Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: A Y'-11 t49'
Awarded to: Tri-State Construction
P.O. Box 3686
Bellevue,WA 98009-3686
ro
Bidding Requirements,City of Renton +
Forms, Contract Forms, Conditions of
Specifications
City of Renton
Construction of.
Sidewalk Rehabilitation &
Replacement Project 2011
Sidewalk And Curb Ram
............. I ilitatio 01,
PROJECT NO. CAG-1 1-149
.........................
1055 South Grady Way
Renton WA 98057
General Bid Inforinatiou: James P. W11holt 425-430-7319
Project Manager: James P. Wilholt 425-430-7319
01
intA on RQ� clod
« CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Sidewalk Rehabilitation & Replacement Project 2011
Sidewalk And Curb Ramp Rehabilitation
PROJECT NO. CAG-11-149
August 2011
a
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
k SPECIFICATIONS
PLANS
s
CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
Printed on Recycled Paper
t
City Of Renton, Washington
Project No.CAG 11-149 August 11,2011
. Addendum No. I
0*Y (xay.
INV
Sidewalk Rehabilitation &
Replacement Project 2011 Sidewalk And Curb Ramp Rehabilitation
CONTRACT NO. CAG- 11-149
ADDENDUM NO. 1 TO THE PLANS AND SPECIFICATIONS
Date of Issue: August 11,2011
i
Date of Bid Opening: August 23, 2011
The Bid Documents for the above-named project are modified as described below. Bidders shall take
this addendum into consideration when preparing and submitting their bids.
Bidders shall attach this addendum to their copy of the Contract Documents and shall acknowledge
receipt of this addendum in the space provided in the Proposal Form. Failure to do so may subject the
bidder to disqualifications of his bid.
THE BID DOCUMENTS ARE MODIFED AS FOLLOWS:
BID PROPOSAL:
Replace Proposal Bond,Proposal—Signature Page,NON-COLLUSION DECLARATION and
Subcontractor List Form.with the documents included with this addendum
SCHEDULE OF PRICES:
In Schedules A and B
Bid Item No. 22 Cement Concrete Sidewalk Driveway-6"
Change Item Description to:
Cement Concrete Driveway-6"
Add Bid Item No.33 Cement Conc. Curb Ramp Type 3A- Single per Each(EA)
(SS, SP 8-14)
t
APPROX. QUANTITY 3 EA
34
a
V
City Of Renton, Washington
Prcj ect No.CAG 11-149 August 11,2011
Addendum No. 1
SCHEDULE OF PRICES(con't):
In Schedule C
Bid Item No.22 Cement Concrete Sidewalk Driveway-6"
Change Item Description to:
Cement Concrete Driveway-10"
Replace Schedule of Prices Schedules AB&C in their entirety with the attached revised Schedule of
Prices Schedules A,B &C.
SPECIAL PROVISIONS:
Special Provision 1-07.2 Sales Tax: The section shall be replaced with the following:
1-07.2 State Taxes
Section 1-07.2 is supplemented with the following:
(March 13, 1995)
The work on this contract is to be performed upon lands whose ownership obligates the Contractor to
pay Sales Tax. The provisions of Section 1-07.2(1)apply.
NOTE: A completed copy of the "Acknowledgement of Receipt of Addenda" form found in the
Project Manual referencing this Addendum, and any subsequent addenda, must be submitted
with the Bid.
'p
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN
EFFECT
THE CITY OF RENTON
5 J.•° P
James P. Wilhoit,P .E.
Project Manager
i
1
i
1
+
Proposal Bond
i• ,�
KNOW ALL MEN BY THESE PRESENTS,That we,
of as principal, and the
a corporation duly organized under the laws of the state of ,and
authorized to do business in the State of Washington,as surety, are held and firmly bound unto the State
of Washington in the full and penal sum of five(5)percent of the total amount of the bid proposal of said
principal for the work hereinafter described,for the payment of which,well and truly to be made,we bind
our heirs,executors,administrators and assigns,and successors and assigns,firmly by these presents.
The condition of this bond is such,that whereas the principal herein is herewith submitting his or
its sealed proposal for the following highway construction,to wit:
said bid and proposal,by reference thereto, being made a part hereof.
NOW,THEREFORE, If the said proposal bid by said principal be accepted,and the contract be
awarded to said principal,and if said principal shall duly make and enter into and execute said contract
and shall furnish bond as required by the City of Renton within a period of twenty(20)days from and
after said award,exclusive of the day of such award,then this obligation shall be null and void,otherwise
it shall remain and be in full force and effect.
IN TESTIMONY WHEREOF,The principal and surety have caused these presents to be signed
and sealed this day of
(Principal)
(Surety)
(Attorney-in-fact)
aw
2011 Citywide Walkway Improvements Proposal Bond
August 2011
,ar
Failure to return this Declaration as part of the bid proposal package will make
the bid nonresponsive and ineligible for award.
NON-COLLUSION DECLARATION
I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the
United States that the following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has (have) not,
either directly or indirectly, entered into any agreement, participated in any collusion,
or otherwise taken any action in restraint of free competitive bidding in connection
with the project for which this proposal is submitted.
2. That by signing the signature page of this proposal, I am deemed to have signed and
have agreed to the provisions of this declaration.
NOTICE TO ALL BIDDERS
To report bid rigging activities call:
1 -800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline"
Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of
possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to
report such activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the USDOT
Inspector General. All information will be treated confidentially and caller anonymity will be
respected.
.r
„r August 2011
2011 Citywide Walkway Improvements
wr
Y
"y Proposal — Signature Page
AM
The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all
requirements and signed all certificates contained herein.
�r
A proposal guaranty in an amount of five percent(5%)of the total bid,based upon the approximate
estimate of quantities at the above process and in the form as indicated below is attached hereto:
Certified Check ❑ ($ )Payable to the City of Renton
Proposal Bond ❑ In the Amount of 5%of the Bid
Receipt is hereby acknowledged of addendum(s)
No.(s) ,_&
Signature of Authorized Official(s)
Proposal Must be Signed
40 Firm Name
Address
City of Renton Business License No.
State of Washington Contractor's License No.
Federal ID No.
Note:
1) This proposal form is not transferable and any alteration of the firm's name entered hereon
without prior permission from the City of Renton will be cause for considering the proposal
irregular and subsequent rejection of the bid
2) Please refer to section 1-02.6 of the standard specifications re:"Preparation of Proposal."
2011 Citywide Walkway Improvements Proposal-Signature Page
August 2011
As
Al
>� + Subcontractor List
! r"` Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name:
Failure to list subcontractors who are proposed to perform the work of HVAC(heating,ventilation and air
conditioning),plumbing,as described in Chapter 18.106 RCW,and electrical as described in Chapter 19.28
RCW,or naming more than one subcontractor to perform the same work will result in your bid being
nonresponsive and therefore void.
sr Subcontractor(s)that are proposed to perform the work of heating,ventilation and air conditioning,plumbing,as
described in chapter 18.106 RCW,and electrical as described in chapter 19.28 RCW must be listed below.The work
to be performed is to be listed below the subcontractor(s)name.The requirement to name the prime contract
bidder's proposed HVAC,plumbing and electrical subcontractors applies only to proposed HVAC,plumbing,and
go electrical subcontractors who will contract directly with the prime contract bidder submitting the bid to the public
entity.
If no subcontractor is listed below,the bidder acknowledges that it does not intend to use any subcontractor to
perform those items of work.
Subcontractor Name
Work to be Performed
rr
Subcontractor Name
Work to be Performed
.n
Subcontractor Name
Work to be Performed
rr
Subcontractor Name
Work to be Performed
r
Subcontractor Name
Work to be Performed
r
Bidder's are notified that in the opinion of the enforcement agency PVC or metal conduit,junction boxes,etc,are
considered electrical equipment and must be installed by a licensed electrical contractor,even if the installation is
for future use and no wiring or electric current is connected during the project.
A licensed electrical contractor must be listed to perform the work.
2011 Citywide Walkway Improvements Subcontractor List
August 2011
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB& REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE A MAPLEWOOD-Add. 1 Rev.
(Note:Unit prices for all items,all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"'HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT"("JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM I APPROX.I ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
SECTION 1
EST Minor change
1 FA \ � �$ 5,000.00 $ 5,000.00
per Force Account SS, SP 1-09 figures
1 Spill Prevention, Control and
Countermeasures Plan
per Lump Sum SS,SP 1-07 figures
1 Mobilization * \
per Lump Sum SP 1-09.7 figures
1 Project Temporary Traffic Control
4 LS $
per Lump Sum SP 1-10 figures
SECTION 2
100 Sawcut Concrete
per Linear Foot SP 2-02.3 figures
1,663 Sawcut Asphalt
per Linear Foot SP 2-02.3 figures
733 Remove Concrete Sidewalk
7 SY XI' witi \ \ $ $
per Square Yard(SY) SP 2-02.3 figures
1,623 Curb&Gutter Removal
per Linear Foot SP 2-02.3 f
209 Remove Driveway
per Square Yard(SY) SP 2-02.3 figures
370 Remove Asphalt
per Square Yard(SY) SP 2-02.3 figures
100 Roadway Excavation Incl. Haul
Y) SS,SP 2-03
per Cubic Yard(Cfigures
1 Finish And Cleanup
per Lump Sum SS, SP 1-04,2-01 figures
SECTION 7
15 4 Catch Basin Type 1
EA \\�,\N\\\\\\\N \\\\\\N \ $ $
per Each(EA) SS, SP 7-05 figures
\Division.)\TRANSPOR.IAT\DESIGN.ENG\jwilhoit\walkways\2011contract\Project Files Setulp\600 Pre-Constructio I\610 Bid Documents\610.2
Addendum\Add1\Schedule of Prices-wlkwys-blank,no formulas-addtrev.xls 1 of 2
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE A MAPLEWOOD-Add. 1 Rev.
(Note:Unit prices for all items,all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"'HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT"("JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
LEGIBLE BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
17 4 Open Curb Face-Frame&Grate \
EA
per Each(EA) SS,SP 7-05 figures
435 Storm Drain Pipe, 12 In. Diam.
per Lineal Foot(LF) SS,SP 4 figures
7-0
1 Connection To Drainage Structure
19 EAR $ $
per Each(EA) SP 7-04.5 figures
SECTION 8
400 Cement Concrete Sidewalk Driveway-6"
22 SY $ $
per Square Yard SS 8 06 figures
23 SY
929 Cement Conc. Sidewalk1
per Square Yard SS,SP 8-14 figures
1,623 Cement Conc.Traffic Curb and Gutter
24 LF .� � � N $ $
per Linear Foot SS 8-04 figures
763 Seeded Lawn Installation(Hydroseeding)
25 SY � � $ $
per Square Yard SS 8-02,SP 9-14 figures
SECTION 9
300 Crushed Surfacing Base Course
26 Ton \ N1 $ $
per Ton SS 9-03.9(3) figures
1 Erosion/Water Pollution Control
27 LSYu � $ $
per Lump S �4\ figures
252 Topsoil Type A
28 CY
per Cubic Yard(CY) SS,SP 9-14 figures
252 Remove Unsuitable Material-Sod
29 CY
per Cubic Yard(CY) SP 9-36 figures
2 Relocate/Re-Install Mailboxes Mailboxes `
30 EA \ \ $ $
per Each(EA) SP 9-37 figures
.. ... ........... ..... ...... ... ... .+
3 Cement Conc.Curb Ramp Type 3A-Single
33 EA $ $
per Each EA) SS SP 8-14 fi ures +
Total Schedule $
A
NOTE:CITY OF RENTON TAKES NO RESPONSIBILITY FOR ACCURACY OF FORMULAS PROVIDED IN FILL-INS.
BIDDER/CONTRACTOR IS STILL RESPONSIBLE FOR ACCURACY OF BID
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\6102
Addendum\Add 1\Schedule of Prices-wlkwys-blank,no formulas-addl rev.xls 2 of 2
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE B MAPLEWOOD-Add. 1 Rev.
(Note:Unit prices for all items,all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"'HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT"("JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX.I ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
SECTION 1
EST Minor change
1 FA $ 5,000.00 $ 5,000.00
per Force Account SS, SP 1-09 figures
1 Spill Prevention,Control and
Countermeasures Plan
LS x per Lump Sum SS, SP 1-07 figures
1 Mobilization
per Lump Sum SP 1-09.7 figures
1 Project Temporary Traffic Control
per Lump Sum SP 1-10 figures
SECTION 2
100 SSawcut Concrete
per Linear Foot SP 2 02.3 figures
1,092 Sawcut Asphalt
6 LF \ 4\ $ S
per Linear Foot SP 2-02.3 figures
456 Remove Concrete Sidewalk
per Square Yard(SY) SP 2-02.3 figures
1,067 Curb&Gutter Removal\ `
per Linear Foot SP 2-02.3 figures
127 Remove Driveway
9 SY �� $ $
per Square Yard(SY) SP 2-02.3 figures
243 Remove Asphalt
per Square Yard(SY) SP 2-02.3 figures
100 Roadway Excavation Incl. Haul `
11 CY �\ $ $
per Cubic Yard(CY) SS,SP 2-03 figures
1 Finish And Cleanup
per Lump Sum SS, SP 1-04,2-01 figures
140 Remove Existing Storm Drain
per Linear Foot SP 2-02 figures
H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\201 lcontract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Addl\Schedule of Prices-wlkwys-blank,no formulas-addl rev.xls 1 of 3
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE B MAPLEWOOD-Add. 1 Rev.
(Note:Unit prices for all items,all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"'HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT"("JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
SECTION 7
15 4 Catch Basin Type 1
EA
per Each(EA) SS, SP 7-05 figures
16 2 Catch Basin Type 2-48"
EA
per Each(EA) SS, SP 7-05 figures
17 4 Open Curb Face-Frame&Grate
per Each(EA) SS, SP 7-05 figures
124 Storm Drain+Pipe, 12 In. Diam.
per Lineal Foot(LF) SS, SP 7-04 figures
19 EA
2 Connection To Drainage Structure`
per Each(EA) SP 7-04.5 figures
2 Plugging Existing Pipe
20 EA
per Each(EA) SS 7-08 figures
SECTION 8
240 Cement Concrete-Sidewalk Driveway-6"
22 SY � \ �� \ $ $
per Square Yard SS 8-06 figures
596 Cement Conc. Sidewalk
23 SY % $ $
per Square Yard SS, SP 8-14 figures
1,092 Cement Conc.Traffic Curb and Gutter
24 LF \�\ � \\� $ $
per Linear Foot SS 8-04 figures
549 Seeded Lawn Installation(Hydroseeding)
25 SY I \� .\ 1 $
per Square Yard SS 8-02,SP 9-14 figures
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Add 1\Schedule of Prices-wlkwys-blank,no formulas-addlrev.xls 2 of 3
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE B MAPLEWOOD-Add. 1 Rev.
(Note:Unit prices for all items,all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i,e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"'HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT"("JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
SECTION 9
300 Crushed Surfacing Base Course
26 Ton $ $
per Ton 03.9(3) figures
1 ErosionM/ater Pollution Control
per Lump Sum SS,SP 9-14 figures
181 Topsoil Type A
28 CY
per Cubic Yard(CY) SS,SP 9-14 figures
181 Remove Unsuitable Material-Sod
29 CY \\N" $ $
per Cubic Yard(CY) SP 9-36 figures
1 Relocate/Re-Install Mailboxes
per Each(EA) SP 9-37 figures
..• .... ... .......... ..... .... ...... ......
3 Cement Conc. Curb Ramp Type 3A-Single
33 EA $ $
■ per Each(EA) SS, SP 8-14 figures ■
Total Schedule $
E. ..
. B
NOTE: CITY OF RENTON TAKES NO RESPONSIBILITY FOR ACCURACY OF FORMULAS PROVIDED IN FILL-INS.
BIDDER/CONTRACTOR IS STILL RESPONSIBLE FOR ACCURACY OF BID
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Add 1\Schedule of Prices-wlkwys-blank,no formulas-addlrev.xls 3 of 3
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE C S 4th PLACE-Add. 1 Rev.
(Note:Unit prices for all items,all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"'HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT"(-JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX.I ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
SECTION 1
EST Minor change
1 FA $ 5,000.00 $ 5,000°00
per Force Account SS,SP 1-09 figures
1 Spill Prevention,Control and
Countermeasures Plan
per Lump Sum SS,SP 1-07 figures
1 \Mobilization
per Lump Sum SP 1-09.7 figures
1 Project Temporary Traffic Control
4 LS \ � \ $ $
per Lump Sum SP 1-10 1 figures
SECTION 2
50 SSawcut Concrete 1
per Linear Foot SP 2-02.3 figures
833 Sawcut Asphalt
6 LF $ $
per Linear Foot SP 2-02.3 figures
182 Remove Concrete Sidewalk`
7 SY i $ $
per Square Yard(SY) SP 2-02.3 figures
390 Curb&Gutter Removal l
per Linear Foot SP 2-02.3 figures
126 Remove Driveway
9 SY \ $ $
per Square Yard(SY) SP 2-02.3 figures
266 Remove Asphalt *�
10 SY %\ $ $
per Square Yard(SY) SP 2-02.3 figures
100 Roadway Excavation Incl. Haul`
per Cubic Yard(CY) SS,SP 2-03 figures
1 Finish And Cleanup
per Lump Sum SS, SP 1-04,2-01 figures
SECTION 5
60 HMA Cl. 1/2"PG 64-22
per Ton SS, SP 5-04 figures
SECTION 7
15 Adjust Existing Valve Box to Grade
21 EAR\ $ $
per Each(EA) SP 7-12 figures
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Addl\Schedule of Prices-wlkwys-blank,no formulas-addlrev.xls 1 of 2
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE C S 4th PLACE-Add. 1 Rev.
(Note:Unit prices for all items,all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,I.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"'HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT"("JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
LEGIBLE,BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO. QUANTITY I Dollars.Cents Dollars.Cents
SECTION �.................
148 Cement Concreto Sidewalk Driveway-10" -
per Square Yard SS 8-06 figures
182 \Cement Conic. Sidewalk
23 SY `\\ \ \ $ $
per Square Yard SS, SP 8-14 figures
240 Cement C4onc.Traffic Curb and Gutter
24 LF per Linear Foot SS 8-04 figures
SECTION 9
300 Crushed Surfacing Base Course
26 Ton $
per Ton SS 9-03.9(3) figures
1 Erosion/Water Pollution Control R
27 LS per Lump Sum SS, SP 9-14 figures
4 Relocate Existing Sign
31 EA per Each(EA) SP 9 38 figures
4 Install Tree Well Frame&Grate \
32 EAt \ $ $
per Each(EA) SP 9-39 figures
Total Schedule $
C
TOTAL OF ALL SCHEDULES
(Total Schedule A-Maplewood $
(Total Schedule B-Maplewood $
(Total Schedule C-S 4th Place $
GRAND TOTAL OF ALL SCHEDULES lis =1
NOTE: CITY OF RENTON TAKES NO RESPONSIBILITY FOR ACCURACY OF FORMULAS PROVIDED IN FILL-INS
BIDDER/CONTRACTOR IS STILL RESPONSIBLE FOR ACCURACY OF BID
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011 contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Addl\Schedule of Prices-wlkwys-blank,no formulas-addl rev.xls 2 of 2
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/ SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE A MAPLEWOOD- Add. 1 Rev.
(Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only
in dollars and cents, i.e.to two(2)decimal places(including for whole dollar amounts.) SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED."HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT" ('JUSTIFICATION STATEMENT-).HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT. ALL FIGURES MUST BE CLEARLY
LEGIBLE. BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
SECTION 1
EST Minor change
1 FA $ 5,000.00 $ 5,000.00
per Force Account SS,SP 1-09 figures
1 Spill Prevention, Control and
2 Countermeasures Plan
LS . . $
per Lump Sum SS, SP 1-07 figures
1 Mobilization
3 LS � 10 $
per Lump Sum SP 1-09.7 figures
1 Project Temporary Traffic Control
4 LS NR � NN�\)N $ $
per Lump Sum SP 1-10 figures
SECTION 2
100 Sawcut Concrete
per Linear Foot SP 2-02.3 figures
1,663 Sawcut Asphalt y�
per Linear Foot SP 2-02.3 figures
733 Remove Concrete Sidewalk
7 SY &- \\\-\- \N& Wh °� $
per Square Yard(SY) SP 2-02.3 figures
1,623 Curb&Gutter Removal {{
8 LFt V\ $
per Linear Foot SP 2-02.3 figures
209 Remove Driveway
9 SY � $
per Square Yard(SY) SP 2-02.3 figures
370 €[R��(emove Asphalt NJ
10 SY per Square Yard(SY) SP 2-02.3 figures
100 Roadway Excavation Incl. Haul
11 CY $
per Cubic Yard(CY) SS, SP 2-03 figures
1 Finish And Cleanup ,,,\,
12 LS IZ N.-W_ h+.h $
per Lump Sum SS, SP 1-04,2-01 figures
SECTION 7
15 4 Catch Basin Type 1
EAR $
per Each (EA) SS, SP 7-05 figures
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011 contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Hdd1\Schedule of Prices-wlkwys-blank,no formulas-addlrev.xls 1 of 2
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
to CITYWIDE WALKWAY IMPROVEMENTS/ SIDEWALK REHAB 8, REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE A MAPLEWOOD- Add. 1 Rev.
(Note:Unit prices for all items,all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only
in dollars and cents, I.e.to two(2)decimal places(including for whole dollar amounts.) SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED,"HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT" (-JUSTIFICATION STATEMENT-).HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT. ALL FIGURES MUST BE CLEARLY
LEGIBLE. BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
17 4 Open Curb Face-Frame 8 Grate
per Each(EA) SS, SP 7-05 Igures
435 Storm Drain Pipe, 12 In. Diam. a
18 LF � _ $
per Lineal Foot(LF) SS SP 7-04 gures
1 Connection To Drainage Structure
19 EA lis $
per Each(EA) SP 7-04.5 figures
SECTION 8
400 Cement7Concrete 6 dewall Driveway-6"
22 SY
per Square Yard SS 8-06 Igures
929 Cement Conc. Sidewalk
per Square Yard SS, SP 8-14 Igures
1,623 �Cement Conc.Traffic Curb and Gutter
24 LF
per Linear Foot SS 8-04 Igures
763 Seeded Lawn Installation y roseeding)
25 SY1c`1 . .;_ .. .. $
per Square Yard SS 8-02,SP 9-14 Igures
SECTION 9
300 Crushed Surfacing Base Course
26 Tonkk . $
per Ton SS 9-03.9(3) figures
1 Erosion/Water Pollution Controlk
27 LS ! $
per Lump Sum SS, SP 9-14 figures
252 Topsoil Type A
28 CY $
per Cubic Yard(CY) SS, SP 9-14 figures
252 €Remove Unsuitable Material-Sod ,#
29 CY I "i $
per Cubic Yard(CY) SP 9-36 figures
2 Relocate/Re-Install Mailboxes
30 EA `4`�, '. $
per Each(EA) SP 9-37 figures
3 C�e,�m(,ent Conc. Curb Ramp Type 3A-Single
33 EA per Each(EA) SS SP 8-14 f1 ures `
s M1.s..►s•!,w. . . ... ...t a M M w s s a w+♦
..........s.. ..s.a+.♦ :. ......#...... .. �.�°
Total Schedule $
A
NOTE: CITY OF RENTON TAKES NO RESPONSIBILITY FOR ACCURACY OF FORMULAS PROVIDED IN FILL-INS.
BIDDER/CONTRACTOR IS STILL RESPONSIBLE FOR ACCURACY OF BID
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Hddl\Schedule of Prices-wlkwys-blank,no formulas-addlrev.xls 2 of 2
wo
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/ SIDEWALK REHAB 8t REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE B MAPLEWOOD- Add. 1 Rev.
(Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only
in dollars arrd cents, i.e.to two(2)decimal places(including for whole dollar amounts.) SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT" (-JUSTIFICATION STATEMENT').HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT. ALL FIGURES MUST BE CLEARLY
LEGIBLE. BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX.I ITEM UNIT PRICE AMOUNT
NO. QUANTITY1 Dollars.Cents Dollars.Cents
SECTION 1
EST Minor change
1 FA , &X ` * $ 5,000.00 $ 5,000.00
per Force Account SS, SP 1-09 figures
1 Spill Prevention,Control and
2 Countermeasures Plan
LS
per Lump Sum SS,SP 1-07 figures
1 Mobilization
x
3 LS k' & $
per Lump Sum SP 1-09.7 figures
1 Project Temporary Traffic Control
��i
per Lump Sum SP 1-10 figures
SECTION 2
100 Sawcut Concrete
Nki N1
5 LF � �� � $
per Linear Foot SP 2-02.3 figures
1,092 Sawcut Asphalt
6 LF K' $
per Linear Foot SP 2-02.3 figures
456 Remove Concrete Sidewalk
7 SY
per Square Yard(SY) SP 2-02.3 figures
1,067 Curb&Gutter Removal
per Linear Foot SP 2-02.3 figures
127 Remove Driveway
9 SYk�`k $
per Square Yard(SY) SP 2-02.3 figures
243 [Remove Asphalt
10 SY per Square Yard(SY) SP 2-02.3 figures
100 Roadway Excavation Incl. Haul
11 CY
per Cubic Yard(CY) SS, SP 2-03 figures
1 Finish And Cleanup `+�j ^�
12 LS � � $
per Lump Sum SS,SP 1-04,2-01 figures
140 Remove Existing Storm Drain
13 LF '` 1 .... .._ $
per Linear Foot SP 2-02 figures
jiff
IN
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011 contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610 2
Addendum\Add I\Schedule of Prices-wlkwys-blank,no formulas -addlrev xls 1 of 3
o
08111/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/ SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE B MAPLEWOOD- Add. 1 Rev.
(Note: Unit prices for all items,all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only
in dollars and cents, i.e.to two(2)decimal places (including for whole dollar amounts.) SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED ,"HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT' ("JUSTIFICATION STATEMENT"). HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT. ALL FIGURES MUST BE CLEARLY
LEGIBLE. BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
SECTION 7
15 a c assn Type
EA 1 $
per ac E ) SS, SP 7-0 igures
1
Catch assn f ype 2-48"
EA p � Igures $
er ac
17 O�p(en Curb 4Fe-Fra me&Grate
per ac S S - Igures
4 Storm Drain Pipe, 12 in. Diam.
18 LF "� �,`� � ` Igures $
per Lineal Loot C
Connection o Drainage Structure
19 EA pa Igures $
Plugging Existing Pipe
20 EA is $
p - 8 Igures
er ac
4 Ivwy-
22 SY $
per Square Yard SS 8-06 figures
ement Gonc. bidewalK
23 SY $
per quare Yard S S 8-14 gures
Cement Conc.Traffic Curb and Gutter
per mear oot 04 igures
p�ee e awn ns a a ion y rosee ing
25 SY per quare and - 2 S 1 Igures
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Add1\Schedule of Prices-wlkwys-blank, no formulas -add1rev.xls 2 of 3
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/ SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE B MAPLEWOOD- Add. 1 Rev.
(Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only
in dollars and cents, i.e.to two(2)decimal places(including for whole dollar amounts.) SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED ,"HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT' ("JUSTIFICATION STATEMENT"). HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT. ALL FIGURES MUST BE CLEARLY
LEGIBLE. BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ar ITEM I APPROX •' ' UNIT PRIC `AMOUNT
NO. QUANTI .ITEM Qollars.Ce Dollara.Ceht `
rr
SECTION 9
300 Crushed Surfacing Base Course
26 Ton $
per Ton SS 9-03.9(3) figures
ar 1 Erosion/Water Pollution Control
27 LS
per Lump Sum SS, SP 9-14 figures
181 Topsoil Type A
r 28 CY 'I $
per Cubic Yard(CY) SS, SP 9-14 figures
181 Remove Unsuitable Material-Sod
29 CY $
per Cubic Yard(CY) SP 9-36 figures
1 *Relocate/Re-Install Mailboxes v
30 EA
Ae
per Each(EA) SP 9-37 figures
3 Cement(Conc.^Curb
,\Ramp Type 3A-Single
33 EA � ?r� �� $ $ »
per Each(EA) SS, SP 8-14 figures
-AS
Total Schedule $
,g
NOTE: CITY OF RENTON TAKES NO RESPONSIBILITY FOR ACCURACY OF FORMULAS PROVIDED IN FILL-INS.
BIDDER/CONTRACTOR IS STILL RESPONSIBLE FOR ACCURACY OF BID
.r
.r
wr
rr
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011 contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Addl\Schedule of Prices-wlkwys-blank, no formulas -addlrev.xls 3 of 3
ar
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/ SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE C S 4th PLACE- Add. 1 Rev.
(Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only
in dollars and cents, i.e.to two(2)decimal places (including for whole dollar amounts.) SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED ,"HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT' ("JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT. ALL FIGURES MUST BE CLEARLY
LEGIBLE. BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
SECTION 1
EST Minor change
1 FA $ 5,000.00 $ 5,000.00
per Force Account SS, SP 1-09 figures
1 Spill Prevention, Control and
2 Countermeasures Plan
LS
per Lump Sum SS, SP 1-07 figures
1 �M,�ro,,bilization ���,,
3 LS per Lump Sum SP 1-09.7 1 figures
1 Project Temporary Traffic Control *, y
per Lump Sum SP 1-10 I figures
SECTION 2
50 Sa�wjcut Concrete
per Linear Foot SP 2-02.3 figures
833 Sawcut Asphalt
6 LF .. - $
per Linear Foot SP 2-02.3 figures
182 Remove Concrete Sidewalk
7 SY � is $
per Square Yard(SY) SP 2-02.3 figures
390 Curb&Gutter Removal_ y
per Linear Foot SP 2-02.3 figures
126 Remove Driveway
9 SY $
per Square Yard(SY) SP 2-02.3 figures
266 Remove Asphalt
10 SY $
per Square Yard(SY) SP 2-02.3 figures
100 Roadway Excavation Incl. Haul
per Cubic Yard(Cy), SS,SP 2-03 figures
1 Finish And Cleanup
12 LS ?+. $ $
per Lump Sum SS, SP 1-04,2-01 figures
SECTION 5
60 HMA Cl. 1/2"PG 64-22
per Ton SS, SP 5-04 figures
SECTION 7
15 Adjust Exis�ting�Valve
^Box to Grade
21 EA per Each (EA) SP 7-12 1 figures
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Add1\Schedule of Prices-wlkwys-blank, no formulas -addlrev.xls 1 of 2
08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/ SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE C S 4th PLACE- Add. 1 Rev.
(Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only
in dollars and cents, i.e.to two(2)decimal places(including for whole dollar amounts.) SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED ."HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT' ("JUSTIFICATION STATEMENT'). HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT. ALL FIGURES MUST BE CLEARLY
LEGIBLE. BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. I ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
SECTION 8
148 Cement Concretdl Sirii-w;jlk Driveway-1
22 SY '1 ... .. Is $
per Square Yard SS 8-06 I figures
182 Cement Conc. Sidewalk
23 SY \ $ $
per Square Yard SS, SP 8-14 figures
240 Cement Conc.Traffic Curb and Gutter
24 LF $
per Linear Foot SS 8-04 figures
SECTION 9
300 tCrushed Surfacing Base Course
26 Ton k � � �\ \` ` `�\ $ $
per Ton SS 9-03.9(3) figures
1 hErosion/Water Pollution Control
27 LS per Lump Sum SS, SP 9-14 figures
4 Relocate Existing Sign
per Each(EA) SP 9-38 figures
4 Install Tree Well Frame&Grate ����,�
32 EA 'h: $ $
per Each(EA) SP 9-39 figures
Total Schedule $
C
TOTAL OF ALL SCHEDULES
(Total Schedule A-Maplewood $
(Total Schedule B-Maplewood $ _
(Total Schedule C-S 4th Place $
GRAND TOTAL OF ALL SCHEDULES $ -
NOTE: CITY OF RENTON TAKES NO RESPONSIBILITY FOR ACCURACY OF FORMULAS PROVIDED IN FILL-INS.
BIDDER/CONTRACTOR IS STILL RESPONSIBLE FOR ACCURACY OF BID
H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\jwilhoit\walkways\2011contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Add1\Schedule of Prices-wlkwys-blank, no formulas -addlrev.xls 2 of 2
amity Of Renton, Washington August 18,2011
Project No.CAG 11-149
Addendum No. 2
La
U1�Y O�
Sidewalk Rehabilitation &
Replacement Project 2011 Sidewalk And Curb Ramp Rehabilitation
CONTRACT NO. CAG- 11-149
ADDENDUM NO. 2 TO THE PLANS AND SPECIFICATIONS
Date of Issue: August 18 2011
lDate of Bid Opening: August 23 2011
The Bid Documents for the above-named project are modified as described below. Bidders shall take
` this addendum into consideration when preparing and submitting their bids.
L Bidders shall attach this addendum to their copy of the Contract Documents and shall acknowledge
receipt of this addendum in the space provided in the Proposal Form. Failure to do so may subject the
bidder to disqualifications of his bid.
THE BID DOCUMENTS ARE MODIFED AS FOLLOWS:
` SCHEDULE OF PRICES Schedule C:
I Bid Item No.22 Cement Concrete Driveway-10"
�— Change Item Description to: Cement Concrete Driveway-6"
Replace last page of Schedule of Prices Schedules C with the attached revised sheet.
NOTE: A completed copy of the "Acknowledgement of Receipt of Addenda" form found in the
— Project Manual referencing this Addendum, and any subsequent addenda, must be submitted
with the Bid.
I _ ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN
EFFECT.
_
YTHEY OF R TON
ee P E.
Deputy Public Works Administrator—Transportation
m.
aw
AM
w.
PART I
BIDDING INFORMATION
.w
Am
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,in writing,to the attention of the
Project Engineer. Written addenda to clarify questions that arise may then be issued.
No oral statements by Owner,Engineer,or other representative of the owner shall,in any way, modify the
contract documents,whether made before or after letting the contract.
3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only
approximate. Final payment will be based on 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. The bid price for any item must include the performance of all work necessary for completion of that item as
described in the specifications.
x 4
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,
s the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to
the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the
City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid
proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award
of contract. The check of the successful bidder will be returned provided he enters into a contract and
furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt
of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the
City of Renton as liquidated damage for such failure.
i 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City
may request further information on particular points.
10. The bidder shall,. upon request, furnish information to the City as to his financial and practical ability to
satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment A
herein and as identified within Specification Section 1-07.18.
n
City of Renton—
August 2011
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type
` construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the City of
Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of
Renton Employees.
15. Payment retainage shall be done in accordance with Section 1-09.9(1) "Retainage " and Section 1-09.9(3)
"Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton
Supplemental Specifications.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive
bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
considered responsive for award. The total price of all schedules will be used to determine the successful
low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to
meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of
four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the
requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements
shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be
considered as incidental to any other contract item and any attempt to include the trench safety systems as
' an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented
herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing
rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any
contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any
laborers,workmen,mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under section
titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated
issues of the prevailing wage rate forms as they become available during the duration of the contract. The
wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this
project.
19. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the
requirements of RCW 39.16.
20. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
City of Renton—
August 2011
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials.
21. Standard Specifications
All work under this contract shall be performed in accordance with the following standard specifications
except as may be exempted or modified by the City of Renton Supplemental Specifications, Special
Provisions and 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"2010 Standard Specifications for Road,Bridge and Municipal Construction"and
"Division 1 APWA Supplement"hereinafter referred to by the abbreviated title"Standard
Specifications."
A. Any reference to"State,""State of Washington,""Department of Transportation,""WSDOT,"or
any combination thereof in the WSDOT/APWA standards shall be modified to read"City of
Renton,"unless specifically referring to a standard specification or test method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be detected
and the measurement and payment provisions of Section 1-09,Measurement and Payment
(added herein)shall govern.
22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one
has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves
adequately with the project site and existing subsurface condition as needed to submit their bid. Upon
approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit.
The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface
improvements and shall restore the site to the satisfaction of the City.
23 Bidder's Checklist
It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are
included in their copy of the bid specifications. If documents are missing, it is the sole responsibility
of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time.
Have you submitted,as part of your bid,all documents marked in the index as"Submit With Bid"?
Has bid bond or certified check been enclosed?
Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
Has the proposal been signed?
Have you bid on ALL ITEMS and ALL SCHEDULES?
Have you submitted the Subcontractors List(If required)
(J Have you reviewed the Prevailing Wage Requirements?
Have you certified receipt of addenda,if any?
°i
1
City of Renton—
August 2011
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
.r ADOPTED BY RESOLUTION NO. 4085
It is the policy of the City of Renton to promote and provide equal treatment and service
�+r to all citizens and to ensure equal employment opportunity to all persons without regard
to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service
ow animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment
+�•+ and fair, non-discriminatory treatment to all citizens. All departments of the City of
Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is
rrr
based on job-related criteria which does not discriminate against women,
minorities and other protected classes. Human resources decisions will be
in accordance with individual performance, staffing requirements,
governing civil service rules, and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions
r organized to promote fair practices and equal opportunity in employment.
(3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by
the law and by City policy.
�. Copies of this policy shall be distributed to all City employees, shall appear in all
operational documentation of the City, including bid calls, and shall be prominently
displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of
March , 2011 .
r CITY RENTON RENTON CITY COUNCIL
N 6�',
Denis Law, Mayor uncil Pr sident
Attest:
_.Al Q
r Bonnie I. Walton, City Clerk
SEAL
•///,IHg111ti1I141H\�
rrr
CITY OF RENTON
SUABdARY OF AMMCtNS WITH DISABIL=ACT POLICY
ADOPTED BY R ML EMON NO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability, This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection,promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - T"w City of
Renton will cooperate fully with all organizations ns and commissions o rgani z ed to
promote :Fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs,
(3) AMERICANS WITH DISABTUTTES 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) CONTRAC'TORS' QBLICjA'rIQN - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City,
including bid calls,and shall be prominently displayed in appropriate City facilities.
CONCURRED LV by the City Council of the City of Renton, Washington,
this— 4th day of October 1993.
CMI�W RENTON RENTON CITY COUNCIL:
Mayor Council President
Attest-
x
City Clerk
4W
City of Renton-SW Sunset Boulevard and
Hardie Ave SW Pedestrian Improvements Project Page 16 February 2011
;4
' BIDDER'S CHECKLIST
i
1. BIDDER'S CHECKLIST
2. PROPOSAL BOND
3_ PROPOSAL
4. NON-COLLUSION DECLARATION, NON-COLLUSION,
ANTI-TRUST,MINIMUM WAGE AFFIDAVITS
5. N/A CERTIFICATION FOR FEDERAL-AID CONTRACTS
3�
6. N/A DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION
CERTIFICATION
7. PROPOSAL-SIGNATURE PAGE
8. SUBCONTRACTOR LIST FORM
rrr
9. HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT(not required if submitting type-written Schedule of
Prices Bid Proposal see Schedule of Prices Form)
10. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
The documents must be executed by the Contractor's Authorized Official(s)
City of Renton- 2011 Citywide Walkway Improvements/
Sidewalk And Curb Ramp Rehabilitation/ Replacement August 2011
Project No.CAG-11-
MW 08111/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
aw (Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB &REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE A MAPLEWOOD-Add. 1 Rev.
to (Note:Unit prices for all items.all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"'HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT"('JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
ow LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX UNIT PRICE AMOUNT
NO. OUANTIT STEM Dollars.Cents Dollars.Cents
ow SECTION 1
EST Minor change
1 FA ' 00
� $ 5,0 .00 $ 5,000.00
per Force Account SS,SP 1-09 figures
Spill Prevention,Control and
2 LS 1 Countermeasures Plan
w
per Lump Sum SS,SP 1-07 figures
i Mobilization
3 LS \\ � \\ $ Oo.� $ 141' -4 z'_0.
per Lump Sum SP 1-09.7 figures
.■, 1
Project
+yTemporary Traffic Control
4 LS r Lump Sum SP 1-10 figures
SECTION 2
w' 100 Sawcut Concrete
per Linear Foot SP 2 D2.3 figures
1,663 Sawcut Asphalt
per Linear Foot SP 2-02.3 figures
733 Remove Concrete Sidewalk
rr 7 SY $ S $ST4$Z.-K
rd(SY) SP 2-02.3 figures
1.623 Curb&Gutter Removal
'1111111" per Linear Foot SP 2-02.3 figures
209 Remove Driveway
per Square Yard(SY) SP 2-02.3 figures
370 Remove Asphalt
10 SY $
per Square Yard(SY) SP 2-02.3 figures
100 Roadway Excavation Incl.Haul
11 CY
per Cubic Yard(CY) SS,SP 2 03 figures
I Finish And Cleanup \ \ y
12 LS `\ � \ \ ` $ (e. a-' $ l
perLump Sum SS,SP 1-04,2-01 figures
SECTION 7
15 4 Catch Basin Type 1
per Each(EA) SS,SP 7-05 figures
wr
rM I:0rvision.'tTRANSPOR.TATiDESIGN.ENGljwilhoiftwalkwayst2011contracP,Project Files Se i,600 Pre-Constructio f 610 Bid DocumenW610.2
AddendumlAddl\Schedule of Prices-wlkwys-dank,no formulas-addlrev.xls 1 of 2
'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
wr '
err 08/11/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
rrrr (Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB &REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE A MAPLEWOOD-Add. 1 Rev.
(Note:Unit prices for all items,all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i.e,to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT'(-JUSTIFICATION STATEMENT-).HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
am LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO. QUANTITY Dollars.Cents Dollars.Cents
aw 17 4 Open Curb Face-Frame&Grate
per Each(EA) SS,SP 7-05 figures
435 * Storm Drain Pipe,12 In.Diam.
41101 18 LF `\ \ \ � $ .V $ /3t33z-")S
per Lineal Foot(LF) SS,SP 7-04 figures
1 Connection To Drainage Structure
9W 19 EA '\`o 173 trs $ !?3,
per Each(EA) SP 7-04.5 figures
SECTION 8
400 Cement Co ncrote*, Driveway-6"
+.r 22 SY \ S $ 16, 7az.Mia
per Square Yard SS 8-06 figures
929 Cement Cone.Side*wy�alk 1� \
23 SY per Square Yard SS,SP 8-14 figures
1,623 Cement Core.Traffic
+�Curb and Gutter l
24 LF \ \ $ / ao $ 19+19474.M
+�r per Linear Foot SS 8 04 figures
763 Seeded Lawn Installation(Hydroseeding) t -420. %ft
25 SY $ $ �C
per Square Yard SS 8 02,SP 9-14 figures
SECTION 9
300 Crushed Surfacing Base Course
26 Ton ` \ ` \ 3S. v
per Ton SS 9-03-9(3) figures
1 Erosion/Water Pollution Control
27 LS �� � \ \ s o $ z §S . ao
per Lump Sum SS,SP 9-14 figures
r
252 Topsoil Type A 4
28 CY �`\ �\
per Cubic Yard(CY) SS,SP 9-14 figures
252 �Remove Unsuitable Material-Sod 1,
am 29 CY .\ \ \ O.d/o $/? 10>
per Cubic Yard(CY) SP 9-36 figures
2 Relocate/Re-Install s
30 EA
er Ea SP 9 37 figures
p 1111!rrq!!i!!r!!1111!!!grrlr■!r■qrl 1111■r!!1111!r!!r!lrlRgr!!!!!!i!!r!!!!r!0!r!!!!rq■!!r!@r�
■ 3 Cement Cone.Curb Ramp Type 3A-Single •
11!11 ® 33 EA �\ � \ a0 $ 2to 7�> as
■
per Each EA SS SP 8 14 figures
p
Total Schedule
irr A
NOTE:CITY OF RENTON TAKES NO RESPONSIBILITY FOR ACCURACY OF FORMULAS PROVIDED IN FILL-INS.
BIDDER/CONTRACTOR IS STILL RESPONSIBLE FOR ACCURACY OF BID
!rr H:1Division-s1TRANSPOR.TAT\DESIGN.ENG iMthoiflwalkways12011 cantractlProiect Files Setup1600 Pre-Construction1610 Bid Documents%10.2
AddendumlAddl�Schedule of Prices-wlkwys-Hank,no formulas-addlrev.xls 2 of 2
'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
am
IMP
08/11/2011
CITY OF RENTON
w
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE B MAPLEWOOD- Add. 1 Rev_.
(Note:Unit prices for all items,all extensions,and total amount of bid shalt be shown.Enter unit prices in numerical figures oily
in dollars and cents.i.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"'HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT"(`JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
" LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX UNIT PRICE AMOUNT
NO. OUANTI ITEM Dollars.Cents Dollars,Cents
w'r SECTION 1
EST Minor change *�
1 FA �.\� $ 5,000.00 $ 5,000.00
MI per Force Account SS,SP 1-09 figures
1 Spill Prevention,Control and
2 Countermeasures Plan
LS
r per Lump Sum SS,SP 1-07 figures
1 Mobilization *� +�
3 LS \ \ $ YO $ /a.t,aa ae
per Lump Sum SP 1-09.7 figures
trr 1 Project Temporary Traffic Control
4 LS �'4 �' +. � � .�. $ X17 CPO $ S,9»•"per Lump Sum SP 1-10 figures
SECTION 2
r 100 Sawcut Concrete
5 LF �1 $ .20 $ 32a.v.
per Linear Foot SP 2-02.3 figures
,r 1,092 Sawcut Asphalt
6 LF \� $ $ /,"Coll.8a
per Linear Foot SP 2-02.3 figures
456 Remove Concrete Sidewalk
7 SY per Square Yard(SY) SP 2 02.3 figures
1,067 Curb&Gutter Removal
8 LF \ $ I.o
per Linear Foot SP 2-02.3 figures
127 Remove Driveway
9 SY $ 1,1 17.b o
+�r per Square Yard(SY) SP 2-02.3 figures
243 Remove Asphalt
10 SY iar,
per Square Yard(SY) SP 2-02.3 figures
100 �R.oadway Excavation Incl.Haul
11 CY \ _10 $ o� $ Z4ba, oa
per Cubic Yard(CY} SS,SP 2 03 figures
1 Finish And Cleanup
12 LS `\� $ w $ I,5,W141 a'
per Lump Sum SS, SP 1-04,2-01 figures
140 �R,emov+�e Existing Storm Drain
13 LF per Linear Foot SP 2-02 figures
trr H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\iwilhoit\walkways\201lcontract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Add1\Schedule of Prices-wlkwys-blank,no formulas-addt rev.xls 1 of 3
'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
...
aw
08/11/2011
CITY OF RENTON
®rrr
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB&REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE B MAPLEWOOD-Add. 1 Rev.
(Note:Unit prices for all items,all extensions,and total arnourd of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED "HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT'(`JUSTIFICATION STATEMENT").HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
MW LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
REM APPROX. ITEM UNIT PRICE AMOUNT
NO. OUANTIT Dollars.Cents Doilars.Cents
rr
rr SECTION 7
15 4 Catch Basin Type 1 �`
EA \\ $ $ 4,gat• �'
wr per Each(EA) SS,SP 7-05 figures
16 2 Catch Basin Type 2-48"
per Each(EA) SS,SP 7-05 figures
No 17 4 Open Curb Face-Frame&Grate*
EA � $ toil. $_ Z�1s40. -'�A
per Each(EA) SS,SP 7-05 figures
401 18 LF 124 Storm Drain Pipe, 12 In. Dia`m`.
per Lineal Foot(LF) SS.SP 7-04 figures
2 Connection To Drainage Structure
No 19 EA \ \ \ $ 1 as $ SH-Q.0�
per Each(EA) SP 7-04.5 figures
2 �P,lugging Existing Pipe
20 EA $ $ Z'112.'0o
NO per Each(EA) SS 7-08 figures
SECTION 8
240 Cement Concrete Sidewalk Driveway-6"
22 SY �� $ q I,7o $lot ooE.ctil
per Square Yard SS 8-06 figures
596 Cement Conc.Sidewalk
23 SY �fig.res $j��_D_(per Square Yard SSSP 8-14
1.092 Cement Conc.Traffic Curb and Gutter
24 LF ti � \ $ 2 » $
per Linear Foot SS 8-04 figures
ww 549 Seeded Lawn Installation(Hydrosseeding) l
25 SY \ \ � \ $
per Square Yard SS 8-02,SP 9-14 figures
arr
rrr
illy
H`.Division.s\TRANSPOR.TATIDESIGN.ENG\iwilhoit\walkways,201 tcontract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610.2
Addendum\Addt,Schedule of Prices-wlkwys-dank,no formulas-addtrev.xis 2 of 3
'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
i..
.NP
08/1112011
CITY OF RENTON
r
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB &REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE B MAPLEWOOD-Add. 1 Rev.
�r (Note:Unit prices for all items,all extensions,and total amount of tad shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i,e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT"(-JUSTIFICATION STATEMENT-)_HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
+ LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. UNIT PRICE AMOUNT
NO. OUANTIT REM Dollars.Cents Dallars.Cents
so
s SECTION 9
300 Crushed Surfacing Base Course ^�
26 Ton --
,■m per Ton SS 9-03-9(3) figures
1
Erosion/Water Pollution Control
27 LS4 $ Da $ Z+IZ3S. .70
per Lump Sum SS,SP 9-14 ft ures
See 181 Topsoil Type A y
28 CY � \ � $ o. ae $ 9'.0s 0.
per Cubic Yard(CY) SS,SP 9-14 figures
181 Remove Unsuitable Material-Sod
per Cubic Yard(CY) SP 9-36 figures
1 Relocate/Re-Install Mailboxes 1
No EA per Each(EA) SP 9-37 figures
#ga■•ou anaaaa■wsaJwa we�awaas aaaaaaaaaaavaa■esa■assaas■■aaaaaraasaaaauaaaaasasawp*
■ 3 Cement Conc.Curb Ramp Type 3A-Single •
+tr a 33 EA $ S
•
per Each(EA) SS,SP 8-14 figures
•®•wsa•wr■■■■•■auswaasaw saaa•ww®•■aaawwa■uus■aasea■■a■a aaauwawawwwswaaaswesaasea
r� Total Schedule $ 1 31 r %.&T
` B
rwr NOTE:CITY OF RENTON TAKES NO RESPONSIBILITY FOR ACCURACY OF FORMULAS PROVIDED IN FILL-INS-
BIDDER)CONTRACTOR IS STILL RESPONSIBLE FOR ACCURACY OF BID
rtr
ANN
No
40
40 H:\Division.s\TRANSPOR.TA RDESIG N.ENG\iwilhoiflwalkways\2011contract\Project Files Setup%00 Pre-Construction\610 Bid Documentsl610.2
Addendum\Add I\Schedule of Prices-wlkwys-blank,no formulas-addlrev.xis 303
'rovided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
■r
r
08/11/2011
CITY OF RENTON
ur
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/SIDEWALK REHAB &REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE C S 4th PLACE-Add. 1 Rev.
yr (Note:Unit prices for an items,all extensions,and total amount of bid shall be shown.Enter unit prices in numerical figures only
in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED"HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT'(`JUSTIFICATION STATEMENT")_HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT.ALL FIGURES MUST BE CLEARLY
air LEGIBLE.BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. ITEM UNIT PRICE AMOUNT
NO. OUANTIT Dollars.Cents Dollars.Cents
'r SECTION 1
EST Minor change
1 FA ' $ 5,000.00 $ 5,000.00
per Force Account SS,SP 1-09 figures
r,ww Spill Prevention,Control and
1 Countermeasures Plan
LS
aw per Lump Sum SS,SP 1-07 figures
1 Mobilization
3 LS .\ \ .90 $ 3�<. SGT• �+
per Lump Sum SP 1-09.7 figures
�+ 1 Project Temporary Traffic Control
per Lump Sum SP 1-10 figures
SECTION 2
aw 50 Saawcut Concrete *�
5 LF \ 1 \ `t As
per Linear Foot SP 2-02.3 figures
we 833 Sawcut Asphalt
ILI
per Linear Foot SP 2-02.3 figures
182 Remove Concrete Sidewalk
per Square Yard(SY) SP 2-02-3 figures
390 Curb&Gutter Removal
per Linear Foot SP 2-02-3 figures
126 Remove Driveway
rrr per Square Yard(SY) SP 2-02.3 figures
266 Remove Asphalt
per Square Yard(SY) SP 2-02.3 figures
�. 100 Roadway Excavation Incl-Haul 1 1�
11 CY
per Cubic Yard(CY) SS,SP 2-03 figures
1 Finish And Cleanup *�*�
aw 12 LS k r Lum Sum SS,SP 1-04,2-01 figures
SECTION 5
rr 60 HMA Cl.1/2"PG 64-22
14 Ton .perT siVco . an
per Ton SS,SP 5-04 figures
SECTION 7
+�+ 15 Adjust Existing Valve Box to Grade
21 EA 3 $
per Each(EA) SP 7-12 figures
H:1Division.siTRANSPOR.TA-RDESIGN.ENG1iwihoitlwalkways12011contract\Project Files Setup%00 Pre-Constmetion1610 Bid Documents1610.2
AddendumV1dd11Schedule of Prices-wlkwys-blank,no formulas-addlrevAs 1 of 2
'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
08/17/2011
CITY OF RENTON
wr
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/ SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE C S 4th PLACE- Add. 2 Rev.
(Note:Unit prices for all items,all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only
in dollars and cents,i.e.to two(2)decimal places(including for whole dollar amounts.)SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED."HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT- (`JUSTIFICATION STATEMENT-).HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT. ALL FIGURES MUST BE CLEARLY
00 LEGIBLE. 810 PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM I APPROX. ITEM UNIT PRICE AMOUNT
NO. JQUANTITYI Dollars.Cents Dollars.Cents
'Mo SECTION 8
148 emen oncre nveway
22 SY \I\\11'\\l�t',\I\\\'�\'\_\\1�'\!©\_ $ ���7 • a°
per Square Yard figures
""1 182 Cement Conc.Sidewalk
23 Sy \\i\\\\\\\\\I\\\\\1\1\\\\1\\I\ s- $ y,Q�y,90
\\A 1\\\\\\M1\I\\\\A\n\1 1 A\n
per Square Yard SS,SP 8-14 figures
+� 240 Cement Conc-Traffic Curb and Gutter
vv.\\.\.-;\\\;\.\\ \\.
per Linear Foot SS 8-04 Igures
SECTION 9
r, 300 Crushed Surfacing Base Course
26 Ton 15'.S� $ 10
per Ton SS 9-03.9(3) figures
1 Erosion/Water Pollution Control
r. 27 LS t\\`\\\�� \ \t\\\\\\\\- $ ! I . ',a $ 1N S19, m'
j)jr Lum Sum SS,SP 9-14 figures
4 Relocate Existing Sign
31 EA \\\\\\\\\\i\\\\\\\\\\\\♦ $ / o Qa $ `/$ . 15zo
ter per Each(EA) SP 9-38 figures
4 Install Tree Well Frame&Grate
32 EA `\ \`�;` �I`\`1� ���`M1\ I\ $ too. O.7 $
per Each(EA) SP 9-39 figures
rw
Total Schedule $ta STo 1,SS
C
go TOTAL OF ALL SCHEDULES
(Total Schedule A-Maplewood $ " 17
w
(Total Schedule B-Maplewood $
(Total Schedule C-S 4th Place $
irr
T
GRAND TOTAL OF ALL SCHEDULES
an
NOTE:CITY OF RENTON TAKES NO RESPONSIBILITY FOR ACCURACY OF FORMULAS PROVIDED IN FILL-INS.
BIDDER/CONTRACTOR IS STILL RESPONSIBLE FOR ACCURACY OF BID
+r H:\Division.MTRANSPOR.TATIDESIGN.ENGywilhoft\walkways\2011 contract\Project Files Setup\600 Pre-Construction\610 Bid Documents1610.2
Addendum\Add2\Schedule of Prices-wlkwys-blank,no formulas -add2rev.xls 1 of 2
'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
.rr
Failure to return this Declaration as part of the bid proposal package will male
the bid nonresponsive and ineligible for award.
NON-COLLUSION DECLARATION
1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the
United States that the following statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has (have) not,
either directly or indirectly, entered into any agreement, participated in any collusion,
or otherwise taken any action in restraint of free competitive bidding in connection
with the project for which this proposal is submitted.
2. That by signing the signature page of this proposal, I am deemed to have signed and
have agreed to the provisions of this declaration.
NOTICE TO ALL BIDDERS
To report bid rigging activities call:
1 -800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline"
Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of
possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to
report such activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the USDOT
Inspector General. All information will be treated confidentially and caller anonymity will be
respected.
August 2011
2011 Citywide Walkway Improvements
3rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
CITY OF RENTON
Sidewalk Rebabilitation & Replacement Project 2011 Sidewalk And Curb Ramp
Rehabilitation
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:
The improvement of neighborhoods in the City of Renton by replacing old sidewalks
with new, and the installation of curb ramps into existing sidewalks. The work
includes demolition and removal of existing asphalt and concrete pavement and
sidewalks, and constructing new cement concrete sidewalks and curb ramps, and
asphalt concrete pavements, adjustment of existing utilities together with all required
appurtenances, removal, abandonment and replacement of storm drain lines and
appurtenances, landscaping, and complete restoration and other work, all in
accordance with the Contract Provisions and Standard Specifications.
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 60 working days will be allowed for the
= completion of this project.
City of Renton— 2011 Citywide Walkway Improvements/
Sidewalk And Curb Ramp Rehabilitation/Replacement August 2011
Project No.CAG-11-
08/17/2011
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
CITYWIDE WALKWAY IMPROVEMENTS/ SIDEWALK REHAB & REPLACEMENT 2011
SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE C S 4th PLACE- Add. 2 Rev.
(Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only
in dollars and cents, i.e.to two(2)decimal places(including for whole dollar amounts.) SCHEDULE OF PRICES BID PROPOSAL
FILL-INS MUST BE TYPE-WRITTEN UNLESS ACCOMPANIED BY SIGNED ,"HAND-WRITTEN BID PROPOSAL JUSTIFICATION
STATEMENT' ("JUSTIFICATION STATEMENT'). HAND-WRITTEN BID PROPOSALS WILL BE REJECTED AS IRREGULAR AND
UNRESPONSIVE UNLESS ACCOMPANIED BY SIGNED JUSTIFICATION STATEMENT. ALL FIGURES MUST BE CLEARLY
LEGIBLE. BID PROPOSALS WITH ILLEGIBLE FIGURES WILL BE REJECTED AS IRREGULAR AND UNRESPONSIVE.)
ITEM APPROX. I ITEM UNIT PRICE AMOUNT
NO. QUANTITY I Dollars.Cents Dollars.Cents
SECTION 8
22 SY 148 k�ye�my�ent oncrr„e, Iveway `
ks
per Square Yard SS 8-06 figures
182 Cement Conc. Sidewalk `I
23 SY °1 $ $
per Square Yard SS, SP 8-14 figures
240 Cement Conc. Traffic Curb and Gutter
24 LFV $
per Linear Foot SS 8-04 figures
SECTION 9
300 Crushed Surfacing Ba*s�e Course
26 Ton \\ � N $ $
per Ton SS 9-03.9(3) figures
1 Erosion/Water Pollution Control
per Lump Sum SS, SP 9-14 figures
4 Relocate Existing Sign
31 EA l _�� d4 $ $
per Each(EA) SP 9-38 figures
4 Install Tree Well Frame&Grate
32 EA
` ` $ $-
per Each(EA) SP 9-39 figures
Total Schedule $
C
TOTAL OF ALL SCHEDULES
(Total Schedule A-Maplewood $
(Total Schedule B-Maplewood $
(Total Schedule C-S 4th Place $
GRAND TOTAL OF ALL SCHEDULES lis -
NOTE: CITY OF RENTON TAKES NO RESPONSIBILITY FOR ACCURACY OF FORMULAS PROVIDED IN FILL-INS.
BIDDER/CONTRACTOR IS STILL RESPONSIBLE FOR ACCURACY OF BID
H:\Division.s\TRANSPOR.TAT\DESIGN ENG\jwilhoit\walkways\2011 contract\Project Files Setup\600 Pre-Construction\610 Bid Documents\610 2
Addendum\Add2\Schedule of Prices-wlkwys-blank, no formulas -add2rev.xls 1 of 2
VAN
am
PART II
CONTRACT FORMS
Bond No. 105665604
KNOW ALL MEN BY THESE
PRESENTS:
That we,the undersigned Tri-State Construction, Inc.
as principal,and Travelers Casualty and Surety Company of America —corporation organized and existing under the laws
of the State of Connecticut as a surety corporation,and qualified under the laws of the State of
Washington to become surety upon bonds of contractors with municipal corporations,as surety are jointly and
severally held and firmly bound to the City of Renton in the penal sum of$ 243,411.75 for the payment of
which sum on demand we bind ourselves and our successors,heirs, administrators or person representatives,as
the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City
of Renton.
Dated at Bellevue Washington,this 21 day of September 2011
Nevertheless,the conditions of the above obligation are such that:
WHEREAS,under and pursuant to Public Works Construction Contract CAG-11-143providing for.construction
of Schedules A & C of 2011 Citywide Walkway Improvement, Sidewalk and Curb Ramp Rehabilitation/Replacement
Project; #CAG-11-149 (project name)
the principal is required to furnish a bond for the faithful performance of the contract;and
WHEREAS,the principal has accepted,or is about to accept,the contract,and undertake to perform the work
therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the 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.
Tri-State Construction, Inc. Travelers Casualty and Surety Company of America
Principal Surety
?11,yl I rx'�
Signature I Signature
Ron Agostino, President Theresa A. Lamb, Attorney-in-Fact
Title Title
City of Renton— 2011 Citywide Walkway Improvements/
Sidewalk And Curb Ramp Rehabilitation/Replacement August 2011
Project No.CAG-11-
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
TRAVELERS JW POWER OF ATTORNEY
Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
rr
Attorney-In Fact No. 222261 Certificate No. 003843155
KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint
Darlene Jakielski,Julie M.Glover,M.J.Cotton,Nancy J.Osborne,S.M.Scott,Steven K.Bush,Michael A.Murphy,Jim W.Doyle,Brandon K.Bush,Andy D.
Prill,Jim S.Kuich,Chad M.Epple,Steve Wagner,Theresa A.Lamb,and Brett N.Meier
of the City of Bothell State of Washington their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their buslress of guaranteeing the fidelity of persons,guaranteeing the performance of
' contracts and executing or guaranteeing bonds and undertakings required or pe='f[d in any 4,,60ons or proceedings allowed by law.
IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 17th
day of August 2010
' Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
2 O �l` np�v� Jy NE 6WM�'roaw,
CS.m' _ALin° N rho BAA1�L
State o€Connecticut By:
_City of Hartford ss. Georg Thompson, nior ice President
On this the 17th day of August 2010 ,before me personally appeared Geor g e W.Thompson,who acknowledged
—himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,
lnc., St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety
' Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof,I hereunto set my hand and official seal. e (�/�lJ�+ C .
My Commission expires the 30th day of June,2011. Mane C.Tetreault,Notary Public
58440-4-09 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
CITY OF RENTON FAIR
+ * PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
�r► -� 2 C�r�-t►rti,c.-h 01'1 . Sr�C • hereby confirms and declares that
(Name of contractor/subcontractor/consultant)
L It is the policy of �ri—c_ �� Cc)CE-kyu c.1 LV\N TY� , 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.
l 0n. ly-r-, complies with all applicable
(Name of contractor/subcontractor/consultant)
federal,state and local laws governing non-discrimination in employment.
II. When applicable, iZ — c q-}e (\S�j(�L l OY�,� �C , will seek out and
(Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
t
" Print Agen presentative's Name
Print Agent/Representative's Title
AgenURepresentativ s Signature
a I I ac)
eat Signed
Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or
attach this document(s)with the contract.
City of Renton— 2011 Citywide Walkway Improvements,
Sidewalk And Curb Ramp Rehabilitation/Replacement August 2011
Project No.CAG-I I-
r
r
r
THIS PA GE INTENTIONALL Y LEFT BLANK
w►
r
City of Renton— 2011 Citywide Walkway Improvements/
sidewalk And Curb Ramp Rehabilitation/Replacement August 2011
Project No.CAG-I I-
CONTRACTS OTHER THAN FEDERAL-AID FHWA
40 Da 2
THIS AGREEMENT,made and entered into this _day 20 _L�_. by and between THE CITY
OF RENTON, Washington, a municipal corporation of the State of Was lington,hereinafter referred to as "CITY" and
T- aAe core*yu CA M11%Zh C hereinafter referred to as"CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 40 working days from date of commencement hereof
as required by the Contract, of which this agreement is a component part) perform all the work and services required
to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility
and transportation services necessary to perform the Contract, and shall complete the construction and installation
work in a workmanlike manner, in connection with the City's Project (identified as Project No. CAG-11-91_ for
improvement by construction and installation of: �4 7
S'GH DU E S ,+4 p o% ,&) I C,I TYc.✓i D�. �/�[kG✓�l Y �r��c"N1�,,,-i-:
1,21,0 Gi/t2eg ,'✓) a� P,AcENl,5
W PRO�G
All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity
with the plans and specifications, including any and all addenda issued by the City and all other documents
hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of
Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that
all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the
construction installation performed and completed to the satisfaction and the approval of the City's Public Works
L Director as being in such conformity with the plans, specifications and all requirements of or arising under the
Contract. The Contractor agrees to use recycled materials whenever practicable.
1
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists
of the following documents,all of which are component parts of said Contract and as fully a part thereof as if herein
set out in full,and if not attached,as if hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions,if any
i) Technical Specifications,if any
L
City of Renton— 2011 Citywide Walkway Improvements/
11 Sidewalk And Curb Ramp Rehabilitation/Replacement August 2011
Project No.CAG-I l- g
L
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its
completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said
work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment
for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he
or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written
notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the
serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and
satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10)
day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately
serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and
perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such
notice of termination does not perform the Contract or does not commence performance thereof within thirty (30)
days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute
the same to completion by Contract or by any other method it may deem advisable, for the account and at the
expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned j
the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and
utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties
belonging to the Contractor as may be on site of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees
harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every
type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection
with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property
arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any
way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on
account of any patented or unpatented invention, process, article or appliance manufactured for use in the
performance of the Contract, including its use by the City, unless otherwise specifically provided for in this
Contract.
lw
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
t enforcement of any of the covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims,
demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if
claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees
,. and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this
indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and
enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or
employees.
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.
w
City of Renton— 2011 Citywide Walkway Improvements/
Sidewalk And Curb Ramp Rehabilitation/Replacement August 201
Project No.CAG-I I-
L
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 65.working days from the date of
commencement. For each and every working day of delay after the established day of completion, it is hereby
stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of
Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the
Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation
fir provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for
faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay
for any damage to other work resulting therefrom which shall appear within the period of one (1)year from the date
of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as
heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take
immediate steps to correct and remedy any such defect,fault or breach at the sole cost and expense of Contractor.
The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to
obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but
prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing,
or liability expressed or implied arising out of a written agreement.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs,
progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be
requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract,
including the payment of all persons and firms performing labor on the construction project under this Contract or
furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as
specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current
City of Renton business license while conducting work for the City. The Contractor shall require, and provide
verification upon request, that all subcontractors participating in a City project possess a current City of Renton
business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way.
12) The total amount of this contract is the sum of y.-.-), _ \ D S
1 4. 1,tmif�ers
�' 2 � ��a.✓S�'bl�s�10�
which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special
Provisions"of this Contract.
L
CityofRenton— 2011 Citywide Walkway Improvements/
Sidewalk And Curb Ramp Rehabilitation/Replacement
Project No.CAG-I I- August 2011
IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City Clerk and
the Contractor has hereunto set his hand and seal the day and year first above-written.
CONTRACTOR "ZF_
Presider Ck '%n Mayor Denis Law
on � O
ATTEST
Secretary n0 Bonnie I . Walton, City Clerk
+ . dba--K?li— `3 e,
Firm Name _ �� ► t,.
check one
❑ Individual ❑ Partnership Corporation Incorporated
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must
sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the
City and made a part of the contract document.
If business is a PARTNERSHIP,full name of each partner should be listed followed by d/b/a(doing business as) and finn
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.
L
L
City of Renton— 2011 Citywide Walkway Improvements/
Sidewalk And Curb Ramp Rehabilitation/Replacement August 2011
Project No.CAG-11-
® DATE MM/DDIYYYY
CERTIFICATE OF LIABILITY INSURANCE )
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the
terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsemengs).
PRODUCER CONTACT
NAME:
PHONE FAX
IAIC,_No Ext—_--_,_---_._
E-MAIL -- -�---
ADDRESS: --
--- - —
_
-----
PRODUCER
CUSTTOMFR ID#:
- -- ---- ---
____INSURERS)AFFORDING COVERAGE NAIC#
w. INSURED INSURER A:
-INSURER B
: ---- - --- —
INSURER C --- — ---------
INSURER D -
INSURER E
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
JIM 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1NSR''. ADDLSUBR--- _. - — POLICYEF- PPOUCYEXP
LTR TYPE OF INSURANCE INSR WIM POLICY NUMBER IMMIDDIYYYYI 1MMfDD1YYYY) LIMITS
GENERAL LIABILITY EACH OCCURRENCE $
aMA�E T6 i�E x COMMERCIAL GENERAL LIABILITY I 1.000.000
SES Ecrrence _
CLAIMS-MADE OCCUR i MED EXP(Any one person) $ _ _ 5.000
PERSONAL&ADV INJURY $ 1,000.000
GENERAL AGGREGATE $ 2,000 000
I GEN'L AGGREGATE LIMIT APPLIES PER: I PRODUCTS-COMP/OP AGG $ —_1,4t2Q04Q
r I POLICY I PRO- LOC $JECT
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000.000
X (Ea accident)
ANY AUTO
_..---__ ---- —---
BODILYINJURY(Perpersan) $
ALL OWNED AUTOS I -- -- ------
BODILY INJURY(Per accident) $
SCHEDULED AUTOS
PROPERTY DAMAGE $
_ HIRED AUTOS (Per accident)
NON-OWNEDAUTOS I $ -- --_----
UMBRELLA LIAR OCCUR I EACH OCCURRENCE $
-i
EXCESS LIAB - ----.--
I- - CLAIMS=MADE r AGGREGATE $
I DEDUCTIBLE I ------- _-- - --
�' $
RETENTION $ $
1 WORKERS COMPENSATION I
__COR WC STATU- OTH-
AND EMPLOYERS'LIABILITY ' Y LIMIT
N
ANY PROPRIETORIPARTNERI-XECUTIVE -
OFFICER/MEMBER EXCLUDED? ❑ NIA F— E.L.EACH ACCIDENT $
(Mandatory in NH) E.L.DISEASE-EA EMPLOYE $
if yes,describe under - -
r E.L.DISEASE-POLICY LIMIT $
-7
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required)
The City of Renton is Primary and Non-contributory Additional Insured.
CERTIFICATE HOLDER CANCELLATION
City of Renton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE
POLICY PROVISIONS.
Attn:James P.Wilhoit
1055.South Grady Way AUTHORIZED REPRESENTATIVE
Renton,WA. 98057
©1988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED -OWNERS, LESSEES OR
CONTRACTORS-SCHEDULED PERSON OR ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization
City of Renton
(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 ongoing operations
performed for that insured.
qtr CG 20 10 03 97 Owners,Lessees,or Contractors SAMPLE No Completed Operations
WCIA Insurance Requirements
wr
City of Renton— 2011 Ci"ide Walkway Improvements/
Sidewalk And Curb Ramp Rehabilitation/Replacement August 2�I
Project No.CAG-1I-
City of
F
rr
INSURANCE REQUIREMENTS FOR CITY OF RENTON
The City of Renton requires the industry standards:
ow • $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate
• $1,000,000 Auto Liability(Needed if a vehicle will be used in performance of work. This would include
delivery of products to worksite)
"r 0 $1,000,000 Excess Liability(if required in contract,can be in tandem with CGt)
• Proof of Workers'Compensation coverage (provide the number)
�,. • $1,000,000 Professional Liability (if required in contract)
Requirements UNIQUE to the City of Renton:
• Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy
• Due to a statement found at the upper right of the ACORD form, please provide the endorsement
"' page(s)from the Policybes), evidencing Primary& Non-contributory coverage
• Modify the cancellation clause to state:
"Should any of the above described policies be cancelled before the expiration date thereof,
notice will be delivered in accordance with the policy provisions."
• Sample Contract Language
• Put descriptive text of the project in the "Description of Operations" box
•• • The certificate holder should read:
City of Renton
ATTN: (enter your City contact's name and department here)
1055 South Grady Way
Renton,WA. 98057
Direct any questions, comments or concerns to: Colleen Shannon—425.430.7658/desk
425.430.7650/main
425.430.7665/fax
cshannon@rentonwa.gov
w
am
..
y. e
Y City of Renton
Human Resources& Risk Management Department
Insurance Information Form
FOR:
PROJECT NUMBER: CA 6- 1 1_40f STAFF CONTACT:
Certificate of Insurance indicates the coverages/limits specified in [� Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? ] Yes ❑ No
The Commercial General Liability policy form is an ISO 1993 Yes ❑ No
Occurrence Form or Equivalent?
(If no,attach a copy of the policy with required coverages clearly
'" identified)
CG 0043 Amendatory Endorsement provided?* 'CA Yes ❑ No
General Aggregate provided on a"per project basis(CG2503)?* 54 Yes ❑ No
Additional Insured wording provided?* Yes ❑ No
Coverage on a primary basis and non-contributing basis?* °�] Yes ❑ No
.r
Waiver of Subrogation Clause applies?* Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? Yes ❑ No
Notice of Cancellation/Non-Renewal ❑ Yes ❑ No
amended to 45 days per RCW 48.18.290?*
*To be shown on certificate of insurance*
rr
AM BEST'S RATING FOR CARRIER w /
GL l>v Auto 1"1 4- 1` V Umb 1 n � \0/ 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.
• � /F f2 /V8 T 10 tV l--' ,V 1 k,/1/-E
Agency/Broker p We , ype or Pr t Na
4 p��� &7+1 R- &'l�l� o l
Ad ess Completed Sign
40 R A
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
AW
CityofRenton— 2011 Citywide Walkway improvements/
Sidewalk And Curb Ramp Rehabilitation/Replacement
August 2011
t Project No.CAG-11- g
OP ID: MA
ACORN DATE(MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE 09/20/11
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to
the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
CONTACT
PRODUCER
425-489-4500 NAME:
Hub International Northwest 425-489-4501 PHONE FAX
A/C No Ext: A/C N.I.
P. 0. Box 3018 E-MAIL
ADDRESS:
Bothell,WA 98041-3018 PRODUCER TRIST02
Steve Bush CUSTOMER ID#:
INSURERS AFFORDING COVERAGE NAIC#
INSURED Tri-State Construction, Inc. INSURER A:Charter Oak Fire Ins. 25615 _
P.O. Box 3686 INSURER B:Travelers Indemnity Co.
Bellevue,WA 98009-3686 INSURER C:Great American E&S Ins Co.
INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUB POLICY NUMBER MMLDDY/YYYY MM DDY/YYYY LIMITS
LTR
GENERAL LIABILITY EACH OCCURRENCE_ $ 1,000,00(
DAMAGE TO RENTED
A X COMMERCIAL GENERAL LIABILITY DTC0348KO141 COF10 09/30/10 09/30/11 PREMISES Ea occurrence $ 300,00
L
CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 10,00
X XCU PERSONAL&ADV INJURY $ 1,000,00(
X Wash Stop Gap GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,00_
' POLICY 41 PRO- LOC Emp Ben. $ 1,000,00
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,00
B X ANY AUTO DT810348KO141IND10 09/30/10 09/30/11 (Ea accident)
' BODILY INJURY(Per person) $
ALL OWNED AUTOS
BODILY INJURY(Per accident) $
SCHEDULED AUTOS PROPERTY DAMAGE
HIRED AUTOS (Per accident) $
NON-OWNED AUTOS _.
UMBRELLA LIAB X OCCUR EACH OCCURRENCE _ $ 1,000,000
EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1,000,000
' C -- -- -- TUU523202906 09/30/10 09/30/11 -
DEDUCTIBLE $ _
X RETENTION $ 10,000 $
TORY L
WORKERS COMPENSATION WC STMIT X O R
AND EMPLOYERS'LIABILITY LIMITS _R
ANY PROPRIETOR/PARTNER/EXECUTIVE [- N/A DTC0348KO141 COF10 09/30/10 09/30/11 E.L.EACH ACCIDENT $ 1,000,00
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,00
If yes,describe under 1,000,00(
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
i I I
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required)
ADDITIONAL INSURED(S)AS REQUIRED BY WRITTEN CONTRACT SUBJECT TO POLICY
TERMS,CONDITIONS,LIMITATIONS AND ATTACHED ENDORSEMENT: CITY OF RENTON,&
ITS OFFICERS,OFFICIALS,AGENTS&EMPLOYEES AND VOLUNTEERS. COVERAGE
AFFORDED IS PRIMARY&NON-CONTRIBUTORY;WAIVEROF SUBROGATION APPLIES AS
ATTACHED. RE: 2011 SIDEWALK AND CURB RAMP REHABILITATION: CAG-11-149.
CERTIFICATE HOLDER CANCELLATION
CIRENTO
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
CITY OF RENTON ACCORDANCE WITH THE POLICY PROVISIONS.
ATT: JAMES WILHOIT
1055 S. GRADY WAY AUTHORIZED REPRESENTATIVE���
RENTON,WA 98055
©1988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
BLANKET ADDITIONAL INSURED
(CONTRACTORS)
This endorsement modifies insurance provided under,the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1. WHO IS AN INSURED—(Section 11)is amended c) The insurance provided to the additional in-
to include any person or organization that you sured does not apply to "bodily injury" or
agree in a "written contract requiring insurance" "property damage" caused by "your work"
to include as an additional insured on this Cover- and Included
o hazard"the "products-completed the p-
age Prt ,but:
requiring insurance" specifically requires you
a) Only with respect to liability for"bodily injury", to provide such coverage for that additional
"property damage"or"personal injury";and insured, and then the insurance provided to
b) If, and only to the extent that, the injury or the additional insured applies only to such
damage is caused by acts or omissions of "bodily injury" or"property damage" that oc-
you or your subcontractor In the performance curs before the end of the period of time for
of"your work" to which the "written contract which the "written contract requiring insur-
requiring insurance" applies. The person or ance"requires you to provide such coverage
organization does not qualify as an additional or the end of the policy period, whichever is
- insured with respect to the independent acts earlier.
or omissions of such person or organization. 3. The insurance provided to the additional insured
2. The insurance provided to the additional insured by this endorsement is excess over any valid and'
by this endorsement is limited as follows: collectible "other insurance", whether primary,
a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is
this Coverage Part shown in the Declarations available to the additional insured for a loss we
exceed the limits of liability required by the cover under this endorsement. However, if the
"written contract requiring insurance", the in-
.,written contract requiring insurance" specifically
surance provided to the additional insured requires that this insurance apply on a primary
shall be limited to the limits of liability re- basis or a primary and non-contributory basis,
quired by that "written contract requiring in- this insurance is primary to "other insurance"
surance". This endorsement shall not in- available to the additional insured which covers
crease the limits of insurance described in that person or organization as a named insured
Section III—Limits Of Insurance. for such loss, and we will not share with that
"other insurance", But the insurance provided to
b) The insurance provided to the additional in- the additional insured by this endorsement still is
sured does not apply to"bodily injury","prop- excess over any valid and coilciiibie "other er In-
erty damage" or "personal injury" arising Out surance", whether primary, excess, contingent or
of the rendering of, or failure to render, any on any other basis, that is available to the addi-
professional architectural, engineering or sur- tional insured when that person or organization is
veying services,including: an additional insured under such "other insur-
f. The preparing, approving, or failing to ance".
prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the
ings, opinions, reports, surveys, field or- additional insured by this endorsement:
dens or change orders, or the preparing, a) The additional insured must give us written
approving, or failing to prepare or ap notice as soon as practicable of an "occur-
prove,drawings and specifications;and rence" or an offense which may result in a
ii. Supervisory, inspection, architectural or claim. To the extent possible, such notice
engineering activities. should include:
CGD2460805
®2005 The St. Paul Travelers Companies,Inc. Page 1 of 2
"
COMMERCIAL GENERAL LIABILITY
'
I. How, when and where the "occurrence" any provider of"other insurance"which would
cover the additional insured for a loss we
or offense took place;
cover under this endorsement. However, this
' it, The names and addresses of any injured condition does not affect whether the insur-
persons and witnesses;and ance provided to the additional insured by
iii. The nature and location of any injury or this endorsement is primary to "other insuT
damage arising out of the"occurrence"or ance" available to the additional insured
offense, which covers that person or organization as a
b) If a claim is made or"suit" is brought against named insured as described in paragraph 3,
above.
the additional insured, the additional Insured
must: 5.. The following definition is added to SECTION V.
1. Immediately record the specifics of the —DEFINITIONS:
claim or"suit"and the date received;and "Written contract requiring insurance" means
ii, Notify us as soon as practicable. that part of any written contract or agreement
under which you are required to include a
The additional insured must see to it that we person or organization as an additional in-
receive written notice of the claim or"suit"as sured on this Coverage Part, provided..that
soon as practicable. the"bodily injury" and "property damage"oc-
c) The additional insured .must immediately curs and the"personal injury"is caused by an
send us copies of all legal papers received in offense committed:
connection with the claim or"suit",cooperate a. After the signing and execution of the
with us in the investigation or settlement of contract or agreement by you;
the claim or defense against the "suit", and b. While that part of the contract or
otherwise comply with all policy conditions. agreement Is in effect;and
d) The additional insured must tender the de- c. Before the end of the policy period.
fense and indemnity of any claim or"suit"to
Page 2 of 2
2005 The St.Paul Travelers Companies,Inc, CG D2 46 08 05
40
COMMERCIAL GENERAL LIABILITY
2. This insurance does not apply to damage to 5. This Provision B. does not apply if coverage
premises while rented to you, or temporarily for Damage To Premises Rented To You of
occupied by you with permission of the COVERAGE A. BODILY INJURY AND
1 owner, caused by: PROPERTY DAMAGE LIABILITY (Section I-
-' a. Rupture, bursting, or operation of pres Coverages)is excluded by endorsement.
sure relief devices; C. BLANKET WAIVER OF SUBROGATION
1 b. Rupture or bursting due to expansion or We waive any right of recovery we may have
swelling of the contents of any building or against any person or organization because of
structure,caused by or resulting from wa- payments we make for injury or damage arising
ter; out of: premises owned or occupied by or rented
C. Explosion of steam boilers, steam pipes, or loaned to you; ongoing operations performed
steam engines,or steam turbines. by you or on your behalf, done under a contract
�� with that person or organization; "your work"; or
3. Paragraph 6. of LIMITS OF INSURANCE "your products". We waive this right where you
(Section III) is deleted and replaced by the have agreed to do so as part of a written contract,
following: executed by you before the "bodily injury" or
Subject to 5. above, the Damage To Prem- "property damage" occurs or the "personal injury"
ises Rented To You Limit is the most we will or"advertising injury"offense is committed.
>t pay under COVERAGE A. for the sum of all D. BLANKET ADDITIONAL INSURED — MANAG-
damages because of "property damage" to ERS OR LESSORS OF PREMISES
any one premises while rented to you, or
temporarily occupied by you with permission WHO IS AN INSURED (Section II)is amended to
of the owner,caused by:fire; explosion; light-
ning; smoke resulting from such fire, explo- (referred to below as "additional insured") with
sion, or lightning; or water. The Damage To whom you have agreed in a written contract, exe-
cuted before the "bodily injury" or"property dam-
"property damage"proximately caused by the age" occurs or the "personal injury" or "advertis-
a same "occurrence", whether such damage ing injury" offense is committed, to name as an
results from: fire; explosion; lightning; smoke additional insured, but only with respect to liability
resulting from such fire, explosion, or light- arising out of the ownership, maintenance or use
ning; or water; or any combination of any of of that part of any premises leased to you, subject
to the following provisions:
these causes.
The Damage To Premises Rented To You 1. Limits of Insurance. The limits of insurance
Limit will be the higher of: afforded to the additional insured shall be the
limits which you agreed to provide in the writ-
a. $300,000;or ten contract, or the limits shown on the Decla-
b. The amount shown on the Declarations rations,whichever are less.
't for Damage To Premises Rented To You 2. The insurance afforded to the additional in-
Limit, sured does not apply to:
4. Paragraph a.of the definition of"insured con- a. Any "bodily injury" or "property damage"
tract" (DEFINITIONS — Section V) is deleted that occurs,or"personal injury"or"adver-
and replaced by the following: tising injury" caused by an offense which
a. A contract for a lease of premises. How- is committed, after you cease to be a ten-
ever, that portion of the contract for a ant in that premises;
lease of premises that indemnifies any b. Any premises for which coverage is ex-
person or organization for damage to cluded by endorsement;or
premises while rented to you, or tempo-
rarily occupied by you with permission of c. Structural alterations, new construction or
the owner, caused by: fire; explosion; demolition operations performed by or on
t
lightning; smoke resulting from such fire, behalf of such additional insured.
explosion, or lightning; or water, is not an 3. The insurance afforded to the additional in-
"insured contract"; sured is excess over any valid and collectible
3
Page 2 of 6 Copyright,The Travelers Indemnity Company, 2004 CG D3 16 07 04
i
�.l
6, ENDORSEMENT 1
PTO o;)-8K 0141 COF (0
In consideration of the remium charged, it is hereby agreed and understood that Policy Number issued
L by Ins°u a cue Rompan�, is amended to include the following terms and conditions as respects Contract
Number issued by the(OWNER).
CIZ61 -tt-t"
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 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, 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.
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
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
liable had only one insured been named.
>r.
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
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 applies separately to the
above named contract for the above named OWNER.
at,
Date Authorize epresentative
Q .
" Signature
w
L
t City of Renton— 2011 Citywide Walkwaylmprovements/
Sidewalk And Curb Ramp Rehabilitation/Replacement
Project No.CAC-11- August 2011
1
CITY OF RENTON
CONSTRUCTION CONTRACTS
INSURANCE AND RELATED REQUIREMENTS
MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
a;
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.
Coverages
(1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include:
• Premises and Operations
• Explosion,Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense
coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
t Personal/Advertising Injury
• Stop Gap Liability
(2) Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
(3) Workers'Compensation
• Statutory Benefits(Coverage A)-Show WA L&I Number
(4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
(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.
CityofRenton— 2011 Citywide Walkway Improvements/
Sidewalk And Curb Ramp Rehabilitation/Replacement August 201(
Project No.CAG-I I-
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
City of Renton— 2011 Citywide Walkway hnprovements/
Sidewalk And Curb Ramp Rehabilitation/Replacement August 201 1
Project No.CAG-11- g
L
ADDITIONAL REQUIREMENTS
(CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers
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:
1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried
by CITY OF RENTON.
6W 2) Include a Waiver of Subrogation Clause.
3) Severability of Interest Clause(Cross Liability)
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 famish 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.
L
L
L
F
City of Renton- 2011 Citywide Walkway Improvements/
Sidewalk And Curb Ramp Rehabilitation/Replacement August 20I 1
L Project No.CAG-I 1- g
Department of Labor and Industries
Prevailing Wage STATEMENT OF INTENT TO
��5r�re
(360)902-5335 PAY PREVAILING WAGES
r www.Ini.wa.gov/fFradesLicensing/PrevailingWage
Public Works Contract
$25.00 Filing Fee Required
• This form must be typed or printed in ink. Project Name Contract#
aw • Large,bold numbers match instructions on back of form.
• Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private)
• Once approved your form will be posted online at the above website.
APPROVED FORM WILT,BE MAILED TO THIS ADDRESS * Address
•r.
Contractor,company or agency name,address,city,state&ZIP+4
City State ZIP+4
"Ur Awarding Agency Project Contact Person Phone#
County where work was performed City where work was performed
Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy)
l
Will all work be subcontracted? Do you intend to use subcontractors?
❑ Yes ❑ No ❑ Yes ❑ No
Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices?
