052-01 Sheet 1 of 2
AWN
SAMPLES ,
MATERIAL DESCRIPTION OTHER AND NOTESS
L _ J U
47 N Z p N 4/ II. 7 N Z) m
W w w
z m J 0 a �v o�
35 '
395 9 17 81/5" 11 109 GS
40
390 10 17 96/11"
45 ,
SP Brown fine to medium sand(very dense,moist)
385
11 17 79/11"
50
sP-SM Brown fine sand with silt(very dense,moist)
380 12 9 50/3" 9 130 ,
55
375 13 11 50/5"
60— — — — — — — ,
SP Brown fine sand(very dense,moist)
370 14 18 79 6 106
65
0
0
c�
365 15 17 81/11"
W
70
a
0
N
O
m
O 'z 360 16 18 73
LL
0 75 Boring completed at 75.0 feet on 07/05/01
o Perched ground water observed at 34 and 54 feet
m during drilling
0
a
z
z
0
0
m
LOG OF BORING B-2 (Highlands) (continued)
Project: City of Renton Elevated Water Storage Tanks
\/ Project Location: Renton, Washington
Geo1OEnoeers Figure:A-4
0
Project Number: 0693-052-01 Sheet 2 of 2