❑ Yes ❑ No
Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe
Indicate number of owners expected to perform work. of workers hourly pay benefits
L
Company name Indicate total dollar amount of your contract
or time and materials if applicable.
Address I hereby certify that the above information is correct and that all
workers I employ on this Public Works Project will be paid no less
City State ZIP+4 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
6N Industrial Insurance Account Number
Email address Phone number For L&I LJse Only
irr
Check Number: ❑ $25 or $
For L&I Use Only
Issued By:
APPROVED: Department of Labor and Industries
rr
By
Industrial Statistician
F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency.
Canary copy—L.&I
L
..
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
"W Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based
No on the date bids from prime contractor were due to the contract awarding
agency.
Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage
.r occupation listings.
Owner/Operators: If the work will be performed by owners/partners,
state"Owner/Operator" under the"Craft"section, and the wage and
fringe need not be completed. Do list the number of owners on the job.
on (Individuals who own less than 300/6 of the company are not considered
to be owner/operators and must be paid prevailing wage.)
All work subcontracted: If all work will be performed by
r.
subcontractors, check the appropriate box on the form.
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of
qualified hourly fringe benefits, as defined by RCW 39.12.010, that you
will actually provide to the workers. The amount listed for"Rate of
Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe
Benefits", if any, must equal or exceed the Prevailing Wage rate.
r Estimated number of workers Missing
Total Dollar Amount of Your Contract Missing—Enter"time and materials"if applicable.The exact dollar
amount will be required on the Affidavit of Wages Paid form.
Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a
contractor's registration number need only indicate UBI (i.e.,janitorial,
surveying, truck driving).
Signature Missing—Intent must be signed by an authorized representative.
Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they
must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and
Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360)
902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be
registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the
'"w top of each form"Page 1 of 2", "Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted.
Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval
of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records.
A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00.
rr.
Prevailing wage rates are available on the Internet at www.Lni.wa.gov/TradesLicensing/PrevailingWage
Submit both copies (white and canary) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT.OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA,WASHINGTON 98504-4835 For questions call(360)902-5335
w
F700-029-000 statement of intent to pay prevailing wages—backer 12-04
u.
.r
ow CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
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
L Labor&Industries. This form will be executed and submitted prior to or with the last pay request.
is
w Company Name
By:
i_ Title:
t '
it
rr
f
g,
L
L
L
18_1NTNT.D00
u.
tow
Yrr
1w
o
No
60
to
■n
W
ww
to
rw
hr
to
18_INTNT.DOC\
r
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
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:
M1
lkil
L
18 INTNT.D00
L
PART III
PROJECT SPECIFIC
SPECIAL PROVISIONS
W,
I"
WNW
Ir
SPECIAL PROVISIONS
t
Lo
f
L
L
S
Y
L
I
L
ti
City of Renton— 2011 Citywide Walkway Improvements/
Sidewalk And Curb Ramp Rehabilitation/Replacement August 2011
Project No.CAG-I l-
�r
fi
6
THIS PAGE INTENTIONALLY LEFT BLANK
4
City of Renton—2011 Citywide Walkway
Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/
Renlarement Proirrt Nn CA(7_11-
SPECIAL PROVISIONS
�w
Introduction To The Special Provisions............................................................................................6
1
6
f
Contents
1 1-01 DEFINITIONS AND TERMS............................................................................................. 6
1-01.3 Definitions ...........................................................................................................7
r 1-02 BID PROCEDURES AND CONDITIONS ....................................................................... 9
1-02.1 Prequalification of Bidders................................................................................. 9
1-02.2 Plans and Specifications .................................................................................... 9
1-02.5 Proposal Forms .................................................................................................. 10
1-02.6 Preparation of Proposal ..................................................................................... 10
1-02.6(1) Proprietary Information ..................................................................................... 11
L 1-02.7 Bid Deposit......................................................................................................... 11
1-02.9 Delivery of Proposal............................................................................................ 11
1-02.12 Public Opening of Proposals ................................ 12
..............................................
1-02.13 Irregular Proposals.............................................................................................. 12
1-02.14 Disqualifications of Bidders............................................................ 12
i` 1-02.15 Pre Award Information ......................................................................................14
L 1-03 AWARD AND EXECUTION OF CONTRACT................................................................ 14
r 1-03.3 Executive Contract............................................................................................. 12
1-03.4 Contract Bond..................................................................................................... 15
1-04 SCOPE OF WORK ........................................................................................................... 16
60 1-04.2 Coordination of Contract Documents,Plans, Spec. Prov's, Specs, &Addenda.17
g1-05 CONTROL OF WORK ..................................................................................................... 17
1
1-05.4 Conformity With and Deviation from Plans and Stakes..................................... 17
1-05.5 Contractor Provided As-Built Information .........................................................20
1-05.7 Removal of Defective and Unauthorized Work.................................................. 21
1-05.11 Final Inspection .................................................................................................. 21
1-05.11 Final Inspections and Operational Testing............................................ 22
1-05.11(1) Substantial Completion Date............................................................22
1-05.11(2) Final Inspection and Physical Completion Date..................................... 22
1-05.11(3) Operational Testing.. ........ 23
. ... ..................................
1-05.13 Superintendents,Labor and Equipment of contractor............................... 23
1-05.14 Cooperation With Other Contractors.................................................. 24
Lr 1-05.15 Method of Serving Notices...........................................................................................................„
1-05.16 Water and Power......................................................................... 24
1-05.17 Oral Agreements......................................................................... 24
w
r.
u
�r
City of Renton—2011 Citywide Walkway
f Improvements/ August 2011
6w Sidewalk And Curb Ramp Rehabilitation/
Renlnneme l Prniert Nn ('An-I I-
0
0
J
fl
u
s
r 1-06 CONTROL OF MATERIAL.............................................................................................. 25
1-06.1 Approval of Materials Prior to Use ................................................................... 25
irrr 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ............................ 25
1-07.1 Laws to be Observed ......................................................................................... 25
1-07.2 Sales Tax ........................................................................................................... 26
ow1-07.7 Load Limits ....................................................................................................... 27
1-07.13 Contractor's Responsibility for Work................................................................ 27
1-07.13(1) General .............................................................................................................. 27
1-07.15 Temporary Water Pollution/Erosion Control ..................................................... 27
1-07.15(l) Spill Prevention,Control and Countermeasures Plan........................................ 28
1-07.17 Utilities and Similar Facilities ........................................................................... 28
1-07.17(3) Interruption of Services ...................................................................................... 29
1-07.18 Public Liability and Property Damage Insurance............................................... 30
r' 1-07.18 Insurance ........................................................................................................... 30
L1-07.23(1) Construction Under Traffic................................................................................. 35
1-07.24 Rights of Way ................................................................................................... 36
1-08 PROSECUTION AND PROGRESS................................................................................. 37
L 1-08 Prosecution and Progress .................................................................................. 37
1-08.0 Preliminary Matters ................................. ......................................................... 37
1-08.0(1) Preconstruction Conference............................................................................... 37
1-08.0(2) Hours of Work................................................................................................... 38
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ........... 39
1-08.4 Notice to Proceed and Prosecution of the Work.................... 39
1-08.5 Time for Completion ......................................................................................... 39
1-08.7 Maintenance During Suspension ....................................................................... 40
r1-08.9 Liquidated Damages........................................................................................... 40
1-09 MEASUREMENT AND PAYMENT................................................................................ 41
1-09.6 Force Account.................................................................................................... 43
1-09.7 Mobilization. 43
1-09.9 Payments ........................................................................................................... 44
r 1-09.13(3)A Administration of Arbitration ............................................................................ 45
1-10 TEMPORARY TRAFFIC CONTROL............................................................................ 45
s 1-10.2(2) Traffic Control Plans .......................................................................................... 45
L1-10.3 Traffic Control Labor,Procedures and Devices ................................................ 46
1-10.3(1)C Uniformed Police Officer................................................................................... 47
1-10.3(3)A Construction Signs............................................................................................. 47
1-10.5 Payment............................................................................................................. 47
1-11 RENTON SURVEYING STANDARDS ........................................................................... 47
1-11.1(1) Responsibility for surveys ................................................................................. 47
1-11.1(2) Survey Datum and Precision............................................................................. 48
1-11.1(3) Subdivision Information .................................................................................... 48
1-11.1(4) Field Notes......................................................................................................... 48
6 1-11.1(5) Corners and Monuments.................................................................................... 49
I. City of Renton- 1 Special Provisions
2011 Citywide Walkway Improvements) August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
L
1-11.1(6) Control or Base Line Survey ............................................................................ 49
1-11.1(7) Precision Levels................................................................................................ 49
1-11.1(8) Radial and Station --Offset Topography .......................................................... 50
1-11.1(9) Radial Topography ............................................................................................ 50
1-11.1(10) Station--Offset Topography ............................................................................... 50
1-11.1(11) As-Built Survey ................................................................................................. 50
1-11.1(12) Monument Setting and Referencing .................................................................. 51
1-11.2 Materials ............................................................................................................ 51
1-11.2(1) Property/Lot Corners ......................................................................................... 51
1-11.2(2) Monuments ........................................................................................................ 51
1-11.2(3) Monument Case and Cover............................................................................... 51
1-11.5 Payment ............................................................................................................. 51
ENDOF DIVISION 1.................................................................................................................. 51
2-01 CLEARING GRUBBINQ AND ROADSIDE CLEANUP.............................................. 52
2-01.1 Description......................................................................................................... 52
2-01.2 Disposal of Usable Material and Debris........................................................... 52
2-01.5 Payment ............................................................................................................ 52
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ................................................ 52
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs .................................................. 52
2-02.4 Measurement...................................................................................................... 53
2-02.5 Payment ............................................................................................................ 53
2-03 ROADWAY EXCAVATION AND EMBANKMENT....................................................... 54
2-03.3 Construction Requirements ............................................................................... 54
2-03.4 Measurement....................................................................................................... 54
2-03.5 Payment.............................................................................................................. 55
2-04 HAUL................................................................................................................................ 55
2-04.5 Payment............................................................................................................. 55
2-06 SUBGRADE PREPARATION.......................................................................................... 55
2-06.5 Measurement and Payment ................................................................................ 55
2-09 STRUCTURES AND EXCAVATION............................................................................... 55
2-09.1 Description......................................................................................................... 55
2-09.3(1)D Disposal of Excavated Material......................................................................... 56
2-09.4 Measurement....................................................................................................... 56
2-09.5 Payment.............................................................................................................. 56
5-04 ASPHALT CONCRETE PAVEMENT............................................................................. 57
5-04.2 Materials............................................................................................................. 57
5-04.3 Construction Requirements ............................................................................... 57
5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS.............................................. 61
7-01 DRAINS............................................................................................................................ 62
7-01.2 Materials............................................................................................................. 62
7-01.3 Construction Requirements................................................................................. 62
7-01.4 Measurement...................................................................................................... 62
7-02 CULVERTS....................................................................................................................... 62
7-02.2 Materials............................................................................................................. 62
1. City of Renton- 2 Special Provisions
2011 Citywide walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
i
f
7-04 STORM SEWERS............................................................................................................ 62
7-04.2 Materials............................................................................................................. 62
7-04.4 Measurement....................................................................................................... 63
7-04.5 Payment ............................................................................................................. 63
7-05 MANHOLES, INLETS,AND CATCH BASINS..............................................................63
lrrn 7-05.3(1) Adjusting Manholes and Catch Basins to Grade................................................ 63
7-05.4 Measurement...................................................................................................... 65
7-05.5 Payment ............................................................................................................. 65
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...................................... 65
7-08.3(1)C Bedding the Pipe......................................................................... 65
7-08.3(2)A Survey Line and Grade..................................................:
7-08.3(2)B Pipe Laying-General.................................................................. 65
7-08.3(2)E Rubber Gasketed Joints.................................................................. 66
7-08.3(2)H Sewer Line Connections................................................................. 66
7-08.3(2)J Placing PVC Pipe.........................................................................66
7-08.3(3) Backfilling................................................................................ 66
7-08.4 Measurement.............................................................................. 68
7-08.5 Payment.................................................................................... 68
7-08.6 Abandoning Existing Pipe.............................................................. 68
7-10 WATER SERVICE LINE&WATER METER RELOCATION&REPLACEMENT..... 69
7-12 VALVES FOR WATER MAINS ...................................................................................... 71
7-12.3(2) Adjust Existing Valve Box to Grade .......................:.
7-12.4 Measurement............................................................................. 71
7-12.5 Payment................................................................................... 71
7-14 HYDRANTS........................................................................................ 71
7-14.3(1) Setting Hydrants.......................................................................... 71
7-14.3(3) Resetting Existing Hydrants............................................................ 72
1 7-14.3(4) Moving Existing Hydrants.............................................................. 72
7-14.5 Payment....................................................................................72
8-04 CURBS, GUTTERS,AND SPILLWAYS....................................................... 73
8-13 MONUMENT CASES..............................................................................73
8-13.1 Description................................
8-13.3 Construction Requirements............................................................. 73
8-13.4 Measurement............................................................................. 73
8-13.5 Payment................................................................................... 73
8-14 CEMENT CONCRETE SIDEWALKS...........................................................73
8-14.3(4) Curing...................................................................................... 74
8-14.4 Measurement..............................................................................74
8-14.5 Payment................................................................................... 74
w 8-22 PAVEMENT MARKING...........................................................................74
8-22.1 Description.................................................................................74
8-22.3(5) Installation Instructions..................................................................75
8-22.5 Payment...................
...................................................75
1. City of Renton- 3 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
8-23 TEMPORARY PAVEMENT MARKINGS......................................................76
8-23.5 Payment....................................................................................76
8-50 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS.................. 76
ENDOF DIVISION 8.................................................................................................................. 79
9-03 AGGREGATES..................................................................................... 80
9-03.8(2) HMA Test Requirements................................................................ 80
9-14 EROSION CONTROL AND ROADSIDE PLANTING....................................... 81
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES................................ 81
9-23.9 Fly Ash(RC)............................................................................. 81
9-30 WATER DISTRIBUTION MATERIALS....................................................... 81
9-30.5 Hydrants................................................................................... 81
9-30.5(2) Hydrant Dimensions..................................................................... 82
9-30.6(3)B Polyethylene Pipe........................................................................ 82
9-30.6(4) Service Fittings........................................................................... 82
9-30.6(5) Meter Setters..............................................................................82
9-36 REMOVE UNSUITABLE MATERIAL-SOD................................................. 82
9-36.1 Description................................................................................ 82
9-36.2 Measurement.............................................................................. 82
9-36.3 Payment.................................................................................... 82
9-37 RELOCATE/RE-INSTALL MAILBOXES ..................................................... 83
9-37.1 Description................................................................................ 83
9-37.2 Measurement...............................................................................83
9-37.3 Payment.................................................................................... 83
9-38 RELOCATE EXISTING SIGN ...................................................................83
9-38.1 Description................................................................................ 83
9-38.2 Measurement.............................................................................. 83
9-39 INSTALL TREE WELL FRAME&GRATE................................................... 83
9-39.1 Description................................................................................ 83
9-39.2 Measurement.............................................................................. 83
END OF DIVISION 9................................................................................................................. 83
1. City of Renton— 4 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
THIS PAGE INTENTIONALLY LEFT BLANK
a
L City of Renton— 5 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
Yrr
0
N
hr
rr
L
SPECIAL PROVISIONS
Introduction To The Special Provisions
(July 31, 2007 APWA GSP)
r`. Supplement
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2010 edition, as issued by the Washington State
Department of Transportation(WSDOT) and the American Public Works Association (APWA),
Washington State Chapter(hereafter "Standard Specifications"). The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each
Provision either supplements,modifies,or replaces the comparable Standard Specification,or is a
new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of
the Standard Specifications is meant to pertain only to that particular portion of the section,and in
no way should it be interpreted that the balance of the section does not apply.
The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the
headers of each GSP,with the date of the GSP and its source,as follows:
" (May 18, 2007 AP WA GSP)
(August 7, 2006 WSDOT
GSP) (******) (Special
Provision)
Also incorporated into the Contract Documents by reference are:
L Manual on Uniform Traffic Control Devices for Streets and Highways,currently adopted
edition,with Washington State modifications,if any
• Standard Plans for Road, Bridge and Municipal Con struction, WSDOT/APWA,current
edition
• City of Renton Standard Details, City of Renton Public Works Department, Current
Edition
t.
Contractor shall obtain copies of these publications,at Contractor's own expense.
L
1. City of Renton— 6 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
F
L
H
N
fl
bw
am The date on which the Contracting Agency publicly opens and reads the bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive bidder for the work.
r
Contract Execution Dale
The date the Contracting Agency officially binds the agency to the contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, and only
.r. minor incidental work, replacement of temporary substitute facilities, or correction or
repair remains for the physical completion of the total contract.
Physical Completion Date
The day all of the work is physically completed on the project. All documentation
required by the contract and required by law does not necessarily need to be furnished by
r. the Contractor by this date.
Completion Date
The day all the work specified in the contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
�. by the contract and required by law must be furnished by the Contractor before
establishment of this date.
.W Final Acceptance Date
The date on which the Contracting Agency accepts the work as complete.
aw Notice of Award
The written notice from the Contracting Agency to the successful bidder signifying the
aw Contracting Agency's acceptance of the bid.
Notice to Proceed
UO
The written notice from the Contracting Agency or Engineer to the Contractor authorizing and
directing the Contractor to proceed with the work and establishing the date on which the contract
MW time begins.
I. City of Renton— 8 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works contract,a bidder must meet at least the minimum
qualifications of RCW 39.04.350(l)to be considered a responsible bidder and qualified to be
awarded a public works project.
1-02.2 Plans and Specifications
(October 1, 2005 AP WA GSP) nr
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in the Call for
Bids(Advertisement for Bids)for the work.
After award of the contract,plans and specifications will be issued to the Contractor at no cost as
detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced plans (11" x 17") 10 Furnished automatically upon
and Contract Provisions award.
Large plans (e.g., 22" x 34") 2 Furnished only upon request.
and Contract Provisions
1. City of Renton— 9 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
Additional plans and Contract Provisions may be purchased by the Contractor by payment of the
cost stated in the Call for Bids.
1-02.5 Proposal Forms
(October 1, 2005 AP WA GSP)
Delete this section and replace it with the following:
At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and
its location and describe the work. It will also list estimated quantities, units of
measurement, the items of work, and the materials to be furnished at the unit bid prices.
The bidder shall complete spaces on the proposal form that call for, but are not limited to,
unit prices; extensions; summations; the total bid amount; signatures; date; and, where
applicable, retail sales taxes and acknowledgment of addenda;the bidder's naive, address,
im telephone number,and signature;the bidder's D/M/WBE commitment, if applicable; a State
of Washington Contractor's Registration Number; and a Business License Number, if
applicable.Bids shall be completed by typing or shall be printed in ink by hand, preferably in
black ink. The required certifications are included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the
signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in
any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
by president(or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any D/W/MBE requirements are to be satisfied through such an agreement.
�r
1-02.6 Preparation of Proposal
(October 10, 2008 APWA GSP)
ow
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item the unit or lump sum rp ice
must equal or exceed the minimum amount stated
1-02.6(1) Proprietary Information
1. City of Renton— 10 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
(City of Renton GSP) New Section
1-02.6(1)is an added new section:
1-02.6(1) Proprietary Information
Vendors should, in the bid proposal, identify clearly any material(s) which constitute
"(valuable) formula, designs drawings, and research data" so as to be exempt from public
disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a
Statement of the basis for such claim of exemption. The Department (or State) will give
notice to the vendor of any request for disclosure of such inforination received within 5 (five)
years from the date of submission. Failure to so label such materials or failure to timely
respond after notice of request for public disclosure has been given shall be deemed a waiver
by the submitting vendor of any claim that such materials are, in fact, so exempt.,
1-02.7 Bid Deposit
(October], 2005 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of
the person authorized to submit the bid should agree with the signature on the bond, and the
title of the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the Contract
Provisions.
1-02.9 Delivery of Proposal
(January 24, 2011 AP WA GSP)
Delete this section and replace it with the following:
Each proposal shall be submitted in a sealed envelope, with the Project Name and Project
Number as stated in the Advertisement for Bids clearly marked on the outside of the
envelope, or as otherwise required in the Bid Documents, to ensure proper handling and
1. City of Renton— 11 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
aw
delivery.
The Contracting Agency will not consider Proposals it receives after the time fixed for
opening Bids in the call_for Bids.
1-0212 Public Opening of Proposals
(City of Renton GSP)
Supplement
Section 1-02.12 is supplemented with the following:
%W (******)
The Contracting Agency reserves the right to postpone the date and time for bid opening.
VM Notification to bidder will be by addenda.
1-02.13 Irregular Proposals
ow (March 25, 2009 APWA GSP)
Revise item 1 to read:
'" 1. A proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
VW b. The authorized proposal form furnished by the Contracting Agency is not used or is
altered;
ow c. The completed proposal form contains any unauthorized additions, deletions,
alternate Bids,or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or enter
into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
r
g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,as
required in Section 1-02.6;
+� h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or
Women's Business Enterprise Certification, if applicable, as required in Section 1-
02.6;
"" i. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation;or
wo j. More than one proposal is submitted for the same project from a Bidder under the
same or different names.
1-02.14 Disqualification of Bidders
a.
(March 25, 2009 APWA GSP, Option B)
am Delete this Section and replace it with the following:
1. City of Renton— 12 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
am
A Bidder will be deemed not responsible if:
1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW
39.04.350(1),as amended;or
2. evidence of collusion exists with any other Bidder or potential Bidder. Participants
in collusion will be restricted from submitting further bids;or
3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or
to the full extent of the bid, or to the extent that the bid exceeds the authorized
prequalification amount as may have been determined by a prequalification of the
Bidder;or
4. an unsatisfactory performance record exists based on past or current Contracting
Agency work or for work done for others, as judged from the standpoint of conduct
of the work; workmanship; or progress; affirmative action; equal employment
opportunity practices; termination for cause; or Disadvantaged Business Enterprise,
Minority Business Enterprise,or Women's Business Enterprise utilization;or
5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion
of the Contracting Agency might hinder or prevent the prompt completion of the
work bid upon;or
6. the Bidder failed to settle bills for labor or materials on past or current contracts,
unless there are extenuating circumstances acceptable to the Contracting Agency;or
7. the Bidder has failed to complete a written public contract or has been convicted of a
crime arising from a previous public contract, unless there are extenuating
circumstances acceptable to the Contracting Agency;or
8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of
the Contracting Agency;or
9. there are any other reasons deemed proper by the Contracting Agency.
As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two
lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal
deadline, documentation (sufficient in the sole judgment of the Contracting Agency)
demonstrating compliance with all applicable responsibility criteria, including all
documentation specifically listed in the supplemental criteria. The Contracting Agency
reserves the right to request such documentation from other Bidders as well, and to request
further documentation as needed to assess bidder responsibility.
The basis for evaluation of Bidder compliance with these supplemental criteria shall be any
documents or facts obtained by Contracting Agency (whether from the Bidder or third
parties) which any reasonable owner would rely on for determining such compliance,
including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii)
information obtained directly by the Contracting Agency from owners for whom the Bidder
has worked, or other public agencies or private enterprises; and (iii) any additional
information obtained by the Contracting Agency which is believed to be relevant to the
matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
1. City of Renton— 13 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
V
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify
the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this
determination, it may appeal the determination within 24 hours of receipt of the Contracting
Agency's determination by presenting its appeal to the Contracting Agency. The Contracting
Agency will consider the appeal before issuing its final determination. If the final
t determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
6 determined to be not responsible has received the final determination.
f
L
1-02.15 Pre Award Information
(October 1, 2005 AP WA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
w
3. A progress schedule (in a form the Contracting Agency requires) showing the order
of and time required for the various phases of the work,
irtr
4. A breakdown of costs assigned to any bid item,
6W 5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or county
i where the work is located.
it
7. A copy of State of Washington Contractor's Registration,or
8. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT
`w 1-03.1 Consideration of bids
Section 1-03.1 is supplemented with the following:
All bids will be based on total sum of all schedules of prices. No partial bids will be
accepted unless so stated in the call for bids or special provisions. The City reserves the
right however to award all or any schedule of a bid to the lowest bidder at its discretion.
1. City of Renton— 14 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
�r
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
The contract, bond form, and all other forms requiring execution, together with a list of all
other forms or documents required to be submitted by the successful bidder, will be
forwarded to the successful bidder within 10 days of the award. The number of copies to be
executed by the Contractor shall be determined by the Contracting Agency.
1-03.3 Execution of Contract
(October 1, 2005 AP WA GSP)
Revise this section to read:
Copies of the Contract Provisions, including the unsigned Form of Contract will be available
for signature by the successful bidder on the first business day following award. The number
of copies to be executed by the Contractor will be determined by the Contracting Agency.
Within 10 (ten) calendar days after the award date, the successful bidder shall return the
signed Contracting Agency-prepared contract, an insurance certification as required by
Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide any
pre-award information the Contracting Agency may require under Section 1-02.15. Until the
Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
shall any work begin within the project limits or within Contracting Agency- furnished
sites. The Contractor shall bear all risks for any work begun outside such areas and for any
materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 10 (ten) additional calendar days for
return of the documents, provided the Contracting Agency deems the circumstances warrant
it.
1-03.4 Contract Bond
(October], 2005 APWA GSP)
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount.
This contract bond shall:
1. Be on a Contracting Agency-furnished form; 3
2. Be signed by an approved surety(or sureties)that:
a. Is registered with the Washington State Insurance Commissioner,and
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
1. City of Renton— 15 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
i
3. Be conditioned upon the faithful performance of the contract by the Contractor
within the prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting
Agency against any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor)to faithfully perform the contract,or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, materialperson, or any other person who provides supplies or
provisions for carrying out the work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign
the bond;and
6. Be signed by an officer of the Contractor empowered to sign official statements(sole
proprietor or partner). If the Contractor is a corporation the bond must be signed by
the president or vice-president unless accompanied by written proof of the authority
of the individual signing the bond to bind the corporation (i.e., corporate resolution
power of attorney or a letter to such effect by the president or vice-president)
t
1
1-04 SCOPE OF WORK
1 Section 1-04 is supplemented by adding the following:
All work required to complete the project specified herein, but not specically mentioned on the
plans and specifications,shall be performed by the contractor and shall be considered as
incidental to the construction,and all costs therefore shall be included in the unit contract price.
Due to restrictions some portions of this contract may be deleted or added
There must, at all times, be materials on the lob site to handle any and all hazardous material
spills, caused by the contractor,such as tack, oils,diesel,etc.. Materials would include, but not be
limited to, oil absorbent pads and "kitty litter". The Contractor must supply said materials at his
'' expense and, in the event of a spill, be responsible for proper cleanup and legal disposal of
contaminated or hazardous materials.
bw
The Contractor must contact the City's inspector by 7.00 a.m. each morning to inform him when
and where the contractor's crew will be working that day.
P
L
1. City of Renton— 16 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
l'
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications,
and Addenda
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence(e.g., 1 presiding over 2, 2 over 3, 3 over 4,and so forth):
1. Addenda, 3
2. Proposal Form,
3. Special Provisions,including APWA General Special Provisions,if they are included,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. WSDOT Standard Specifications for Road,Bridge and Municipal Construction,
7. Contracting Agency's Standard Plans(if any),and
8. WSDOT Standard Plans for Road,Bridge,and Municipal Construction.
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
(WSDOT GSP,April 7, 2008) Supplement
Section 1-05.4 is supplemented with the following:
Contractor Surveying-Roadway
Copies of the Contracting Agency provided primary survey control data are available for the
bidder's inspection at the office of the Project Engineer.
0%
The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes,
slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing,
paving, channelization and pavement marking, illumination and signals, guardrails and barriers,
and signing. Except for the survey control data to be furnished by the Contracting Agency,
calculations, surveying, and measuring required for setting and maintaining the necessary lines 3
and grades shall be the Contractor's responsibility.
Detailed survey records shall be maintained, including a description of the work performed on 3
each shift,the methods utilized,and the control points used. The record shall be adequate to allow
the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within
three working days after the end of the shift. The meaning of words and terms used in this
provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition,
published by the American Congress on Surveying and Mapping and the American Society of ft
Civil Engineers.
1. City of Renton— 17 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
rr
The survey work shall include but not be Iimited to the following:
e 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency,
Land expand into secondary control by adding stakes and hubs as well as additional survey
control needed for the project. Provide descriptions of secondary control to the
Contracting Agency. The description shall include coordinates and elevations of all
secondary control points.
it
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points
err on the alignments spaced no further than 50 feet.
i 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not
more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of
a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more than 50
feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite
(GPS) Machine Controls are used to provide grade control, then slope stakes may be
omitted at the discretion of the Contractor.
5. Establish the horizontal and vertical location of all drainage features, placing offset stakes
to all drainage structures and to pipes at a horizontal interval not greater than 25 feet.
iW
6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at
the top of each course of surfacing. Subgrade and surfacing stakes shall be set at
horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections
with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius
less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway
slope changes and at additional points such that the transverse spacing of stakes is not
more than 12 feet. If GPS Machine Controls are used to provide grade control, then
roadbed and surfacing stakes may be omitted at the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work throughout the
project.
L8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying
to establish location and elevation of paving pins as they are being placed.
r 9. For all other types of construction included in this provision,(including but not limited to
channelization and pavement marking, illumination and signals, guardrails and barriers,
and signing) provide staking and layout as necessary to adequately locate, construct, and
check the specific construction activity.
10. The Contractor shall collect additional topographic survey data as needed in order to
match into existing roadways such that the transition from the new pavement to the
existing pavement is smooth and that the pavement and ditches drain properly. If changes
to the profiles or roadway sections shown in the contract plans are needed to achieve
proper smoothness and drainage where matching into existing features, the Contractor
shall submit these changes to the Project Engineer for review and approval 10 days prior
1. City of Renton— 18 Special Provisions
t 2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
6
L
to the beginning of work.
The Contractor shall provide the Contracting Agency copies of any calculations and staking data
when requested by the Engineer.
To facilitate the establishment of these lines and elevations,the Contracting Agency will provide
the Contractor with primary survey control information consisting of descriptions of two primary
control points used for the horizontal and vertical control,and descriptions of two additional
primary control points for every additional three miles of project length.Primary control points
will be described by reference to the project alignment and the coordinate system and elevation
datum utilized by the project.In addition,the Contracting Agency will supply horizontal
coordinates for the beginning and ending points and for each Point of Intersection(PI)on each
alignment included in the project.
The Contractor shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
Slope stakes ±0.10 feet ±0.10 feet
Subgrade grade stakes set 0.04
feet below grade ±0.01 feet ±0.5 feet(parallel to
alignment)
±0.1 feet(normal to
alignment)
Stationing on roadway N/A ±0.1 feet
Alignment on roadway N/A ±0.04 feet
Surfacing grade stakes ±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Roadway paving pins for
surfacing or paving ±0.01 feet
±0.2 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
I. City of Renton— 19 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
s
The Contracting Agency may spot-check the Contractor's surveying. These spot checks will not
change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform independent
checks from different secondary control to ensure that the points staked are within the specified
survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify
these coordinates prior to issuing approval to the Contractor for commencing with the work. The
Contracting Agency will require up to seven calendar days from the date the data is received.
Contract work to be performed using contractor-provided stakes shall not begin until the stakes
are approved by the Contracting Agency. Such approval shall not relieve the Contractor of
responsibility for the accuracy of the stakes.
E
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that
are not described in the Plans, then those stakes shall be marked, at no additional cost to the
Contracting Agency as ordered by the Engineer.
Payment
it
Payment will be made in accordance with Section 1-04.1 for the following bid item when
included in the proposal:
bw
"Roadway Surveying",lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment,
materials, and supervision utilized to perform the Work specified, including any resurveying,
checking, correction of errors, replacement of missing or damaged stakes, and coordination
efforts.
1-05.5 Contractor Provided As-Built Information
(City of Renton GSP) New Section
Section 1-05.5 is a new section:
1-05.5 Contractor Provided As-Built Information
It shall be the Contractor's responsibility to record the location prior to the backfilling of the
trenches, by centerline station, offset, and depth below pavement, of all existing utilities
uncovered or crossed during his work as covered under this project.
It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset
and elevation each major item of work done under this contract per the survey standard of Section
1-11. Major items of work shall include but not be limited to: Manholes,Catch basins and Inlets,
Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights &
Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical
Cabinets.
1. City of Renton— 20 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
L
After the completion of the work covered by this contract, the contractors surveyor shall provide
to the City the hard covered field book(s)containing the as-built notes and one set of white prints
of the project drawings upon which he has plotted the notes of the contractor locating existing
utilities, and one set of white prints of the project drawings upon which he has plotted the as-built
location of the new work as he recorded in the field book(s). This drawing shall bear the
surveyors seal and signature certifying it's accuracy.
All costs for as-built work shall be included in the contract item "Roadway Surveying," lump
SUM.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in a
written notice from the Engineer, or fails to perform any part of the work required by the Contract
Documents, the Engineer may correct and remedy such work as may be identified in the written
notice, with Contracting Agency forces or by such other means as the Contracting Agency may
deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to
be an emergency situation,the Engineer may have the defective and unauthorized work corrected
immediately, have the rejected work removed and replaced, or have work the Contractor refuses
to perform completed by using Contracting Agency or other forces. An emergency situation is
any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially
unsafe,or might cause serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to perform,
shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to
become due, the Contractor. Such direct and indirect costs shall include in particular, but without
limitation, compensation for additional professional services required, and costs for repair and
replacement of work of others destroyed or damaged by correction, removal, or replacement of
the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights provided 3
by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting 3
Agency's right to pursue any other avenue for additional remedy or damages with respect to the
Contractor's failure to perform the work as required. 3
1-05.11 Final Inspection
Delete this section and replace it with the following:
1. City of Renton— 21 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP)
t
1-05.11(1) Substantial Completion Date
it (October], 2005 APWA GSP)
When the Contractor considers the work to be substantially complete, the Contractor shall so
kw notify the Engineer and request the Engineer establish the Substantial Completion Date. The
Contractor's request shall list the specific items of work that remain to be completed in order
r to reach physical completion. The Engineer will schedule an inspection of the work with the
Contractor to determine the status of completion. The Engineer may also establish the
Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs
1 with the Contractor that the work is substantially complete and ready for its intended
use, the Engineer, by written notice to the Contractor, will set the Substantial Completion
Date. If, after this inspection the Engineer does not consider the work substantially complete
and ready for its intended use, the Engineer will, by written notice, so notify the Contractor
giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the Contractor
expects to reach substantial and physical completion of the work.
rr
The above process shall be repeated until the Engineer establishes the Substantial Completion
Date and the Contractor considers the work physically complete and ready for final
inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection,
the Contractor by written notice, shall request the Engineer to schedule a final inspection. The
x Engineer will set a date for final inspection. The Engineer and the Contractor will then make
111r a final inspection and the Engineer will notify the Contractor in writing of all particulars in
which the final inspection reveals the work incomplete or unacceptable. The Contractor shall
immediately take such corrective measures as are necessary to remedy the listed deficiencies.
Corrective work shall be pursued vigorously, diligently, and without interruption until
physical completion of the listed deficiencies. This process will continue until the Engineer is
satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section
1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
1. City of Renton— 22 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
1
L
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the contract, but shall
not imply acceptance of the work or that all the obligations of the Contractor under the
contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete
and operable system. Therefore when the work involves the installation of machinery or other
mechanical equipment; street lighting, electrical distribution or signal systems; irrigation
systems; buildings; or other similar work it may be desirable for the Engineer to have the
Contractor operate and test the work for a period of time after final inspection but prior to the
physical completion date. Whenever items of work are listed in the Contract Provisions for
operational testing they shall be fully tested under operating conditions for the time period
specified to ensure their acceptability prior to the Physical Completion Date. During and
following the test period,the Contractor shall correct any items of workmanship, materials, or
equipment which prove faulty, or that are not in first class operating condition. Equipment,
electrical controls, meters, or other devices and equipment to be tested during this period
shall be tested under the observation of the Engineer, so that the Engineer may detennine
their suitability for the purpose for which they were installed. The Physical Completion Date
cannot be established until testing and corrections have been completed to the satisfaction of
the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the system
being tested,unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a manufacturer's
guaranties or warranties furnished under the terms of the contract.
1-05.11(3) Operational Testing
(City of Renton GSP) Supplement
Section 1-05.11(3) supplemented lemented as follows:
Unless otherwise noted in the Contract Documents,Contractor shall give Engineer a minimum of
3 working days' notice of the time for each test and inspection. If the inspection is by another
authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of
the date fixed for such inspection. Required certificates of inspection by other authority than
Engineer shall be secured by Contractor.
1-05.13 Superintendents,Labor and Equipment of Contractor
(March 25, 2009 APWA GSP)
Revise the seventh paragraph to read:
1. City of Renton— 23 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
id
iw.
h'r Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to
Section 1-02.14, it will take these performance reports into account.
1-05.14 Cooperation With Other Contractors
(Special Provision) Supplement
Supplement Section 1-05.14 with the following:
i
The Contractor shall coordinate with King County Metro Transit when working on this project in
i the public right-of-way and when impacting transit routes and/or facilities. The Contractor shall
prepare and submit the appropriate construction notification documentation for King County
Metro Transit and provide copies of such documentation to the Engineer. The documentation
may be found at:
http://www.kingcounty_.gov/transportation/kcdot/MetroTransit/Construction aspx
1-05.15 Method of Serving Notices
1 (Special Provision) Revise
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
• correspondence from the Contractor constituting_any notification notice of protest notice of
dispute, or other correspondence constituting notification required to be furnished under the
Contract, shall be in paper format, hand delivered or sent via mail delivery service to the
■,, Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies
of correspondence will also constitute such notice and shall comply with the requirements of
the Contract.
r+
1-05.16 Water and Power
(October 1, 2005 AP W A GSP) New Section
im
The Contractor shall make necessary arrangements, and shall bear the costs for power and water
necessary for the performance of the work, unless the contract includes power and water as a pay
item.
1-05.17 Oral Agreements
r
w (October 1, 2005 AWPA GSP) New Section
No oral agreement or conversation with any officer, agent, or employee of the Contracting
twAgency, either before or after execution of the contract, shall affect or modify any of the terms or
obligations contained in any of the documents comprising the contract. Such oral agreement or
conversation shall be considered as unofficial information and in no way binding upon the
i'
Contracting Agency,unless subsequently P ut in writing and signed by the Contracting Agency.
Y•
1. City of Renton— 24 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
(Special Provision) Supplement
Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall
include the quantity, manufacturer and model number, if applicable, of materials and equipment
to be installed under the Contract. This list will be checked by Engineer as to conformity with the
Contract Documents. Engineer will review the lists within 10 working days, noting required
corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer
within one week after receipt of required corrections. Engineer's review and acceptance of the
lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor
for deviations from the Contract Documents.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973(WISHA).
The Contractor shall maintain at the project site office, or other well known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely and
completely responsible for the conditions of the project site, including safety for all persons
and property in the performance of the work. This requirement shall apply continuously, and
not be limited to normal working hours. The required or implied duty of the Engineer to
conduct construction review of the Contractor's performance does not, and shall not, be
1. City of Renton— 25 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
t
bw
intended to include review and adequacy of the Contractor's safety measures in, on, or near
the project site.
t
1-07.2 Sales Tax
Delete this section,including its sub-sections,in its entirety and replace it with the following:
1:
bw 1-07.2 Sales Tax
(January 24, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State sales tax.
Sections 1-07.2(1)through 1-07.2(4) are meant to clarify those rules. The Contractor should
contact the Washington State Department of Revenue for answers to questions in this area.
The Contracting Agency will not adjust its payment if the Contractor bases a bid on a
misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit
bid prices or other contract amounts. In some cases, however, state retail sales tax will
not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will
pay the retained percentage only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all contract- related taxes have been paid
bw
(RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor
any amount the Contractor may owe the Washington State Department of Revenue, whether
the amount owed relates to this contract or not. Any amount so deducted will be paid
into the proper State fund.
1-07.2(1) State Sales Tax—Rule 171
i
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the state,
or by the United States, and which are used primarily for foot or vehicular traffic. This
r. includes storm or combined sewer systems within and included as a part of the street or road
drainage system and power lines when such are part of the roadway lighting system. For
work performed in such cases, the Contractor shall include Washington State Retail Sales
Taxes in the various unit bid item prices, or other contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in
i doing the work.
1-07.2(2) State Sales Tax—Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or
t" existing buildings,or other structures, upon real property. This includes, but is not limited to,
the construction of streets, roads, highways, etc., owned by the state of Washington; water
mains and their appurtenances; sanitary sewers and sewage disposal systems unless such
sewers and disposal systems are within, and a part of, a street or road drainage system;
telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above
streets or roads, unless such power lines become a part of a street or road lighting system; and
installing or attaching of any article of tangible personal property in or to real property,
whether or not such personal property becomes a part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting Agency,
1. City of Renton— 26 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
L
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not include
the retail sales tax in the unit bid item prices,or in any other contract amount subject to Rule
170,with the following exception. 3
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or
a subcontractor makes on the purchase or rental of tools, machinery, equipment, or 3
consumable supplies not integrated into the project. Such sales taxes shall be included in the
unit bid item prices or in any other contract amount.
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract
wholly for professional or other services (as defined in Washington State Department of
Revenue Rules 138 and 244).
1-07.7 Load Limits
(WSDOT GSP, March 13, 1995) Supplement 3
Section 1-07.7 is supplemented with the following:
Ift
If the sources of materials provided by the Contractor necessitates hauling over roads other than
State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the
use of the haul routes.
1-07.13 Contractor's Responsibility.for Work
Aft
1-07.13(1) General
(Special Provision) Modification
Delete the second paragraph of this section,and replace with the following: 3,
Contractor shall bear the risk of loss or damage, for any reason, to all finished or partially 3
finished work until Final Acceptance of the entire Contract. This includes all vandalism,
theft,and acts of God or nature.
1-07.15 Temporary Water Pollution/Erosion Control
(Special Provision) Supplement
In accordance with the Department of Ecology guidelines, wastewater from cement concrete,
masonry, asphalt concrete cutting or any other operations shall not be discharged into storm
1. City of Renton— 27 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
Ma
i
drainage systems or surface waters. Wastewaters from cutting operations increase the pH of
streams and lakes. Therefore,filtering prior to discharge is NOT acceptable.
C
Wastewater shall be collected using a vacuum or pump and deposited into drums for disposal.
Impervious surfaces contaminated with sediment and grit from cutting, planning or pulverizing
operations shall be cleaned to prevent contaminants from ever entering the storm drainage system
or surface waters.
The Temporary Erosion and Sediment Control Plan shall be incorporated in the Erosion/Water
Pollution Control bid item and no additional payment shall be made.
1-07.15(1) Spill Prevention,Control and Countermeasures Plan
t (Special Provision) Supplement
E
The Contractor shall provide a spill prevention, control and countermeasures(SPCC) plan that is
applicable to any Contractor-supplied equipment or materials used during the course of this
project.An SPCC plan template is show at the following website:
1r. http://www.wsdot.wa.gov/NR/rdonlyres/3E7B226B-3C79-4CFF-933A-
F5ED 1922A EBO/O/SPCCP1anTemplate.pdf
W
1-07.17 Utilities and Similar Facilities
(WSDOT GSP,April 2, 200 7) Supplement
11r Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance
with available information obtained without uncovering,measuring,or other verification.The
following addresses and telephone numbers of utility companies known or suspected of
having facilities within the project limits are supplied for the Contractor's convenience:
bw Verizon
Contact: Michael Fullmer
Verizon Services Operations Renton—Fire Dept.
11311 NE 120th St Contact: Corey Thomas
ilo Kirkland, WA 98034 Phone: 425-430-7024
Phone: 206409-1260
AT&T Renton—Information Services
(Fiber Optic in City ROW) (City owned Fiber Optic)Contact:
Contact: Daniel McGeough Ron Hansen
AT&T Cable Maintenance Renton City Hall—1st Floor
it 11241 Willows Rd NE,Suite 130 1055 South Grady Way
Redmond,WA 98052 Renton,WA 98057
Phone: 425-896-9830 Phone: 425430-6873
IBM
i
1. City of Renton— 28 Special Provisions
2011 Citywide walkway Improvements/ August 2011
t Sidewalk And Curb Ramp Rehabilitation/Replacement
L
Renton—Surface water/Wastewater Dept. via
Qwest Conta ct: Ti Contact: Richard Marshall or Stan Job Field
Contact: Kuhn Maintenance Shops
23315 66th Ave S 3555 NE 2nd Street
Kent,WA 98032 Renton,WA 98056 Wa
Phone: 253-372-5445 Phone: 425-430-7400
Comcast Cable Renton — Water Maintenance Dept. tow
Contact: Bill Walker Contact: George Stahl or Ray Sled
4020 Auburn Way N Field Maintenance Shops
Auburn,WA 98002 3555 NE 2nd Street
Phone: 253-288-7538 Renton,WA 98056
Cell: 206-255-6975 Phone: 425-430-7400
Puget Sound Energy-Power
Contact: Kathy Johnson
Municipal Construction Planning Dept.PO Renton—Police Dept.
Box 97034 EST-11 W Contact: Kevin Milosevich,Chief
Bellevue,WA 98009 Phone: 425-430-7503
Phone: 425-462-3381
Cell: 206-240-2482
Puget Sound Energy—Gas 360 Networks
Pilchuck Contact: Joe Bangah
PO Box 2579 2101 4th Ave Suite 2000
Kirkland,WA 98083-2579 Seattle,WA 98121
Phone: 425-952-6235,Ext 156 Phone: 206-612-1073
Comcast Cable King County Metro
Contact: Bill Walker Contact: Richard Garcia or Jim
4020 Auburn Way North Kost
Auburn,WA 98002 1270 6th Ave South,MS-QS
Phone: 206-255-6975 Seattle,WA 98134
.ri
Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate,
replace, or construct their facilities unless otherwise provided for in the Plans or these Special
Provisions. Such adjustment, relocation, replacement, or construction will be done during the
prosecution of the work for this project. However, no impacts to any franchise utilities are
anticipated with this project.
1-07.17(3) Interruption of Services
(City of Renton GSP) New Section
Section 1-07.17(3)is an added new section:
1-07.17(3) Interruption of Services
Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing
temporary overhead lighting to meet above requirements shall be incidental to the various unit
I. City of Renton— 29 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
err
and lump sum items of the Contract;no separate payment will be made.
t
1-07.18 Public Liability and Property Damage Insurance
1 Delete this section in its entirety,and replace it with the following:
1-07.18 Insurance
1-07.18 Public Liability and Property Damage Insurance New
Section 1-07.18 is deleted replaced by the following new section and subsections:
1'
1-07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution
l Date to the Completion Date, public liability and property damage insurance with an insurance
company(ies) or through sources approved by the State Insurance Commissioner pursuant to
RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency. Insurance shall provide coverage to the
Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.
The coverage shall protect against claims for bodily injuries, personal injuries, including
accidental death, as well as claims for property damages which may arise from any act or
omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed
by either of them.
If warranted work is required the Contractor shall provide the City proof that insurance
coverage and limits established under the term of the Contract for work are in full force and
effect during the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each
insurance policy effecting coverage(s) required on the Contract prior to the date work
commences.
Failure of the Contractor to fully comply during the term of the Contract with the requirements
described herein will be considered a material breach of contract and shall be caused for
immediate termination of the Contract at the option of the Contracting Agency.
rr
All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the
contract and no additional payment will be made.
frr
1-07.18(2) Coverages
0 All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the Contracting Agency. The City requires that all insurers:
I. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may also
require proof of professional liability coverage be provided for up to two (2) years
after the completion of the project.
1. City of Renton— 30 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
t'
L
3. The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences.
4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is
preferred.) If any insurance carrier possesses a rating of less than AVII,the City may
make an exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies),terms,conditions,and the Certificate of Insurance.
Failure of the Contractor to fully comply during the term of the Contract with these
requirements will be considered a material breach of contract and shall be cause for immediate
termination of the contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By
requiring such minimum insurance, the City of Renton shall not be deemed or construed to
have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its
own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader
coverage.
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable)
• Explosion,Collapse,and Underground Hazards.
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
C. Workers'Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor & Industries
Number
D. Umbrella Liability(when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
E. 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.
F. 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.
Contractor shall name City of Renton, and its officers, officials, agents, employees and
volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall 3
provide City of Renton Certificates of Insurance prior to commencement of work. The City
1. City of Renton— 31 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
!rr
:
reserves the right to request copies of insurance policies, if at their sole discretion it is deemed
appropriate. Further, all policies of insurance described above shall:
A. Be on a primary basis not contributory with any other insurance coverage and/or
rr self-insurance carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
1 C. Severability of Interest Clause(Cross Liability)
D. The Contractor shall provide the Contracting Agency and all Additional Insured's
with written notice of any policy cancellation, within two business days of their
receipt of such notice.
i E. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may,
after giving five business days notice to the Contractor to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums so
expended to be repaid to the Contracting Agency on demand, or at the sole discretion
of the Contracting Agency, offset against funds due the Contractor from the
Contracting Agency.
irr
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the Contractor
from liability in excess of such limits. The Contractor shall carry the following limits of
liability as required below:
Commercial General Liability
General Aggregate* $2,000,000 **
Products/Completed Operations $2,000,000 **
w Aggregate
I Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $50,000
ow Medical Payments(Any One $5,000
Person)
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
"Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers'Compensation
Statutory Benefits-Coverage A Variable
1. City of Renton— 32 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
to
L
(Show Washington Labor and Industries Number)
Umbrella Liability ,
Each Occurrence Limit $1,000,000 .r
General Aggregate Limit $1,000,000
Products/Completed Operations $1,000,000
Aggregate
Professional Liability(If
required
Each Occurrence/ $1,000,000
Incident/Claim
Aggregate $2,000,000
Pollution Liability(If required)
to appl�on a per project basis
Per Loss $1,000,000
Aggregate $1,000,000
The City may require the Contractor to keep professional liability coverage in effect for up to
two(2)years after completion of the project.
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 at 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.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by
submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or
equivalent)conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3)
as revised above. Other requirements are as follows:
A. Strike the following or similar wording: "This Certificate is issued as a matter
of information only and confers no rights upon the Certificate Holder".
B. Strike the wording regarding cancellation notification to the City: "Failure to
mail such notice shall impose no obligation or liability of any kind upon the
company, its agents or representatives".
C. Amend the cancellation clause to state: "Should any of the above described
policies be cancelled before the expiration date thereof, notice will be delivered
In accordance with the policy provisions."
For Professional Liability coverage only, instead of the cancellation language specified
above, the City will accept a written agreement that the consultant's broker will provide
the required notification.
1-07.23(1) Construction Under Traffic
1. City of Renton— 33 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
s
(Special Provision) Supplement
Section 1-07.23(1)is supplemented by adding the following:
t'
The Contractor shall be responsible for controlling dust and mud within the project limits and on
any street which is utilized by his equipment for the duration of the project. The Contractor shall
be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed
necessary by the Engineer,to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the lump sum bid item, Erosion/Water
Pollution Control,and no compensation will be made for this section.
Complaints of dust, mud or unsafe practices and/or property damage to private Ownership will be
transmitted to the Contractor and prompt action in correcting them will be required by the
Contractor.
Contractor shall maintain the roads during construction in a suitable condition to minimize affects
to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor.
One lane shall be provided in each direction for all streets during at all times.
Contractor shall provide one drivable roadway lane and maintain convenient access for local and
commuter traffic to driveways,businesses,and buildings within and adjacent to the of Work zone
throughout the course of the project. Such access shall be maintained as near as possible to that
which existed prior to the commencement of construction. This restriction shall not apply to the
paving portion of the construction process.
All unattended excavations shall be properly barricaded and covered at all times. Contractor shall
not open any trenches that cannot be completed and refilled that same day. Trenches shall be
patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the
roadway remains closed to public traffic. Steel plates must be anchored.
ff
S�
1
t
s
1. City of Renton— 34 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
1-07.23(t) Construction Under Traffic
(WSDOT GSP,April 2, 200 7) Supplement
Section 1-07.23(1)is supplemented with the following:
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ
applies only to temporary roadside objects introduced by the Contractor's operations and does not
apply to preexisting conditions or permanent Work. Those work operations that are actively in
progress shall be in accordance with adopted and approved Traffic Control Plans, and other
contract requirements.
During nonworking hours equipment or materials shall not be within the WZCZ unless they are
protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete
barrier shall be permitted only if the Engineer approves the installation and location.
During actual hours of work, unless protected as described above, only materials absolutely
necessary to construction shall be within the WZCZ and only construction vehicles absolutely
necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the
shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to
park within the WZCZ at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the Contractor has requested the
deviation in writing and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will be determined
as follows:
Distance From
Posted Speed Traveled Way
(Feet)
35 mph or less 10*
40 mph 15
45 to 55 mph 20
60 mph or greater 30
* or 2-feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance
Lane Closure Restrictions
(WSDOT GSP,August 7, 2006) ,
Lane closures are subject to the restrictions as specified in Section 1-08.0(2).
r
1. City of Renton— 35 Special Provisions
2011 Citywide Walkway Improvements/ August 2011
Sidewalk And Curb Ramp Rehabilitation/Replacement
V
If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may
adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in
the closure hours.
No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM(noon)on a
day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or
Monday are considered a holiday weekend.
1-07.24 Rights of Way
�r (October 1, 2005 APWA GSP)
Delete this section in its entirety,and replace it with the following:
lr
Street right of way lines, limits of easements, and limits of construction permits are indicated in
the Plans. The Contractor's construction activities shall be confined within these limits, unless
i1. arrangements for use of private property are made.
Generally,the Contracting Agency will have obtained, prior to bid opening, all rights of way and
easements, both permanent and temporary, necessary for carrying out the work. Exceptions to
this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly
issued Addendum.
Whenever any of the work is accomplished on or through property other than public right of way,
the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement
obtained by the Contracting Agency from the owner of the private property. Copies of the
easement agreements may be included in the Contract Provisions or made available to the
Contractor as soon as practical after they have been obtained by the Engineer.
I�r Whenever easements or rights of entry have not been acquired prior to advertising,these areas are
so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas
where right of way, easements or rights of entry have not been acquired until the Engineer
certifies to the Contractor that the right of way or easement is available or that the right of entry
has been received. If the Contractor is delayed due to acts of omission on the part of the
Contracting Agency in obtaining easements,rights of entry or right of way, the Contractor will be
entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of
contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
i" includes entry onto easements and private property where private improvements must be
adjusted.
rr The Contractor shall be responsible for providing, without expense or liability to the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using
any private property, whether adjoining the work or not, the Contractor shall file with the
Engineer a written permission of the private property owner, and, upon vacating the premises, a
written release from the property owner of each property disturbed or otherwise interfered with
by reasons of construction pursued under this contract. The statement shall be signed by the
private property owner, or proper authority acting for the owner of the private property affected,
stating that permission has been granted to use the property and all necessary permits have been
obtained or, in the case of a release, that the restoration of the property has been satisfactorily
accomplished. The statement shall include the parcel number, address, and date of signature.
City of Renton— 2011 Citywide Walkway SP 36 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
Written releases must be filed with the Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
1-08 Prosecution and Progress
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 AP WA GSP) New
1-08.0(1) Preconstruction Conference
(October 10, 2008 APWA GSP) New
Prior to the Contractor beginning the work, a preconstruction conference shall be held between
the Contractor, the Engineer and such other interested parties as may be invited. A minimum of
five (5) working days notice is required for scheduling. The purpose of the preconstruction
conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or affected by
the work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals,etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control;and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction conference the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals;
3. A list of material sources for approval if applicable;and
4. An approved Traffic Control Plan.
In addition, the Contractor shall be prepared for a thorough discussion and review, as well as
revision,which may be deemed necessary in the opinion of the Engineer,of the following:
• Contractor's plan of operation and progress schedule to be submitted **7 working
days**prior to the preconstruction meeting(3+-copies)
• Approval of qualified subcontractors (bring list of subcontractors if different from list
submitted with Bid)
City of Renton— 2011 Citywide Walkway SP 37 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
• List of materials fabricated or manufactured off the project
• Material sources on the project
• Names of principal suppliers
• Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working
t;
and standby rates)
• Weighted wage rates for all employee classifications anticipated to be used on Project
• Cost percentage breakdown for lump sum bid item(s)
• Shop Drawings(bring preliminary list)
• Traffic Control Plans(3+copies)
• Spill Prevention Control and Countermeasures Plan & Temporary Water
Pollution/Erosion Control Plan(3+copies)
The franchise utilities may be present at the preconstruction conference,and Contractor should be
prepared for their review and discussion of progress schedule and coordination.
�Ir
1-08.0(2) Hours of Work
r
(May 25, 2006APWA GSP)
Except in the case of emergency or unless otherwise approved by the Contracting Agency,the
normal straight time working hours for the contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-
day work week. The normal straight time 8-hour working period for the contract shall be
established at the preconstruction conference or prior to the Contractor commencing the work.
r°
The hours of work in the street right-of-way shall be limited to 8:30a.m. to 3:30 p.m. on
weekdays unless otherwise approved in writing by the Public Works Department at (425) 430-
7301. The Police Department, Fire Department and 911 shall be notified 24 hours in advance of
any work in the right-of-way.
If the Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or
after 6:00 p.m. on any day,the Contractor shall apply in writing to the Engineer for permission to
work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00
p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the
working day prior to the day for which the Contractor is requesting permission to work.
rtr
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between
the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise
control requirements. Approval to continue work during these hours may be revoked at any time
the Contractor exceeds the Contracting Agency's noise control regulations or complaints are
received from the public or adjoining property owners regarding the noise from the Contractor's
operations. The Contractor shall have no claim for damages or delays should such permission be
revoked for these reasons.
Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight
time working hours Monday through Friday may be given subject to certain other conditions set
City of Renton— 2011 Citywide Walkway SP 38 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
forth by the Contracting Agency or Engineer. These conditions may include but are not limited
to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present
during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in
excess of straight-time costs for Contracting Agency employees who worked during such times,
on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays
as working days with regards to the contract time; and considering multiple work shifts as
multiple working days with respect to contract time even though the multiple shifts occur in a
single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel
from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency
employees when in the opinion of the Engineer,such work necessitates their presence.
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
(May 25, 2006 APWA GSP)
Add the following new section:
Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-hour
work shift on a regular working day, as defined in the Standard Specifications,such work shall be
considered as overtime work. On all such overtime work an inspector will be present, and a
survey crew may be required at the discretion of the Engineer. In such case, the Contracting
Agency may deduct from amounts due or to become due to the Contractor for the costs in excess
of the straight-time costs for employees of the Contracting Agency required to work overtime
hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such
costs from the amount due or to become due to the Contractor.
1-08.4 Notice to Proceed and Prosecution of the Work
(October 1, 2005 AP WA GSP)
Revise this section to read:
Notice to Proceed will be given after the contract has been executed and the contract bond and
evidence of insurance have been approved and filed by the Contracting Agency. The Contractor
shall not commence with the work until the Notice to Proceed has been ivg en by the Engineer.
The Contractor shall commence construction activities on the project site within ten days of the
Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently
pursue the work to the physical completion date within the time specified in the contract.
Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of
the responsibility to complete the work within the time(s)specified in the contract.
1-08.5 Time for Completion
(Special Provision) Replacement
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
The Work shall be physically completed in its entirety within the time specified in the Contract
Documents or as extended by the Engineer. The Contract Time will be stated in "working days",
shall begin on the Notice To Proceed Date,and shall end on the Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically
suspends work,or one of these holidays:January 1,third Monday of January, Memorial Day,July
City of Renton— 2011 Citywide Walkway SP 39 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
e
i
4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving,and Christmas Day.
The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday.
u The day after Christmas shall be a holiday when Christmas Day occurs on a Monday,Wednesday,
or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall
be observed as holidays. When Christmas day occurs on a Sunday, the two working days
following shall be observed as holidays. When holidays other than Christmas fall on a Saturday,
the preceding Friday will be counted as a non-working day and when they fall on a Sunday the
following Monday will be counted as a non-working day. The Contract Time has been
established to allow for periods of normal inclement weather which, from historical records, is to
be expected during the Contract Time, and during which periods, work is anticipated to be
performed. Each successive working day, beginning with the Notice to Proceed Date and ending
with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a
day or part of a day which is designated a nonworking day or an Engineer determined unworkable
day. If Substantial Completion has been granted and all the authorized working days have been
used,charging of working days will cease.
The Engineer will furnish the Contractor a weekly report showing (1) the number of working
days charged against the Contract Time for the preceding week; (2) the Contract Time in working
days; (3) the number of working days remaining in the Contract Time; (4) the number of
nonworking days; and (5) any partial or whole days the Engineer declared unworkable the
previous week. This weekly report will be correlated with the Contractor's current
approvedprogress schedule. If the Contractor elects to work 10 hours a day and 4 days a week
(a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily
1. be charged as a working day then the fifth day of that week will be charged as a working
day whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a
written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report
will be deemed to have been accepted by the Contractor as correct.
The requirements for scheduling the Final Inspection and establishing the Substantial
Completion,Physical Completion,and Completion Dates are specified in Sections 1-05.11 and 1-
05.12.
The Contractor shall complete all work within ***seventy(70)*** working days after receipt of
written Notice to Proceed.
1-08.7 Maintenance During Suspension
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
i`.
At no expense to the Contracting Agency, the Contractor shall provide through the
g construction area a safe, smooth,and unobstructed roadway, sidewalk, and path for public use
during suspension (as required in Section 1-07.23 or the Special Provisions). This may
include a temporary road or detour.
1-08.9 Liquidated Damages
(Special Provision) Supplement
Section 1-08.9 is supplemented as follows:
City of Renton— 2011 Citywide Walkway SP 40 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Reolacement
In addition,Contractor shall compensate Owner for actual engineering inspection and supervision
costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such
labor costs will be billed to Contractor at actual costs, including administrative overhead costs.
In the event that Owner is required to commence any lawsuit in order to enforce any provision of
this Contract or to seek redress for any breach thereof,Owner shall be entitled to recover its costs,
including reasonable attorneys fees, from Contractor.
1-08.11 Contractor's Plant and Equipment
The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency
of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of
the contractor's plant and equipment in the performance of any work on the site of the work.
The use by the Owner of such plant and equipment shall be considered as extra work and paid for
accordingly.
Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the
site from the time contractors operations have commenced until final acceptance of the work by
the engineer and the Owner. The contractor shall employ such measures as additional fencing,
barricades, and watchmen service, as he deems necessary for the public safety and for the
protection of the site and his plant and equipment. The Owner will be provided keys for all fenced,
secured areas.
Section 1-08.12 is a new section:
1-08.12 Attention to Work
The contractor shall give his personal attention to and shall supervise the work to the end that it
shall be prosecuted faithfully,and when he is not personally present on the work site, he shall at all
times be represented by a competent superintendent who shall have full authority to execute the
same, and to supply materials, tools, and labor without delay, and who shall be the legal
representative of the contractor. The contractor shall be liable for the faithful observance of any
instructions delivered to him or to his authorized representative.
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
Section 1-09.1 is supplemented by adding the following:
Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost
percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall
list the items included in the lump sum together with a unit price of labor, materials, and equipment
for each item. The summation of the detailed unit prices for each item shall add up to the lump sum
bid. The unit price values may be used as a guideline for determining progress payments or
deductions or additions in payment for ordered work changes.
Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the
following manner. Where items are specified to be paid by the cubic yard, the following tally
system shall be used.
All trucks to be employed on this work will be measured to determine the volume of each truck.
Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no
duplication of numbers.
City of Renton— 2011 Citywide walkway SP 41 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
project. All tickets received that do not contain the following information will not be processed for
payment:
1. Truck number
2. Quantity and type of material delivered in cubic yards
3. Drivers name,date and time of delivery
4. Location of delivery, by street and stationing on each street
5. Place for Engineer to acknowledge receipt
6. Pay item number
7. Contract number and/or name
It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each
truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
LLoads will be checked by Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given
to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay
quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery
of materials. Tickets not receipted by Inspector will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no
duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project.
All tickets received that do not contain the following information will not be processed for payment:
1. Truck number
2. Truck tare weight(stamped at source)
3. Gross truck load weight in tons(stamped at source)
4. Net load weight(stamped at source)
6. 5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
w 7. Place for Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the
"Payment" clause of each Section of the Standard Specifications, will be the only items for which
compensation will be made for the Work described in or specified in that particular Section when the
Contractor performs the specified Work. Should a Bid Item be listed in a "Payment" clause but not
in the Proposal Form, and Work for that item is performed by the Contractor and the work is not
bw stated as included in or incidental to a pay item in the contract and is not work that would be
required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will
be made as for Extra Work pursuant to a Change Order.
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
r
Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal
Form requires that said unit Bid Item price cover and be considered compensation for certain work
or material essential to the item, then the work or material will not be measured or paid for under
any other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications.
Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the
Specifications shall be considered as including all of the Work required, specified, or described in
that particular Section. Payment items will generally be listed generically in the Specifications, and
City of Renton— 2011 Citywide Walkway SP 42 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
specifically in the bid form. When items are to be "furnished" under one payment item and
"installed" under another payment item, such items shall be furnished FOB project site, or, if
specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or
"furnished and installed" under these conditions, shall be the responsibility of the Contractor with
regard to storage until such items are incorporated into the Work or, if such items are not to be
incorporated into the work, delivered to the applicable Contracting Agency storage site when
provided for in the Specifications. Payment for material "furnished," but not yet incorporated into
the Work,may be made on monthly estimates to the extent allowed.
1-09.6 Force Account
(October 10, 2008 APWA GSP) Supplement
Section 1-09.6 is supplemented as follows:
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items
to be paid per force account, only to provide a common proposal for Bidders. All such dollar
amounts are to become a part of Contractor's total bid. However, the Contracting Agency does
not warrant expressly or by implication that the actual amount of work will correspond with those
estimates. Payment will be made on the basis of the amount of work actually authorized by
Engineer.
1-09.7 Mobilization
(Special Provision) Supplement
This section is supplemented with the following:
Mobilization shall include, but not be limited to, the following items: the movement of the
Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment
of his office, buildings, and other facilities necessary for work on the project; providing sanitary
facilities for the Contractor's personnel; obtaining permits or licenses required to complete the
project not furnished by the City; and other work and operations which must be performed or
costs that must be incurred.
Payment will be made for the following item:
"Mobilization,"per lump sum.
Section 1-09.7 is supplemented as follows:
Sanitation
Portable toilet facilities
The Contractor shall furnish portable toilet facilities,at his expense.
The Contractor shall provide and maintain in a clean, neat, and sanitary condition, any
accommodations for the Contractor and Owner employees that are necessary to comply with the
requirements and regulations of the State of Washington Department of Social and Health Services
City of Renton— 2011 Citywide Walk-way SP 43 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
and other agencies. The Contractor shall commit no public nuisance, keep all sites clean, dispose
of all refuse in a proper manner and leave the Project Site in a neat and sanitary condition.
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel,equipment, supplies,and incidentals to the project site;the establishment of
an office, buildings, and other facilities necessary for work on the project; providing sanitary
facilities for Contractor's personnel; and obtaining permits or licenses required to complete the
6 project not furnished by Owner.
This item shall also include providing Engineer and Inspectors with access to telephone, facsimile
machine, and copy machine during all hours Contractor is working on the jobsite; and a table and
chair for their use when needed.
Payment will be made for the following bid item(s):
"Mobilization,"Lump Sum.
C 1-09.9 Payments
(October 10, 2008 AP WA GSP)
i
Revise the first paragraph to read:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment. For items Bid as lump sum, with a bid price of more
than or equal to $20,000,the Contractor shall submit a breakdown of their lump sum price in
sufficient detail for the Project Engineer to determine the value of the Work performed on a
monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than
the date of the preconstruction conference.
Delete the third paragraph and replace it with the following:
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at the
preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month thereafter
until the Completion Date. Progress estimates made during progress of the work are
tentative, and made only for the purpose of determining progress payment. The progress
r
estimates are subject to change at any time prior to the calculation of the Final Payment. The
value of the progress estimate will be the sum of the following:
Yrr
1. Unit Price Items in the Bid Form—the approximate quantity of acceptable units
of work completed multiplied by the unit price.
�w
2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items
will be a percentage of the price in the Proposal based on the Engineer's
determination of the amount of Work performed, with consideration given to, but
not exclusively based on,the Contractor's lump sum breakdown for that item.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job
6 site or other storage area approved by the Engineer.
4. Change Orders—entitlement for approved extra cost or completed extra work as
determined by the Engineer.
City of Renton— 2011 Citywide Walkway SP 44 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Reolacement
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made;and
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance or an
admission by the Contracting Agency that any work has been satisfactorily completed. The
determination of payments under the contract will be final in accordance with Section 1-05.1.
Payments will be made by warrants, issued by the Contracting Agency's fiscal officer,
against the appropriate fund source for the project. Payments received on account of work
performed by a subcontractor are subject to the provisions of RCW 39.04.250.
Section 1-09.9 is supplemented as follows:
Furnishing portable toilets shall be considered incidental to the project and no additional
compensation shall be made.
wl
1-09.13(3)A Administration of Arbitration
(October 1, 2005 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the
arbitrator,and judgment upon the award rendered by the arbitrator may be entered in the Superior
Court of the county in which the Contracting Agency's headquarters are located. The decision of
the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use
the contract as a basis for decisions.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.2(2) Traffic Control Plans
(City of Renton GSP) Supplement
Section 1-10.2(2)is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation
of the traffic control plan and take prompt action to correct any problems that become evident
during operation.
Traffic control plans for work within WSDOT limited access will be subject to WSDOT review
prior to implementation. WSDOT review of traffic control plans may take up to 20 (twenty)
working days.
City of Renton— 2011 Citywide Walkway SP 45 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
Traffic Control Plans shall be submitted prior to or at the preconstruction meeting.
Section 1-10 is supplemented by adding the following:
Notifications
The Contractor shall be responsible for delivering notification twice to all properties that front
it on, or access from, any street on which the asphalt concrete is to be applied The first
notification shall be made approximately one week prior to the day the work is scheduled to
begin on the street and the second shall be made twenty-four hours(24 hours)prior to the
beginning of work.
The City shall supply the Contractor with sufficient quantities of standard notification forms
that the Contractor shall fill out with the specific location and times for each location prior to
issuing the notices to fronting/accessing properties.
rr All work and materials associated with the notification procedures shall be incidental to the
contract lump sum price for "Project Temporary Traffic Controk"
„. When parking restrictions are necessary to perform the work, the Contractor shall post "No
Parking”signs a minimum of 72 hours in advance of the work taking place. The signs shall
specify the date and hours that the parking restrictions will be in effect. The Contractor shall
• assure that prior approval for the parking restrictions has been obtained from the City of Renton
Department of Public Works Transportation Systems Division.
iW. The Contractor shall be responsible for coordinating with the City's inspector and/or Police
Department if the need arises to tow any vehicle(s) violating a posted "No Parking"sign
However, the Contractor shall first make an effort to contact the vehicle owner if it is likely the
owner lives in the area.
Detailed Traffic control plans shall be required by the Contractor for some streets prior to
paving.
The Contractor shall provide and use sufficient traffic control equipment and trained personnel
at all times. The Federal Highway Administration's Manual On Uniform Traffic Control
Devices for streets and highways, 2009 Edition,shall be the guideline used to determine
adequate traffic control. Proper traffic control and safety procedure will be used during all
phases of the work, to include utility adjustments.
All work on this contract shall be performed between the off-peak traffic hours of 8:00 a.11L and
4:00 p.m., unless otherwise approved by the engineer.
rr
1-10.3 Traffic Control Labor,Procedures and Devices
(City of Renton GSP) Supplement
Irr Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
City of Renton— 2011 Citywide Walkway SP 46 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond
grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers.
1-10.3(1)C Uniformed Police Officer
(Special Provision) New Section
The Contractor shall arrange for uniformed police officers to be present for flagging traffic when
construction affects traffic at any signalized intersection within the project limits.
1-10.3(3)A Construction Signs
(City of Renton GSP) Revision
Section 1-10.3(3)paragraph 1 is revised as follows:
All signs required by the approved traffic control plan(s)as well as any other appropriate signs as
deemed necessary by the Engineer, or required to conform with established standards, will be
furnished by the Contractor.
Section 1-10.3(3)paragraph 4 is revised as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction
signs. All costs to provide set-up, maintenance, relocation, and removal of Class A or Class B
construction signs shall be included in the lump sum contract price of Project Temporary Traffic
Control of the work in the bid proposal.
1-10.5 Payment
(Special Provision) Supplement
Payment will be made for the following bid items: "Project Temporary Traffic Control,"per lump
sum. The lump sum Contract payment shall be full compensation for all costs incurred by
the Contractor in performing the Contract Work defined in Section 1-10 and the Special
Provisions herein, including Uniformed Police Officers as necessary.
1-11 RENTON SURVEYING STANDARDS
(City of Renton GSP) New Section
The following is an added new section with new subsections:
1-11.1(1) Responsibility for surveys
(City of Renton GSP) New Section
All surveys and survey reports shall be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements established
by the Board of Registration for Professional Engineers and Land Surveyors under the provisions
of Chapter 18.43 RCW.
City of Renton— 2011 Citywide Walkway SP 47 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
e
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American
Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum of two
ho of the City of Renton's Survey Control Network monuments. The source of the coordinate values
used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC
332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for
ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992
or comparable classification in future editions of said document. The angular and linear closure
and precision ratio of traverses used for survey control shall be revealed on the face of the survey
drawing,as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control
Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy
Standards& Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989
or comparable classification in future editions of said document. The vertical component of all
surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied
to at least one of the City of Renton Survey Control Network benchmarks. If there are two such
benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s)
used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000
feet of a project, one must be set on or near the project in a permanent manner that will remain
intact throughout the duration of the project. Source of elevations (benchmark) will be shown
on the drawing, as well as a description of any bench marks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used and
the subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments,measurements,and methodology used in that retracement.
1rr 1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof
pages. In cases where an electronic data collector is used field notes must also be kept with a
sketch and a record of control and base line traverses describing station occupations and what
measurements were made at each point.
r Every point located or set shall be identified by a number and a description. Point numbers shall
be unique within a complete job. The preferred method of point numbering is field notebook,
page and point set on that page. Example: The first point set or found on page 16 of field book
tl1 348 would be identified as Point No.348.16.01,the second point would be 348.16.02,etc.
Upon completion of a City of Renton project, either the field notebook(s)provided by the City or
iM the original field notebook(s)used by the surveyor will be given to the City. For all other work,
surveyors will provide a copy of the notes to the City upon request. In those cases where an
City of Renton— 2011 Citywide Walkway P 48
Y Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
electronic data collector is used, a hard copy print out in ASCII text format will accompany the
field notes.
1-11.1(5) Corners and Monuments
Corner. A point on a land boundary, at the juncture of two or more boundary lines. A
monument is usually set at such points to physically reference a corner's location on the ground.
Monument. Any physical object or structure of record which marks or accurately references:
• A corner or other survey point established by or under the supervision of an
individual per section 1-11.1(1) and any corner or monument established by the
General Land Office and its successor the Bureau of Land Management including
section subdivision corners down to and including one-sixteenth corners;and
• Any permanently monumented boundary, right of way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or
light poles, or any non-single family building. Control or Base Line Surveys shall consist of such
number of permanent monuments as are required such that every structure may be observed for
staking or "as-builting" while occupying one such monument and sighting another such
monument. A minimum of two of these permanent monuments shall be existing monuments, '
recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy
each monument in turn,and shall satisfy all applicable requirements of Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible,and drawn to an appropriate scale. North
orientation should be clearly presented and the scale shown graphically as well as noted. The
drawing must be of such quality that a reduction thereof to one-half original scale remains legible.
If recording of the survey with the King County Recorder is required, it will be prepared on 18
inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A
photographic mylar of the drawing will be submitted to the City of Renton and, upon their review
and acceptance per the specific requirements of the project, the original will be recorded with the
King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar,
and the original or a photographic mylar thereof will be submitted to the City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
conform to the City of RentoWs Drafting Standards. American Public Works Association
symbols shall be used whenever possible, and a legend shall identify all symbols used if each
point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each
drawing. The listing should include the point number designation(corresponding with that in the
field notes), a brief description of the point, and northing, easting, and elevation (if applicable)
values,all in ASCII format,on IBM PC compatible media.
1-11.1(7) Precision Levels
City of Renton— 2011 Citywide Walkway SP 49 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
1
i
Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of
section 1-05 and 1-11.1.
Vertical surveys for the establishment of bench marks shall meet or exceed the standards,
't specifications and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
i
Bench marks must possess both permanence and vertical stability. Descriptions of bench marks
must be complete to insure both recoverablilty and positive identification on recovery.
ilw 1-11.1(8) Radial and Station—Offset Topography
Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein.
it
All points occupied or back sighted in developing radial topography or establishing baselines for
station--offset topography shall meet the requirements of section 1-11.1 herein.
to
The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be
observed for all topographic surveys.
1r 1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic
Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling
i` with elevation differences determined in at least two directions for each point and with misclosure
6W of the circuit not to exceed 0.1 feet.
1-11.1(10) Station--Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall
4' satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not
exceed 0.1 foot's error as to side shots.
1-11.1(11) As-Built Survey
�i
All improvements required to be "as-built" (post construction survey) per City of Renton Codes,
TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey
it must be based on the same base line or control survey used for the construction staking survey for
the improvements being "as-built". The "as-built" survey for all subsurface improvements should
occur prior to backfilling. Close cooperation between the installing contractor and the "as-
builting"surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of section 1-11.1(1)herein and shall be based
upon control or base line surveys made in conformance with these Specifications.
The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and
G
submitted with stamped and signed "as-built" drawings which includes a statement certifying the
accuracy of the"as built".
The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be
it observed for all "as-built"surveys.
t City of Renton— 2011 Citywide Walkway SP 50 Special Provisions
ift
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other
recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In
situations where such markers are impractical or in danger of being destroyed, e.g., the front
corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot
line to a tack in lead in the curb. The relationship between the witness monuments and their
respective corners shall be shown or 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 curbs on the extension of
said line with the curb." In all other cases the corner shall meet the requirements of section 1-
11.2(1)herein.
All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1-
11.2(2)herein. If the monument falls with in a paved portion of a right of way or other area, the
monument shall be set below the ground surface and contained within a lidded case kept separate
from the monument and flush with the pavement surface,per section 1-11.2(3).
In the case of right of way centerline monuments all points of curvature (PC), points of tangency
(PT), street intersections, center points of cul de sacs shall be set. If the point of intersection, PI,
for the tangents of a curve fall within the paved portion of the right of way, a monument can be
set at the PI instead of the PC and PT of the curve.
For all non corner monuments set while under contract to the City of Renton or as part of a City
of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the
city) identifying the monument; point of intersection (PI), point of tangency (PT), point of
curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a
description of the monument, a minimum of two reference points and NAD 83/91 coordinates
and NAVD 88 elevation shall be filled out and filed with the city.
1-11.2 Materials
1-11.2(1) Property/Lot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24
inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged
with the surveyor's identification number. The specific nature of the marker used can be
determined by the surveyor at the time of installation.
1-11.2(2) Monuments
Monuments per 1-11.1(5) shall meet the requirements as set forth by WSDOT and permanently
marked or tagged with the surveyor's identification number.
1-11.2(3) Monument Case and Cover
Materials shall meet the requirements of section 9-22 and WSDOT Standard Plan A-10.30-00
with the cap labeled"MON".
1-11.5 Payment
Any additional work required by this section shall be included in the lump sum contract price for
"Roadway Surveying."
Oft
City of Renton— 2011 Citywide Walkway SP 51 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
I
k
L
F
L
END OF DIVISION 1
L2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
The limits of clearing and grubbing (construction limits) shall be defined as being the construction
limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or
adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor
shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and
grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are
damaged shall be replaced in kind at the Contractor's expense.
wExisting landscaping outside the construction limits, including but not limited to, sod, rockeries,
beauty bark,decorative gravel or rock,bushes, and shrubbery shall be protected from damage.
The property owners shall be responsible for removing and/or relocating irrigation equipment,trees,
W shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the
construction limits that they wish to save. The Contractor shall give property owners 10 days'
written notice prior to removing landscaping materials. All landscaping materials that remain in
the construction limits after that time period shall be removed and disposed of, by the Contractor, in
fr accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the
Plans.
The Contractor shall receive approval from the Engineer prior to removal.
2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented as follows:
i
The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site.
�r
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
irr The lump sum price for"Clearing and Grubbing" shall be full compensation for all work described
herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans
and directed by the Engineer.
krr
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
Y
6W
2-02.3(3) Removal of Pavement,Sidewalks, and Curbs
Section 2-02.3(3) is revised and supplemented as follows:
ow
Item"1."Is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces
to some off project site.
The section is supplemented as follows:
When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic
before pavement patching has been completed, temporary mix asphalt concrete patch shall be
required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after
City of Renton— 2011 Citywide Walkway SP 52 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or
MC hot mix shall be used at the discretion of the Engineer.
Section 2-02.3(4) is new:
2-02.3(4) Cutting Pavement,Sidewalks,and Curbs
All transitions to existing asphalt or cement concrete driveways, parking lots, curb and gutter, and
walkways shall be vertically sawcut full-depth with straight, uniform edges. Existing asphalt
pavement that will be removed for utility installation may be cut with a wheel, provided the
wheelcut is full-depth and no drainage occurs to the pavement which is to remain. All portions of
the pavement that are wheelcut shall receive a final saw cut one foot beyond the wheelcut prior to
final patch. Neither impact tools nor pavement breakers may be used for trench crossing of existing
pavement. Trench crossing of existing pavement shall be vertically sawcut.
Where gutter is to be placed integral with asphalt pavement, as shown on the Plans, the Contractor
shall take extra precaution to make a neat, uniform cut, and shall sawcut pavement to full-depth,
regardless of number of passes necessary. If, in the opinion of the Engineer, the cut is not
satisfactory due to Contractor's workmanship or equipment, the Contractor shall fix the problem to
the satisfaction of the Engineer,at no extra cost to the Owner.
Section 2-02.3(6)is new:
2-02.3(6)Removing Fence
Where indicated in the plans, and as directed by the Engineer, the Contractor shall remove existing
fences. The Contractor shall restore the ends of existing fences to remain by providing additional
posts, foundations and fence boards and other construction as required to provide a stable end to the
fence that matches the quality and appearance of the existing fence.
2-02.4 Measurement
Section 2-02.4 replaces the existing vacant section:
Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot
along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment,
but shall be included in other items of Work.
Removal of existing fences will be measured by the linear foot of fence actually removed.
Restoration of existing fences will be included in the fence removal and will not be specifically
measured for payment.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
"Saw Cutting", per Lineal Foot.
"Remove Sidewalk",per Square Yard.
"Remove Curb and Gutter",per Lineal Foot.
"Cold Mix",per Ton
"Remove Asphalt Concrete Pavement," per square yard.
"Remove Cement Concrete pavement," per square yard.
"Remove existing ,"per
"Removing Drainage Structure,"per each
All costs related to the removal and disposal of structures and obstructions including saw cutting,
excavation,backfilling and temporary asphalt shall be considered incidental to and included in other
items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie
within an excavation area and are not mentioned as separate pay items, their removal will be paid
for as part of the quantity removed in excavation. If they are mentioned as a separate item in the
proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be
included in the quantity calculated for excavation.
City of Renton— 2011 Citywide Walkway SP 53 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
�rr
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2-03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of all materials excavated from within the limits
shown on the plans. Suitable excavated material shall be used for embankments, while surplus
excavated material or unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of electronic data
processing equipment,by use of the average end area method. Any changes to the proposed work as
directed by the Engineer that would alter these quantities shall be calculated by the Engineer and
submitted to the Contractor for his review and verification.
ilr
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the
Engineer, shall not be paid for. All work and material required to return these areas to their original
conditions,as directed by the Engineer,shall be provided by the Contractor at his sole expense.
iin
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown
on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the
iW compaction of the final layer. In cut sections, fine grading shall begin within the final six(6)inches
of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in
grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections,
grades and elevations shown. Care shall be taken not to excavate below the specified grades. The
contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks,
trash and other debris until final acceptance of the Work.
Following removal of topsoil or excavation to grade and before placement of fills or base course,the
subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may
warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from
standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken
t to place excavated material at the optimum moisture content to achieve the specified compaction.
Any native material used for fill shall be free of organics and debris and have a maximum particle
ON size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming
saturated with water. The measures may include sloping to drain, compacting the native materials,
and diverting runoff away from the materials. If the Contractor fails to take such preventative
measures,any costs or delay related to drying the materials shall be at his own expense.
tab If the native materials become saturated, it shall be the responsibility of the Contractor to dry the
materials,to the optimum moisture content.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though
iwr a subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete
construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-
03.14 of the Standard Specifications shall be used.
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following:
City of Renton— 201 i Citywide Walkway SP 54 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
At the discretion of the engineer,roadway excavation,borrow excavation,and unsuitable foundation
excavation- by the cubic yard(adjusted for swell)may be measured by truck in the hauling vehicle
at the point of loading. The contractor shall provide truck tickets for each load removed. Each
ticket shall have the truck number,time and date, and be approved by the engineer.
2-03.5 Payment
Section 2-03.5 is revised as follows:
Payment will be made for the following bid items when they are included in the Proposal:
"Roadway Excavation Including Haul,"Per Cubic Yard
"Removal and Replacement of Unsuitable Foundation Material,"Per Ton
"Gravel Borrow Including Haul,"Per Ton
"Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s)
provided for the installation of the utility mains and appurtenances. When the Engineer orders id
excavation below subgrade, then payment will be in accordance with the item "Removal and
Replacement of Unsuitable Foundation Material". In this case,all items of work other than roadway
excavation shall be paid at unit contract prices. 3
The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay
for excavating, loading, placing,or otherwise disposing of the material.
The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Foundation
Material"shall be full pay for excavating, loading,and disposing of the material.
Payment for embankment compaction will not be made as a separate item.All costs for embankment
compaction shall be included in other bid items involved.
2-04 HAUL
2-04.5 Payment 3
Section 2-04.5 is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental to and
included in the unit price of other units of work.
2-06 SUBGRADE PREPARATION
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to the
construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid
prices.
2-09 STRUCTURE EXCAVATION
2-09.1 Description
Section 2-09.1 is supplemented by adding the following:
This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat,
muck, swampy or unsuitable materials including buried logs and stumps.
City of Renton— 2011 Citywide Walkway SP 55 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
ow
it
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be included
in the unit contract price for structure excavation,Class A or B.
The third paragraph is replaced with:
If the contract includes structure excavation, Class A or B, including haul, the unit contract price
shall include all costs for loading and hauling the material the full required distance, otherwise all
such disposal costs shall be considered incidental to the work.
2-09.4 Measurement
Section 2-09.4 is revised and supplemented as follows:
Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary
V sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the
neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2.
2-09.5 Payment
Section 2-09.5 is revised and supplemented as follows:
Payment will be made for the following bid items when they are included in the proposal:
"Structure Excavation Class A",per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
Payment for reconstruction of surfacing and paving within the limits of structure excavation will be
ion at the applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the unit
contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the
Contractor excavates deeper than the plans or Engineer requires, the Contracting Agency will not
pay for material removed from below the required elevations. In this case, the Contractor, at no
expense to the Contracting Agency, shall replace such material with concrete or other material the
Engineer approves. The unit contract price per cubic yard shall be full pay for all labor, materials,
tools, equipment, and pumping, or shall be included in the unit bid price of other items of work if
"Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the
contract.
"Shoring or Extra Excavation Class B", per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and
other work required when extra excavation is used in lieu of constructing shoring. If select backfill
material is required for backfilling within the limits of the structure excavation, it shall also be
required as backfill material for the extra excavation at the Contractor's expense. Any excavation or
backfill material being paid by unit price shall be calculated by the Engineer only for the neat line
measurement of the excavation and shall not include the extra excavation beyond the neat line.
t. 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 as determined by the Engineer,
then shoring or extra excavation shall be considered incidental to the work involved and no further
compensation shall be made.
"Gravel Backfill(Kind)for(Type of Excavation)",per cubic yard or per Ton.
"Controlled Density Fill",per cubic yard.
City of Renton— 2011 Citywide Walkway SP 56 Special Provisions
r Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
p.
When gravel backfill is paid by the ton,the Contractor shall take care to assure to the satisfaction of
the Engineer that such per ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel
backfill is not being used for its designated purpose shall be grounds for the Engineer to deny
payment for such load tickets.
END OF DIVISION 2 me
5-04 HOT MIX ASPHALT
5-04.1 Description
Section 5-04.1 is supplemented by the following:
This work includes constructing HMA pavements including CSTC base; construction HMA
driveways including CSTC base; construction CSTC gravel driveways.
5-04.2 Materials
Section 5-04.2 is revised and supplemented as follows:
Delete the second and fourth paragraphs of this Section.
The base course shall be untreated crushed surfacing.
Asphalt concrete shall meet Class B grading requirements.
Temporary patch shall be cold or hot mix.
5-04.3 Construction Requirements
Section 5-04.3 is supplemented as follows:
Shoulder Restoration
The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6
inches below original street grade to provide for placement of the new subgrade and paving. The
subgrade shall be constructed of 11/4 inch minus crushed surfacing base course placed to a
compacted thickness of 2%2 inches, followed by 5/8-inch minus crushed surfacing top course placed
to a compacted thickness of 1%inches. Class B asphalt concrete shall then be placed and
compacted in 2-inch lifts up to a maximum 4-inch thickness to match existing pavement thickness.
Minimum thickness shall be 2 inches. The shoulder shall be replaced to the limits as shown on
plans,or at the Engineer's discretion.
Asphalt Concrete Patching and Overlay 3
Contractor shall maintain temporary cold or hot mix asphalt patches daily during construction to the
satisfaction of the governing road agency and the Engineer until said patch is replaced with a
permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with a paving
grade asphalt within 30 calendar days.
Private Driveways
Where a private driveway is damaged by either construction of the project or by the Contractor's use
and activity on the road, it shall be repaired to the satisfaction of the property owner,the City,and to
its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw
cutting to a straight line and replacing a full width section. Damaged cement-concrete driveways
shall be removed to the nearest joint(real or dummy)and replaced with a full width section.
City of Renton— 2011 Citywide Walkway SP 57 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
L
Le Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth
of 4 inches.
Curbs,Gutters and Sidewalks
Existing curbs, gutters,and sidewalks damaged by construction of the project or the Contractor's use
and activity, shall be repaired to the satisfaction of the City and to its original condition or better.
5-04.3(5) Conditioning the Existing Surface
Section 5-04.3(5) is supplemented as follows:
ire The Contractor shall maintain existing surface contour during patching,unless otherwise instructed
by City Engineer or Inspector.
5-04.3(5) A Preparation of Existing Surface
Section 5-04.3(5)A is supplemented as follows:
The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving,to insure the streets to be paved are clean before the tack coat is
applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets
behind the empty trucks that have dumped their loads into the paving machine. The sweeper must
sweep all streets made dirty by the Contractor's equipment. If the paving machine is"walked"from
one site to another,the sweeper must sweep up behind paving machine. The sweeper shall not leave
the overlay site until given permission by the City's inspector.
All utilities shall be painted with a biodegradable"soap"to prevent the tack and ACP from sticking
i_ to the lids. Diesel will not be used. After the application of soap,catch basins must be covered to
prevent tack and ACP from getting into catch basins.
Preparation of existing surface shall be done as outlined in this section and a tack coat shall be
applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface
and application of the tack coat shall be considered incidental to the paving and no separate payment
shall be made.
iW The Contractor shall locate all utilities for access immediately after any paving and mark the
location by means of painting a circle around the location and scooping a portion of asphalt 4"-6"
in diameter and the depth of the overlay from the center of the utility location.
The Contractor shall locate and completely expose and water valves for access immediately after
final rolling.
rr,•
The day following the start of application of ACP, utility adjustments must begin. The Contractor
shall have an adjustment crew adjusting utilities every workable working day until adjustments are
complete.
s During the adjustment of any utility,existing concrete bricks or grouting material that has been
broken or cracked shall be removed and replaced at the Contractor's expense.
Utility adjustments must be completed within 15 working days after overlay is complete,and within
the specified working days.
Payment for utility adjustments includes all labor, materials,tools, and equipment necessary to
complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay.
City of Renton— 2011 Citywide Walkway SP 58 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
3
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
2. Nonstatistieal HMA Evaluation. The Contractor shall submit a certification that the
mix design submitted meets the requirements of Sections 9-03.8(2)and 9-03.8(6). The
Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the
mix design by the Contracting Agency is not needed. The Project Engineer will determine
anti-strip requirements for the HMA.
The mix design will be the initial job mix formula(JMF)for the class of mix. Any
additional adjustments to the JMF will require the approval of the Project Engineer and may
be made per Section 9-03.8(7).
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
Item 1 is deleted and replaced with:
1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial
evaluation. ""
Nonstatistieal evaluation will be used for the acceptance of HMA.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches,ditches, slopes,paths,trails, gores,
prelevel, and pavement repair. Other nonstructural applications as approved by the Project
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer. The proposal quantity of HMA that is accepted by commercial
evaluation will be excluded from the quantities used in the determination of nonstatistical
evaluation.
Item 7 is deleted.
5-04.3(10)B Control
Replace Section 5-04.3(10)B with the following:
Sub-base shall be compacted to 95%of the maximum density by the Modified Proctor Test Method,
ASTM D 1557. Compact asphalt concrete patch and paving to 95%of maximum compaction.
5-04.3(13) Surface Smoothness
The second sentence of Section 5-04.3(11) is deleted and replaced with the following:
The completed surface of the wearing course shall not vary more than '/4-ich from the lower edge of
a 10-foot straightedge placed on the surface parallel to centerline. 3
5-04.3(14) Planing Bituminous Pavement
The first paragraph of Section 5-04.3(14) is deleted and replaced with the following:
3
Planing shall be performed in a manner such that the underlying pavement is not torn, broken or
otherwise injured by the planing operation. The surface of the underlying pavement shall be slightly
grooved or roughened sufficiently to ensure a bond when overlaid. In existing single layer
pavements, care shall be taken that the planing does not penetrate into the subgrade. The Engineer
will determine the planing depth in these situations. The Contractor shall immediately remove from
the project any workers who continuously and carelessly puncture the existing pavement with the
planing equipment.
City of Renton— 2011 Citywide Walkway SP 59 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Reolacement
K
e
Irr
The fourth sentence of the fourth paragraph of this section is deleted and replaced with the
following:
The third paragraph of Section 5-04.3(14)is deleted and replaced with the following:
it
The planings shall not be utilized at RAP without prior City approval. Unless otherwise provided,
the Contractor shall provide a waste site for the disposal of these materials as specified in Section 2-
03.3(7)C.
Pavement shall be planed as designated in the Plans,or as directed by the Engineer.
The Contractor shall coordinate planning and paving operations so that no planed area is left
unpaved for more than five working days. Removal of the asphalt wedge for final paving shall
occur within five working days. All costs for installing and removing the asphalt wedge shall be
included in the unit price for planning bituminous pavement. Liquidated damages, in accordance
with Section 1-08.9 of these specifications, will be deducted from monies due the Contractor for
failure to pave the roadway after planing within the time specified.
k
5-04.5(])A Price Adjustments for Quality of HMA Mixture
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on
im Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor"f
1° All aggregate passing: 1 %2", 1",3/4", t/2", 3/8"and No.4 sieves 2
All aggregate passing No. 8,No 16,No. 30,No. 50,No. 100 3
rw All aggregate passing No. 200 sieve 20
Asphalt binder 52
i
A pay factor will be calculated for sieves listed in Section 9-03.8(7)for the class of HMA and for the
asphalt binder.
1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and
having all constituents falling within the tolerance limits of the job mix formula shall be
accepted at the unit contract price with no further evaluation. When one or more
I`r constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),
the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate
CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the
existing sublots or samples from the 'street shall be tested to provide a minimum of three
sets of results for evaluation.
W
2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial
Evaluation and having all constituents falling within the tolerance limits of the job mix
formula shall be accepted at the unit contract price with no further evaluation. When one or
6n more constituents fall outside the commercial acceptance tolerance limits in Section 9-
03.8(7),the lot shall be evaluated to determine the appropriate CPF. The commercial
tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be
1.00. When less than three sublots exist,backup samples of the existing sublots or samples
from the street shall be tested to provide a minimum of three sets of results for evaluation.
rr For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix factor(NCFM) will be determined.
City of Renton— 2011 Citywide Walkway SP 60 Special Provisions
11rr Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent.
The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons,and the unit contract price per ton of the mix.
If a constituent is not measured in accordance with these Specifications, its individual pay factor
will be considered 1.00 in calculating the composite pay factor.
5-04.5(1)B Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction
Factor(NCCF)will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00
multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the
NCFF,the quantity of HMA in the lot in tons and the unit contract price per ton of the mix.
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
Section 5-06 is new section with subsections:
5-06.1 Description
Pavement areas that have been removed by construction activities must be restored by the
Contractor prior to the end of each working period,prior to use by vehicular traffic. Within paved
streets,the Contractor may use temporary pavement to allow vehicular traffic to travel over the
construction areas. Temporary pavement shall be placed around trench plates or others devices used
to cover construction activities in a manner that provides a smooth and safe transition between
surfaces.
Within paved alleys,the Contractor may use the compacted backfill to allow vehicular traffic to
travel over the construction areas. Trench plates or others devices used to cover construction
activities shall be placed and anchored in a manner that provides a smooth and safe transition
between and across surfaces.
5-06.2 Materials
The composition of the temporary asphalt pavement shall be determined by the Contractor to
provide a product suitable for the intended application. The Contractor shall not use materials that
are a safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction shall be
considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be
disposed of offsite. -3
5-06.3 Construction Requirements
Contractor shall maintain temporary cold or hot mix asphalt patches daily during to the satisfaction
of the governing road agency and Engineer until said patch is replaced with permanent hot patch. 3
The completed pavement shall be free from ridges, ruts,bumps,depressions,objectionable marks,
or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a
paving asphalt within 30 calendar days. 3
The Contractor shall immediately repair,patch,or remove any temporary pavement that does not
provide a flat transition between existing pavement areas.
City of Renton— 2011 Citywide Walkway SP 61 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
i
irr
it All temporary asphalt pavement shall be removed from the site by the end of the project and shall
not be used as permanent asphalt pavement or subgrade material.
7-01 DRAINS
7-01.2 Materials
The second paragraph of Section 7-01.2 is revised as follows:
Irr Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I,
aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized)
t steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated
polyethylene(PE)at the option of the Contractor unless the Plans specify the type to be used.
i 7-01.3 Construction Requirements
ho
Section 7-01.3 is revised as follows:
(** ** )
The second paragraph is revised as follows:
i' PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed
with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the
tubing.
The sixth paragraph is revised as follows:
PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in
Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor
unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing
underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as
recommended by the manufacturer of the tubing.
7-01.4 Measurement
Section 7-01.4 is supplemented adding the following:
iw When the contract does not include "structure excavation Class B" or "Structure excavation Class B
including haul" as a pay item all costs associated with these items shall be included in other contract
i pay items.
irr
7-02 CULVERTS
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows:
Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch,
or end sections, it shall be understood that steel is zinc coated (galvanized)with Asphalt Treatment I
or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum
alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or
aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC.
is
7-04 STORM SEWERS
7-04.2 Materials
The second paragraph of Section 7-04.2 is revised as follows:
City of Renton— 2011 Citywide Walkway SP 62 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it
shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated corrugated
iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5.
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the specifications to which the materials or products were manufactured. The
Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates
showing nonconformance with the Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and
products,and such action by Engineer will not relieve Contractor of his/her responsibility to perform
field tests and to replace or repair faulty materials,equipment, and/or workmanship and Contractor's
own expense.
7-04.4 Measurement
The first paragraph of Section 7-04.4 is revised as follows:
The length of storm sewer pipe will be the number of linear feet of completed installation measured
along the invert and will include the length through elbows, tees, and fittings. The number of linear
feet will be measured from the center of manhole or from the center of catch basin to center of catch
basins and similar type structures.
7-04.5 Payment
The first paragraph of Section 7-04.5 is supplemented with the following:
"Storm Drain Pipe In.Diam.", per linear foot.
The second and third paragraphs of Section 7-04.5 are revised as follows:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be
full pay for all work to complete the installation, including adjustment of inverts to manholes. When
no bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as
shown in the standard plans, shall be considered incidental to the pipe and no additional payment
shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and
included in the unit contract prices for other items.
Cost of connecting pipe to structures shall be per each.
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.3 Construction Requirements
Section 7-05.3 is supplemented by adding the following:
The following is added at the end of this section for storm sewers:
Catch basins shall be installed with either a locking manhole cover or a standard frame with a vaned
grate as shown in the Plans and City of Renton Standard Plans.
Frame materials shall be cast iron per ASTM A48, Class 30. All grates and covers installed on this
project shall be ductile iron.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1)is replaced with:
City of Renton— 2011 Citywide Walkway SP 63 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
r
Where shown in the Plans or where directed by the Engineer,the existing manholes, catch basins, or
inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
irrr The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be
removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover and
casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be
adjusted to the finished elevations per standard details, prior to final acceptance of the work.
Manholes in unimproved areas shall be adjusted to 6"above grade.
In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with
crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade
and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a
similar manner. The contractor shall carefully reference each manhole so that they may be easily
found upon completion of the street work. After placing the gravel or crushed stone surfacing, the
manholes and manhole castings shall be constructed to the finished grade of the roadway surface.
Excavation necessary for bringing manholes to grade shall center about the manhole and be held to
the minimum area necessary. At the completion of the manhole adjustment, the void around the
manhole shall be backfilled with materials which result in the section required on the typical
roadway section,and be thoroughly compacted.
In cement concrete pavement: Manholes,catch basins and similar structures shall be constructed and
adjusted in the same manner as outlined above except that the final adjustment shall be made and
cast iron frame be set after forms have been placed and checked. In placing the concrete pavement,
extreme care shall be taken not to alter the position of the casting in any way.
In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at
which time the center of each manhole shall be carefully relocated from references previously
established by the contractor. The pavement shall be cut in a restricted area and base material be
removed to permit removal of the cover. The manhole shall then be brought to proper grade
utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be
placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement
shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside
diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed
1111„1 and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume
of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement
surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement,
and the outer edge of the casting shall be painted with hot asphalt cement.Asphalt Class G concrete
it shall then be placed and compacted with hand tampers and a patching roller. The complete patch
shall match the existing paved surface for texture, density, and uniformity of grade. The joint
between the patch and the existing pavement shall then be carefully painted with hot asphalt cement
or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt
cement solidifies.The inside throat of the manhole shall be thoroughly mortared and plastered.
Adjustment of inlets-,The final alignment and grade of cast iron frames for new and old inlets to be
adjusted to grade will be established from the forms or adjacent pavement surfaces. The final
adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On
asphalt concrete paving projects using curb and gutter section,that portion of the cast iron frame not
embedded in the gutter section shall be solidly embedded in concrete also.The concrete shall extend
lair a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of
the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The
existing concrete pavement and edge of the casting shall be painted with hot asphalt cement.
Adjustments in the inlet structure shall be constructed in the same manner and of the same material
as that required for new inlets.The inside of the inlets shall be mortared and plastered.
Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to
grade in the same manner as for manholes.
r
City of Renton— 2011 Citywide Walkway SP 64 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
0
Valve box castings: Adjustments of valve box castings shall be made in the same manner as for
manholes.
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
Adjustments of new structures and miscellaneous items such as valve boxes shall be considered
incidental to the unit contract price of the new item and no further compensation shall be made.
Adjustment of existing structures and miscellaneous items such as valve boxes shall be measured by
"Adjust Existing ," per each, which shall be full pay for all labor and materials including all
concrete for the completed adjustment in accordance with Section 7-05.3(1) and the City of Renton
Standard Details.
7-05.5 Payment
Section 7-05.5 is supplemented as follows:
Payment will be made in accordance with Section 1-04.1, for each of the following bid items that
are included in the proposal.
"Adjust Existing Catch Basin,"per each
"Adjust Existing ,"per each
The unit contract price per each for "Adjust Existing_ shall be full pay for all costs necessary
to make the adjustment including restoration of adjacent areas in a manner acceptable to the
Engineer.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section
9-03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be required. Hand
compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material
under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the
compaction effort.
Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made.
7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11
in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a ,rr►
laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the
written approval of the Engineer.
7-08.3(2)B Pipe Laying—General
Section 7-08.3(2)B is supplemented by adding the following:
(******)
Checking of the invert elevation of the pipe may be made by calculations from measurements on the "�
top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition.
City of Renton— 2011 Citywide Walkway SP 65 Special Provisions
Improvements/Sidewalk And Curb Ramp August2011
Rehabilitation/Renlacement
t
At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the
(eight-tenths)flow elevation,unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be
placed directly on rough ground but shall be supported in a manner which will protect the pipe
against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the
lining or coating show defects that may be harmful as determined by the ENGINEER. Such
damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and
installed.
The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are
not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or
replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering
into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe
line shall be closed with water tight expandable type sewer plugs at the end of each day's operation
or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar
temporary plugs will not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
ENGINEER may change the alignment and/or the grades. Except for short runs which may be
permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which
is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by
the following pipe to prevent movement.
1rr
Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe
shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints has been made, proper gasket placement shall be checked with a
feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or
4 joint system. Any damaged pipe shall be replaced by the Contractor at his expense.
7-08.3(2)H Sewer Line Connections
Section 7-04.3(2)H is supplemented by adding the following:
Connections(unless booted connections have been provided for)to existing concrete manholes shall
be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole
coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal
equal to Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by
the Engineer.
r.
7-08.3(2)J Placing PVC Pipe
Section 7-08.3(2)J is an added new section:
In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the
lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend
from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to
connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at
the point of connection.
7-08.3(2)K Storing Pipe
CityofRenton— 2011 Citywide Walkway SP 66
Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the
pipe must be stacked for storage, such stacking shall be done in accordance with the pipe
manufacturer's recommendations. The handling of the pipe shall be done in such a manner that it is
not damaged by dragging over sharp objects or cut by chokers or lifting equipment at all times.
7-08.3(3) Backfilling
Section 7-08.3 is revised and supplemented as follows:
Select Imported Trench Backfill shall be placed between the pipe bedding and the base of the
subgrade where the native materials are not suitable for backfill as determined by the Engineer. The
remaining depth shall be restored as noted on the plans.
To the maximum extent possible, suitable material obtained from trench excavation shall be used for
trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 2
inches in their greatest dimension,brush, stumps, logs,roots,debris,and organic or other deleterious
materials. No stones or rock shall be placed in the upper 3 feet of trench backfill. Rock or stones
within the allowable size limit incorporated in the reminder of fills shall be distributed so that they
do not congregate or interfere with proper compaction. Contractor shall be responsible for the
disposal of any excess excavated soil material.
The Contractor shall protect suitable native excavated material from becoming unsatisfactory as a
result of moisture or separation. During dry weather conditions, suitable native backfill shall meet
the criteria for common borrow as described in Section 9-03.14(3). Common borrow will be
suitable for use as structural fill during dry weather conditions only,and with the approval of the
Engineer. If structural fill is placed during wet weather,the structural fill shall consist of Select
Imported Trench Backfill as described in Section 9-03.19. The contractor shall provide five
working days for the Contracting Agency to test native materials for suitability prior to use as
backfill material.
Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as
determined by the modified Proctor compaction test,ASTM D 1557. This includes the foundation,
backfill,and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches
between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the
base of the subgrade. The Engineer may be on site to collect soil samples and to test compaction.
The Contractor shall provide site access at all times for compaction testing and sample collection.
Areas of the trench that fail to meet the compaction requirements shall have the backfill removed,
replaced,and recompacted at the contractor's expense.
The Contractor shall be responsible for any settlement of backfill, subbase, and pavement that may
occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement
shall be made by the Contractor at Contractor's expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as
determined by the modified Proctor compaction test,ASTM D 1557.
City of Renton— 2011 Citywide Walkway SP 67 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
�Yr
7-08.4 Measurement
The first paragraph of Section 7-08.4 is revised as follows:
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations,
to shall be measured by the cubic yard, including haul,as specified in 2-09,or by the TON.
Select Imported Trench Backfill, when approved by the Engineer for use in the absence of suitable
native backfill, will be measured by the ton. Import materials used as fill to bring the roadway to
finish subgrade will not be measured for payment under this item. Select Imported Trench Backfill
weight shall be verified by providing a copy of certified truck tickets, which accompany each
truckload.
7-08.5 Payment
Section 7-08.5 is replaced with:
Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are
included in the proposal:
"Gravel Backfill for Foundations Class ",per cubic yard,or Ton.
irr All costs associated with furnishing and installing bedding and backfill material within the pipe zone
in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit
contract price for the type and size of pipe installed.
"Plugging Existing Pipe",per each.
"Commercial Concrete", per cubic yard.
"Structure Excavation Class B",per cubic yard.
l "Structure Excavation Class B Incl. Haul", per cubic yard.
Unless specifically identified and provided as separate items, structure excavation, dewatering and
backfilling shall be incidental to pipe installation and no further compensation shall be made.
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit
1 contract price per foot for the size and type of pipe being jointed.
"Shoring or Extra Excavation Class B", per square foot.
If this pay item is not in the contract,then it shall be incidental.
7-08.6 Abandoning Existing Pipe
Section 7-08.6 is a new section:
rr
Where shown on the plans or where designated by the engineer, existing pipes to be abandoned shall
be filled with sand. Sand used for filling abandoned pipes shall conform to Section 9-03.1(2)B for
Class 2 aggregate grading.
r Portions of abandoned pipe removed for installation of new utilities shall be plugged at the cut ends
with concrete per section 7-08.3(4).
it
7-08.6(1)Measurement
Section 7-08.6(1)is a new section:
Yr
Existing pipes to be abandoned and filled with sand shalt be measured in linear feet.
City of Renton— 2011 Citywide Walkway SP 68 Special Provisions
V Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
7-08.6(2)Payment
Section 7-08.6(2) is a new section:
Payment will be made in accordance with Section 1-04.1 for each for the following bid item:
"Abandoning existing pipe(s) in place", per linear foot.
7-10 WATER SERVICE LINE AND WATER METER RELOCATION AND
REPLACEMENT
Section 7-10 is a new section:
An
7-10.1 Description
Water service lines along the length of the project will be replaced and water meters will be
relocated and/or replaced as shown in the Plans.These new water service lines shall be
installed as the last underground utility. Prior to and after installation of these water service
lines,the Contractor shall protect all water service lines that cross the roadway from damages
during construction. Before proceeding with construction activities near water service crossings,
the Contractor shall pothole the crossings in advance to determine if a conflict exists with the
proposed utilities improvements. If a conflict exists,the Contractor shall notify the Engineer and
coordinate service line relocation with the City of Renton Water Maintenance Department.
Should potholing reveal that the existing water service line is made of galvanized piping,the
Contractor shall notify the Engineer and coordinate the replacement of the galvanized line with
copper pipe by the City Water Maintenance Department.A two-week advance notice shall be
required for each water service requiring relocation or replacement.
If a water service line does not require relocation or replacement and is damaged during the
course of construction,the Contractor shall be responsible for all labor,materials,and
equipment costs associated with the repair or replacement of the service line by the City Water
Maintenance Department.
The City will install water service lines,meter setter, meter box materials,the water meter,and
make the connection to the private service line for service lines that are connected to existing
water mains.
The Contractor will install water service lines, meter setter,meter box materials,and make the
connection to the private service line for service lines that are connected to new water mains.
The City will install the water meter.
7-10.3 Materials
All pipe,meter setter,and meter box materials will be provided by the City Water Maintenance
Department
City of Renton— 2011 Citywide Walkway SP 69 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
6
F
L
7-10.3 Construction Requirements
The following sequence shall apply to all planned water service line replacements or
relocations.
1. Contractor potholes and identifies the elevations and pipe materials for all water
service line crossings with regard to the new utilities improvements.
2. If there is a conflict between the existing water service line and the new City
utilities to be installed as a part of this Contract or if the existing water service line
is made of galvanized pipe,the Contractor shall notify the City and coordinate the
relocation or replacement of the water service line by the City Water Maintenance
Department.A two-week advance notice shall be required for each water service
requiring relocation or replacement.
i
3. The Contractor shall fill and grade the area where the meter will be relocated to
the finished grade elevation prior to the relocation of the water service line and
meter by the City Water Maintenance Department.The Contractor shall excavate
and expose the end of the existing water service line,meter setter,and water
meter to be relocated by the City Water Maintenance Department or by the
Contractor.
4. City of Renton Water Maintenance Department will furnish pipe materials and the
City of Renton Water maintenance Department or the Contractor will install the
extension of the existing copper service line and meter setter,will relocate the
water meter to the new location as shown on the Plans and will make the
connection to the private service line.The City will install the water meter.
LO 5. The Contractor shall backfill and compact the trench for the water service line and
F.. restore the area to finish grade.
L
7-10.4 Measurement
"3/4 Inch Water Service and Connection to Existing Water Maid" shall be per each for the
number of water meters connected.
"3/4 Inch Water Service and Connection to New Water Maid" shall be per each for the number
of water meters connected.
"1 Inch Water Service and Connection to New Water Main"shall be per each for the number of
water meters connected.
7-10.5 Payment
r The unit Contract price per each for"3/4(or I Inch)Water Meter Relocation to Existing(or to
New)Maid'shall be full compensation for all labor,materials, and equipment for the relocation
of existing water service, meter setter,and meter box of the type and size shown size as shown
shall be full pay to complete the work specified in the Contract documents and Plans,and shall
include but not be limited to the following:
L
City of Renton— 2011 Citywide Walkway SP 70 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
VIA
• Locating existing utilities and potholing in advance to determine their horizontal and
vertical location
• Excavation for installation of water service line extension for the City Water Maintenance
Department to install the service line extension and meter relocation
• Placement and compaction of bedding materials
• Placement and compaction trench backfill
• Grading, filling,and compacting the area for the meter relocation to finish grade prior to
relocation of the meter
• Restoration of all public and private properties to near existing condition or better
7-12 VALVES FOR WATER MAINS
7-12.3(2) Adjust Existing Valve Box to Grade
Valve boxes shall be adjusted to grade in the same manner as for manholes,as detailed in Section 7-
05.3(1) of the Renton Standards. Valve box adjustments shall include, but not be limited to, the
locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use
whatever means necessary to remove such debris, leaving the valve installation in a fully operable
condition.
The valve box shall be set to an elevation tolerance of one-fourth inch(1/4")to one-half inch(1/2")
below finished grade. -s
7-12.4 Measurement
Section 7-12.4 is supplemented by adding the following:
Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate
pay item in the Contract; if not a separate pay item but required to complete the work, then value
box adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not
be included in this measurement item.
7-12.5 Payment
Section 7-12.5 is replaced with the following:
"Adjust Existing Valve Box to Grade" per each.
The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation
for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined
in the Contract Documents, including all incidental work. If not included as a separate pay item in
the Contract, but required to complete other work in the Contract, then adjustment of valve boxes
shall be considered incidental to other items of work and no further compensation shall be made.
7-14 HYDRANTS
7-14.3(1) Setting Hydrants
Paragraph four and five of Section 7-143(1)is revised and the section is supplemented as follows:
City of Renton— 2011 Citywide Walkway SP 7t Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
After all installation and testing is complete, the exposed portion of the hydrant shall be painted with
two field coats.The type and color of paint will be designated by the Engineer.
Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by
the Engineer.
Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and
3.8.1 and the City of Renton standard details. Hydrant and guard posts shall be painted in
accordance with the water standard detail. Upon completion of the project, all fire hydrants shall be
painted to The City of Renton specifications and guard posts painted with two coats of preservative
paint NO. 43-655 safety yellow or approved equal. Fire hydrants shall be of such length as to be
suitable for installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep
unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and
larger pipe is shown unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x
MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant(MJ connection), 4" x 5" Stortz adapter, cast
iron valve box and cover, 3/4" shackle rods and accessories,concrete blocks and two concrete guard
posts(only if hydrants are outside right-of-way).
Joint restraint(Shackle Rods)shall be installed in accordance with Section 7-11.3(15).
f
7-14.3(3) Resetting Existing Hydrants
Section 7-14.3(3)is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the same
type.
r
7-14.3(4) Moving Existing Hydrants
Section 7-14.3(4) is supplemented by adding the following:
All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the same
type.
7-14.5 Payment
Section 7-14.5 is revised as follows:
Payment will be made in accordance with Section 1-04.1, for each of the following bid items that
are included in the proposal:
"Furnish and Install Fire Hydrant Assembly", per each.
The unit contract price per each for"Furnish and install Fire Hydrant Assembly"shall be full pay for
all work for the bid item as described in Section 1-09.14.
"Resetting Existing Hydrants",per each.
The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to
reset,the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling,
blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the
hydrant to the main shall be considered incidental and no additional payment shall be made. Guard
posts,shown on the plans shall be incidental to the contract.
"Moving Existing Hydrants",per each.
The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all work to
move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant),
shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe
connecting the hydrant to the main shall be considered incidental and no additional payment shall be
6* made. Guard posts, shown on the plans shall be incidental to the contract.
City of Renton— 2011 Citywide Walkway SP 72 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
8-04 CURBS,GUTTERS,AND SPILLWA YS
8-04.4 Measurement
The second sentence of Section 8-04.4 is revised to read as follows:
Measurement of cement concrete curb and cement concrete curb and gutter,when constructed
across driveways, will include the width of the driveway, but when constructed across sidewalk
ramps, will not include the width of the sidewalk ramp.
as
8-13 MONUMENT CASES
8-13.1 Description
and supplemented as follows:
This work shall consist of furnishing and placing monument cases and covers, in accordance with
the Standard Plans and these Specifications, in conformity with the lines and locations shown in the
Plans or as staked by the Engineer or by the Contractor supplied surveyor.
8-13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor.
When existing monuments will be impacted by a project, the Contractor shall be responsible for
assuring that a registered surveyor references the existing monuments prior to construction. After
construction is complete, the monuments shall be re-established by the surveyor in accordance with rii
RCW58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented by adding the following:
All costs for surveying and resetting existing monuments impacted by construction shall be
considered incidental to the contract unless specifically called out to be paid as a bid item.
8-13.5 Payment so
Section 8-13.5 is supplemented by adding the following:
"Reset Existing Monument" per each.
so
Resetting an existing monument impacted by construction shall be incidental unless included as a
pay item in the Schedule of Prices.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(3) Placing and Finishing Concrete
Section 8-14.3(4) is supplemented by adding the following:
On newly placed sidewalk ramps, the detectable warning pattern shall be achieved by a cast-
in-place material and installed before the concrete has cured The material and methods of
detectable warning pattern placement is subject to the engineer's approval.
City of Renton— 2011 Citywide Walkway SP 73 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011 10
Rehabilitation/Reolacement
On streets with concrete work the curb and gutter and/or curb ramps shall be installed
before the street is overlaid.
8-14.3(4) Curing
.. Section 8-14.3(4) is replaced with:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
Specifications shall prevail, except that white pigmented curing compound shall not be
used on sidewalks. The curing agent shall be applied immediately after brushing and
be maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as
waterproof paper or plastic membrane, to cover the pour of an entire day in the event
of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian
and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional
,., time as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting
the newly placed concrete to prevent damage. Damaged, vandalized, discolored,
stained, or unsightly concrete shall be removed and replaced at the expense of the
Contractor.
8-14.3(5)Ramp Detectable Warning Retrofit
Ow On the existing curb ramps, the Contractor shall install preformed detectable
warnings approved by the engineer. The Contractor shall use 1 of the
detectable warning pattern products listed in the Qualified Products List or
•- submit another manufacturer's product for approval by the engineer. Torch
down type preformed detectable warnings shall not be allowed.
8-14.4 Measurement
�.. Section 8-14.4 is supplemented by adding the following:
When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each
measurement shall include all costs for the complete installation per the plans and
standard details including expansion joint material, curb and gutter and ramped sidewalk
section. Sawcutting, removal and disposal of excavated materials including existing
pavement and sidewalk, crushed surfacing base materials and all other work, materials
and equipment required per Section 8-14 shall be included in the per each price for "Curb
Ramp, Cement Concrete".
8-14.5 Payment
Section 8-14.5 is supplemented by adding the following:
rr "Curb Ramp, Cement Concrete," per each.
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
City of Renton— 2011 Citywide Walkway SP 74 Special Provisions
�r Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Reolacement
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another
crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet.
Skip Center Line (Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a
24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center
line delineation on two-lane or three-lane, two-way highways.
Double Yellow Center Line (Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double
yellow center stripe is used as center line delineation on multilane, two-way highways and
for channelization.
■r
Approach Line (New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements
from through movements, to separate high occupancy vehicle lanes from general purpose
lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed
on 45-degree angle and 10 feet apart.
Lane Line (Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the
same direction. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a
9-foot line and a 15-foot gap.
r
Two Way Left Turn Line (Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide,
separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit
consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right
of the broken line in the direction of travel.
Crosswalk Line (Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another
crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane
lines and the center of lanes. See detail sheet.
Stop Line (Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
aw
8-22.3(5) Installation Instructions
Section 8-22.3(5) is revised as follows:
A manufacturer's technical representative need not be present at the initial material to
installation to approve the installation procedure.
8-22.5 Payment on
Section 8-22.5 is supplemented as follows:
{******)
"Approach Stripe," per linear foot.
"Remove Paint Line ....."wide," per linear foot.* ow
"Remove Plastic Line ........ Wide," per linear foot.*
"Remove existing traffic markings, "per lump sum.'' we
City of Renton— 2011 Citywide Walkway SP 75 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011 +m
Rehabilitation/Renlacement
*The linear foot contract price for "Remove Paint Line" and 'Remove Plastic Line" and the
lump sum contract price for "Remove existing traffic markings" shall be full compensation
for furnishing all labor, tools, material, and equipment necessary for removal of existing
traffic markings as per the plans, specifications and detail sheets. If these pay items do not
�. appear in the contract schedule of prices, then the removal of old or conflicting traffic
markings required to complete the channelization of the project as shown on the plans or
detail sheets shall be considered incidental to other items in the contract and no further
compensation shall be made.
8-23 TEMPORARY PAVEMENT MARKINGS
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
If no pay item is included in the contract for installation or for removal of temporary
pavement markings then all costs associated with these items are considered incidental to
other items in the contract or included under "Traffic Control," if that item is included as a
aw bid item.
8-50 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS
ryr (City of Renton GSP) New Section
Section 8-50 is an added new section with new subsections:
r
CITY OF RENTON
TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS
Amended April 4, 2005 by Ordinance 5131
SECTION 1 PURPOSE
The purpose of this code section is to establish guidelines for the restoration of City streets
disturbed by installation of utilities and other construction activities. Any public or private
utilities, general contractors,or others permitted to work in the public right-of-way will adhere to
+� the procedures set forth in this policy.
SECTION 2 DEFINITIONS
.r. Engineer: The term engineer shall denote the City project manager, inspector and/or plan
reviewer, or their designated representative.
SECTION 3 HOURS OF OPERATIONS
Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed
by the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer.
SECTION 4 APPLICATION
1. The following standards shall be followed when doing trench or excavation work within
the paved portion of any City of Renton right-of-way.
2. Modifications or exemptions to these standards may be authorized by the
Planning/Building/Public Works Administrator,or authorized representative, upon
written request by the permittee,their contractor or engineer and demonstration of an equivalent
alternative.
City of Renton— 2011 Citywide Walkway SP 76 Special Provisions
`.. Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
SECTION 5 INSPECTION
The Engineer may determine in the field that a full street-width(edge-of-pavement to edge-
ofpavement)overlay is required due to changes in the pen-nit conditions such as,but not limited to
the following:
1. There has been damage to the existing asphalt surface due to the contractor's equipment.
2.The trench width was increased significantly or the existing pavement is undermined or
damaged.
3. Any other construction related activities that require additional pavement restoration.
SECTION 6 CITY OF RENTON STANDARDS
1. Materials and workmanship are required to be in conformance with standards for the
Standard Specifications for Road, Bridge,and Municipal Construction prepared by the
Washington State Chapter of the American Public Works Association(APWA)and the
Washington State Department of Transportation(WSDOT)and shall comply with the
most current edition.
An asphalt paver shall be used in accordance with Section 5-04.3(3)of Standard
Specifications. A"Layton Box"or equal may be used in place of the power-propelled
paver. Rollers shall be used in accordance with Section 5-04.3(4)of the Standard
Specifications. "Plate Compactors"and"Jumping Jacks"SHALL NOT be used in lieu of
rollers.
2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details
or as shown on the Plans,unless modified by the City Permit. Surfacing depths shown in
the Standard Details are minimums and may be increased by the Engineer to meet traffic
loads or site conditions.
SECTION 7 REQUIREMENT FOR PATCHING,OVERLAY,OVERLAY WIDTHS
All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall
be a minimum of one foot(P)outside the trench width.The top two inches(2")of asphalt shall
be ground down to a minimum distance of one foot(1')beyond the actual outside edges of the
trench and shall be replaced with two inches(2")of HMA asphalt, where applicable. At the
discretion of the engineer, a full street width overlay may be required.
Lane-width or a full street-width overlay will be detennined based upon the location and length
of the proposed trench within the roadway cross-section.Changes in field conditions may
warrant implementation of additional overlay requirements.
1. Trenches(Road Crossings):
a The minimum width of a transverse patch(road crossing)shall be six and one-half
feet(6.5').
b Any affected lane will be ground down two inches(2")and paved for the entire width
of the lane.
c Patch shall be a minimum of one foot(1')beyond the excavation and patch length
shall be a minimum of an entire traveled lane.
d If the outside of the trenching is within three feet(3')of any adjacent lane line,the
entire adjacent traveled lane affected will be repaved
e An area including the trench and one foot(1')on each side of the trench but not less
than six and one half feet(6.5')total for the entire width of the affected traveled lanes
will be ground down to a depth of two inches(2"). A two-inch(2")overlay of HMA g
asphalt will be applied.
2. Trenches Running Parallel With the Street:
a The minimum width of a longitudinal patch shall be four and one-half feet(4.5').
b If the trenching is within a single traveled lane, an entire lane-width overlay will be
required.
c If the outside of the trenching is within three feet(3')of any adjacent lane line,the
City of Renton— 2011 Citywide Walkway SP 77 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
�rr
entire adjacent traveled lane affected will be overlaid.
d If the trenching is greater than, or equal to 30%of lane per block(660-foot maximum
block length),or if the total patches exceed 12 per block,then the lanes affected will
be overlaid. Minimum overlay shall include all patches within the block section.
e The entire traveled lane width for the length of the trench and an additional ten feet
(10')at each end of the trench will be ground down to a depth of two inches(2").A
two-inch(2")overlay of HMA asphalt will be applied.
3. Potholing:
Potholing shall meet the same requirements as trenching and pavement restoration.
Potholing shall be a minimum of one foot(P)beyond the excavation. All affected lanes
will be ground down to a depth of two inches(2")and paved not less than six and one
half feet(6.5')wide for the entire width of the lane. Potholes greater than five feet(5') in
l length,width or diameter shall be restored to trench restoration standards. In all cases,
61 potholes shall be repaired per Renton Standard Plan# HR05 (SP Page H032).
Restoration requirements utilizing vactor equipment will be determined by the
engineer.
SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING
The contractor in all cases can remove the pavement in the replacement area instead of grinding
out the specified two inches(2")of asphalt. Full pavement replacement to meet or exceed the
existing pavement depth will be required for the area of pavement removal.
Yrr SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION
REQUIREMENTS
1.Trench restoration shall be either by a patch or overlay method,as required and indicated
#r. on the Plans and City of Renton Standard Plan H033.
2.All trench and pavement cuts,which will not be overlaid, shall be made by sawcut or
grinding. Sawcuts shall be a minimum of two feet(2')outside the excavated trench
width.
3.All trenching within the top four feet(4')shall be backfilled with crushed surfacing
materials conforming to Section 4-04 of the Standard Specifications. Any trenching over
four feet(4')in depth may use materials approved by the Engineer or Materials Lab for
backfilling below the four-foot(4')depth. If the existing material(or other material) is
determined by the Engineer to be suitable for backfill,the contractor may use the native material,
except that the top six inches(6")shall be crushed surfacing top course material. The trench shall be
6W compacted to a minimum ninety-five percent(95%)density,as described in Section 2-03 of the
Standard Specifications. In the top six feet(6')of any trench, backfill compaction shall be performed
in eight to 12-inch(8-12") lifts.
Any trench deeper than six feet(6)may be compacted in 24-inch lifts, up to the top six foot
(6)zone.
All compaction shall be performed by mechanical methods. The compaction tests may
be performed in maximum four-foot(4')vertical increments. The test results shall be
given to the Engineer for review and approval prior to paving. The number and location
of tests required shall be determined by the Engineer.
#r 4.Temporary restoration of trenches for overnight use shall be accomplished by using MC
mix(cold!nix),Asphalt Treated Base(ATB),or steel plates,as approved by the
Engineer. ATB used for temporary restoration may be dumped directly into the trench,
bladed out and rolled. After rolling,the trench must be filled flush with asphalt to
provide a smooth riding surface. If the temporary restoration does not hold up,the
Contractor shall repair the patch within eight hours of being notified of the problem by
the City. This requirement applies 24 hours per day,seven days a week. In the event that
the City determines to repair the temporary patch, the contractor shall reimburse the City
City of Renton— 2011 Citywide Walkway SP 78 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Reolacement
ffm
in an amount that is double the City's cost in repairing the patch,with the second half of
the reimbursement to represent City overhead and hidden costs.
5. HMA asphalt shall be placed to the compacted depth as required and indicated on the
Plans,or as directed by the Engineer. The materials shall be made in conformance with
Section 9-02.1(4)of the Standard Specifications.
6.Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be
emulsified asphalt grade CSS-1,as specified in Section 9-02.1(6)of the Standard
Specifications.Tack shall be applied as specified in Section 5-04 of the Standard
Specifications.
7. HMA asphalt shall be placed in accordance with Section 5-04 of the Standard
Specifications;except those longitudinal joints between successive layers of asphalt
concrete shall be displaced laterally a minimum of twelve inches(12"), unless otherwise
approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section
9-03.8 of the Standard Specifications.
All street surfaces, walks or driveways within the street trenching areas shall be feathered
and shimmed to an extent that provides a smooth-riding connection and expeditious
drainage flow for the newly paved surface.
Feathering and shimming shall not decrease the minimum vertical curb depth below four
inches(4")for storm water flow. The Engineer may require additional grinding to
increase the curb depth available for storm water flow in areas that are inadequate.
Shimming and feathering,as required by the Engineer,shall be accomplished by raking
out the oversized aggregates from the HMA mix as appropriate.
Surface smoothness shall be per Section 5-04.3(13)of the Standard Specifications. The
paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary
based upon the streets being trenched.The actual depths of asphalt andthe work to be performed
shall be as required and indicated on the Plans. Compaction of all lifts of asphalt shall be a minimum
ninety-two percent(92%)of density as determined by WSDOT Test Method 705. The number of
tests required shallbe determined by the Engineer.Testing shall be performed by an independent
testing lab with the results being supplied to the Engineer.Testing is not intended to relieve the
contractor from any liability for the trench restoration. It is intended to show the inspector,and the
City,that the restorationmeets these specifications.
8. All joints shall be sealed using paving asphalt AR-4000W.
9. When trenching within the unpaved roadway shoulder(s),the shoulder shall be restored
to its original condition,or better.
10. The final patch or overlay shall be completed as soon as possible and shall not exceed
fifteen(15)working days after first opening the trench. This time frame may be adjusted
if delays are due to inclement paving weather or other adverse conditions that may exist.
However,delaying of final patch or overlay work is subject to the Engineer's approval.
The Engineer may deem it necessary to complete the work within the fifteen(15)
working day time frame and not allow any time extension. Should this occur,the
Contractor shall perform the necessary work,as directed by the Engineer.
11. A City of Renton temporary Traffic Control Plan(from Renton Transportation
Engineering)shall be submitted and approved by the Engineer a minimum of three(3)
working days prior to commencement of work.
SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS
REQUIRED Me
The Permittee will be required to remove utility locate marks on sidewalks only within the
Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job
completion. AM
END OF DIVISION 8
City of Renton— 2011 Citywide Walkway SP 79 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Replacement
i
DIVISION 9—MATERIALS
9-03 AGGREGATES
(January 5,2004)
9-03.8(2) HMA Test Requirements
Section 9-03.8(2) is supplemented with the following:
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be 2.5 million.
s
it
9-03.8(7) HMA Tolerances and Adjustments
Item 1 is deleted and replaced with:
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the
constituents of the mixture at the time of acceptance shall conform to the following tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate,percent passing
P, 3/4", ''/2",and 3/8"sieves i-6% ±8%
U.S.No. 4 sieve ±6% ±8%
U.S.No. 8 sieve ±6% ±g%
i1w U.S.No. 16 sieve ±4% ±6%
U.S.No. 30 sieve ±4% ±6%
U.S.No. 50 sieve ±4% ±6%
U.S.No. 100 sieve ±3% ±5%
U.S.No. 200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.5% ±0.7%
it VMA 1.5%below minimum value in 9-03.8(2)
VIA min.and max. as listed in 9-03.8(2)
Va 2.5%minimum and 5.5%maximum
1i.
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The
tolerance limit for aggregate shall not exceed the limits of the control points section, except the
tolerance limits for sieves designated as 100%passing will be 99-100.
it
f
L
City of Renton— 2011 Citywide Walkway SP 80 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Reolacement
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.2 Seed
Section 9-14.2 is supplemented with the following:
Lawn Seed Mixture: for all seeded lawn areas(% by weight)
50% Low grow turf-type Perennial Rye Blend of three (3)varieties
50%Creeping Red Fescue— `Pennlawn'
Seeding rate: 5 lbs./1000 square feet
Erosion Control Seed Mixture: for all seeded erosion control areas (%by weight)
40% Low grow turf-type Perennial Rye Blend of three (3)varieties
40%Creeping Red Fescue— `Pennlawn'
10% Hard Fescue
10%Tall Fescue
Seeding rate: 5 lbs./1000 square feet
9-14.7 Stakes,Guys,Wrapping,and Root Control
Section 9-14.7 is supplemented by the following:
Root Control Material om
Root control material shall be 18 inches wide Typar Biobarrier, a geotextile fabric with
pellets impregnated with herbicide trifluralin. Install along all edges of curbs and paving
within 10 feet of new and existing tree plantings, as detailed.
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash (RC)
Section 9-23.9 is revised as follows:
Fly ash shall not be used around water lines.
9-30 WATER DISTRIBUTION MATERIALS
9-30.5 Hydrants
Section 9-30.5 is supplemented by adding the following:
Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming
to AWWA C-502-85. Approval must be obtained prior to bid opening.
Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929,
Mueller Super Centurion 200,conforming to AWWA C-502-85.
City of Renton— 2011 Citywide Walkway SP 81 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
it
rr
9-30.5(2) Hydrant Dimensions
Section 9-30.5(2)is replaced with the following:
Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against
pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve
iW opening(M.V.O.)of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2
threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60
degrees V. Threads,outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall
have a 1-1/4" pentagon operating nut opened by turning counter clockwise (left). The two 2-1/2"
hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and
proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive
water tightness under test pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz
adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end
portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to
weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter
with 1/8"coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions.
err
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B has been modified as follows:
Polyethylene pipe shall not be used.
+.. 9-30.6(4) Service Fittings
Section 9-30.6(4)has been revised as follows:
Fittings used for copper tubing shall be compression type with gripper ring.
ii.
9-30.6(5) Meter Setters
Section 9-30.6(5)has been supplemented as follows:
Meter setters shall be installed per the City of Renton Standard Details for water meters, latest
revision
r.
9-36 REMOVE UNSUITABLE MATERIAL-SOD
(City of Renton GSP)New Section
Section 9-36 is an added new section with new subsections:
9-36.1 Description
Contractor shall remove unsuitable sod material as necessary or as directed by the Engineer in all
areas where new topsoil is to be placed.
it
9-36.2 Measurement
Unsuitable sod material removed shall be measured by cubic yard volume.
9-36.3 Payment
Payment shall be made in accordance with Section 1-04.1, for:
"Remove Unsuitable Material-Sod",per cubic yard
City of Renton- 2011 Citywide Walkway SP 82 Special Provisions
10 Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
9-37 RELOCATE/RE-INSTALL MAILBOXES
(City of Renton GSP)New Section
Section 9-37 is an added new section with new subsections:
9-37.1 Description
Contractor shall temporarily remove mailboxes as necessary to complete construction indicated and
shall relocate or re-install them as necessary at the following addresses:
3009 SE 51h Street
3304 SE 6`h Street
3308 SE 6`h Street
and/or as indicated on the plans or as directed by the Engineer.
9-37.2 Measurement
Relocation and Re-Installation of mailboxes shall be measured per each.
9-37.3 Payment
Payment shall be made in accordance with Section 1-04.1, for:
"Relocate/Re-Install Mailboxes",per each
9-38 RELOCATE EXISTING SIGN
(City of Renton GSP)New Section
Section 9-38 is an added new section with new subsections:
9-38.1 Description
Contractor shall relocate existing signs as necessary or as directed by the Engineer.
9-38.2 Measurement
Relocating existing signs shall be measured per each.
9-38.3 Payment
Payment shall be made in accordance with Section 1-04.1,for:
"Relocate existing sign",per each
9-39 INSTALL TREE WELL FRAME & GRATE
(City of Renton GSP)New Section
Section 9-38 is an added new section with new subsections:
(******)
9-39.1 Description
Contractor shall install City-provided frames&grates at new tree locations indicated in plans or as
directed by the Engineer.
9-39.2 Measurement
Relocating existing signs shall be measured per each.
9-39.3 Payment
Payment shall be made in accordance with Section 1-04.1, for:
"Install Tree Well Frame&Grate", per each
END OF DIVISION 9
City of Renton— 2011 Citywide Walkway SP 83 Special Provisions
Improvements/Sidewalk And Curb Ramp August 2011
Rehabilitation/Renlacement
. PART IV
- WSDOT AMENDMENTS TO THE
STANDARD SPECIFICATIONS
too
.w
aft
..
am
� ,
1
1
1
1
1
1
1
1
New Amendments to the 2010 Standard Specifications
Effective August 1, 2011
Please note: New Amendments to the Standard Specifications are described below.
.�. Previous Amendments that are not revised in this package are still in effect.
Amendments to the Standard Specifications take precedence over the Standard
Specifications in accordance with Section 1-04.2.
a. The following is a brief description of the latest revisions, with an explanation of why
each change was made. The actual provisions should be reviewed in depth to become
completely knowledgeable of the full extent of the revisions. These amendments are
to available at the following location:
http://www.wsdot.wa.gov/Design/ProjectDev/Specifications
DIVISION 1 —GENERAL REQUIREMENTS
Section 1-07.5(3)—State Department of Ecology
This amendment brings our specification into compliance with the new General
Construction Stormwater Permit (GCSP)that took effect January 1, 2011. The change
,,. to this section was to include prohibited discharges.
Section 1-09.2(5)—Measurement
The amendment corrects this sections existing amendment by making it clear that under
weighing scales must be fixed immediately and Contractor will not be compensated for
any loss due to under weighing.
�. DIVISION 3—Production From Quarry and Pit Sites and Stockpiling
Section 3-01.4(4)—Gravel Base
This amendment revises the section to remove reference to Stabilometer(R-Value) from
.. specifications and testing. The R-Value testing is not being employed by WSDOT to
perform a useful function in these applications.
"' DIVISION 4—Bases
Section 4-02.4 -Measurement
This amendment revises the section to remove reference to Stabilometer(R-Value) from
specifications and testing. The R-Value testing is not being employed by WSDOT to
perform a useful function in these applications.
DIVISION 5 -SURFACE TREATMENTS AND PAVEMENTS
Section 5-01.3(6) -Dowel Bar Retrofit
�.. Updates needed to specification for dowel bar retrofit per a review of specification from
Jt Northwest Chapter of the American Conc. Pavement Association and WSDOT
Concrete Pavement Team.
.. Section 5-02.3(3)—Application of Asphalt Emulsion and Aggregate
This amendment removes the gradation of 318 to#10 from the standard specifications.
Only one Region has been using the gradation for BST and they are moving away from
'r its use as it acts poorly.
August 1, 2011 Pagel of 6
«�+ MJG:mjg
New Amendments to the 2010 Standard Specifications
Effective August 1, 2011
Section 5-04.3(5)E—Pavement Repair
This is a change to an existing amendment. The previous amendment had a minimum
width of 42-inches for any pavement repair area. This amendment changes that width to
40-inches per WAPA whom stated that 40-inches was a better width for their planing as
machines.
Sections: 5-04.3(7)A1, 5-04.3(7)A2, and 5-04.3(7)A3
Section 5-04.3(7) is amended to addresses changes to be made to HMA mix designs
process. WSDOT no longer does HMA mix design verification, but do determine the anti
strip requirements for each HMA mix design.
Sections: 5-04.3(7)A1—General, 5-04.3(10)A-General, 5-04.3(10)B4-Test Results and
5-04.3(1 1)D-Lots and Sublot ,
Changes in these amendments clarify when a new mix design may be required due to
changes to the percentage of material from a stockpile, static roller usage, HMA
rejection and proposal for approval, and other minor editorial changes.
Section 5-05.3(4)A—Acceptance of Portland Cement Concrete Pavement
Updates in statistical and non-statisticscal acceptance of concrete based upon a review
of specification by Jt Northwest Chapter of the American Conc. Pavement Association
and WSDOT Concrete Pavement Team.
Section 5-05.3(11)—Finishing '
Changes to an existing amendment on the areas where finishing cement conc. Maybe
longitudinal tining or texturing with a comb.
DIVISION 6—STRUCTURES
Section 6-01.13—Architectural Features
This amendment deletes this section and changes the title to Vacant. This was done
because we never define architectural features and there are a lot of characteristics of
concrete that affect color(aggregate, fly ash, cement qty and other none of which are
controlled by this section.
Section 6-01.14—Premolded Joint Filler
This amendment changes Section 6-01.14 to delete the ASTM reference and replace it
with a direct reference to Section 9-04.1(2). ,
Section 6-02.3(5)E -Point of Acceptance
This amendment adds the term "bridge approach slabs"to those items where ,
determination of concrete properties will be made at the point of placement.
Section 6-02.3(17)K—Concrete Forms on Steel Spans
This amendment requires the Contractor to design bridge deck form systems to prevent ,
rotation of the steel girder.
Section 6-02.3(17)N—Removal of Falsework and Forms '
August 1, 2011 Page 2 of 6
MJG:mjg
..
New Amendments to the 2010 Standard Specifications
aw Effective August 1, 2011
This amendment repaces the existing amendment done in January 4, 2010. The new
amendment clarifies the previous amendment with specifics on the types of fors that can
be removed and other formatting changes to make the table easier to read.
Section 6-02.3(25)G -Protection of Exposed Reinforcement
Since 1984, WSDOT has required that all steel reinforcing bars extending from
prestressed concrete girders be painted with a zinc rich primer paint upon removal of the
girder from its casting bed. The requirement is based on experience during the Olympia
.r. Freeway construction projects beginning in the early 1980's where surface corrosion of
unprotected extended steel reinforcing bars stained the surface of the girder webs
exposed to public view. The attached revision adjusts the requirement for protecting
extended steel reinforcing bars by referencing Section 6-02.3(24)B, which allows the
" Engineer to require painting of the bars if they are to be exposed for a length of time
deemed excessive for unprotected exposure. The attached revision also clarifies that
extended prestressing reinforcement is to be painted in all cases.
Section 6-02.3(25)1 -Fabrication Tolerances
This revision to the specified horizontal tolerance for placement of lifting loops brings the
Standard Specification into conformance with the revised placement tolerances specified
in the design criteria of WSDOT LRFD Bridge Design Manual 5.6.3C
Section 6-02.3(25)M-Shipping
The current specification dates back to an August 2007 Amendment requiring the girder
bunk locations be as shown in the Plans based on design in accordance with WSDOT
LRFD Bridge Design Manual 5.6.3D. The PNW/PCI fabricators requested some
flexibility be provided. This revision adds a restriction on the minimum dimension from
the end of girder to the bunk location that is consistent with current WSDOT design
criteria.
Sections 6-02.3(26)A, 6-02.3(26)B, 6-02.3(26)C, 6-02.3(26)D and 6-02.3(26)G
Section 6-02.3(26)was extensively revised in August 2001. These provisions have been
surpassed by more recent design code changes implemented by AASHTO. After a
aw comprehensive review by Bridge and Structures Office , these sections are revised to
bring specification and WSDOT practices regarding post-tensioning, into conformance
with current AASHTO design and construction codes and with industry practice.
me
Sections: 6-02.4—Measurement and 6-02.5 -Payment
Amendment to 6-02.4 was done to specify that the computed weight of steel includes
mechanical splices, based on the weight of the splice as specified in the manufacturer's
catalog cut for the specific item. Item 2 is also revised to clarify that splices specified as
"optional" are to be furnished without extra allowance the same as for other splices not
shown in the Plans. Amendment to 6-02.5 is revised to specify that splicing is included
in the steel reinforcing bar bid item. Also, the bid item names are revised to add a fill-in
blank at the end of the name to bring them into conformance with the Standard Item
table naming convention.
Section 6-03.3(7)A—Erection Methods
This amendment removes the requirement for steel fabricators to review and approve
the Contractors erection plan, since steel fabricators and erection are completely
+.. separate operations.
August 1, 2011 Page 3 of 6
w MJG:mjg
r.
New Amendments to the 2010 Standard Specifications '
Effective August 1, 2011
Section 6-03.3(39)—Swinging the Span Erection Methods
This amendment allows the placement of bridge deck forms prior to swinging the girders
provided uniformly distributed weight of forms is less than or equal to 5 pounds per
square foot.
Section 6-05.5 -Payment
This amendment was done to include furnishing steel reinforcing bar in the bid item
"Cast-in-Place Concrete Test Piles". Ambiguity in the existing specification has led to
confusion and change orders to provide extra payment for furnishing reinforcing steel for
this item. ,
Section 6-07.3(9)1—Application of Field Coating
When Section 6-07 was revised in August 2009, the requirement for preparing uncoated ,
surfaces prior to applying field primer was inadvertently left out of the specification. This
revision closes the gap in the specification by inserting into Section 6-07.3(9)1 the
missing requirement to prepare all uncoated surfaces, including bolts, nuts, washers and
splice plates, upon completion of erection work in accordance with Section 6-07.3(9)F ,
Section 6-13.3(2)A -Design Calculation Content Requirements
This amendment revises an earlier amendment. Due to an FHWA requirement that wall
designs conform to AASHTO LRFD Bridge Design Specification,the WSDOT design
approach for structural earth walls is changing. As a part of this revised design approach
WSDOT will be responsible for specifying the length of soil reinforcement. This revision
removes ambiguity regarding the required length of soil reinforcement in Item No. 7.
Section 6-13.5—Payment
This amendment adds the term, 'copings' as being incidental to the unit contract price for '
"Structural Earth Wall". This was done because more projects are incorporating sensitive
aesthetic ornamentation into various structure elements.
Section 6-17.3(7)—Installing Permanent Ground Anchors
The existing amendment to this section is Deleted as it was in conflict with sixth
paragraph of the section which allowed installation of anchors in a wet or dry hole.
DIVISION 7—Drainage Structures, Storm Sewers, Sanitary Sewers Water Mains,
and Conduits
Section 7-09—Water Mains
Three amendments to sections; 7-09.3(24)A, 7-09.3(24)N and 7-09.5 to bring these
sections into compliance with the new General Construction Stormwater Permit(GCSP)
that took effect January 1, 2011. The change to these sections were to address
dechlorination of water before discharge.
DIVISION 8 -MISCELLANEOUS CONSTRUCTION
as
Section 8-01.3(1)A -Submittals
This amendment rearranges content in the Section for better flow of content, and it
makes it clear that that modified TESC Plans have to meet the requirements of Chapter
6, Section 6-2 of the current edition of the WSDOT Highway Runoff Manual.
August 1, 2011 Page 4 of 6
MJG:mjg
..
New Amendments to the 2010 Standard Specifications
aw Effective August 1, 2011
aw Section 8-01.3(1)B—Erosion and Sediment Control (ESC) Lead
This amendment brings this section into compliance with the new General Construction
Stormwater Permit (GCSP) that took effect January 1, 2011. The change supplements
.r the duties of the ECL for inspection of BMPs and discharge points.
Section 8-21.3(9)F—Foundations
This amendment changes item number 3, in the tenth paragraph, to state that unless the
ow Plans call out a different class of cement concrete, commercial grade cement concrete
will be used for roadside sign structures.
fm Sections: 8-22.4—Measurement and 8-22.5 -Payment
These amendments add the new Pavement Marking item, Junction Box Markings.
DIVISION 9—MATERIALS
aw
Section 9-03.4(2)—Grading and Quality
This amendment removes the column titled `3/8"—No. 10' from the Table of this
Section. This gradation has been linked to poorly performing BST pavements.
Sections: 9-03.10—Aggregates for Gravel Base, 9-03.12(1)B—Class B and 9-03.20
—Test Methods for Aggregates
These amendment revise the sections to remove reference to Stabilometer(R-Value)
from specifications and testing. The R-Value testing is not being employed by WSDOT
to perform a useful function in these applications
Section 9-05.12(1) -Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer
Pipe, and Solid Wall PVC Sanitary Sewer Pipe
This amendment changes 115 psi pipe stiffness to 46 psi in this Section. The higher
strength pipe is hard to find and expensive and after further review the 46 e pipe
i
p
stiffness would be sufficient for WSDOT needs.
.r Section 9-06.5(4)—Anchor Bolts
This amendment is revised to include reference to AASHTO M 292, Grade H. The
Bridge Office has been receiving request to approve this material and concurs with the
„r assertion that the material is equivalent to the specified AASHTO M 291/ASTM A 563
Grade DH material if overtapping, lubrication and rotational testing required in Section 9-
06.5(3) is satisfied.
Section 9-07.2- Deformed Steel Bars
This amendment updates the specification to assure that ASTM A 706 Grade 60 is used
for bridge and structures elements.
Sections 9-23.9 -Fly Ash and 9-23.10 -Ground Granulated Blast Furnace Slag
The new amendments detail the quality control, tests and acceptance methods, for Fly
Ash and Blast Furnace Slag. These changes have been discussed with WACA which did
not have any concerns. These new amendments formalizes the quality control program
for fly ash and slag that has been voluntary to date and parallels the program that we
have been performing on Portland cement.
r
August 1, 2011 Page 5 of 6
w. MJG:mjg
aw
New Amendments to the 2010 Standard Specifications ,
Effective August 1, 2011
Sections 9-29.1(4)A -Rigid PVC Conduit and 9-29.1(4)C -HDPE Conduit
These amendments delete erroneous specifications in section 9-29.1(4)A as ASTM F
2136 does not apply to PVC conduit, and adds additional clarification to section 9-
29.1(4)C concerning the requirements for HDPE Conduit that it be listed by the
Nationally Recognized Testing Laboratories (NRTLs) program.
Note: a previous amendment changed the section number of 9-29.1(4)B HDPE
Conduit in the Book to section number 9-29.1(4)C HDPE Conduit. '
Sections 9-34.4(1) Geosynthetic Material Approval, 9-33.4(3) -Acceptance
Samples and 9-33.4(4)—Acceptance by Certificate of Compliance
These amendments to geotextile for underground were made to reduce the quantity of ,
material for testing from 600 sy to 100 sy because for the typical underdrain, this is
equivalent to 600 linear feet of drain. Considering that such underdrains could be used ,
behind retaining walls to keep water out of the backfill, or at road edge to keep water out
of the base/subgrade, this is a lot of length of such features that potentially could fail if
the geotextile is inadequate to promote the drainage needed.
August 1, 2011 Page 6 of 6
:
MJG:mjg
1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
�.. 2 I August 1, 2011
3 1-07.2 Sales Tax
4 The third sentence in the first paragraph is revised to read:
�r 5
6 The Contractor shall contact the Contract Payment section of the Division of Accounting
7 & Financial Services of the Department of Transportation, Olympia WA for questions on
MW 8 sales tax.
9
10 The first sentence in the third paragraph is revised to read:
.. 11
12 The Contracting Agency will pay the retained percentage only if the Contractor has
13 obtained from the State Department of Revenue a certificate showing that all Contract-
14 related taxes have been paid (RCW 60.28.051).
15
16 1-07.5(3) State Department of Ecology
17 Item No. 4. in the first paragraph is revised to read:
+® 18
19 4. Perform Work in such a manner that all materials and substances not specifically
20 identified in the Contract documents to be placed in the water do not enter waters
21 of the State, including wetlands. These include, but are not limited to, petroleum
22 products, hydraulic fluid, fresh concrete, concrete wastewater, process wastewater,
23 slurry materials and waste from shaft drilling, sediments, sediment-laden water,
24 chemicals, paint, solvents, or other toxic or deleterious materials.
+� 25
26 1-07.9(1) General
27 The second sentence in the fourth paragraph is revised to read:
28
29 When the project involves highway Work, heavy Work and building Work, the Contract
30 Provisions may list a Federal wage and fringe benefit rate for the highway Work, a
31 separate Federal wage and fringe benefit rate for both the heavy Work and the building
32 Work.
33
34 1-07.13(4) Repair of Damage
35 The last sentence in the first paragraph is revised to read:
36
37 For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8-
,r 38 17.5, payment will be made in accordance with Section 1-09.4 using the estimated bid
39 item"Reimbursement for Third Party Damage".
40
41 1-07.14 Responsibility for Damage
42 The third,fourth and fifth paragraphs are revised to read:
43
44 Subject to the limitations in this section and RCW 4.24.115 the Contractor shall
r 45 indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and
46 all officers and employees of the State from all claims, suits, or actions brought for
47 injuries to, or death of, any persons or damages resulting from construction of the Work
48 or in consequence of any negligence or breach of contract regarding the Work, or the
49 use of any improper materials in the Work, caused in whole or in part by any act or
50 omission by the Contractor or the agents or employees of the Contractor during
..
00 Amendments to the 2010 Standard Specifications Section 1-07
AUGUST 1, 2011 Page 1
r.
1 performance or at any time before final acceptance. In addition to any remedy
2 authorized by law, the State may retain so much of the money due the Contractor as
3 deemed necessary by the Engineer to ensure indemnification until disposition has been
4 made of such suits or claims.
5
6 Subject to the limitations in this section and RCW 4.24.115, the Contractor shall
7 indemnify, defend, and save harmless any county, city, or region, its officers, and
8 employees connected with the Work, within the limits of which county, city, or region the
9 Work is being performed, all in the same manner and to the same extent as provided
10 above for the protection of the State, its officers and employees, provided that no
11 retention of money due the Contractor be made by the State except as provided in
12 RCW 60.28, pending disposition of suits or claims for damages brought against the
13 county, city, or district.
14 '15 Pursuant to RCW 4.24.115, where such claims, suits, or actions result from the
16 concurrent negligence of(a)the indemnitee or the indemnitee's agents or employees
17 and (b)the Contractor or the Contractor's agent or employees, the indemnity provisions
18 provided in the preceding paragraphs of this section shall be valid and enforceable only ,
19 to the extent of the Contractor's negligence or the negligence of its agents and
20 employees.
21
22 This section is supplemented with the following:
23
24 THE CONTRACTOR SPECIFICALLY ASSUMES ALL POTENTIAL LIABILITY FOR
25 ACTIONS BROUGHT BY EMPLOYEES OF THE CONTRACTOR AND, SOLELY FOR
26 THE PURPOSE OF ENFORCING THE DEFENSE AND INDEMNIFICATION
27 OBLIGATIONS SET FORTH IN SECTION 1-07.14, THE CONTRACTOR
28 SPECIFICALLY WAIVES ANY IMMUNITY GRANTED UNDER THE STATE '
29 INDUSTRIAL INSURANCE LAW, RCW TITLE 51. THIS WAIVER HAD BEEN
30 MUTUALLY NEGOTIATED BY THE PARTIES. THE CONTRACTOR SHALL
31 SIMILARLY REQUIRE THAT EACH SUBCONTRACTOR IT RETAINS IN '
32 CONNECTION WITH THE PROJECT COMPLY WITH THE TERMS OF THIS
33 PARAGRAPH, WAIVE ANY IMMUNITY GRANTED UNDER RCW TITLE 51 AND
34 ASSUME ALL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE
35 SUBCONTRACTOR.
36
37 1-07.15 Temporary Water Pollution/Erosion Control
38 The fourth paragraph is deleted.
39
40 1-07.15(1) Spill Prevention, Control and Countermeasures Plan
41 This section is deleted in its entirety and replaced with the following:
42
43 The Contractor shall prepare and implement a project-specific spill prevention, control,
44 and countermeasures plan (SPCC Plan)for the duration of the project. The Contractor
45 shall submit the plan to the Project Engineer no later than the date of the
46 preconstruction conference. No on-site construction activities may commence until the
47 Contracting Agency accepts an SPCC Plan for the project. SPCC Plan template and
48 guidance information is available at:
49 http://www.wsdot.wa.gov/Environment/HazMat/SpillPrevention.htm.
50
51 The SPCC Plan shall address all fuels, petroleum products and hazardous materials, as
52 defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M 31-11). '
Amendments to the 2010 Standard Specifications Section 1-07
AUGUST 1, 2011 Page 2
rrr
1 Occupational safety and health requirements that may pertain to SPCC Plan
r 2 implementation are contained in, but not limited to, WAC 296-824 and WAC 296-843.
3 The SPCC Plan shall address conditions that may be required by Section 3406 of the
4 current International Fire Code, or as approved by the local Fire Marshal.
5
6 Implementation Requirements
7 The Contractor shall update the SPCC Plan throughout project construction so that the
8 written plan reflects actual site conditions and practices. The Contractor shall update the
9 SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the
10 project site. The Contractor shall fully implement the SPCC Plan, as accepted and
11 updated, at all times.
12
13 SPCC Plan Element Requirements
14 The SPCC Plan shall set forth the following information in the following order:
15
16 1. Responsible Personnel
17 Identify the names, titles, and contact information for the personnel responsible
18 for implementing and updating the plan and for responding to spills.
19
20 2. Spill Reporting
21 List the names and telephone numbers of the Federal, State, and local
22 agencies the Contractor shall notify in the event of a spill.
23
24 3. Project and Site Information
25 Describe the following items:
ow 26
27 A. The project Work.
28
29 B. The site location and boundaries.
ON 30
31 C. The drainage pathways from the site.
32
33 D. Nearby waterways and sensitive areas and their distances from the
34 site.
35
36 4. Potential Spill Sources
37 Describe each of the following for all potentially hazardous materials brought
38 or generated on-site (including materials used for equipment operation,
39 refueling, maintenance, or cleaning):
40
41 A. Name of material and its intended use.
42
43 B. Estimated maximum amount on-site at any one time.
44
45 C. Location(s) (including any equipment used below the ordinary high
46 water line)where the material will be staged, used, and stored and
"` 47 the distance(s)from nearby waterways and sensitive areas.
48
49 5. Pre-Existing Contamination
50 Describe any pre-existing contamination and contaminant sources (such as
51 buried pipes or tanks) in the project area that are described in the Contract
1
' Amendments to the 2010 Standard Specifications Section 1-07
AUGUST 1, 2011 Page 3
L
r�x
rf
1 provisions and Plans. Identify equipment and work practices that shall be used
2 to prevent the release of contamination.
3
4 6. Spill Prevention and Response Training ,
5 Describe how and when all project personnel, including refueling personnel
6 and other Subcontractors, shall be trained in spill prevention, containment, and
7 response and in the location of spill response kits.
8
9 7. Spill Prevention
10 Describe the following items:
11 '12 A. The contents and locations of spill response kits that the Contractor
13 shall supply and maintain that are appropriately stocked, located in
14 close proximity to hazardous materials and equipment, and '
15 immediately accessible.
16
17 B. Security measures for potential spill sources to prevent accidental
18 spills and vandalism. ,
19
20 C. Methods used to prevent stormwater from contacting hazardous
21 materials. '
22
23 D. Secondary containment for each potential spill source listed in 4,
24 above. Secondary containment structures shall be in accordance
25 with Section S9.D.9 of Ecology's Construction Storm water General '
26 NPDES Permit,where secondary containment means placing tanks
27 or containers within an impervious structure capable of containing
28 110% of the volume contained in the largest tank within the
29 containment structure. Double-walled tanks do not require additional
30 secondary containment.
31
32 E. BMP Methods used to prevent discharges to ground or water during
33 mixing and transfers of hazardous materials and fuel. Methods to
34 control pollutants shall use BMPs in accordance with Ecology's
35 Construction Stormwater General NPDES Permit. BMPs guidance is
36 provided in Ecology's Stormwater Management Manuals, such as
37 Volume II —Construction Stormwater Pollution Prevention, BMP
38 C153 and Volume IV Source Control BMPs.
39
40 F. Refueling procedures for equipment that cannot be moved from ON
41 below the ordinary high water line.
42
43 G. Daily inspection and cleanup procedures that ensure all equipment err
44 used below the ordinary high water line is free of all external
45 petroleum-based products.
46
47 H. Routine equipment, storage area, and structure inspection and
48 maintenance practices to prevent drips, leaks or failures of hoses,
49 valves, fittings, containers, pumps, or other systems that contain or
50 transfer hazardous materials.
51
52 1. Site inspection procedures and frequency. '
Amendments to the 2010 Standard Specifications Section 1-07
AUGUST 1, 2011 Page 4
1
2 8. Spill Response
3 Outline the response procedures the Contractor shall follow for each scenario
4 listed below, indicating that if hazardous materials are encountered or spilled
5 during construction, the Contractor shall do everything possible to control and
6 contain the material until appropriate measures can be taken. Include a
7 description of the actions the Contractor shall take and the specific on-site spill
8 response equipment that shall be used to assess the spill, secure the area,
9 contain and eliminate the spill source, clean up spilled material, decontaminate
10 equipment, and dispose of spilled and contaminated material.
11
12 A. A spill of each type of hazardous material at each location identified
13 in 4, above.
14
15 B. Stormwater that has come into contact with hazardous materials.
16
17 C. A release or spill of any pre-existing contamination and contaminant
18 source described in 5, above.
19
20 D. A release or spill of any unknown pre-existing contamination and
21 contaminant sources (such as buried pipes or tanks) encountered
22 during project Work.
23
24 E. A spill occurring during Work with equipment used below the ordinary
25 high water line.
26
27 If the Contractor will use a Subcontractor for spill response, provide contact
28 information for the Subcontractor under item 1 (above), identify when the
29 Subcontractor shall be used, and describe actions the Contractor shall take
30 while waiting for the Subcontractor to respond.
31
32 9. Project Site Map
33 Provide a map showing the following items:
34
35 A. Site location and boundaries.
36
37 B. Site access roads.
38
39 C. Drainage pathways from the site.
40
41 D. Nearby waterways and sensitive areas.
42
43 E. Hazardous materials, equipment, and decontamination areas
44 identified in 4, above.
45
46 F. Pre-existing contamination or contaminant sources described in 5,
47 above.
48
49 G. Spill prevention and response equipment described in 7 and 8,
50 above.
51
52 10. Spill Report Forms
Amendments to the 2010 Standard Specifications Section 1-07
AUGUST 1, 2011 Page 5
1 Provide a copy of the spill report form(s) that the Contractor shall use in the '
2 event of a release or spill.
3
4 Payment ,
5 Payment will be made in accordance with Section 1-04.1 for the following bid item when
6 it is included in the Proposal:
7
8 "SPCC Plan," lump sum.
9
10 When the written SPCC Plan is accepted by Contracting Agency, the Contractor shall
11 receive 50-percent of the lump sum Contract price for the plan. The remaining 50- '
12 percent of the lump sum price will be paid after the materials and equipment called for in
13 the Plan are mobilized to the project.
14 ,15 The lump sum payment for"SPCC Plan" shall be full pay for all costs associated with
16 creating and updating the accepted SPCC Plan, all costs associated with the set up of
17 prevention measures, and implementing the current SPCC Plan as required by this
18 Specification. ,
19
20 As to other costs associated with releases or spills, including restocking spill kits, the
21 Contractor may request payment as provided for in the Contract. No payment shall be '
22 made if the release or spill was caused by or resulted from the Contractor's operations,
23 negligence, or omissions.
24
25 1-07.16(2) Vegetation Protection and Restoration
26 The second paragraph is revised to read:
27
28 Damage which may require replacement of vegetation includes torn bark stripping,
29 broken branches, exposed root systems, cut root systems, poisoned root systems,
30 compaction of surface soil and roots, puncture wounds, drastic reduction of surface
31 roots or leaf canopy, changes in grade greater than 6-inches, or any other changes to
32 the location that may jeopardize the survival or health of the vegetation to be preserved.
33
34 The third paragraph is revised to read:
35
36 When large roots of trees designated to be saved are exposed by the Contractor's
37 operation, they shall be wrapped with heavy, moist material such as burlap or canvas
38 for protection and to prevent excessive drying. The material shall be kept moist and
39 securely fastened until the roots are covered to finish grade. All material and fastening
40 material shall be removed from the roots before covering. All roots 1-inch or larger in
41 diameter, which are damaged, shall be pruned with a sharp saw or pruning shear.
42 Damaged, torn, or ripped bark shall be removed as designated by the Engineer at no
43 additional cost to the Contracting Agency.
44
45 The fourth paragraph is revised to read: '
46
47 Any pruning activity required to complete the Work as specified shall be performed by a
48 Certified Arborist as designated by the Engineer. ,
49
50 1-07.18 Public Liability and Property Damage Insurance
51 This section is deleted in its entirety and replaced with the following:
52 '
Amendments to the 2010 Standard Specifications Section 1-07
AUGUST 1, 2011 Page 6
r.
1 1-07.18 Public Liability and Property Damage Insurance
am 2 The Contractor shall obtain and keep in force the following policies of insurance. The
3 policies shall be with companies or through sources approved by the State Insurance
4 Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the
5 policies shall be kept in force from the execution date of the Contract until the date of
wo 6 acceptance by the Secretary (Section 1-05.12).
7
8 1. Owners and Contractors Protective (OCP) Insurance providing bodily injury and
so 9 property damage liability coverage with limits of$3,000,000 per occurrence and,
10 per project, in the aggregate for each policy period, written on Insurance Services
11 Office (ISO)form CG0009 1204, together with Washington State Department of
12 Transportation amendatory endorsement CG 2908 1195, specifying the Contracting
"" 13 Agency, the State, the Governor, the Commission, the Secretary , the Department
14 and all officers and employees of the State as named insured.
15
do 16 2. Commercial General Liability(CGL) Insurance written under ISO Form CG0001 or
17 its equivalent with minimum limits of$3,000,000 per occurrence and in the
18 aggregate for each one year policy period. This coverage may be any combination
19 of primary, umbrella or excess liability coverage affording total liability limits of not
20 less than $3,000,000 per occurrence and in the aggregate. Products and
21 completed operations coverage shall be provided for a period of three years
22 following Substantial Completion of the Work.
23
24 3. Commercial Automobile Liability Insurance providing bodily injury and property
25 damage liability coverage for all owned and nonowned vehicles assigned to or used
26 in the performance of the Work with a combined single limit of not less than $1,000,
27 000 each occurrence. This coverage may be any combination of primary, umbrella
28 or excess liability coverage affording total liability limits of not less than $1,000,000
29 per occurrence with the State named as an additional insured or designated
30 insured in connection with the Contractor's Performance of the Contract. If
31 pollutants are to be transported, MCS 90 and CA 99 48 endorsements are required
32 on the Commercial Automobile Liability insurance policy unless in-transit pollution
33 risk is covered under a Pollution Liability insurance policy.
34
35 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the
36 Governor, the Commission, the Secretary, the Department, all officers and
37 employees of the State, and their respective members, directors, officers,
38 employees, agents and consultants (collectively the "Additional Insureds") shall be
39 included as Additional Insureds for all policies and coverages specified in this
+•► 40 Section, with the exception of the OCP policy. Said insurance coverage shall be
41 primary and non-contributory insurance with respect to the insureds and the
42 Additional Insureds. Any insurance or self-insurance beyond that specified in this
43 Contract that is maintained by any Additional Insured shall be in excess of such
44 insurance and shall not contribute with it. All insurance coverage required by this
45 Section shall be written and provided by "occurrence-based" policy forms rather
46 than by "claims made"forms.
47
48 All endorsements adding Additional Insureds to required policies shall be issued on
49 (i)form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency,
50 providing the Additional Insureds with all policies and coverages set forth in this
51 Section, with the exception of the OCP and Commercial Auto policies or(ii)form
52 CA 20 48 or forms deemed equivalent by Contracting Agency, providing the
Amendments to the 2010 Standard Specifications Section 1-07
r AUGUST 1, 2011 Page 7
1 Additional Insureds with all coverage's required under the Commercial Automobile
2 Liability.
3
4 5. The coverage limits to be provided by Contractor for itself and to the Contracting
5 Agency and Additional Insureds pursuant to this section or any Special Provision,
6 shall be on a "per project"aggregate basis with the minimum limits of liability as set
7 forth herein for both general liability and products/completed operations claims.
8 The additional insured coverage required under this Section for products/completed
9 operations claims shall remain in full force and effect for not less than three years
10 following Substantial Completion of the project. If the Contractor maintains, at any
11 time, coverage limits for itself in excess of limits set forth in this Section 1-07.18 or
12 any Special Provision, then those additional coverage limits shall also apply to the
13 Contracting Agency and the Additional Insureds. This includes, but is not limited to,
14 any coverage limits provided under any risk financing program of any description,
15 whether such limits are primary, excess, contingent or otherwise.
16
17 6. All insurance policies and coverage's required under Section 1-07.18 and Section
18 1-07.10 shall contain a waiver of subrogation against the Contracting Agency , the
19 State, any Additional Insured and their respective departments, agencies, boards,
20 and commissions and their respective officers, officials, agents, and employees for
21 losses arising from Work performed by or on behalf of the Contractor. This waiver
22 has been mutually negotiated by the parties.
23
24 7. Where applicable, the Contractor shall cause each Subcontractor to provide
25 insurance that complies with all applicable requirements of the Contractor-provided
26 insurance as set forth herein, in circumstances where the Subcontractor is not
27 covered by the Contractor-provided insurance. The Contractor shall have sole
28 responsibility for determining the limits of coverage required, if any, to be obtained
29 by Subcontractors, which determination shall be made in accordance with so
30 reasonable and prudent business practices. In the event that a Subcontractor is
31 required to add the Contractor as an additional insured pursuant to its contract for
32 Work at the Project, then the Contractor shall also cause each Subcontractor to
33 include the Contracting Agency and the Additional Insureds as additional insureds
34 as well, for primary and non-contributory limits of liability under each
35 Subcontractor's Commercial General Liability, Commercial Automobile Liability
36 and, any other coverage's which may be required pursuant to a "Special Provision". r„y
37
38 8. Unless specifically noted otherwise in the Contract Documents, the parties to this
39 Contract do not intend by any of the provisions of this Contract to cause the public
40 or any member thereof or any other Person to be a third party beneficiary of the
41 Contract Documents. Nothing in this Contract authorizes anyone not a party to this
42 Contract or a designated third party beneficiary to this Contract to maintain a suit
43 for personal injuries or property damage pursuant to the terms or provisions of this go
44 Contract. It is the further intent of the Contracting Agency and the Contractor in
45 executing the Form of Contract that no individual,firm, corporation or any
46 combination thereof which supplies materials, labor, services, or equipment to the
47 Contractor for the performance of the Work shall become thereby a third party
48 beneficiary of this Contract.
49
50 The Contract Documents shall not be construed to create a contractual relationship
51 of any kind between the Contracting Agency and a Subcontractor or any other
52 Person except the Contractor.
Amendments to the 2010 Standard Specifications Section 1-07
AUGUST 1, 2011 Page 8
wr
1
2 9. The Owners and Contractors Protective Insurance policy shall not be subject to a
3 deductible or contain provisions for a deductible. The Commercial General Liability
4 policy and the Commercial Automobile Liability Insurance policy may, at the
5 discretion of the Contractor, contain such provisions. If a deductible applies to any
6 claim under these policies, then payment of that deductible will be the responsibility
7 of the Contractor, notwithstanding any claim of liability against the Contracting
8 Agency. However in no event shall any provision for a deductible provide for a
WN 9 deductible in excess of$50,000.00.
10
11 10. With the exception of the Commercial Automobile liability coverage, no policies of
12 insurance required under this Section shall contain an arbitration or alternative
'e 13 dispute resolution clause applicable to disputes between the insurer and its
14 insureds. Any and all disputes concerning (i)terms and scope of insurance
15 coverage afforded by the policies required hereunder and/or(ii) extra contractual
40 16 remedies and relief which may be afforded policy holders in connection with
17 coverage disputes, shall be resolved in Washington Superior Court, applying
18 Washington law.
19
av 20 11. Prior to Contract execution, the Contractor shall file with the Department of
21 Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-
22 7420,ACORD Form Certificates of Insurance evidencing the minimum insurance
.r 23 coverages required under these Specifications. Within 30 days of being awarded a
24 Contract, the Contractor shall provide the Department with complete copies, which
25 may be electronic copies, of all insurance policies required under this section and
26 any Special Provisions.
27
28 12. The Contractor shall provide written notice to the Engineer of any policy
29 cancellations and provide the Department of Transportation, Contract Payment
«■ 30 Section, P.O. Box 47420 Olympia, WA 98504-7420, by U.S Mail, notice of any
31 policy cancellation within two business days of receipt of cancellation.
32
so 33 13. Failure on the part of the Contractor to maintain the insurance as required, or to not
34 provide certification and copies of the insurance prior to the time specified in
35 subsection 11 above, shall constitute a material breach of Contract upon which the
36 Contracting Agency may, after giving 5-business days notice to the Contractor to
am 37 correct the breach, immediately terminate the Contract or, at its discretion, procure
38 or renew such insurance and pay any and all premiums in connection therewith,
39 with any sums so expended to be repaid to the Contracting Agency on demand, or
4W 40 at the sole discretion of the Contracting Agency, offset against funds due the
41 Contractor from the Contracting Agency. All costs for insurance, including any
42 payments of deductible amounts, shall be considered incidental to and included in
43 the unit Contract prices and no additional payment will be made.
r.
r
Amendments to the 2010 Standard Specifications Section 1-07
AUGUST 1, 2011 Page 9
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r
1 SECTION 1-09, MEASUREMENT AND PAYMENT
2 I August 1, 2011
3 1-09.2(1) General Requirement for Weighing Equipment
4 This section is revised to read:
5
6 Unless specified otherwise, any Highway or Bridge construction materials to be
7 proportioned or measured and paid for by weight shall be weighed on a scale.
Err 8
9 Scales
10 Scales shall:
11
r 12 1. be accurate to within 0.5-percent of the correct weight throughout the range of
13 use;
14
15 2. not include spring balances;
16
17 3. include beams, dials, or other reliable readout equipment;
18
19 4. be built to prevent scale parts from binding, vibrating, or being displaced and to
20 protect all working parts and;
21
22 5. be carefully maintained, with bunkers and platforms kept clear of accumulated
23 materials that could cause errors.
24
25 Scale Operations
26 Contractor provided scale operations are defined as operations where a scale is set up
27 by the Contractor specifically for the project and most, if not all, material weighed on the
r 28 scale is utilized for Contract Work. In this situation, the Contractor shall provide a
29 person to operate the project scale, write tickets, perform scale checks and prepare
30 reports.
31
32 Commercial scale operations include the use of established scales used to sell
33 materials to the public on a regular basis. In addition, for the purposes of this
34 specification, all batch, hopper, and belt scales are considered to be commercial scales.
35 When a commercial scale is used as the project scale, the Contractor may utilize a
36 commercial scale operator provided it is at no additional cost to the contracting agency.
37
38 In addition, the Contractor shall ensure that:
39
40 1. the Engineer is allowed to observe the weighing operation and check the daily
41 scale weight record;
.. 42
43 2. scale verification checks are performed at the direction of the Contracting
44 Agency (see Section 1-09.2(5));
45
r 46 3. several times each day, the scale operator records and makes certain the
47 platform scale balances and returns to zero when the load is removed; and
48
49 4. test results and scale weight records for each day's hauling operations are
50 provided to the Engineer daily. Unless otherwise approved, reporting shall
51 utilize form 422-027, Scaleman's Daily Report.
Amendments to the 2010 Standard Specifications Section 1-09
"" AUGUST 1, 2011 Page 1
1 t 2 Trucks and Tickets
3 Each truck to be weighed shall bear a unique identification number. This number shall
4 be legible and in plain view of the scale operator. Each vehicle operator shall obtain a ,
5 weigh or load ticket from the scale operator. The Contracting Agency will provide item
6 quantity tickets for scales that are not self-printing. The Contractor shall provide tickets
7 for self-printing scales. All tickets shall, at a minimum, contain the following information:
8
9 1. date of haul;
10
11 2. contract number;
12
13 3. contract unit Bid item;
14
15 4. unit of measure;
16
17 5. identification number of hauling vehicle; and
18
19 6. weight delivered
20
21 a. net weight in the case of batch and hopper scales
22
23 b. gross weight, tare and net weight in the case of platform scales (tare may
24 be omitted if a tare beam is used)
25
26 c. approximate load out weight in the case of belt conveyor scales Dili
27
28 The vehicle operator shall deliver the ticket in legible condition to the material receiver
29 at the material delivery point. The material delivery point is defined as the location
30 where the material is incorporated into the permanent Work.
31
32 1-09.2(2) Specific Requirements for Batching Scales
33 In the first paragraph, the last sentence is revised to read: dill
34
35 Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used
36 for batching other materials.
37 id
38 1-09.2(3) Specific Requirements for Platform Scales
39 In the first paragraph, the last sentence is revised to read:
40
41 A tare weight shall be taken of each hauling vehicle at least once daily.
42
43 The third paragraph is deleted.
44
45 1-09.2(5) Measurement
46 This section is revised to read:
47
48 Scale Verification Checks
49 The Engineer will verify the accuracy of each batch, hopper or platform scale. The
50 frequency of verification checks will be such that at least one test weekly is performed
51 for each weighed contract item of work being performed during that week.
52
Amendments to the 2010 Standard Specifications Section 1-09
AUGUST 1, 2011 Page 2
1 Verification checks may not be routinely conducted for weighed material, who's
2 proposal quantity multiplied by the unit bid price, has a value less than $20,000.
.. 3
4 The verification will consist of one of the following methods and be at the Contractor's
5 option:
+�+ 6
7 1. Weigh a loaded truck on a separate certified platform scale designated by the
8 Contractor,for the purpose of scale verification.
rr 9
10 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified
11 scale and then check the project scale with it.
12
13 3. Establish a certified fixed load weighing at least 10,000 pounds as a check-
14 weight. The certification shall consist of an affidavit affirming the correct
15 weight of the fixed load.
16
17 Should the scale verification check reveal a weight difference of more than 0.5-percent,
18 a second scale verification check shall be performed immediately. If the weight
19 differences of both comparison checks exceed the 0.5-percent limit and the scale has
20 been over weighing, the Contractor shall immediately stop weighing and the scale shall
21 be recertified at the Contractor's expense. If the weight difference of both comparison
22 checks exceed the 0.5-percent limit and the scale is under weighing, it shall be adjusted
23 immediately. The Contractor will not be compensated for any loss from under weighing.
24
25 Belt Scales
a. 26 To test the accuracy of a belt-conveyor scale, the Contractor shall weigh five or more
27 payloads from sequential hauling units and compare these weights with weights of the
28 same payloads taken on a separate certified platform scale. If the test results fluctuate,
29 the Engineer may require more than five check loads. Conveyor weights will be based
30 on tonnage values taken from the sealed odometer at the beginning and end of each
31 check period.
32
33 If scale verification checks show the scale has been under weighing, it shall be adjusted
34 immediately. The Contractor will not be compensated for any loss from under weighing.
35
36 If scale verification checks show the scale has been overweighing, its operation will
37 cease immediately until adjusted.
38
39 Minor Construction Items
• 40 If the specifications and plans require weight measurement for minor construction items,
41 the Contractor may request permission to convert volume to weight. If the Engineer
42 approves, an agreed factor may be used to make this conversion and volume may be
43 used to calculate the corresponding weight for payment.
44
45 1-09.2(6) Payment
46 This section is revised to read:
47
48 Unless specified otherwise the Contracting Agency will pay for no materials received by
49 weight unless they have been weighed as required in this section or as required by
..� 50 another method the Engineer has approved in writing.
51
r
Amendments to the 2010 Standard Specifications Section 1-09
"" AUGUST 1, 2011 Page 3
1 The Contractor shall not be compensated for any loss from under weighing that is
2 revealed by scale verification checks.
3
4 If scale verification checks reveal that the scale is over weighing, then payment for all
5 material weighed since the last valid scale verification check will be adjusted. The
6 contracting agency will calculate the combined weight of all materials weighed after the
7 last verification check showing accurate results. This combined weight will then be
8 reduced for payment by the percentage of scale error that exceeds 0.5-percent unless
9 the Contractor demonstrates to the satisfaction of the Engineer that the defect in the
10 scale was present for a lesser period of time.
11
12 Unit contract prices for the various pay items of the project cover all costs related to
13 weighing and proportioning materials for payment. These costs include but are not
14 limited to:
15
16 furnishing, installing, certifying, and maintaining scales;
17
18 providing a weigher to operate a Contractor provided scale;
19
20 providing a weigher to operate a commercial scale, if necessary;
21
22 providing self-printing tickets, if necessary;
23
24 rerouting a truck for verification weighing;
25
26 assisting the Engineer with scale verification checks;
27
28 any other related costs associated with meeting the requirements of this
29 section.
30
31 1-09.9 Payments
32 The first paragraph is revised to read:
33 ri
34 The basis of payment will be the actual quantities of Work performed according to the
35 Contract and as specified for payment.
36
37 The Contractor shall submit a breakdown of the cost of lump sum Items to enable the
38 Project Engineer to determine the Work performed on a monthly basis. Lump sum item
39 breakdowns shall be submitted prior to the first progress payment that includes payment
40 for the Bid Item in question. A breakdown is not required for lump sum items that
41 include a basis for incremental payments as part of the respective Specification. Absent
42 a lump sum breakdown the Project Engineer will make a determination based on ,
43 information available. The Project Engineer's determination of the cost of work shall be
44 final.
45 ,46 In the third paragraph, the second sentence is deleted.
47
48 1-09.11(1)A Disputes Review Board Membership
49 This section is supplemented with the following new paragraph: '
50
51 The Contracting Agency and Contractor shall indemnify and hold harmless the Board
52 Members from and against all claims, damages, losses and expenses, including but not '
Amendments to the 2010 Standard Specifications Section 1-09 '
AUGUST 1, 2011 Page 4
1 limited to attorney's fees arising out of and resulting from the actions and
2 recommendations of the Board.
+r
rr
rr
.r
Amendments to the 2010 Standard Specifications Section 1-09
AUGUST 1, 2011 Page 5
1
1
1
1
1
1
1
1
1
1 �
1
1
1
1
1
1
1
1
1
1 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES AND
2 STOCKPILING
3 August 1, 2011
4 3-01.4(4) Gravel Base
5 The second paragraph is deleted.
rrr
r.
Amendments to the 2010 Standard Specifications Section 3-01
.. AUGUST 1, 2011 Page 1
1
1
1
1
1
1
1
1 ,
1
1
1
1
1
1
1
1
1
1
1
r..
1 SECTION 4-02, GRAVEL BASE
• 2 August 1, 2011
3 4-02.4 Measurement
4 This section is revised to read:
5
6 Gravel base will be measured in the same manner prescribed for the measurement of
irr
7 crushed surfacing materials as set forth in Section 4-04.4.
rr
.r
nr
ar
,rr
im
Amendments to the 2010 Standard Specifications Section 4-02
AUGUST 1, 2011 Page 1
� '
1
1
1
1
1
1
1
1
1
101
1 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
aw 2 I August 1, 2011
3 5-01.2 Materials
4 The referenced section for the following item is revised to read:
5
6 Dowel Bars 9-07.5(1)
7
8 5-01.3(4) Replace Portland Cement Concrete Panel
9 The thirteenth paragraph is revised to read:
10
r 11 The tie bar and dowel bar holes shall be blown clean with compressed air before
12 grouting. The bar shall be centered in the hole and all voids around the bar completely
13 filled with grout. Dams, if needed, shall be placed at the front of the holes to confine
14 the grout and center the bars in the holes. The dams shall permit the escape of air
15 without leaking grout and shall not be removed until grout has cured in the hole.
16
17 5-01.3(6) Dowel Bar Retrofit
18 The eighth paragraph is revised to read:
19
20 The chair design shall hold the dowel bar tightly in place during placement of the 21 concrete patching material. If the transverse joint or crack is open '/a-inch or more, the
22 Contractor shall caulk the transverse joint or crack at the bottom and sides of the slot
23 as shown in the Plans immediately prior to placement of the dowel bar and concrete
r.r 24 patching material. The caulking filler shall not be placed any farther than '/,-inch
25 outside either side of the joint or crack. The transverse joint or crack shall be caulked
26 sufficiently to satisfy the above requirements and to prevent any of the patching
27 material from entering the joint/crack at the bottom or sides of the slot.
28
29 The last paragraph is deleted.
30
31 5-01.3(9) Portland Cement Concrete Pavement Grinding
32 The third sentence in the first paragraph is revised to read:
33
34 Grind one pass along the edge adjacent to Portland Cement Concrete Pavement
35 (PCCP) placed in accordance with Section 5-05, before the PCCP is placed.
36
37 The second sentence in the second paragraph is deleted.
r. Amendments to the 2010 Standard Specifications Section 5-01
AUGUST 1, 2011 Page 1
ir.
1
1
1
No
1 SECTION 5-02, BITUMINOUS SURFACE TREATMENT
40 2 August 1, 2011
3 5-02.3(3) Application of Asphalt Emulsion and Aggregate
4 The following row is deleted from the table titled, "Application Rate":
5
'/-inch —No. 0.20- '/8- No. 10 18-
10 0.40 30
6
7 5-02.5 Payment
8 The following pay item and related statements are deleted:
9
10 "Asphalt Emulsion Price Adjustment', by calculation.
5r.
a.
r.
r.
r
Amendments to the 2010 Standard Specifications Section 5-02
AUGUST 1, 2011 Page 1
1
1
1
1
1
1
1
1
1 ,
1 'i
1 '
1
1
1
1
1
1
r
1 SECTION 5-04, HOT MIX ASPHALT
2 August 1, 2011
3 5-04.3(5)E Pavement Repair
4 The third sentence in the second paragraph is revised to read:
5
6 The minimum width of any pavement repair area shall be 40-inches unless shown
7 otherwise in the Plans.
r 8
9 5-04.3(7)A1 General
10 This section is revised to read:
s 11
12 The Contractor shall develop a mix design prior to the initial production of HMA and
13 prior to the production of HMA each calendar year thereafter. The mix design aggregate
14 structure and asphalt binder content shall be determined in accordance with Materials
15 Manual WSDOT Standard Operating Procedure No. 732 and meet the requirements of
16 Sections 9-03.8(2) and 9-03.8(6). Mix designs that were developed during the calendar
17 year prior to the current year's production of HMA that have been issued a WSDOT mix
18 design/anti-strip evaluation report will be accepted provided the Contractor submits a
19 certification letter stating that the aggregate and asphalt binder have not changed.
20 Changes to aggregate that may require a new mix design include the source of material
21 or a change in the percentage of material from a stockpile greater than 5-percent. The
d1� 22 Contractor may vary the RAP percentage in accordance with Section 5-04.2. Changes
23 to the percentage of material from a stockpile will be calculated exclusive of the RAP
24 content. Changes to asphalt binder that may require a new mix design include the
�• 25 source of the crude petroleum supplied to the refinery, the refining process, and
26 additives or modifiers in the asphalt binder.
27
28 5-04.3(7)A2 Statistical or Nonstatistical Evaluation
29 The second paragraph is revised to read:
30
31 The Contractor shall submit representative samples of the mineral materials that are to
32 be used in the HMA production. The Contracting Agency will use these samples to
33 determine anti-strip requirements, if any, in accordance with WSDOT test method T
34 718. Anti-strip evaluation of HMA mix designs proposed by the Contractor that include
35 RAP will be completed without the inclusion of the RAP. Submittal of RAP samples is
36 not required. A mix design/anti-strip evaluation report will be provided within 25-
37 calendar days after a mix design submittal has been received in the State Materials
38 Laboratory in Tumwater. No paving shall begin prior to issuance of the mix design/anti-
`"` 39 strip evaluation report or reference mix design/anti-strip evaluation report for that year.
40
41 5-04.3(7)A3 Commercial Evaluation
r 42 The first sentence in the second paragraph is revised to read:
43
44 Anti-strip evaluation of the mix design by the Contracting Agency is not required.
45
46 5-04.3(8)A1 General
47 The second sentence in the second paragraph is revised to read:
48
49 Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt
50 binder, when the Proposal quantities exceed 4,000-tons.
51
rw
Amendments to the 2010 Standard Specifications Section 5-04
AUGUST 1, 2011 Page 1
ri.
1 The third paragraph is revised to read:
2
3 Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal
4 quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000-tons
5 or less.
6
7 5-04.3(8)A4 Definition of Sampling Lot and Sublot
8 The first sentence in the first paragraph is revised to read:
9
10 A lot is represented by randomly selected samples of the same mix design that will be
11 tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design
12 may be increased to 25 sublots
13
14 5-04.3(10)A General
15 The first paragraph is revised to read:
16
17 Immediately after the HMA has been spread and struck off, and after surface
18 irregularities have been adjusted, the mix shall be thoroughly and uniformly compacted.
19 The completed course shall be free from ridges, ruts, humps, depressions,
20 objectionable marks, checking, cracking and irregularities and shall conform to the line,
21 grade, and cross-section shown in the Plans. If necessary, the JMF may be altered in
22 accordance with Section 9-03.8(7) to achieve desired results.
23
24 The third paragraph is revised to read: ,
25
26 The type of rollers to be used and their relative position in the compaction sequence
27 shall generally be the Contractor's option, provided the specified densities are attained.
28 An exception shall be that pneumatic tired rollers shall be used for compaction of the
29 wearing course beginning October 1 st of any year through March 31 st of the following
30 year. Unless the Project Engineer has approved otherwise, rollers shall only be
31 operated in the static mode when the internal temperature of the mix is less than 175°F.
32 Rollers shall only be operated in static mode on bridge decks.
33
34 5-04.3(10)B1 General
35 The first sentence in the second paragraph is revised to read:
36
37 A lot is represented by randomly selected samples of the same mix design that will be
38 tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design ,
39 may be increased to 25 sublots.
40
41 5-04.3(10)B4 Test Results
42 The first paragraph is revised to read: '
43
44 The nuclear moisture-density gauge results of all compaction acceptance testing and
45 the CPF of the lot after three sublots have been tested will be available to the
46 Contractor through WSDOT's website. Determination of the relative density of the HMA
47 with a nuclear moisture-density gauge requires a correlation factor determined in
48 accordance with WSDOT SOP 730 and may require resolution after the correlation
49 factor is known. When a core is taken for gauge correlation at the location of a sublot
50 the relative density of the core will be used for the sublot test result and is exempt from
51 challenge testing. Acceptance of HMA compaction will be based on the statistical
52 evaluation and CPF so determined.
Amendments to the 2010 Standard Specifications Section 5-04
AUGUST 1, 2011 Page 2
wn
1
2 5-04.3(11)D Lots and Sublots
3 The following new sub-section is inserted at the beginning of this section:
4
5 5-04.3(11)D1 General
6 HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and the
7 Contractor shall submit a proposal to the Project Engineer for approval. When a lot has
8 been rejected and the Contractor's written request for the entire lot to remain in place in
+.i 9 accordance with Section 1-06.2(2)B Paragraph 1, Item 3 has been approved the HMA
10 will be accepted and the designated percentage reduction shall be 25-percent.
11
r
12 5-04.3(11)D1 A Partial Sublot
13 This sections number is revised to read:
14
15 5-04.3(11)D2
16
17 5-04.3(11)D2 An Entire Sublot
18 This sections number is revised to read:
r■ 19
20 5-04.3(11)D3
21
22 5-04.3(11)D3 A Lot in Progress
23 This sections number is revised to read:
24
25 5-04.3(11)D4
26
27 5-04.3(11)D4 An Entire Lot
28 The last sentence is deleted.
29
30 This sections number is revised to read:
31
32 5-04.3(11)D5
33
1
Amendments to the 2010 Standard Specifications Section 5-04
AUGUST 1, 2011 Page 3
1
1
1
1
1
1
1
1
1
1
1
rr
1 SECTION 5-05, CEMENT CONCRETE PAVEMENT
�• 2 I August 1, 2011
3 5-05.2 Materials
4 This section is supplemented with the following:
5
6 Cementitious Materials are considered to be the following: portland cement, blended
7 hydraulic cement, fly ash, ground granulated blast-furnace slag, microsilica fume, and
8 metakaolin.
9
10 5-05.3(1) Concrete Mix Design For Paving
�` 11 In number 1., the second sentence in the fourth paragraph is revised to read:
12
13 Cementitious materials are those listed in Section 5-05.2.
14
15 In number 3.c., the last paragraph is deleted.
16
�•• 17 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
18 All references to "AASHTO T 22"are revised to read "WSDOT FOP for AASHTO T 22".
19
20 In the fifth paragraph "WAQTC FOP for TM 2" is revised to read "WAQTC TM 2".
21
22 The eighth paragraph is revised to read:
23
aw 24 Acceptance testing for compliance of air content and 28-day compressive strength
25 shall be conducted from samples prepared according to WSDOT FOP for WAQTC TM
26 2. Air content shall be determined by conducting WSDOT FOP for WAQTC/AASHTO
r 27 T 152. Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23
28 and WSDOT FOP for AASHTO T 22.
29
30 Under the heading "Statistical Acceptance", the second paragraph is revised to read:
31
32 The Specification limits as defined in Section 1-06.2(2)D shall be as follows. The lower
33 Specification limit for Air Content shall be 3-percent, and the upper Specification limit
34 for Air Content shall be 7-percent. The lower Specification limit for compressive
35 strength shall be 4000-psi.
36
37 Under the heading "Non-Statistical Acceptance", the first paragraph is revised to read:
38
39 Concrete will be accepted based on conformance to the requirement for air content
40 and the compressive strength at 28-days for sublots as tested and determined by the
41 Contracting Agency. The lower Specification limit for air content shall be 3-percent,
42 and the upper Specification limit for air content shall be 7-percent. The lower
r 43 Specification limit for compressive strength shall be 4000-psi.
44
45 5-05.3(11) Finishing
46 The first sentence in the third paragraph is revised to read:
47
48 I On projects requiring less than 1000-square yards of cement concrete pavement,
49 irregular areas, or areas not accessible to slip form pavers, the surface finish may be
Amendments to the 2010 Standard Specifications Section 5-05
AUGUST 1, 2011 Page 1
1 either longitudinal tining or be given a final finish surface by texturing with a comb
2 perpendicular to the centerline of the pavement.
3
4 The fourth sentence in the third paragraph is deleted. ,
5
6 The last sentence in the third paragraph is revised to read:
7
8 Regardless of the surface finish, if the pavement has a raised curb without a formed
9 concrete gutter,the texturing shall end 2-feet from the curb line.
10
11 This section is supplemented with the following two new paragraphs:
12
13 The standard method of surface finish shall be longitudinal tining. In advance of curing
14 operations, where longitudinal tining is required, the pavement shall be given an initial
15 and a final texturing. Initial texturing shall be performed with a burlap drag or broom
16 device that will produce striations parallel with centerline. Final texturing shall be
17 performed with a spring steel tine device that will produce grooves parallel with the
18 centerline. The spring steel tine device shall be gperated within 5-inches, but not '
19 closer than 3-inches, of pavement edges.
20
21 Burlap drags, brooms and tine devices shall be installed on self-propelled equipment
22 having external alignment control. The installation shall be such that when texturing,
23 the area of burlap in contact with the pavement surface shall be maintained constant at
24 all times. Broom and tine devices shall be provided with positive elevation control.
25 Downward pressure on pavement surface shall be maintained at all times during
26 texturing so as to achieve uniform texturing without measurable variations in pavement
27 profile. Self-propelled texturing machines shall be operated so that travel speed when
28 texturing is maintained constant. Failure of equipment to conform to all provisions in
29 this paragraph shall constitute cause for stopping placement of concrete until the
30 equipment deficiency or malfunction is corrected. Spring steel tines of the final
31 texturing device shall be rectangular in cross section, 3/32 to '/8 inch wide, on 3/a inch
32 centers, and of sufficient length, thickness and resilience to form grooves
33 approximately 3/,s inch deep in the fresh concrete surface. Final texture shall be
34 uniform in appearance with substantially all of the grooves having a depth between /16
35 inch and 5/16 inch.
36
37 5-05.3(12) Surface Smoothness
38 The first paragraph is revised to read:
39
40 The pavement smoothness will be checked with equipment furnished and operated by
41 the Contractor, under supervision of the Engineer, within 48-hours following placement
42 of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers,
43 intersections, tight horizontal curves, and small or irregular areas as defined by Section
44 5-05.3(3) unless specified otherwise, will be measured with a recording profilograph,
45 as specified in Section 5-05.3(3), parallel to centerline, from which the profile index will
46 be determined in accordance with WSDOT Test Method 807. Tight horizontal curves
47 are curves having a centerline radius of curve less than 1,000 feet and pavement
48 within the superelevation transition of those curves.
49
50 5-05.3(13)A Curing Compound
51 The tenth paragraph is deleted.
Amendments to the 2010 Standard Specifications Section 5-05 wr
AUGUST 1, 2011 Page 2
wr
1
2 5-05.3(16) Protection of Pavement
3 All references to "AASHTO T 22"are revised to read "WSDOT FOP for AASHTO T 22".
4
5 5-05.3(17) Opening to Traffic
6 All references to "AASHTO T 22"are revised to read "WSDOT FOP for AASHTO T 22".
1
Amendments to the 2010 Standard Specifications Section 5-05
AUGUST 1, 2011 Page 3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
soft
wr
1 SECTION 6-01, GENERAL REQUIREMENTS FOR STRUCTURES
as 2 I August -1, 2011
3 6-01.6 Load Restrictions on Bridges Under Construction
w 4 In the first paragraph "roadway deck" is deleted and replaced with "bridge deck".
5
6 6-01.8 Approaches to Movable Spans
7 In the first paragraph "roadway" is deleted and replaced with "bridge deck".
8
9 6-01.13 Architectural Features
10 This section including title is revised to read:
11
12 6-01.13 Vacant
13
14 6-01.14 Premolded Joint Filler
15 The last sentence in the second paragraph is revised to read:
16
17 This adhesive, however, shall be compatible with the material specified in Section 9-
18 04.1(2) and capable of bonding the filler to Portland cement concrete.
1 19
1
Amendments to the 2010 Standard Specifications Section 6-01
AUGUST 1, 2011 Pagel
fir.
1
1
1
1
1
6.
1 SECTION 6-02, CONCRETE STRUCTURES
2 ( August 1, 2011
3 In Division 6-02, all references to "roadway slab", "roadway deck"and "deck slab"are
4 deleted and replaced with "bridge deck".
5
6 6-02.2 Materials
7 In the first paragraph, the following item is inserted after the item "Microsilica Fume":
rr 8
9 Metakaolin 9-23.12
10
11 6-02.3(1) Classification of Structural Concrete
12 The first paragraph is deleted and replaced with the following two new paragraphs:
13
14 The class of concrete to be used shall be as noted in the Plans and these
15 Specifications. The Class includes the specified minimum compressive strength in psi at
16 28 days (numerical class) and may include a letter suffix to denote structural concrete
17 for a specific use. Letter suffixes include A for bridge approach slabs, D for bridge
18 decks, P for piling and shafts, and W for underwater. The numerical class without a
19 letter suffix denotes structural concrete for general purposes.
20
21 Concrete of a numerical class greater than 4000 shall conform to the requirements
22 specified for either Class 4000 (if general purpose) or for the appropriate Class 4000
23 with a letter suffix, as follows:
24
trr 25 1. Mix ingredients and proportioning specified in Section 6-02.3(2) and Section 6-
26 02.3(2)A.
27
28 2. Consistency requirements specified in Section 6-02.3(4)C.
29
30 3. Curing requirements specified in 6-02.3(11).
31
32 6-02.3(2) Proportioning Materials
33 The table following the third paragraph is revised to read:
34
1
r
r
r
� r
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 1
t
1 Table 2 Cementitious Requirement for Concrete
2
Class of Minimum Minimum% Maximum % Maximum%
Concrete Cementitiou replacement replacement replacement
s of fly as for of fly ash of ground
Content portland for granulated
(lbs) cement portland blast
cement furnace
slag for
portland
cement
4000 564 * 35 40 a
4000A 564 * 20 30
4000D 660 10 20 30
4000P 600 15 35 40
4000W 564 * 35 40
3000 564 * 35 40
Commercial **564 * 35 40
Concrete
Pumpable * * *** ***
Lean ,
Concrete
Lean 140 - 200 * 35 40
Concrete
3
4 * No minimum specified
5 ** For Commercial Concrete the minimum cementitious content is only required for
6 sidewalks, curbs and gutters
7 *** No maximum specified
8
9 The fifth paragraph is revised to read:
10
11 The water/cement ratio shall be calculated on the total weight of cementitious material.
12 Cementitious materials are those listed in Section 5-05.2. With the Engineers written
13 approval microsilica fume and metakaolin can be used in all classifications of Class
14 4000, Class 3000 and commercial concrete and is limited to a maximum of 10%of the
15 cementitious material.
16
17 6-02.3(2)A Contractor Mix Design
18 The fourth,fifth and sixth sentences of the first paragraph are deleted and replaced with the
19 following sentence:
20
21 All proposed concrete mix shall meet the requirements of Table 2 Cementitious
22 Requirement for Concrete in Section 6-02.3(2).
23
24 6-02.3(2)D Lean Concrete
25 This section is revised to read:
26
27 Lean concrete shall have a minimum cementitious material content of between 145 and
28 200-pounds per cubic yard and have a maximum water/cement ratio of 2.
29
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 2
+rr
1 6-02.3(5)E Point of Acceptance
r 2 The first paragraph is revised to read:
3
4 Determination of concrete properties for acceptance will be made based on samples
5 taken as follows:
6
7 Bridge decks, overlays, bridge approach slabs, and barriers at the discharge of the
8 placement system. All other placements at the truck discharge.
., 9
10 6-02.3(6) Placing Concrete
11 The third paragraph is revised to read:
12
13 All foundations, forms, and contacting concrete surfaces shall be moistened with water
14 just before the concrete is placed. Any standing water on the foundation, on the
15 concrete surface, or in the form shall be removed.
r 16
17 The following new sentence is added after the fourth sentence in the fourth paragraph:
18
19 The submittal to the Engineer shall include justification that the concrete mix design will
20 remain fluid for interruptions longer than 30-minutes between placements.
21
22 6-02.3(6)D Protection Against Vibration
23 The first paragraph is revised to read:
24
25 Freshly placed concrete shall not be subjected to excessive vibration and shock waves
+rrr 26 during the curing period until it has reached a 2000-psi minimum compressive strength
27 for structural concrete and lower strength classes of concrete.
28
29 6-02.3(10)D Concrete Placement, Finishing, and Texturing
30 The following paragraph is inserted at the beginning of this section:
31
32 Before placing bridge approach slab concrete, the subgrade shall be constructed in
33 accordance with Sections 2-06 and 5-05.3(6).
34
35 6-02.3(10)F Bridge Approach Slab Orientation and Anchors
36 The third sentence in the second paragraph is revised to read:
37
38 All metal parts of the approach expansion anchor shall receive one coat of paint
39 conforming to Section 9-08.1(2)F or be galvanized in accordance with AASHTO M 232.
40
41 6-02.3(11) Curing Concrete
42 In the fifth paragraph "Type 1 D" is revised to read "Type 1 D, Class B".
43
44 6-02.3(17)B Allowable Design Stresses and Deflections
' 45 Under the heading "Timber", the second sentence is revised to read:
46
47 The allowable stresses and loads shall not exceed the lesser of stresses and loads
48 given in the table below or factored stresses for designated species and grade in Table
49 7.3 of the Timber Construction Manual, latest Edition by the American Institute of
50 Timber Construction
51
52 Under the heading "Steel", the first sentence is revised to read:
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 3
1
2 For identified grades of steel, design stresses shall not exceed those specified in the
3 Steel Construction Manual, latest Edition by the American Institute of Steel
4 Construction, except as follows:
5 as
6 6-02.3(17)F Bracing
7 Under the heading 'Temporary Bracing for Bridge Girders", the table is revised to read:
8
Girder Series Distance in Inches
W42G 30
W 50G 42
W 58G 63
W 74G 66
Prestressed concrete tub girders 30
with webs with flanges
W F36G,W F42G,W F50G, 70 '
W F58G, W F66G,W F74G,
WF83G, WF95G, and WF100G
W32BTG,W38BTG, and 70
W62BTG
WF74PTG,WF83PTG, 70
WF95PTG, and WF100PTG ,
9
10 6-02.3(17)K Concrete Forms on Steel Spans
11 The second and third paragraphs are revised to read: ,
12
13 The Contractor shall not weld any part of the form to any steel member.
14 ,15 The compression member or bottom connection of cantilever formwork support brackets
16 shall bear either within six inches maximum vertically of the bottom flange or within six
17 inches maximum horizontally of a vertical web stiffener. The Contractor's bridge deck
18 form system shall be designed to prevent rotation of the steel girder. This can be ,
19 achieved by temporary struts and ties or other methods the Contractor shows to be
20 effective. Partial depth cantilever formwork support brackets that do not conform to the
21 above requirements shall not be used, unless the Contractor submits details showing
22 the additional formwork struts and ties used to brace the steel girder against web
23 distortion caused by the partial depth bracket, and receives the Engineer's approval of
24 the submittal.
25
26 6-02.3(17)N Removal of Falsework and Forms
27 The first paragraph including table is revised to read:
28
29 If the Engineer does not specify otherwise,the Contractor may request to remove forms
30 I based on the criteria in the table below. Both compressive strength and minimum time
31 criteria shall be met if both are listed in the applicable row. The minimum time shall be '
32 from the time of the last concrete placement in the forms. In no case shall the
33 Contractor remove forms or falsework without the Engineer's approval.
Amendments to the 2010 Standard Specifications Section 6-02 '
AUGUST 1, 2011 Page 4
r
1
Concrete Placed In Percent of Specified Minimum Minimum Time
Minimum Compressive
Compressive Strength'
r. Strength'
Side forms not supporting — — 3 days
the concrete weight,
including columns, walls,
+�•� crossbeams, non-sloping or
box girder webs, — 1400 psi 18 hours
abutments, traffic and
rr pedestrian barriers.
Side forms of footings, pile — — 18 hours
caps, and shaft caps.2
Crossbeams, sloping box 80 — 5 days
girder webs, struts,
inclined columns, inclined
walls and other forms that
support the concrete
weight.
Bridge decks supported on 80 — 10 days
.r
stringers, beam, or
girders.3
Box girders, T-beam 80 — 14 days
girders, and flat-slab
Su erstructure.3
Arches. 80 21 days
1 Strength shall be proved by test cylinders made from the last concrete placed into the
,A form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23.
2 Curing compound shall be immediately applied to the sides when forms are removed.
aw 3 Where continuous spans are involved, the time for all spans will be determined by the
2 last concrete placed.affecting any span.
3
4 The third and fourth paragraphs are deleted.
5
6 The fifth paragraph is revised to read:
7
8 Curing shall comply as required in Section 6-02.3(11). The concrete surface shall not
9 become dry during form removal if removed during the cure period.
10
11 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
12 In the fourth paragraph "9-20.3(4)" is revised to read "Section 9-20.3(4)".
13
14 6-02.3(24) Reinforcement
15 This first paragraph is revised to read:
16
17 Although a bar list is normally included in the Plans, the Contracting Agency does not
18 guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement
19 fabrication details shall be determined from the information provided in the Plans.
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 5
1
2 The third paragraph is deleted.
3
4 6-02.3(24)C Placing and Fastening
5 The eighth paragraph is revised to read: V
6
7 Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance.
8
9 The 14th paragraph is revised to read:
10
11 Clearances for main bars shall be at least:
12
13 4-inches between: Bars and the surface of any concrete masonry exposed
14 to the action of salt or alkaline water.
15 so
16 3-inches between: Bars and the surface of any concrete deposited against
17 earth without intervening forms.
18
19 2-'/2-inches between: Adjacent bars in a layer. Bridge deck bars and the top of
20 the bridge deck.
21
22 2-inches between: Adjacent layers. Bars and the surface of concrete
23 exposed to earth. Reinforcing bars and the faces of
24 forms for exposed aggregate finish.
25
26 1-1/2-inches between: Bars and the surface of concrete when not specified
27 otherwise in this Section or in the Plans. Barrier and
28 curb bars and the surface of concrete.
29
30 1-inch between: Slab bars and the bottom of the slab. Slab bars and the
31 top surface of the bottom slab of a cast-in-place
32 concrete box girder.
33
34 The following new paragraph is inserted after the 14th paragraph:
35
36 Cover to ties and stirrups may be '/2-inch less than the values specified for main bars to
37 but shall not be less than 1-inch.
38
39 6-02.3(24)F Mechanical Splices
40 Items 1, 2, and 3 in the fourth paragraph are revised to read:
41
42 1. Mechanical splices shall develop at least 125 percent of the specified yield strength
43 of the unspliced bar. The ultimate tensile strength of the mechanical splice shall
44 exceed that of the unspliced bar.
45
46 2. The total slip of the bar within the spliced sleeve of the connector after loading in
47 tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured
48 displacements between gage points clear of the splice sleeve:
49 j
50 a. 0.01 inches for bar sizes up to No. 14.
51
52 b. 0.03 inches for No. 18 bars.
Amendments to the 2010 Standard Specifications Section 6-02 ,
AUGUST 1, 2011 Page 6
1
r. 2 3. The maximum allowable bar size for mechanical laps splices shall be No. 6.
3
4 6-02.3(25) Prestressed Concrete Girders
5 Under the heading "Prestressed Concrete Wide Flange I Girder"the last sentence is
�r 6 revised to read:
7
8 WSDOT standard girders in this category include Series WF36G, WF42G, WF50G,
r 9 WF58G, WF66G, WF74G, WF83G, WF95G and WF100G.
10
11 Under the heading "Spliced Prestressed Concrete Girder"the fourth sentence is revised
12 to read:
13
14 Ducts shall conform to the Section 6-02.3(26)E requirements for internal embedded
15 installation except that ducts for I girders may be 24 gage, semi-rigid, galvanized,
16 corrugated, ferrous metal. Ducts shall be round, unless the Engineer approves use of
17 elliptical shaped ducts.
18
19 Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to
20 read:
21
22 WSDOT standard girders in this category include Series WF74PTG, WF83PTG,
23 WF95PTG and WF100PTG.
24
25 6-02.3(25)G Protection of Exposed Reinforcement
rr 26 The first paragraph is revised to read:
27
28 When a girder is removed from its casting bed, all prestressing reinforcement strands
29 projecting from the girder shall be cleaned and painted with a minimum dry film
30 thickness of 1 mil of paint conforming to Section 9-08.1(2)B,and all steel reinforcing
31 bars, including welded wire fabric, projecting from the girder shall be protected in
32 accordance with Section 6-02.3(24)B. During handling and shipping, projecting
r 33 reinforcement shall be protected from bending or breaking. Just before placing concrete
34 around the projecting bars or strands, the Contractor shall remove from them all
35 spattered concrete remaining from girder casting,dirt, oil, and other foreign matter.
,,M 36
37 6-02.3(25)1 Fabrication Tolerances
38 Item Number 1 in the first paragraph is revised to read:
39
40 1. Prestressed Concrete Girder Length (overall): ± 1/4-inch per 25-feet of beam
41 length, up to a maximum of± 1-1/2-inch.
42
43 Item 23 in the first paragraph is revised to read:
44
45 23. Position of Lifting Loops: ±3-inches longitudinal, ±1/4-inch transverse.
46
47 6-02.3(25)L Handling and Storage
48 In the third sentence of the second paragraph, the reference to "l-foot-9-inches" is revised to
49 read "3-foot-0-inches".
50
51 In the fourth paragraph, the second, third, and fourth sentences are revised to read:
52
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 7
1 The lifting locations and concrete release strengths shown in the girder schedule in the
2 Plans assume that these temporary strands are pretensioned. Alternatively,these
3 temporary strands may be post-tensioned, provided the same lifting locations indicated
4 in the girder schedule are used and the strands are tensioned prior to lifting the girder
5 from the form. These temporary strands shall be of the same diameter, and shall be
6 tensioned to the same force, as the permanent strands.
7
8 In the fifth paragraph,the following new sentence is inserted after the second sentence:
9
10 When temporary top strands are not needed for lifting but are required for shipping, they
11 shall be post-tensioned on the same day that the permanent prestress is released into
12 the girder. 4A
13
14 6-02.3(25)M Shipping
15 The first and second sentences of the third paragraph are revised to read:
16
17 Girder support during shipping shall be located as shown in the Plans and shall be no
18 closer than the girder depth to the ends of the girder at the girder centerline. Support '
19 locations shown in the Plans have been determined in accordance with the criteria
20 specified in the WSDOT Bridge Design Manual LRFD Section 5.6.3.D.
21
22 6-02.3(25)N Prestressed Concrete Girder Erection
23 The seventh paragraph is supplemented with the following:
24 ,25 The aspect ratio (height/width) of oak block wedges at the girder centerline shall not
26 exceed 1.0.
27
28 6-02.3(26)A Shop Drawings '
29 Item 2 in the third paragraph is revised to read:
30
31 2. Technical data on tendons and steel reinforcement, anchorage devices, anchorage '
32 device efficiency and acceptance test results and records, anchoring stresses,
33 types of tendon conduit, and all other data on prestressing operations.
34 ,35 6-02.3(26)6 General Requirements for Anchorages
36 The second paragraph is revised to read:
37
38 The structure shall be reinforced with steel reinforcing bars in the anchorage zone in the '
39 vicinity of the anchorage device. This reinforcement shall be categorized into two zones.
40 The first or local zone shall be the concrete surrounding and immediately ahead of the
41 anchorage device. The second or general zone shall be the overall anchorage zone
42 including the local zone.
43
44 The third paragraph is revised to read:
45
46 The steel reinforcing bars required for concrete confinement in the local zone shall be
47 determined by the post-tensioning system supplier and shall be shown in the shop
48 drawings. The calculations shall be submitted with the shop drawings. The local zone
49 steel reinforcing bars shall be furnished and installed by the Contractor, at no additional
50 cost to the Contracting Agency, in addition to the structural reinforcement required by
51 the Plans. The steel reinforcing bars required in the general zone shall be as shown in
52 the Plans and are included in the appropriate bid items.
Amendments to the 2010 Standard Specifications Section 6-02 '
AUGUST 1, 2011 Page 8
r
1
2 The last paragraph is replaced with the following two new paragraphs:
3
4 Anchorage devices shall meet the requirements listed in either Sections 6-02.3(26)C or
5 6-02.3(26)D.
wr 6
7 All anchorages shall develop at least 96 percent of the actual ultimate strength of the
8 prestressing steel, when tested in an unbonded state, without exceeding anticipated set.
+r. 9 This anchor efficiency test shall be performed, or inspected and certified, by an
10 independent testing agency approved by the Engineer.
11
12 6-02.3(26)C Bearing Type Anchorages
�w 13 This section including title is revised to read:
14
15 6-02.3(26)C Normal Anchorage Devices
16 Normal anchorage devices, defined as post-tensioning anchorage assemblies
17 conforming to the factored bearing resistance requirements specified in this Section,
18 shall provide a factored bearing resistance greater than or equal to 1.2 times the
19 maximum jacking force. The Contractor shall submit calculations showing that the
20 factored bearing resistances of the anchorage devices are not exceeded.
21
22 The factored bearing resistance of the anchorages shall be taken as:
23
24
25
Pr= (PfnAb
26 For which fn is the lesser of:
27
28 fn= 0.7f'ci(A/A9)v2
r 29 fn= 2.25f'oi
30 where:
31
32 T= Resistance factor of 0.70
33 A= Maximum area of the portion of the supporting surface that is similar to the
34 loaded area and concentric with it and does not overlap similar areas for
35 adjacent anchorage devices (square inches)
36 Ab= Effective net area of the bearing plate calculated as the area A9, minus the
37 area of openings in the bearing plate (square inches)
38 A9= Gross bearing area of the bearing plate calculated in accordance with the
39 requirements specified below (square inches)
40 f,c;= Nominal compressive strength of concrete at the time of application of the
' 41 tendon force (ksi)
42
43 The full bearing plate area may be used for A9 and the calculation of Ab if the plate
44 material does not yield at the factored tendon force and the slenderness of the bearing
45 plate, n/t, conforms to:
46
47 (n/t) <_ 0.08(Eb/fb)0.33
48
49 where:
50
51 t= Average thickness of the bearing plate (inches)
52 Eb= Modulus of elasticity of the bearing plate material (ksi)
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 9
1 fb= Stress in the anchor plate at a section taken at the edge of the wedge hole or
2 holes(ksi)
3 n= Projection of the base plate beyond the wedge hole or wedge plate, as
4 appropriate (inches)
5
6 For anchorages with separate wedge plates, n may be taken as the largest distance
7 from the outer edge of the wedge plate to the outer edge of the bearing plate. For
8 rectangular bearing plates, this distance shall be measured parallel to the edges of the
9 bearing plate. If the anchorage has no separate wedge plate, n may be taken as the
10 projection beyond the outer perimeter of the group of holes in the direction under
11 consideration.
12
13 For bearing plates that do not meet the slenderness requirement specified above,the
14 effective gross bearing area, A9, shall be taken as:
15
16 1. For anchorages with separate wedge plates, the area geometrically similar to
17 the wedge plate, with dimensions increased by twice the bearing plate
18 thickness. '
19 2. For anchorages without separate wedge plates, the area geometrically similar
20 to the outer perimeter of the wedge holes, with dimensions increased by twice
21 the bearing plate thickness. '
22
23 6-02.3(26)D Non Bearing Type Anchorages
24 This section including title is revised to read: ,
25
26 6-02.3(26)D Special Anchorage Devices
27 Special anchorage devices, defined as post-tensioning anchorage assemblies that do
28 not conform to the factored bearing pressure requirements specified in Section 6- '
29 02.3(26)C, shall conform to the acceptance test requirements specified below.
30 Acceptance testing shall be performed, or inspected and certified, by an independent
31 testing agency approved by the Engineer. Results of the special anchorage device ,
32 acceptance testing shall be recorded and submitted to the Engineer for approval in
33 accordance with Section 6-01.9.
34 '
35 6-02.3(26)D1 Test Block Requirements
36 The test block shall be a rectangular prism of sufficient size to contain all the
37 special anchorage device components that will also be embedded in the concrete
38 of the Structure being post-tensioned. The arrangement of the special anchorage
39 device components shall conform to practical application to the project and the
40 special anchorage device manufacturer's recommendations. The test block shall
41 contain an empty duct of a size appropriate for the maximum tendon size that can '
42 be accommodated by the special anchorage device.
43
44 6-02.3(26)D2 Test Block Dimensions
45 The dimensions of the test block perpendicular to the tendon in each direction shall
46 be the smaller of the minimum edge distance or the minimum spacing specified by
47 the special anchorage device manufacturer, with the stipulation that the concrete
48 cover over any confining reinforcing steel or supplementary skin reinforcement shall
49 be appropriate for the project specific application and circumstances. The length of
50 the block along the axis of the tendon shall be at least two times the larger of the
51 cross-section dimensions.
52
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 10
1 6-02.3(26)D3 Local Zone Reinforcement for Confinement
wr 2 The confining reinforcing steel in the local zone of the test block shall be the same
3 as that recommended by the special anchorage device manufacturer.
4
5 6-02.3(26)D4 Supplementary Skin Reinforcement
6 In addition to the special anchorage device and the associated local zone
7 reinforcement for confinement, supplementary skin reinforcement may be provided
8 throughout the test block. Such supplementary skin reinforcement shall be as
9 specified by the special anchorage device manufacturer, but shall not exceed a
10 volumetric ratio of 0.01.
11
12 The Contractor shall furnish and install supplementary skin reinforcement in the
r 13 anchorage zone of the Structure similar in configuration and equivalent in
14 volumetric ratio to the supplementary skin reinforcement used in the test block, at
15 no additional cost to the Contracting Agency. The steel reinforcing bars shown in
16 the Plans in corresponding portions of the general zone may be counted towards
17 this reinforcement requirement.
18
19 6-02.3(26)D5 Test Block Concrete Strength
20 The compressive strength of the test block at the time of acceptance testing shall
21 not exceed the compressive strength of the Structure being post-tensioned at the
22 time of post-tensioning.
23
24 6-02.3(26)D6 Special Anchorage Device Acceptance Testing
25 Special anchorage device acceptance testing shall be conducted in accordance
„„ 26 with one of the following test methods:
27
28 1. Cyclic load test
29 2. Sustained load test
30 3. Monotonic load test
31
32 The loads specified for the tests are specified in fractions of the ultimate load FP„of
dw 33 the largest tendon that the special anchorage device is designed to accommodate.
34 The specimen shall be loaded in accordance with conventional usage of the device
35 in post-tensioning applications, except that the load may be applied directly to the
36 wedge plate or equivalent area.
37
38 6-02.3(26)D7 Cyclic Loading Test
39 A load of 0.8FP„shall be applied. The load shall then be cycled between 0.1 FP„and
war 40 0.8Fp, until crack widths stabilize, but for not less than ten cycles. Crack widths are
41 considered stabilized if they do not change by more than 0.001 inches over the last
' 42 three readings. Upon completion of the cyclic loading portion of the test, the
43 specimen shall be loaded to failure, or, if limited by the capacity of the loading
44 equipment, to at least 1.1 FP,,.
45
46 Crack widths and crack patterns shall be recorded at the initial load of 0.8FP,,, at
47 least at the last three consecutive peak loadings before termination of the cyclic
48 loading portion of the test, and at 0.9FP,,. The maximum load shall also be
49 reported.
50
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 11
1 6-02.3(26)D8 Sustained Loading Test
2 A load of 0.8FP„ shall be applied and held constant until crack widths stabilize, but
3 not less than 48 hours. Crack widths are considered stabilized if they do not
4 change by more than 0.001 inches over the last three readings. Upon completion
5 of the sustained loading portion of the test, the specimen shall be loaded to failure,
6 or, if limited by the capacity of the loading equipment, to at least 1.1 FP,.
7
8 Crack widths and crack patterns shall be recorded at the initial load of 0.8Fp,, at
9 least three times at intervals of not less than four hours during the last 12 hours of
10 the sustained loading time period, and at 0.9FP,,. The maximum load shall also be
11 reported.
12
13 6-02.3(26)D9 Monotonic Loading Test
14 A load of 0.9Fp,shall be applied and held constant for one hour. Upon completion
15 of the one hour load hold period, the specimen shall be loaded to failure, or, if
16 limited by the capacity of the loading equipment, to at least 1.2FP,,.
17
18 Crack widths and crack patterns shall be recorded at 0.9FP,,, at the conclusion of
19 the one hour load hold period, and at 1.OFP,. The maximum load shall also be
20 reported.
21 ,22 6-02.3(26)D10 Special Anchorage Device Test Performance Requirements
23 The test block shall conform to the following load requirements under test load:
24 '25 1. The maximum test load for cyclic loading and sustained loading tests shall
26 be 1.1 FP„ minimum.
27
28 2. The maximum test load for monotonic loading tests shall be 1.2FP"
29 minimum.
30
31 The test block shall conform to the following crack width requirements under test ,
32 load:
33
34 1. Cracks shall not exceed 0.010 inches in width at 0.8FP„ at completion of
35 the cyclic loading test or sustained loading test, or at 0.9FP„ after the one
36 hour load hold period of the monotonic loading test.
37
38 2. Cracks shall not exceed 0.016 inches at 0.9FP„for the cyclic loading test
39 or the sustained loading test, or at 1.OFP„for the monotonic loading test.
40
41 6-02.3(26)D11 Test Series Requirements
42 A test series shall consist of three test specimens. Each one of the tested
43 specimens shall conform to the acceptance criteria specified above. If one of the
44 three specimens fails to pass the test, a supplementary test series of three
45 additional specimens shall be conducted. The three additional test specimens shall p,
46 conform to the specified acceptance criteria.
47
48 6-02.3(26)D12 Special Anchorage Device Acceptance Testing Results Report
49 The special anchorage device acceptance testing results report shall consist of the
50 following:
51
52 1. Dimensions of the test specimen.
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 12
1
2 2. Working drawings with details and dimensions of the special anchorage
3 device, including all confining reinforcing steel.
4
5 3. Amount and arrangement of supplementary skin reinforcement.
+ ' 6
7 4. Type and yield strength of reinforcing steel.
8
10 5. Type and compressive strength of the concrete at the time of testing.
11 6. Type of testing procedure and all measurements specified for each
12 specimen under the test.
13
14 The special anchorage device manufacturer shall specify auxiliary and confining
15 reinforcement, minimum edge distance, minimum anchor spacing, and minimum
rir 16 concrete strength at the time of stressing required for proper performance of the
17 local zone.
18
19 6-02.3(26)E Ducts
20 Beneath the heading "Ducts for Internal Embedded Installation"the second sentence in
21 the second paragraph is revised to read:
22
23 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of
24 PP0340B14541 to PP03401367884.
25
26 This section is supplemented with the following:
27
28 All duct splices,joints, couplings and connections to anchorages shall be made with
29 devices or methods (mechanical couplers, plastic sleeves, shrink sleeve) that are
30 approved by the duct manufacturer and produce a smooth interior alignment with no lips
31 or kinks. All connections and fittings shall be air and mortar tight. Taping is not
32 acceptable for connections and fittings.
�. 33
34 6-02.3(26)G Tensioning
35 Items 1 and 2 in the first paragraph are revised to read:
36
37 1. Stressing equipment shall be capable of producing a jacking force of at least 81
38 percent of the specified tensile strength of the post-tensioning reinforcement.
39
40 2. Jacking force test capacity shall be at least 95 percent of the specified tensile
41 strength of the post-tensioning reinforcement.
42
43 Items 1, 2 and 3 in the sixth paragraph are revised to read:
44
45 1. During jacking prior to seating: 90 percent of the yield strength of the steel.
46
47 2. At anchorages after seating: 70 percent of the specified tensile strength of the
48 steel.
49
irr 50 3. At service limit state after losses: 80 percent of the yield strength of the steel.
51
' Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 13
i
1 The second sentence of the second subparagraph under the eighth paragraph is revised to
2 read: 'i
3
4 The test specimen shall be tensioned to 80 percent of the specified tensile strength in
5 ten increments.
6
7 The last sentence of the eleventh paragraph is revised to read:
8
9 The tendon is acceptable if the verification lift off force is not less than 99 percent of the 4
10 approved calculated force nor more than 70 percent of the specified tensile strength of
11 the prestressing steel or as approved by the Engineer.
12
13 6-02.3(26)H Grouting
14 The first sentence in the last paragraph is deleted.
15
16 6-02.3(27) Concrete for Precast Units
17 The first paragraph is supplemented with the following:
18
19 Type III portland cement is permitted to be used in precast concrete units.
20
21 The third paragraph is deleted.
22
23 This section is supplemented with the following new sub-sections:
24 '25 6-02.3(27)A Use of Self Consolidating Concrete for Precast Units
26 Self Consolidating Concrete (SCC) is concrete that is able to flow under its own weight
27 and completely fill the formwork without the need of any vibration while maintaining
28 homogeneity, even in the presence of dense reinforcement. SCC shall be capable of '
29 flowing through the steel reinforcing bar cage without segregation or buildup of
30 differential head inside or outside of the steel reinforcing bar cage.
31 ,32 SCC may be used for the following precast concrete structure elements:
33
34 1. Precast roof, wall and floor panels, and retaining wall panels in accordance
35 with Section 6-02.3(28). ,
36
37 2. Precast reinforced concrete three sided structures in accordance with Section
38 6-02.3(28) as supplemented in the Special Provisions.
39 r�
40 3. Precast concrete barrier in accordance with Section 6-10.3(1).
41
42 4. Precast concrete wall stem panels in accordance with Section 6-11.3(3).
43
44 5. Precast concrete noise barrier wall panels in accordance with Section 6-
45 12.3(6).
46
47 6. Structural earth wall precast concrete facing panels in accordance with Section
48 6-13.3(4).
49
50 7. Precast drainage structure elements in accordance with Section 9-05.50.
51
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 14
err
.r
1 8. Precast junction boxes, cable vaults, and pull boxes in accordance with
2 Section 9-29.2.
� 3
4 6-02.3(27)B Submittals for Self Consolidating Concrete for Precast Units
5 With the exception of items 3, 7, and 8 in Section 6-02.3(27)A, the Contractor shall
6 submit the mix design for SCC to the Engineer for annual approval in accordance with
7 Section 6-02.3(28)B . The mix design submittal shall include items specified in Section
8 6-02.3(2)A and results of the following tests conducted on concrete that has slump flow
9 within the slump flow range defined below:
10
11 1. Slump Flow.
12
13 a. The mix design shall specify the target slump flow in inches, in
14 accordance with WSDOT FOP for ASTM C 1611. The slump flow range
15 is defined as the target slump flow plus or minus 2-inches.
16
17 b. The visual stability index (VSI) shall be less than or equal to 1, in
18 accordance with ASTM C 1611, Appendix X1, using Filling Procedure B.
19
20 c. The T50 flow rate results shall be less than 6-seconds in accordance with
21 ASTM C 1611, Appendix X1, using Filling Procedure B.
22
"■' 23 2. Column Segregation.
24
25 a. The maximum static segregation shall be 10-percent in accordance with
26 ASTM C 1610.
27
28 b. The Maximum Hardened Visual Stability Index (HVSI) shall be 1 in
29 accordance with AASHTO PP 58.
30
31 3. J ring test results for passing ability shall be less than or equal to 1.5-inches in
32 accordance with the WSDOT FOP for ASTM C 1621.
r�. 33
34 4. Air content shall be tested in accordance with WSDOT Test Method T 818,
35 and shall conform to Section 6-02.3(2)A.
36
37 5. Concrete unit weight results in pounds per cubic foot shall be recorded in
38 accordance with AASHTO T 121, except that the concrete shall not be
39 consolidated in the test mold.
++� 40
41 6. The temperature of all concrete laboratory test samples shall be tested in
42 accordance with AASHTO T 309 and shall conform to the placement limits
43 specified in Section 6-02.3(4)D.
44
45 7. The modulus of elasticity in pounds per square inch at 28 days shall be
46 recorded in accordance with ASTM C 469.
47
48 Use of Type III cement is permitted.
49
,. 50 Placement for construction may include consolidation using light vibration, but the
51 requirements of Section 6-02.3(4)C for consistency will not apply.
52
r
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 15
�.r
1 Items 3, 7, and 8 in Section 6-02.3(27)A require the precast plant to cast one
2 representative structure acceptable to the Engineer and have the structure sawn in half
3 for examination by the Contracting Agency to determine that segregation has not
4 occurred. The Contracting Agency's approval of the sawn structure will constitute
5 approval of the precast plant to use SCC and a concrete mix design submittal is not
6 required.
7
8 6-02.3(27)C Acceptance Testing of Self Consolidating Concrete for Precast
9 Units
10 Acceptance testing shall be performed by the Contractor and test results shall be
11 submitted to the Engineer. Placement of SCC for concrete testing such as cylinder
12 preparation shall be in accordance with WSDOT Test Method T 819.
13
14 SCC for items 1, 2, 4, 5, and 6 in Section 6-02.3(27)A will be accepted in accordance
15 with Section 6-02.3(5) procedures, and based on conformance to the requirements
16 specified above and in Section 6-02.3(2)A, for the following:
17
18 1. Temperature.
19
20 2. Air content.
21 '22 3. Compressive strength at 28-days.
23
24 4. Slump flow within the target slump flow range. ,
25
26 5. J ring passing ability less than or equal to 1.5-inches.
27
28 6. VSI less than or equal to 1. '
29
30 SCC for concrete barrier will be accepted in accordance with temperature, air, and
31 compressive strength testing listed above.
32
33 SCC for precast junction boxes, cable vaults, and pull boxes will be accepted in
34 accordance with temperature and compressive strength testing listed above. ,
35
36 SCC for precast drainage structure elements will be accepted in accordance with the
37 requirements of AASHTO M 199.
38
39 6-02.3(28) Precast Concrete Panels
40 In this section, all references to "units"are revised to read "panels".
41
42 6-02.3(28)6 Casting
43 The second paragraph is revised to read:
44
45 Concrete shall meet requirements of Section 6-02.3(25)B for annual pre-approval of the
46 concrete mix design, and slump. If SCC is used the concrete shall conform to Sections ■ir
47 6-02.3(27)B and 6-02.3(27)C.
48
49 6-02.3(28)F Tolerancesr
50 The reference to "PCI-MNL-166" is revised to read "PCI-MNL-116".
51
Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 16
1 6-02.4 Measurement
rrr 2 The first sentence in the seventh paragraph is revised to read:
3
4 All reinforcing steel will be measured by the computed weight of all metal, including
5 mechanical splices, actually in place and required by the Plans or the Engineer.
6
7 Item no. 2 in the seventh paragraph is revised to read:
8
9 2. Extra steel in splices not shown in the Plans or specified in the Plans as optional.
10
11 The following new paragraph is inserted after item number 3 in the seventh paragraph:
12
13 The weight of mechanical splices will be based on the weight specified in the
14 manufacturer's catalog cut for the specific item.
15
16 6-02.5 Payment
17 The bid item "St. Reinf. Bar" is revised to read:
18
wry 19 "St. Reinf. Bar "
20
21 The bid item "Epoxy-Coated St. Reinf. Bar" is revised to read:
22
23 "Epoxy-Coated St. Reinf. Bar "
24
25 The paragraph after the bid item "Epoxy-Coated St. Reinf. Bar" is revised to read:
26
27 Payment for reinforcing steel shall include the cost of furnishing, fabricating, placing,
28 and splicing the reinforcement. In structures of reinforced concrete where there are no
29 structural steel bid items, such minor metal parts as expansion joints, bearing
30 assemblies, and bolts will be paid for at the unit contract price for "St. Reinf. Bar "
31 unless otherwise specified.
32
rw
iW
rrr
.. Amendments to the 2010 Standard Specifications Section 6-02
AUGUST 1, 2011 Page 17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
rrr
1 SECTION 6-03, STEEL STRUCTURES
2 August 1, 2011
3 6-03.3(7) Erection Methods
4 The second and third sentences in the first paragraph are deleted.
5
6 6-03.3(25) Repair Welding
7 In the first paragraph '2002" is revised to read "2008".
g
9 6-03.3(25)A Welding Inspection
10 In the first paragraph "2002" is revised to read "2008".
11
12 In the paragraph below the heading "Radiographic Inspection" "2002 Structural" is revised
13 to read "2008 Bridge".
14
15 6-03.3(29) Vacant
16 This section including title is revised to read:
17
18 Welded Shear Connectors
19 All welded shear connectors on steel girder top flanges shall be installed in the field
20 after the forms for the concrete bridge deck are in place. The steel surface to be
21 welded shall be prepared to SSPC-SP 11, power tool cleaning,just prior to welding.
22 Installation, production control, and inspection of welded shear connectors shall
23 conform to Chapter 7 of the AASHTO/AWS D1.51VI/D1.5:2008 Bridge Welding Code.
24 After the welded shear connectors are installed, the weld and the disturbed steel
25 surface shall be cleaned and painted in accordance with Section 6-07.3(9)1.
26
27 6-03.3(32) Assembling and Bolting
r• 28 The third paragraph is revised to read:
29
30 Cylindrical erection pins (drift pins) shall be placed throughout each field connection and
31 each field joint with the greatest concentration in the outer edges of a splice plate or
32 member being bolted. Drift pins shall be double tapered barrel pins of hardened steel.
33 The diameter of the drift pins shall at least be 1/32-inch larger than the diameter of the
34 bolts in the connection or the full hole diameter.
35
36 6-03.3(33) Bolted Connections
37 This section is revised to read:
38
39 Fastener components shall consist of bolts, nuts, washers, tension control bolt
40 assemblies, and direct tension indicators. Fastener components shall meet the
41 requirements of Section 9-06.5(3).
42
43 The Contractor shall submit documentation of the bolt tension calibrator for approval by
44 the Engineer and shall include brand, capacity, model, date of last calibration, and
45 manufacturer's instructions for use. The Contractor shall be responsible to supply the
46 approved bolt tension calibrator and all accompanying hardware and calibrated torque
47 wrenches to conduct all testing and inspection described herein. Use of the bolt tension
48 calibrator shall comply with manufacturer's recommendations.
49
Amendments to the 2010 Standard Specifications Section 6-03
AUGUST 1, 2011
Page 1
o..
1 Fastener components shall be protected from dirt and moisture in closed containers at
2 the site of installation. Only as many fastener components as are anticipated to be to
3 installed during the Work shift shall be taken from protected storage. Fastener
4 components that are not incorporated into the Work shall be returned to protected
5 storage at the end of the Work shift. Fastener components shall not be cleaned or
6 modified from the as-delivered condition. Fastener components that accumulate rust or
7 dirt shall not be incorporated into the Work. Tension control bolt assemblies shall not
8 be relubricated, except by the manufacturer.
9
10 All bolted connections are slip critical. Painted structures require either Type 1 or Type 3
11 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be
12 galvanized or be used in contact with galvanized metal.
13 Washers are required under turned elements for bolted connections and as required in
14 the following:
15
16 1. Washers shall be used under both the head and the nut when AASHTO M 253
17 bolts are to be installed in structural carbon steel, as specified in Section 9-
18 06.1.
19
20 2. Where the outer face of the bolted parts has a slope greater than 1:20 with
21 respect to a plane normal to the bolt axis, a beveled washer shall be used.
22
23 3. Washers shall not be stacked unless otherwise approved by the Engineer.
24
25 4. It is acceptable to place a washer under the unturned element.
26
27 All galvanized nuts shall be lubricated by the manufacturer with a lubricant containing a
28 visible dye so a visual check for the lubricant can be made at the time of field ,
29 installation. Black bolts shall be lubricated by the manufacturer and shall be "oily"to the
30 touch when installed.
31 '32 After assembly, bolted parts shall fit solidly together. They shall not be separated by
33 washers, gaskets, or any other material. Assembled joint surfaces, including those next
34 to bolt heads, nuts, and washers, shall be free of loose mill scale, burrs, dirt, and other
35 foreign material that would prevent solid seating. '
36
37 When all bolts in a joint are tight, each bolt shall carry at least the proof load shown in
38 Table 3 below:
39
Table 3
Minimum Bolt Tension
Bolt Size AASHTO M 164 and AASHTO M 253
(inches) ASTM F 1852 (pounds)
(pounds)
/2 12,050 14,900
/8 19,200 23,700
/4 28,400 35,100
/g 39,250 48,500
1 51,500 63,600
11/8 56,450 80,100
Amendments to the 2010 Standard Specifications
Section 6-03
AUGUST 1, 2011 Page 2
r
1 /4 71,700 101,800
Ift 13/8 85,450 121,300
T'/2 104,000 147,500
1
2 Prior to final tightening of any bolts in a bolted connection, the connection shall be
3 compacted to a snug-tight condition. Snug tight shall include bringing all plies of the
4 connection into firm contact and snug-tightening all bolts in accordance with Section 6-
urr 5 03.3(32).
6
7 Final tightening may be done by either the turn-of-nut method, the direct-tension
8 indicator method, or twist off type tension control structural bolt/nut/washer assembly
" 9 method. Preferably, the nut shall be turned tight while the bolt is prevented from
10 rotating. However, if required by either turn-of-nut or direct-tension-indicator methods,
11 because of bolt entering and/or wrench operational clearances, tightening may be done
rr� 12 by turning the bolt while the nut is prevented from rotating.
13
14 1. Turn-of-Nut Method. After all specified bolting conditions satisfied, and before final
15 tightening, the Contractor shall match-mark with crayon or paint the outer face of
16 each nut and the rotrudin
p g part of the bolt. Each bolt shall be final tightened to the
17 specified minimum tension by rotating the amount specified in Table 4. To ensure
18 that this tightening method is followed, the Engineer will (1) observe as the
+ ' 19 Contractor installs, snug-tightens, and final tightens all bolts and (2) inspect each
20 match-mark.
21
rr Table 4
Turn-of-Nut Tightening Method Nut Rotational from Snug-
Tight Condition
Bolt Length Disposition of Outer Faces of Bolted Parts
Condition-1 Condition 2 Condition 3
L<=4D /3 turn 112 turn /3 turn
4D < L<=8D /2 turn /3 turn /6 turn
8D < L<= 12D /3 turn /6 turn 1 turn
W 22 Bolt length measured from underside of head to top of nut.
23
24 Condition 1—both faces at right angles to bolt axis.
25
26 Condition 2—one face at right angle to bolt axis, one face sloped no more than
27 1:20, without bevel washer.
28
29 Condition 3—both faces sloped no more than 1:20 from right angle to bolt axis,
30 without bevel washer.
1 31
32 Nut rotation is relative to the bolt regardless of which element (nut or bolt) is being
33 turned. Tolerances permitted plus or minus 30 degrees 012 turn) for final turns of
34 1/2 turn or less; plus or minus 45 degrees (1/8 turn) for final turns of 2/3 turn or more.
35
36 D = nominal bolt diameter of bolt being tightened.
37
+rr
Amendments to the 2010 Standard Specifications Section 6-03
AUGUST 1, 2011 Page 3
1 When bolt length exceeds 12D,the rotation shall be determined by actual tests in
2 which a suitable tension device simulates actual conditions. NO
3
4 2. Direct-Tension-Indicator Method. Direct-Tension-Indicators (DTIs) shall not be
5 used under the turned element. DTIs shall be placed under the bolt head with the
6 protrusions facing the bolt head when the nut is turned. DTIs shall be placed under
7 the nut with the protrusions facing the nut when the bolt is turned.
8
Table 5
Direct Tension Indicator Requirements
DTI Spaces Maximum Snug- Minimum Final
[Bolt Size, tight Refusals Tighten Refusals
nches
M 164 253 164 253 164 M 253
1/2 4 5 1
8 4 5 1
4
/8 5
1 7 2 3 3 4
1-1/8
1-1/4
1-3/8
1-1/2
9
10
11 Gap refusal shall be measured with a 0.005 inch tapered feeler gage. After all
12 specified bolting conditions are satisfied, the snug-tightened gaps shall meet Table '
13 5 snug-tight limits.
14
15 Each bolt shall be final-tightened to meet Table 5 final tighten limits. If the bolt is '
16 tensioned so that no visible gap in any space remains,the bolt and DTI shall be
17 removed and replaced by a new properly tensioned bolt and DTI.
18
19 The Contractor shall tension all bolts, inspecting all DTIs with a feeler gage, in the
20 presence of the Engineer. DTIs shall be installed by 2 or more person crews with 1
21 individual preventing the element at the DTI from turning, and measuring the gap of
22 the DTI to determine the proper tension of the bolt.
23
24 If a bolt,that has had its DTI brought to full load, loosens during the course of
25 bolting the connection, it shall be rejected. Reuse of the bolt and nut are subject to ,
26 the provisions of this section. The used DTI shall not be reinstalled.
27
28 3. Twist Off Type Tension Control Structural Bolt/Nut/Washer Assembly Method
29 (Tension Control Bolt Assembly). Tension control bolt assemblies shall include ,
30 the bolt, nut, and washer(s) packaged and shipped as a single assembly. Tension
31 control bolt assembly components shall not be interchanged for testing or
32 installation and shall comply with all provisions of ASTM F 1852.
Amendments to the 2010 Standard Specifications Section 6-03
AUGUST 1, 2011 Page 4
r
1
, o 2 The tension control bolts shall incorporate a design feature intended to either
3 indirectly indicate, or to automatically provide, the minimum tension specified in
4 Table 3 of Section 6-03.3(33).
5
'r" 6 The Contractor shall submit the tension control bolt assembly to the Engineer for
7 approval with bolt capacities, type of bolt, nut, and washer lubricant, method of
8 packaging and protection of the lubricated bolt, installation equipment, calibration
+r 9 equipment, and installation procedures.
10
11 The tension control bolt manufacturer's installation procedure shall be followed for
go 12 installation of bolts in the verification testing device, in all calibration devices, and in
13 all structure connections.
14
15 In some cases, proper tensioning of the bolts may require more than one cycle of
16 systematic partial tightening prior to final yield or fracture of the tension control
17 element of each bolt. If yield or fracture of the tension control element of a bolt
18 occurs prior to the final tightening cycle, that bolt shall be replaced with a new one.
19
20 Additional field verification testing shall be performed as requested by the Engineer.
21
22 All bolts and connecting hardware shall be stored and handled in a manner to
23 prevent corrosion and loss of lubricant. Bolts which are installed without the same
24 lubricant coating as tested under the verification test will be rejected and shall be
25 removed from the joint and be replaced with new lubricated bolts at no additional
26 cost to the Contracting Agency.
27
28 AASHTO M 253 bolts, galvanized AASHTO M 164 bolts, and ASTM F 1852 tension
29 control bolt assemblies shall not be reused. Black AASHTO M 164 bolts may be reused
30 once if approved by the Engineer. All bolts to be reused shall have their threads
31 inspected for distortion by reinstalling the used nut on the bolt and turning the nut for the
32 full length of the bolt threads by hand. Bolts to be reused shall be relubricated in
ON 33 accordance with the manufacturer's recommendations and as approved by the
34 Engineer. Used bolts shall be subject to a rotational capacity test as specified in Section
35 6-03.3(33)A Pre-Erection Testing. Touching up or retightening bolts previously tightened
36 by the turn-of-nut method, which may have been loosened by the tightening of adjacent
37 bolts shall not be considered as reuse, provided the snugging up continues from the
38 initial position and does not require greater rotation, including the tolerance, than that
39 required by Table 4.
rx 40
41 6-03.3(33)A Pre-Erection Testing
42 This section is revised to read:
43
44 High strength bolt assemblies (bolt, nut, direct tension indicator, and washer), black and
45 galvanized, shall be subjected to a field rotational capacity test, as outlined below, prior
46 to any permanent fastener installation. For field installations, the rotational capacity test
47 shall be conducted at the jobsite. Each combination of bolt production lot, nut
48 production lot, washer production lot, and direct tension indicator production lot shall be
49 tested as an assembly, except tension control bolt assemblies which shall be tested as
w 50 supplied by the manufacturer. Each rotational capacity test shall include three
51 assemblies. Once an assembly passes the rotational capacity test, it is approved for
52 use for the remainder of the project, unless the Engineer deems further testing is
�r
Amendments to the 2010 Standard Specifications Section 6-03
AUGUST 1, 2011 Page 5
+rr
1 necessary. All tests shall be performed in a bolt tension calibrator by the Contractor in
2 the presence of the Engineer. High-strength bolt assemblies used in this test shall not
3 be reused. The bolt assemblies shall meet the following requirements after being
4 pretensioned to 15 percent of the minimum bolt tension in Table 3. The assembly shall
5 be considered as nonconforming if the assembly fails to pass any one of the following
6 specified requirements.
7
8 1. The measured torque to produce the minimum bolt tension shall not exceed
9 the maximum allowed torque value obtained by the following equation.
10 Torque = 0.25 PD
11 Where: Torque = Calculated Torque (foot-pounds)
12 P = Measured Bolt Tension (pounds)
13 D = Normal Bolt Diameter (feet)
14
15 2. After placing the assembly through two cycles of the required number of turns,
16 where turns are measured from the 15 percent pretention condition, as
17 indicated in Table 4 of Section 6-03.3(33),
18
19 a. The maximum recorded tension after the two turns shall be equal to
20 or greater than 1.15 times the minimum bolt tension listed in Table 3
21 of Section 6.03.3(33).
22
23 b. Each assembly shall be successfully installed to the specified number
24 of turns.
25 4
26 c. The fastener components in the assembly shall not exhibit shear
27 failure or stripping of the threads as determined by visual examination
28 of bolt and nut threads following removal.
29
30 d. The bolts in the assembly shall not exhibit torsional or
31 torsional/tension failure.
32
33 3. If any specimen fails, the assembly will be rejected. Elongation of the bolt
34 between the bolt head and the nut is not considered to be a failure.
35
36 Bolts that are too short to test in the bolt tension calibrator shall be tested in a steel joint
37 The Contractor shall (1) install the high-strength bolt assemblies (bolt, nut, direct tension
38 indicator and washer) in a steel joint of the proper thickness, (2)tighten to the snug tight
39 condition, (3) match-mark the outer face of each nut and the protruding part of the bolt
40 with crayon or paint, (4) rotate to the requirements of Table 4, and (5) record the torque Oil
41 that is required to achieve the required amount of rotation. The assembly shall be
42 considered as non-conforming if the assembly fails to pass any one of the following
43 specified requirements.
44
45 1. The recorded torque to produce the minimum rotation shall not exceed the
46 maximum allowed torque value obtained by the following equation.
47 Torque = 0.25 PD
48 Where: Torque = Calculated Maximum Allowed Torque (foot-pounds)
49 P = Specified Bolt Tension per Table 3, multiplied by a
50
factor of 1.15 (pounds) '14
51 D = Normal Bolt Diameter (feet)
:x
i
Amendments to the 2010 Standard Specifications Section 6-03
AUGUST 1, 2011 Page 6
1 2. After placing the assembly through two cycles of the required number of turns,
2 where turns are measured from the snug tight condition specified in Section 6-
3 03.3(32),
4
5 a. Each assembly shall be successfully installed to the specified number
6 of turns.
7
8 b. The fastener components in the assembly shall not exhibit shear
+ 10 failure or stripping of the threads as determined by visual examination
of bolt and nut threads following removal.
11
12 c. The bolts in the assembly shall not exhibit torsional or
rrr 13 torsional/tension failure.
14
15 3. If any specimen fails, the assembly will be rejected. Elongation of the bolt
rrri 16 between the bolt head and the nut is not considered to be a failure.
18 The Contractor shall submit the manufacturer's detailed procedure for pre-erection
19 (rotational capacity) testing of tension control bolt assemblies to the Engineer for
20 approval and shall have an approved procedure prior to testing.
21
22 Three DTIs, per lot, shall be tested in a bolt tension calibrator. The bolts shall be
irr 23 tensioned to 105-percent of the tension shown in Table 3 of Section 6-03.3(33). If all of
24 the DTI protrusions are completely crushed (all 5 openings with zero gap), this lot of
25 DTIs is rejected.
26
27 6-03.3(33)B Bolting Inspection
28 The first paragraph is revised to read:
29
30 The Contractor, in the presence of the Engineer, shall inspect the tightened bolt using a
31 calibrated inspection torque wrench, regardless of bolting method. The Contractor shall
32 supply the inspection torque wrench.
rrr 33
34 The first sentence in the second paragraph is revised to read:
35
36 If the bolts to be installed are not long enough to fit in the bolt tension calibrator, five
37 bolts of the same grade, size, and condition as those under inspection shall be tested
38 using Direct-Tension-Indicators (DTIs) to measure bolt tension.
39
yr 40 The first sentence in the third paragraph is revised to read:
41
42 Five representative bolts/nuts/washers and DTIs, if used (provided by the Contractor) of
43 the same grade, size, and condition as those under inspection shall be placed
44 individually in a bolt tension calibrator to measure bolt tension.
45
46 The fourth and fifth sentences in the third paragraph are revised to read:
rr 47
48 In the bolt tension calibrator, each bolt shall be tightened by any convenient means to
49 the specified tension. The inspection torque wrench shall then be applied to the
am 50 tightened bolt to determine the torque required to turn the nut or head 5 degrees
51 (approximately 1-inch at a 12-inch radius) in the tightening direction.
52
r
Amendments to the 2010 Standard Specifications Section 6-03
�' AUGUST 1, 2011 Page 7
1 The fourth paragraph is revised to read:
2
3 Ten percent (at least two), or as specified by the Engineer, of the tightened bolts on the
4 Structure represented by the test bolts shall be selected at random in each connection.
5 The job-inspection torque shall then be applied to each with the inspecting wrench
6 turned in the tightening direction, with no restraint applied to the opposite end of the
7 bolt. If this torque turns no bolt head or nut,the Contracting Agency will accept the
8 connection as being properly tightened. If the torque turns one or more bolt heads or
9 nuts, the job-inspection torque shall then be applied to all bolts in the connection.
10 Except for tension control bolt assemblies and DTIs with zero gap at all protrusion
11 spaces, any bolt whose head or nut turns at this stage shall be tightened and
12 reinspected. Any tension control bolt assemblies or DTIs that have zero gap at all
13 protrusion spaces shall be replaced if the head or nut turns at this stage.
14
15 This section is supplemented with the following new paragraph:
16
17 The Contractor shall submit the manufacturer's detailed procedure for routine
18 observation to ensure proper use of the tension control bolt assemblies to the Engineer „z
19 for approval and shall have an approved procedure prior to any assembling of bolted
20 connections.
21
22 6-03.3(39) Swinging the Span
23 The first paragraph is revised to read:
24
25 Forms weighing less than five pounds per square foot of bridge deck area and uniformly
26 distributed along the steel spans may be placed before the spans swing free on their
27 supports. Steel reinforcing bars or concrete bridge deck shall not be placed on steel
28 spans until the spans swing free on their supports and elevations recorded. No simple
29 span or any series of continuous spans will be considered as swinging free until all
30 temporary supports have been released. Reinforcing steel or concrete bridge decks
31 shall not be placed on any simple or continuous span steel girder bridge until all its
32 spans are adjusted and its masonry plates, shoes, and keeper plates grouted. For this
33 specification, the structure shall be considered as continuous across hinged joints.
i
Amendments to the 2010 Standard Specifications Section 6-03 rr
AUGUST 1, 2011 Page 8
rrri
1 SECTION 6-05, PILING
«. 2 August 1, 2011
3 6-05.5 Payment
4 In the second paragraph, the following sentence is inserted after the first sentence:
5
6 For cast-in-place concrete test piles, this price shall include furnishing, fabricating and
7 installing the steel reinforcing bar cage, and furnishing, casting and curing the
8 concrete.
9
10 The paragraph after the bid item "Furnishing St. Piling" is revised to read:
r• 11
12 The unit Contract price per linear foot for"Furnishing (type) Piling (___)"shall be full
13 pay for furnishing the piling specified, including furnishing, fabricating and installing the
14 steel reinforcing bar cage, and furnishing, casting and curing the concrete, as required
15 for concrete piling. Such price shall also be full pay, for furnishing timber, precast
16 concrete, or precast-prestressed concrete piling length ordered from an Engineer's
17 order sheet but not driven.
r�
N-
rr
Amendments to the 2010 Standard Specifications Section 6-05
AUGUST 1, 2011 Page 1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
1
1
1
1
1
err
1 SECTION 6-07, PAINTING
2 I August 1, 2011
3 6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal
4 Component
5 Item 1 in the first paragraph is supplemented with the following:
6
7 h. Minimum wet film thickness for each coat to achieve the specified minimum dry film
"" 8 thickness.
9
10 6-07.3(9)F Shop Surface Cleaning and Preparation
11 The third sentence is revised to read:
12
13 The entire steel surface to be painted, including surfaces specified in Section 6-
14 07.3(9)G to receive a mist coat of primer, shall be cleaned to a near white condition in
15 accordance with SSPC-SP 10 and shall be in this condition immediately prior to paint
16 application.
17
18 6-07.3(9)G Application of Shop Primer Coat
19 In the second paragraph, the second, third, and fourth sentences are deleted.
20
r. 21 6-07.3(9)1 Application of Field Coatings
22 The following new paragraph is inserted preceding the first paragraph:
23
24 Prior to applying field coatings, the Contractor shall field install welded shear connectors
25 on the steel girder top flanges in accordance with Section 6-03.3(29) and as shown in
26 the Plans. After installation of the welded shear connectors, the weld and the disturbed
27 surface of the steel girder top flange shall be cleaned in accordance with SSPC-SP 11
n 28 and primed.
29
30 The first sentence in the second paragraph (with above amendment applied) is revised to
31 read:
32
33 Upon completion of erection Work, all uncoated areas remaining, including bolts, nuts,
34 washers and splice plates, shall be prepared in accordance with Section 6-07.3(9)F,
35 followed by a field primer coat of an organic zinc paint selected from the same approved
36 paint system and paint manufacturer as the other paint for the structure.
I 37
38 6-07.3(10)H Paint System
39 In the first sentence of the first paragraph "new steel" is revised to read "existing steel".
40
41 6-07.3(10)K Coating Thickness
42 This section is revised to read:
43
1 44 The minimum dry film thickness of each coat (primer, intermediate, top, and all stripe
45 coats) shall not be less than 3.0 mils. The dry film thickness shall not be thicker than
46 the paint manufacturer's recommended maximum thickness.
47
48 The minimum wet film thickness of each coat shall be specified by the paint
49 manufacturer to achieve the minimum dry film thickness.
50
Amendments to the 2010 Standard Specifications Section 6-07
AUGUST 1, 2011 Page 1
r.
1 Film thickness, wet and dry, will be measured by gages conforming to Section 6-
2 07.3(8)A. Wet measurements will be taken immediately after the paint is applied in
3 accordance with ASTM D 4414. Dry measurements will be taken after the coating is dry
4 and hard in accordance with SSPC Paint Application Specification Section No. 2.
5 all
6 Each painter shall be equipped with a wet film thickness gauge, and shall be
7 responsible for performing frequent checks of the paint film thickness throughout
8 application. ,ad
9
10 Coating thickness measurements may be made by the Engineer after the application of
11 each coat and before the application of the succeeding coat. In addition, the Engineer
12 may inspect for uniform and complete coverage and appearance. One hundred percent ,
13 of all thickness measurements shall meet or exceed the minimum wet film thickness. In
14 areas where wet film thickness measurements are impractical, dry film thickness w§
15 measurements may be made. If a question arises about an individual coat thickness or vi
16 coverage, it may be verified by the use of a Tooke gauge in accordance with ASTM D
17 4138.
18 ,19 If the specified number of coats does not produce a combined dry film thickness of at
20 least the sum of the thicknesses required per coat, or if an individual coat does not meet
21 the minimum thickness, or if visual inspection shows incomplete coverage, the coating
22 system will be rejected, and the Contractor shall discontinue painting and surface
23 preparation operations and shall submit a proposal for repair to the Engineer The repair
24 proposal shall include documentation demonstrating the cause of the less than
25 minimum thickness along with physical test results, as necessary, and modifications to
26 work methods to prevent similar results. The Contractor shall not resume painting or
27 surface preparation operations until receiving the Engineer's approval of the completed
28 repair. ,
29
30 6-07.5 Payment
31 The last sentence in the paragraph starting with "Progress payments for"Cleaning and ,
32 Painting" is revised to read:
33
34 Payment will not be made for areas that are otherwise complete but have repairs
35 outstanding. '
Amendments to the 2010 Standard Specifications Section 6-07
AUGUST 1, 2011 Page 2
.r
1 SECTION 6-13, STRUCTURAL EARTH WALLS
2 I August 1, 2011
3 6-13.3(2) Submittals
r 4 This section is revised to read:
5
6 The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer
7 a Manufacturer's Certificate of Compliance in accordance with Section 1-06.3,
8 certifying that the structural earth wall materials conform to the specified material
9 requirements. This includes providing a Manufacturer's Certificate of Compliance for
10 all concrete admixtures, cement, fly ash, steel reinforcing bars, reinforcing strips,
"■ 11 reinforcing mesh, tie strips, fasteners, welded wire mats, backing mats, construction
12 geotextile for wall facing, drainage geosynthetic fabric, block connectors, and joint
13 materials. The Manufacturer's Certificate of Compliance for geogrid reinforcement
14 shall include the information specified in Section 9-33.4(4) for each geogrid roll, and
15 shall specify the geogrid polymer types for each geogrid roll.
16
17 A copy of all test results, performed by the Contractor or the Contractor's supplier,
18 which are necessary to assure compliance with the specifications, shall submitted to
19 the Engineer along with each Manufacturer's Certificate of Compliance.
20
21 Before fabrication, the Contractor shall submit a field construction manual for the
22 structural earth walls, prepared by the wall manufacturer, to the Engineer for approval
23 in accordance with Section 6-01.9. This manual shall provide step-by-step directions
dw 24 for construction of the wall system.
25
26 The Contractor, through the license/patent holder for the structural earth wall system,
27 shall submit detailed design calculations and working drawings to the Engineer for
28 approval in accordance with Section 6-01.9. If not prepared by the license/patent
29 holder for the structural earth system, the design calculation and working drawing
30 submittal shall include documentation that the design calculation and working drawing
31 submittal has been reviewed by, and received the concurrence of, the headquarters
32 organization of the structural earth wall manufacturer as identified in the Special
33 Provisions. Review and concurrence by a sales representative office is not
34 acceptable.
35
36 The Contractor shall not begin wall construction until receiving the Engineer's written
37 approval of the material certifications and test results, design calculations and working
38 drawing submittals.
39
40 This section is supplemented with the following new subsections:
41
42 6-13.3(2)A Design Calculation Content Requirements
L43 The design calculation submittal shall include detailed design calculations based on
44 the wall geometry and design parameters specified in the Plans and Special
45 Provisions. The calculations shall include detailed explanations of any symbols,
46 design input, materials property values, and computer programs used in the design of
L 47 the walls. All computer output submitted shall be accompanied b
p y supporting hand
48 calculations detailing the calculation process. If MSEW 3.0, or later version, is used for
49 the wall design, hand calculations supporting MSEW are not required.
Amendments to the 2010 Standard Specifications Section 6-13
AUGUST 1, 2011 Page 1
1
2 The design calculations shall be based on the current AASHTO LRFD Bridge Design
3 Specifications, including current interims, the current WSDOT Bridge Design Manual
4 LRFD (BDM) and WSDOT Geotechnical Design Manual (GDM), and also based on the
5 following:
6
7 1. The wall design calculations shall address all aspects of wall internal stability
8 for the service, strength, and extreme event limit states.
9
10 2. The wall surcharge conditions (backfill slope) shown in the Plans.
11
12 3. If a highway is adjacent to and on top of the wall, a two foot surcharge shall 11
13 be used in the design.
14 4. If the Plans detail an SEW traffic barrier or SEW pedestrian barrier on top of
15 the wall, the barrier shall be designed for a minimum TL-4 impact load, unless
16 otherwise specified in the Plans or Special Provisions.
17 '18 5. If the Plans detail an SEW traffic barrier or SEW pedestrian barrier on top of
19 the wall, the wall shall be designed for the impact load transferred from the
20 barrier to the wall.
21
22 6. The geotechnical design parameters for the wall shall be as specified in the
23 Special Provisions
24 ,25 7. The soil reinforcement length shall be as shown in the Plans. If the Plans do
26 not show a length, the length shall be either 6'-0"or 0.7 times the wall design
27 height H, whichever is greater.
28
29 If there are differences in design requirements between the AASHTO LRFD Bridge
30 Design Specifications and the BDM or GDM, the BDM and GDM requirements shall
31 govern.
32
33 6-13.3(2)B Working Drawing Content Requirements
34 All design details shown in the working drawings shall be selected from the design
35 details and products specified for the specific structural earth wall manufacturer in the
36 Preapproved Wall Appendix in the current WSDOT Geotechnical Design Manual
37 (GDM). Geosynthetic reinforcement shown in the working drawings shall be selected
38 from the products listed in the current WSDOT Qualified Products List (QPL).
39 Substitution of design details and products not listed in the current WSDOT GDM or
40 QPL will not be allowed.
41
42 The working drawing submittal shall include all details, dimensions, quantities, and
43 cross-sections necessary to construct the wall based on the wall geometry and design
44 parameters specified in the Plans and Special Provisions, and shall include, but not be ,
45 limited to, the following items:
46
47 1. A plan and elevation sheet or sheets for each wall, containing the following:
48
49 a. An elevation view of the wall that includes the following:
50 ,
Amendments to the 2010 Standard Specifications Section 6-13
AUGUST 1, 2011 Page 2
+rr
the elevation at the top of the wall, at all horizontal and vertical break
Y,r 3 points, and at least every 50-feet along the wall;
4 ii. elevations at the base of welded wire mats or the top of leveling
5 pads and foundations, and the distance along the face of the wall to
6 all steps in the welded wire mats, foundations and leveling g pads;
8 iii. the designation as to the type of panel, block, or module;
rr 9
10 iv. the length, size, and number of geogrids or mesh or strips, and the
11 distance along the face of the wall to where changes in length of the
+rr
12
3 geogrids or mesh or strips occur; or
14 v. the length, size, and wire sizes and spacing of the welded wire mats
15 and backing mats, and the distance along the face of the wall to
16 where changes in length, size, and wire sizes and spacing of the
17 welded wire mats and backing mats occur; and
18
19 vi. the location of the original and final ground line.
20
21 b. A plan view of the wall that indicates the offset from the construction
22
23 centerline to the face of the wall at all changes in horizontal alignment;
the limit of the widest module, geogrid, mesh, strip or welded wire mat,
24 and the centerline of any drainage structure or drainage pipe which is
25 behind or passes under or through the wall.
26
27 c. General notes, if any, required for design and construction of the wall
28
r 29 d. All horizontal and vertical curve data affecting wall construction.
30
31 e. A listing of the summary of quantities provided on the elevation sheet of
33 each wall for all items including incidental items.
34 f. Cross-section showing limits of construction. In fill sections, the cross-
35 section shall show the limits and extent of select granular backfill material
36 placed above original ground.
37
38 g. Limits and extent of reinforced soil volume.
39
40 2. All details including steel reinforcing bar bending details. Bar bending details
41 shall be in accordance with Section 9-07.1.
42
43 3. All details for foundations and leveling pads, including details for steps in the
44 foundations or leveling pads.
45
46 4. All modules and facing elements shall be detailed. The details shall show all
47 dimensions necessary to construct the element, all steel reinforcing bars in
48 the element, and the location of reinforcement element attachment devices
49 embedded in the precast concrete facing panel or concrete block.
50
Amendments to the 2010 Standard Specifications Section 6-13
AUGUST 1, 2011 Page 3
tlY1N
1 5. All details for construction of the wall around drainage facilities, sign, signal,
2 luminaire, and noise barrier wall foundations, and structural abutment and
3 foundation elements shall be clearly shown.
4
5 6. All details for connections to SEW traffic or pedestrian barriers, coping,
6 parapets, noise barrier walls, and attached lighting shall be shown.
7 -
8 7. All details for the SEW traffic or pedestrian barrier attached to the top of the
9 wall (if shown in the Plans) including interaction with bridge approach slabs.
10
11 6-13.3(3) Excavation and Foundation Preparation
12 The first sentence in the first paragraph is revised to read:
13
14 Excavation shall conform to Section 2-09.3(3).
15
16 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication
17 Item number 1 in the first paragraph is revised to read:
18 wr
19 1. Have a minimum 28 day compressive strength of 4,000 pounds per square inch,
20 unless otherwise specified in the Special Provisions for specific proprietary wall
21 systems. If Self Consolidating Concrete is used the concrete shall conform to
22 Sections 6-02.3(27)B and 6-02.3(27)C. '
23
24 6-13.4 Measurement
25 The fourth paragraph is deleted
26
27 6-13.5 Payment
28 The bid items "Structure Excavation Class B", per cubic yard, "Structure Excavation Class B ,r
29 Incl. Haul", per cubic yard, and "Shoring Or Extra Excavation Class B", per square foot, are
30 deleted from this section.
31 rr
32 The paragraph after the bid item "Structural Earth Wall" is revised to read:
33
34 "Structural Earth Wall", per square foot. go
35 The unit Contract price per square foot for "Structural Earth Wall" shall be full payment
36 for all costs to perform the Work in connection with constructing structural earth walls
37 including leveling pads and copings when specified.
38
39 The paragraph after the bid item "Backfill for Structural Earth Wall" is revised to read:
40
41 The unit Contract price per cubic yard for`Backfill for Structural Earth Wall Incl. Haul"
42 shall be full payment for all costs to perform the Work in connection with furnishing and
43 placing backfill for structural earth wall including hauling and compacting the backfill,
44 and furnishing and placing the wall facing backfill for welded wire faced structural earth
45 walls.
46
�i
Amendments to the 2010 Standard Specifications Section 6-13 ■r
AUGUST 1, 2011 Page 4
+1rr
1 SECTION 6-17, PERMANENT GROUND ANCHORS
2 I August 1, 2011
3 6-17.3(3) Submittals
4 Item number 2 in the third paragraph is revised to read:
w 5
6 2. Ground anchor factored design load
7
8 6-17.3(5) Tendon Fabrication
9 In the second paragraph, the second sentence is revised to read:
10
11 The tendon shall be sized so the factored design load does not exceed 80 percent of
12 the minimum guaranteed ultimate tensile strength of the tendon.
13
14 In the third paragraph, the first sentence is revised to read:
15
16 The Contractor shall be responsible for determining the bond length and tendon bond
17 length necessary to develop the factored design load indicated in the Plans in
18 accordance with Sections 6-17.3(8)A, 6-17.3(8)B, and 6-17.3(8)C.
19 1
20 6-17.3(8)B Performance Testing
21 The second paragraph including the following performance test schedule is revised to read:
22
23 The performance test shall be made by incrementally loading and unloading the
24 ground anchor in accordance with the following schedule, consistent with the Load
25 Resistance Factor Design (LRFD) design method. The load shall be raised from one
26 increment to another immediately after a deflection reading.
27
28 Performance Test Schedule
29
Load
AL
0.25FDL
AL
0.25FDL
0.50FDL
AL
0.25FDL
0.50FDL
0.75FDL
AL
0.25FDL
0.50FDL
0.75FDL
1.00FDL
' AL
Amendments to the 2010 Standard Specifications Section 6-17
AUGUST 1, 2011 Page 1
Jack to lock-off load
1
2 Where: AL - is the alignment load
3 FDL - is the factored design load.
4
5 6-17.3(8)C Proof Testing
6 In the first paragraph, the first sentence is revised to read:
7
8 Proof tests shall be performed by incrementally loading the ground anchor in
9 accordance with the following schedule, consistent with the LRFD design method.
10
11 The proof test schedule following the first paragraph is revised to read:
12
Proof Test Schedule
Load
AL
0.25FDL
0.50FDL
0.75FDL
1.00FDL
Jack to lock-off load
13
14 Where: AL - is the alignment load
15 FDL - is the factored design load
r
r
Amendments to the 2010 Standard Specifications Section 6-17
AUGUST 1, 2011 Page 2
+r
1 SECTION 7-09, WATER MAINS
lir
2 August 1, 2011
3 7-09.3(24)A Flushing
4 The last two paragraphs are revised to read:
ow 5
6 The Contractor shall be responsible for disposal of treated water flushed from mains
7 and shall neutralize the wastewater for protection of aquatic life in the receiving water
+rrr 8 before disposal into any natural drainage channel i.e., receiving water, waters of the
9 State, including wetlands. The Contractor shall be responsible for disposing of
10 disinfecting solution to the satisfaction of the Contracting Agency and local authorities.
11 At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts
� 12
per million(ppm) or less, and pH adjustment to within 6.5 —8.5 standard units before
13 discharging to surface waters of the State or to a storm sewer system that drains to
14 surface waters of the State.
15
16 If approved by the Engineer and by the local authority responsible for the sanitary
17 sewer system, disposal of treated water from mains may be made to an available
err
18
9 sanitary sewer provided the rate of disposal will not overload the sewer.
20 7-09.3(24)N Final Flushing and Testing
21 The section is supplemented with the following:
22
23 At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts
24 per million(ppm) or less, and pH adjustment to within 6.5 —8.5 standard units, if
25 necessary, before discharging to surface waters of the State or to a storm sewer
26 system that drains to surface waters of the State.
27
28 7-09.5 Payment
29 The paragraph following the bid item "
30 revised to read: Pipe for Water Main In. Diam."is
31
32 The unit Contract price per linear foot for each size and kind of "_
33 Water Main In. Diam."shall be full pay for all Work to complete installation
34 of the water main including but not limited to trench excavation, bedding, laying and
35 jointing pipe and fittings, backfilling, concrete thrust blocking, testing, disinfecting the
36 pipeline, flushing, dechlorination of water used for flushing and cleanup.
i
L
Amendments to the 2010 Standard Specifications
40 AUGUST 1, 2011 Section 7-09
Page 1
1
1
1
1
1
1
� i
1
1
1
1
1
1
1
1
1 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
2 1 August 1, 2011
3 8-01.2 Materials
4 In the first paragraph, the following is inserted after the first sentence:
r 5
6 Corrugated Polyethylene Drain Pipe 9-05.1(6)
7
aw 8 8-01.3(1) General
9 In the sixth paragraph, the first sentence is revised to read:
10
r, 11 When natural elements rut or erode the slope, the Contractor shall restore and repair
12 the damage with the eroded material where possible, and remove and dispose of any
13 remaining material found in ditches and culverts.
14
15 In the seventh paragraph the first two sentences are deleted.
16
17 The table in the seventh paragraph is revised to read:
r„ 18
19 Western Washington (West of the Cascade Mountain crest)
20 May 1 through September 30 17 Acres
21 October 1 through April 30 5 Acres
22
23 Eastern Washington (East of the Cascade Mountain crest.)
24 April 1 through October 31 17 Acres
urn 25 November 1 through March 31 5 Acres
26
27 The eighth paragraph is revised to read:
28
29 The Engineer may increase or decrease the limits based on project conditions.
30
31 The ninth paragraph is revised to read:
32
33 Erodible earth is defined as any surface where soils, grindings, or other materials may
34 be capable of being displaced and transported by rain, wind, or surface water runoff.
35
36 The 10th paragraph is revised to read:
' 37
38 Erodible earth not being worked, whether at final grade or not, shall be covered within
39 the specified time period, (see the tables below) using an approved soil covering
40 practice.
41
42 Western Washington (West of the Cascade Mountain crest)
43 October 1 through April 30 2-days maximum
44 May 1 to September 30 7-days maximum
Ilk 45
46
47 _Eastern Washington (East of the Cascade Mountain crest.)
48 October 1 through June 305-days maximum
L 49 July 1 through September 30 10-days maximum
50
Amendments to the 2010 Standard Specifications Section 8-01
AUGUST 1, 2011 Page 1
irr
1 8-01.3(1)A Submittals
2 This section is revised to read:
3
4 When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans,
5 the Contractor shall either adopt or modify the existing TESC Plan. The Contractor shall
6 provide a schedule for TESC Plan implementation and incorporate it into the
7 Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of
8 the TESC Plan and schedule before any work begins.
9
10 Modified TESC Plans shall meet all requirements of Chapter 6, Section 6-2 of the
11 current edition of the WSDOT Highway Runoff Manual. The TESC Plan shall cover all
12 areas the Contractor's Work may affect inside and outside the limits of the project
13 (including all Contracting Agency provided sources, disposal sites, and haul roads, and
14 all nearby land, streams, and other bodies of water).
15
16 The Contractor shall allow at least 5-working days for the Engineer to review any
17 original or revised TESC Plan. Failure to approve all or part of any such Plan shall not
18 make the Contracting Agency liable to the Contractor for any Work delays. ,
19
20 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
21 The first sentence in the third paragraph is revised to read:
22
23 When a TESC Plan is included in the Contract Plans, the ESC Lead shall also inspect
24 all areas disturbed by construction activities, all on-site erosion and sediment control ,
25 BMP's, and all stormwater discharge points at least once every calendar week and
26 within 24-hours of runoff events in which stormwater discharges from the site.
27 Inspections of temporarily stabilized, inactive sites may be reduced to once every
28 calendar month.
29
30 In the last paragraph, "Form Number 220-030 EF" is revised to read "WSDOT Form Number
31 220-030 EF".
32
33 8-01.3(1)C Water Management
34 In number 2., the reference to "Standard Specification" is revised to read "Section".
35
36 Number 3., is revised to read:
37
38 3. Offsite Water
39 Prior to disruption of the normal watercourse, the Contractor shall intercept the
40 offsite stormwater and pipe it either through or around the project site. This water
41 shall not be combined with onsite stormwater. It shall be discharged at its pre-
42 construction outfall point in such a manner that there is no increase in erosion
43 below the site. The method for performing this Work shall be submitted by the
44 Contractor for the Engineer's approval.
45
46 8-01.3(1)D Dispersion/infiltration ►
47 This section is revised to read:
48
49 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC W
50 Plan or to sites approved by the Engineer. Water shall be conveyed to designated
51 dispersion areas at a rate such that, when runoff leaves the area, and enters waters of
Amendments to the 2010 Standard Specifications Section 8-01 wit
AUGUST 1, 2011 Page 2
wt
1 the State, turbidity standards are achieved. Water shall be conveyed to designated
2 infiltration areas at a rate that does not produce surface runoff.
3
4 8-01.3(2)B Seeding and Fertilizing
5 The fourth paragraph is revised to read:
wr 6
7 The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform
8 application. This tracer shall not be harmful to plant, aquatic or animal life. If Short Term
aw 9 Mulch is used as a tracer, the application rate shall not exceed 250-pounds per acre.
10
11 In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder".
12
to 13 8-01.3(2)D Mulching
14 In the second paragraph, the second sentence is revised to read:
15
'�"► 16 Wood strand mulch shall be applied by hand or by straw blower on seeded areas.
17
18 In the third paragraph, "1" is revised to read "a single"and "hydro seeder" is revised to read
19 "hydroseeder".
20
21 The fourth paragraph is revised to read:
22
23 Temporary seed applied outside the application windows established in 8-01.3(2)F shall
24 be covered with a mulch containing either Moderate Term Mulch or Long Term Mulch,
25 as designated by the Engineer.
rr 26
27 8-01.3(2)E Tacking Agent and Soil Binders
28 The following new paragraph is inserted at the beginning of this Section:
29
30 Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer
31 added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic
32 or animal life. If Short Term Mulch is used as a tracer, the application rate shall not
33 exceed 250-pounds per acre.
34
35 The third sentence in the first paragraph below"Soil Binding Using Polyacrylamide
36 (PAM)" is revised to read:
37
38 A minimum of 200-pounds per acre of Short Term Mulch shall be applied with the
39 dissolved PAM.
40
41 In the second paragraph below"Soil Binding Using Polyacrylamide (PAM)", 'within"is
42 revised to read "after".
43
44 The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised
45 to read:
46
47 Soil Binding Using Moderate Term Mulch
48 The Moderate Term Mulch shall be hydraulically applied in accordance with the
f 49 manufacturer's installation instructions. The Moderate Term Mulch may require a 24 to
50 48 hour curing period to achieve maximum performance and shall not be applied when
L
Amendments to the 2010 Standard Specifications Section 8-01
AUGUST 1, 2011 Page 3
1 precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by
2 the Engineer.
3
4 The last paragraph including titled is revised to read:
5
6 Soil Binding Using Long Term Mulch
7 The Long Term Mulch shall be hydraulically applied in accordance with the
8 manufacturer's installation instructions and recommendations.
9
10 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
11 The first paragraph is revised to read:
12 so
13 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing,
14 and mulching of slopes shall be performed during the following periods:
15 rY
16 Western Washington' Eastern Washington
17 (West of the Cascade Mountain crest) (East of the Cascade Mountain crest)
18 March 1 through May 15 October 1 through November 15 only
19 September 1 through October 1 di
20
21 ' Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be
22 accomplished during the fall period listed above. Written permission to seed after
23 October 1 will only be given when Physical Completion of the project is imminent and
24 the environmental conditions are conducive to satisfactory growth. ,
25
26 8-01.3(2)G Protection and Care of Seeded Areas
27 The first paragraph is revised to read:
28 ,29 The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor
30 shall restore eroded areas, clean up and properly dispose of eroded materials, and
31 reapply the seed,fertilizer, and mulch, at no additional cost to the Contracting Agency. ,
32
33 In the second paragraph, number 1. is revised to read:
34
35 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas
36 that have been damaged through any cause prior to final inspection, and reapplied
37 to areas that have failed to receive a uniform application at the specified rate.
38
39 8-01.3(2)H Inspection rrr
40 The first sentence is revised to read:
41
42 Inspection of seeded areas will be made upon completion of seeding, temporary
43 seeding, fertilizing, and mulching.
44
45 The third sentence is revised to read:
46
47 Areas that have not received a uniform application of seed, fertilizer, or mulch at the
48 specified rate, as determined by the Engineer, shall be reseeded, refertilized, or
49 remulched at the Contractor's expense prior to payment.
50
51 8-01.3(2)1 Mowing
52 In the first paragraph, the last sentence is revised to read:
Amendments to the 2010 Standard Specifications Section 8-01 .r
AUGUST 1, 2011 Page 4
�r.
1
2 Trimming around traffic facilities, Structures, planting areas, or other features extending
3 above ground shall be accomplished preceding or simultaneously with each mowing.
4
5 8-01.3(3) Placing Erosion Control Blanket
6 In the first sentence, "Standard" is deleted.
7
8 The second sentence is revised to read:
rrw 9
10 Temporary erosion control blankets, having an open area of 60-percent or greater, may
11 be installed prior to seeding.
12
13 8-01.3(4) Placing Compost Blanket
14 In the first paragraph, "before" is revised to read "prior to".
15
16 The last sentence is revised to read:
17
18 Compost shall be Coarse Compost.
19
20 8-01.3(5) Placing Plastic Covering
21 The first sentence is revised to read:
22
23 Plastic shall be placed with at least a 12-inch overlap of all seams.
24
25 8-01.3(6)A Geotexti le-Encased Check Dam
+� 26 The first paragraph is deleted.
27
28 8-01.3(6)B Rock Check Dam
29 This section including title is revised to read:
30
31 8-01.3(6)B Quarry Spall Check Dam
Mir 32 The rock used to construct rock check dams shall meet the requirements for quarry
33 spalls.
34
35 8-01.3(6)D Wattle Check Dam
36 This section is revised to read:
38 Wattle check dams shall be installed in accordance with the Plans.
39
40 8-01.3(6)E Coir Log
41 This section is revised to read:
42
43 Coir logs shall be installed in accordance with the Plans.
44
45 8-01.3(9)A Silt Fence
46 In the second paragraph, the second sentence is revised to read:
47
48 The strength of the wire or plastic mesh shall be equivalent to or greater than what is
49 required in Section 9-33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab
50 tensile strength in the machine direction).
51
Amendments to the 2010 Standard Specifications Section 8-01
AUGUST 1, 2011 Page 5
sir
1 8-01.3(9)B Gravel Filter, Wood Chip or Compost Berm
2 In the second paragraph,the last sentence is deleted.
3
4 The third paragraph is revised to read:
5
6 The Compost Berm shall be constructed in accordance with the detail in the Plans.
7 Compost shall be Coarse Compost.
8
9 8-01.3(9)C Straw Bale Barrier
10 This section is revised to read:
11
12 Straw Bale Barriers shall be installed in accordance with the Plans. rr+
13
14 8-01.3(9)D Inlet Protection
15 The first three paragraphs are revised to read:
16
17 Inlet protection shall be installed below or above, or as a prefabricated cover at each
18 inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to
19 beginning clearing, grubbing, or earthwork activities.
20
21 Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the
22 requirements of Section 9-33.2, Table 1 for Moderate Survivability, and the minimum
23 filtration properties of Table 2.
24 '25 When the depth of accumulated sediment and debris reaches approximately 1/2 the
26 height of an internal device or 1/3 the height of the external device (or less when so
27 specified by the manufacturers) or as designated by the Engineer, the deposits shall be
28 removed and stabilized on site in accordance with Section 8-01.3(16). '
29
30 8-01.3(10) Wattles
31 In the first paragraph,the third sentence is revised to read: '
32
33 Excavated material shall be spread evenly along the uphill slope and be compacted
34 using hand tamping or other method approved by the Engineer.
35 '
36 This section is supplemented with the following new paragraph:
37
38 The Contractor shall exercise care when installing wattles to ensure that the method of
39 installation minimizes disturbance of waterways and prevents sediment or pollutant
40 discharge into waterbodies.
41
42 8-01.3(12) Compost Sock
43 In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read
44 "waterbodies".
45
46 In the second paragraph 'bank" is revised to read "slope".
47
48 In the third paragraph "and" is revised to read "or".
49
50 This section is supplemented with the following new paragraph:
51
52 Compost for Compost Socks shall be Coarse Compost.
Amendments to the 2010 Standard Specifications Section 8-01
AUGUST 1, 2011 Page 6
rr
+r
1
2 8-01.3(14) Temporary Pipe Slope Drain
3 The first paragraph is revised to read:
4
5 Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be
6 constructed in accordance with the Plans
7
8 The last paragraph is revised to read:
9
10 Placement of outflow of the pipe shall not pond water on road surface.
11
12 8-01.3(15) Maintenance
13 In the fourth paragraph, the last sentence is revised to read:
14
15 Clean sediments may be stabilized on site using approved BMPs as approved by the
err 16 Engineer.
17
18 8-01.3(16) Removal
19 In the second paragraph, the last sentence is revised to read:
20
21 This may include, but is not limited to, ripping the soil, incorporating soil amendments,
22 and seeding with the specified seed.
23
24 8-01.4 Measurement
25 The eighth paragraph is revised to read:
rrr 26
27 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the
28 linear foot along the ground line of completed barrier.
29
30 8-01.5 Payment
31 The following bid items are relocated after the bid item "Check Dam":
32
33 "Inlet Protection", per each.
34
35 "Gravel Filter Berm", per linear foot.
36
37 The following new paragraph is inserted before the bid item "Stabilized Construction
38 Entrance":
39
40 The unit Contract price per linear foot for "Check Dam"and "Gravel Filter Berm"and per
41 each for"Inlet Protection"shall be full pay for all equipment, labor and materials to
42 perform the Work as specified, including installation, removal and disposal at an
• 43 approved disposal site.
44
45 The paragraph after the bid item 'Temporary Curb" is revised to read:
w 46
47 The unit Contract price per linear foot for "Temporary Curb" shall include all costs to
48 install, maintain, remove, and dispose of the temporary curb.
49
50 The following bid item is inserted after the bid item "Mulching with Pam":
51
52 "Mulching with Short Term Mulch", per acre.
Amendments to the 2010 Standard Specifications Section 8-01
AUGUST 1, 2011 Page 7
irr
�
�
l \
2 The bid item "Mulching with BFMisrevised to ma:
S
4 "Mulching with Moderate Term Mu%h \
5
B The bid item "MuEHngw with MBFM FRM" G revised to read:
7
8 "Mulching with Long Ter Mulch" \
�
�\
�
�
�
m
. �
. �
. �
. �
�
�
�
�
�
. �
Amendments to the 2010 S a dard Specifications Section 8±1
AUGUST 1, 2011 Page
�
®rr
1 SECTION 8-21, PERMANENT SIGNING
2 I August 1, 2011
3 8-21.3(4) Sign Removal
4 In the fourth paragraph, the following sentence is inserted after the second sentence:
err 5
6 Where signs are removed from existing overhead sign Structures, the existing vertical
7 sign support braces shall also be removed.
ow 8
9 In the fourth paragraph, the third sentence is revised to read:
10
11 Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind
12 beams, and other metal structural members, and all existing fastening hardware
13 connecting such members being removed, shall become the property of the Contractor
14 and shall be removed from the project.
15
16 8-21.3(9)F Foundations
17 In the ninth paragraph, the following new statement is inserted as number 1. Existing
18 numbers 1 through 6 of the ninth paragraph shall be renumbered to 2 through 7.
19
20 1. Foundation excavations shall conform to the requirements of Section 2-09.3(3).
21
err 22 In the tenth paragraph, item number 2 is revised to read:
23
24 2. Steel reinforcement, including spiral reinforcing, shall conform to Section 9-07.2.
25
26 In the tenth paragraph, item number 3 is revised to read:
27
28 3. Unless otherwise shown in the Plans, the concrete shall be commercial grade
29 concrete.
30
31 8-21.3(9)G Identification Plates
32 This section including title is revised to read:
33
34 8-21.3(9)G Sign Structure Identification Information
35 Whenever existing bridge mounted sign brackets, cantilever sign structures, or sign
36 bridge structures are removed from their anchorage, whether temporary or permanent,
37 the Contractor shall provide the sign structure identification information, attached to the
' 38 sign structures, to the Engineer. The identification information may be in the form of a
39 riveted plate, sticker, or other means.
40
41 8-21.3(12) Steel Sign Posts
42 This section is supplemented with the following:
43
44 For roadside sign structures on SB-1, SB-2, or SB-3 slip bases,
the Contractor shall use
45 the following procedures and manufacturer's recommendations:
46
47 1. The Contractor shall assemble the perforated square steel post or solid square
48 steel post to the upper slip plate with bolts, nuts, and washers as shown in the
49 Plans.
50
Amendments to the 2010 Standard Specifications
AUGUST 1, 2011 Section 8-21
Page 1
1 2. The three bolts connecting the upper and lower slip plates shall be tightened
2 using as a torque wrench to the torque, following the procedures in the Plans.
3
4 For roadside structures on ST-2 and ST-4 sign supports, the Contractor shall use the
5 following procedures:
6
7 1. The Contractor shall assemble the perforated square steel post to the lower
8 sign post support with bolts, nuts, and washers as shown in the Plans.
r
r
WO
WO
url
Amendments to the 2010 Standard Specifications Section 8-21 uw
AUGUST 1, 2011 Page 2
i■
1 SECTION 8-22, PAVEMENT MARKING
to 2 ( August 1, 2011
3 8-22.1 Description
4 The last sentence in the second paragraph is revised to read:
rrr 5
6 Traffic letters used in word messages shall be sized as shown in the Plans.
7
8 8-22.4 Measurement
9 In the sixth paragraph "Painted Line" is revised to read "Paint Line".
10
11 The first sentence in the seventh paragraph is revised to read:
12
13 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad
14 crossing symbols, drainage markings,junction box markings, bicycle lane symbols,
15 aerial surveillance full, and '/2 markers, yield line symbols, yield ahead symbols, and
16 speed bump symbols will be measured per each.
17
18 8-22.5 Payment
19 This section is supplemented with the following:
! 20
21 "Painted Junction Box Marking", per each
22 "Plastic Junction Box Marking "per each
1 23
1
1
!
1
1
1
Amendments to the 2010 Standard Specifications Section 8-22
wry AUGUST 1, 2011 Page 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
irr
1 SECTION 9-03, AGGREGATES
r 2 I August 1, 2011
3 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335".
4
5 9-03.4(2) Grading and Quality
6 In the "Crush Screening Percent Passing"table, the sixth column titled "3/8— No. 10" is
7 deleted.
■r 8
9 9-03.10 Aggregate for Gravel Borrow
10 The first paragraph is revised to read:
11
12 Gravel base shall consist of granular material, either naturally occurring or processed. It
13 shall be essentially free from various types of wood waste or other extraneous or
14 objectionable materials. It shall have such characteristics of size and shape that it will
15 compact readily and the maximum particle size shall not exceed 2/of the depth of the
16 layer being placed.
17
,. 18 The second paragraph is deleted.
19
20 9-03.11(2) Streambed Cobbles
21 The first paragraph is revised to read:
22
23 Streambed cobbles shall be clean, naturally occurring water rounded gravel material.
24 Streambed cobbles shall have a well graded distribution of cobble sizes and conform to
25 one or more of the following gradings as shown in the Plans:
26
Percent Passing
Approximate 4" 6" 8" 10" 12"
Size Noce' Cobbles Cobbles Cobbles Cobbles Cobbles
12" 100
10" 100 70-90
ift
8" 100 70-90
6" 100 70-90
5" 70-90 30-60.
4" 100 30-60.
3" 70-90 30-60.
2" 30-60.
1112" 20-50
3/a" 10 max. 10 max. 10 max. 10 max. 10 max.
27
28 In the second paragraph, "determine"is revised to read "determined".
" 29
30 19-03.12(1)B Class B
31 This section is revised to read:
Amendments to the 2010 Standard Specifications Section 9-03
AUGUST 1, 2011 Page 1
1
2 Gravel backfill for foundations, Class B, shall conform to the requirements of Section 9-
3 03.10.
4
5 9-03.20 Test Methods for Aggregates
6 The last row of the table is deleted.
7
8 9-03.21(1) General Requirements
9 This sections content is deleted and replaced with:
10
11 Hot Mix Asphalt, Concrete Rubble, Recycled Glass and Steel Furnace Slag may be
12 used as, or blended uniformly with, naturally occurring materials for aggregates. The
13 final blended product and the recycled material component included in a blended
14 product shall meet the specification requirements for the specified type of aggregate.
15 The Contracting Agency may collect verification samples at any time. Blending of more
16 than one type of recycled material into the naturally occurring materials requires
17 approval of the Engineer prior to use.
18
19 Recycled materials obtained from the Contracting Agency's roadways will not require
20 toxicity testing or certification for toxicity characteristics.
21
22 Recycled materials that are imported to the job site will require testing and certification
23 for toxicity characteristics. The recycled material supplier shall keep all toxicity test
24 results on file and provide copies to the Project Engineer upon request. The Contractor
25 shall provide the following:
26
27 Identification of the recycled materials proposed for use.
28
29 Sampling documentation no older than 90 days from the date the recycled
30 material is placed on the project. Documentation shall include a minimum of 5
31 samples tested for total lead content by EPA Method 6010. Total lead test
32 results shall not exceed 250 ppm. For samples that exceed 100 ppm, that
33 sample must then be prepared by EPA Method 1311, the Toxicity
34 Characteristic Leaching Procedure (TCLP), where liquid extract is analyzed by
35 EPA Method 6010B. The TCLP test must be below 5.0 ppm.
36
37 Certification that the recycled materials are not Washington State Dangerous
38 Wastes per the Dangerous Waste Regulations WAC 173-303.
39
40 Certification that the recycled materials are in conformance with the
41 requirements of the Standard Specifications prior to delivery. The certification
42 shall include the percent by weight of each recycled material.
43
44 This section is supplemented with the following new sub-section:
45
46 9-03.21(1)E Table on Maximum Allowable Percent (by weight) of Recycled .r
47 Material
48
49 9-03.21(1)A Recycled Hot Mix Asphalt
50 This section is revised to read:
51
■
Amendments to the 2010 Standard Specifications Section 9-03 ■+
AUGUST 1, 2011 Page 2
rrr
1 For recycled materials incorporating hot mix asphalt the product supplier shall certify
2 that the blended material does not exceed the Maximum Allowable Percentage of hot
3 mix asphalt shown in Table 9-03.21(1)E.
4
5 9-03.21(1)B Recycled Portland Cement Concrete Rubble
6 This section including title is revised to read:
7
8 9-03.21(1)B Vacant
9
10 9-03.21(1)C Recycled Glass Aggregates
11 This section including title is revised to read:
12
13 9-03.21(1)C Vacant
14
15 9-03.21(1)D Recycled Steel Furnace Slag
rr 16 The last row of the table is revised to read:
17
Bank Run Gravel 9-03.19 20 100 100 20—]
Im for Trench Backfill
18
19 The table is moved from this sub-section to the new sub-section 9-03.21(1)E Table on
20 Maximum Allowable Percent(by weight)of Recycled Material.
rr�
err
Amendments to the 2010 Standard Specifications Section 9-03
AUGUST 1, 2011
Page 3
1
1
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
2 August 1, 2011
3 9-05.2(8) Perforated Corrugated Polyethlene Underdraine Pipe (12-inch
4 through 60-inch)
5 This section including title is revised to read:
6
7 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe, Couplings
8 and Fittings (12-inch through 60-inch)
9 Perforated corrugated polyethylene underdrain pipe, couplings and fittings, 12-inch
10 through 60-inch diameter maximum, shall meet the requirements of AASHTO M 294
11 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and
12 Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally,
13 Class 2 perforations shall be uniformly spaced along the length and circumference of
14 the pipe.
15
16 1 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and
17 Solid Wall PVC Sanitary Sewer Pipe
18 In this section, all references to 115 psi"are revised to read "46 psi".
19
20 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe,
21 and Profile Wall PVC Sanitary Sewer Pipe
22 In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's".
23
24 9-05.13 Ductile Iron Sewer Pipe
25 The second and third paragraphs are revised to read:
26
27 Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement
28 mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine
29 cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The
30 ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or
31 the Class indicated on the Plans or in the Special Provisions.
32
33 Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical
34 type meeting the requirements of AWWA C111.
' 35
36 9-05.19 Corrugated Polyethylene Culvert Pipe
37 This sections title is revised to read:
38
39 9-05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings
40
41 The first paragraph is revised to read:
42
43 Corrugated polyethylene culvert pipe, couplings, and fittings, shall meet the
44 requirements of AASHTO M 294 Type S or D for pipe 12-inch to 60-inch diameter with
45 silt-tight joints.
46
47 9-05.20 Corrugated Polyethylene Storm Sewer Pipe
48 This sections title is revised to read:
Amendments to the 2010 Standard Specifications Section 9-05
"� AUGUST 1, 2011 Page 1
2 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and
3 Fittings
4
5 In the first paragraph, the first sentence is revised to read:
6
7 Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the
8 requirements of AASHTO M 294 Type S or D. 14
9
10 Section 9-05 is supplemented with the following new sub-sections:
11
12 9-05.21 Steel Rib Reinforced Polyethylene Culvert Pipe
13 Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM
14 F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24-
15 inch to 60-inch diameter with silt-tight joints.
16
17 Silt-tight joints for steel reinforced polyethylene culvert pipe shall be made with a
18 bell/bell or bell and spigot coupling and incorporate the use of a gasket conforming to
19 the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the
20 manufacturer.
21 ;i
22 Qualification for each manufacturer of steel reinforced polyethylene culvert pipe
23 requires an approved joint system and a formal quality control plan for each plant
24 proposed for consideration.
25
26 A Manufacturer's Certificate of Compliance shall be required and shall accompany the
27 materials delivered to the project. The certificate shall clearly identify production lots for
28 all materials represented. The Contracting Agency may conduct verification tests of 101
29 pipe stiffness or other properties as it deems appropriate.
30
31 9-05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe
32 Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of
33 ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The
34 maximum diameter for steel reinforced polyethylene storm sewer pipe shall be the
35 diameter for which a manufacturer has submitted a qualified joint. Qualified
36 manufacturers and approved joints are listed in the Qualified Products Lists. Fittings
37 shall be rotationally molded, injection molded, or factory welded.
38
39 All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell
40 and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets
41 conforming to ASTM F 477. All gaskets shall be installed on the pipe by the
42 manufacturer.
43
44 Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe
45 requires joint system conformance to ASTM D 3212 using elastomeric gaskets
46 conforming to ASTM F 477 and a formal quality control plan for each plant proposed
47 for consideration.
48
49 A Manufacturer's Certificate of Compliance shall be required and shall accompany the
50 materials delivered to the project. The certificate shall clearly identify production lots for
Amendments to the 2010 Standard Specifications Section 9-05 vii
AUGUST 1, 2011 Page 2
1 all materials represented. The Contracting Agency may conduct verification tests of
2 pipe stiffness or other properties as it deems appropriate.
3
4 9-05.23 High Density Polyethylene (HDPE) Pipe
5 HDPE pipe shall be manufactured from resins meeting the requirements of ASTM
6 D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI)
7 designation of PE 3408.
8
9 The pipes shall have a minimum standard dimension ratio (SDR) of 32.5.
10
11 HDPE pipe shall be joined into a continuous length by an approved joining method.
rrr 12
13 The joints shall not create an increase in the outside diameter of the pipe. The joints
14 shall be fused, snap together or threaded. The joints shall be water tight, rubber
15 gasketed if applicable, and pressure testable to the requirements of ASTM D 3212.
16
17 Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and
18 the manufacturer's recommendations. Fusion equipment used in the joining procedure
' 19 shall be capable of meeting all conditions recommended by the pipe manufacturer,
20 including but not limited to fusion temperature, alignment, and fusion pressure. All
21 field welds shall be made with fusion equipment equipped with a Data Logger.
22 Temperature, fusion pressure and a graphic representation of the fusion cycle shall be
23 part of the Quality Control records. Electro fusion may be used for field closures as
24 necessary. Joint strength shall be equal or greater than the tensile strength of the
25 pipe.
26
27 Fittings shall be manufactured from the same resins and Cell Classification as the pipe
28 unless specified otherwise in the Plans or Specifications. Butt fusion fittings and
29 Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM
30 D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055.
31
32 HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326
33 and this specification.
34
35 The supplier shall furnish a Manufacturer's Certification of Compliance stating the
36 materials meet the requirements of ASTM D 3350 with the correct cell classification
37 with the physical properties listed above. The supplier shall certify the dimensions
38 meet the requirements of ASTM F 714 or as indicated in this Specification or the
39 Plans.
40
41 At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for
42 defects and tested for Elevated Temperature Sustain Pressure in accordance with
43 ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old
44 from the date of manufacture.
45
46 At the time of delivery, the pipe shall be homogeneous throughout, uniform in color,
47 free of cracks, holes, foreign materials, blisters, or deleterious faults.
48
49 Pipe shall be marked at 5 foot intervals or less with a coded number which identifies
50 the manufacturer, SDR, size, material, machine, and date on which the pipe was
51 manufactured.
rw
Amendments to the 2010 Standard Specifications Section 9-05
AUGUST 1, 2011 Page 3
ww
1
2 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe,
3 and Polypropylene Sanitary Sewer Pipe
4 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe and Polypropylene
5 Sanitary Sewer pipe shall conform to the following requirements:
6
7 1. For pipe sizes up to 30 inches: ASTM F2736.
8 2. For pipe sizes from 30 to 60 inches: ASTM F2764.
9 3. Fittings shall be factory welded, injection molded or PVC.
10
11 All joints for corrugated polypropylene pipe shall be made with a bell/bell or bell and
12 spigot coupling and shall conform to ASTM D3212 using elastomeric gaskets
13 conforming to ASTM F477. All gaskets shall be factory installed on the pipe in
14 accordance with the producer's recommendations.
15
16 Qualification for each producer of corrugated polypropylene storm sewer pipe requires
17 joint system conformance to ASTM D3212 using elastomeric gaskets conforming to
18 ASTM F477 and a formal quality control plan for each plant proposed for
19 consideration.
20 '21 A Manufacturer's Certificate of Compliance shall be required and shall accompany the
22 materials delivered to the project. The certificate shall clearly identify production lots
23 for all materials represented. The Contracting Agency may conduct verification tests of
24 pipe stiffness or other properties deems appropriate.
g
1
Amendments to the 2010 Standard Specifications Section 9-05
AUGUST 1, 2011 Page 4
1 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
2 I August 1, 2011
3 9-06.5(3) High Strength Bolts
4 The first paragraph is revised to read:
5
6 High-strength bolts for structural steel joints shall conform to either AASHTO M 164
7 Type 1 or 3 or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special
8 Provisions. Tension control bolt assemblies, meeting all requirements of ASTM F 1852
9 may be substituted where AASHTO M 164 high strength bolts and associated hardware
10 are specified.
11
12 The second paragraph is revised to read:
13
14 When specified in the Plans or Special Provisions to be galvanized, tension control bolt
15 assemblies shall be galvanized after fabrication in accordance with ASTM B 695 Class
16 55 Type I.
17
18 The third paragraph is revised to read:
19
20 Bolts conforming to AASHTO M 253 shall not be galvanized.
21
22 The fourth paragraph is revised to read:
23
24 Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M
25 164 Type 3, AASHTO M 253 Type 3,or ASTM F 1852 T
26 or Special Provisions. YID 3, as specified in the Plans
27
28 The fifth paragraph is revised to read:
29
30 Nuts for high strength bolts shall meet the following requirements:
31
32 AASHTO M 164 Bolts
33 Type 1 (black)
34 AASHTO M 291 Grade C, C3, D, DH and
35 DH3
36 AASHTO M 292 Grade 2H
37 Type 3 (black weathering) AASHTO M 291 Grade C3 and DH3
38 Type 1 (hot-dip galvanized) AASHTO M 291 Grade DH
39 AASHTO M 292 Grade 2H
40 AASHTO M 253 Bolts
41 Type 1 (black)
42 AASHTO M 291 Grade DH, DH3
43 AASHTO M 292 Grade 2H
44 Type 3 (black weathering) AASHTO M 291 Grade DH3
45 The first sentence in the eighth paragraph is revised to read:
46
47 Washers for AASHTO M 164 and AASHTO M 253 bolts shall meet the requirements of
48 AASHTO M 293 and may be circular,beveled, or extra thick as required.
49
50 The last sentence in the eleventh paragraph is revised to read:
51
Amendments to the 2010 Standard SpeciTications
AUGUST 1, 2011 Section 9-06
Page 1
1 Approval from the Engineer to use lock-pin and collar fasteners shall be received by the
2 Contractor prior to use. WWII
3
4 The number 2 foot note reference in the table is deleted.
5
6 The last row of the table is revised to read:
7
*Manufacturer's Certificate of Compliance—samples not required.
1 Nuts, washers, load indicator devices, and tension control
bolt assemblies shall be sampled at the same frequency as
the bolts.
8
9 9-06.5(4) Anchor Bolts
10 The second paragraph is revised to read:
11
12 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291,
13 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to
14 either AASHTO M 291, Grade DH, or AASHTO M 292, Grade 2H, and shall conform to
15 the overtapping, lubrication, and rotational testing requirements in Section 9-06.5(3).
16 Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to
17 AASHTO M 291, Grade A. Washers shall conform to ASTM F 436.
18
19 9-06.16 Roadside Sign Structures
20 The first paragraph is revised to read: ,
21
22 All bolts, nuts, washers, cap screws, and coupling bolts shall conform to AASHTO M
23 164 and Section 9-06.5(3), except as noted otherwise. All connecting hardware shall be
24 galvanized after fabrication in accordance with AASHTO M 232.
25
26 The sixth paragraph is revised to read:
27
28 The heavy-duty anchor (lower sign post support) used for perforated square steel posts
29 (ST-4) shall meet the requirements of ASTM A 500 Grade B and shall be hot-dipped
30 galvanized.
31
32 The following two new paragraphs are inserted after the sixth paragraph:
33
34 The bolts for connecting square steel posts to the upper slip plate S13-1, S13-2, or S13-3
35 shall be either corner bolts and conform to ASTM F 568 Class 4.6, zinc coated, or
36 shoulder flange bolts and conform to ASTM A 29, zinc coated, or commercial bolts
37 stock and conform to ASTM A 307, zinc coated.
38
39 The bolts connecting perforated square steel posts to the lower sign post support (ST-2
40 or ST-4) shall conform to ASTM A 307, Grade A and galvanized. The bolts connecting
41 the lower slip plate (SB-1, SB-2, or S13-3)to the heavy duty anchor (lower sign post
42 support ST-4) shall conform to ASTM A 307 and galvanized. The bolt stop for ST-2 and
43 ST-4 shall conform to ASTM A 307, Grade A and galvanized.
Amendments to the 2010 Standard Specifications Section 9-06
AUGUST 1, 2011 Page 2
1 SECTION 9-07, REINFORCING STEEL
2 I August 1, 2011
3 9-07.1(1)A Acceptance of Materials
4 The following new paragraph is inserted before the first paragraph:
' 5
6 Reinforcing steel rebar manufacturers shall comply with the requirements of AASHTO R
7 53, "Qualification of Deformed and Plain Reinforcing Steel Bar, Welded Wire, and Wire
it 8 Producing Mills"and the National Transportation Product Evaluation Program (NTPEP)
9 Work Plan for Reinforcing Steel (rebar) Manufacturers. Reinforcing steel rebar
10 manufacturers shall participate in the NTPEP Audit Program for Reinforcing Steel
Aw 11 (rebar) Manufacturers and be listed on the NTPEP audit program website displaying
12 that they are NTPEP compliant.
13
14 9-07.2 Deformed Steel Bars
15 The first paragraph is revised to read:
16
17 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31
18 Grade 60, or ASTM A 706, except as otherwise noted in this Section or as shown in the
19 Plans. Steel reinforcing bar for the cast-in-place components of bridge structures
20 (excluding sidewalks and barriers but including shafts and concrete piles), and for
21 precast substructure components of bridge structures, shall conform to ASTM A 706
22 Grade 60 only.
23
24 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement)
rrr 25 This section's title is revised to read:
26
27 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement
28 Rehabilitation)
29
30 The following is inserted after the third sentence of the first paragraph:
31
32 The Contractor shall furnish a written certification that properly identifies the material,
33 the number of each batch of coating material used, quantity represented, date of
34 manufacture, name and address of manufacturer, and a statement that the supplied
35 coating material meets the requirements of ASTM A 934.
i
Amendments to the 2010 Standard Specifications Section 9-07
AUGUST 1, 2011 Page 1
r
� �
1 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES
w. 2 I August 1, 2011
3 9-23.1 Sheet Materials for Curing Concrete
4 In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171".
5
6 9-23.2 Liquid Membrane Forming Concrete Curing Compounds
7 The first paragraph is revised to read:
r 8
9 Liquid membrane-forming compounds for curing concrete shall conform to the
10 requirements of ASTM C 309 Type 1 or 2, Class A or B, except that the water retention
11 when tested in accordance with WSDOT Test Method 814 shall be 2.50 grams for all
12 applications.
13
iW 14 Section 9-23 is supplemented with the following new sub-sections:
15
16 9-23.12 Metakaolin
rr 17 Metakaolin shall conform to the requirements of AASHTO M 295 Class N including
18 optional chemical requirements as set forth in Table 2 and with a further limitation that
19 the loss on ignition shall be a maximum of 1.5 percent.
20
21 9-23.13 Blended Supplementary Cementitious Material
22 Blended Supplementary Cementitious Material (SCM) shall meet the requirements of
23 ASTM C1697. Blended SCMs shall be limited to binary or ternary blends of fly ash,
24 ground granulated blast furnace slag, microsilica fume, and metakaolin. Fly ash shall
25 meet the requirements of Section 9-23.9. Ground granulated blast furnace slag shall
26 meet the requirements of Section 9-23.10. Microsilica fume shall meet the
27 requirements of Section 9-23.11. Metakaolin shall meet the requirements of Section 9-
28 23.12. The individual SCMs composing the blended SCM shall be individually listed on
29 the WSDOT QPL.
30
31 9-23.9 Fly Ash
32 This section is supplemented with the following new sub-section:
33
34 9-23.9(1) Tests and Acceptance
35 Fly ash may be accepted by the Engineer based on the Manufacture's Mill Test Report
36 number indicating full conformance to the Specifications. All shipments of the fly ash to
37 the Contractor or concrete supplier shall identify the applicable Mill Test Report
38 Number. The concrete supplier or Contractor shall provide mill test identification on all
39 concrete deliveries.
40
41 Fly ash producers, importers/distributors, and suppliers that certify fly ash shall
42 participate in the fly ash acceptance program as described in WSDOT Standard
43 Practice QC 4.
44
45 Each mixing facility or plant utilizing fly ash shall be equipped with a suitable means or
46 device for obtaining a representative sample of the fly ash. The device shall enable the
AW 47 sample to be readily taken in proximity to the fly ash weigh hopper and from a
48 container or conveyor holding only fly ash.
49
rr.
Amendments to the 2010 Standard Specifications Section 9-23
AUGUST 1, 2011 Page 1
a�
1 Fly ash may be tested using samples taken at the job site by the Engineer for
2 submission to the State Material's Laboratory for testing.
3
4 9-23.10 Ground Granulated Blast Furnace Slag a
5 This section is supplemented with the following new sub-section:
6
7 9-23.10(1) Tests and Acceptancef
8 Ground granulated blast furnace slag may be accepted by the Engineer based on the
9 Manufacture's Mill Test Report number indicating full conformance to the
10 Specifications. All shipments of the ground granulated blast furnace slag to the
11 Contractor or concrete supplier shall identify the applicable Mill Test Report Number.
12 The concrete supplier or Contractor shall provide mill test identification on all concrete
13 deliveries.
14
15 Ground granulated blast furnace slag producers, importers/distributors, and suppliers
16 that certify ground granulated blast furnace slag shall participate in the ground
17 granulated blast furnace slag acceptance program as described in WSDOT Standard ,
18 Practice QC 5.
19
20 Each mixing facility or plant utilizing ground granulated blast furnace slag shall be
21 equipped with a suitable means or device for obtaining a representative sample of the
22 ground granulated blast furnace slag. The device shall enable the sample to be readily
23 taken in proximity to the ground granulated blast furnace slag weigh hopper and from a
24 container or conveyor holding only ground granulated blast furnace slag. '
25
26 Ground granulated blast furnace slag may be tested using samples taken at the job
27 site by the Engineer for submission to the State Material's Laboratory for testing.
Amendments to the 2010 Standard Specifications Section 9-23 +
AUGUST 1, 2011 Page 2
1 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
2 I August 1, 2011
3 In this division, all references to "hot-dipped" are revised to read "hot-dip".
�wr 4
5 In this division, Section "9-29.1(4)B" is revised to read "9-29.1(4)C".
6
7 9-29.1(4) Non-Metallic Conduit
8 This section is supplemented with the following new sub-section:
9
10 9-29.1(4)B Expansion Fittings
err 11 Expansion fittings for use with PVC shall allow for 4-inches of movement minimum (2-
12 inches in each direction). Expansion fittings for PVC conduit shall be PVC and have
13 threaded terminal adaptor or coupling end and shall meet the requirements listed in
'r 14 Section 9-29.1(4)A.
15
16 9-29.1(4)A Rigid PVC Conduit
r 17 The first sentence in the first paragraph is revised to read:
18
19 Rigid PVC conduit shall conform to NEMA TC 2 and UL 651.
.. 20
21 9-29.1(4)C HDPE,Conduit
22 The first paragraph is revised to read:
23
24 HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory
25 recognized by the United States Department of Labor, Occupational Safety& Health
26 Administration Nationally Recognized Testing Laboratories (NRTLs) program.
27 Couplings for HDPE shall be mechanical and listed for use with HDPE.
28
29 9-29.2(1)A Standard Duty Junction Boxes
,rr 30 The first paragraph below the title "Concrete Junction Boxes" is supplemented with the
31 following:
32
33 All Standard Duty Concrete Junction Boxes placed in sidewalks, walkways and shared
34 use paths shall have slip resistant surfaces. Non-slip lids and frames shall be hot-dip
35 galvanized.
36
37 The second sentence in the second paragraph below the title "Concrete Junction Boxes"
38 is revised to read:
39
40 The frame shall be anchored to the box by welding headed studs 3/ inch x 3 inches
41 long, as specified in Section 9-06.15, to the frame.
42
43 The first sentence in the second paragraph below the title "Non-Concrete Junction
44 Boxes" is revised to read:
45
46 Type 1, 2, and 8 non-concrete junction boxes shall have a Design Load of 22,500 lbs.
47 and shall be tested in accordance with 9-29.2(1)C.
48
r.
Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 1
sib
1 In the second paragraph below the title "Non-Concrete Junction Boxes", "hex-head" is
2 revised to read "penta-head". '
3
4 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
5 The second sentence in the second paragraph is revised to read:
6
7 The frame shall be anchored to the vault/box by welding headed studs 3/8 inch X 3
8 inches long, as specified in Section 9-06.15, to the frame. wy
9
10 This section is supplemented with the following new paragraph:
11
12 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways and
13 shared use paths shall have slip resistant surfaces. The Standard Duty Cable Vaults
14 and Pull Boxes steel frame, lid support and lid shall be hot-dip galvanized.
15
16 9-29.3(2)B Multi-Conductor Cable
17 This section is revised to read:
18
19 Two-conductor through 10-conductor unshielded signal control cable shall have
20 stranded copper conductor and shall conform to International Municipal Signal '
21 Association (IMSA) signal cable Specification 20-1.
22
23 9-29.3(2)E Two-Conductor Shielded
24 This section is revised to read:
25
26 Two conductor shielded (2CS)cable shall have stranded 14 AWG (minimum)
27 conductors and shall conform to IMSA Specification No. 50-2. '
28
29 9-29.3(2)F Detector Loop Wire
30 This section is revised to read: '
31
32 Detector loop wire shall be 12 or 14 AWG stranded copper wire, IMSA 51-3.
33 ,34 9-29.3(2)G Four-Conductor Shielded Cable
35 The first sentence is revised to read:
36
37 Four-conductor shielded cable(4CS) shall consist of a cable with four stranded 18
38 AWG conductors with polypropylene insulation, an aluminized polyester shield, water-
39 blocking material in the cable interstices, and a 26-mil minimum outer jacket of
40 polyethylene. ,
41
42 9-29.4 Messenger Cable, Fittings
43 This section is supplemented with the following:
44 ■r
45 Messenger cable shall be%-inch, 7-wire strand messenger cables conforming to
46 ASTM A 475, extra-high-strength grade, 15,400 pounds minimum breaking strength,
47 Class A galvanized.
48
49 Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2
50 standards for 12,000 pound ultimate strength.
Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1,2011 Page 2
irr
1
■r 2 Down guy assembly shall consist of an eight-way steel expanding anchor, having a
3 minimum area of 300 square inches, made of pressed steel, coated with asphalt or
4 similar preservative, and fitted with a3/4-inch minimum guy eye anchor rod 8-feet long.
5 As an alternate to expanding anchors, screw type anchors with two 8-inch helix, 3'/-
6 inch-pitch, 1-inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque
7 may be installed.
8
9 All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall
10 be hot-dipped galvanized in conformance with the requirements of AASHTO M 232.
11
12 9-29.6(5) Foundation Hardware
13 The first paragraph is revised to read:
14
15 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the
16 requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO
17 M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436.
18
` 19 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases,
20 Cantilever Bases and Sign Bridge Bases
21 The content of this section is revised and moved to the following new sub-sections:
22
23 9-29.7(1) Unfused Quick-Disconnect
24 Unfused quick-disconnect connector kits shall conform to the following requirements:
25
26 1. The copper pin and copper receptacle shall be a crimped type of connection
27 or a stainless steel set screw and lug connection to the cable. The receptacle
28 shall establish contact pressure with the pin through the use of a tinned
29 copper or copper beryllium sleeve spring and shall be equipped with a
30 disposable mounting pin. The receptacle shall be fully annealed. Both the
31 copper pin and receptacle shall have a centrally located recessed locking
32 area adapted to be complementarily filled and retained by the rubber housing.
33
34 2. The plug and receptacle housing shall be made of water resistant synthetic
35 rubber which is capable of burial in the ground or installation in sunlight. Each
36 housing shall provide a section to form a water-seal around the cable, have
37 an interior arrangement to suitably and complementarily receive and retain
38 the copper pin or receptacle, and a section to provide a water-seal between
39 the two housings at the point of disconnection.
40
41 3. The kit shall provide waterproof in-line connector protection with three cutoff
42 sections on both the line and load side to accommodate various wire sizes. All
43 connections shall be as described in item I"above. Upon disconnect, the
44 connector shall remain in the load side of the kit.
45
46 9-29.7(2) Fused Quick-Disconnect
47 Fused quick-disconnect kits shall provide waterproof in-line fuse protection. The kit
it 48 shall provide three cutoff sections on both lines and load side to accommodate various
49 wire sizes. All connections shall be as described in item "1" above. Upon disconnect,
50 the fuse shall remain in the load side of the kit.
Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 3
1
2 Fuses furnished for all lighting circuits shall be capable of handling the operating
3 voltage of the circuit involved and shall have the following characteristics:
4
5 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated
6 load.
7
8 2. Fuses shall be capable of supporting 135 percent of the rated load for
9 approximately 1 hour.
10
11 3. A load of 200 percent of rated load shall effectively cause instantaneous
12 blowing of the fuse.
13
14 4. Fuses shall be rated as listed below and shall be sized to fit the fuse
15 containers furnished on this project, according to the manufacturer's
16 recommendations therefore.
17
18 5. Fuses shall be listed by a nationally recognized testing laboratory.
19
20
Luminaire Service Voltage
Size 480V 240V 120V
1,000W 10A 15A 30A
750W 5A 10A 20A
70OW 5A 10A 20A
40OW 5A 10A 15A
310W 5A 5A 10A '
250W 5A 5A 10A
20OW 4A 5A 10A
175W 4A 5A 10A '
150W 3A 4A 5A
100W 2A 3A 4A
70W 2A 2A. 2A
50W 2A 2A 2A
21
22
23 9-29.9 Ballast, Transformers
24 This sections content is deleted and replaced with:
25
26 Heat-generating components shall be mounted to use the portion of the luminaire upon ,
27 which they are mounted as a heat sink. Capacitors shall be located as far as
28 practicable from heat-generating components or shall be thermally shielded to limit the
29 fixture temperature to 160°F.
30
31 Transformers and inductors shall be resin-impregnated for protection against moisture.
32 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed.
33
34 No capacitor, transformer, or other device shall employ the class of compounds
35 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other
36 purpose.
Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 4
wr
1
w 2 This section is supplemented with the following new sub-sections:
3
4 9-29.9(1) Ballast
5 Each ballast shall have a name plate attached permanently to the case listing all
6 electrical data.
7
8 A Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 meeting
9 the manufacturers and these Specification requirements, shall be submitted by the
10 Contractor with each type of luminaire ballast.
11
12 Ballasts shall be designed for continuous operation at ambient air temperatures from
13 20°F without reduction in ballast life. Ballasts shall have a design life of not less than
14 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12
15 hours on and 12 hours off, with the lamp circuit in an open or short-circuited condition
16 and without measurable reduction in the operating requirements. All ballasts shall be
17 high power factor(90%).
18
19 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6,
20 Methods of Measurement of High-Intensity-Discharge Lamp Ballasts. Starting aids for
21 ballasts of a given lamp wattage shall be interchangeable between ballasts of the
+r++ 22 same wattage and manufacturer without adjustment.
23
24 Ballast assemblies shall consist of separate components, each of which shall be
iW 25 capable of being easily replaced. A starting aid will be considered as a single
26 component. Each component shall be provided with screw terminals, NEMA tab
27 connectors or a single multi-circuit connector. All conductor terminals shall be identified
28 as to the component terminal to which they connect.
29
30 Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which
31 will intersect both of the lamp-voltage limit lines between the wattage limit lines and
32 remain between the wattage limit lines throughout the full range of lamp voltage. This
33 requirement shall be met not only at the rated input voltage of the ballast, but also the
34 lowest and highest input voltage for which the ballast is rated. Throughout the lifetime
35 of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and
36 wattage.
37
38 All luminaires ballasts shall be located within the luminaire housing. The only exception
39 shall be ballasts to be mounted on lowering assemblies and shall be external to, and
40 attached to the fixture assembly.
41
42 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH)
43 Sources shall be:
44
WO Source Line Volt. Lamp Ballast Type Input Lamp
Wattage Voltage Wattage
Variation Variation
HPS any 70 400 Mag. Reg. Lag 10% 18%
HPS I any 7501000 Auto Reg. 10% 30%
Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 5
+
Lead CWA
MH any 175 400 Mag. Reg. Lag 10% 18%
MH any 1000 Auto Reg. 10% 30%
Lead CWA
1
2
3 9-29.9(2) Transformers "
4 The transformers to be furnished shall be indoor/outdoor dry type transformers rated
5 as shown in the Plans. The transformer coils, buss bar, and all connections shall be
6 copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, 19
7 one at 5% and one at 10% below the normal full capacity.
8
9 9-29.10 Luminaires
10 This section is revised to read:
11
12 All luminaires shall have their components secured to the luminaire frame with ANSI,
13 300 series chrome-nickel grade stainless steel, zinc dichromate coated steel or
14 ceramic coated steel hardware. The luminaire slip-fitter bolts shall be either stainless
15 steel, hot-dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel.
16 All internal luminaire assemblies shall be assembled on or fabricated from either
17 stainless steel or galvanized steel. The housing, complete with integral ballast, shall be
18 weathertight. '
19
20 The temperature rating of all wiring internal to the luminaire housing, excluding the
21 pole and bracket cable, shall equal or exceed 200°F .
22
23 All luminaires shall be provided with markers for positive identification of light source
24 type and wattage. Markers shall be 3-inches square with Gothic bold, black 2-inch
25 legend on colored background. Background color shall be gold for high pressure '
26 sodium, and red for metal halide light sources. Legends shall be sealed with
27 transparent film resistant to dust, weather, and ultraviolet exposure.
28
29 Legends shall correspond to the following code:
30
Lamp Wattage Legend
70 7
100 10
150 15 ,
175 17
200 20
250 25
310 31
400 40
700 70
750 75
1,000 XI
31
32
Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 6
at
r
1 9-29.10(1) Cobra Head Luminaires
2 This sections content including title is revised to read:
3
4 9-29.10(1) Conventional Roadway Luminaires
5 A. Conventional highway luminaires shall be IES Type III medium distribution cut off
6 cobra head configuration with horizontal lamp, rated at 24,000 hours minimum.
7
8 B. The ballast shall be mounted on a separate exterior door, which shall be hinged to
9 the luminaire and secured in the closed position to the luminaire housing by
10 means of an automatic type of latch (a combination hex/slot stainless steel screw
11 fastener may supplement the automatic type latch).
12
13 C. The reflector of all luminaires shall be of a snap-in design or be secured with
14 screws. The reflector shall be manufactured of polished aluminum or molded from
15 prismatically formed borosilicate glass. The refractor or lens shall be mounted in a
16 doorframe assembly which shall be hinged to the luminaire and secured in the
17 closed position to the luminaire by means of automatic latch. The refractor or lens
+. 18 and doorframe assembly, when closed, shall exert pressure against a gasket seat.
19 The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets
20 shall be composed of material capable of withstanding temperatures involved and
21 shall be securely held in place.
22
23 D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a
24 2-inch pipe tenon and capable of being adjusted within 5 degrees from the axis of
25 the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not
26 bottom out on the housing bosses when adjusted within the ±5 degree range.
27
28 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent
29 set in excess of 0.2-inch when the cap screws used for mounting are tightened to a
30 torque of 32 pounds feet.
31
32 E. Refractors shall be formed from heat resistant, high impact, molded borosilicate
33 glass. Flat lens shall be formed from heat resistant, high impact borosilicate or
34 tempered glass.
35
36 F. High pressure sodium conventional roadway luminaires shall be capable of
37 accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast.
38
39 G. Housings shall be fabricated from aluminum. Painted housings shall be painted
40 flat gray, Federal Standard 595 color chip No. 26280. Housings that are painted
41 shall withstand a 1,000-hour salt spray test as specified in ASTM B 117.
42
43 H. All luminaires to be mounted on horizontal mast arms shall be capable of
44 withstanding cyclic loading in:
45
46 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak-to-peak
47 sinusoidal loading (same as 1.5 g's peak)with the internal ballast removed,
48 for a minimum of 2 million cycles without failure of any luminaire parts, and;
49
50 2. A horizontal plane perpendicular to the direction of the mast arm at a
51 minimum peak acceleration level of 1.5 g's peak to peak sinusoidal loading
r Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 7
r
1 (same as 0.75 g's peak)with the internal ballast installed, for a minimum of 2
2 million cycles without failure of any luminaire parts.
3
4 I. All luminaires shall have leveling reference points for both transverse and
5 longitudinal adjustment. Luminaires shall have slip-fitters capable of adjusting
6 through a 5-degree axis for the required leveling procedure.
7
8 9-29.10(2) Decorative Luminaires
9 In the first paragraph, "150 -400" is revised to read "50 -400".
10
11 In the second paragraph, "box shaped" is deleted.
12
13 In the third paragraph, the first sentence is deleted. The second sentence is revised to
14 read: ,
15
16 The ballast housing shall be adequately constructed to contain ballasts for 50 -400
17 watt alternate high intensity discharge sources. '
4 18
19 The fourth paragraph is revised to read:
20 ,21 Each housing shall consist of an integral reflector, containing a mogul based high
22 intensity discharge lamp, and a one piece heat and shock resistant, clear tempered
23 lens mounted in a gasketed, hinged frame. The reflector shall be a snap-in design or
24 secured with screws. The reflector assembly shall have a lamp vibration damper. The '
25 reflector shall be manufactured of polished aluminum or molded from prismatically
26 formed borosilicate glass. The housing shall have a heat resistant finish. The lens
27 frame shall be secured to the housing with ANSI, 300 series chrome-nickel grade '
28 stainless steel, zinc dichromate coated steel or ceramic coated steel hardware.
29
30 The last sentence in the fifth paragraph is deleted. '
31
32 The sixth paragraph is deleted.
33
34 The seventh paragraph is revised to read:
35
36 The finish shall meet the requirements of ASTM B 117 with the exception that the
37 finish shall be salt spray resistant after 300 hours exposure.
38
39 The first sentence in the eighth paragraph is deleted.
40
41 9-29.10(3) High Mast Luminaires and Post Top Luminaires
42 This sections content including title is deleted and replaced with:
43
44 9-29.10(3) Vacant
45
46 9-29.10(5) Sign Lighting Luminaires
47 This section is revised to read:
48
49 Sign lighting luminaires shall be the Induction Bulb type.
50
Amendments to the 2010 Standard Specifications Section 9-29 1�
AUGUST 1, 2011 Page 8
�i
rrr
1 9-29.10(5)A Sign Lighting Luminaires - Mercury Vapor
2 This section including title is revised to read:
3
4 9-29.10(5)A Sign Lighting Luminaires — Isolation Switch
5 The isolation switch shall be installed in a terminal cabinet in accordance with Section
6 9-29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The
7 terminal cabinet shall be installed in accordance to the Standard Plans. The switch
8 shall be either single pole, single throw, or double pole single throw as necessary to
9 open all conductors to the luminaires other than neutral and ground conductors. The
10 switch shall contain 600 volt alternating current (VAC)terminal strips on the load side
11 with solderless lugs as required for each load carrying conductor plus four spare lugs
12 per strip.
13
14 9-29.10(5)B Sign Lighting Fixtures - Induction
r 15 The first sentence is revised to read:
16
17 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a
18 polyester paint finish.
19
20 In the second sentence of the sixth paragraph, "87" is revised to read "85".
21
22 In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A".
23
24 The first sentence of the last paragraph is revised to read:
r 25
26 A Manufacturer's Certificate of Compliance, conforming to Section 1-06.3
27 "Manufacturer's Certificates of Compliance" and a copy of the high frequency
28 generator test methods and results shall be submitted by the manufacturer with each
29 lot of sign lighting fixtures.
30
31 9-29.12 Electrical Splice Materials
32 This section is revised to read:
33
34 Circuit splicing materials shall meet the following specifications.
+� 35
36 9-29.12(1) Illumination Circuit Splices
37 This section is revised to read:
r„ 38
39 Illumination circuit splices shall be split bolt vice type connectors or solderless crimped
40 connections to securely join the wires both mechanically and electrically as defined in
41 Section 8-20.3(8).
42
43 This section is supplemented with the following new sub-sections:
44
45 9-29.12(1)A Heat Shrink Splice Enclosure
46 Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil
47 Spec 1230053
Y
,., Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 9
Ir
p
1 t
2 9-29.12(1)B Molded Splice Enclosure
3 Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar
4 sheet bonded to butyrate webbing forming a flexible mold. The material used shall be
5 compatible with the insulation material of the insulated conductor or cable. The
6 component materials of the resin insulation shall be packaged ready for convenient
7 mixing without removing from the package.
8 +nr
9 9-29.12(2) Traffic Signal Splice Material
10 This section is revised to read:
11
12 Induction loop splices and magnetometer splices shall include an uninsulated barrel
13 type crimped connector capable of being soldered. The insulating material shall be a
14 heat shrink type meeting requirements of Section 9-29.12(1)A, an epoxy resin cast
15 type with clear rigid plastic mold meeting the requirements of Section 9-29.12(1)B, or a
16 re-enterable type with silicone type filling compound that remains flexible and enclosed
17 in a re-enterable rigid mold that snaps together.
18 wi
19 9-29.15 Flashing Beacon Control
20 In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers".
21
22 9-29.16 Vehicular Signal Heads
23 This sections title is revised to read:
24
25 9-29.16 Vehicular Signal Heads, Displays and Housing
26
27 The first sentence is revised to read:
28
29 Each signal head shall be of the adjustable, vertical type with the number and type of
30 displays detailed in the Contract; shall provide an indication in one direction only; shall
31 be adjustable through 360 degrees about a vertical axis; and shall be mounted at the
32 location and in the manner shown in the Plans.
33
34 This following new paragraph is inserted after the first paragraph:
35
36 Back plates shall be constructed of 5-inch wide .050-inch thick corrosion resistant flat
37 black finish, louvered aluminum or polycarbonate attached with stainless steel
38 hardware. A 1-inch wide strip of yellow retro reflective, type IV prismatic sheeting, in
39 accordance with Section 9-28.12, shall be applied around the perimeter of each
40 backplate.
41
42 9-29.16(1) Optically Programmed, Adjustable Face, 12-inch Traffic Signal
43 This section including title is revised to read:
44 nrr
45 9-29.16(1) Optically Programmed Adjustable Face, and Programmable,
46 Array 12-inch Traffic Signal
47 The signal shall permit the visibility zone of the indication to be determined optically err
48 and require no hoods or louvers. The projected indication may be selectively visible or
49 veiled anywhere within the optical axis. No indication shall result from external
Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 10
1 illumination, nor shall one light unit illuminate a second. The display shall operate from
�rw 2 85 VAC to 130 VAC.
3
4 9-29.16(1)A Optical Systems
5 The following new title is inserted above the first paragraph:
6
7 9-29.16(1)A1 Conventional Optical System
8
9 This section is supplemented with the following new sub-section:
10
AW 11 9-29.16(1)A2 LED Programmable Array
12 1. LED array with programmable visibility from a portable hand held device from
13 ground level,
14
OW 15 2. Lens shall be clear, unless color lenses specified.
16
17 The LED array shall be 22 watt maximum and shall operate directly from 120 volt AC.
IM 18
19 The LED array shall provide an accessible imaging surface at focus on the optical axis
20 for objects 900 to 1,200-feet distant, and permit an effective veiling mask to be
to 21 variously applied as determined by the desired visibility zone.
22
23 The optical system shall accommodate projection of diverse, selected indicia to
24 separate portions of the roadway such that only one indication will be simultaneously
MW 25 apparent to any viewer after optically limiting procedures have been accomplished.
26 The projected indication shall conform to ITE transmittance and chromaticity
27 standards.
am 28
29 9-29.16(1)B Construction
30 The title for this section is revised to read:
WE 31
32 9-29.16(1)B Housing Construction
33
34 The fourth paragraph is deleted.
�� 35
36 9-29.16(1)D Electrical
37 The title for this section is revised to read:
r 38
39 9-29.16(1)D Housing Electrical
40
�■ 41 The following new title is inserted above the first paragraph:
42
43 9-29.16(1)D1 Electrical Conventional
44
45 This section is supplemented with the following new sub-section:
46
47 9-29.16(1)D2 Electrical LED
48 The LED array shall be accessible from the front of the housing. Each multi section
49 assembly shall include a terminal block for clip or screw attachment of lead wires.
ri Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 11
1
2 9-29.16(1)E Photo Controls
3 The following new title is inserted above the first paragraph:
4
5 9-29.16(1)E1 Conventional Photo Controls
6
7 This section is supplemented with the following new sub-section:
8
9 9-29.16(1)E2 LED Photo Controls
10 Each signal section shall include integral means for automatically regulating the display
11 intensity for day and night operation.
12
13 9-29.16(2)A Optical Units
14 This section is revised to read as follows:
15
16 Light Emitting Diode (LED) light sources are required for all displays. The Contractor
17 shall provide test results from a Nationally Recognized Testing Laboratory
18 documenting that the LED display conforms to the current ITE Specification for;
19 Vehicle Traffic Control Signal Heads, Light Emitting Diode Circular Signal Supplement
20 VTCSH ST-052 or Vehicle Traffic Signal Heads, Light Emitting Diode Vehicle Arrow
21 Traffic Signal Supplement ITE VTSCH ST-054, and the following requirements:
22
23 1. The LED traffic signal module shall be operationally compatible with ,
24 controllers and conflict monitors on this project and the LED lamp unit shall
25 contain a disconnect that will show an open switch to the conflict monitor
26 when less than 60% of the LEDs in the unit are operational.
27
28 2. LED shall have a 50 degree min. viewing angle.
29
30 3. Wattage (Maximum): 12-inch red, yellow and green ball displays -25 W 12- '
31 inch red, yellow and green arrow displays - 15W 8-inch red, yellow and green
32 ball displays - 15W
33 '34 4. Voltage: The operation voltages shall be between 85 VAC and 130VAC.
35
36 5. The LED display shall be a module type and shall replace the lens, socket,
37 bail, reflector and be directly connected to the terminal strip in the signal ,
38 head.
39
40 6. Label: Each optical unit shall be listed by and bear the label of a nationally ,
41 recognized testing laboratory. . In addition, the manufacturer's name,
42 trademark, serial number and other necessary identification shall be
43 permanently marked on the backside of the LED signal module and the '
44 installation date shall be indicated on a separate label with an indelible ink
45 marker.
46 '47 9-29.16(2)6 Signal Housing
48 The first sentence in the first paragraph is revised to read:
49
Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 12
+�r
1 The signal head housing, or case, shall consist of an assembly of separate sections,
+rr 2 expandable type for vertical mounting, substantially secured together in a weather tight
3 manner.
4
5 In the third paragraph "may" is revised to read "shall".
6
7 9-29.16(2)D Back Plates
+r 8 This section's content including title is deleted and replaced with:
9
10 9-29.16(2)D Vacant
11
12 9-29.16(2)E Painting Signal Heads
13 In the first sentence "Federal Standard 59513" is revised to read "Federal Standard 595-
14 14056".
.r 15
16 9-29.16(3) Polycarbonate Traffic Signal Heads
17 This section is supplemented with the following paragraph:
18
19 Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to
20 break in excess of 90 percent. The green color shall be molded throughout the head
21 assembly. The optical system shall be Light Emitting Diodes as defined in 9-29.16(2)A.
�. 22 The entire optical system shall be sealed by a single neoprene gasket. The signal
23 head shall be formed to be used with standard signal head mounting accessories as
24 shown in 9-29.17. All hinge pins, latch assemblies and reflector assemblies shall
+� 25 conform to 9-29.16(2)B.
26
27 9-29.16(3)A 8-inch Polycarbonate Traffic Signal Heads
r. 28 This section and title are deleted.
29
30 9-29.16(3)B 12-inch Polycarbonate Traffic Signal Heads
31 This section and title are deleted.
32
33 Section 9-29.16 is supplemented with the following new sub-section:
34
35 9-29.16(4) Traffic Signal Cover
36 The covers shall be manufactured from a durable fabric material, black in color with a
37 mesh front and designed to fit the signal head configuration properly. The covers shall
38 have an attachment method that will hold the cover securely to the signal in heavy
39 wind. The covers shall be provided with a drain to expel any accumulated water.
40
41 9-29.18 Vehicle Detector
42 The first paragraph is revised to read:
43
44 Induction loop detectors and magnetometer detectors shall comply with current NEMA
45 Specifications when installed with NEMA control assemblies and shall comply with the
46 current California Department of Transportation document entitled "Transportation
47 Electrical Equipment Specifications," specified in Section 9-29.13(7)when installed
48 with Type 170, Type 2070 or NEMA control assemblies.
49
i
rrri Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 13
imp
wr
1 9-29.19 Pedestrian Push Buttons
2 This section is revised to read: `
3
4 Where noted in the Contract, pedestrian push buttons of tamper-resistant construction
5 shall be furnished and installed. They shall consist of a 2-inch nominal diameter
6 plunger. The switch shall be a three bladed beryllium copper spring rated at 10
7 amperes, 125 volts.
8 do
9 The pedestrian push-button assembly shall be constructed and mounted as detailed in
10 the Contract.
11
12 9-29.25 Amplifier, Transformer, and Terminal Cabinets
13 The first sentence in the first paragraph is revised to read:
14
15 Amplifier and terminal cabinets shall conform to NEMA 4 requirements. Transformer
16 cabinets shall be NEMA 3R.
17 ,18 Item number 3 in the first paragraph is revised to read:
19
20 3. Cabinet doors shall have a stainless steel piano hinge or shall meet the
21 requirements for the alternate hinge detailed for type B modified service cabinets.
22 Doors less than 3 feet in height shall have two hinges. Doors from 3 feet to 4 feet
23 8 inches in height shall have 3 hinges. Spacing of hinges for doors greater than 4 ,
24 feet 8 inches in height shall not exceed 14 inches center to center. The door shall
25 also be provided with a three point latch and a spring loaded construction core
26 lock capable of accepting a Best six pin CX series core. The locking mechanism
27 shall provide a tapered bolt. The Contractor shall supply construction cores with '
28 two master keys. The keys shall be delivered to the Engineer. Three point latches
29 are not required for terminal cabinets.
1 '
Amendments to the 2010 Standard Specifications Section 9-29
AUGUST 1, 2011 Page 14
Illli
1 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
2 August 1, 2011
3 9-33.4(1) Geosynthetic Material Approval
4 The first paragraph is revised to read:
5
6 If the geosynthetic source material has not been previously evaluated, or is not listed in
7 the current WSDOT Qualified Products List (QPL), a sample of each proposed
8 geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for
9 evaluation. Geosynthetic material approval will be based on conformance to the
10 applicable properties from the Tables in Section 9-33.2 or in the Standard Plans or
11 Special Provisions. Approval information will be provided within 30 calendar days after
12 the sample and required information for each geosynthetic type have been received at
13 the State Materials Laboratory in Tumwater. Source approval shall not be the basis of
„ 14 acceptance of specific lots of material delivered to the Contractor unless the roll
15 numbers of the lot sampled can be clearly identified as the rolls tested and approved in
16 the geosynthetic approval process.
17
18 The second paragraph is deleted.
19
20 The third paragraph is supplemented with the following:
�+ 21
22 Geosynthetic roll number(s)
23 Geosynthetic lot number(s)
24
25 This section is supplemented with the following:
26
27 Only geogrid and geotextile products that are listed on the QPL may be used in
28 permanent geosynthetic retaining wall and reinforced slopes. Minimum requirements
29 for inclusion in the QPL include evaluation by and compliance with the National
30 Transportation Product Evaluation Program (NTPEP) in accordance with WSDOT
�■ 31 Standard Practice T 925 or AASHTO Standard Practice PP 66, Standard Practice for
32 Determination of Long-Term Strength for Geosynthetic Reinforcement.
33
too 34 9-33.4(3) Acceptance Samples
35 The first paragraph is revised to read:
36
37 A satisfactory test report is required when the quantities of geosynthetic materials
38 proposed for use in the following geosynthetic applications are greater than the
' 39 following amounts:
40
Application Geosynthetic
Quantity
' Underground Drainage 100 sq. yd.
Permanent Geosynthetic Reinforced All quantities
Slopes and Retaining Walls
41
42
43 The third paragraph is revised to read:
Amendments to the 2010 Standard Specifications Section 9-33
AUGUST 1, 2011 Page 1
1
2 Samples from the geosynthetic roll will be taken to confirm the material meets the
3 property values specified. Samples will be randomly taken at the job site by the
4 Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer.
5
6 The fourth paragraph is revised to read:
7
8 Acceptance will be based on testing of samples from each lot. A"lot" shall be defined
9 for the purposes of this Specification as all geosynthetic rolls within the consignment
10 (i.e., all rolls sent to the project site) that were produced by the same manufacturer
11 during a continuous period of production at the same manufacturing plant and have
12 the same product name.
13
14 The following paragraph is inserted after the fourth paragraph:
15
16 Acceptance testing information will be provided within 30 calendar days after the
17 sample and required information for each geosynthetic type have been received at the '
18 State Materials laboratory in Tumwater.
19
20 The first sentence in the last paragraph is revised to read: '
21
22 For each geosynthetic roll that is tested and fails the Project Engineer will select two
23 additional rolls from the same lot for sampling and retesting. The Contractor shall
24 sample the rolls in accordance with WSDOT T 914 in the presence of the Project ,
25 Engineer.
26
27 9-33.4(4) Acceptance by Certificate of Compliance '
28 The second row in the table is revised to read:
29
30 Underground Drainage 100 sq. yd. '
31 The fifth row in the table is deleted.
�i
Amendments to the 2010 Standard Specifications Section 9-33
AUGUST 1, 2011 Page 2
1
1
1
1
1
1
1
' PART V
STANDARD PLANS
rxr
City of Renton Standard Plans ,
For City of Renton Standard Plans not included in this document go to City Hall, Sixth Floor, or go to
webpage: http://rentonwa.gov/business/default.aspx?id=1020
rr
0
0
a} o Y 0
}� o ° zx acs o
w
YU ° v ¢ Ozw Oina C�
q }
Qc°o w °mod aUd
Fv v w cn>F-
wV x w vw Oao A
:5 cW�w a a U) 0'U) w-i� H
U� z° } LL wQW fl1
1-N OQ Z d0 O(0°
U° WN !. OT w� zza
Z ALL- S ZH F-�w —w C,
�w Z�� i G tnN
w U �� U a O x U W � 1•
ww ~0 �y �a ~>w 7i �/� W
Ud = m U)>�J V/ W
d H O
ww�:F- V)
z<W J �? Q 1-
OZ=U 'w
a<x� o II v/
xT0� Z to
- - WJw�' _ Q W
-- � J w i L
Zw<<
W >�c°°o ip d .� C: Z Q
°u)� -- — — — J a N � J
W(O U 4 LL vY w cuo U)Oa _ OZO DO a xa Zw LL > `O= CC W
Z-
G W
a
}Ox W04 ' ° �(nw " 1
°o cn Nx O Q
o° www N
LL d y �� ��LL
— - -- - -- e — - - — ° w w II ZW
ryx w0 W ° U)°a
x in_� U Z J } C�C
C7a"i� tail �Q xaF G
F-F- IW �x W
co U Z Z
y (7 U w -------------
FOW cNn WO 2z F"
a w�� �W �w xZ
�N.io LL a—w <Z wU e 041
Z5 U)z Uo x O O N E—
O >LL
2 Q°z 7
O u w W
uj a Q
°aa
- ° w W
0
a T a
0
QC--�--------- -- _ _IJ_ co U 0 2 F-
(9 w J
o FZ--ac°O o N <I LL W
°<nx °cn
F O Z m
C9 2w`O x __ ¢ X z z O vi
}J J w why}
F oU0 °; 1 a a WW(n
�oO Wwm ._'� �� ° z a00 it
_ ________ __ ------- Z w Q
------------------- d z a U)
2 z fr
2.W 0 UO w 0 =F-
LL
way z a } °mow
`� -- U)—w
wow worn tq con c' moo w2� 0 � Z ~Ow
0-Co a[Do .~7 o�W ��_> zz`° W N m z ZC)0.
Zzin wacn ZZV� xaU �x� �°uj
�aH w
}F- Wd� w °z
Y
_0 Z O z
°O0 w °O�m O x ° U U
cr 6 0 z
I--U) wcn °� F-� r4 O F- U aU J�
�� a� "�a WO zU U W J =xaU
U- �O F o < �� a F a z w m
U U >U >w �p n' O W Wad
axw wa z °(7u)a
IL
a
cv
� o
O Y v Oa O
W W z a°
WN o0 o F zuw ova
ULL v Y g ow wU� ?
zo a w
dy oo ° v o aaa (1,
�LL U > v w W�F-
p F v m m W U Q O
a O z U U m S Z
�cp'o W •�. d w Q cr W wJw dl
s. = a �LL 2�ao
U w Om0
z� a0 wo l<
0 W- a LLJ�w ~} f�_ z� ~mw °
as a~ �L?? U �a w(0
WW ZW2 L /A
m F-° Q O W Q7
7 a Z S x Z > N
a �a E w�--
w w w¢ f F
n J}aw �I a W '
zawW, Z
°��
z�� L ii
a�0' ° F Y/
W U
w Z O w t y _I
W J W W L
Z w a a Z /Z/�
W<(n V
w Sa<n� U
mmw ° 3�?a O1 c V
N
mom° a W W
o
a °zwm� o J
�w°v z_ C
�z o'� z v o V
Y
LL w U N i
m� w�aa N W Zo O Z 0 i�N1
Q- W
QLL j� U ZE u)W
U F L
wo Om www
e 3 w
° wow
wz o r°a
am
Co w O U Z W Z a S W Vl
mw �a IW-.m �a QJ z�w a �
a U wa �� nmw V�; n a0H p W
It U m 0 W� (D U U
Ug Wt- xz �E-
Om QZ 'nU U CYO
U� 1 0 w za 00 O w °w Z° w H<
`�-- -------- ----- e _ _� 0 S O m0
amLL.
LL m F-QZm
n m w W z 0}
Z,
O a W UJ(n to
cq z �0-3
________ ______— J
Z W Ui w a
__— 7 N z Q U
J W
ap _°x�x Oa � Y °3w
U w U Q F° W U _
ay.- Ir Nr. mOl-. � c}i�oo W=� mm U Q O~0�
Ow..N w d w d o W Z Z W J D Z w
Z° m° m° <a v ° r U ° W 2 o w
Fain �zu� Xzin C,J }_- wo F o
� Fro U 2aw ,<Jw ma V °°O
m IL� � p~� �� �m u 0m 0 0W m
W 2
w n
wUn (n 0 J 3
O U m m Q U
W H w� a0: H �� S W F-W U J
LLO �O >� a a O wwam
U U �a z °C7<n a
a
�o d
YIN m Y Q o
w o o o O� a0 O
Ow waJ O
V o
a z� 0 U w oa
FL CL
>N 0w w fit- i-wa
�w
a W W w U a S z
�o T Z. a a z poi >JU (l.
z V y.au_ -_.. aw OUD
W° =Za UI
z x J p - p
�W ~ago �L w zw ~COw
a-5- _ 0 Of a -0Q
ww �
- --------------- -- ----------- m '0 Q U W -
a �a F-w7i c)
��:x O
wraw ; L F
0 Uaw y �y
w o O �w
N
0 Er LO
o W
w J w U i I I N
USJF- ^ Z
rr
s3?a O H W
w 1 - � 6 Z V
awa - - — -� c c ue a
mmw c
iW �=wT o f a
2F-p _ ° W
° awm� z z
_
E FUO4
L9 w w>0 2 O A
J ZE ZO2E 2 I S YI
ca a araa N O UO LL
Q f�
z w_ II Z
LL Sp U o❑
a 00 U w
a Z
LLo Om w _
0� ~v w w w
=`r v�- — w o — — — - 1 3 U_
U Z
U� tai2 2 a co }Z a V)
a E~
�a �?
FACE OF CURB 6" CEMENT CONCRETE
1/2"R.
\ '-" - 1"R SIDEWALK RAMP
OR LANDING
6 1l2"_� VARIES /
5 112" I 1" FROM i
6„TO 0 — D
1/2"R. 1"R 6-1
/ _ 1:24 MAX. � ° D
o
T
TOP OF -
C 1/4"PREMOLDED
D o 1/2"R. ROADWAY --JOINT FILLER
CEMENT CONCRETE
° °D PEDESTRIAN CURB
AT SIDEWALK RAMPS AND LANDINGS
1'-6"
" - FACE OF ADJACENT CURB
CEMENT CONCRETE
s_vr'
TRAFFIC CURB AND GUTTER
i - SEE DEPRESSED CURB DETAIL THIS SHEET '
- FACE OF ADJACENT CURB I 1:24 MAX.
I / TOP OF
FLUSH WITH GUTTER _1„ 112"R. ROADWAY
--- '
-- PAN AT SIDEWALK 2" - ° _�'-
/ RAMP ENTRANCE 1
1:12 MAX. % / 1:24 MAX.
' TOP OF °
I / / - 1/2"R. � ROADWAY
° l DEPRESSED CURB SECTION
D ° �D AT RESIDENTIAL DRIVEWAYS ONLY. '
D \1 FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2
DEPRESSED CURB SECTION -- FACE OF CURB
AT SIDEWALK RAMPS
61/2"
�..- .
5 1/2" 1"
-----
1/2"R. i 1.,R
TOP OF W
° ° ROADWAY
v
FACE OF ADJACENT CURB
Mai
- GUTTER SURFACE
(il"
D R. °p
/
-81/4"
Will CEMENT CONCRETE
TRAFFIC CURB
D D
DEPRESSED CURB DETAIL
AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS
GENERAL NOTES:
1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing.
2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner.
3. For Depressed Monolithic Driveway Curb 8 Gutter Section,see Standard Plan 104.2
STD. PLAN — 101
PUBLIC WORKS CEMENT CONCRETE CURBS
DEPARTMENT JUNE 2009
tI11W
trip
irl■
/SEE NOTE 2 SEE NOTE 2
-- 2'—__0" 2' _ 0" n
318" PREMULDED JOINT FILLER (7YP) ( al
LJ CEMENT CONCRETE
CURB AND GUTTER
5 /„\
PLAN VIEW
FACE OF CENTERLINE OF
CURB FRAME&GRATE
6 1/2" 13"
51/2- 11. (1.08')
_ MATCH _ FRAME AND GRATE-NOT INCLUDED
1/2 R. 1" R. -ROADWAY / IN CURB AND GUTTER BID ITEM
i
SLOPE
3
D � o
RECESS TOP W
D
'I�L I 1!Y ROADWAY
N D
,D
jI D
D ' D
o o ADJUSTMENT SECTION-NOT INCLUDED
�^ IN CURB AND GUTTER BID ITEM
D
CATCH BASIN-NOT INCLUDED
IN CURB AND GUTTER BID ITEM
.D D
D
SECTION AO
1 GENERAL NOTES:
1. The intent of this design is to facilitate the removal
of a catch basin with minimal disturbance
of the curb.
2. The expansion joints of the
adjacent sidewalk shall
be adjusted to be in
line with these curb i
expansion joints.
ISOAA€TRIC VIEW
+, +
PUBLIC WORKS CEMENT CONCRETE CURB STD. PLAN — 101.1 DEPARTMENT INSTALLATION AT
pFN tp$ CATCH BASINS MAY 2009
Ali
z
&0
0 O
O m O
?o iz
zoM
M
O D
r O N
W*O
mzz_
oOZ
O
�Zm T7
2
C m co 0
-0mW O
mym T
x m° y
D
�ZZ
� 0
O O
6 Z C O =
�
o(0m z
nii16 �� D D
/ � o
� _ m
L7 O
a�
N
�O
-—
-—-—
cl
c -
.4 c
� N.-X03 0
O C
0
ray o E Z - �
03 -
0 U)
UU
O
D a m 3 r �
F a Z m T
a Z cn m n z D
m 0 0 m
F z z� m
r a o m m m C,m
m i� m r W
D m
D
O a a D
a b a �Z Z lei
o m
o z Zc O
N U) >
mm 0
W m
G �(
-1
A()0
►d m m
m
m M
0
m
0 0
`fl r
O "
O
T
Wi c U�pnm p m x< n
r-0m-4 m c �C) n1 ° n n fn
35mm mr CEO pm �> A r 1
CO n az �-i fn--i . m m m
XZz0 m� o-cj �A mOA o0�1 z-qmf
X0000 0 A cn cn� X -0 00 �Or C)mm NO CA-
O��m C7 Om O=ff Aye OZm ODZ Ny2
mp0 O m-i z➢ 2� cnmm (nZ� pz-+
D0)Z� x zz . 2-1X �'�Z Yf, 08-0 Om m m��
Mm p n n rn0 xm 61Z m jm m'm cn^'m
30=m m O-=i �n mA� n°>Z7 cal
m n < T 0 XNx wD c�
ii z f U,' fn m r 0 --0 m z m S
x=0 i m DZ cOm =:0Z:
30>:� m O ?0 KEM
-CC04-0 Z.Z7Z
C z
O 0 s
so f N O m Om --—-- --
<a'Nm m m
COZoz x
0mm
00
--�
-4 0 A b �— — — — <
Ex m o A
MM 0
\� m
N
c m p
d C M
r m� D
Z , �() `
�Jn ^ O p� m0
ch
o 0U) Z. np
m� m- Am
Z�7 cncnm zT Otn om °-
rrI mmZ - — — ------ - my� iz ° c m
m 2 1 z z 0 Pi M� X10
'yam m Dc m� x�
3 mzm o zm nm a�
�pn
____-
z A(nm a-f rnm
O II m�� rnO ' :E
3 3 q N{
O mz r mA a
u mD1'D ��
33 I °Z Z
_ !� mmxD
AM
�Amm m
CD cq
c
Ommm m
m 0 _ Z ? apVmi� m
N z m
D O
MCnC
Z �,
- — — - °aI
- Z a m
M o z
�aini m
y D s < +-f m 1
z 0 m D� —_-.-
y II m0z-0 <
� D C �mC;
N
f C ?y A
O
f 1 y
-----------------------
N
a A �
CJO r 2y AO
o< �_
—_—__A� p
m m
o� °D
22 2<
N N
o
0 — C
� 3 z
C O < m�
3 T
m p m S o m> m
$ o
m N z °> m
z � � � Z
z o z
Z
5 m
r m m
o � �
as
r
ry CD A
ma o
o ° °
v < N
I
� b
a
n;
c �
c
C-0 r
O
O
O
w
N 0 0 z m
c-0 mm
rmC)m� m n� p p�,
C1D�2 n0 pmJ> AS r➢-
r N z N ➢ m --� 2
�n n➢ -1m --4<SNm
�oz� r A� Nam A� - -u 5: -Af >0r
N-A O� O nm X2'1 O�0 =➢-m1 2➢z m m O
loft O h m -N-i -V O O m 0^� +➢D N z m N z-A N➢
vZzz 0 m 0 �r -it?'-i &z- m� pmm mZm
M-- O r 0 -Nit Vi=m °om 2i u)sm viNA U1a�
40=Z o N m �� �czi °- --9 M
9 M—N m
m NN D O m �0 Z:-0 m zm l
Z O S ➢z C O m = 0
I*xz m D O
m o -
— —
o - z -------- -------- — — — —
a_N N C 0
i0Zz Z m n
pp z 0--A Z _
0 S N➢0 m D —
p S A -
�3p�
D-1�A ➢ -
Z m m O r o
mm o
p m
o _
o
f
z� � 2
m N -4
O �p o
T
U
1 <
d� y
�r r
.mod CU z ° ➢ O 0 0
a r N m n; N O�
it C7 ° m K -,-A rn o
z a:� N"1ND m T ON C)
CJO xcz SSrn�m zc z
1MC! 3� m2D — — — — zm zm >°T° m0
UO �z�{ r n� m� 2 C �1➢ Sin
:]0 N r'mii-i r Z;U m m °
m m z�� 0 m cc 0K
� ----m-1 0---- ------- -i c
A(n m *c mo
- mN Z< mC oG7
II �m°Z o nW ma:
z Om z > O
3 z u m >
C O C 3 A z N N N S {
m
-au:c
m
Qom
1 O N OO m m o
�mf m 0 O S
^r N :3 3- I cj 0D
z, Mz
F z 0 _� m r., --4
3 <-MAm o
m m r m -
--- -----
Mz NOZm
m-
0 N <,107 D D cn
t/! > I v ncz-1
° m um)nz
m
C D{N
77
W -1Nm
k m m `-^-
N -�
N m m N
(7 ym x= ➢ 2
o m n➢ o z m� m
r
m L -NAB rNI j1 ➢ T➢ T m
DZ2 (nm O 9 -� rT.= m-q mm
Ea O m N A _
��,r0 °mm ➢, pz p-zi
S O o -<o Hi �o
O➢: m A A . . _ m
'TJ mom n Z r v m ' �m DA oz
• < ODO mp N z A �z {� {m
'� -1<N m A m 17 S m(7 -i
N ➢m �o m z 0 0 mz <� c�
O mom m o O A A p O C
O I <�m m0 r -1 A �' CS S
r Azm mZ m O rn rn Am m
p >
o➢ m 0 D rn m m v
Cr = r N
m n
t
IN.
1rz•• -'I--I----- - --i
VARIES:5-6"MIN.
11/2"R. LEVEL1 1"R
I
-� 112-R.TYP. CURB NOT
mr-__ 4' PA nJ - f - 2%MAX. ) 1 IN BID ID EM
n i--- •° 1/4"PREMOLDED �
SEE RAISED JOINT FILLER /
EDGE DETAIL
NOTE:EXTEND SIDEWALK TRANSVERSE
JOINTS TO INCLUDE RAISED EDGE CEMENT CONCRETE SIDEWALK
RAISED EDGE DETAIL WITH RAISED EDGE
VARIES Z_ 1/8"TO 114"
SIDEWALK MAY BE ADJACENT 7i
SLOPE ROUNDING TO A WALL(SEE DETAIL)
(WHEN SPECIFIED)
SIDEWALK BUFFER STRIP p 1-- \,0
VARIES:5'-0'MIN. 67-0" ;Q
0
1l2"R.(TYP.) CURB NOT '
2% �* 21%MAX. -INCLUDED
_ 2%MAX._ IN BID ITEM
O J CONTRACTION JOINT
ri
CEMENT CONCRETE SIDEWALK
ADJACENT TO BUFFER STRIP `WALL OR BARRIER
lei
,..SIDEWALK.
VARIES
,-SIDEWALK MAYBE ADJACENT :-112"R.
SLOPE ROUNDING TO A WALL(SEE DETAIL)
(WHEN SPECIFIED)
_ SIDEWALK
-- - I -- VARIES:5'-6"MIN7
CURB NOT �_�
-112" 114"PREMOLDED 2"R.(TYP.)
N LUDED JOINT FILLER
I
2% i � 2%MAX. � IN C BID ITEM ,
114"PREMOLDED SIDEWALK ADJACENT TO WALL
JOINT FILLER DETAIL
CEMENT CONCRETE SIDEWALK t
ADJACENT TO CURB
5''oe G BROOMED FINISH
4"WIDE,SMOOTH
TROWELED PERIMETER
t5' I
CEMENT CONCRETE CURB
Y (CURB AND GUTTER SHOWN)
NOT INCLUDED IN BID ITEM 3/g°
CONTRACTION JOINT
\\ IN SIDEWALK ONLY
FULL-DEPTH �
PREMOLDED --
- \ EXPANSION JOINT IN BOTH CURB AND JOINT FILLER
SIDEWALK(SEE STD PLAN 101.1) E�EXPANSION JOINT
JOINT AND FINISH
DETAIL
NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Plan 102.1.
STD. PLAN - 102
PUBLIC WORKS CEMENT CONCRETE
Nzo� DEPARTMENT SIDEWALK MAY 2009
�Wi
do
to
NOTES:
Nw 1. "Providing safe places for people to walk is an essential responsibility of all government entities involved in constructing
or regulating the construction of public rights-of-way."according to the American Association of State Highway and
Transportation Officials'(AASHTO) A Policy on Geometric Design of Highways and Streets.
2. Utilities shall be relocated outside the traveled way of the walkway.
am 1 Utilities that must remain are to be made non-slip through use of the[ list a proprietary system here J. Existing meter
reading devices shall not be harmed by the application of[ this system].
4. Junction boxes will not be permitted in the sidewalk surface. These shall be relocated to the buffer strip.
S. Drainage appurtenances,such as manholes,catch basins,etc.will not be permitted in the sidewalk surface. These shall
be relocated to the street,or to the buffer strip.
6. Provision shall be made for the Handicapped to get around utilities that remain while they are being worked on_ A
pedestrian traffic control plan shall be submitted to the City for review.
irr
r
dw
L
ti�Y O
G/ .n
PUBLIC WORKS UTILITY PLACEMENT IN STD. PLAN — 102.1
NT
o$ DEPARTMENT CEMENT CONCRETE SIDEWALK MAY 2009
EXISTING ASPHALT 2.0' MIN. NEW CURB
PAVEMENT & GUTTER
(SEE NOTE 2)
SAWCUT
(SEE NOTE 2)
ARTERIAL STREET MINIMUM
7 HMA (or ACP Class B)
(SEE NOTE 1), OVER
6" CRUSHED ROCK
RESIDENTIAL STREET MINIMUM
4" HMA (or ACP Class B)
(SEE NOTE 1), OVER
6" CRUSHED ROCK
NOTES:
1. MUST MATCH EXISTING THICKNESS IF GREATER.
2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF
DAMAGED PAVEMENT.
3. THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT
PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN
101 FOR CEMENT CONCRETE CURBS.
/A r� PUBLIC WORKS CURB AND GUTTER STD. PLAN — 103
DEPARTMENT REPLACEMENT DETAIL
�FN fp
MAY 2009
illrl
BID ITEM(INCLUDES SIDEWALK RAMPS)
to RAMP(VARIES) , _ VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES)
6'MIN.-15'MAX. ----- -- _,. -- _- -- -
6'MIN.-15'MAX.
10 LF OF PAVED
to DRIVEWAY REQUIRED -
I
i
318"EXPANSION JOINT(TYP.)
(SEE STD.PLAN 102) CEMENT
CONCRETE
IYrI I SIDEWALK
I
F- x
to ce �I
SEE NOTE 7 - CEMENT CONCRETE
RAMP WITH --H 12H:1V B CURB UTTER SLOPE(TYP.) (SEE NOTE 3)
318°CONTRACTION JOINT(TYP.) J/
(SEE STD.PLAN 102) PLAN VIEW
(TYPE C3 SHOWN,Cl&C2&C-MAX SIMILAR)
(SEE NOTE 9)
am
RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES)
6 MIN.-15'MAX. (SEE NOTE 7) 6'MIN.-15'MAX. J SEE NOTE 8(TYP).
Ir I i
10"MIN.
at 1__10"MIN.
CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.)
SIDEWALK (SEE STD.PLAN 102)
SECTION AO
a�
112"R(TYP.) SIDEWALK WIDTH
_
VARIES ----- --------�_\
------ 2%MAX.
- 10"MIN. 1 ,
DRIVEWAY -
SEE DETAIL ON STD PLAN 1042
Boa
Irr s
SECTION B^)
CEMENT CONCRETE
CURB&GUTTER
(SEE NOTE 3)
10 LF OF PAVED
DRIVEWAY REQUIRED DEPRESSED MONOLITHIC
CURB&GUTTER
CEMENT (SEE DETAIL,SHEET 104.2)
CONCRETE -
SIDEWALK
TYPE C2-ISOMETRIC VIEW
(30'WIDE COMMERCIAL)
I
For NOTES see sheet 104.2
'1e °4
PUBLIC WORKS CEMENT CONCRETE DRIVEWAY STD. PLAN -- 104
- TYPES Cl, C2
DEPARTMENT ENTRANCE >
�Ao
6 C3, and C-MAX MAY 2009
IlW
BID ITEM(INCLUDES SIDEWALK RAMPS) -
RAMP(VARIES) i VARIES:14'MIN.-20'MAX. RAMP(VARIES)
-- -
6'MIN.-15'MAX. I 6'MIN.-15'MAX.
10 LF OF PAVED
DRIVEWAY REQUIRED
i
i
3/8"EXPANSION JOINT(TYP.)
(SEE STD.PLAN 102)
- CEMENT CONC.SIDEWALK
i
� I
�l W 0 o; A
SEE NOTE 1 — / � CEMENT CONCRETE
( 8 ) CURB&GUTTER -,
3/8"EXPANSION JOINT(TYP.) (SEE NOTE 3)
(SEE STD.PLAN 102)
PLAN VIEW
RAMP(VARIES) VARIES RAMP(VARIES)
--
'M 6
14IN. -- •1f. -- --- ---�
-15'MAX. 2 MAX 6'MIN.-15'MAX.
0'
-6-MIN.—- - -- -- -- - SEE NOTE 8(TYP).
i
6"MIN.
CEMENT CONCRETE 318 EXPANSION JOINT(TYP.)
SIDEWALK SECTION OA (SEE STD.PLAN 102)
1/2"R(TYP) SIDEWALK WIDTH as
DEPRESSED CURB&GUTTER
VARIES 2%MAX (SEE NOTE 3)
/ 6"MIN.
DRIVEWAY -J
SECTION O
rtdi
10 LF OF PAVED
DRIVEWAY REQUIRED \
CEMENT CONCRETE
CURB&GUTTER
(SEE NOTE 3)
CEMENT
CONCRETE DEPRESSED
SIDEWALK \ �-CURB&GUTTER
(SEE NOTE 3)
L.
TYPE R1 -ISOMETRIC VIEW
(RESIDENTIAL) For NOTES see sheet 104.2 )
ti�Y o STD. PLAN - 104.1
PUBLIC WORKS CEMENT CONCRETE DRIVEWAY
$ DEPARTMENT ENTRANCE - TYPE R1 MAY 2009
FNTO
CEMENT CONCRETE
CURB&GUTTER
(SEE NOTE 3)
10 LF OF PAVED
DRIVEWAY REQUIRED
CEMENT DEPRESSED MONOLITHIC
CONCRETE CURB$GUTTER
SIDEWALK (SEE DETAIL THIS SHEET)
TYPE C213-ISOMETRIC VIEW
(30'WIDE COMMERCIAL,WITH BUFFER)
NOTES
tar
1• When a Type R1 or R1 (residential)driveway width exceeds 15
feet,construct a full depth expansion joint with 3/8"joint filler F� ACE OF CURB
along the driveway centerline(see std.plan 102). Construct SEE© SEE DEPRESSED CURB DETAIL
expansion joints parallel with the centerline as required at 15' CONTRACTION JOINT 6 Irz ON THIS SHEET
+ ln maximum spacing when driveway widths exceed 30'. STD PLAN 102 51rr t°
bl - 1/2"R. TOP OF
2. See std.plan 102 for sidewalk details. / RoAOwnv
3. Curb and gutter shown,other curb designs may be specified. �'� a• N° —
See std.plan 101 for curb details.
4. Avoid placing drainage structures,junction boxes or other
obstructions in front of driveway entrances. 1, s
5. The engineer will design all driveways to include elevations at all NOTE:DRIVEWAY LONGITUDINAL EXPANSION
points marked with symbol"X". All elevations are at the driveway JOINTS SHALL BE FULL DEPTH
finished surface. DEPRESSED MONOLITHIC CURB&GUTTER DETAIL
6. Driveways not constructed as dimensioned will not be accepted
Mill by the owner.
7 a. Width of Type C1/C1B and alley entrances shall be 20'-0".
Width of Type C2/C2B(2-lane commercial)entrances shall be
30'-0". Width of Type C3/C3B(3-lane commercial)entrances
shall be 38'-0". The expansion joints(see std.plan 102)shall -- FACE OF ADJACENT CURB
be spaced as shown in the corresponding isometric view.
b. Maximum width of Type C-MAX or C-MAX with Buffer -- GUTTER SURFACE
(Industrial,Warehouse,and Shopping Center uses only)shall
be 50'-0"but shall not exceed 40%of the street frontage. The 1^R.
expansion joints(see Std.plan 102)shall be spaced as shown '
in the corresponding isometric view. DD
o
� n
8. Slopes shall comply with sections R303.2.1 or R303.2.2 or ° I^R, D
R303.2.3 of the Public Rights of Way Access Guide(PROWAG). c
9. Curb returns for any Type C-MAX Driveway may be approved on
a case-by-case basis. DEPRESSED CURB DETAIL
AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS
Driveway Example: TYPE C1
R=Residential, C=Commercial
Numberoft-anes,
(MAX=4 Lane Commercial)
t
B=Buffer(Planting Strip), Blank=No Buffer --- !
Gti/Y O
PUBLIC WORKS CEMENT CONCRETE ENTRANCES - STD. PLAN _ 104.2
�FNZO� DEPARTMENT NOTES AND DETAILS
MAY 2009
BID ITEM(INCLUDES SIDEWALK RAMPS)--
�R�MP(VARIES) RAMP(VARIES)
G MIN.-15'MAX. ----- --r
&W N.-15'MAX,
----
10 LF OF PAVED
DRIVEWAY REQUIRED
318"EXPANSION JOINT(TYP.) _
(SEE STD.PLAN 102)
CEMENT CONC.SIDEWALK ?st
� I Y
L aim 3Io�
L� fl3 NIA
LL'� LL
i
SEE NOTE 1 CEMENT CONCRETE
B CURB&GUTTER
3/8"EXPANSION JOINT(TYP.) (SEE NOTE 3)
(SEE STD.PLAN 102)
PLAN VIEW
RAMP(VARIES) VARIES RAMP(VARIES)
- 14'MIN. — .- -j
6'MIN. 15'MAX. 6'MIN. 15'MAX.M 20'M SEE NOTE 8(TYP).
AX.
1
6"MIN.• . _ 6"MIN.
\\ CEMENT CONCRETE 6"MIN. _ 3/8"EXPANSION JOINT(TYP.)
SIDEWALK SECTION O (SEE STD.PLAN 102)
1/2- SIDEWALK R(TYP.) � J
_DEPRESSED CURB&GUTTER
VARIES 23%MAX.� I 12H:1 V Mme, � (SEE NOTE 3)
- 6-MIN.
DRIVEWAY -
SECTION O
10 LF OF PAVED
DRIVEWAY REQUIRED
CEMENT CONCRETE
-CURB&GUTTER
(SEE NOTE 3)
CEMENT
CONCRETE
SIDEWALK DEPRESSED
--CURB&GUTTER
(SEE NOTE 3)
TYPE RIB-ISOMETRIC VIEW
(RESIDENTIAL,WITH BUFFER)
For NOTES see sheet 104.2
�Y STD. PLAN - 104.3
PUBLIC WORKS CEMENT CONCRETE DRIVEWAY
DEPARTMENT ENTRANCE - TYPE RIB
MAY 2009
�w
BID ITEM(INCLUDES SIDEWALK RAMPS
j RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES)
MIN -15'MAX. --- --- ' e --
I � � 6'MIN.-15'MAX.
j I
10 LF OF PAVED
DRIVEWAY REQUIRED
I
3/8"EXPANSION JOINT(TYP.) j
(SEE STD.PLAN 102)
CEMENT
CONCRETE
i
SIDEWALK
� I
S
W I / �\ 3r Q A
WIN
LL LL W
SEE NOTE 7 — ' CEMENT CONCRETE
B CURB&GUTTER --/
(SEE NOTE 3)
3/8"CONTRACTION JOINT(TYP.) i
(SEE STD.PLAN 102)
dw PLAN VIEW
(TYPE C313 SHOWN,Cl B&C213&C-MAX with buffer SIMILAR)
(SEE NOTE 9)
do RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES)
9 MIN.-15'MAX. (SEE NOTE 7) 6'MIN.-15'MAX. SEE NOTE B(TYP).
III I 1 v l
\ 10"MIN. 10"MIN.
m 10"MIN.
CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.)
SIDEWALK SECTION (SEE STD.PLAN 102)
O
to
SIDEWALK AT SEE DETAIL ON STD PLAN 104.2
\ DRIVEWAY
� VARIES --
_-> 12%MAX. 12H:1- v mAx.
10"MIN.
DRIVEWAY
3/8"EXPANSION JOINT(TYP.)
(SEE STD.PLAN 102)
SECTION O
L For NOTES see sheet 104.2
Y_
G1T o� CEMENT CONCRETE DRIVEWAY STD. PLAN - 104.4
x
.��
PUBLIC WORKS > C2B
DEPARTMENT ENTRANCE - TYPES Cl B
L
>
��NZOt' C3B, and C-MAX with BUFFER MAY 2009
r
rr
°2
10 LF OF PAVED
DRIVEWAY REQUIRED DEPRESSED MONOLITHIC
CURB&GUTTER
CEMENT (SEE DETAIL,SHEET 104.2)
CONCRETE lw
SIDEWALK
CEMENT CONCRETE
-CURB&GUTTER TYPE C3-ISOMETRIC VIEW
(SEE NOTE 3) (38'WIDE COMMERCIAL)
?z�
CEMENT CONCRETE
CURB&GUTTER
�g (SEE NOTE 3)
10 LF OF PAVED
DRIVEWAY REQUIRED
CEMENT DEPRESSED MONOLITHIC
CONCRETE -CURB&GUTTER
SIDEWALK (SEE DETAIL,SHEET 104.2)
TYPE C36- ISOMETRIC VIEW ,
(38'WIDE COMMERCIAL,WITH BUFFER)
CEMENT CONCRETE '
CURB&GUTTER
------ (SEE NOTE 3)
10 LF OF PAVED
DRIVEWAY REQUIRED
CEMENT
CONCRETE DEPRESSED MONOLITHIC
SIDEWALK `- CURB&GUTTER
(SEE DETAIL,SHEET 104.2)
TYPE C-MAX-ISOMETRIC VIEW
(50'WIDE COMMERCIAL)
(WITH OR WITHOUT BUFFER)
For NOTES see sheet 104.2
'C Y — ,
CEMENT CONCRETE STD. PLAN 104.5
PUBLIC WORKS DRIVEWAY ENTRANCES
DEPARTMENT _ VARIOUS ISOMETRIC VIEWS MAY 2009
ow
RAMP IS NORMAL TO CURB FACE TANGENT
AND OPPOSITE FAR RAMP(TYP.)
am
CEMENT CONC.SIDEWALK
RAMP TYPE 1(TYP.) A
SIDEWALK SIDEWALK 0.
"W DETECTABLE
WARNING
3/8'EXPANSION PATTERN
JOINT(TYP.)(SEE (SEE DETAIL)
STD.PLAN 102) .............
\ FACE OF CURB
0 i.Qr
<�> AT FACE OF CURB
CURB,OR CURB
AND GUTTER
CEMENT COrN4CRETE 7 61
PLAN VIEW SIDEWALK RAMP TYPE I
LAYOUT PLAN VIEW
SEE NOTE 2
SIDEWALK RAMP TYPE 1
2'-0"-DETECTABLE WARNING
T-0"MIN. -81-a"MIN. PATTERN(SEE DETAIL)
LANDING RAMP
A P
2 FLUSH TOP OF
I
4, FLUSH
ROADWAY r, p�
CEMENT
0111111111 CONCRETE- OF
W DEPRESSED
SIDEWALK K CURB MIN, MAX.
IDEWALK CURB&GUTTER Al
SECTION (SEE NOTE A 1518" 2 318"
0 SIB" 1 110
PLAN C 7116" 314'
C 0 718' 17119"
SIDEWALK
THIS PATTERN AREA SHALL
TOP OF
2%MAX. ROADWAY ELEVATION BE YELLOW IN COLOR
DETECTABLE WARNING PATTERN DETAIL
C E.,C. E�
EM SIDEWALK TE 2��NT CONCRETE
&GUTTER
SECTION C. (SEE NOTE 5)
13'--O"MIN. NOTES of 1. The bottom of the ramp shall have a landing area(not in excess of 2%
2%��X TOP OF in any direction)4'-4'-
2. Layout requires two(2)of this bid item: "CEMENT CONC.SIDEWALK
CEMENT CONCRETE RAMP TYPE 1". The bid item does not include the adjacent cudn(or
SIDEWALK CEMENT CONCRETE curb&gutter),or sidewalk.
CURB&GUTTER
SECTION CO (SEE NOTE 5) 3. The maximum allowable ramp slope is 12HAV.Flatter ramp slopes are
permissible.Field verify the forms before pouring concrete.
4. Avoid placing drainage structures,junction boxes or other obstructions
in front of ramp access areas.
5. Curb&gutter is shown,see the Contract plans for the curb design
specified. See standard plan 101 for curb details.
D'„ 6. See standard plan 102 for sidewalk joint placement and details.
7. The engineer will design all ramps to include elevations at all points
marked with symbol"X". All elevations are at the finished surface.
8. Ramps not constructed as dimensioned will not be accepted by the
owner.
k ISOMETRIC VIEW
~�Y �
+ + PUBLIC WORKS PAIRED SIDEWALK RAMP STD, PLAN - 105
DEPARTMENT TYPE 1 MAY 2009
rrr
RADIUS POINT OF SIDEWALK RAMP AND CURB
RETURN(TYP.)-SEE CONTRACT FOR RADIUS.
A
SIDEWALK 0.
DETECTABLE
WARNING
3/8"EXPANSION PATTERN
SIDEWALK JOINT(TYP.)(SEE (SEE DETAIL)
STD.PLAN 102)
FACEOFCURB
\ ' V tO
CURB,OR CURB AT FACE OF CURB
f AND GUTTER
cnosswnuc Z-6"
1 CEMENT CONCRETE
PLAN VIEW SIDEWALK RAMP TYPE I
AND RELATIONSHIP TO CROSSWALK PLAN VIEW AND LAYOUT
SINGLE SIDEWALK RAMP TYPE 1
2'-(Y'-DETECTABLE WARNING
5'-O"MIN 8!-0"MIN. PATTERN(SEE DETAIL)
LANDING RAMP
ID
2%MAX. 4; FLUSH TOP OF
ROADWAY
CEMENT
CONCRETE- DEPRESSED
SIDEWALK CURB&GUTTER
SECTION OA (SEE NOTE 5)
A RAMP
B
SIDEWALK
O-
S'-6"MIN. Al I I B MIN MAX.
A 15/8" 2 3/8"
TOP OF B 518" 1 112"
1 7116"
2%MAX.
ROADWAY
*M
PLAN C 7116' 314"
CEMENT CONCRET�E ----� C D 7/8!'
SIDEWALK CEMENT CONCRETE
CURB&GUTTER
SECTION OB (SEE NOTE 5) D
THIS PATTERN AREA SHALL
ELEVATION BE YELLOW IN COLOR
DETECTABLE WARNING PATTERN DETAIL
ISOMETRIC VIEW For NOTES see sheet 105
PUBLIC WORKS SINGLE SIDEWALK RAMP STD. PLAN - 105.1
DEPARTMENT TYPE I
MAY 2009
3f6"EXPANSION JOINT(TYP.)
�-(SEE NOTE 6)
C
RAMP IS NORMAL TO CURB FACE TANGENT,
AND OPPOSITE FAR RAMP(TYP)
b
- 7•R......))f,,,
--RADIUS POINT OF CURB RETURN " ' I CROSSIIAL. J
DETECTABLE WARNING
————————RAMP CENTERLINE m [-[5: PT I "---PATTERN(TYP.)
(SEE DETAIL)
X
W
OPTIONAL CEMENT CONCRETE
PEDESTRIAN CURB(TYP)
(SEE STD.PLAN 101) /
SIDEWALK RAMP WING(TYP)
20
a�aJ
SIDEWALK RAMP
WING(TYP) S�.RAMP CENTERLINE
r(r
ISOMETRIC VIEW
ar�
(L...__.. VARIES:T-0"toE 7-6" 7-6"
PC ' I RAMP —_ RAMP
i P a,
E
3f6'EXPANSION JOINT
(SEE NOTE 6) —— —_DETECTABLE WARNING
' CROSSWALK (S ETDETAITYP) l(SEE STDNPLAN 102)JOINT( ) LANDING
PLAN VIEW SECTION O
SIDEWALK RAMP TYPE 2
LAYOUT
6" SIDEWALK _DETECTABLE WARNING
T-6"MIN. PATTERN(SEE DETAIL)
r-D"
SIDEWALK TOP OF
r>—
- -5'-6"MIN.__-- USH ROADWAY
iTt��TOP OF
AX_ ROADWA Y OPTK)NAL�MEM DEPRESSED
CONCRETE PEDESTRIMI CURB&GUTTER
CEMENT CONC. CURB(SEE STO.PLAN 101) SIDEWALK (SEE NOTE 5)
SIDEWALK CEMENT CONCRETE
CURB&GUTTER
rr;y SECTION OA (SEE NOTE 5) SECTION O
�.,.. NOTES
1. The bottom of the ramp shall have a landing area(not in excess of 2%in any direction),4'x 4'.
2. The paired type 2 ramp layout requires two(2)of this bid item:"cement cone.sidewalk ramp type 2". The bid item does not include the adjacent curb(or curb&gutter),the
sidewalk between ramps,or the cement cone.pedestrian curb"
3. The maximum allowable ramp slope is 12H:1 V. Flatter ramp slopes are permissible. Field verify the forms before pouring concrete.
ik4. Avoid placing drainage Structures,junction boxes or other obstructions in front of ramp access areas.
5. Curb&gutter is shown,see the contract plans for the curb design specified. See standard plan 101 for curb details.
6. See standard plan 102 for sidewalk joint placement and details.
7. The engineer will design all ramps to include elevations at all points marked with symbol"X".All elevations are at the ramp finished surface.
bir. 8. Ramps not constructed as dimensioned will not be accepted by the owner.
9. When the distance from PC to PT is 18'-0" or less(when measured along the back of sidewalk)the height of the curb and sidewalk in this area shall be reduced proportionally.
The 4'-0"minimum dimension shall never be reduced(See note 3).
PUBLIC WORKS PAIRED SIDEWALK RAMP STD. PLAN - 108
DEPARTMENT TYPE 2
19�1Y 2009
RADIUS POINT OF SIDEWALK RAMP ,
-AND CURB RETURN
- - - - - - - --- - -
I \.
I \
I \
i \
I
I RAMP CENTERLINE-�� \ C '
2'-6" -- -- 318"EXPANSION JOINT(TYP.)
1. (SEE NOTE 6)
DETECTABLE WARNING- B
PATTERN(TAIL) a \
(SEE DETAIL) �
OPTIONAL CEMENT \
CONCRE
CURB(SEE STD.PLANR110)
i N
I ( \ F A RAMP
I
,. —�B A 15/8" 2 3/8"CROSSWALK A f \
MIN. MAX.
\_FACE OF CURB - -.- O.
TTT B 5/6' 1 112"
PLAN C 7/16" 3/4"
PLAN VIEW nl _i C D 1 718" 11 7/16"
SINGLE SIDEWALK RAMP TYPE 2 (-
LAYOUT AND RELATIONSHIP TO CROSSWALK
�13 THIS PATTERN AREA SHALL '
ELEVATION BE YELLOW IN COLOR
VARIES:7-6"to F DETECTABLE WARNING PATTERN DETAIL
VARIES: T-0"O E VARIES: T-0"to_E
�---
RAMP RAMP
--------,
RADIUS
AT FACE E F
1 6" 6- 1 OF CURB
20FEET 10'-4314" 3'-81/2"
73/8'EXPANSION JOINT(TAP.) LANDING
(SEE STD.PLAN 102) 30 FEET 8'-11 12" 3'-2 114"
SECTION O 40FEET 8'-41/2" 2'-11314"
50 FEET 8'-0314" 2'-101/4"
60 FEET 7'-10 1/4" 2'-9 3/4"
70FEET T-83/4' 2'-9"
80FEET 7'-712" 2'-83/4"
90FEET T-6112" 2'-81/4"
100FEET 7'-6" 7-8"
DIMENSIONS AT
FACE OF CURB
INTERMEDIATE RADII SHALL BE INTERPOLATED
For NOTES see sheet 106
ISOMETRIC VIEW
STD. PLAN - 1061
PUBLIC WORKS SINGLE SIDEWALK RAMP
� NTO� DEPARTMENT TYPE 2' MAY 2009
A
Sidewalk
5'-0"
DETECTABLE WARNING
PATTERN(TYP.)
T-0*MIN. (SEE DETAIL)
RAMP(TYP)
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
V)
0 II i I
TL
- - — — — - - - - --
3!8"EXPANSION JOINT—
(SEE STD-PLAN 102)
PT RAMP IS NORMAL TO CURB FACE
TANGENT,AND OPPOSITE FAR RAMP
TYP.
0 CURB,OR CURB
AND GUTTER
(OPTIONAL)CEMENT CONCRETE ell
PEDESTRIAN CURB( P)
3'-0"MIN,
RAMP(TY
PLAN VIEW
PAIRED SIDEWALK RAMP TYPE 3A
LAYOUT
CEMENT CONCRETE
SIDEWALK X-0'MIN.
PC 5'-G" BUFFER
STRIP
TOP OF
46 112%.
CROSSWALK 2%MAX MAX ROADWAY I
RAMP IS NORMAL TO CURB FACE CEMENT
TANGENT,AND OPPOSITE FAR RAMP CEMENT CONCRETE
CONCRETE CURB&GUTTER
SIDEWALK SECTION (SEE NOTE 5)
IRF
3'-OMIN. 5'-O"MIN. 3'-WMIN.
RAMP LANDING RAMP in
73.18"7EXPANSION JOINT(TYP.)
(SEE STD.PLAN 102)
Yrr
ISOMETRIC VIEW
SECTION
For NOTES see sheet 107.1
PUBLIC WORKS PAIRED SIDEWALK RAMP STD. PLAN — 107
DEPARTMENT TYPE 3A
MAY 2009
to
3/8"EXPANSION JOINT -----
tSEE STD.PLAN 102) DETECTABLE WARNING
y. PATTERN(TYP.)
(OPTIONAL) 1aaR' (SEE DETAIL)
CEMENT CONCRETE-
PEDESTRIAN CURB
C
CURB,OR CURB
3'-0"MIN. AND GUTTER -s
RAMP(TVP) ,.
1
LANDING �3'-e"MIN.
A '21 2'•0'-DETECTABLE WARNING
V' o $ I 5'-e" RAMP { PATTERN(SEE DETAIL)
_ I ��)
Q' :a U y 2% FLUSH / ROADWAY
I j f MAX, o
0 __-
2. 0
DEPRESSED
(OPTIONAL)CEMENT --CURB&GUTTER
6 CONCRETE PEDESTRIAN (SEE NOTE 5)
CURB(SEE STD.PLAN 101) '
\'; SS NAL
T K,— SECTION BO
PLAN VIEW
SINGLE SIDEWALK RAMP TYPE 3A
LAYOUT
A
RAMP
B "1I so
AI j O 8
MIN. MAX.
1 O A 27/9"a" 2 3B"
" O
B B" 11/2"
PLAN C 6" 3l4"
s �I L c D 1 7116"
THIS PATTERN AREA SHALL
ELEVATION BE YELLOW IN COLOR
ISOMETRIC VIEW DETECTABLE WARNING PATTERN DETAIL
YII1
NOTES
1. The bottom of the ramp shall have a landing area (not in excess of 2%in any direction) 4'•4'. 10
2. The paired type 3A ramp layout requires two(Z) of this bid Rem:
"CEMENT CONC.SIDEWALK RAMP TYPE 3A". The bid item does not include the adjacent curb (or curb&gutter) ,the sidewalk between ramps,or the cement
conc.pedestrian curb.
3. The maximum allowable ramp slope is 12HAV.Flatter ramp slopes are permissible.Field verify the forms before pouring concrete. No
4. Avoid placing drainage structures,junction boxes or other obstructions in front of ramp access areas.
5. Curb&gutter is shown,see the contract plans for the curb design specified. See standard plan 101 for curb details.
6. See std.plan 102 for sidewalk joint placement and details.
7. The engineer will design all ramps to include elevations at all points marked with symbol"X". All elevations are at the ramp finished surface.
8. Ramps not constructed as dimensioned will not be accepted by the owner.
9. When the distance from PC to PT is 10'-0"or less (when measured along the back of sidewalk) the height of the curb and sidewalk shall be reduced
proportionally.The 4'-0"minimum dimension shall never be reduced (see note 3) . do
PUBLIC WORKS SINGLE SIDEWALK RAMP STD. PLAN — 107.1
=` + DEPARTMENT TYPE 3A
�Fivzps' MAY 2009
+r
APPROACH LINE
t !8„
4„ WHITE TYPE
I' LINE MARKERS
4" WHITE TYPE
lie' LINE MARKERS (REEL.)
NUMBER AND LOCATIONS OF ARROWS
APPROACH LINE LENGTH ARROW LOCATIONS *
OC ONS OR
20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR)
50'-125' 2 ARROWS (20' BACK & END OF APPROACH LINE)
125'-300' 3 ARROWS (20' BACK, MIDWAY & END OF LINE) ARROWS
OVER 300' AT 100' INTERVALS
SKIP APPROACH LINE
S Z S 2 �'
9' 15, 3' � 4" WHITE TYPE 'I'
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
LANE LINE
.a
4"
• • • a • • •
�- — 9' 15 ----� 13'
�1
4" WHITE TYPE 'I'
LINE MARKERS
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
,
(\° PUBLIC WORKS CHANNELIZATION STD. PLAN 109.1
DEPARTMENT MARKERS DETAIL MAY 2009
Nt
- LANE LINE `
MARKING
3' MIN. 3' MIN.
(SEE STD PLAN 110.2) VARIES: 4.5' MIN. (SEE STD PLAN 110.2)
-7 DEPTH OF EXISTING PAVEMENT
I
HMA OR ACP
CL. '8' (SEE NOTE 2)
MIN. MIN.
--6" CRUSHED SURFACING TOP
--2" HMA OR COURSE, COMPACT TO 95%
ACP CLASS '8' MODIFIED PROCTOR
2" SAWCUT AND REMOVE EDGE OF PAVEMENT, EDGE -- -
OR GRIND, SEAL WITH OF CURB & GUTTER, OR
AR-4000W CENTER OF LANE MARKING
-- CRUSHED SURFACING TOP COURSE, OR
NATIVE MATERIAL IF APPROVED IN WRITING
WIDTH OF TRENCH AS REQUIRED BY SIZE OF BY THE ENGINEER, COMPACT TO 95%
PROPOSED IMPROVEMENT (SEE WSDOT MODIFIED PROCTOR
STANDARD SPECIFICATION 2-09.4) PLUS AN
ALLOWANCE FOR ANY SHORING. SHORING, IF - PIPE ZONE BEDDING. MATERIAL AND
NEEDED, SHALL MEET THE REQUIREMENTS OF COMPACTION AS REQUIRED BY THE
WSDOT STANDARD SPECIFICATION 7-08.3(1)8 ---- WSDOT STANDARD SPECIFICATIONS FOR
THE TYPE OF IMPROVEMENT INSTALLED
NOTES:
1. UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED
METHOD FOR DETERMINING PAVEMENT THICKNESS.
2. MINIMUM THICKNESS AND MATERIAL SHALL BE:
PRINCIPAL/MINOR/COLLECTOR, ARTERIAL, & INDUSTRIAL ACCESS STREETS - 6" HMA OR ACP CLASS 'B';
RESIDENTIAL ACCESS STREETS - 2" HMA OR ACP CLASS '8';
IN NO CASE SHALL THE THICKNESS BE LESS THAN THAT OF THE EXISTING PAVEMENT SECTION.
3. AT THE DISCRETION OF THE ENGINEER, A FULL STREET WIDTH OVERLAY MAY BE REQUIRED.
ti`�Y O _ '
PUBLIC WORKS TYPICAL LONGITUDINAL PATCH STD. PLAN - 110.1
,P�ivTOt' DEPARTMENT AND OVERLAY FOR FLEXIBLE PAVEMENT
MAY 2009
FUSE KITS QUICK
TO LUMINAIRE
DISCONNECT 10 AMP IN LINE
FUSE KITS S.E.C. OR EQUAL
TYPICAL DESIGN 'B"
JUNCTION BOX
GROUND 1/4" MINIMUM
LUG DRAIN HOLE
SPLICE KITS CLEAR EPDXY 2" MIN. GROUT
SPLICE KITS ON ALL THRU UNDER POLE BASE TOP OF CONCRETE
WIRE RUNS FOUNDATION TO BE LEVEL
WITH TOP OF SIDEWALK
4" CONCRETE PAD — OR CURB.
5' 9
A\
#8 BARE COPPER
GROUND WIRE 701
1GROUND
CLAMP
i 4'
PVC
Ilea 1 #8 GROUND WIRE CONDUIT
SYSTEM
2 – LIGHTING SYSTEM —
WIRES TO CONTACTOR CONCRETE
��- (SIZED AS REQ'D.) FOUNDATION
5/8"x8' COPPER CLAD
GROUND ROD
3' SQ. OR DIA.
&W
bl=
es PUBLIC WORKS TYPICAL LIGHTING STD. PLAN — 119
DEPARTMENT UNDERGROUND SYSTEM
FNZO APRIL 2008
7'
a ° �
OOO ° °° Oil O O 3.
°
a
STREET LIGHT POLE
-JUNCTION BOX
PLAN VIEW
-- 4" DEEP
n z <
_ +°
SIDE VIEW 9
LIGHTING STANDARD & JUNCTION BOX
PLAN VIEW
INDIVIDUAL JUNCTION BOX
NOTE:
CLASS 'B' CONCRETE TO BE
USED IN CONSTRUCTION OF PAD
Gls y O� iris
PUBLIC WORKS CONCRETE PAD STD.. PLAN - 120
DEPARTMENT
APRIL 2008
iB"0
I i i
\ i
N
J_e
U
2
� O !
� 1
N I
!2
FREE+ENING
I a 1/2" a
B.C.: 11 1/2" I I 1
MATERIAL: CAST ALUMINUM
NOTE:
BOLTS CIRCLE ALLOWED:
9 1/4"®12 3/4"
ice— n i/z° a
Z14 ANCHOR PLATE
LUMINAIRE Z14-WA TT-DIST.-AC-VOL T-SFZ4-PH7/VOLT-COL TX
iw DESCRIPTION OF COMPONENTS 3° PROJECTION
HOOD- SPUN ALUMINUM 1100-0 DOME,MECHANICALLY ASSEMBLED ON THE LUMINAIRE.
GUARD: IN A ROUND SHAPE. THIS GUARD IS A CAST 356 ALUMINUM WITH DECORATIVE ARMS WELDED
TO THE FITTER.
GLOBE: MADE OF ONE-PIECE SEAMLESS INJECTED-MOLDED CLEAR ACRYLIC HAVING A PRISMATIC
in EXTERIOR SURFACE. THE GLOBE IS MECHANICALLY ASSEMBLED ON THE ACCESS-MECHANISM.
LAMP: WATTAGE TO BE DETERMINED
OPTICAL SYSTEM: DISTRIBUTION TO BE DETERMINED
ACCESS-MECHANISM: ROTOMATIC,DIE-CAST A380 ALUMINUM QUARTER-TURN MECHANISM WITH D
CONSTANT- PRESSURE SPRING-LOADED POINTS. THE MECHANISM SHALL OFFER TOLLFREE ACCESS TO
THE INSIDE OF THE LUMINAIRE. LAMP AND BALLAST TRAY. AN EMBEDDED MEMORY-RETENTIVE GASKET
SHALL ENSURE WEATHERPROOFING. A RED KEY ON THE BALLAST TRAY SHALL INDICATE POINT OF
ENGAGEMENT. p
FITTER: CAST 356 ALUMINUM C/W SET SCREWS 3/8-16 LING. SLIP-FITS ON A 4"OUTSIDE DIAMETER X 4"
LONG TENON.
LUMINAIRE OPTIONS: (PH7/VOLT),BUTTON-TYPE PHOTOCELL-VOLTS. VOLTAGE TO BE
DETERMINED.
BASE & BOLTS INFORMATION
POLE APR5E-14-850-COLTX
DESCRIPTION OF COMPONENTS COMES WITH 4 STEEL ANCHOR BOLTS.
3/4"x17''+3", 8 NUTS AND 8 WASHERS
IMPORTANT: DO NOT OBSTRUCT SPACE
,. BETWEEN ANCHOR PLATE AND
CONCRETE BASE.
MAINTENANCE OPENING: THE POLE SHALL HAVE A 2"X 4 1/2" MAINTENANCE OPENING CENTERED 20"
FROM THE BOTTOM OF THE ANCHOR PLATE,COMPLETE WITH A WEATHERPROOF ALUMINUM COVER AND A
FACTORY ASSEMBLED COPPER GROUND LUG.
BASE COVER: TWO-PIECE ROUND BASE COVER MADE FROM CAST 356 ALUMINUM,MECHANICALLY
FASTENED WITH STAINLESS STEEL SCREWS.
MISCELLANEOUS
DESCRIPTION OF COMPONENTS,
HARDWARE: ALL EXPOSED SCREWS WILL BE IN STAINLESS STEEL. ALL SEALS AND SEALING DEVICES ARE
MADE AND/OR LINED WITH EPOM AND/OR SILICONE.
FINISH: TEXTURED COLOR TO BE ADVISED(STANDARD LUMEC COLOR) COLTX). APPLICATION OF
A POLYESTER POWDER COAT PAINT. (4 MILS/100 MICRONS). THE CHEMICAL COMPOSITION PROVIDE A
HIGHLY DURABLE UV AND SALT SPRAY RESITANT FINISH IN ACCORDANCE TO THE ASTM-8117-73 STANDARD
AND HUMIDITY PROOF IN ACCORDANCE TO THE ASTM-02247-68 STANDARD.
PUBLIC WORKS STREET LIGHT STD. PLAN - 117
DEPARTMENT
F�TO APRIL 2008
o
1
I
SIZE AS REQUIRED
0.188 WALL BRACKET
ALUM. ALLOY 6063—T6 — J
4-1/2"
0.D. 2" N.P.S.
SLIPFITTER
5'-9" RADIUS
1/2" BNC LOCKBOLT
GR. 18-8 S.S.
FLUSH
JOINT
4-1/2"
0.D.
TAPERED ALUM. POLE 0.188
WALL ALLOY 6063—T6
SATIN GROUND FINISH
25-0"
30'-0"
18'-3" 35'-0"
23'-3" 40'-0°
28'-3"
33'-3*'
SHAFT
151 HANDHOLE. 4"x6" OPENING
W/COVER AND S.S. SCREWS -8" O.D.
BASE FLANGE ALLOY 356—T6 WITH GROUND LUG
BOLT COVERS & S.S. SCREWS j
1'-6
II_ "
►I 11-1/4" SQ.
11" TO 12"
DIA. BOLT
CIRCLE 4 1/2" OF BOLT ABOVE
4" CONCRETE PAD FINISHED GRADE
(4) 1"x42" BNC GALV. STEEL
or
ANCHOR BOLTS WITH NUTS
AND WASHERS
4"
—
n PUBLIC WORKS STANDARD 2S—MY DAVIT POLE STD. PLAN 115
DEPARTMENT
APRIL 2008
2" N.P.S. SLIPFITTER
BRACKET
CABLE _
1
2" BY 3/4" REDUCING
WASHER
f
tiw�w,
314" ROMEX CONNECTOR
WITH LOCKNUT
!i
SINGLE OR DOUBLE
MAST ARM AS REQUIRED
�r I 1
FOR DOUBLE MAST ARM, INSTALL 2ND CABLE
BETWEEN LUMINAIRES WHEN BOTH LUMINAIRES
ARE ON SAME CIRCUIT
MAST ARM WIRING DETAIL
+► �� PUBLIC WORKS STRAIN RELIEF DETAIL STD. PLAN - I18
DEPARTMENT
APRIL 2008
1
NOTES RISER RING DIMENSIONS APPROXIMATE
1. Dimensions may vary according to manufacturer. (SI Z A E) WEIGHTS
t ttY r 3^
2. Base to be placed on a well compacted foundation. CASE 80 LOS
3. Monument case to be installed by contractor. COVER 19 LBS
4. See WSDOT Standard Plan A-10.20 for Monument(brass disc)type to place in TOTAL 79 LOS
2"O.D.galvanized pipe.
4 5/8" R.
I
• , 3/8" DIAM.
-jib-
D
CONCRETE BASE D•�n °D
1" DIAM. M
—�.
o
3 1/8" R.'
13 3 4" R.
D ° SECTION
° COVER
y/
I 5 1/4" R.
D
D 4 3/4" R. 1 2"
• . � I NI
D `p
0
D • D
1 3/4"
PLAN VIEW + t
m
ACP Class B, or as approved by
the Engineer. I I v
4" R.
_ I
r .�S 314'R.
SECTION
CASE
IT s
CONCRETE BASE i`1` _-10 1/2" DIAM.
SAND _
#. 9 1/2" DIAM. ISOMETRIC
UNDISTURBED SOIL =
GROUT �_ nj
2'0.D.GALVANIZED --
STEEL PIPE-NOTE 4 ( A
SECTION A
INSTALLATION
B" DIAM.
9"
DIAM. 1/4-
SECTION SECTION OF LETTER
RISER RING
~�Y O STD. PLAN - 113
PUBLIC WORKS MONUMENT CASE
DEPARTMENT AND COMER MAY 2009
AN SO
16 1/B' G
I �
i
T I
I \
I
u_
Z I) !
j I yip
v 1
h
1
1
FREE OPENING
_- 4'0
B.C. 11 112'
MATERIAL'CAST ALUMINUM
NOTE
--- BOLTS CIRCLE ALLOWED;
- 9 1/4' Q 12 3/4'
1
12 1/217 !
it 1/2-Q
Z_u
,.... ANCHOR PLATE
LUMINAIRE Z40-WATT-DIST.-AC-VOLT-SFZ4-PH7/VOLT-COL TX
DESCRIPTION OF COMPONENTS:
FINIAL: DECORATIVE CAST 356 ALUMINUM, MECHANICALLY ASSEMBLED.
CUPOLA: DECORATIVESPUN ALUMINUM 1100-0,MECHANICALLY MOUNTED ON HOOD.
HOOD: SPUN ALUMINUM 1100-ODOME,MECHANICALLY ASSEMBLED ON THE LUMINAIRE.
GUARD. IN A ROUND SHAPE, THIS GUARD IS A CAST 356 ALUMINUM WITH DECORATIVE ARMS WELDED Tp PROJECTION
THE FITTER.
v
GLOBE MADE OF ONE-PIECE SEAMLESS INJECTED-MOLDED CLEAR ACRYLIC HAVING A PRISMATIC EXTERIOR
SURFACE. THE GLOBE IS MECHANICALLY ASSEMBLED ON THE ACCESS MECHANISM, COMES WITH 4 STEEL ANCHOR BOLTS,
3/4'x17'.3', B NUTS AND 8 WASHERS.
LAMP:WATTAGE TO BE DETERMINEI IMPORTANT: DO NOT OBSTRUCT SPACE
OPTICAL SYSTEM: DISTRIBUTION TO BE DETERMINF BETWEEN ANCHOR PLATE AND CONCRETE
O
BASE.
ACCESS-MECHANISM:ROTOMATIC, DIE-CAST A380 ALUMINUM QUARTER-TURN MECHANISM WITH CONSTANT-
PRO SSURE SPRING-LOADED POINTS. THE MECHANISM SHALL OFFER TOLLFREE ACCESS TO THE
INSIDE OF THE LUMINAIRE,LAMP AND BALLAST TRAY-AN EMBEDDED MEMORY-RETENTIVE GASKET BASE & BOLTS INFORMATION
SHALL ENSURE WEATHERPROOFING.A RED KEY ON THE BALLAST TRAY SHALL INDICATE POINT
OF ENGAGEMENT.
FITTER:CAST 356 ALUMINUM C/W SET SCREWS 3/0-16 UNC. SLIP-FITS ON A 4' OUTSIDE DIAMETER X 4'
LONG TENON.
LUMINAIRE OPTIONS-(PH7/VOLT), BUTTON-TYPE PHOTOCELL_ VOLTS. VOLTAGE TO BE DETERMINED
POLE P135A-14-COLTX
DESCRIPTION OF COMPONENTS:
POLE SHAFT SHALL BE MADE FROM A 5' 12 FLUTED ROUND EXTRUDED 6061-T6 ALUMINUM TUBING,HAVING
A 0208'. WALL THICKNESS, WELDED TO BOTH THE BOTTOM AND TOP OF THE ANCHOR PLATE.
MAINTENANCE OPENING; THE POLE SHALL HAVE A 2' X 4 1/2' MAINTENANCE OPENING CENTERED 20' FROM
THE BOTTOM OF THE ANCHOR PLATE,COMPLETE WITH A WEATHERPROOF ALUMINUM COVER AND
A FACTORY ASSEMBLED COPPER GROUND LUG.
BASE COVER TWO-PIECE SQUARE BASE COVER MADE FROM FORMED ALUMINUM, MECHANICALLY FASTENED
WITH STAINLESS STEEL SCREWS.
MISCEI LANEOUS
DESCRIPTION OF COMPONENTS.
HARDWARE ALL EXPOSED SCREWS WILL BE IN STAINLESS STEEL. ALL SEALS AND SEALING DEVICES ARE MADE
AND/OR LINED WITH EPDM AND/OR SILICONE.
FINISH: TEXTURED COLOR TO BE ADVISED(STANDARD LUMEC COLOR): (COLT%).APPLICATION OF A
POLYESTER POWDER COAT PAINT. (4 MILS/100 MICRONS). THE CHEMICAL COMPOSITION PROVIDE A
HIGHLY DURABLE UV AND SALT SPRAY RESITANT FINISH IN ACCORDANCE TO THE ASTM-EI17-73
S TANOARD AND HUMIDITY PROOF IN ACCORDANCE TO THE ASTM-D2247-69 STANDARD.
ti�Y O
�'fl PUBLIC WORKS STREET LIGHT STD. PLAN - 116
DEPARTMENT
APRIL 2008
CENTER LINES
s • • • • • • • • • m • • • • • • • •_ 4"
• • • • • • • • • • • • • • • • • •--
3 4" YELLOW TYPE 'I'
30' LINE MARKERS
DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'lid'LINE MARKERS (REFL.)
• • • • • • •
�-- 9' 15' 3' 4" YELLOW TYPE
LINE MARKERS
SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'lid'
LINE MARKERS (REFL.)
TWO-WAY LEFT TURN LANE
• • • [a • • • • • • • • • • • • • • •
• • 0 �. 0 • • • ®f
4"
�— 9' - 15' —� 3'I
12' 4" YELLOW TYPE 'lid' LINE MARKERS (REEL.)
4" YELLOW TYPE 'I' LINE MARKERS
0 • • • • • • • ® • • •
• • • • • • • • • lb • • • • • ® • • •
NUMBER OF 2- WAY LEFT TURN ARROWS
SPEED LIMIT 25 MPH ----- 200' O.C.
SPEED LIMIT 30-35 MPH -- 250' O.C.
SPEED LIMIT 40-45 MPH -- 300' O.C.
Y
PUBLIC WORKS CHANNELIZATION STD. PLAN — 109
DEPARTMENT MARKERS DETAIL MAY 2009
HMA OR ACP CLASS 'B' OVERLAY
2" MIN.
SAW CUT SHALL BE VERTICAL SAW CUT SHALL BE VERTICAL
AND IN STRAIGHT LINES AS PORTLAND CEMENT AND IN STRAIGHT LINES AS
DIRECTED BY THE ENGINEER CONCRETE DIRECTED BY THE ENGINEER
PORTLAND CEMENT
REMOVE LOOSENED TRIM CONCRETE
ASPHALT VERTICALLY EXISTING CONCRETE
� PAVEMENT
3/4" DIAM. X 12" LONG ° ^
EPDXY COATED DOWEL BARS
@ 18" ON CENTER ON ° 3/4" DIAM. X 12" LONG
ALL SIDES OF OPENING r I EPDXY COATED DOWEL BARS
6 @ 18" ON CENTER ON
MIN. 12•' 6° MIN. ALL SIDES OF OPENING
�
EXISTING COMPACTED BASE
SIDE OF TRENCH 12" LAIN, SIDE OF TRENCH
COMPACTED CRUSHED SURFACING
TOP COURSE.
COMPACTED TRENCH BACKFILL
AS DIRECTED BY THE ENGINEER
WITH ASPHAL T CONCRETE OVERLA Y WITHOUT ASPHAL T CONCRETE OVERLAY
CUT AND PANEL REPLACEMENT DETERMINATION:
FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE
MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE
FOLLOWING CONDITIONS EXIST:
Less than ten (10) yrs old Ten (10) yrs or older Additional
Requirements
Local Access
without Bus Route No No
Local Access with Yes Yes
Bus Route
Intersection (All Yes Yes Plus one panel beyond
Streets) the curb return
40% Removal Yes Yes
Excellent Condition
(based on visual and/or Yes Yes
non—destructive testing)
Principal, Minor, Yes, if twenty—four (24) Yes, If twenty—four (24)
Collector Arterial and square feet or more of square feet or more of
all streets in CBD any panel needs to be any panel needs to be
and all bus route patched patched
PUBLIC WORKS TYPICAL PATCH FOR RIGID STD. PLAN — 111
DEPARTMENT PAVEMENT PATCHING AND
CFO$ RESTORATION DETAIL MAY 2009
ANE LANE I LANE
I I
I r
I i
I °
I
I
I , ~?• bury
I /
i
I
I / /
i
I '
I I
I MIN.
Of
Li
J J
0 I / O
N / Cn
I
, I
3 MIN l 3 MIN
INITIAL 2" DEEP SAWCUT OR GRIND, AND
LIMIT OF FINAL OVERLAY (SEE NOTE 3)
i
----EDGE OF EXISTING PAVEMENT
/ I /
I
I EDGE OF TRAVELED LANE (EDGE STRIPE)
,� rl
3 bIIN I-- __ VARIES: 4.5 MIN. (SEE STD PLAN 110.1)
' I
-- CENTER OF ANY MARKED LANE LINE,
PROVIDE NEW CHANNELIZATION AFTER OVERLAY
SECONDARY FULL DEPTH SAWCUT FOR
PROPOSED TRENCH
LANE LANE LANE
FOR TYPICAL SECTION AND NOTES SEE STANDARD PLAN 110.1
�~�Y °
PUBLIC WORKS REQUIRED SAWCUT, GRIND AND STD. PLAN — 110.2
DEPARTMENT OVERLAY FOR LONGITUDINAL TRENCHES
`�FNTO� MAY 2009
A-
J'_-R .._._
01"
I -7--
I �
1/4'
3 6'1 SCORE
I LINE �TYP) p
B 7°-0" --- lJ
i
A--!
TYPE A
A--
-
-71-r,"'------I- v -7'-0 -
iw r
V-4' + I- V-4:, v
z� 1/4" -
B I I_!NE TYF) B
VIM f -�„
3'-E"
I
A--�
TYPE B
NOTE:
CONCRETE SHALL BE 3000 PSI MIN. @
28 DAYS, STEEL TROWEL SURFACE WITH
BROOM FINISH (SEE STD PLAN 102)
#4 BARS @ 18"O.C.
EACH WAY,
CENTERED IN SLAB SLOPE OF SURFACE TO MATCH
THAT OF ADJACENT SIDEWALK
FLUSH WITH ADJACENT SLOPE OF SURFACE TO MATCH
SURFACE ON ALL SIDES THAT OF ADJACENT SIDEWALK
Tw
Vw SECTION A-A
SECTION B-B
ti`tY O
PUBLIC WORKS BUS SHELTER STD. PLAN( _ 114
DEPARTMENT FOOTING MAY 2009
FN LOS
1' 1' VARIES 1' 1'
MIN + MIN MIN MIN
I
2" HMA OR ACP CLASS 'B' FACE OF CURB OR
po"!
EDGE OF PAVEMENT
I -
TRAFFIC FLOW
CENTER LINE OR
2" TO 6" HMA OR ACP CLASS 'B' LANE LINE
6.5' MIN-
2" DEPTH OF
GRIND OR SAWCUT AND REMOVE
VARIES: 6.5' MIN.
IM11N
7 1VARIS —{ 1 1' - DEPTH OF EXISTING PAVEMENT
I MIN I MIN MIN j
HMA OR ACP CLASS 'B' (SEE NOTE 2)
2" HMA OR ACP
CLASS 'B' -6" CRUSHED SURFACING TOP COURSE,
------2" SAWCUT AND REMOVE COMPACT TO 95% MODIFIED PROCTOR.
OR GRIND, SEAL WITH
AR-4000W.
\ mss
`--- CRUSHED SURFACING TOP COURSE, OR
NATIVE MATERIAL IF APPROVED IN WRITING
BY THE ENGINEER, COMPACT TO 95%
WIDTH OF TRENCH AS REQUIRED BY SIZE OF PROPOSED MODIFIED PROCTOR.
IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) wlil
PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF 1---- PIPE ZONE BEDDING. MATERIAL AND COMPACTION
NEEDED, SHALL MEET THE REQUIREMENTS OF WSDOT AS REQUIRED BY THE WSDOT STANDARD
STANDARD SPECIFICATION 7-08.3(1)8 -------- SPECIFICATIONS FOR THE TYPE OF IMPROVEMENT
INSTALLED,
FOR NOTES, SEF STANDARD PLAN 110.1
OtijY
- °
'/a ,�+ PUBLIC WORKS TYPICAL TRANSVERSE PATCH
��� STD. PLAN — 110
DEPARTMENT FOR FLEXIBLE PAVEMENT
MAY 2009
GENERAL NOTES:
1. Mailbox CBU foundation width shown is for one CBU. See the instructions supplied with the CBU unit for multiple CBUs.
2. See std.plan 102 for sidewalk details.
3. Curb and gutter shown,other curb designs may be specified. See standard plan 101 for curb details.
4. Avoid placing drainage structures,junction boxes or other obstructions in front of mailbox locations.
5. Walkway widening and mailbox foundation not constructed as dimensioned will not be accepted by the owner.
llllll _ BID ITEM
1
4' 4" T-2112"MINIMUM 4'-4"
(SEE NOTE
3/8"EXPANSION JOINT
3/8"EXPANSION JOINT(TYP.) ) (SEE NOTE 1)
(SEE STD.PLAN 102) `
IIWiI CEMENT CONCRETE MAILBOX FOUNDATION.
CEMENT CONCRETE r DEPTH AND REINFORCING BAR SHALL BE AS
SIDEWALK - REQUIRED BY MANUFACTURER.
I BROOM FINISH PER CITY OF RENTON STD
PLAN 11102.
to
H'
Y Zo Y y io 11
< ' J
\ W
CEMENT CONCRETE l q ) 3/8"EXPANSION JOINT(TYP.)
CURB&GUTTER
(SEE NOTE 3) 1'-0"(typ)- -{ (SEE STD.PLAN 102)
�I
1'_0"(typ)_._.L. 5"X 4"POST OF THE SAME MATERIAL AND FINISH AS
THE CBU. (4)1/2"X 13"ANCHOR BOLTS SHALL BE CAST
DOOR SIDE OF -INTO SLAB PLUMB IN A 4"X 10"CONFIGURATION
TYPE IV CBU CENTERED ON THE CBU CENTERLINE IN THE DIRECTION
SHOWN. (POSTS AND ROOF TO BE PROVIDED BY OTHERS)
PLAN VIEW
WALKWAY BYPASS AT CURB(NOT INCLUDED IN BID ITEM)
MAIL CLUSTER BOX UNIT(CBU)
6'-0"
TYPE IV CLUSTER BOX UNIT
(Salsbury Model#3313)
Z � �
--FLUSH
L-rte-J
1/2"R(TYP_) - °p �_ ---6 1/2" CURB&GUTTER
21/6 MAX (SEE NOTE 3)
3/8"EXPANSION JOINT(TYP.)
(SEE STD.PLAN 102) \
CEMENT CONCRETE MAILBOX FOUNDATION.
DEPTH AS REQUIRED BY MANUFACTURER.
SECTION (
i
PUBLIC WORKS MAILBOX UNIT AND STD. PLAN - 112
DEPARTMENT SIDEWALK WIDENING
FN ro MAY 2009
f
TYPICAL LIGHT BASE-- AND JUNCTION BOX
CONCRETE PAD
7'-0" r--VARIABLE
0 l'-6 D
1' V
Dn
goo ° 00 v
FRONT VIEW SIDE VIEW
TYPICAL JUNCTION BOX `B'
CONCRETE PAD
3'-0 � 3'-p"
4" DtiD D <D nD D J aD
FRONT VIEW SIDE VIEW
TYPICAL JUNCTION BOX `C'
CONCRETE PAD
Ott
°0° a<=]° ddV dOd l• ve °o _ Davao°
FRONT VIEW SIDE VIEW
PUBLIC WORKS TYPICAL CONCRETE PAD DETAILS STD. PLAN - 125
DEPARTMENT
�'Fivzp� APRIL 2008
INSTALL DECAL NUMBERS VERTICALLY.
INSTALL IN DRY WEATHER, 50' F OR
ABOVE.
NUMBERING
AMPLES
-ITT
2 5
3 6
4 7
C 8
LETTER LETTER PREFIXED
SUFFIXED PUGET POWER
CITY OWNED OWNED
CURB
MOUNTING
HEIGHT
15 FEET 9!
9c
F
45
TRAFFIC
FLOW
PLAN VIEW
r
1-3/4" TO 2"
b
2" TO 2-7/8°
2-1/2" TO 3"
DECAL:
REFLECTORIZED GOTHIC GOLD OR WHITE
LEGEND ON BLACK BACKGROUND
r PUBLIC WORKS STREET LIGHT STANDARD STD. PLAN - 121
`■` DEPARTMENT DECAL NUMBERING SYSTEM
�FNTO? APKIL 2008
i
CURB LANE LANE LANE
---------- ---_ �-------- - --------•;.--_----CURB LANE _ .;
CENTER CENTER
IN IN
LANE LANE
I
I
I I i
I
i^ ►� 8"(TYP.)-STRIPE
2
i 6"MIN.(TYP.) ! - 8"(TYP.)-OPEN
LANE (TYP.) LANE 8�(TYP.)-STRIPE
CONCRETE LINE LINE
GUTTER - 1
i
f
TIRE TIRE TIRE TIRE
TRACKS-) TRACKS TRACKS TRACKS
* TYPICAL 4-LANE ROADWAY CONFIGURATION
* NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES.
KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND
IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON
THE THERMOPLASTIC/PAINT.
.`''••R PUBLIC WORKS THERMOPLASTIQPA MD STD. PLAN - 128
DEPARTMENT CROSSW .AJ
APRIL 2008
--3/8"X2" LONG
112" DIA. HOLES PIN HEX SECURITY
AND COUNTERSINK SCREW S.S. (TYP.)
° 14"X19" AND
17"X28" GALVANIZED
HANDHOLE LID
DRILL � THREAD FOR GALVANIZED STEEL BAR
3/8" Di A. BOLTS 1" WIDE, 112" THICK
r.
��►Y o* PUBLIC WORKS LOCKING LID DETAIL STD. PLAN - 127
DEPARTMENT
APRIL 2008
-CONDUIT EN IR. AREA
0 O
a a °
PLAN VIEW
SIZE FIT SIZE FIT
CABINET CABINET
° ,\ -Grade Level
a
N °
a 4
FRONT VIEW SIDE VIEW
STREET LIGHT CONTACTOR FOUNDATION
Shim to plumb Shim to plumb
See Note 3 See Note 3
x 7
4j hoops + 9e? 'l --K4 hoops
o —#4 bar each corner o I x- -#4 bar each car
1" to 2" -J 6" MIN
-3/8" diameter plastic drain 3/8" diameter plastic drofn
SIDE VIEW SIDE VIEW
1.-6" Cabinet depth V-6" t'-6" Cabinet depth 1•-6"
__-__—_
I
c _..____-____
:E I �Ii j I N4 bar each ��
corner o #4 bar each
corner
/4 hoops #4 hoops
Li
N N
n i
PLAN VIEW PLAN VIEW
PAD MOUNT PAD MOUNT
CONTROLLER CABINET FOUNDATION BATTERY BACKUP SYSTEM (BBS) FOUNDATION
For NOTES see Std. Plan 126.2
�Y
PUBLIC WORKS CABINET FOUNDATION DETAILS STD. PLAN - 126.1
DEPARTMENT
F� �p APRIL 2008
- - TYP. CONC PAD R/W LINE
-- -- — -------------- SIDEWALK
CURB
v
Ll
} q ROADWAY —
3
° LOVERHANG
1 -2
CUR B 3'-6..
— -----._ _.--------..--- SIDEWALK H FACE OF
CURB TO
CENTER SL R W
R/W LINE OF POLE
10' MIN
CLEARANCE FROM DRIVEWAY CL ROADWAY
ALTERNATE PLAN VIEW SIDEWALK
\\ 0/l I
PLANTER STRIP
STREET LIGHT CONDUIT
TRENCH DEPTH 24"
TYPICAL STREET LIGHT
FOUNDATION LOCATION
H 1 25' 30' 35' 40'
SL 1 18'-3"12 3'-3" 28'-3" 33'-3"
T 0.188 0.188 0.219 0.219
or 2' TO 4'
TAPERED ALUM. POLE 'T' WALL OVERHANG 1'-2"
ALLOY 6063—T6 SATIN GROUND FINISH
H'
HANDHOLE 4"x6" OPENING SL'
W/COVER & S.S. SCREWS
GROUND LUG INSIDE POLE
INSIDE POLE
1'-6"
6
0 O %
STREET LIGHT CONDUIT
TRENCH DEPTH 24"
ALTERNATE STREET CROSS SECTION
..�� PUBLIC WORKS LIGHT BASE AND JUNCTION BOX STD. PLAN - 124
DEPARTMENT LOCATION
FN.�o APRIL 2008
NO IES
1. Where foundation pod is located within a sidewalk, construct pad
top flush with sidewalk grade, omitting ahomfer where top and
sidewalk abut. Mount top shall be finished by o concrete
contractor and shall meet the requirements of section 8-14.3 in
the WSDOT Standard Specifications.
2. Pad mount design is typical.
3. Place a silicone seal between the foundation and cabinet.
4. Anchor bolls and their spacing to be supplied by cabinet --
manufacturer and submitted to the engineer for oppro,al.
5. Conduit sizes/quantities for the controller and contoctor cabinets
shall be installed per the contract plans, plus one 2" spore
copped out post the foundation.
6. Concrete shall be Class 3000.
7. 2" conduit shot] be placed from the BBS to the controller cabinet,
and from the BBS to the contactor cabinet.
8. Each cabinet shall have a X" diameter plastic drain pipe.
9. Locate conduits centrally within the cabinets.
10. When all three cabinets are to be installed and space allows, o
Shim to plumb -Shim to plumb combined foundation shall be used.
See Note 3- See Note 3
-Shim to plumb
---- —
L III4 hoops
(equal spaces)
,! See Note 3
1i / _. — -- 2"
i 171_171
\ I
6" MIN 1 to 2"
FRONT VIEW
3/8" diameter plastic drain (one per cabinet)
--See Note 5 3 - Y4 Reinforcing Bar(equal spaces)
/ -------- --See Note 7
1' - ---318" diameter plastic drain
-` ---See Note 5
i
O J ry Q O a N N u
t
Uso UU �j
10.
Hori'ontot
f COMBINED FOUNDATION
nl REINF. BAR DIAGRAM
I
6 Pieces
Y4 hoops ��--- 3 - Y4 Reinforcing Bar
j (equal spaces)
Controller bin CCobi et
Cabinet Cabinet : Cabinet
1C Width Width Width
2°
PLAN VIEW
COMBINED CONTROLLER A13S/CONTACTOR FOUNDATION
�Y
�p PUBLIC WORKS CABINET FOUNDATION DETAILS STD. PLAN _ 126.2
DEPARTMENT
FN tp APRIL 200£3
Ow
No
123 1240 VAC _
W now
�crxc
p G m_q
ant
ID 1
2 D
I
u
2•(Ty?)
UL LISTED PER STANDARD 1508
SNTAW MR USE AS SER%IM ENZRANa Eaff i&NT
MEETS EUSERC/PSE SPEC.
COMPONENT SCHEDULE
I l ! METERBASE: 100 AMP, 4 JAW, AW/11476, SAFETY SOCKET TYPE, 5TH JAW AT 4:00 POSITION
�� (CONTRACTOR TO VERIFY WIN SERVING UTILITY)
PANELBOARD: 120/240 VAC, 100 AMP, i PHASE,3 WIRE, COPPER BUS
WESTINGHOUSE BAB BOLT—ON BREAKERS:
1-100/2 MAIN
2-20/2 ILLUMINATION BRANCH
1-50/1 SIGNAL BRANCH
1-15/1 CONTROL CKT BRANCH
1-20/1 GROUND FAULT RECEPTACLE BRANCH
OCONTACTOR: LIGMiING RATED,30 AMP, 4 POLE, 120 VAC COIL,SO D 189100PA3002UL
¢� TERMINAL BLOCK TO REMOTE PHOTO ELECTRIC CELL
PHOTO—CELL BYPASS SWATCH,SPST, 15 AMP, 277 VAC.
GROUND FAULT RECEPTACLE, 120 VAC,DUPLEX, 20A
CABINET:NEMA 3R, PADMOUNT, 112 GA PREGALVANIZED STEEL CONSTRUCTION,
2 SCREENED AND GASKETED VENTS
DOORS HEAVY DUTY CONCEALED HINGES(LIFT—OFF TYPE)
STAINLESS STEEL VAULT HANDLES,PADLOCKABLE METER DOOR
BEST CX LOCK ON DISTRIBUTION DOOR
POISHED WARE GLASS WINDOW IN METER DOOR
CLOSED CELL NEOPRENE GASKET, CARD HOLDER
FINISH: POLYESTER POWDER COAT, ALUMINUM OUTSIDE, WHITE INSIDE
to
so
+►® + PUBLIC WORKS SERVICE CABINET FOR STREET STD. PLAN - 122
DEPARTMENT CONTROL&TRAFFIC SIGNAL 40 N.rO APRIL 2008
to
STREET LIGHTING CONTACTOR CABINET i
WIRING SCHEMATIC
TYPE III SERVICE 120/240 VOLT
8 A B
100 A MAIN BREAKER (MIN)
2 POLE 240 VOLT
O O � I
a
Q
BRANCH BREAKERS ' j E
Li
120/240 VOLT z
TEST 16 POLE
SWITCH
A
B B
A II
TERMINAL 8
BLOCK C i
B B
B B B
A UTILITY
- PLUG (GFI)
A A A STREET LIGHTING
B CONTACTORS
B B B B
D
CIRCUIT WIRES TO LIGHTING RUNS
A
PHOTO-CELL TO GROUND
MOUNTED ON ROD
NEAREST
LUMINAIRE
WIRING COLOR CODE
A. WHITE JACKET (NEUTRAL)
B. BLACK JACKET (LINE)
C. GREEN JACKET (GROUND)
D. RED JACKET (LOAD)
E GREEN OR BARE WIRE (GROUND)
123'I'D. PLAN --
PUBLIC WORKS STREET LIGHTING CONTACTOR S
DEPARTMENT CABINET SCHEMATIC
FNTO APRIL 2008
00
aw
Surface Water Standard Details Index
200.00-Catch Basin Type 1 213.20-Slope Installations
rr 200.10-Catch Basin Type 1L 213.30-Plastic Covering
200.20-Catch Basin Type 1P(For Parking Lot) 213.40-Straw Wattles
"i
200.30-Concrete Inlet 214.00-Silt Fence
200.40-Conversion Riser 214.10-Silt Fence Installation by Slicing
201.00-Catch Basin Type 2 215.00-Wheel Wash and Paved Construction
Entrance
AW 202.00-Catch Basin Installation
203.00-Open Curb Face Frame and Grate 215.10-Stabilized Construction Entrance
yo Installation Detail 216.00-Sediment Pond Plan View and Cross
Section
204.00-Rectangular Frame
ow 204.10-Rectangular Solid Metal Cover 216.10-Sediment Pond Riser Detail
204.20-Rectangular Vaned Grate 216.20-Filter Fabric Protection
so 216.30-Catch Basin Filter
204.30-Rectangular Bi-Directional Vaned
Grate 216.40-Block and Gravel Curb Inlet Protection
204.40-Rectangular Herringbone Grate 216.50-Curb and Gutter Barrier Protection
204.50-Storm Round Frame and Cover 217.00-Interceptor Dike
204.60-Miscellaneous Details for Drainage 217.10-Interceptor Swale
Structures
217.30-Pipe Slope Drain
205.00-Drop Inlet Type 1
217.40-Check Dams Spacing and Cross
205.10-Drop Inlet Type 2 Sections
205.20-Grates for Drop Inlet 217.50-Level Spreader Detail and Cross
210.00-Downspout Storm Drain, Under Section
Sidewalk 218.00-Sample Small Site Erosion Control
211.00-Sediment Trap Plan
212.00-Stake and Wire Fence 220.00-Pipe Compaction Design and Backfill
213.00-Surface Roughing 221.00-Beveled End Sections
221.10-Flared End Sections
213.10-Waterway Installations
i
i
Surface Water Standard Details Index ,
221.20-Details for Coupling Bands for 237.00-Flow Restrictor Oil Pollution Control
Corrugated Metal Pipes Tee
221.30-Strap Pipe Anchor Detail 237.10-Flow Restrictor Oil Pollution Control
Baffle
221.40-Coupling Bands for Corrugated Metal
Pipes Type D 237.20-Flow Restrictor Oil Pollution Control
Weir
221.50-Type F Coupling Bands for Corrugated
Metal Pipes 237.30-Frop-T-Shear Gate Detail
222.00-Headwalls for Culvert Pipe and 238.00-Typical Infiltration Pond
Underpass
238.10-Typical Infiltration Tank
222.10-Type 1 Safety Bars for Stepped
Culvert Pipe or Pipe Arch 240.00-Baffle Oil/Water Separator +iti
222.20-Type 2 Safety Bars for Culvert or Pipe 240.10-Coalescing Plate Oil/Water
Arch(On Cross Roads) Separator rj
223.00-Debris Barrier 241.00-Flow Splitter-Option A
223.10-Debris Barrier for Concrete Pipe
241.10-Flow Splitter-Option B
224.00-50 Foot dispersion Trench with 242.00-Flow Spreader-Option A Anchored
Notched Board Plate
225.00-Typical Roof Drain Collection Storm 242.10-Flow Spreader-Option B Concrete
System Civil Plans Sump Box ,fir
225.10-Typical Private Roof Drain Collection 243.00-Biofiltration Swale Schematic,Cross
System Cross Section section and Underdrain Detail
225.20-Single Family Roof Downspout 248.00-Stormfilter Schematic
Infiltration Trench 249.00-Typical Wetpond
234.00-Typical Detention Pond 249.10-Typical Wetpond Sections
234.10-Typical Detention Pond Sections 249.20-Wetvault
234.20-Overflow Structure 249.30-Stormwater Wetland Option A
235.00-Typical Detention Tank 252.00-Combined Detention and Wetpond
235.10-Detention Tank Access Detail 252.10-Combined Detention and Wetpond-
236.00-Typical Detention Vault Sections
+ir
Aw
Surface Water Standard Details Index
253.00—Combined Detention and Stormwater
Wetland Sections
a.
254.00—Combined Detention and Wetvault
+�r 260.00—Typical Rain Garden
260.10—Typical Rain Garden with
Containment Berm
l
l
I
I
i
i
l
Y
K
m
PIPE ALLOWANCES
MAXIMUM
° PIPE MATERIAL INSIDE
FRAME AND VANED GRATE DIAMETER
REINFORCED OR 12"
PLAIN CONCRETE
ALL METAL PIPE 15"
yA �" CPSSP*
(STD.SPEC.9-05.20) 12
S. SOLID WALL PVC
(STD.SPEC.9-05.12(1)) 15
PROFILE WALL PVC 15"
6"OR 12" (STD.SPEC.9-05.12(2))
*CORRUGATED POLYETHYLENE
STORM SEWER PIPE
ONE#3 BAR HOOP FOR 6"HEIGHT
TWO#3 BAR HOOPS FOR 12"HEIGHT
RECTANGULAR ADJUSTMENT SECTION
1N0'(E0\ �SFF,yO
`5�E rev NOTES
1. As acceptable alternatives to the rebar shown in the PRECAST BASE
l SECTION,fibers(placed according to the Standard Specifications),or
wire mesh having a minimum area of 0.12 square inches per foot shall
be used with the minimum required rebar shown in the ALTERNATIVE
Q PRECAST BASE SECTION. Wire mesh shall not be placed in the
knockouts.
#3 BAR EACH CORNER
z 2. The knockout diameter shall not be greater than 20". Knockouts shall
have a wall thickness of 2"minimum to 2.5"maximum. Provide a 1.5"
N minimum gap between the knockout wall and the outside of the pipe.
After the pipe is installed,fill the gap with joint mortar in accordance
03 BAR EACH SIDE with Standard Specification 9-04.3.
3. The maximum depth from the finished grade to the lowest pipe invert
shall be 5'.
#3 BAR EACH WAY- 4. The frame and grate must be installed with the flange down.
PRECAST BASE SECTION 5. The Precast Base Section may have a rounded floor,and the walls may
be sloped at a rate of 1:24 or steeper.
6. The opening shall be measured at the top of the precast base section.
7. All pickup holes shall be grouted full after the basin has been placed.
8. All grade rings and castings shall be set in mortar in accordance with
Standard Specification 9-04.3.
#3 BAR EACH CORNER
18"MIN.
#3 BAR HOOP
SEE NOTE 1
ALTERNATIVE PRECAST BASE SECTION
Gs_® PUBLIC WORKS CATCH BASINI TYPE 1 STD. PLAN — 200.00
DEPARTMENT
`PFN,rp'$ MARCH 2008
4W
so $ PIPE ALLOWANCES
3
y
a MAXIMUM
PIPE MATERIAL INSIDE
y DIAMETER
JIM
z
REINFORCED OR 18,
PLAIN CONCRETE
FRAME AND VANED GRATE ALL METAL PIPE 2t"
CPSSP*
(STD.SPEC.9-05.20) 16
30• SOLID WALL PVC 21"
(STD.SPEC.9-05.12(l))
PROFILE WALL PVC
#110 S., (STD.SPEC.9-05.12(2)) 21"
5
*CORRUGATED POLYETHYLENE
STORM SEWER PIPE
s OR 12~ NOTES
1i11I�
1. As acceptable alternatives to the rebar shown in the PRECAST BASE
SECTION,fibers(placed according to the Standard Specifications),or
ONE#3 BAR HOOP FOR 6"HEIGHT wire mesh having a minimum area of 0.12 square inches per foot shall
TWO#3 BAR HOOPS FOR 12"HEIGHT be used with the minimum required rebar shown in the ALTERNATIVE
PRECAST BASE SECTION. Wire mesh shall not be placed in the
RECTANGULAR ADJUSTMENT SECTION knockouts.
2. The knockout diameter shall not be greater than 26". Knockouts shall
have a wall thickness of 2"minimum to 2.5"maximum. Provide a 1.5"
illlll minimum gap between the knockout wall and the outside of the pipe.
' After the pipe is installed,fill the gap with joint mortar in accordance
2a 2p with Standard Specification 9-04.3.
e•
0 3. The maximum depth from the finished grade to the lowest pipe invert
/lnr
shall be 5'.
4. The frame and grate must be installed with the flange down.
s~
5. The Precast Base Section may have a rounded floor,and the walls may
be sloped at a rate of 1:24 or steeper.
TWO#3 BAR 6. The opening shall be measured at the top of the precast base section.
HOOPS
REDUCING SECTION 7. All pickup holes shall be grouted full after the basin has been placed.
8. All grade rings and castings shall be set in mortar in accordance with
Standard Specification 9-04.3.
#3 BAR HOOP #3 BAR EACH CO R MIN.
IZF�ao NpTFsJ
#3 BAR a
EACH CORNER
#3 BAR
EACH SIDE
N
v
#3 BAR
EACH WAY
SEE NOTE 1
PRECAST BASE SECTION ALTERNATIVE PRECAST BASE SECTION
Y �
PUBLIC WORKS CATCH BASIN TYPE 1 L STD. PLAN — 200.10_
DEPARTMENT
its N,TO$ MARCH 2008
L
Y
QK
F
o NOTES
z
1. As acceptable alternatives to the rebar shown in the PRECAST BASE
FRAME AND VANED GRATE SECTION,fibers(placed according to the Standard Specifications),or
wire mesh having a minimum area of 0.12 square inches per foot shall
be used with the minimum required rebar shown in the ALTERNATIVE
PRECAST BASE SECTION. Wire mesh shall not be placed in the
�• knockouts.
tia 2. The knockout diameter shall not be greater than 18". Knockouts shall
have a wall thickness of 2"minimum to 2.5"maximum. Provide a 1.5"
s• minimum gap between the knockout wall and the outside of the pipe.
After the pipe is installed,fill the gap with joint mortar in accordance
with Standard Specification 9-04.3.
6"OR 12' 3. The maximum depth from the finished grade to the lowest pipe invert
shall be 5'.
ONE#3 BAR HOOP FOR 6"HEIGHT 4. The frame and grate must be installed with the flange down.
TWO#3 BAR HOOPS FOR 12"HEIGHT
5. The Precast Base Section may have a rounded Floor,and the walls may
RECTANGULAR ADJUSTMENT SECTION be sloped at a rate of 1:24 or steeper.
6. The opening shall be measured at the top of the precast base section.
el (sF 2
IS��NO�� F tOel 7. All pickup holes shall be grouted full after the basin has been placed.
y S. All grade rings and castings shall be set in mortar in accordance with
��P Mil Standard Specification 9-04.3.
a'
#3 BAR EACH CORNER
fo
n
#3 BAR HOOP ,Ly0�61 �SFF'V2•
O�sl
a��a 9•M�N
#3 BAR EACH SIDE
#3 BAR EACH WAY
PRECAST BASE SECTION #3 BAR EACH CORNER
18"MIN.
io
#3 BAR HOOP — Z
N
• M
�I
,EE NOTE 1
ALTERNATIVE PRECAST BASE SECTION
AN — 200.20
PUBLIC WORKS CATCH BASIN TYPE 1 P STD. PL
DEPARTMENT (FOR PARKING LOT)
�NTp MARCH 2008
Y
Z
q^�
III
FRAME AND VANED GRATE PIPE ALLOWANCES
MAXIMUM
PIPE MATERIAL INSIDE
DIAMETER
�y 30,
,tp 2p. REINFORCED OR 12'
PLAIN CONCRETE
i�
S. ALL METAL PIPE 15"
5
CPSSP* 12'
(STD.SPEC.9-05.20)
6"OR 12"
SOLID WALL PVC 15"
iii (STD.SPEC.9-05.12(1))
PROFILE WALL PVC 15'
ONE#3 BAR HOOP FOR 6"HEIGHT (STD.SPEC.9-05.12(2))
TWO#3 BAR HOOPS FOR 12"HEIGHT *CORRUGATED POLYETHYLENE
Yrl RECTANGULAR ADJUSTMENT SECTION STORM SEWER PIPE
pl
dw h
NOTES
#3 BAR EACH CORNER N 1. As acceptable alternatives to the rebar shown in the PRECAST BASE
SECTION,Fibers(placed according to the Standard Specifications),or
#3 BAR EACH SIDE wire mesh having a minimum area of 0.12 square inches per foot shall
illlll TOP AND BOTTOM be used with the minimum required rebar shown in the ALTERNATIVE
PRECAST BASE SECTION. Wire mesh shall not be placed in the
ONE#3 BAR knockouts.
ACROSS BOTTOM
2. The knockout diameter shall not be greater than 18". Knockouts shall
PRECAST BASE SECTION have a wall thickness of 2"minimum to 2.5"maximum. Provide a 1.5"
minimum gap between the knockout wall and the outside of the pipe.
After the pipe is installed,fill the gap with joint mortar in accordance
with Standard Specification 9-04.3.
3. The maximum depth from the finished grade to the lowest pipe invert
shall be 5'.
4. The frame and grate may be installed with the flange up or down. The
frame may be cast into the adjustment section.
5. The Precast Base Section may have a rounded floor,and the walls may
be sloped at a rate of 1:24 or steeper.
6. The opening shall be measured at the top of the precast base section.
#3 BAR EACH CORNER 7. All pickup holes shall be grouted full after the inlet has been placed.
18"MIN.
#3 BAR HOOP "
SEE NOTE 1
ALTERNATIVE PRECAST BASE SECTION
Y
PUBLIC WORKS CONCRETE INLET STD. PLAN - 200.30
DEPARTMENT
MARCH 2008
t
2
44.. 2'-2" 44"
42"
2'-7" 1% 0"
-- #4s EACH SIDE OF OPENING
1
42 ONE#4 BAR HOOP
CONVERSION RISER
X-0" 0
6"
6"
X-6
Y-5 4"
3'
- I -8" 10
2.. J
2._9�.. 51"
2
DEPTH:3.52'TO IE OUT
STD. PLAN — 200.40
PUBLIC WORKS CONVERSIONI RISER
DEPARTMENT
gN tp MARCH 2008
0
U
Q
Q CATCH BASIN FRAME AND VANED GRATE(DETAIL 204.00)
�y 3 HANDHOLD
m
-;y N RECTANGULAR ADJUSTMENT SECTION
.C. 7 OR CIRCULAR ADJUSTMENT SECTION
3 m GROUT,TYPICAL(SEE NOTE 5)
U
ZFLAT SLAB TOP
� � o
O
a 48'.54•,em.Tr,04.OR 88•
° MORTAR(TYP.)
0
n
STEPS OR
LADDER
LN a O
0
MORTAR FILLET v g REINFORGNG STEEL(TYP.)
N GRAVEL BACKFILL FOR
12' PIPE ZONE BEDDING
6• 1 3�
SEPARATE BASE INTEGRAL BASE
CAST-IN-PLACE PRECAST WITH RISER
•o•PoHG
12'
GRAVELBACKFILL FOR
din 6'� �• PIPE ZONE BEDDING
SEPARATEBASE CATCH BASIN DIMENSIONS
PRECAST CATCH MAXIMUM MINIMUM BASE REINFORCING STEEL
BASIN WALL BASE KNOCKOUT DISTANCE in2/ft.IN EACH DIRECTION
DIAMETER THICKNESS THICKNESS SIZE BETWEEN
KNOCKOUTS SEPARATE BASE INTEGRAL BASE
48" 4" 6" 36" 6" 0.23 0.15
54• 4.5' 8" 42" 8" 0.19 0.19
W. 5" a" 48" 8" 0.25 0.25
72• 6" 8" 60" IT 0.35 0.24
84" 8' 12' 72' 12" 0.39 0.29
96" 8" 12" 84" 12' 0.39 0.29
NOTES PIPE ALLOWANCES
I. No steps are required when height is 4'or less. CATCH PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER
BASIN ALL SOLID PROFILE
2. The bottom of the precast catch basin may be sloped to facilitate cleaning. DIAMETER CONCRETE METAL CPSSP WALL WALL
iQ PVC(Z2) PVC C3
3. The rectangular frame and grate must be installed with the Flange down. 48" 24" 30' 24' 2r 30"
The frame may be cast into the adjustment section. 54" 30" 36" 30" 2r 36"
4. Knockouts shall have a wall thickness of 2"minimum to 2.5"maximum. Provide 60" 36" 42' 36" W. 42"
a 1.5"minimum gap between the knockout wall and the outside of the pipe. After 72" 4r 54• 42" 36" 46"
the pipe is installed,fill the gap with joint mortar in accordance with Standard 84" 54„ s0" sa 36" 48"
Specification 9-04.3.
96" 60" 72" 60" 36" 48"
5. All grade rings,risers,and castings shall be set in mortar in accordance with
Standard Specification 9-04.3. O Comrgated Polyethylene Storm Sewer Pipe(Std.Spec.9-05.20)
22)(Std.Spec.9-05.12(1))
u(Std.Spec."5.12(2))
Y
PUBLIC WORKS CATCH BASIN TYPE 2 STD. PLAN - 201.00
DEPARTMENT
�FN toy MARCH 2008
3 1
0
FRAME AND VANED GRATE
SEE NOTE 4 sag
j
CLEAN SURFACE AND BOTTOM AREA.
PROVIDE UNIFORM CONTACT.
THE SURFACE AREA OF THE BASE SECTION MUST
BE GROUTED TO THE BOTTOM AREA OF THE
ADJUSTMENT SECTION. ADJUSTMENT SECTION
ail �
BASE SECTION '
NOTES
1. THE COVER OR GRATING OF A CATCH BASIN SHALL NOT
BE GROUTED TO FINAL GRATE UNTIL THE FINAL
ELEVATION OF THE PAVEMENT,GUTTER,DITCH,OR
SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN
ESTABLISHED,AND UNTIL PERMISSION THEREAFTER IS
GIVEN BY THE ENGINEER.TO GROUT OR GRATING IN
PLACE IN ACCORDANCE WITH STANDARD SPECIFICATION
7-05.3.
2. SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE.
THE USE OF SHIMS IS PROHIBITED.
3. MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT
RINGS AND BRICKS PRIOR.TO PLACEMENT.
4. THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS
ARE STAGGERED TO CREATE A RUNNING BOND OR%2
BOND.
Y
PUBLIC WORKS CATCH BASIN INSTALLATION STD. PLAN - 202.00
DEPARTMENT
MARCH 2008
400
5 112"
N LEVEL
HOOD
1
1"MIN.
112"MIN. 0
r� s OPENING HEIGHT
n4 4"MIN.
a
TOP OF GRATE
40 SEE NOTE 3
FRAME
DETAIL SECTION OA
itr
CATCH BASIN
z 7"
_ 29"MIN. =3"
"MIN 20 114"
(=0.25)
TYP. GRATE
_z
¢: SEE NOTE 4 ` =34"(WIDE SIDE)
N (TYP) \ CATCH BASIN TYPE 1
SEE NOTE 2
(TYP.) Z
40"(WIDE SIDE)
m CATCH BASIN TYPE 1L
N 1
on
SEE NOTE 1
TOP VIEW SECTION OA
FRAME DETAIL
NOTES
I. The asymmetry of the Combination Inlet shall be considered when
calculating the offset distance for the catch basin. See SECTION A.
2. The dimensions of the Frame and Hood may vary slightly among dif-
ferent manufacturers. The Frame may have cast features intended
CURB OR CURB AND GUTTER to support a grate guard. Hood units shall mount outside of the
Frame. The methods for fastening the Safety Bar/Debris Guard Rod
MATCH TOP OF HOOD to the Hood may vary. The Hood may include casting lugs. The top
TO TOP OF CURB(TYP.) / of the Hood may be cast with a pattern.
HOOD
3. Attach the Hood to the frame with two 3/4"x 2"hex head bolts,nuts,
and oversize washers. The washers shall have diameters adequate
®
SAFETY DEBRIS GUARD to assure full bearing across the slots.
20"•24"VANED GRATE 4. When bolt-down grates are specified in the Contract,provide two
AFRAME holes in the frame that are vertically aligned with the grate slots.
Tap each hole to accept a 5/8"x-11 NC x 2"allen head cap screw.
Location of bolt-down holes varies among different manufacturers.
See BOLT-DOWN DETAIL
5. Only ductile iron Vaned Grates shall be used_
6. This plan is intended to show the installation details of a manufac-
tured product. It is not the intent of this plan to show the specific
ISOMETRIC VIEW details necessary to fabricate the castings shown on this drawing.
Y
L �la PUBLIC WORKS OPEN CURB FACE STD. PLAN — 203.00
DEPARTMENT FRAME AND GRATE
INSTALLATION DETAIL MARCH 2008
r
29 714• -
Y
0
- r
BOLT-DOWN HOLE(YP.)
-518'-11 NC,SEE
DETAIL 8 NOTE 2
A
N
0
TOP NOTES
I- This frame is designed to accommodate 20"x 24"grates or
covers
2. Provide two holes in the frame that are vertically aligned with t
he grate or cover slots. Tap each hole to accept
24 114' a 5/8"-11 NC x 2"alien head cap screw.
s Location of bolt down holes varies among different
manufacturers.
s.Refer to Standard Specification 9-05.15(2)for additional
requirements.
SECTION
RECESSED ALLEN
HEAD CAP SCREW
7- �118• 5!8'-11 NCx2"
-- --._-_-.----II--��--III
314" ,P MT E
ISOMETRIC VIEW
Q
1 518" FRAME
iD
v
`n
2 112'
SECTION
BOLT-DOWN DETAIL
DETAIL SEE NME I I
PUBLIC WORKS RECTANGULAR FRAME STD. PLAN - 204.00
DEPARTMENT
MARCH 2008
r
wr
24" 3•
Q N
Y W
o
r =
a _ w
_
to
z �
-BOLT-DOWN SLOT-SEE N
o DETAIL AND NOTE 1
1
2 1/2'DIA .HC LE
20
A
p�O�p�Q
ppG�ppp<�p
ppCpOppp
'ills GppppCjppp
G p p Q p
B
TOP SECTION OB
NOTES
I Provide two slots in the cover that are vertically aligned
Wr with the holes in the frame.Location of bolt-down slots
varies among different manufacturers.
4 314• 1 112"
2. Alternative reinforcing designs are acceptable in
lieu of the rib design.
11111 7F 3. Refer to Standard Specification 9-05.15(2)for additional
T_ 3 requirements
39"R-SEE NOTE 2 4. For Frame details,see City of Renton
ow SECTION O Standard Plan 204.00.
aw
5"
I
310 � OQ
v2^ OOO�O�p�Q�pO
p O p Op O
5/8'
31a
a --I 314"DIAM.HOLE 11/a Opp OO��p�O��p�O���pO�O��Op�O
1112" 1/2"DIAM.HANDLE
SECTION
OHO
ISOMETRIC
BOLT-DOWN SLOT DETAIL
SEE NOTE 1
PUBLIC WORKS RECTANGULAR SOLID STD. PLAN — 204.10
DEPARTMENT METAL COVER
MARCH 2008
Y
G=MOIU
FF 3"
3 SLOT-SEE DETAIL 5"
AND NOTE 1
v
f
20
w 5"
Z
o
LL
5'
3"
OUTFACE TO STREAM DUMP NO POLLUTANTS
B
TOP SECTION O
24'
7 OR 8 EQUAL SPACES _
DIRECTION OF FLOW
SECTION O
1/2'
1 1/4'
5/8"
BOLT-DOWN SLOT DETAIL
SEE NOTE 1
NOTES
1- Provide two slots in the grate that are vertically aligned
with the holes in the frame.Location of bolt-down slots
varies among different manufacturers.
ISOMETRIC 2.Refer to Standard Specification 9-05.15(2)for additional
requirements.
3• Unless otherwise specified,vaned grates shall be used with standard frame
in the travel way,gutter or shoulder.vaned grates shall not be located
within crossroads.Use vaned grates along rolled curbs.
PUBLIC WORKS RECTANGULAR STD. PLAN — 204.20
DEPARTMENT VANED GIR:ATE
MARCH 2008
N 1 _
�--M01A -
SLOT-SEE DETAIL - .n
AND NOTE 1
LL
LJ-
0
N
Z
y _
� - N
Q 3
Z
J
Ol
l N
M
OUTf ALL iU STREAM PUMP NO POLLUTANT
B
TOP SECTION O
24••
_ 4 EQUAL SPACES_� 4 EQUAL SPACES
N� r
SECTION O
N
3!4"
tIW-
�7 BOLT-DOWN SLOT DETAIL
�.. SEE NOTE 7
NOTES
Provide two slots in the grate that are vertically aligned
1. with the holes in the frame.Location of bolt-down slots varies
among different manufacturers.
ISOMETRIC
a 2. Refer to Standard Specification 9-05.15(2)for additional requirements.
s- Use only on sags and vertical curbs locations.
4.Unless otherwise specified,vaned grates shall be used with standard frame
in the travel way,gutter or shoulder.vaned grates shall not be located
iYaw
within crossroads.Use vaned grates along rolled curbs.
Y
G~� �•n
PUBLIC WORKS RECTANGULAR BI-DIRECTIONAL STD. PLAN — 204.30
DEPARTMENT VANED GRATE
�FNTO MARCH 2008
m
0
o Q a
IM SLOT-SEE DETAIL ,
ix AND NOTE 1
Z)
U
a
Q �
O 1"OPENING TYP.)
W
S
H
W
Q
Z
K
Z
7
O
tL
D �
OUTFALL TO STREAM DUMP NO POLLUTANT
TOP 3/8"(9mm)RECESSED
LETTERING
NOTES
I. Provide two slots in the grate that are vertically aligned with the holes in the frame.
Location of bolt-down slots varies among different manufacturers.
2. Refer to Standard Specification 9-05.15(2)for additional requirements.
3- The thickness of the grate shall not exceed 15/8".
a.Unless otherwise specified,vaned grates shall be used with standard frame
in the travel way,gutter or shoulder.vaned grates shall not be located
within crossroads.Use vaned grates along rolled curbs.
c
a
D
t1W
a
0 D°
BOLT-DOWN SLOT DETAIL
ISOMETRIC SEE NOTE 1
ti�Y o STD. PLAN - 204.40
PUBLIC WORKS RECTANGULAR
DEPARTMENT HERRINGBONE GRATE
MARCH 2008 go
4w
to 1/2"[13mml LETTERING
BOLTHOLES-3 PLCS EQUALLY SPACED 120'
w5 ANT S - DRAIN APART ON 23 1/16"(586mm)DIA B.C.
Q�" ``T z nAivaiaw
�� J'T, oat�tcoo
Mile °J 93 \v --
a
y
RENTON
AHEAD OF THE CURVE e
r
my DRAIN
(1)i"(25mm)
DIA PICKHOLE COVER BOTTOM VIEW
O
wm i 1/4"[32mm]LETTERING
PLAN VIEW
go _ 25"DIA.
(3)BLT SOC.(ALLEN HEAD)
[635m,] 1" 5/8"dt X 1.5 SS
(25mm) RUBBER WASHER
3/4"
ow (19mm]
8 3/4" 2 1/2"
---�[-- [222mm] [64mml
TYP
COVER SECTION VIEW
EON BOLTING DETAIL
26 1/2"DIA
1673MMI
25 114"DIA
[641mm) 1 1/16"
114"(6mm)DIA (27mmJ
— NEOPRENE GASKET —
1/4"
I 6 (6mml 1 1116"
.yl [152mmJ � [27mmJ
5/8" 23 318"DIA CL OPEN 1
[16mml [594mm1 118"
(3.m]
_ 27 5/16"DIA
[694mm] 1m"
[R3mm]
34116"DIA GASKET GROOVE DETAIL
[867mmJ
NOTES
FRAME SECTION VIEW
ALL COVERS SHALL BE LOCKING LID PER EASTJORDAN IRON WORKS INC.No.3717C1
OR APPROVED EQUAL.
Y
PUBLIC WORKS STORM ROUND FRAME AND COVER STD. PLAN - 204.50
DEPARTMENT --- —
E NTO MARCH 200£3
t
#6 BARS @ T SPACING ,
12"(TYP.)
20'x 24", g '
24"DIAM,48"DIAM.
m
OR 54"DIAM.HOLE +'
2"(TYP.)
1 6"
i"MIN.
T a,
2 1/2"MAX.
84"or 96"FLAT SLAB TOP t2^
PREFABRICATED LADDER
9s
#5 BARS @ 6"SPACING
12"MIN.
20"x 24",
24"DIAM,48"DIAM.
OR 54"DIAM.HOLE 7(TYP. I— TYPICAL ORIENTATION 6:E FOR ACCESS AND STEPS
4 11 MN. STEP
2 1M'MAX.
72"FLAT SLAB TOP
z�
#4 BARS @ 6^SPACING
_z
�N
a
20'x 24"OR
24"DIAM.HOLE
L �2"(TYP.) .I 48"MIN_,
.1 U L 1"MIN.
2 1/2"MAX. ECCENTRIC CONE SECTION
48'", 54",or 60"FLAT SLAB TOP
y1
3i
�6"OR 12'
+ NE#3 BAR HOOP
ONE#3 BAR HOOP FOR 6" 4-
),
TWO#3 BAR HOOPS FOR 12"O S.
CIRCULAR ADJUSTMENT SECTION
RECTANGULAR ADJUSTMENT SECTION
1.0 As an acceptable altemative to rebar,wire mesh having a
minimum area of 0.12 square inches per foot may be used
for adjustment sections.
ti�Y o STD. PLAN - 204.60
PUBLIC WORKS MISCELLANEOUS DETAILS FOR
� NTO� DEPARTMENT DRAINAGE STRUCTURES MARCH 2O0II
rr
to z
N SEE CONTRACT FOR 24"
r BACKSLOPE DETAILS MIN. N
TYPE 3 GRATE SHOWN
10 �1 DITCH LINE
an �
o �
1
t
SECTION ON DITCH LINE
DIKE INSTALLATION FOR PREFERRED SLOPE
aa-
NOTES
'7 1. The top of the inlet shall be placed at ground level to
present an unobstructed ditch or median section.
DITCH
2. Bevel or round exposed concrete edges 1/2".
3. Pipes may enter through the knockouts at any
reasonable angle provided the outside of the pipe
can be contained within the knockout provided.
4. The grade line of the lowest inlet
e g pipe shall enter the
PLAN structure at an ele-vation equal to or higher than the
grade line of the outlet pipe.
=42" GRATE SUPPORT(TYP.)
-SEE DETAIL 5. All pickup holes shall be grouted full after the inlet
has been placed.
6"MIN.
6. The steel angles shall be set so that each bearing
bar of the grate shall have full seating on both ends.
The finished top of concrete shall be even with the
f grate surface.
94'oWd.
KNOCK«,T eya 7. The amount,type,and grade of reinforcing steel is
2"MIN. the responsibility of the manufacturer_
8. The inside wall taper for form removal shall not result
39" in any wall section thinner than 6"except in pipe
knockout areas.
SECTION O SECTION O g. Precast inlets shall be marked with the
manufacturer's identification on the inside of the
structure in some readily accessible location.
36"
18" �
114 TVP.
12" 114
�= I
i
4"x3"x112"x35114' TOP
STEEL ANGLE
x x
STTEEL L PLATE
-TO ANGLE 1/2•DIAM.x 4"STEEL STUD- %
PLACE ALONG SUPPORT AS
5 ill"x 1"x 114" 114
SHOWN FOR ANGLES \ /
TEEL ANGLE ANCHOR STUD OPTION
SIDE END END
GRATE SUPPORT DETAIL ISOMETRIC
(FOUR SUPPORTS REQUIRED) (SHOWN WITH TYPE 1 GRATE)
✓
Y
PUBLIC WORKS DROP INLET TYPE 1 STD. PLAN - 205.00
DEPARTMENT
�FNTO� MARCH 2008
Y
a'
Q --
m DITCH
z
(7
D
B
I
PLAN GRATE SUPPORT(TYP.)
-SEE DETAIL
P
a
34"DIAM. m
v
KNOCKOUT 6. 2"MIN.
yeti
z
36" 30"
m
18"
tl4 T,P_ SECTION OA SECTION
1 Y 114
:nL
TOP
"x 3'x 1/2"x351!4' Will
STEEL ANGLE
4"x 3"x 318-
STEEL PLP,TE
-TACK WELD
`v TO ANGLE 112"DIAM.x 4"STEEL STUD-
PLACE ALONG SUPPORT AS
`v� 114 SHOWN FOR ANGLES
5 1/2"x 1'x t/4"
STEEL ANGLE ANCHOR STUD OPTION
SIDE END END
GRATE SUPPORT DETAIL
(SIX SUPPORTS REQUIRED) NOTES
I The top of the inlet shall be placed at ground level to present an unob-
structed ditch or median section.
2. Bevel or round exposed concrete edges 1/2".
3. Pipes may enter through the knockouts at any reasonable angle provided
the outside of the pipe can be contained within the knockout provided.
4. The grade line of the lowest inlet pipe shall enter the structure at an ele-
vation equal to or higher than the grade line of the outlet pipe_
5. All pickup holes shall be grouted full after the inlet has been placed.
6. The steel angles shall be set so that each bearing bar of the grate shall
have full seating on both ends. The finished top of concrete shall be
even with the grate surface.
10! 7. The amount,type,and grade of reinforcing steel is the responsibility of
the manufacturer.
ISOMETRIC 8. The inside wall taper for form removal shall not result in any wall section
(SHOWN WITH TYPE 2 GRATE) thinner than 6"except in pipe knockout areas.
s. Precast inlets shall be marked with the manufacturer's identification on
the inside of the structure in some readily accessible location.
ti�Y o STD. PLAN - 205.10
PUBLIC WORKS DROP INLET TYPE 2
DEPARTMENT MARCH 2008
Ili
3 1/2"x 112"x 34 1/2" OPTIONAL 1"MAX.VENT HOLES
< STEEL PLATE(TYP.) ON BOTTOM FOR GALVANIZING
3 O O O
10 wr �
a
OPTIONAL 1"MAX.VENT HOLES O O O O J-
_ ON BOTTOM FOR GALVANIZING
M A �
fV
O O
51/4' THREE SPACES 5 i/4'
34 1/Y
3 1/2"x 112"x 34 1)2"
TYPE 1 STEEL PLATE(TYP.)AlLololold
3 1/2"x 3 1/2"x 5/16"x 331/4" GRIND TOP AND BOTTOM L
STRUCTURAL TUBING(TYP.) FLUSH AFTER WELDING 1 FIVE SPACES 112
34 112"
L TYPE 3
TYP. 1/ /4 3112'x 3 112"x 5/16"x 33114" GRIND TOP AND BOTTOM
SECTION O STRUCTURAL TUBING(TYP.) FLUSH AFTER WELDING
3 1/2"x 1/2"x 34 1/2" TMP'/i/4
STEEL PLATE(TYP,) SECTION Oc
TYPE 3
TYPE 2
yg 2 TYP. 2" TYP. —-—_.-�
34 Mr TYPe I ISOMETRICS
TYPE 2
- 3 1/2"x 1/2"x 331/4"
STEEL PLATE(TYP.)
TYP. 114 T�
SECTION O
Y
—
fnp � PUBLIC WORKS GRATES FOR DROP INLET STD. PLAN 205.20_
DEPARTMENT
MARCH 2008
TEMPORARY CAP AT EDGE OF
RIGHT OF WAY,UNLESS OTHERWISE
m R/W LINE DIRECTED IN CONTRACT
Y J..
Q J
Jig > Ju
D 4'DRAINPIPE '
I
CONCRETE
SIDEWALK I
EXP.JOINT ,
PLANTING C J.,
STRIP—� rn
J.,
Jig J. Q
J Jri J„ Jig �
1
CONCRETE CURB -
-TYPE MAY VARY
ROADWAY s
(REINFORCEMENT NOT SHOWN)
PLAN
EXP.JOINT WITH 3116"
1 1/2"JOINT MATERIA
WIRE MESH Z
e
• D . D
D p
a p '
F� • p
0
WIRE MESH REINFORCEMENT R/W LINE
4"DRAINPIPE 6" 6 x 6 W4.0 x W4.0(4 GAGE)
12' 4"DRAIN PIPE
(NP) S 4 z 4 W2. x W2.9(6 GAGE) -CAPPED AT EDGE
(SEE STD.SPEC.9-07.7) OF RAN
SECTION O 1/2"MINIMUM COVER
CONCRETE
SIDEWALK
PLANTING
STRIP
CONCRETE CURB
-TYPE MAY VARY
ROADWAY \\
INVERT OF DRAIN
SHALL BE AT OR
ABOVE GUTTER LINE ISOMETRIC
`S Y
ti o
P[1BL[C WORKS DOWNSPOUT' STORM STD. PLAN - 210.00
DEPARTMENT DRAIN, UNDER SIDEWALK
�N2� MARCH 2008
N
Y
K
Z
Q�
K
4'MIN
1'OVERFLOW DEPTH
V DEPTH 2"-4"ROCK OUTFLOW
CHANNELIF
CONSTRUCTED BY
2'SETTLING DEPTH 3 9 EXCAVATION.
13 SEDIMENT STORAGES
FILTER FABRIC FENCING
1'DEPTH 3/4"-1-1/2"WASHED GRAVEL
CROSS SECTION
NITS
OVERFLOW SPILLWAY 6'MIN WIDTH
lL 111 / llr lll,ll'�!l l�llLjJll�J
JlF lr Ilr 1/1 /l /
Ill j�11 Jl� 11ly!(ll�Il�l
i
� \
I
YWd. 1'l;�l / ll 1l%j 11/l(�l%l l7%!`` lll�ljlll�l�ll�7%lll (lc�i\\ice\i�\,���\��\\%i
1.5'SEDIMENT STORAGE
- T SETTING DEPTH 8 1'DEPTH OF 2"-4"ROCK,V DEPTH OF 3/4"-112"WASHED GRAVEL.
4x NOTE:
MAY BE CONSTRUCTED BY EXCAVATION
OR BY BUILDING A BERM
v��Y o� _
PUBLIC WORKS SEDIMENT TRAP STD. PLAN 211.00
DEPARTMENT
�FN.fo MARCH 2008
I
a SURVEY FLAGGING BALING WIRE DO NOT NAIL OR STAPLE ,
a \ WIRE TO TREES
L
3' MIN
i70'-20'
METAL
FENCE POST
12'MIN_
NOTES
1. CONDITION OF USE
1.1. TO ESTABLISH CLEARING LIMITS,STAKE OR WIRE FENCE MAY BE USED:
1.1.1. AT THE BOUNDARY OF CRITICAL AREAS,THEIR BUFFERS AND OTHER AREAS REQUIRED TO BE LEFT
UNCLEAR.
1.1.2. AS NECESSARY TO CONTROL THE VEHICLES TO AND ON THE SITE.
2. MAINTENANCE AND REQUIREMENTS
2.1. IF THE FENCE IS DAMAGED OR VISIBILITY REDUCED,IT SHALL BE REPAIRED OR REPLACED IMMEDIATELY AND
VISIBILITY RESTORED.
2.2. DISTURBANCE OF A CRITICAL AREA,CRITICAL BUFFER AREA,NATIVE GROWTH RETENTION AREA,OR OTHER
AREA REQUIRED TO BE LEFT UNDISTURBED SHALL BE REPORTED TO THE CITY OF RENTON FOR RESOLUTION.
2.3. THE CITY MAY REQUIRED MORE SUBSTANTIAL FENCING IF THE FENCE DOES NOT PREVENT ENCROACHMENT
INTO THOSE AREAS THAT ARE NOT TO BE DISTURBED.
ti�Y o STD. PLAN — 212.00
n PUBLIC WORKS STAKE AND WIIRE FENCE
,pc�N 0 DEPARTMENT MARCH 2008
rrlr
�r.
a
rr °
STANDARD STRENGTH GRATE
FILTER FABRIC
ON
Mill IIIiI
II II��_I ( CATCH BASIN
NOTES
1. CONDITION OF USE
1.1. SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA,UNLESS
THE RUNOFF THAT ENTERS THE CATCHBASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP.
1.2. MAY BE USED ANYWHERE AT THE APPLICANT'S DISCRETION TO PROTECT DRAINAGE SYSTEM.
1.3. THE CONTRIBUTING DRAINAGE AREA MOST NOT BE LARGER THAN 1 ACRE.
2. DESIGN AND INSTALLATION SPECIFICATIONS
2.1. FILTER FABRIC IS ONLY ALLOWED WERE PONDING WILL NOT BE A TRAFFIC CONCERN AND WHERE SLOPE EROSION WILL NOT RESULT IF THE
CURB IS OVERTOPPED BY PONDED WATER.
2.2. THE PLACEMENT OF A FILTER FABRIC UNDER GRATES IS GENERALLY PROHIBITED AND THE USE OF FILTER FABRIC OVER GRATES IS STRICTLY
LIMITED AND DISCOURAGED.
3. MAINTENANCE STANDARDS
3.1. ANY ACCUMULATED SEDIMENT ON OR AROUND INLET PROTECTION SHALL BE REMOVED IMMEDIATELY.SEDIMENT SHALL NOT BE REMOVED
WITH WATER AND ALL SEDIMENT MUST BE DISPOSED OF AS FILL ON SITE OR HAULED OFF SITE.
L
L
L
�Y-
j� PUBLIC WORKS FILTER FABRIC PROTECTION STD' PLAN — 216.20
DEPARTMENT -- -- ---
FN to MARCH 2008
I
S"MAX.
DRAINAGE GRATE TRIM
r
GRATE FRAME
z
n d
o ' p
SEDIMENT AND DEBRIS - —
a
OVERFLOW BYPASS
BELOW INLET GRATE DEVICE
FILTERED' o
WATER
p p
p' p'
o e o
SECTION VIEW
DRAINAGE GRATE
-RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM(TYP.)
log
so
06
BELOW INLET GRATE DEVICE - OVERFLOW BYPASS(TYP.)
so
ISOMETRIC VIEW to
NOTES
1. Size the Below Inlet Grate Device(BIGD)for the storm water structure It will service.
to
2. The BIGD shall have a built-in high-flow relief system(overflow bypass).
40
3. The retrieval system must allow removal of the BIGD without spilling the collected material.
4. Perform maintenance in accordance with Standard Specification 8-01.3(15). No
QTY o -
PUBLIC WORKS CATCH BASIN FILTER STD. PLAN 216.30
,PIV Cod DEPARTMENT MARCH 2008
f1w
wo
Y
K
A
c--BACK OF SIDEWALK CATCH BASIN COVER
Irr \y\
1.
2x4 WOOD STUD -.
- CURB INLET
o �§
___j .
o o.o p o
CURB FACE --- O O .opRM-
o ao aoo Co c� oGoo, c
314'DRAIN GRAVEL --
(20mm) A
CONCRETE BLOCKS
WIRE SCREEN OR
FILTER FABRIC
PLAN VIEW
to
314'DRAIN GRAVEL _
(20mm)
CATCH BASIN COVER
POND HEIGHT -
OVERFLOW
WATER
WIRE SCREEN OR \-- CURB INLET
FILTER FABRIC
r ii
Ii CATCH BASIN
2x4 WOOD STUD
(100x50 TIMBER
STUD)
SECTION A-A
NOTES:
1 USE BLOCK AND GRAVEL TYPE SEDIMENT BARRIER WHEN CURB INLET
IS LOCATED IN GENTLY SLOPING SEGMENT,WHERE WATER CAN POND
AND ALLOW SEDIMENT TO SEPARATE FROM RUNOFF.
2. BARRIER SHALL ALLOW FOR OVERFLOW FROM SEVERE STORM EVENT.
INSPECT BARRIERS AND REMOVE SEDIMENT AFTER EACH STORM EVENT.
3- SEDIMENT AND GRAVEL MUST BE REMOVED FROM THE TRAVELED WAY
IMMEDIATELY.
�Y
—
PUBLIC WORKS BLOCK AND GRAVEL STD. PLAN 216.40
L
DEPARTMENT CURB INLET PROTECTION
�c�NTa$ MARCH 2008
i
rr
BACK OF SIDEWALK '
a
SANDBAGS TO OVERLAP
ONTO CURB
CURB INLET '
RUNOFF
��� CURB FACE
S ILLWAY
RUITOFF ..._.
GUTTER
DRAIN GRATE
GRAVEL FILLED SANDBAGS
STACKED TIGHTLY
PLAN VIEW
NOTES:
1. PLACE CURB TYPE SEDIMENT BARRIERS ON GENTLY SLOPING STREET
SEGMENTS,WHERE WATER CAN POND AND ALLOW SEDIMNENT TO
SEPARATE FROM RUNOFF,
SANDBAGS OF EITHER BURLAP OR WOVEN GEOTEXTILE FABRIC,ARE
2. FILLED WITH GRAVEL,LAYERED AND PACKED TIGHTLY.
LEAVE A ONE SANDBAG GAP IN THE TOP ROW TO PROVIDE A SPILLWAY
3. FOR OVERFLOW.
INSPECT BARRIERS AND REMOVE SEDIMENT AFTER EACH STORM EVENT.
4 SEDIMENT AND GRAVEL MUST BE REMOVED FROM THE TRAVELED WAY
IMMEDIATELY.
�Y
PUBLIC WORKS CURB AND GUTTER STD. PLAN - 216.50_
DEPARTMENT BARRIER PROTECTION
`pE.N,tp MARCH 2008 �,
Utility Specifications
Surface Water Drainage Notes and Specifications
THESE NOTES SHALL APPEAR ON PROJECTS FOR THE SURFACE WATER UTILITY.
1. BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE-
+ + CONSTRUCTION MEETING MUST BE HELD WITH THE CITY OF RENTON PLAN
REVIEWER.
r. 2. All construction shall be in accordance with the 1996 Standard Specifications for Road,
Bridge and Municipal Construction prepared by WSDOT and the American Public Works
Association (APWA), as amended by the City of Renton Public Works Department.
No 3. The surface water drainage system shall be constructed according to the approved
plans, which are on file in the Public Works Department. Any deviation from the
approved plans will require written approval from the City of Renton Public Works
40 Department, Surface Water Utility Section.
4. A copy of these approved plans must be on the job site whenever construction is in
progress.
5. Datum for Vertical Control shall be North American Vertical Datum 1988 Meters, and for
Horizontal Control shall be North American Datum 1983/1991 Meters unless otherwise
approved by the City of Renton Public Works Department. Reference benchmark and
elevations are noted on the plans.
6. All sedimentation/erosion facilities must be in operation prior to clearing and building
construction, and they must be satisfactorily maintained until construction is completed
and the potential for on-site erosion has passed.
7. All retention/detention facilities must be installed and in operation prior to or in
conjunction with all construction activity unless otherwise approved by the Public Works
Department, Surface Water Utility Section.
8. Grass seed may be applied by hydroseeding. The grass seed mixture, other than City of
Renton approved standard mixes, shall be submitted by a Landscape Architect and
approved by the Public Works Department, Surface Water Utility Section.
9. All pipe and appurtenances shall be laid on a properly prepared foundation in
accordance with Section 7-02.3(1) of the current State of Washington Standard
Specification for Road and Bridge Construction. This shall include necessary leveling of
the trench bottom or the top of the foundation material, as well as placement and
compaction of required bedding material, to uniform grade so that the entire length of
the pipe will be supported on a uniformly dense, unyielding base. All pipe bedding shall
be APWA Class"C", with the exception of PVC pipe. All trench backfill s hall be
' compacted to minimum 95% for pavement and structural fill and 90% otherwise per
ASTM D-1557-70. Pea gravel bedding shall be 6 inches over and under PVC pipe.
10. Galvanized steel pipe and aluminized steel pipe for all drainage facilities shall have
asphalt treatment #1 or better inside and outside.
Utility Specifications
11. Structures shall not be permitted within 10 feet of the spring line of any storm drainage
pipe, or 15 feet from the top of any channel bank. '
12. All catch basin grates shall be depressed 0.10 feet below pavement level.
13. Open cut road crossings through existing public right of way will not be allowed unless
specifically approved by City of Renton Planning/Building/Public Works Administrator.
14. Rock for erosion protection of roadside ditches, where required, shall be of sound quarry
rock placed to a depth of one (1) foot and must meet the following specifications:
4 - 8 inch rock/ 40 - 70% passing;
2 - 4 inch rock/ 30 - 40% passing; and '
less than 2 inch rock/ 10 - 20% passing.
15. All building downspouts and footing drains shall be connected to the storm drainage
system, unless approved by the City plan reviewer or Surface Water Utility Section. An
accurately dimensioned, certified as-built drawing of this drainage system will be
submitted to the City upon completion.
16. Issuance of the building or construction permits by the City of Renton does not relieve
the owner of the continuing legal obligation and/or liability connected with storm surface
water disposition. Further, the City of Renton does not accept any obligation for the
proper functioning and maintenance of the system provided during construction.
17.The Contractor shall be responsible for providing adequate safeguard, safety devices,
protective equipment, flaggers, and any other needed actions to protect the life, health,
and safety of the public, and to protect property in connection with the performance of
work covered by the contract. Any work within the traveled right of way that may
interrupt normal traffic flow shall require a traffic control plan approve by the Public
Works Department, Transportation Systems Division. All sections of the WSDOT
Standard Specifications 1-07-23 Traffic Control shall apply.
18. Special drainage measures will be required if the project location is within the aquifer
protection area (APA).
rrl
riY
aw
Utility Specifications
aw
Erosion Control Notes
THESE NOTES SHALL APPEAR FOR ALL PROJECTS - SITE IMPROVEMENTS, SURFACE WATER
UTILITY, WASTEWATER UTILITY, WATER UTILITY, AND TRANSPORTATION PLANS:
1. BEFORE ANY CONSTRUCTION OR DEVELOPMENT ACTIVITY OCCURS, A PRE-
CONSTRUCTION MEETING MUST BE HELD WITH THE CITY OF RENTON, PUBLIC
WORKS DESIGN ENGINEER.
2. All limits of clearing and areas of vegetation preservation as prescribed on the plan(s)
shall be clearly flagged in the field and observed during construction.
3. All required sedimentation/erosion control facilities must be constructed and in operation
prior to land clearing and/or construction to ensure that sediment laden water does not
enter the natural drainage system. All erosion and sediment facilities shall be
maintained in a satisfactory condition until such time that clearing and/or construction is
complete and potential for on-site erosion has passed. The implementation,
maintenance, replacement and additions to erosion/sedimentation control systems shall
be the responsibility of the permitee.
' 4. The erosion and sedimentation control systems depicted on this drawing are intended to
be minimum requirements to meet anticipated site conditions. As construction
progresses and unexpected or seasonal conditions dictate, the permitee shall anticipate
that more erosion and sedimentation control facilities will be necessary to ensure
complete siltation control on the proposed site. During the course of construction, it
shall be the obligation and responsibility of the permitee to address any new conditions
that may be created by the activities and to provide additional facilities, over and above
minimum requirements, as may be needed, to protect adjacent properties and water
quality of the receiving drainage system.
5. Approval of this plan is for erosion/sedimentation control only. It does not constitute an
approval of storm drainage design, size nor location of pipes, restrictors, channels, or
' retention facilities.
6. During the time period of October Ist through April 30th, all project distributed soil areas
greater than 5,000 square feet, that are to be left un-worked for more than 12 hours,
shall be covered by mulch, sodding or plastic covering.
7. In any area which has been stripped of vegetation and where no further work is
anticipated for a period 30 days or more, all disturbed areas must be immediately
stabilized with mulching, grass planting or other approved erosion control treatment
applicable to the time of year. Grass seeding alone will be acceptable only during the
months of April through September, inclusive. Seeding may proceed, however,
whenever it is in the interest of the permitee, but must be augmented with mulching,
netting or other treatment approved by the City of Renton, outside the specified time
' period.
i
Utility Specifications
8. For all erosion/sedimentation control ponds where the dead storage depth exceeds 6
inches, a fence is required with a minimum height of three (3) feet, 3:1 side slopes. ,
9. A temporary gravel construction entrance, 24 feet x 50 feet x 8 inches of 4 to 6 inch
quarry spalls shall be located at all points of vehicular ingress and egress to the
construction site.
ki
=t
OW
aw
o
Water Standard Details Index
300.0-Water Plan General Notes 340.3-1"Air&Vacuum Release Assembly
to 300.1-Connection to Water Main with 340.4-2"air&Vacuum Release Assembly
Tapping Tee&Valve
340.5-%"&1"Individual Pressure Reducing
ow 300.2-Connection to Water Main Cut In-Line Valve Assembly
&One Valve
340.6-Pressure reducing Station In-Vault
300.3-Connection to Water Main In-Line Tee Standard
&Two Valves
340.7-Pressure Reducing Station In-Vault
r 300.4-Connection to Water Main In-Line Tee with In-Line Valve
&Three Valves
340.8-%"to 2"Double Check Valve Assembly
300.5-Connection to Water Main Existing Tee for Irrigation or Residential Fire
or End Line Cap Sprinkler
300.6-Poly Pig Station for Cleaning of Water 350.2-Reduced Pressure Backflow Assembly
Mains in Hot Box
310.1-Fire Hydrant Assembly 360.1-4"DDCV Assembly with Standpipe
"w Outside Connection
310.3-Hydrant Marker Layout
360.2-6",8",&10" Double Detector Check
rr 320.1-%"and 1"water Service Assembly with Standpipe Outside
320.2-1%"and 2"Water Service Located in Installation
Planting Strip 360.3-4" DDCV Assembly without Standpipe
320.3-2"and 1%z"Water Service Located in Outside Installation
Right of Way Behind Sidewalk
360.4-6",8",&10"Double Detector Check
320.4-3",4",&6"Compound Domestic Assembly without Standpipe Outside
Water Meter Assembly Installation
wr
330.1-Valve Box, Marker&Operating Nut 360.5-Inside Building Install for 3"and Larger
Extension Detector Double Check Valve Assembly
330.2-Concrete Blocking for Horizontal and
Downward Vertical Bends
330.3-Concrete Blocking for Vertical Fittings
6 330.5-Shackle Rods and Tie Bolts
340.1-2" Blow-Off Permanent Assembly
340.2-2" Blow-Off Temporary Assembly
i
i
i
� PART VII
�
PLANS
13"x24" PLASTIC METER BOX EQUAL TO MID-STATES PLASTIC,
INC. BCF SERIES MSBCF 1324-18 WITH 1.75" THICK DUCTILE CITY PRIVATE
IRON DIAMOND PLATE COVER EQUAL TO MID-STATES PLASTICS,
INC. MSCBC-1324-R WITH READER LID AND 2" DRILLED HOLE PIPING PIPING
FOR TOUCHREAO PIT LID (SEE DETAIL A-A)
J� IN UNIMPROVED RIGHT OF J)
WAY INSTALL METER BOX AT
PROPERTY LINE WITH 12" �
w' LONG COPPER TAILPIECE. W
12" M X a l SIDEWALK a l
FINISH GRADE
<w TOUCHREAD WATER
METER TO BE
:-o C) SUPPLIED BY THE 12 ? Q w
36" MIN COVER M _ CITY 5>
TYPE "K" SOFT o 0
1 /
22-112- COPPER TUBING
! '
NEW DUCTILE
IRON
WATERMAIN
IF SERVICE LINE TO HOUSE IS 3/4" OR 1"
TO BE INSTALLED IN THE FUTURE GALVANIZED
INSTALL FORD C14-33 OR 44 FIPT PLUG
x COMPRESSION COUPLING
LOOP DOWN TO CENTERLINE
OF WATER MAIN TO
PROVIDE SLACK IN COPPER COPPERSETTER FOR 5/B"x3/4" METER: FORD
SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WC0033, OR
MUELLER: 3/4-8-2470-2 WITH ANGLE BALL VALVE ON INLET AND
SINGLE CHECK VALVE ON OUTLET
ZCORPORATION STOP WITH BALL VALVE. FORD OC PPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR
TAPERED THREAD (CC). QUICK JOINT MCDONALD BRASS: 21-415WCQ044, OR MUELLER: 1-8-2470-2
(3/4" F81000-3-0) OR AY MCDONALD 47018 BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON
(1" FB1000-4-Q) OR AY MCDONALD 4701B INLET ANGLE BALL VALVE AND SINGLE CHECK VALVE ON OUTLET,
ALL FITTINGS SHALL BE WITH QUICK JOINT. '
NOTE:
ALL METER BOXES INSTALLED WITHIN CONCRETE OR PAVED DRIVEWAYS SHALL BE
CAST-IRON EQUAL TO OLYMPIC FOUNDARY. EXPANSION JOINTS MUSH BE INSTALLED ON
BOTH SIDES OF METER 80X.
A - A �
DRILL 2" DIA. HOLE FOR AMR (AUTOMATIC
i METER READ) TOUCHREAD DEVICE
L 2-1/2" MIN. FROM NEAREST
,
z AND FRONT EDGE OF PIT LID
TYPICAL '
RIB
NOTE:
THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM
UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE
NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN
ONE RIB,
CY
PUBLIC WORKS 3/4" AND 1" WATER SERVICE STD. PLAN - 320.1
DEPARTMI,:NT
NOVEMBER 2009 1
CITY PRIVATE
PIPING PIPING
1-1/2" AND 2" WATER SERVICE DETAIL W w
z z
J
y IN UNIMPROVED y
RIGHT-OF-WAY INSTALL METER
CAUTION VALVE BOX SHOULD NOT REST ON 10 11 12 w BOX AT PROPERTY LINE WITH w
PIPE. LATER COMPACTION IN AREA OF VALVE BOX a a
COULD CAUSE THE BREAKAGE OF THE SERVICE. 12" LONG COPPER TAILPIECE ¢
a a
' 9" MIN.
-12" MAX.
Z x
? 3 — 9 <of
o v o, LEAVE EXPOSED o
U 4 7 Nm ry0U 72..
BY PASS NOT ALLOWED
o FOR IRRIGATION METERS
0 1 2 3 6 7 13
5 s CRUSHED ROCK
n BASE TO SUPPORT
A— A DRILL 2" DIA. HOLE FOR VAULT.
TOUCHREAD DEVICE - QUICK-JOINT
COUPLING x MIPT CAST IRON OR DUCTILE IRON WATERMAIN
I
2-1/2" MIN. FROM NEAREST NOTE:
-- AND FRONT EDGE OF PIT LID THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM
UNDERNEATH RIBS UNLESS THE RI8 SPACING ALLOWS
THE NUT TO TIGHTEN AGAINST THE OPEN SIDE OF
TYPICAL RIB_.r- MORE THAN ONE RIB.
MATERIAL LIST FOR 2" SERVICE: METER LOCATED IN PLANTING STRIP MATERIAL LIST FOR 1-1/2" SERVICE, METER LOCATED IN PLANTING STRIP
BETWEEN CURB & SIDEWALK BETWEEN CURB & SIDEWALK
1. 2" tapped tee, on new water main. 1. 2" tapped tee on new water main.
2. 4" long X 2" brass nipple with threaded ends (MIPT). 2. 4" long X 2" brass nipple with threaded ends (MIPT).
3. 2" resilient seat gate valve with threaded ends, square operating nut, 3. 2" resilient seat gate valve with threaded ends, square operating nut, and
and valve nut extension if required (see standard detail 330.1). valve nut extension if required (see standard detail 330.1).
4. Two piece cost iron valve box. Standard 8" top section with regular 4. Two piece cost iron valve box. Standard 8" top section with regular base
base section, length to fit, "lug" type cover. 2" brass bushing (MIPT x section, length to fit, "lug" type cover.
FIPT), 5. 2" X 1-112" hex brass bushing (MIPT x FIPT). 2 each 1-1/2" brass or
kv 5. 2 each 2" brass or bronze nipples 6" length, threaded ends. 2 each bronze nipples 6" length, threaded ends. 2 each 1-1/2"-90• brass or
2"-90' brass or bronze elbows (FIPT x FIPT). bronze elbows (FIPT x FIPT).
6. 2" (MIPT) x compression fitting, Ford C84-66 or equal. 6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal.
7. 2" soft copper tubing type K or brass nipples (MIPT x MIPT), length to 7. 1-1/2" soft copper tubing type K or brass nipples (MIPT x MIPT), length
fit to fit.
8. 2" threaded brass 90• ell. 8. 1-1/2" threaded brass 90• ell, for Ford L44-77 or equal.
9. 2" Customsetter with by-pass Ford: V8H 86-128-11-77 (x 17-3/16" 9. 1-1/2" Customsetter with by-poss Ford: VBH 86-128-11-66 (x
), McDonald Bross: 308715WOFF775 or Mueller B-1427-2", with flanged 13-3/16"). McDonald Brass 308612WDFF665 or Mueller B-1427-1 112",
angle ball valve and padlock wings on inlet, and angle check valve with flanged angle ball valve and podlock wings on inlet, and angle check
outlet, ball valve on bypass with padlock wings. Customsetter shall valve outlet, boll valve on bypass with padlock wings. Customsetter shalt
have vertical inlet and outlet. have vertical inlet and outlet.
10. Rigid meter spreader to be supplied and installed in meter setter by 10. Rigid meter spreader to be supplied and installed in meter setter by
Contractor. contractor.
11. Water meter shall be supplied and installed by City of Renton upon 11. Water meter shall be supplied and installed by City of Renton upon
payment of alt related water meter fee and satisfactory pressure and payment of all related water meter fee and satisfactory pressure and
purity tests. purity tests.
12. 17"x30" Plastic meter box equal to Mid-Stotes Plastics. Inc. BCF Series 12. 17"x30" Plastic meter box equal to Mid-States Plastics, Inc. BCF Series
MSBCF 1730-18 with 2" thick Ductile iron diamond plate cover 18"x31" MSBCF 1730-18 with 2" thick Ductile iron diamond plate cover 18"x31"
equal to Mid-States Plastics, Inc. MSCBC-1730-R with 2" drilled hole equal to Mid-Slates Plastics. Inc. MSCBC-1730-R with 2" drilled hole for
for touchread pit lid, and meter read lid, touchreod pit lid.
13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C-14-66 13. 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT). Ford
or equal. The property owner is responsible for any necessary odoptotion or C-14-66 or equal. The property owner is responsible for any necessary
extension of water service. adaptation or extension of water service.
NOTE:
ALL METER BOXES INSTALLED IN CONCRETE OR PAVED
DRIVEWAYS SHALL BE CASs-IRON EQUAL TO OLYMPIC
FOUNDARY
EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON 80TH
SIDES OF METER BOX
*r0PUBLIC WORKS 1 12" AND 2" WATER SERVICE LOCATED STD. PLAN — 3202
� DEPARTMENT IN PLANTING STRIP
F rvcc MARCH 2010
CAUTION VALVE BOX SHOULD NOT REST ON ?
PIP£. LATER COMPACTION IN AREA OF VALVE BOX
COULD CAUSE THE BREAKAGE OF THE SERVICE. w
tD 11 12 0 ,
a
PRIVATE PLUMBING
9" MIN. 9 SHALL CONNECT
12" MAX. HERE
Z Zad — — I
M i �3�
q e o p ..,.
n 7 7
2" BRASS PLUG
CRUSHED ROCK BASE---__. (THREADED)
TO SUPPORT VAULT.
BY PASS ATI ALLOWED
FOR IRRIGATION METERS
2 3 6 7 7 13
1 6
1-1/ AND 2" WATER SERVICE DETAIL MIPT x QUICK JOINT
a
MATERIAL LIST FOR 2" SERVICE WITH METER LOCATED IN RIGHT-OF-WAY BEHIND SIDEWALK
1. 2" topped tee on new water meter.
2. 4" long X 2" brass nipple with threaded ends (MIPT). A— A
3. 2" resilient seat valve with threaded ends, square operating nut and valve nut extension if DRILL 2" HOLE FOR
required (see standard detail 330.1). TOUCHREAD DEVICE
4. Two piece cost iron valve box. Standard B" top section with regular base section, length to
fit, "lug" type cover.
5. 2" brass bushing (MIPT x FIPT) 2 each '2" brass or bronze nipples 6" length, threaded ends 2
each 2"-90' brass or bronze elbows (FIPT x FIPT)
6. 2" (MIPT) x compression fitting, Ford C84-66 or equal.
7. 2" soft copper type K or brass nipples, length to fit. TYPICAL RIB
8. 2" threaded brass 90' ell.
9. 2" Customsetter with by-pass Ford VBH 86-128-11-77 (17-3/16") or McDonald brass 2-1/2" MIN. FROM NEAREST
308715WDFF775, with flanged ongle ball valve and padlock wings on inlet, and ongle check valve AND FRONT EDGE OF PIT LID
outlet, boll valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet.
10. Rigid meter spreader to be supplied and installed in meter setter by contractor_
11. Water meter shall be supplied and installed by City of Renton upon payment of all related water
meter fee and satisfactory pressure and purity tests.
12. 17"x30" equal to Mid-States Plastics. Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron
damond plate cover 18"x31" equal to Mid-States Plastics, Inc. MSCBC-1730-R with 2" drilled hole
for touchread pit lid, and meter read lid.
13. 2" coupling (compression x FIPT) with 2*' plug (MIPT), Ford C-14-66 or equal. The property
owner is responsible for any necessary adaptation or extension of water service.
MATERIAL LIST FOR 1-1/2" SERVICE WITH METER LOCATED IN RIGHT-Of-WAY BEHIND SIDEWALK
1. 2" tapped tee on new water main
2. 4" long X 2" brass nipple with threaded ends (MIPT). --
3. 2" resilient seat valve with threaded ends, square operating nut and valve nut extension if required
(see standard detail 330.1).
4. Two piece cost iron valve box. Standard 8" top section with regular base section, length to fit,
"lug" type cover.
5. 2" X 1-112" hex brass bushing (MIPT x FIPT), 2 each 1-1/2" brass or bronze nipples 6" length
(threaded ends), 2 each 1-1/2"- 90' brass or bronze elbows (FIPT x FIPT)
6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal.
7. 1-1/2" soft copper type K or brass nipples, length to fit.
B. 1-112" pack-joint 90' ell, for Ford L44-77 or equal.
9. 1-1/2" Customsetter with by-pass Ford VBH 66-12B x 13-3/16" or McDonald brass, with flanged
angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass with '-
padlock wings. Customsetter shall have vertical inlet and outlet.
10. Rigid meter spreader to be supplied and installed in meter setter by contractor.
11. Water meter shall be supplied and installed by City of Renton upon payment of oil related water
meter fee and satisfactory pressure and purity tests.
12. 17"x3O" equal to Mid-States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile iron
damond plate cover 18"x31" equal to Mid-States Plastics, Inc. MSCBC-1730-R with 2" drilled hole
for touchreod pit lid and meter read lid.
13. 1-112" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford C-14-66 or equal. The
property owner is responsible for any necessary adaptation or extension of water service.
NOTE:
ALL METER BOXES INSTALLED IN CONCRETE OR PAVED
DRIVEWAYS SHALL BE CAST-IRON EQUAL TO OLYMPIC
FOUNDARY.
EXPANSION JOINTS MUST BE INSTALLED 12" MINIMUM ON BOTH
SIDES OF METER BOX.
STD. PLAN - 320.3
PUBLIC WORKS 2 AND 1 '2" WATER SERVICE LOCATED �
DEPAR'I'Mr:NT IN RIGHT OF WAY BEHIND SIDEWALK
FEBRUARY 2010
REGISTER SHALL BE TOUCH READ PIT LID 4" POST INDICATOR VALVE
(TR-PL) AND BE INTELLIGENT COMMUNICATION (MJxMJ) PAINTED BLUE
ENCODER TYPE (ICE). METER MUST READ IN 2-3/4" SHACKLE RODS PER CITY
CU. FT. OF RENTON SPECIFICATIONS
4" 90'BEND (MJ) 4" 90'BEND (MJ)
INSTALL IN TEST
PORT A 2"x2"
TEE (MJxFL) 12" 13 LF 4" DJ.
BRASS NIPPLE WITH
7'-0
I GATE VALVE (FLxMJ) - "
o � - y / A 2" RESIDENT
v SEATED BRASS GATE
= j LADDER WITH I VALVE AND 2" PLUG.
4" FLxMJ ADAPTOR SUPPORT BARS 4" FLxMJ ADAPTOR
PER OSHA— •2.-4"
4" or 6" D.I.
ol
FLOW TO BUILDING
EPDXY NON-SHRINK
-. GROUT '2'I-4"
4" TEE (MJxFL) . 1
WELDED STEEL COLLAR
CITY PRIVATE
TOUCH READ PIT LID SENSOR MOUNTED ON
STEEL PLATE COVER THROUGH 2" OIA. PIPING PIPING
DRILLED HOLE IN COVER. LOCATE HOLE 2YZ" DEADMAN BLOCK
FROM EDGE OF PIT LID AND RIBS. 4" TEE REQUIRED WITH
(FL) SHACKLING TO TEE
PRECAST CONCRETE VAULT WITH 2 3"x3" HINGED STEEL
PLATE COVER. OUTSIDE DIMENSIONS 4'-8"x7'-O".
(EQUAL TO PIPE INC.. OR UTILITY VAULT WITH
57-7L-B. 2 3'x3' DIAMOND PLATE DOO)4- SENSUS MODEL 520R RADIO
READ PIT SET SENSOR
MOUNTED ON STEEL PLATE TWO PIECE CAST IRON VALVE BOX,
6",4" OR 3" GATE VALVE (FLxFL) COVER THROUGH 2" DIA. EQUAL TO OLYMPIC FOUNDRY CO.
NON-RISING STEM WITH HAND WHEE DRILLED HOLE IN COVER STANDARD 8" TOP SECTION, WITH
EQUAL TO MUELLER CO.A-2380-6. REGULAR BASE SECTION LENGTH TO Fi
6" OR 4" (FLxPE)CEMENT LINED
DUCTILE IRON PIPE CLASS 52 3'-6"
LONG WITH COLLAR 20" FROM P.E.
EQUAL TO THOSE SUPPLIED BY PACIFIC 3" VALVE NUT EXTENSION IF REQUIRED
WATER WORKS CO. INC.
(DING BR46/PAGE 8090)
6", 4" OR 3" GATE VALVE
z a - N (FLxMJ) EQUAL TO
° MUELLER CO. A-2380-20.
I
• 1
TO BUILDING --
FLOW 16"
12" AROUND
- CITY PRIVATE
VYw 12"
"> PIPING PIPING
VIA
6" OR 4" PExPE CEMENT
LINED DUCTILE IRON PIPE
CLASS 52. LENGTH TO FIT.
6",4" OR 3" COMPOUND WATER METER (FL)
EQUAL TO SENSUS SRII COMPOUND METER WITH
TGUCHREAD PITUD I.C.E. REGISTER & SENSOR
WITH 4 WHEEL HIGH RESOLUTION (100 CUBIC ADJUSTABLE STEEL 6" OR 4" FLEXIBLE FLANGED
FEET) REGISTER. FOR 3" METER, REDUCE AT PIPE SUPPORT COUPLING ADAPTOR, ROMAC
" METER WITH 4"X3" FLxFL CONCENTRIC STANCHION BOLTED OR APPROVED EQUAL,
REDUCER. TO FLOOR
GENERAL NOTES:
ALL METERS AND BACKFLOW PREVENTION DEVICE COMBINATIONS ARE
NOT SHOWN OR INCLUDED IN THE STANDARD DETAIL DRAWINGS. IF
YOUR PARTICULAR COMBINATION IS NOT SHOWN, AN APPROVED
DRAWING WILL BE REQUIRED BY THE UTILITY ENGINEERING DEPT, FOR
ITS INSTALLATION.
THE PRINCIPAL REQUIREMENTS REGARDING VAULT SIZING ARE THE
LENGTH OF FITTINGS OR THEIR CLEARANCE FROM THE VAULT WALLS,
(WHICH CLEARANCE SHALL BE A MINIMUM OF 12" FROM THE ENDS AND
THE SIDE CLEARANCE SHOULD BE AS TYPICALLY SHOWN ON THE
VARIOUS STANDARD DETAILS).
NOTE: DEADMAN BLOCK SHALL BE DESIGNED AND INSTALLED SO IT
BEARS AGAINST SUFFICIENT UNDISTURBED EARTH SO AS TO SUPPORT
THE DESIGNED THRUST.
� Y
°n STD. PLAN — 320.4
PLlSI,IC WORKS 3", 4" & 6" COMPOUND DOMESTIC
I)EPARTMENT WATER METER ASSEMBLY
tvtAkC fl 2010
I
I
A A
PLAN VIEW ,
WATER
VALVE BOX LID WITH
EARS IN DIRECTION OF 2" SQUARE
WATER MAIN AND WORD OPERATING NUT
t "WATER" CAST INTO IT
12 MIN.
18" MAX.
4" CONCRETE COLLAR FOR
VALVES IN PAVED AREAS 4-1/4" DIA.
12,
1/8" MIN. THICKNESS
SEE DETAIL-/ �— 2 PIECE CAST IRON VALVE
BOX, RICH-SEATTLE TYPE
OR OLYMPIC FOUNDRY 1" STEEL
LENGTH AS REQUIRED
1/8" MIN. THICKNESS
2-1/4" INSIDE MEASUREMENT
2-1/4" DEPTH
VALVE OPERATING NUT
SECTION A-A EXTENSION
�\ 1VALVE OPERATION NUT EXTENSION NOTE: j�sr
EXTENSIONS ARE REQUIRED WHEN VALVE NUT
IS MORE THAN THREE (3) FEET BELOW 3"
FINISHED GRADE. EXTENSIONS ARE TO BE A 38" MIN.
MINIMUM OF ONE (1) F0OT LONG. ONLY ONE WIDTH
EXTENSION TO BE USED PER VALVE.
NOTE: ALL EXTENSIONS ARE TO BE MADE WHITE PO`.
OF STEEL, SIZED AS NOTED, AND PAINTED 62
=1 =1 _
WITH TWO COATS OF METAL PAINT. i AM III-TI 111=
-24„
VALVE MARKER NOTES:
VALVE MARKERS SHALL BE EQUAL
TO CARSONITE UTILITY MARKER
VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER POST
MAIN LINE VALVES OUTSIDE PAVED AREAS
1Y I
* PUBLIC WORKS VALVE BOX, MARKER & OPERATING
STD. PLAN -- 330.1
DEPARTMENT NUT EXTENSION
MARCH 2C10
WATER PLAN GENERAL NOTES Standard Plan No.300
1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON PUBLIC WORKS
STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS AND WSDOT/APWA STANDARD SPECIFICATIONS,LATEST EDITION AS
AMENDED BY THE CITY OF RENTON. A SET OF CITY APPROVED PLANS SHALL BE KEPT AT THE JOB SITE WHENEVER CONSTRUCTION
IS IN PROGRESS. A PRE-CONSTRUCTION CONFERENCE SHALL BE HELD PRIOR TO THE START OF CONSTRUCTION.THE CONTRACTOR
AND OR DEVELOPER SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY PERMITS PRIOR TO CONSTRUCTION.
2. ALL EXISTING UTILITIES SHALL REMAIN IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL
CALL 1-800-424-5555 TO VERIFY UTILITY LOCATIONS BEFORE BEGINNING EXCAVATION.
3. ALL MATERIALS USED FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS SHALL BE NEW AND UNDAMAGED,AND
"CATALOG CUTS"FOR ALL MATERIALS SHALL BE APPROVED IN WRITING BY THE CITY OF RENTON PRIOR TO BRINGING ANY
MATERIALS ON-SITE.
4. ALL WATER MAIN PIPE MATERIALS SHALL BE CEMENT LINED DUCTILE IRON PIPE,THICKNESS CLASS 52 PER AWWA C 151 AND C
104. PIPE JOINTS SHALL BE PUSH-ON OR MECHANICAL JOINT, CAST IRON OR DUCTILE IRON PIPE FITTINGS SHALL BE CLASS 250 AS
PER ANSI/AWWA C110/A21.10-82. ALL DUCTILE IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH 8-MIL BLACK,TUBE-TYPE,
POLYETHYLENE PLASTIC PER AWWA C105 STANDARDS.
5. MINIMUM COVER FROM TOP OF WATER MAINS TO FINISHED GRADE SHALL BE 36 INCHES FOR PIPE DIAMETER OF 10-INCH OR LESS
AND 48 INCHES FOR PIPE DIAMETER OF 12-INCH AND LARGER. MAXIMUM COVER FOR ALL WATER MAINS SHALL BE 60 INCHES.
ANY DEVIATIONS MUST BE APPROVED BY THE CITY OF RENTON PRIOR TO CONSTRUCTION. WHERE UTILITY CONFLICTS OCCUR,
THE PROFILE OF THE WATER MAIN SHALL BE ADJUSTED AS NECESSARY TO CLEAR CONFLICTS AND TO PROVIDE MINIMUM COVER.
PIPE DEFLECTION SHALL NOT EXCEED ONE-HALF OF PIPE MANUFACTURER'S SPECIFICATION FOR SIZE OF PIPE USED. ALL TRENCH
BACKFILL SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DRY DENSITY AS DETERMINED BY THE MODIFIED PROCTOR TEST
METHOD(MDD)IN ROADWAYS,ROADWAY SHOULDERS,ROADWAY PRISM AND DRIVEWAYS,AND 85 PERCENT MDD IN UNPAVED
AREAS. ALL PIPE ZONE COMPACTION SHALL BE 95 MDD.
6. CONCRETE BLOCKING FOR WATER MAINS SHALL BE DESIGNED,INSTALLED AND POURED IN PLACE IN ACCORDANCE WITH CITY OF
RENTON STANDARD DETAILS AND SPECIFICATIONS AND SHALL BE INSTALLED AT ALL VERTICAL AND HORIZONTAL BENDS,FITTINGS
AND BASE OF HYDRANTS. MEGA-LUGS(OR SIMILAR PRODUCT)MAYBE REQUIRED ON ALL MECHANICAL JOINTS IN ADDITION TO
CONCRETE BLOCKING.
Wa
7. ALL NEW WATER MAIN PIPES AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM PRIOR TO BEING FLUSHED,
DISINFECTED,AND TESTED. CLEANING,PRESSURE AND PURITY TESTING SHALL BE DONE IN THE PRESENCE OF AND UNDER THE
SUPERVISION OF A CITY OF RENTON UTILITY INSPECTOR. THE CONTRACTOR SHALL SUPPLY,INSTALL AND REMOVE PLUGS,
CORPORATION STOPS,BLOW-OFF ASSEMBLIES,AND THRUST RESTRAINT/BLOCKING FOR TESTING AND PURITY ACCEPTANCE. NO
CONNECTION SHALL BE MADE BETWEEN THE NEW MAIN OR BETWEEN THE NEW WET-TAP VALVE TO AN EXISTING MAIN UNTIL
THE NEW PIPING HAS BEEN FOAM-PIGGED,DISINFECTED,FLUSHED,AND PASSED BOTH PRESSURE AND PURITY TESTING.
S. NEW WATER MAINS INCLUDING SERVICE LATERALS SHALL BE TESTED AT A STATIC PRESSURE OF 150 PSI ABOVE WORKING
PRESSURE WITH A MINIMUM OF 225 PSI TEST PRESSURE FOR 120 MINUTES WITH A MAXIMUM OF 5 PSI PRESSURE DROP DURING
THE ENTIRE TEST PERIOD.UPON SATISFACTORY COMPLETION OF THE PRESSURE TEST,THE LINE SHALL BE DISINFECTED,FLUSHED,
AND THEN WATER SAMPLES SHALL BE TAKEN FOR PURITY TESTING BY THE PUBLIC WORKS INSPECTOR.
Ail,
9. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS AT LEAST 10 WORKING
DAYS PRIOR TO MAKING CONNECTIONS TO THE EXISTING WATER SYSTEM.THE CONTRACTOR SHALL EXPOSE THE EXISTING WATER
MAIN AND FITTINGS AT THE CONNECTION POINT BEFORE ORDERING THE NECESSARY ADAPTORS AND FITTINGS REQUIRED FOR
THE FINAL CONNECTION. THE CONTRACTOR SHALL EXCAVATE,REMOVE ALL.SURFACE MATERIALS,AND PROVIDE SHORING AND
ALL MATERIALS REQUIRED FOR THE CITY OF RENTON TO PERFORM THE CONNECTION TO THE EXISTING WATER SYSTEM. THE
CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL,CONCRETE BLOCKING,AND COMPLETE SURFACE RESTORATION.
STD. PLAN — 300.0
p� PUBLIC WORKS WATER PLAN GENERAL NOTES
—R DEPARTMENT
`P� O� MARCH 2010
FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR
COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER
SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL
JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-112"
HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER
CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR,
4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS
STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO
BE PAINTED WITH TWO COATS OF PAINT. KELLY-MOORE/PRESERVATIVE
PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR
APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS
DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO
BE USED IF REQUIRED.
MIN. 18" TO 20" BEHIND BACK OF
CURB OR 12" BEHIND BACK OF
3' SIDEWALK THAT IS ADJACENT TO
CURB
4.875" x 5' STORZ TWO-PIECE CAST IRON VALVE BOX WITH LUG
5'x 5'x6" THICK CONCRETE PAD AROUND TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO.
HYDRANT. FINISH TO MATCH SIDEWALK. STANDARD 8" TOP SECTION WITH REGULAR BASF
®° EXPANSION JOINT AT SECTION LENGTH TO FIT. VALVE NUT EXTENSION
Oa° BACK OF SIDEWALK AS REQUIRED.
CONCRETE SIDEWALK RAISED PAVEMENT MARKER TYPE 88-A
/,/—OR PLANTING STRIP STIMSONITE TWO—WAY BLUE REFLECTIVE
.
36" MIN
�\ COVER CONCRETE BLOCKING
o
i
\`
CONCRETE
THRUST BLOCK '�
,i �i MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET.
GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT
6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT
2-3/4" COR-TEN STEEL TIE RODS.
16" x 8" x 4" MININUM
CONCRETE BEARING 1/2 YARD OF 1-1/4" WASHED DRAIN ROCK
BLOCK UNDER HYDRANT 1' ABOVE BOOT FLANGE. PLACE 8 MIL
POLYETHYLENE FILM AROUND TOP AND SIDES OF
GRAVEL.
FIRE HYDRANT ASSEMBLY
L LEVEL ALL GROUND
LEVEL ALL GROUND
MIN 3' RADIUS
MIN 3' RADIUS
0
1 ONE MAN ROCK
06 1 1 waa
� 6
o
® 6" CONCRETE PAD 6" CONCRETE PAD
CUT FILL
HYDRANT LOCATION IN CUT OR FILL
—
PL,HLIC WORKS FIRE HYDRANT ASSEMBLY STD. PLAN 310.1
+ DEPAR`rk4ENT — -- —
�"NT°� MARCIi 2010
MARKER r MARKER MARKER
TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE
MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A
WHICH SIDE OF STREET MAIN TRAVELED STREET, THE
HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED
DOTS OR PAINTED LINE) ON THAT MAIN STREET
MARKER MARKER
o e a e
FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET
MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH
SIDE OF STREET HYDRANT IS SIDE OF STREET HYDRANT IS
ON (4" FROM DOTS OR ON (4" FROM DOTS OR
PAINTED LANE DIVIDER) PAINTED LANE DIVIDER)
HYDRANT MARKERS
i
Wr
4"
RAISED PAVMENT MARKER TYPE 88 AB
STIMSONITE TWO—WAY (BLUE)
ar
rl♦
Y °
PUBLIC WORKS STD. PLAN - 310.3
+ HYDRANT MARKER LAYOUT ---- - -- - -
`" DEPARTMENT
N�c{
MARCH 2010
W
CV
O
O V Z N lu
p °W u O a G b�dN/� $ d'C Z Z N rl
w N a o �^� ,' °.�6 y� Wes .' 0:5 (� C
d O� A�
m ao o NW C $..� �� z J� D $ ���
< J V1 W W C:)1=- • `1'° ° G w UL Q
J WD m N - r L �;e Q° 5 G t f-Q 0 O
QF D �= a0}Z H ¢
w kn o m 'a w z m ° & p�0y4 O. Z m 0 F- a.
> w s m aco o �� Q g a
< N J ON 3 Q U N
V OJ N J = Ld N
~ J Zx N a WCO Q Li
NN O x N CY (y,
O Z CL N a:r u -
¢ UN w wa a $ W
N
O ON m
N-- O pV KN . c o o g
zz 0Y u t zw I
r- a v z cr 0 -U�-- w .n '� ••��..
V as
uj ON 0 < WNCL' N
UO Ul-- W- U JUCL U CC is N Q♦ .tl'Y
p r-Z �z O 20 N a N 9
x sz YZ sm a orr z
�- ¢ ¢W WW r ¢a
O -a a> r-W t-l- xaa 2
m m3 2Q Z --x CL2
a Lr- u s N a Z o `8 i CC W W �- 00 N�- Z Q W (' 8 <¢
C) • aU zr �z l z o� x
l,.N r z w Caw x Nt 0l- �- N D o 0 8 fi_a•_c° c « $ ,�„
w ra �a z
W> �> WCC aW a W W Cad!
2cr p >O x w �lL� Z
a= Na aa¢ Nl^ N aoz w o
Nu `-- CLZO w Uw U -
xw w0 W>- zu NW-^ o - t
WY V2 U�-l- Ym O>J z d E
xa r Z w < z> uj:3
Y-3 J 0 QO CLW W0
O O V- • 'IW a0 CLUY N a N wo
Na CO^ u0U1 1- 3 N a CL
o z Win ru xs
m z >a M uo rwd a <¢ a
w zo ,Oa- wx zm xx< x l 00
u x-- zs>- Mr ..r- 0-0 ¢ _ x s<
zO a�- OWm wo zz NO¢ a s u
w 3z ux > xO -- m <
�Z W W aN �U > O Q
oO 0- Ow- a< m 0 •u w r w
W--- Zr zm< U ap--• o i w=
NF- 4 W Cain r•- WCL �,� pa
U S 1-JZ WN Cali wNW N
ZW NJ 'n-i N4 <t M O
UCC aJ xxw --•d w W a o
N -- U xxW ar LnC SWO O
W Nd tiU WNO �m Nl-- 3mF- X
C) p
0 • • • N
2 .-• N
f[ 1
N 1
W O
a �W
Q N `
p O
¢ U
N m
W
a
o ¢
N <
m
0
a
Y �
5 •o
Ww U
•-r Z
a
0 w In
o w
\ U
O -+
w >
O Ou
Hm t Z OV
Z 0 Z <a
= W O 0 aCL
V CC O z z
N x z ZZ
J W 0 Z FO
0 v O
v` O - U 0 Ln l-
tim J J u CL a... "..
W U w r
Up
LL < QW
M z a u z a.�--
u x -' � U.
$$ a a r Cr
oz 3 K V
O LL r 4 a rW
•, a r _. u < m u Cr 0
U z a o .40 z cr n -t ¢
Oz
io Q w > ^, w3
y= Z
< x
Wo w
o
�f:
N o
o^
v� cfz $ ~a Y U N
La
.V.
X< O Z Q Z N
> W ~ �G 19�
ui
y o 0: Zd
bi
LL Z nm �D W
uj
R rr�p a
CL Z
v o L
x wm w �� r N '�g' pRp4Q' a u. z
w Fa- o..
v o w< v Z °O�, 0 0 a U cn vwi
Li W w a 0 z V o$ H
o z ¢ d g N m« .2 a
F-l� Z a Ul O O w N a A
Y° 2= ww d' W
xez ¢o No o Z •8 8
oa a� a 4 x
r--- 3 JW a 5a .8222°c v"
a< o Cox z to @ yl
° w
wo
W aLC = U 2 k1
Y x J CK f.:i
» O
J 00 2 w
1n 00 32 W2 O
or- yr v
0
O . .
Z ^' N M Q to ((ee55
U
�S =m O Z S
L,j a v 1-
O
LJ¢ w z Q o
� x o
0
N
TI a
0a V)o �-
0 004
as tr + * im °s z
v o w o
a in oF— = v o o cn
0 0 Ota o z o Q N M W a
d J . _
z Q w o W O a N W O
gmwcQ U r ° WZ 00_ s
�o LLJ -i
�- xz x x
o\ ♦ 15 NIVW 15 NIVN
s
0
N C)W
�= QN
=m O O
¢ !Y J �
U w x
0
o
N o o a
Z �o 'low < < ,
U
cr
G o Z
a o
t-
= o� i CO M a
Zm U
J 11� 0
p M M J
W w Z
a a 0
r > ^
O
z
W T
w
W
J
Mw
a ja
w %.JUJ N°
N v aoJ� C)
° > v b3a�i W.z t Z ° M
a w z= ;�� od�� 2Zpz�
¢ W�-- »r .-� 0 V Z
w o
WO o " �..�, i OCCV @ oIx w H
o�DS w` 5 t9 Q d p O O a
_j wo a o m oN �,� 4p4S g 4�QC�2 $ O}Q N ad to
o S W¢ a W U. ¢U(n g
m
w o 0W • is JiL-d
a0 u ir as oa z aU.K
a N2 WW �Q M
J x ¢
Q ¢ W O C' • O
x W S'-+ Z O W W
N d r x O W S c g
N a ¢-
NN r NW ro qp �' a •11
zw
O 2 N I- !:lox m
�[ w w W u Q ^' S H°
M-CC u u Z Z¢Q
N o ow ouzo a = o N 3 P a
¢o W> u¢
W O NQ WZ N W
ON z ¢ OOO RAJ o f 8
u¢ w zr u l� ¢ 3
QO H U OaN W
N Jo g m^
w I�x W No (r-> = j °n o y >e g o og 5;R
o
°m o 0
2 N n P x w Sd O_ N IQ o v� qq
p u a
p
0 <m
f N N <
11.E N
LLJ
O
i v
.°,
x N N ° P 00=
11 ^ v e d 3 Q
N
C, Oj
Z a c n w
vs
U
Q s"
N D v D r ° •L O • O \ _ • OLL 0.W
O < O O c N p a O �'O f-ti-�•` ao
z K c 2¢ c O O C C h m d N / O r J N. P y�....d -Kw
C7 S ZOO` O O »'ii
r O W O X rJWC N =C <_
7 O aaSN OW
_ O
¢Ul 0
�-N "r UVIOZ V •..
�W
o
=
z- 31 T wog o a.o-N c z a
ci
°o in M
4 D Q N
W
2m D N 2¢ u
..O UW ..
H S v a 0< NUr r W F•
Zw 3 O N �+ a per �WO O Q LY
ZU1<X F N-O 2 2 2 0
�w aJ r00 ¢ {-
N t0 fa -ZW 0 r
2 h NiaK
W2
T J K
on
uj w 2 W
z SL
u pS4 \ w o o r ►-'010 w
\ � � N r N W C.7 '6
\ yW
z p u r x 6. Z
o \ 4Qa O Q 2. F-N •Zr
J ¢ w
LLJ& OS \ 4 o W �' w w X x
\ y 0
�O N OOW
O S 4 �
p e
aw
Cj
mm S
,n ZOOS
Or w a G 0 R W OZ Z N '�
W Zx Pti � O M 'S a o
W n
t?
ozOn ¢ : �: ~ 4.
lu-
ZV1a Z a y.. `$ V D i �"'~Vq F W LL Q Q W
trr o (� � to QV 6 W 1 0C) 0 (7 IL
Q LL W V1 N Z IL a y O
w 4 a m e N$� p& W CIL
t9 <Q g m
(XO- r- °
La dOJ
w
o "
O y O W • d W u+ M N u�
J
=1 O—C3 rvf a
^ 2> (Y N
O f r Od m o g
S J[a 00 LL
In I. S Lt 4 i Y
OZO
(n UW r m qi
tn O rv� y Oa vv Q N a c,
U ZUJ a
W W r
—a3 y77a' _ �f�♦ ��
JW-x Q7w
W Z<(n -CC
a p p eyayae
OixW JS
� n
r xrm wu
O da Q
Z ZsJ 1nJ cg
.w- wwa ua Y ° !
Wx =Z= (n-
0 Z
w r00
:Do
�,
°�W 15 c
C3=Q >>am
0
O�
Mm
000 000
isin wo U
m N
N z
O:
^ o a=
�� LN913H 'NIM ,91 ii � o : o
Y �N
O
U10:
Xz d
W
W
O z W 2w Z
z 0 0 0
d W Z a W Q
N
N z
u u= --
>v F v n O U
all d
LL �
u r
W� yo LLo ZO
O =W ^ Z r
�W O SW Q O
W-
H ¢� Or Xv d Tti C7 Q
^Z r> r U .i W
r� w , Tw t!1 m
L d0 YO O ...a W U
�[ O Og aJ Z Urn J Z
CO OOO zII o o� {� wz a V.. UZa n'r a OS LAJ
K OyO f w U� WO J WOI O J
d im fJ w a-- a W
O O w
0
N
O
N
#3a41 ry W=WZ ZOZ N tn
a�Im W OP a
3
OZaa u� WLLQ Q r't�F
!-0O O U
°ao mLU QUtl1 g rn ,
u CL izW 00Zq
Y W
g
ir
J 3 W
O w v O� n,
m._. O
zo tN .7♦ �'
+,;♦ r O o
U a W-
S i°
." O to <z
xu
LLJ o ¢a mo (9e
d S =!
O F
� N
S a o s
U N r u r o
� U Y Z;p N Z
cr-
o� �
sz
�i 0
Am
r z x
z¢ u�
J C(L Z m W
_ a
N O U<
�T
< S
2
xu
W _
>W
r
2 N U
O- Q
<: K
x VI N r
N: Z
O
U
Z
z OU.z.
co 39
_ O
W m W
m tJ 4
YJ W 2
V1
W � mS
Qf- m ~Oi W OY u\ Q
Y Y Q V O
r
QQ � M =6 =JO O =p U r0
m 3 �x 2 =2
O2W 7p Qr
J
WW
Q P. N t = .~..W
�- N . r 3 z
N� O xG 3 W O. '
M N
W tJ
� N< �
J Y
"U"' W u
W
Q = O
LLJ=Q NQ Z > 3~
p<
(n N N 1N- N W 4
J O =T
L
W ,
2 LL
N TMA
a
w - wr • JL
Cl <W w Ow.-
1A
N
J N-a O
O 1
wa O W w W N
O 2 WAN N aZZ O^ bQ
x o o z z b��Ni �= Z Z Z 0 \G
1A XJ J W O�
x WOU u Ix oz wN f— Od yd J g 05
a 0
o U Ja XZ- W3 !Ow
W a maw z oao sz w W °a' „� V= a Z iL
0 0 aaz - U M J7-
a ¢ waa wvl Jo V ,c = O " �.. Z zW ° 0cc w H
a z z--J w' a'aw °>l tw�z 31 0 0 Or, d ° I-O0 Q W LL
w a0w u saw ux °w� X . o �y �r 5' gg C d
a 0 �w w aoz o r a o po p O d W a
a z W-•u o- oa- IL x x
1- "Z O •- a �n 0 L, °o h
no mwa wo >-o a", -o E0 IA
w Jw aa> (AO rww I-aU aLL z om
U Oz 1-lna a-- wwo
w
> 0a a xJ OZ a w> wao<EA 2 aa KW
w VI CL "I(r N • +-w^ as d 3 «L na ZLa
oz J2 a> Uoz w--u oow v'
WW JAW (If U.1 ^^O N'Y^ a0a O i$ a
Z O O ON[ 0g0 O O
wa(n C.7 x c c a g $i° �• z
r » nc�I wz aau a/ a 1- O
ww o°a ?w- jai Xowwn aom acv
0
Z .-• N M Q to .D N 14
rlr w
UJ
N b fil
F X flu!
Z
�oCf a^
lr n H 1 mow z°
tlrr d $
g <
1-N
O � Pw-
O W
/0F O _ J W • ` d W
-'s.. N
N N
O CJ
a
J O i z N N
Z ro .o c O
u F
i RIP.
w O
0
Z o w
W
W VI
S
4 w
O W�
2�-
I 1 w w 00 vz.
:03: Ou
< O 3 1 O a .. (AK
LL d O a r S1�tn ol�--
N v_. 4z`0 4•�- r°i Y�4 rN�°L14� O U O OU =d0 WO
oa uza: a
U < N ein .o vNi W W a Ln ~ a li 2W xx0 CAW
Z a Q W•- W h W z•-�
C, N ° a ��-�
T.
a I a o a $=
• r- w r ^ WU Wal/1 Uw
w N H -1 >W WX W
LL u r-o rat? -J%A
w w ao wz wzi az
m - o U z � a r-w 1-w �w
W s o J _ as ¢1-0 C)39
zs
O r
w � V
WY O
°
1 -
W J
cr
LU
p- t7 NO
C) m a <o 1y-W pz o
JO N WO FU-Vf �'f J° ti 7V = �- F (n cc,)
Z a v mJ< a •_ oNy�, SOW g w OZ g o
Inr w J O .> x d. W �-
ow z <01- uw m ., � &b J Do- - a Za �
o n < N�� D $ W p w
YJ a <z (L(3 z u� • W ' ° Z•o I 'o` oz �' �Q,p' �. ug. p f-
ao o wzo-- �= z ��� LL d '�r �� J94 Q w 5 iW-up< p �
-x Ina S ° �t fr s V C x o d
ro mr�Q V1J w zoo J '$ .n pQ �� - Z m 6a O)Q t~A a .:
Z mmi- F-W XJ v� o S W Zd Fa- < (� g h
WO W QQU x2 /- WOV
W-- m °��( 2< a maw W N
>o J
aW w u Jx z <az
<S J - �u W W<Q
Q WW U
m=
w
U
F-
In U-1- x Z 4011 J
zw z -- za Q xwo
m n ow3 �s u•-•
v uo Q In Ww
UJ Z 0 30 it W^-•u i
J LL Vlw 1'-O .W.. JU2
mWQ Q
LLx oI- zoo ¢x Qa> O Y
zIn Q tn0•- ww ml-- I-Ino h- o o °a ,,; J♦ ¢'
uw ZO Mx m0 OZ •' W
J > Www O 3 aWz M u i t W
Um Q ZO mWN W2 =.+ D N o =
Z< < O--•
r m< OtQ
n J3 I� W Q'9
-u ¢ w<o
1-- O Vl'-W OJ1- In cc Q J
InJ a ozw <Jx n rz-- goi
n, x a-•Q w<2 Q In2X ,,. N n X o o
to xa w x<J rx- OW Z-• - •^
W w< 1- WZLL cnM2 w .-.V1-- s iD to
o .n 1I „ N Ow
z
2 N n v' In Ip u V U ID
F
2 N v N 0 8 q C 0 ry
O}
N o
N w Z
gam` to
¢In a S o c a g ay
GN mmyN O mr V
Q� �\ N SOW
J=
0= _ Z W
N V O o I D v N-• �a
r� N............... 1-J G N
z
o m
00
0 oaf timvl,nvam s � 3 Q �
23 Rw mo b
O
X X X UB
�
rte,
♦ N roe �' @ae
OW g' e
°°VJ 6
♦ ♦ tA
O
Y ~
N W
x z
CD w
O O= W Q v o o I>y i O 3 N.w kA
c cx oc~iou
o NK
r
v1Q<a Z K N 0: Oz Wz
z
m- O ZZ-- Sc0
O Z Q Z W D
W
Q ��OZ � O � UmU�U WU
O u ` N J 1- O .Z.. W to QZ Jz
In W JJ In t�s a LL /r OuO UW
L „ o m a o z z< LL Y < U Q <w
W tl aN W W< N -bIn< Z Q F- E a K a-• Z
O LL Z O N O S x in O F LL O
Lj L)m O rR m <a In - Q > V1 1- >- 4 YW UW
wa
m N V < U w < 1- <VI-In
m V 0 6 0 N J O LL O W 02 QZ
E3 r In U U < J x O Z=m x
K N .-- w K m W W W 3 o 3
o W O In I- O F- V1 1--a"
az z
-?a
Q: N
Y O
WO
Z=Z r. Z Z c�C) 00
wwo g r'y y� N ZOZ y 0d Q
y •`� 2 r f z
vow A,.�. LL Q ¢ ml
wWS w° z i�f a�S� a.WUOp4 = FOO 0 (�
°oaz S S. o p�oQ� a p•3�►Z 0�Q vii a s
V)LLJ JJO O: N N `Q 0 t Q
J W O
tn.-a r- w W Z vs
<a. w O W
O
Um 4 W O 2
'A 0 4 (L x
.w z M
•au to w " 9 n � O
UfSw Z mt-- � H
zmz u a CD a N g m Z
ul -.4 tncr az L—Z)
C3U Eo WW_ tn� Q a'$
Z^'W • W H
ZV)Z)Z tWo �r4- N 8 n m°
lxO .U.. xMCA 2
QKW YW
3UmV1 K U $ o$ o L o° o r
i a H t a o __
cc -JO. tA2 OU
UJU-jW 00
to mnia o> °< §
W OMAN Qm LLLL •� kps
H N l}
O ■■
Z N
L a
O �1� L
LV E
O 3 N
a
v o N m
a
a o o rn
h Y
(
Z O V
W N L
u o
O
a O Y Cc"
lV? NHS = 1 0p2 N
�m asa K34
S
1 O
Y
0
O
lop
3
N N Z
O
Z
T
O m C W
O V L Z
^ E > o O
o
2 cr 3 Q
tn
( O
a
0 ox
W) 0 1 &
a° o
r _
° Z
u U
�t OYO cn
a 1 Q�w o z
O 0 0= N Z
4 = w
a WT
N J
O
12
q k:
W C) N
at 4 o
° C3 G Zt� Z Z
W -+ 6 g ? O
d At , „N < �y O $_ w p w x
�a vNw J <N $ w �`�� a �� Q W�Q Q W
x w v °ds 5 J— D �--0 C7
z� J> V g� ° y p4oQy C= Q Oa ¢
dJZ w $a ` h A oo QUg �
OJ NZ
W WO W �P
> Z d r
>Q
U Z
ZW 2 O 2 � z
OxW c
ry Ur aog o r�r Y
2 z
Z —d Z Q BBB ffFF RR!!
d2O N �
OSW mZw O
rru�<O WO N
U
ciao a—w o
ZOJ OOm
O
ZZW OJQ
D
0
■
� d
E 3
Oo N
W Y � 8
W p ( ( O
3 7
x �&0
m
o
O
u Y Y P
CL O �) °
In p m m ww O O I I p J
Z p < DO =
W0
X
W O
°N
o .w
O J N
V
X
> V
o P a o Y O
K u
'a - Q Z
�o N o
a 0
0
” 0 x r
N v7 r r z
8°e$H x o o s u
Q m S N°J d U W X z
Q ry
w < °w w �+ N ,n g Q W
CD V .� r- c .n v. i0 f e.n + + ''' '�° 0 0= N W 2 O W
j. N ° g� .°o� dug °o v°,� — '�3Q a Z d BUJ
—�1 O ¢
r
° a r >Qw
Lt w v (r d
�. " W --
W ., o Q roUf
co
rZW
�° rv _ 4 W U W OCDx
ate-.
x g
sw z Zs O o
zs
i
«k�
� O O
o o Z W Z Z o p
N
n r v a c. -- w IL
w o ❑� Fw x
y o o Wb oC wLLQ Q w
a`°ls 5 J co Q w F O❑ ❑ c�
w ` a� $ O J = N O a
LJLJ z Qv� 5
N N
Z ,r
0
cr
= sz z�
x wo
o a ° F
z
L,j ¢ tI T to
�!»w J
ID N N N N
cr a LO i
It-
UJ O O n O O
d D N1 Ut �D N N
Q m C:)H O
o_N O N I 5
Q
R
�}
.
O N
g 13 —_
O m
V)
J
w O
Ld
� S
x r1
a a °v
X 5 m m Jn
If
� oa
N
Z °o
U a+ o
L L
m a a mm
(n m o 6 of
o
".. z .¢ in D m c X
am
w u'i
4 of
Y
Z:)O N
CD 3 3
N
J W ^
w W X >
O O W
Q m w U � �O � O F-
V
N <@> z O
K ' pO O V
W = w o o .,. 4 O a w z
ti W °a > V J....
ti W w >p
[D v xw
� x W o � >W
S W J W Z
U U O
S� ui O 2 d o S
w
2
N 2_
O
a Q �
O
4
o
w(r Y N N
p aZq r z z
X< aQ GF� °ad�y� H J Z LL ? C eLi
zzpa O ``'` �_�, - o aam WLL� Q
o w �`•° Q 1-00 o p L.
4
N + + + a Q QUA g N
Lazo 0 I o na N
W 4
SSW VfM N z
-r a 00
OWO _ a a= 0- N
Vy d O�. •M
LUX irow >W
�nO O OQ UO
z -Yz
r r nv M 0C
¢�
it
0
tic:) � v M N O N w�0
� Y_
�1._ Y�
u WO 7yfxfl
jc .t W Um Laws
040 O 1 L fl 3 OS
=a5 L o< and ='r i N W m mT L,C t/1J
Z20 OL+-�
O a N C W
_. ¢ m C N
NO3 a O OV PW , �t
L DOW
U1 S V1lY 7 L L m C a'
1.......0
Ix>>Ir <7 /
fx
m Z w
.0 ^a 1
2 K X= i f
w W N I
O O i t
Z � 1
* O I +
w '
In
2 1
a 1 '
J I '
1
z u 1
z z 1
0 1 I
z U w 1
OUN
ui
W
r Vl
W i a
' 0 �O3 z 1 wu 1
4.Z+
=ww Z 1 Yo
K O
Z K W W r Os
O a W J N 1 2
> s z a i xo
w 2 x W Z
m V1 m w 1 O
Q UI
Y Z �-
X C) W O O
O r r N _
Z O U In
m 0
I ^ J
N �
s W
O 1"
N r U
s a w w a
7 z u a
p x a 0 4 0 Z
a w v +'4� L'¢
W- ¢ Ow
a a k
Q w Wa
r 0 Y U S
r J 0 O
�0 0 W W
a 3 2 J 1
in
cr
OZ w a
aO w »r
S U La v N
In
W J
S
1
i
1
�M -
ow
zZ
DQW N
v0~i G 83aNr� 8 m uj y Z z z N
�W� N a
0 o u C w < GaV a z a O
m o v~i o �..( d'WW� Qa� H
z ��5
z C7
wo
z o J 4c�¢ U< PA�� w _
Ir o x zoa Z� p�= Q Q U to vai
3 N - Sr3 >w
z s r-aw ax vj0
UW1 a N 3Z:E d j
r r o waz
.a_. 4 N O SaU
J 3 Z-Z ,ZO
J 4 S
2d4 Z NN Q
Cl
N J x x Wd4 r�
W Q W O V N 1-N x
J S Z J6 WWQ a
V N d JU mJ O W
J YaZ ^Y ^
YV
W 0 002 U U O
2 K ZZ
•-�
> W f- 3'-Q ZN3 o O U a
Cr
3,4O
W 2 O WJ$ 1--00 =m0
Z �Uw O
1- xu Z —U O^a' 0 y
W Qw O JVd WNW Q O Q
Lo o od> x•-2 0 0= a lit
O ad W xKO r F- 3 Q
� Q z a4 . Y
dJ~ W KHWW ¢O� N
3 2= Z w---SJ WS-»
O Z W 2 t-M 2 ; .6
0 2•-• J 2 W S ]c W
4 WS a Y2 SO v I
x >U Z NdWN LA
N WO Ox 30 OOJ OW w
z •-•a m 1 ZMU F-dw Y a O
4 ra 0 a dzmu d m
UQ Yd Oa x ON 3dx w
W W a 1-1-WW 1-ZJ JO w 1{
J 1-O Y O •-•N U -+U J Ai N
U 01- O N'-'Z1- N;2a
x ZO OQO 0
X aw d - w � x W N U NON NU Y I
Y Ot- NZ X-:O.J .;m OO
O '-ZO =3
✓1 o x� xx Z-xxx zap VWl
W 2 NO 1-l- .-.JF-N —:A 0-
� I' z ... N Ml v N oz x J
O
O U
Z 4=
I
3 N>
W
z 2
a 4
W J
S U
d W
O w
r ad
U�
Z�
W YQ
O �W
O r
z o�� a4
J
�u
iz
w
n p
ZW ( m
�
< d W
r
a
� r
d
' od o o o
4 d w a
a Z
V)
J N * d Z
.,1 Z a w
z
N O Q
W W O o a
O O
m Z Q O F- d
;
> > J N O d O m
} No Z z O S U
Z 2
W V W ltJ » U Z
H W o O W p 4
O x
OOC Vd a� .� J NV s
r °
CL w1- r a ¢
> v ® A
X A
a
s zt °
N
r s m W 1-5 a
° °ddy� N U)VN i Za C
AO
Z@ I%IL LL w 0
00 oO�W E
Ji O N O �y
Im
O r f 4 N -T YI
J • l
N
° m r
x N
-
m O O pooTs N N O
r?Q
N o V LOy � N,• ZOQ
Jam"' fWN
V
aww
� amz
QJ � a" w rZ0
u nLAW
a JW=r
X W 11 J z
N R, Z -z^ ZmWO _
YQ`4 O t m O
a N o ° u!� x
Q o C, VI ¢y�$ •- N 4 S .JJr
N p
I Q • ,� H o ` uaina °�
u
• N < O Q WC �1 `, Z c.7
MO
Z
J.4 Q r
LL-
' LLLi. W N W C,X LA A O v
OY°i O a) J u rz \\
MI N m H b Y i O ° O(A(r z u�l wNl ry YYtivi
OXX
W ° 8 a zuav u Yom•
C� d' N J'�`a-
Z � 4.
W N o Y
C LL m LY X O
rN \ Q _ ^ W ill OQWZ
., ri oo s e m 1C u i..srQ
al o b
g .2 0 3 Q N u Q
a
K C<CNGq
O O CO?
t,pAa q• 4V
K�
D �
O N �•- Y
N Qd'a O 1R Z }� Id
OOw W V ~ tY
r�
O N Oz fill
U
Y ( Q 00 !t
_ 0 SU 4�4!
x Yz
W W
u,.,
r w
I p a zl z o -) moo
`x ^
Y-w
�
cr r tzz;n
z r--r
o -u.4
u ^i d p u % aw
0
w
U1 xl , V Wz W 0
J— J O
ti MWX
Z <' ' LL =W 2=O ..
< J Z Q
t V rl I O WV w(ru)
1 ^W �o
Ws 1 & J I O u Y a- r2
Q rc V wl Z O 4 UN V=�
00= Y �I i W JCL WZ WZ=
=a a d col w z ao, rw rw
ox Ot-¢
O r xis I J U W a'3 ¢1-O
� a o
N _
o x \ o
a:=a
N
O
Y r !' (n N
a a �3� �at-yZ OZg a
0
a Z z d C
aOCUa �dWILQ Q m
wm ox + °dI'�c a}UZ C, Q
4 N O 3 ) Y�g a sy N I-=W Q s Q F-Q 0 °-
o i �� Qyoaw a WUZ= "QUco v¢i
r < n o
vi u m rr W
C6
a m w x
W K r OY
a m O a0 �t
O 2 �Ul Wm O O
LL o zr m � N _
a �oo
N V
W
`U.. Na' x4 y�- w0 N
2 WO D
O J
x aW z Qo
VI K W N
Y YU s
in = ¢4 ¢z
tr o < 40 44 9
s ax cr orm� CW �w as .=-w °s
2 W Zr ¢ a. u X N 00 m w �mg 3.
W UU r3 U? '/�iO�:a Od wN N�u we �
O
N 57
C
NV O l�
z ... N Nl Q N W
12N
YW
L I I i I Z O
Q
o
Z
W
O 0
Lli
LL'
zm ��
Z
Z O r
I¢ \ ✓1
a K X N XU R O¢O
vO <r0
YQ WZ
imO
% °a `�O e-� w d 9 r Z°F-
LLJ O a z� O LL 4
4 U
Q Y a m
p ua m
Z Z ~ O Z J CC N
W N � W o
-- n O z W u w wa
LtJ O J ^ r r
� Z
r 0
1 a o
0
r� o
a c N
ya ZW3qY zz N kn
J
U01%CL w(] w
0 o fl.. o WJUIC �w�Q w ,
6 z Nt�Z
ig
lula� =O O09
W a y Q U N J
SN
H
O� �p
a°o z z
o zwr- In Yr¢ 91
orQ °oir aw 7 ��
p a0W f NSW 2N ■
C3 0_ a a •SO D
Z<O QN aQ
1^N n W W J Z (n F
Lij
lJ.l n wc0o OJ�
v 91 w4N +�h�Y W< O dWQ Ste^
o OC)X
x�g nau $�E
if
� a d o y N Y' Q
c o w ,9• ' a u v uoo In ti
v v.n 7C N w of pp
Lno Pz �
IL Y n 2 i 00 W C1WW Z>
eo,r o 3 d ZNN Z>^
N oi_o o N XI 1 I Q QQ'J
H F-Wt1 J�
_ ym¢ Z
o ; I
�¢ U
��Ro qy C G Z I Z XJZ 26.^ '
N a O ;; O D V 1 W WJW F WT
o J 1 F w V10 ^Na
O O•
]C v
4 < O
N 2 d J O Q j
N O
l.t) •aid \� • aW w ..
tWi u ao o � • ...v°� �
Y o
-J G ° °zo • y P O ��' � 00-
wx=
1z YQ �9 $ I� - • o % % % X
Z
W V ♦ N 1 1
J • 'I I --------
O -________________________ -----------_-----
•f o T
0- • --!fir
a �¢
X °
pY4
a
Ljx
L F 1--w
zr
s o b b So
Y o* r > x z
Z p u cr
n pp
jo
Z y.r>
4�,0+�4rg w,Q 41 m O
g X Q O O OU 3W2
Q m •" p N o In _— .O r F-- d U W Z W N Od =
p < 'r O J^ J O
— m O Z y2-
Q W O^ !t 2w SSD
O Q O OQ Or O O W X Q W^ WaW
°g• .o N $r+ d.n N O O Q w >� >—W
L3. W ^ mWO 0 u U 0 C:) O .Z-. Q
li n �3H l i X W J J U x WZ WZS
CO
w V u a o= o��
^
o ° J W Ca Qro
c a-- a Q tl
_ • a u i � s
X 13
zs
a�b�: oo= U
Cz 3 4
J
dd
t0
Q o
zw °
o c Z Z z
F"NO °: a p+
wow IL za
t Ix LUZ CC
� m$9 �yryff QQ`q a tYZ.3 _~UZ F d
�a
Quo K Zg>< 0 � na..
LL F
LLJ
Joo F
LLJ
r z
LL °« zoa t
... ° ¢sq L Ocr
J Q c i I r 1
11 u"'i N H r7r n Xi 1 I`✓I . r ten°
LLJ
LLJ
f- QN 1 N O V1LL,3
+ x x x N ° Dti 1 1 1 1 0 ? (r
Z 0u
:c LIx
a o° S n JCS
LLJ
Q- ti e 0! w �d7
a `0Z3
o
z XJz
' ¢
! •� W X la_xW
m ' '
W .-.In o
a
nl • 4 �°a I
O
°s 0 `ti1
s a J• I i S�
Y�
A __
°a T °a \
x e x m xh x
o
w
°Yt & �� I • • a � Z W� V
< S a
I •°, a r¢
a
zr
* i° In �zv Z
L)
s
Z , I• Y=
K y « W 7- V—
z Ja rw^
C� � StL V1
Co N $ r z o r-ua
< < I I o ° 2 u sawo
N ° $
° a to WZ wtn¢
Q V �'W b N N t0 h N N YN1 N K N N 1 I 1 V J•-� J O
¢ o o 3. �O UWOC
atn - SN og�SN _ �° xw Sxo
W^ W314-1>^ >VW
wV w�t°!f
�w >O
0 Q U 0.. —r2
CO m m F �° °• aS Z o z ¢ 1 r n �-¢y
�`�'" a 'LI g ; 11 5C< ry W J �j w wZ WZS
w a CL o o= oW�
Fd W a- a-
0
S
N i g f Q V i CU]
V 0
lYA
C%4
QX
N
Biwa Z r z z N
'05 Z a A O
n y J = oG d w
Wz2G �ww¢ Q w
��55 z Q .(L 0 Z ,
04 5 z..1=
Q� W W�LLN °Q g
of �`�'o
SW� �,
s =
Ld
W _ ¢;< w
m
a a 1�';+r I
X , ll ,* o
0
O rl1 � � [3f p ■p
Z
O
W-
W D P P P (1 N C.1
p p O N 30
,•y CL N N I1 i I Q; t •
LL -�—f 1 X -W
W
02
Ole
H n N
ZI-
ZWes+ IQ ' pl <3
_ = V
< O N 1 I 1
0 4 Z N
J=V ¢ N
<w
m ;
F-z
Z P
to N
r i i W Sm
a �
W$ ^ g s z
W Y
z < ri11
W 2 J
v W W o a
X i a i
I I VI v O P m j
�nr�
V f IA IA l
U Z Q f•'1 N c N. m p
V
O N P C
C o > <
O ID V O
a U � x
or
u
0+ O m 2 yy' �'�y a' W W W W O O
V) L+ L J 111 © W J J u
NZ 8 O
V 1 O Li
O V N ON
O C �
� c X�a 0
t0
_om c
u
§ ° §L.S mm 'a 1 ; W wa
2
In =)Z
W 00 2
S U
Y O W ^ U~ N^
W w
W < ;O OI I � N Z J 4 FM 44
¢O M SWN VIM
.n r z � �o I s Z r- z f--•r
z z O U 4 X O
O 2 O U 3W3 U
Q u4 0 g < , ; r 4 O —
Ir a Y 1 1 6. A U w WN14 , z
u CO-
0 4 1(1�+ In N ' , x O W S W S S O w W
a c & oN �P �. = z M < w wxw
ct W N W n ��rr 1 ; 1oo o a >� >va 2�
LL- LL
Ld
�s N Wi,< o r a f laA 1-au wa
:3 yN > W JN
(n � n m �" t m OO G O Z J 2 � U 1..1 m^• m w
Q] q� _ Q $ �i N X W w O Wz WzS 4z
uWQ N Y! 4 N V ' ; ' C7 z Z) a -W 1 W 1-W
W 23 K1-O 02
W In 1-- a-- a_a w pa 3
W& 'a1
CM Y o e
o
�� �� ° v
yQ !Y O
i Y N
C,
z Z Z N 00
eq nw s Iwo W a O
d W p llJ
rflii � j�rht o 5 Q POO Q V
N s oQw W Z O�Q
?R W Q QUti ai
<<°R R x
I
0
F-
to
s� i<@>z a i • ♦ s �s o v y F
Ma
i r <
Z m U ON
moo o x w dLn Mw U
=w z^ aopa
> rU
amaz UW SW
x s e O O I N MJaa w a. 4AJ �
it _-
uvi wo
N N ti O J O O ZV1W ONt
Om Z° �0 a ZmOWO SZ d=
G
+ s • od V1 mo uz
(fie U� S d K2
.< n U 3� m } d J JS OU
CL rdWSO ZY VI VI
o <�3° oo c�drv�a. --(r y2w
z o '^[re W Q ZQ . Uf
aoccoi z' soo yo
az.......J
r oJYJ W Lnw
O SJm0.'a 202 V1W
W Oa= ZOO J
_ w0 SV) ZNtn W
1— ~ZO>-N =a O "'o< `
(yJ e UVI irZ mWr J
Ll.) s< O OZWS(D rmU W0.
J^>ON OJ^ 2Z
l
N oYgoSa r z a aJZ r�
n
aww X_
o
Vllnd •+
O
= p 8 Z N e•1
Z
W
J o
o�--
w = cca
sa o
CL
O x
Y W6
- G rz
mix r
I x W 00
SU
= 4oW N > ^ YZ
V•+
uQ o Z O r O
6 O r U CG
~ n x f O Z J d 1-W
Qua J w i
J Z Z O ..Ud
a m N$- i ♦ ♦ s 00= m o o Sao
F w g S 3 d r 0. V1 wz wV1d
C] V ° xN �� < O Z .U. -20.
0.d °v o aN • o�5j 2W SSO
Z Z 2 Q Wz W2W
w o o d >� >`W
13 W i o r r J WU WK VA
w W pq Q d d d >- .>.W .:o
mom 2S W U U ¢ a
m r _ O O r d rVl rdU
m J J 2 UO^-
W O Wz WZS
UJ Z Z O 0. r W W
r
,• & F Q J U U O S OS_ OrS
4 °a a u N to Ln 0. 0.dL,
zs
o 4
O Y4
� eat
r r'
N >.
O
O Z N
W Z'i O. Z n' ? O
QW0 W
p(t ► May
ts v�5 Z= WLLQ Q w
F W —W Q O Q m a
vi
I � i
W K a O U WZ H
W s q a w c r
z
N 7,P
J N , I I , • N O t�
_ N ° 4 � o" a J
� O
� �i o oO °" z �
� � u, u+ .0 � • s i ,� Inv, _-- ��■
Z v
W .0 2 9 ° I I
r ur, w-- OM
US Z I
'^ o zw Oca
Lij
eo y e o OCC 3: �tc� 11
N N N 11 1 S < 00
Q � F 3•"'a
W�T3 1 Ocr V1W
... .3 1 O
LA to 2 1-
cr
Ln
N N V
C Q 22 V1W
Z zw
�sw s I 9 a ao
Zln J
�I
w wa
W S
o a
i « « I ¢ d Ln t- ••ut o
K x 4M yM
p WX M
CD
W d N z N M C
0
y� J
LL U O O O r d m L
3 • • 1;./ ~ I 1611 1 O W Z W C V
I i v w°i PO v I •yy T I cv j N t d 0 4A
�✓OM N 1'C W � I T•Irl C tn H 49
D• W v r°i N LP 1 V 11Y QU. W Z N N }
N O V p 401 I u O O i.
�/� O L N 1, ,y d >
V/ L} 13` J N Q O I T T T J V 0
ZU0D1-pO pt = NMN Ibr rp P 9C
U OL O
` O'n C N WD U Z a •
K C rc C
C 0 0
In p p p O PN S
L O L 0]3
] :1 l it , O O • J ''
� 0:7¢m Q I 1 I
1 N
Pyy 10 • U c2.7
Y R r W V N
y 4 4 0 �U
O z
O J 1". Q Q•4
I S O � 0 C
y W I O S Z 1-•
N Z ~. O SO
i IR Q r O c I Ir0, a C0 U O S U wU
�q• x H a ut WirZ .JZ
Q 9i S Y18 I O, 1 J . U _jo— [D—
p U, °,c < , a �/— v n ~ IX L. Sew uw
a 0 0 g 4t $: RQ a ; o o a ~ i � _�
d
w WF-U U U
p fY Q Q Q Y �:4w W
W :CIS z O O x i-oo Jln
m n
T. ,'n o0 8 H N '-S i O LI-I J J w 0O W iw-�Z d Z
m n Om O O L z Z Z3 d rZw (-w
w 0 V o S O7s KS
^ ,�, >oo S ` •I�I�'fl! °6 J w w >rO2 03�
In 1-- a S-- a--
a K
CMS a n '�
p -
ui
N p
C3
p Z W Z z N O
z °�<y� - % °g a N
W L nd ' U IL a x 0 of
1� u� uJ amp )dr�fr e�S Q t'HLL< p U
z =a w w 014 � VFW � � G � L�Z 1-
nOOLWiLO S� �-z -<> PR �! Q p,H UQ) w
w o w •w r-a U 2 = N Q U to J w
Ln2JZ as .-2 ulna
oSuo a u (r
taJV V) JWO
ow W S •v1 Q.•-• L .c LL J(L
m0 Z~ t-d' Ua OQf
00^•W •-a •-•S uuJ
WWCCi H O Liao O
a:wwr- m z L a-W _
aaa �a o ua
oLL S zw w a
zwJ O a0 • OWW , s-
U
OZW/- .Z� w2 �.C'- N S 8
UIJUY Lai O UfaV OJ • r • ^ a
O•--c)W 2W 2 SJmO N • 8
Z>L)OS w JZ LY OW
LL- 0.1-- DO z WO !n u e if1 $ 7 .••. =O ' gb
qua Ln s
cc.,( r-z¢� Y` x •• y
1- - z w S a
LL(A¢w um m-Ln ci uL w
H ta—mo Z U1 Z0 00o
LLa H--. O • Y-�w OZW
N wLaW aou La 2lr Sa q ianH
W 01x.2 W2 JS•-+ i--OW Oa W2 n o $V SVO W ■
Z•-•L-J� Ld L12 'AmO l�Sd-VI -. m 8 • Ai o ~ f
z 14
D mm kz �
w pi NCm op•
N Z
M\
r
= W
O
N _ W
Q N
q = O
N
0 e p
° �lL • \
<
v
o S
4
MV �
•
• w
•'•• - — — — — — — u
W
> a
W O J
z o z a
------� 2
o w o o
-- 0 N
M i i 1 111 ' O m z Z
oa u �' u 3c
a r tj N z o
o
o s Y
W D.�L7 ' 1-- �- LL a
C O
r O v N N KW Ws U Z z a
a O O cr tr Q LL
0 0 a J h
J J S w
Z W M O
LS z Z d W --
3 W C> 0 S d O J ?
W Y W m d
J V1 VI H L- N O 4.
a ® °
°
i
W Z.Z o
�3B 8 Z N
5z Oz
A. d y ce G IL W p tii x
'O� ° Q� JQ wLL¢ w
z
^ z w z p4o W QF QUA Cl.
uo cis amp N
^ rr J
Q xa w uJg
Sr S az 2J
N TZ •-Qy
xu Q0 hV-T L,NQ O�
00 a 0
4a wc� N Jw0
rzr a-rr xS zmx
aOw :-a ^f UUr g
NrS CD J d o O iT n tYi
ZJa U� zOW Wa4 J
v o
NWN JO Q OWW �n • a
aN ur 39 U M(-5-Nz mnJ
2tJo o uo O _' V• ` N . a° yyXo O_ =O m O.c
$
O 8o 3
ZLj 10c;
W SN ?J2 D:JOW ■-0 N N M N N N LC e
O •Z QO ZJ W O N
"no }W ESQ rz0= ~ n -
-ON Zu0 on zuOLO
tA 0 0 0
mr O >--W OZtal N o GV
^W SJr OOU 777 _ 3�•� 3i 'd'
=Out N.OS QU^ m - •iM Op
02W QOU Wr xxx<
SOS JS^ �-OW 0<w
ui aVt- t Oz OXO WXSN _ p<N�pn
z N M 1; O O Q D, bs a 7 0 N N
v C =
�S N3 <J
O
N
u
<
2
s
W G
i
%O
.on x
---
w
O
z
w «
W _
LLI
1 � I ■
wN
�>jj
J
X11 N 1 1 = a Q
r
?W LL
m
0 Z z a
x% N a O u ;
r V) N O
Qi
47 Z 0 0 0 0 3 K Z Q S U
Z N W r r r Q J Q
a Q > m a cc
o ��
¢ .< V S
0 f-
CNi Z O OJ c M z O
o w z z d w
u
W
w O
= W S a N W Q
N O.
0
rr
J
J 00NN
_' w 8 J�WY p
ox vwi 8 ZW to
�1 z c3 z = O�W ��' �a voy 2 O Z Z z z N N
w�� ~ aye`�' m g in 3 a N
� & — z a O
o k i 00 p o w
� ciwwi zw <oW �t a o ~� W Q 'Q t
w o w> >i `� -w R 1`���8 Qv� J W 00 a U z G i.
c3 aw ow o °m ~o ax �oa Q m P pQU W Zd O H Q 4 U ai f�
x o ao c�rcz - Z C 3y g
to m om �- acs Q �� >
o 1f "no o .
� N " wo �x w-gN p u �
U a s JV Ow =x< w N m
x z w r w o w
a m �x aaw m " z
�a vow jr aw >Or
in �-- cox ra x4.o ,o,�
w w zI a ,-
L)z Z zC) -<o N
zo 2 w • oxz
> W wo xr0 OrQ 6
w OJ Or ;zJ x '
O w> m0 L'j. NZD:
O Uf4 )-w on !> mow
z x ON =� wVfo
w zr ao wr >oc> yo�xto X 4. Oca O» Kd
w W J
W Ut0 tnm u.Vt� OOI,
r
p
to
O Q�W
3 03 + I
Q
X
I Y
ac Q
O N
cm
Q W
I OX
oa
r X L
w
O O Q
_ u ° TX
\\
fz
t 3 t11
a
N
W
O X �
"3 qqq ti O 00
_ I
� a
z 3 O~ / c':
~ N Q
d
M
mD
Cr
w
R p U
f�rT n � >
W w
� F
W =' o
LL. O J
`-' y Z z O
X z y d J cn W O r
o J
V W r y W
Q U
Z
X
Z «° e8c m
<vi• m o N O O X p U K U
°C O
o°g Pn Z 3 O Q Z
o
N n O n n Y1.4 O W� �� U 2 o N W
w o s a a
n r ��.7 yr
it y
a o
0
O N °
N
U.G baay� 8 W O Z W z z
° M
Z W J W Z.d a O
�N W2 d w0 w x
j q �W LL Q Q ul `
5 v o $ ZO pC ��00 0
C
OO Q QUU)
;J a
N
Z
OOw II u gil
i
N
I y;
I N 4e!
V
x
I �b
r
R '
ti
rrll
Q „ F I • 0 0 0
Q
yI a
0.
tV) rR m ~= D D W G 9=Y S
W �m o ozW
LL
LL w "�a
D a< z z a
N � 1
o D
o °
4 I
D a
a>io
J P
L C
P
H _
IBM\, W
W s G
E a a
u �
<
d � o
W
< M N n Q
w m �-
O
u n O
z a
N � �
2
w 3 n N
z O D D D
z
< I ¢
a
w
r 3 U
D DID o N �m >
w
Z cr
in O
W o v
W I a
s s I w
X .D
o - u ¢
Z o$ o Z Q '-..-
Q on z d
a O Y Q W
N �) Os° II Q�w J w
mman o0
«05 `o« Wo i • �zd N �--
0 10 13
O D O R.-CO vi ZZ� I a
sL '.3 a5
o v N
N �
:= OJ p 0� OZ Z N
W t W Z w z, a N
IIi1 Np y Z d.O Q u�F-0,
�H ►-
�z Q to ad f
ws
a * M J
>w i y
�U
0
K w � II vs z � ♦M
p OW x
Z w� /
z o w
N
S
of J I
Q-
V b 'y
Q z
o =2o x Ao
Ln
W Zxa�
W -w �a za
U) cc o o p
Q
X zo z
CE = 8NCI
= L)o
Q Z-1 S
N J N
>
Q QQ
b
0 0
W LL I+)LL
2 N i
e
W = plp
" � b
Zoo
D o
z
uni D ' D i
W
> ° n
>
o
j = Q
W M1
z n N a 0
X
U
II
Z:z W
i D
Z O
W x a O Z
W N o
x v
It a cr
v = r
X yySS, 3 V o 0 ' II >W LL O
per' U� 1 m z
OU O Q
%Z o0 0
in
.. V �
Z U Q
.Q •qq: Um x '000 O Q Z O
pmu sN Z J K
m ar J Y ' _- U z a° Q U w
u >
c i�w mm a c
J W J O
U�<in Y C m N o II I II _e;
V)b c 0°5 CC�o o 4W i � i
O GN aC � o
s � p
b0
I
1
1tI N
�b W N o
p Z Z
Ow E dZ ��u Z a p
"JUL
WW1a W
W{; g wa12, r10 Q Z> '
W
d
uW dm-<z I~L.0 = QUai k& '.
z J a J
Y •w t-x �-xao
TU QO -U 2N w
00 x Z N
4 rZH rT x< . zmNw O
�¢w -¢ use oa m
<�w --a w USN �.
Ln--K m JOO aJ
N 1-- N h W •J J ^
W1-N F-Y U Nd4a l
Ui Tx zoW
z Ua.a�w
WwW �a ^W N
ZJO Z 2NN W a �•
J TJa OWW(3 o g N o yy
NWN O • Q a:U!:
" $•� ,� Kgg
aN f. w ]t wr ¢Ur2 m ^ 888[[
oz z w mx a z- - R yy [[
NJO 00 U V OJ]L :r '�' N X 3 3 Z m o c 6 b
ZV ZWW z0• SJa)w J f `i yyyy
T W d'V uj J2 fL OQ '�v R ` y
o .z aoz zo wo 50 fa
ENO 3 TOr F-z� '
i N p U p
F OZN uma muxia t'.)N°� va' v < �d•. 'a^ ZE
m1- �O • r—W 0OZW� N N N •!h YD O O N •��
-w M-i OOU J-•>O N pm mi ow j{
oaw aou wr > �xMm
N WcOx JT•-+ f-OW OQWW o<a L
Lip LL
Q
z • • • — — R <N�N Q N O1n
N M v
O {d{,,v N n QC� u°i ry
— J
O N N
N 0
f � N
K N �
N u
's
8< $ '
,00s
a
•
• ' • W
� v
• � X • >
z w J
t...-.1 z O z
0 2
O J O
a a � zC:)
W Z 1- 6.
b l = Q I Q oU u
N Z or-
Z9 a
N Q O U U1 T ,
of o o $a o a a w a
a ¢
U
W� ~ a a U.
a r J
o O Q z W
Z
O W
o U z E 0= _
U _
N w N La
d
.. 0
Z ° 'w ° $ 6-w ® s °
T
lw a{�
W N o°
u.
p= z z N �D ca
Q w< VQ) ` v—OIL z
O QWUW ` y Ra 5 Ja W OD Q
LLLL U UJ Q. z ,(y. S U. o
�« s4 ai z�aa D PRO�� =zzz t�7�tz¢- a
CCU a°< +U V z"I OC
LLn. wu LAY JWom
W CLX moo: LL Jo
>-Zr >-K m • zMV)W
IX¢w r-n: uxC+ OQ m
QOW �-4 W
V)r¢ m JOO
V) h 0 H W "J J
W)-0 F-Y U w V)(_04
UL, 20: ZOZ !-(_w2
WWW 04 W U4r V1 p N 4 '11
ZJ2 2 zV)V) W 4
tnWV) O . 4 OWWV
4N U/-O 3swF XVIZ
O Z Z W MM 0,z
tnJO O° V V OJY
ZU ZWW ZO-+ .S Jm2
w W O_'U)W JZ 2 OQ
O .2 Q�z ZO WO Z - 37 Z C:
)-(no 3: 0:01- z0: x : p
�o� uma mt2n" (iv)°� �. N 0
r--w OZWM 000
mom Vf02 QV-+
tA
S ^ W Y06. H N a p L Y O ff i QO fr�
LLJ SO -JS -O OQWW
(.U- LLtnz fn20 tf20r l
t 5p
R
z N M Q r �p0 Ot
O L o N
0�CC gym• C. 5y yys
c PW 3 N.n
�.h NO
§ ��m aS
O 4 O
N N i O
u
U QS i cs3�`
4 �i
.
x
J x x x x DI
N
W
z
0 1 a
p p z o 0
x x� Q x °U o
cr O 2
0
a a
u
O
u cc �
� Q J
p M M W
a w )-
o n. z ?
U
= FW-- V) d
Z a
W n Q
CD
W o
J
N ti N
N o
o
bd3 8 a O Y Z Z [�
I= �4 o g N
W o t9 Z a O
A4 d
IL
31 JU
cm
aOW yy� a°v,° gGO � OZ Cw7
3= �L��as �5 d4
Z Z Q <003 g y
?` 0 Z to
dial M O a /
U W ,I T:
° o a = Nm �� O
N a w x t
Z N R,� k / nnauN
w w X=: —m
w Q X 3 i o
ow w
N S
W
W Wp•-. j FW= Y� eQ
ti O ^> Op:,O�tI y 0.QN
l7 U Z2 Wi.. V 3�<O
W W JN IO u.. 4W--
N ! W
cr OI
ii J pWN
nnao N j`�
0
U v N N
iW 2 i
N
N
W 1
nnao
W
o.
KS: w
ui
tL 11 Q.. Z
ry��1
W
nl x 1ji.
IO VI W N 1
B.
c o O
(� 0 ~ae N Y lei
f..
�W
z o
o
O z 2 O J U
% Z O S O 2
ti Z Or z
W O z a
LL m 2 it O C
2 \ ]e � U 2
,Z N O fL CL
u W a X� �m 1 �-x a
d J 3 O O¢Z Q Y w _
�w 0 a Z o o ar a ¢
a v,a
LLJ OW J W
U � Q. 2 Nm 2 Z a<W
w > >
= u 0�an. m a
w q J win r :3 CC
Q N V1 H r r U
J =
O N N\ \ \
00 Lj AL ZS 0 co
W �
3 a
0
N
a
E
1
APPENDIX A
PREVAILING WAGE RATES
1
I!
■
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
r
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
do
Journey Level Prevailing Wage Rates for the Effective Date: 8/8/2011
so
Count Trade Job Classification Wage Holiday Overtime Note
King Asbestos Abatement Workers Journey Level $40.03 5D 1 H
Aw King Boilermakers Journey Level $59.69 5N 1C
King Brick Mason Brick And Block Finisher $40.21 5A 1M
Aw King Brick Mason Journey Level $47.47 5A 1M
King Brick Mason Pointer-Caulker-Cleaner $47.47 5A 1M
King Building Service Employees Janitor $18.91 5S 2F
King Building Service Employees Traveling Waxer/shampooer $19.32 5S 2F
King Building Service Employees Window Cleaner(non- $22.65 5S 2F
scaffold)
King Cabinet Makers (In Shop) Journey Level $22.74 1
King Carpenters Acoustical Worker $48.63 5D 1M
King Carpenters Bridge, Dock And Wharf $48.47 5A 1M
yr — —
Carpenters
King Carpenters Carpenter $48.47 5D 1M
King Carpenters Creosoted Material $48.57 5D 1M
King Carpenters Floor Finisher $48.60 5D 1M
King Carpenters Floor Layer $48.60 5D 1M
King Carpenters Floor Sander $48.60 5D 1M
King Carpenters Sawfiler $48.60 5D 1M
King Carpenters Shingler $48.60 5D 1M
King Carpenters Stationary Power Saw $48.60 5D 1M
Operator
King Carpenters Stationary Woodworking Tools $48.60 5D 1M
King Cement Masons Journey Level $49.15 7A 1M
King Divers Et Tenders Diver $100.281 5D 1M 8A
`King Divers Et Tenders Diver On Standby $56.68 5D 1M
King Divers Et Tenders Diver Tender $52.23 5D 1M
King Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M
lof 18 08/08/2011 1.37 PM
littps://fortress.wa.gov/lni/wagelookup/prvWagelookup.asrt11%
King Divers &Tenders Surface Rcv i* Rov Operator $48.67 5A 113
Tender _
King Dredge Workers Assistant Engineer $49.57 5D 1T 8L
King Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L
King Dredge Workers Engineer Welder $49.62 5D 1T 8L
King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L
King I Dredge Workers Maintenance $49.06 5D 1T 8L
King Dredge Workers Mates And Boatmen $49.57 5D 1T 8L
King Dredge Workers Oiler $49.19 5D 1T 8L
King Drywall Applicator Journey Level $48.47 5D 1M
King Drywall Tapers Journey Level _ $48.79 5P 1 E
King Electrical Fixture Journey Level $25.34 5L 1E
Maintenance Workers
King Electricians - Inside Cable Splicer $61.931 7C 2W
King Electricians - Inside Cable Splicer (tunnel) $66.55 7C 2W ,
King Electricians - Inside Certified Welder $59.83 7C 2W
King Electricians - Inside Certified Welder (tunnel) $64.23 7C 2W
King Electricians - Inside Construction Stock Person $31.83 7C 2W
King Electricians - Inside Journey Level $57.72 7C 2W
King Electricians - Inside Journey Level (tunnel) $61.93 7C 2W
King Electricians - Motor Shop Craftsman $15.37 1
King Electricians - Motor Shop Journey Level $14.69 1
King Electricians - Powerline Cable Splicer $63.04 5A 4A ,
Construction
King Electricians - Powerline Certified Line Welder $57.61 5A 4A
Construction '
King Electricians - Powerline Groundperson $41.06 5A 4A
Construction
King Electricians - Powertine Head Groundperson $43.33 5A 4A
Construction
King Electricians - Powertine Heavy Line Equipment $57.61 5A 4A
Construction Operator
King Electricians - Powerline Jackhammer Operator $43.33 5A 4A
Construction
King Electricians - Powertine Journey Level Lineperson $57.61 5A 4A
Construction
King Electricians - Powerline Line Equipment Operator $48.64 5A 4A
Construction
King Electricians - Powerline Pole Sprayer $57.61 5A 4A
Construction
King Electricians - Powerline Powderperson $43.33 5A 4A
Construction
King Electronic Technicians Journey Level $31.00 1
King Elevator Constructors Mechanic $67.91 7D 4A
King Elevator Constructors Mechanic In Charge $73.87 7D 4A
King Fabricated Precast Concrete All Classifications - In-Factory $13.60 5B 2K
Products Work Only
2 of 18 08/08/2011 1:37 P
htips://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
ow
King Fence Erectors Fence Erector $15.18 1
■r King _flag ers Journey Level $33.93 7A 1H
King Glaziers Journey Level $50.66 7L 1y
King Heat Et Frost Insulators And Journeyman $53.44 5J is
aw Asbestos Workers
King Heating Equipment Journey Level $63.27 7F 1 E
Mechanics — —
ON King Hod Carriers Et Mason Journey Level $41.28 7A 1 H
Tenders
King Industrial Engine And Journey Level $15.65 1
rr Machine Mechanics
King Industrial Power Vacuum Journey Level $9.24 1
Cleaner
am King Inland Boatmen Boat Operator $50.721 5B 1K
King Inland Boatmen Cook $47.541 5B 1 K
King Inland Boatmen Deckhand $47.54 5B 1K
rrr — —
King Inland Boatmen Deckhand Engineer $48.48 5B 1K
King Inland Boatmen Launch Operator $49.63 5B 1K
King Inland Boatmen Mate $49.63 5B 1K
King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1
Of Sewer Et Water Systems Operator
By Remote Control
King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1
Of Sewer Et Water Systems
By Remote Control
King Inspection/Cleaning/Sealing Head Operator $24.91 1
Of Sewer B. Water Systems
By Remote Control
King Inspection/Cleaning/Sealing Technician $19.33 1
Of Sewer Et Water Systems
By Remote Control
King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1
Of Sewer if Water Systems
By Remote Control
King Insulation Applicators Journey Level $48.47 5D 1M
King Ironworkers Journeyman $57.52 7N 10
King Laborers Air, Gas Or Electric Vibrating $40.03 7A 1H
Screed
King Laborers Airtrac Drill Operator $41.28 7A 1H
King Laborers Ballast Regular Machine $40.03 7A 1 H
King Laborers Batch Weighman $33.93 7A 1H
King Laborers Brick Pavers $40.03 7A 1H
King Laborers Brush Cutter $40.03 7A 1H
King Laborers Brush Hog Feeder $40.03 7A 1H
King Laborers Burner _ _
$40.03 7A 1H
King Laborers Caisson Worker $41.28 7A 1H
LKing Laborers Carpenter Tender $40.03 7A 1H
kof 18
08/08/2011 1:37 PM
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.as
King Laborers - Caulker $40.03 7A 1 H
King Laborers Cement Dumper-paving $40.77 7A 1H
King Laborers Cement Finisher Tender $40.03 7A 1H
King Laborers Change House Or Dry Shack $40.03 7A 1H
King Laborers Chipping Gun (under 30 Lbs.) $40.03 7A 1H
King Laborers Chipping Gun(30 Lbs. And $40.77 7A 1H
Over)
King Laborers Choker Setter $40.03 7A 1 H
King Laborers Chuck Tender $40.03 7A 1H
King Laborers Clary Power Spreader $40.77 7A 1H i
King Laborers Clean-up Laborer $40.03 7A 1H
King Laborers Compressed Air Worker 0-30 $52.08 7A 1H 8Q
psi - -
King Laborers Compressed Air Worker $57.08 7A 1H 88Q
30.01-44.00 psi
King Laborers Compressed Air Worker $60.76 7A 1H 88Q
44.01-54.00 psi
King Laborers Compressed Air Worker $66.46 7A 1H 88Q
54.01-60.00 psi rnl
King Laborers Compressed Air Worker $68.58 7A 1H 8Q
60.01-64.00 psi
King Laborers Compressed Air Worker $73.68 7A 1H fQ
64.01-68.00 psi
King Laborers Compressed Air Worker $75.58 7A 1H 88
68.01-70.00 psi
King Laborers Concrete Dumper/chute $40.77 7A 1H
Operator
Kin Laborers Concrete Form Stripper _ _
King pper $40.03 7A 1H
King Laborers Concrete Placement Crew $40.771 7A 1H
King Laborers Concrete Saw Operator/core $40.77 7A 1H
Driller
King Laborers Crusher Feeder $33.93 7A 1 H
King Laborers Curing Laborer _ $40.03 7A 1 H rr
King Laborers Demolition: Wrecking If $40.03 7A 1H
Moving (incl. Charred
Material)
King Laborers Ditch Digger $40.031 7A 1H
King Laborers Diver $41.281 7A 1H
King Laborers Drill Operator $40.77 7A 1H
(hydraulic,diamond)
King Laborers Dry Stack Walls $40.03 7A 1H
King Laborers Dump Person $40.03 7A 1H
King Laborers Epoxy Technician $40.03 7A 1H
King Laborers Erosion Control Worker $40.03 7A 1H
King Laborers Faller Et Bucker Chain Saw $40.77 7A 1H
King Laborers Fine Graders $40.03 7A 1H
King Laborers Firewatch $33.93 7A 1H
J,
4 of 18 08/08/2011 1:37 PM
https:Hfortress.wa.gov/lni/wagelookup/prvWa,(,Yelookup.aspx
err
King Laborers Form Setter $40.03 7A 1 H
+rw King Laborers Gabian Basket Builders $40.03 7A 1 H
King Laborers General Laborer $40.03 7A 1 H
King Laborers Grade Checker Et Transit $41.28 7A 1 H
N■ Person
King Laborers Grinders $40.03 7A 1 H
King Laborers Grout Machine Tender $40.03 7A 1 H
■o King Laborers Groutmen (pressure)including $40.77 7A 1 H
Post Tension Beams
King Laborers Guardrail Erector $40.03 7A 1H
King Laborers I Hazardous Waste Worker $41.28 7A 1 H
(level A)
King Laborers Hazardous Waste Worker $40.77 7A 1H
(level B)
King Laborers Hazardous Waste Worker $40.03 7A 1 H
(level C)
`w King Laborers High Scaler _
g $41.28 7A 1 H
King Laborers Jackhammer $40.77 7A 1 H
aw King Laborers Laserbeam Operator $40.77 7A 1 H
King Laborers Maintenance Person $40.03 7A 1H
King Laborers Manhole Builder-mudman $40.77 7A 1H
King Laborers Material Yard Person $40.03 7A 1 H
King Laborers Miner $41.28 7A 1 H
King Laborers Motorman-dinky Locomotive $40.77 7A 1H
.rr _ _
King Laborers Nozzleman (concrete Pump, $40.77 7A 1 H
Green Cutter When Using
Combination Of High Pressure
Air EL Water On Concrete £t
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
King Laborers Pavement Breaker $40.77 7A 1 H
King Laborers Pilot Car $33.93 7A 1 H
King Laborers Pipe Layer Lead $41.28 7A 1 H
King Laborers Pipe Layer/tailor $40.77 7A 1H
King Laborers Pipe Pot Tender $40.77 7A 1 H
ow King Laborers Pipe Reliner $40.77 7A 1 H
King Laborers Pipe Wrapper $40.77 7A 1 H
King Laborers Pot Tender $40.03 7A 1 H
King Laborers Powderman $41.28 7A 1 H
King Laborers Powderman's Helper $40.03 7A 1 H
r. King Laborers . Power Jacks $40.77 7A 1 H
King Laborers Railroad Spike Putter - Power $40.77 7A 1 H
King Laborers Raker - Asphalt $41.28 7A 1 H
King Laborers Re-timberman $41 _
.28 7A 1H
King Laborers Remote Equipment Operator $40.77 7A 1H
aw King Laborers Rigger/signal Person $40.77 7A 1 H
wfof 18 08/08/2011 1:37 PM
https:H fortress.wa.gov/lni/wagelookup/pry Wagelookup.asp
King Laborers Rip Rap Person $40.03 7A 1H
King Laborers Rivet Buster _ $40.77 7A 1 H ,
King Laborers Rodder $40.77 7A 1 H
King Laborers Scaffold Erector $40.03 7A 1H
King Laborers Scale Person $40.03 7A 1H
King Laborers Sloper (over 20") $40.77 7A 1 H
King Laborers Sloper Sprayer $40.03 7A 1 H ,
King Laborers Spreader (concrete) $40.77 7A 1 H
King Laborers Stake Hopper $40.03 7A 1H
King Laborers Stock Piler $40.03 7A 1H
King Laborers Tamper Et Similar Electric, Air $40.77 7A 1H
Et Gas Operated Tools
u King Laborers Tamper (multiple Et $40.77 7A 1H
Self-propelled)
King Laborers Timber Person - Sewer $40.77 7A 1H
(lagger, Shorer lt. Cribber)
King Laborers Toolroom Person (at Jobsite) $40.03 7A 1H
King Laborers Topper $40.03 7A 1H
King Laborers Track Laborer $40.03 7A 1H
King Laborers Track Liner (power) $40.77 7A 1H
King Laborers Truck Spotter $40.03 7A 1 H _
King Laborers Tugger Operator $40.77 7A 1 H
King Laborers Tunnel Work-Guage and Lock $41.38 7A 1 H
Tender
King Laborers Tunnel Work-Miner $41.38 7A 1H 88
King Laborers Vibrator $40.77 7A 1 H
King Laborers Vinyl Seamer $40.03 7A 1 H
King Laborers Watchman $30.84 7A 1 H
King Laborers Welder $40.77 7A 1 H
King Laborers Well Point Laborer $40.77 7A 1 H
King Laborers Window Washer/cleaner $30.84 7A 1 H
King Laborers - Underground General Laborer Et Topman $40.03 7A 1H
Sewer Et Water
King Laborers - Underground Pipe Layer $40.77 7A 1H
Sewer Et Water
King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1
Installers
King Landscape Construction Landscape Equipment $28.17 1
Operators Or Truck Drivers
King Landscape Construction Landscaping or Planting $17.87 1
Laborers
King Lathers Journey Level $48.74 5D 1H
King Marble Setters Journey Level $47.47 5A 1M
King Metal Fabrication (In Shop) Fitter . $15.86 1
King Metal Fabrication (in Shop) Laborer $9.78 1
King Metal Fabrication (In Shop) Machine Operator $13.04 1
6 of 18 08/08/2011 1:37 Pl
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
+rw
King Metal Fabrication (In Shop) Painter $11.10 1
King Metal Fabrication (In Shop) Welder $15.48 1
..r
King Millwright Journey Level $49.47 5D 1M
King Modular Buildings Cabinet Assembly $11.56 1
+r King Modular Buildings Electrician $11.56 1
King Modular Buildings Equipment Maintenance $11.56 1
King Modular Buildings Plumber $11.56 1
King Modular Buildings Production Worker $9.40 1
King Modular Buildings Tool Maintenance $11.56 1
King Modular Buildings Utility Person $11.56 1
King Modular Buildings Welder $11.56 1
King Painters Journey Level $34.87 6Z 2B
King Pile Driver Journey Level $48.671 5A 1M
King Plasterers Journey Level $46.631 7q 1R
King Playground 8 Park Journey Level $8.67 1
rr _
Equipment Installers
King Plumbers t# Pipefitters Journey Level $70.84 6Z 1G
King Power Equipment Operators Asphalt Plant Operators $50.39 7A 1T 8P
King Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P
King Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P
King Power Equipment Operators Batch Plant Operator, $49.90 7A 1T 8P
Concrete
King Power Equipment Operators Bobcat $47.12 7A 1T 8P
+rr — — —
King Power Equipment Operators Brokk - Remote Demolition $47.12 7A 1T 8P
Equipment
King Power Equipment Operators Brooms $47.12 7A 1T 8P
King Power Equipment Operators Bump Cutter $49.901 7A 1T 8P
King Power Equipment Operators Cableways $50.39 7A 1T 8P
King Power Equipment Operators Chipper $49.90 7A 1T 8P
King Power Equipment Operators Compressor $47.12 7A 1T 8P
King Power Equipment Operators Concrete Pump: Truck Mount $50.39 7A 1T 8P
With Boom Attachment Over
42 M
King Power Equipment Operators Concrete Finish Machine $47.12 7A 1T 8P
-laser Screed
King Power Equipment Operators Concrete Pump - Mounted Or $49.48 7A 1T 8P
Trailer High Pressure Line
Pump, Pump High Pressure.
King Power Equipment Operators Concrete Pump: Truck Mount $49.90 7A 1T 8P
With Boom Attachment Up To
42m
=King Power Equipment Operators Conveyors $49.48 7A 1T 8P
King Power Equipment Operators Cranes: 20 Tons Through 44 $49.90 7A 1T 8P
Tons With Attachments
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
;of 18
08/08/2011 1:37 PM
https:Hfortress.wa.gov/lni/wac,clookup/prvWagelookup.as p
King Power Equipment Operators Cranes: 100 Tons Through 199 $50.94 7A IT 8P
Tons, or 150' of boom
(including jib with
attachments); Overhead,
bridge type, 100 tons and
over; Tower crane up to 175'
in height, base to boom.
King Power Equipment Operators Cranes: 200 Tons To 300 $51.51 7A IT 8P
Tons, Or 250' Of Boom
(including Jib With
Attachments)
King Power Equipment Operators Cranes: 45 Tons Through 99 $50.39 7A IT 8P
Tons, Under 150' Of Boom
(including Jib With
Attachments)
King Power Equipment Operators Cranes: A-frame - 10 Tons $47.12 7A IT 8P
And Under
King Power Equipment Operators Cranes: Friction 100 Tons $51.51 7A IT 8P
Through 199 Tons
King Power Equipment Operators Cranes: Friction Over 200 $52.07 7A IT 8P
Tons
King Power Equipment Operators Cranes: Over 300 Tons Or 300' $52.07 7A IT 8P
Of Boom (including Jib With
Attachments)
King Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A IT 8P
Attachments A-frame Over 10
Tons
King Power Equipment Operators Crusher $49.90 7A IT 8P
King Power Equipment Operators Deck Engineer/deck Winches $49.90 7A IT 8P
(Power) — — to
King Power Equipment Operators Derricks, On Building Work $50.39 7A IT 8P
King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $50.39 7A IT 8P
Over
King Power Equipment Operators Dozers D-9 &t Under $49.48 7A IT 8P
King Power Equipment Operators Drill Oilers: Auger Type, $49.48 7A IT 8P
Truck Or Crane Mount si
King Power Equipment Operators Drilling Machine $49.90 7A IT 8P
King Power Equipment Operators Elevator And Man-lift: $47.12 7A IT 8P
Permanent And Shaft Type
King Power Equipment Operators Finishing Machine, Bidwell $49.90 7A IT 8P
And Gamaco It Similar
Equipment
King Power Equipment Operators Forklift: 3000 Lbs And Over $49.48 7A IT 8P
With Attachments
King Power Equipment Operators Forklifts: Under 3000 Lbs. $47.12 7A IT 8P
With Attachments
King Power Equipment Operators Grade Engineer: Using Blue $49.90 7A IT 8P
Prints, Cut Sheets, Etc
King Power Equipment Operators Gradechecker/stakeman $47.12 7A IT 8P
King Power Equipment Operators Guardrail Punch/Auger $49.90 7A IT 8P
8 of 18 08/08/2011 1:37 Plr
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
l�M
King Power Equipment Operators Hard Tait End Dump $50.39 7A IT 8P
Articulating Off- Road
Equipment 45 Yards. Et Over
King Power Equipment Operators Hard Tail End Dump $49.90 7A IT 8P
Articulating Off-road
Equipment Under 45 Yards
King Power Equipment Operators Horizontal/directional Drill $49.48 7A IT 8P
Locator —
King Power Equipment Operators Horizontal/directional Drill $49.90 7A IT 8P
Operator —
King Power Equipment Operators Hydralifts/boom Trucks Over $49.48 7A IT 8P
10 Tons
King Power Equipment Operators Hydralifts/boom Trucks, 10 $47.12 7A IT 8P
Tons And Under
King Power Equipment Operators Loader, Overhead 8 Yards. tt $50.94 7A IT 8P
Over —
King Power Equipment Operators Loader, Overhead, 6 Yards. $50.39 7A IT 8P
But Not Including 8 Yards
King Power Equipment Operators Loaders, Overhead Under 6 $49.90 7A IT 8P
Yards
King Power Equipment Operators Loaders, Plant Feed $49.90 7A IT 8P
King Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A IT 8P
arr King Power Equipment Operators Locomotives, Alt $49.90 7A IT 8P
King Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P
King Power Equipment Operators Mechanics, All (leadmen - $50.94 7A IT 8P
$0.50 Per Hour Over
Mechanic)
King Power Equipment Operators Mixers: Asphalt Plant $49.901 7A IT 8P
" Kin Power Equipment Operators Motor Patrol Grader - _ _ _
King $49.48 7A 1T 8P
Non-finishing
6W King Power Equipment Operators Motor Patrol Graders, $50.39 7A IT 8P
— — —
Finishing
King Power Equipment Operators Mucking Machine, Mole, $50.39 7A IT 8P
Tunnel Drill, Boring, Road
Header And/or Shield
King Power Equipment Operators Oil Distributors, Blower $47.12 7A IT 8P
Distribution £t Mulch Seeding
Operator
King Power Equipment Operators Outside Hoists (elevators And $49.48 7A IT 8P
Manlifts), Air Tuggers,strato
King Power Equipment Operators Overhead, Bridge Type: 45 $50.39 7A IT 8P
Tons Through 99 Tons
.r
King Power Equipment Operators Pavement Breaker $47.12 7A IT 8P
King Power Equipment Operators Pile Driver (other Than Crane $49.90 7A IT 8P
Mount)
King Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.481 7A IT 8P
King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A IT 8P
King Power Equipment Operators Power Plant $47.12 7A IT 8P
King Power Equipment Operators Pumps - Water $47.12 7A IT 8P
of 18 08/08/2011 1:37 PM
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.as
King Power Equipment Operators Quick Tower - No Cab, Under $47.12 7A IT 8P
100 Feet In Height Based To
Boom
King Power Equipment Operators Remote Control Operator On $50.39 7A IT 8P
Rubber Tired Earth Moving
Equipment
King Power Equipment_Operators Rigger And Bellman $47.12 7A IT 8P
King Power Equipment Operators Rollagon $50.39 7A IT 8P
King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A IT 8P
King Power Equipment Operators Roller, Plant Mix Or Multi-lift $49.48 7A IT 813
Materials
King Power Equipment Operators Roto-mill, Roto-grinder $49.90 7A IT 8P
King Power Equipment Operators Saws - Concrete $49.48 7A IT 8P
King Power Equipment Operators Scraper, Self Propelled Under $49.90 7A IT 8P
45 Yards
King Power Equipment Operators Scrapers - Concrete Et Carry $49.48 7A IT 8P
All
King Power Equipment Operators Scrapers, Self-propelled: 45 $50.39 7A IT 8P
Yards And Over
King Power Equipment Operators Service Engineers - $49.48 7A IT 813
Equipment
King Power Equipment Operators Shotcrete/gunite Equipment $47.12 7A IT 8P
King Power Equipment Operators Shovel , Excavator, Backhoe, $49.48 7A IT 8P
Tractors Under 15 Metric
Tons.
King Power Equipment Operators Shovel, Excavator, Backhoe: $50.39 7A IT 8P
Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A IT 813
Tractors: 15 To 30 Metric
Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $50.94 7A IT 8P
Over 50 Metric Tons To 90
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $51.51 7A IT 8P r
Over 90 Metric Tons
King Power Equipment Operators Slipform Pavers $50.39 7A IT 8P
Kin Power Equipment Operators Spreader, Topsider E _ _ _
King p p $50.39 7A 1T 8P
Screedman
King Power Equipment Operators Subgrader Trimmer $49.90 7A IT 8P
King Power Equipment Operators Tower Bucket Elevators $49.48 7A IT 813
King Power Equipment Operators Tower Crane Over 175'in $51.51 7A IT 8P
Height, Base To Boom
King Power Equipment Operators Tower Crane Up To 175' In $50.94 7A IT 8P
Height Base To Boom
King Power Equipment Operators Transporters, All Track Or $50.39 7A IT 813
_ Truck Type
King Power Equipment Operators I Trenching Machines $49.48 7A IT 8P
rrr
10 of 18 08/08/2011 1:37 PN?*
https://fortress.wa.gov//lni/wagelookup/prvWagelookup.aspx
King Power Equipment Operators Truck Crane Oiler/driver - $49.90 7A 1T 8P
100 Tons And Over —
King Power Equipment Operators Truck Crane Oiler/driver _ _ _
$49.48 7A 1T 8P
Under 100 Tons
King Power Equipment Operators Truck Mount Portable $49.90 7A 1T 8P
rr — — —
Conveyor
King Power Equipment Operators Welder $50.39 7A 1T 8P
King Power Equipment Operators Wheel Tractors, Farmall Type $47.12 7A 1T SP
King Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P
King Power Equipment Operators- Asphalt Plant Operators $50.39 7A 1T 8P
Underground Sewer Et Water — —
King Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P
Underground Sewer Et Water —
r King Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P
Underground Sewer Et Water — —
King Power Equipment Operators- Batch Plant Operator, $49.90 7A 1T 8P
r Underground Sewer Et Water Concrete
King Power Equipment Operators- Bobcat $47.12 7A 1T 8P
Underground Sewer Et Water — —
"' King Power Equipment Operators- Brokk - Remote Demolition $47.12 7A 1T 8P
Underground Sewer Et Water Equipment
King Power Equipment Operators- Brooms $47.12 7A 1T 8P
r. Underground Sewer Et Water — —
King Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P
Underground Sewer E: Water —
�`
King Power Equipment O erators- Cableways $50.39 7A 1T
8P
Underground Sewer Et Water _ _
—
King Power Equipment Operators- Chipper $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Compressor $47.12 7A 1T 8P
Underground Sewer Et Water —
w�
King Power Equipment Operators- Concrete Pump: Truck Mount $50.39 7A 1T 8P
Underground Sewer Et Water With Boom Attachment Over
42 M
King Power Equipment Operators- Concrete Finish Machine $47.12 7A 1T 8P
Underground Sewer Et Water -laser Screed
King Power Equipment Operators- Concrete Pump - Mounted Or $49.48 7A 1T 8P
rr Underground Sewer Et Water Trailer High Pressure Line
Pump, Pump High Pressure.
King Power Equipment Operators- Concrete Pump: Truck Mount $49.90 7A 1T 8P
Underground Sewer Et Water With Boom Attachment Up To
42m
King Power Equipment Operators- Conveyors $49.48 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Cranes: 20 Tons Through 44 $49.90 7A 1T 8P
r Underground Sewer Et Water Tons With Attachments
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
of18
OElOE/2011 1:37 rM
https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.as�
King Power Equipment Operators- Cranes: 200 Tons To 300 $51.51 7A 1T 8P
Underground Sewer Et Water Tons, Or 250' Of Boom
(including Jib With
Attachments)
King Power Equipment Operators- Cranes: 45 Tons Through 99 $50.39 7A 1T 8P
Underground Sewer Et Water Tons, Under 150' Of Boom
(including Jib With
Attachments) ,
King Power Equipment Operators- Cranes: A-frame - 10 Tons $47.12 7A 1T 8P
Underground Sewer Et Water And Under
King Power Equipment Operators- Cranes: Friction 100 Tons $51.51 7A 1T 8P
Underground Sewer Et Water Through 199 Tons
King Power Equipment Operators- Cranes: Friction Over 200 $52.07 7A 1T 8P
Underground Sewer Et Water Tons '
King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $52.07 7A 1T 8P
Underground Sewer Et Water Of Boom (including Jib With
Attachments)
King Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7A 1T 8P
Underground Sewer Et Water Attachments A-frame Over 10
Tons
King Power Equipment Operators- Crusher $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Deck Engineer/deck Winches $49.90 7A 1T 8P
Underground Sewer Et Water (power) rw
King Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $50.39 7A 1T 8P
Underground Sewer Et Water Over
King Power Equipment Operators- Dozers D-9 Et Under $49.48 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Drill Oilers: Auger Type, $49.48 7A 1T 8P
Underground Sewer Et Water Truck Or Crane Mount
King Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Elevator And Man-lift: $47.12 7A 1T 8P
Underground Sewer Et Water Permanent And Shaft Type '
King Power Equipment Operators- Finishing Machine, Bidwell $49.90 7A 1T 8P
Underground Sewer Et Water And Gamaco Et Similar
Equipment
King Power Equipment Operators- Forklift: 3000 Lbs And Over $49.48 7A IT 8P
Underground Sewer Et Water With Attachments
King Power Equipment Operators- Forklifts: Under 3000 Lbs. $47.12 7A 1T 8P
Underground Sewer Et Water With Attachments
King Power Equipment Operators- Grade Engineer: Using Blue $49.90 7A IT 8P
Underground Sewer Et Water Prints, Cut Sheets, Etc
King Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Guardrail Punch/Auger $49.90 7A IT 8P
Underground Sewer Et Water
f
12 of 18 08/08/2011 1:37 P
https:Hfortress.wa.gov/tni/wagelookup/prvWat(,telookup.aspx
L
King Power Equipment Operators- Hard Tail End Dump $50.39 7A 1T 8P
Underground Sewer Et Water Articulating Off- Road
ke Equipment 45 Yards. Et Over
King Power Equipment Operators- Hard Tait End Dump $49.90 7A IT 8P
Underground Sewer Et Water Articulating Off-road
Equipment Under 45 Yards
King Power Equipment Operators- Horizontal/directional Drill $49.48 7A 1T 8P
Underground Sewer 8t Water Locator
King Power Equipment Operators- Horizontal/directional Drilt $49.90 7A 1T 8P
Underground Sewer Et Water Operator
King Power Equipment Operators- Hydralifts/boom Trucks Over $49.48 7A IT 8P
Underground Sewer Et Water 10 Tons
King Power Equipment Operators- Hydralifts/boom Trucks, 10 $47.12 7A IT 8P
Underground Sewer Et Water Tons And Under
r
King Power Equipment Operators- Loader, Overhead 8 Yards. Et $50.94 7A 1T 8P
Underground Sewer Et Water Over
King Power Equipment Operators- Loader, Overhead, 6 Yards. $50.39 7A 1T 8P
�. Underground Sewer Et Water But Not Including 8 Yards
King Power Equipment Operators- Loaders, Overhead Under 6 $49.90 7A IT 8P
ar
Underground Sewer Et Water Yards
King Power Equipment Operators- Loaders, Plant Feed $49.90 7A IT 8P
Underground Sewer Et Water
r King Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P
Underground Sewer Et Water
wrr King Power Equipment Operators- Mechanics, All (teadmen - $50.94 7A 1T 8P
Underground Sewer Et Water $0.50 Per Hour Over
Mechanic)
King Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Motor Patrol Grader - $49.48 7A 1T 8P
Underground Sewer Et Water Non-finishing
King Power Equipment Operators- Motor Patrol Graders, $50.39 7A 1T 8P
Underground Sewer Et Water Finishing
wr King Power Equipment Operators- Mucking Machine, Mote, $50.39 7A 1T 8P
Underground Sewer Et Water Tunnel Drill, Boring, Road
Header And/or Shield
Its King Power Equipment Operators- Oil Distributors, Blower $47.12 7A IT 8P
Underground Sewer Et Water Distribution Et Mulch Seeding
Operator
ow King Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1T 8P
Underground Sewer Et Water Mantifts), Air Tuggers,strato
King Power Equipment Operators- Overhead, Bridge Type: 45 $50.39 7A 1T 8P
Underground Sewer Et Water Tons Through 99 Tons
King Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P
Underground Sewer Et Water
Yrr
`w
13 of 18 08/08/2011 1:37 PM
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.asp
King Power Equipment Operators- Pile Driver (other Than Crane $49.90 7A 1T 8P
Underground Sewer Et Water Mount) ,
King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Power Plant $47.12 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Quick Tower - No Cab, Under $47.12 7A 1T 8P
Underground Sewer Et Water 100 Feet In Height Based To
Boom
King Power Equipment Operators- Remote Control Operator On $50.39 7A 1T 8P
Underground Sewer Et Water Rubber Tired Earth Moving
Equipment
King Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Rollagon $50.39 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A IT 8P
Underground Sewer It Water
King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $49.48 7A IT 8P
Underground Sewer Et Water Materials
King Power Equipment Operators- Roto-mill, Roto-grinder $49.90 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Scraper, Self Propelled Under $49.90 7A 1T 8P
Underground Sewer Et Water 45 Yards
King Power Equipment Operators- Scrapers - Concrete Et Carry $49.48 7A 1T 8P
Underground Sewer Et Water All
King Power Equipment Operators- Scrapers, Self-propelled: 45 $50.39 7A 1T 8P
Underground Sewer Et Water Yards And Over
King Power Equipment Operators- Service Engineers - $49.48 7A IT 8P
Underground Sewer Et Water Equipment
King Power Equipment Operators- Shotcrete/gunite Equipment $47.12 7A 1T 8P
Underground Sewer Et Water
King Power Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A 1T 8P
Underground Sewer Et Water Tractors Under 15 Metric
Tons.
King Power Equipment Operators- Shovel, Excavator, Backhoe: $50.39 7A 1T 8P
Underground Sewer Et Water Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A 1T 8P
Underground Sewer Et Water Tractors: 15 To 30 Metric
Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes: $50.94 7A 1T 8P
Underground Sewer Et Water Over 50 Metric Tons To 90
Metric Tons
14 of 18 08/08/2011 1:37 PNPA
https://fortress.wa.gov/lni/wagelookup/prvWataelookup.aspx
King Power Equipment Operators- Shovel, Excavator, Backhoes: $51.51 7A IT 8P
Underground Sewer Et Water Over 90 Metric Tons
King Power Equipment Operators- Slipform Pavers $50.39 7A IT 8P
Underground Sewer Et Water —
King Power Equipment Operators- Spreader, Topsider Et $50.39 7A IT 8P
Underground Sewer Et Water Screedman —
King Power Equipment Operators- Subgrader Trimmer $49.90 7A IT 8P
Underground Sewer Et Water —
King Power Equipment Operators- Tower Bucket Elevators $49.48 7A IT 8P
Underground Sewer Et Water — —
King Power Equipment Operators- Tower Crane Over 175'in $51.51 7A IT 8P
Underground Sewer Et Water Height, Base To Boom
King Power Equipment Operators- Tower Crane Up To 175' In $50.94 7A IT 8P
Underground Sewer Et Water Height Base To Boom
King Power Equipment Operators- Transporters, All Track Or $50.39 7A IT 8P
Underground Sewer Et Water Truck Type
s King Power Equipment Operators- Trenching Machines $49.48 7A IT 8P
Underground Sewer Et Water —
King Power Equipment Operators- Truck Crane Oiler/driver - $49.90 7A IT 8P
to Underground Sewer Et Water 100 Tons And Over
King Power Equipment Operators- Truck Crane Oiler/driver $49.48 7A IT 8P
Underground Sewer Et Water Under 100 Tons
ow King Power Equipment Operators- Truck Mount Portable $49.90 7A IT 8P
Underground Sewer Et Water Conveyor
King IPower Equipment Operators- Welder $50.39 7A IT 8P
Underground Sewer Et Water
King Power Equipment Operators- Wheel Tractors, Farman Type $47.12 7A IT 8P
Underground Sewer Et Water
rr King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A IT 8P
Underground Sewer Et Water
King Power Line Clearance Tree Journey Level In Charge $41.04 5A 4A
rrr Trimmers
King Power Line Clearance Tree Spray Person $38.98 5A 4A
Trimmers
King Power Line Clearance Tree Tree Equipment Operator $41.04 5A 4A
Trimmers
King Power Line Clearance Tree Tree Trimmer $36.75 5A 4A
r Trimmers
King Power Line Clearance Tree Tree Trimmer Groundperson $27.80 5A 4A
Trimmers
King Refrigeration Et Air Journey Level $67.56 6Z 1G
Conditioning Mechanics
King Residential Brick Mason Journey Level $47.47 5A 1M
King Residential Carpenters Journey Level $28.20 1
King Residential Cement Masons Journey Level $22.64 1
r. King Residential Drywall Journey Level $38.08 5D 1M
Applicators
King Residential Drywall Tapers Journey Level $48.79 5P 1E
King Residential Electricians Journey Level $30.33 1
*T5 of 18 08/08/2011 1:37 PM
https://fortress.wa.gov/lni/wagelookup/pry Wagelookup.asp
King Residential Glaziers Journey Level $34.54 7L 1 H
King Residential Insulation Journey Level $26.28 1 ,
Applicators
King Residential Laborers Journey Level $23.03 1
King Residential Marble Setters Journey Level $24.09 1 ,
King Residential Painters Journey Level $24.46 1
King Residential Plumbers E: Journey Level $34.69 1
Pipefitters
King Residential Refrigeration Er Journey Level $67.56 6Z 1G
Air Conditioning Mechanics
King Residential Sheet Metal Journey Level $37.35 7F 1 R
Workers
King Residential Soft Floor Layers Journey Level $41.56 5A 2Z
King Residential Sprinkler Fitters Journey Level $40.81 5C 211
(Fire Protection)
King Residential Stone Masons Journey Level $47.47 5A 1M ,
King Residential Terrazzo Journey Level $46.93 5A 1M
Workers
King Residential Terrazzo/Tile Journey Level $21.46 1
Finishers
King Residential Tile Setters Journey Level $25.17 1 ,
King Roofers Journey Level $41.90 5A 1 R
King Roofers Using Irritable Bituminous $44.90 5A 1 R
Materials
King Sheet Metal Workers Journey Level $63.27 7F 1 E
King Shipbuilding Et Ship Repair Boilermaker $33.26 7M 1H
King Shipbuilding E` Ship Repair Carpenter $34.99 70 113
King Shipbuilding Et Ship Repair Electrician $34.90 70 113
King Shipbuilding a Ship Repair Heat Et Frost Insulator $53.44 5J 1S
King Shipbuilding Et Ship Repair Laborer $33.62 70 113
King Shipbuilding Et Ship Repair Machinist $34.62 70 113
King Shipbuilding Et Ship Repair Operator $37.04 70 113
King Shipbuilding Et Ship Repair Painter $34.64 70 113
King Shipbuilding Et Ship Repair Pipefitter $34.64 70 1B
King Shipbuilding Et Ship Repair Rigger $34.67 70 113
King Shipbuilding Et Ship Repair Sandblaster $33.62 70 1B
King Shipbuilding Et Ship Repair Sheet Metal $34.59 70 113
King Shipbuilding Et Ship Repair Shipfitter $34.67 70 1B
King Shipbuilding Et Ship Repair Trucker $34.49 70 113
King Shipbuilding Et Ship Repair Warehouse $34.55 -
70 113
King Shipbuilding Et Ship Repair Welder/burner $34.67 70 1B
King Sign Makers Et Installers Sign Installer $22.92 1
1Electrical)
King Sign Makers Et Installers Sign Maker $21.36 1
(Electrical)
16 of 18 08/08/2011 1:37 P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
King Sign Makers It Installers Sign Installer $27.28 1
(Non-Electrical)
King Sign Makers Et Installers Sign Maker $33.25 1
(Non-Electrical)
King Soft Floor Layers Journey Level $41.56 5A 2Z
rr — —
King Solar Controls For Windows Journey Level $12.44 1
King Sprinkler Fitters (Fire Journey Level $68.79 5C 1 X
Protection) — —
King Stage Rigging Mechanics Journey Level $13.23 1
(Non Structural)
King Stone Masons Journey Level $47.47 5A 1M
King Street And Parking Lot Journey Level $19.09 1
Sweeper Workers
.r King Surveyors Assistant Construction Site $49.48 7A 1T 8P
Surveyor —
King Surveyors Chainman $48.96 7A IT 8P
King Surveyors Construction Site Surveyor $50.39 7A 1T 8P
King Telecommunication Journey Level $22.76 1
Technicians
King Telephone Line Construction Cable Splicer $32.27 5A 2B
- Outside —
King Telephone Line Construction Hole Digger/Ground Person $18.10 5A 2B
- Outside —
King Telephone Line Construction Installer (Repairer) $30.94 5A 2B
- Outside — —
r
King Telephone Line Construction Special Aparatus Installer 1 $32.27 5A 2B
- Outside —
rrr King Telephone Line Construction Special Apparatus Installer II $31.62 5A 2B
- Outside — —
King Telephone Line Construction Telephone Equipment $32.27 5A 2B
r
- Outside Operator (Heavy)
King Telephone Line Construction Telephone Equipment $30.02 5A 2B
- Outside Operator (Light)
ow King Telephone Line Construction Telephone Lineperson $30.02 5A 2B
Outside —
King Telephone Line Construction Television Groundperson $17.18 5A 2B
aw - Outside — —
King Telephone Line Construction Television $22.73 5A 2B
- Outside Lineperson/Installer
io King Telephone Line Construction Television System Technician $27.09 5A 2B
- Outside — —
King Telephone Line Construction Television Technician $24.35 5A 2B
- Outside —
King Telephone Line Construction Tree Trimmer $30.02 5A 2B
- Outside — —
King Terrazzo Workers Journey Level $46.93 5A 1M
King Tile Setters Journey Level $21.65 1
King Tile, Marble Et Terrazzo Finisher $40.76 5A 1B
Finishers —
*17 of 18 08/08/2011 1:37 PM
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.as�
King Traffic Control Stripers Journey Level $39.401 7A 1 K
King Truck Drivers Asphalt Mix Over 16 Yards (W. $46.47 5D 1T 8L I
WA-Joint Council 28)
King Truck Drivers Asphalt Mix To 16 Yards $45.63 5D 1T 8L
(W.WA-Joint Council 28)
King Truck Drivers Dump Truck Et Trailer $46.47 5D 1T 8L
King Truck Drivers Dump Truck (W.WA-Joint $45.63 5D 1T 8L
Council 28)
King Truck Drivers Other Trucks (W. WA-Joint $46.47 5D 1T 8L
Council 28) ,
King Truck Drivers Transit Mixer $23.45 1
King Well Drillers Ft Irrigation Irrigation Pump Installer $17.71 1
Pump lnstalters
King Well Drillers Ft Irrigation Oiler $12.97 1
Pump Installers
King Well Drillers It Irrigation Welt Driller $18.00 1
Pump Installers
18 of 18 08/08/2011 1:37 P
BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT
ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
C. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST TWO(2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN
(10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER
WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL
HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE
OF WAGE.
G. THE FIRST TEN(10)HOURS WORKED ON SATURDAYS AND THE FIRST TEN(10)HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY
THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT
WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE(12)HOURS
AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
1. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE
HOURLY RATE OF WAGE.
J. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL
HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT
WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
P
HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
i
BENEFIT CODE KEY-EFFECTIVE 03-03-2011 TI I RU 08-31-2011
-2-
0. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE ,
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS,HOLIDAYS AND AFTER TWELVE(12)HOURS,
MONDAY THROUGH FRIDAY,AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE '
HOURLY RATE OF WAGE.
P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND
SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS ,
WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
i. Q. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY"THROUGH FRIDAY AND UP TO TEN
(10)HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT CHRISTMAS DAY)SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. '
R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF
WAGE.
S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST ,
EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED,EXCEPT LABOR
DAY, SHALL.BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY
SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. ,
T. WORK PERFORMED IN EXCESS OF EIGHT (8)HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF
STRAIGHT TIME PER DAY WHEN FOUR TEN(10)HOUR SHIFTS ARE ESTABLISHED,OR FORTY(40)HOURS OF
STRAIGHT TIME PER WEEK,MONDAY THROUGH FRIDAY,OR OUTSIDE THE NORMAL SHIFT,AND ALL WORK '
ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE.HOURS WORKED OVER
TWELVE HOURS(12)IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM
MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER
SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY
CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE
WORK TO BE PERFORMED ON OVERTIME SITUATIONS.AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS
AT AN APPLICABLE OVERTIME RATE,ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME
RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE.ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY) SHALL BE PAID AT TWO
TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES
THE HOURLY RATE OF WAGE.
V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY)
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ,
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS
BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
X. THE FIRST FOUR(4)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF '
WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON
SATURDAY OR SUNDAY,THE DAY BEFORE SATURDAY,FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY,
SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM(OR SUCH OTHER HOURS AS MAY BE
AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8) '
HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS
(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.(EXCEPT
FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY
DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 '
HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS
WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON
SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
1
BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011
-3-
1. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF
PAY IN ADDITION TO HOLIDAY PAY.
2
ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT
ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF
WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY PAY.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE.
P. THE FIRST EIGHT(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
2. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE
WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING
HOLIDAY,WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED,IN ADDITION TO HOLIDAY PAY.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY,OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID
AT DOUBLE THE HOURLY RATE OF WAGE.
W. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY,TEN-
HOUR WEEKLY SCHEDULE,EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE,ALL
HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT(8)
HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
E WAGE. ALL OTHER HOURS WORKED ON THE FIFTH,SIXTH,AND SEVENTH DAYS AND ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE
j PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY. FOR SUCH OCCUPIED,COMMERCIAL
BUILDINGS;THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6:00 PM TO 6:00 AM MONDAY
THROUGH SATURDAY MORNING AT 6:00 AM AT AN OVERTIME PAY RATE OF 10%OVER THE STRAIGHT TIME
RATE.ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
I
iI II
r
BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011
-4-
4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ,
ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID
AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS ,
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER ,
CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED MONDAY THROUGH SATURDAY OVER TWELVE(12)HOURS AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES '
5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, '
FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, '
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
H. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, '
AND CHRISTMAS DAY(6).
J. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,FRIDAY AFTER
THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7).
K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS
DAY(9). '
L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8)
N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY
(9). IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY.
R. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING ,
DAY,DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7
1/2).
5. S. PAID HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE
DAY BEFORE OR AFTER CHRISTMAS(9). ,
V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
BENEFIT CODE KEY—EFFECTIVE 03-03-2011 TIIRIJ 08-31-2011
—5-
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAID HOLIDAYS:NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,
CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2).
F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING
DAY,AND CHRISTMAS DAY(11).
G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER
THANKSGIVING DAY,CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11).
H. PAID HOLIDAYS: NEW YEAR'S DAY,NEW YEAR'S EVE DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER
CHRISTMAS,AND A FLOATING HOLIDAY(10).
I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
6. Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS
DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID
HOLIDAY: PRESIDENTS'DAY.
T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING
DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9).
Z HOLIDAYS:NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON
SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY
FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY.
7. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ANY HOLIDAY WHICH
FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE
LISTED HOLIDAYS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY.
B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
"s THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ANY HOLIDAY WHICH
FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY
WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY.
C. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR- DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ANY
HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY.
ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING
FRIDAY.
D. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERAN'S DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). UNPAID
HOLIDAYS:PRESIDENT'S DAY. ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A
HOLIDAY ON THE FOLLOWING MONDAY. ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE
1 OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY.
E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A
SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS
ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY.
3
i
r �
BENEFIT CODE KEY-EFFECTIVE 03 4)3-2011 THRU 08-31-2011
-6-
F. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, '
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND
CHRISTMAS DAY(8).ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON
THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A '
HOLIDAY ON THE PRECEDING FRIDAY.
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY(6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ,
ON THE FOLLOWING MONDAY.
H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, INDEPENDENCE DAY, MEMORIAL DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY ,
BEFORE CHRISTMAS DAY AND CHRISTMAS DAY(9).ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE
OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY
SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY.
I. HOLIDAYS: NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, '
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND
CHRISTMAS DAY(9).ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON
THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A
HOLIDAY ON THE PRECEDING FRIDAY. ,
J. HOLIDAYS: NEW YEAR'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY
AND CHRISTMAS DAY(6).ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY
ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A ,
HOLIDAY ON THE PRECEDING FRIDAY.
K. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). ANY HOLIDAY WHICH FALLS ON A
SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS
ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY.
L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, LABOR DAY, INDEPENDENCE DAY, THANKSGIVING DAY, '
THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). ANY HOLIDAY WHICH FALLS ON
A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH
FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY.
7.
M. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER
THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY. 10). ANY
HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY.
ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING
FRIDAY.
N. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A
SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. WHEN CHRISTMAS FALLS ON
A SATURDAY,THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY.
0. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER
THANKSGIVING DAY,.CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE
EMPLOYEES BIRTHDAY. 11). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A
HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE
OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY.
P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, ,
FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). ANY HOLIDAY WHICH FALLS ON A SUNDAY
SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY.
Q. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND
CHRISTMAS DAY(8).ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON
THE FOLLOWING MONDAY. IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING
FRIDAY SHALL BE A REGULAR WORK DAY.
BENEFIT CODE KEY-EFFECTIVE 03-03-2011 THRU 08-31-2011
-7-
NOTE CODES
8. A. 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'-$2.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$3.00 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 220'-$4.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 220'-$5.00 PER FOOT FOR EACH FOOT OVER 220 FEET
C. 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 20V-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$0.75,
LEVEL B:$0.50,AND LEVEL C:$0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A&B:
$1.00,LEVELS C&D:$0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-LEVEL A:$1.00,
LEVEL B:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25
8. P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS-CLASS A SUIT:
$2.00,CLASS B SUIT:$1.50, CLASS C SUIT:$1.00,AND CLASS D SUIT$0.50.
Q. THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN
FIFTEEN(15)MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID.
1
r
r
1