Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract it
Award Date: 4/18/2011 CAG-11-044
Awarded to:
R.L . Alia Company
107 Williams Av S.
Renton, WA 98055
Award Amount: $591 , 738.00
tw
Bidding Requirements, City of Renton 0
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications MU
C
r
City ®f Rent®n
Construction of:
BENSON ROAD 16" WATER MAIN REPLACEMENT
PROJECT
PROJECT NO. VTR-27-3551
City of Renton
1055 South Grady Way
Renton, WA 98057
Project Manager: Andrew Weygandt P.E.
(425) 430-7208 awes az� ldt(rentonwa.gov
to
w
R
fm
R. L. ALIA COMPANY
GENERAL CONTRACTORS PUMPING STATIONS
107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION
RENTON,WA 98055 E-MAIL: gjpank @rlalia.com CONCRETE STRUCTURES
(425)226-8100 OFFICE dpank @rlalia.com UNDERGROUND UTILITIES
(425)226-8649 FAX LARGE DEWATERING EQUIPMENT
City of Renton
Benson Road 16" Water Main Replacement
Project# CAG-11-044
R.L. Alia Emergency Contact List
i
Name Title Address Phone Cell Pager
orr
Rick Alia Officer/Project Mgr 107 Williams Ave S 425.226.8100 206.423.3590 206.982.7624
Renton,WA 98057
Leith Lycksell Foreman 107 Williams Ave S 425.226.8100 253.217.5089
Renton,WA 98057
Vito Alia Foreman 107 Williams Ave S 425.226.8100 425.999.2272
Renton,WA 98057
Parker Smith& Feek Bonding Agent 2233 112th Ave NE 425.709.3630
Bellevue,WA 98004
r
do
M
�r
.ir
"` CONTRACTOR'S LICENSE NUMBER RL-AL-IC*104PT
R o , Aha Company
GENERAL CONTRACTORS PUMPING STATIONS
r 107 WILLIAMS AVENUE SOUTH ROAD CONSTRUCTION
RENTON, WA 98055 E-MAIL ADDRESS: GJPANK @RLALIA.COM CONCRETE STRUCTURES
(425) 226-8100 OFFICE UNDERGROUND UTILITIES
rr (425) 226-8649 FAX LARGE DEWATERING EQUIPMENT
Resolution of Board of Directors
A special meeting of the directors was held on April 26, 2011 at the Corporate Offices at
107 Williams Ave S, Renton, WA.
All directors were present.
r�r
Chairman Richard L. Alia presided over the meeting.
R. L. Alia Company was successful low bidder on the Benson Road 16" Watermain
Replacement Project for City of Renton. Renton has awarded said project to R. L. Alia
Company.
w
RESOLVED:
4W 1) R. L. Alia Company shall enter into a contract with City of Renton to construct
said project.
2) Persons authorized to sign the ntract and ange orders on behalf of R. L. Alia
Company include:
Richard L. Alia
Gary J Pankiewicz Z.
Vito Alia
Leith Lycksell
Jason McGovern
There being no further business, the meeting was adjourned.
AGREED AND CONSEN
R. L. Alia Company
Richard L. Alia Date
President, Chairman and S le Shareholder
CONTRACTOR'S LICENSE NUMBER RL-AL-IC' 104PT
rr
w
CITY OF RENTON
o.
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
BENSON ROAD 16" WATER MAIN REPLACEMENT PROJECT
NO. WTR-27-3551
March 2011
BIDDING REQUIREMENTS
CONTRACT FORMS
"w CONDITIONS OF THE CONTRACT
SPECIFICATIONS
,w PLANS
ow
ow
•r -AS
C nAEG rST�K��N10
ow
low
wr
CITY OF RENTON
"W
BENSON ROAD 16" WATER MAIN REPLACEMENT PROJECT
a NO. WTR-27-3551
CONTRACT DOCUMENT TABLE OF CONTENTS
or
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
or Scope of Work
Vicinity Map
Instructions to Bidders
aw Call for Bids
*Proposal & Combined Affidavit& Certificate Form:
Non-Collusion
err Anti-Trust Claims
Minimum Wage Form
*Dept. of Labor and Industries Certificate of Registration
to *Bid Bond Form
*Schedule of Prices
**Subcontractors List
Bond to the City of Renton
r ❖
❖Fair Practices Policy Affidavit of Compliance
:•Contract Agreement(Contracts other than Federal -Aid FHWA)
❖City of Renton Insurance Information Form
4' ❖City of Renton Standard Endorsement Form
Insurance Requirements for City of Renton
Additional Insured Endorsement Page
go Prevailing Minimum Hourly Wage Rates(Effective 09-01-2010)
Sample Statement of Intent to Pay Prevailing Wages
Sample Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
WSDOT Amendments
Special Provisions
+�+ Standard Details
Traffic Detour Plan
�r. Documents marked as follows must be submitted at the time noted and must be executed by the Contractor,
President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the
event another person has been duly authorized to execute contracts, a copy of the corporation minutes
establishing this authority must be attached to the bid document.
* Submit with Bid
ow ** Submit with Bid or within 1 hour of bid opening
❖ Submit at Notice of Award
CITY OF RENTON
Public Works Department
1055 South Grady Way
Renton, Washington 98057
..r
+ire
CITY OF RENTON
wr SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
a' and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment and fair, non-
tw discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does
not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements, governing civil service rules,and labor contract agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
r will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
uw (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to
w. all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators, managers, supervisors, Contract Compliance
Officers and all employees to carry out the policies, guidelines and corrective measures
�r.
set forth in the Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the
Fair Practices and Non-discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
rr CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
V(ayor Council President
Attest:
City Cler}
rw
«rrr
.w
rr
CITY OF RENTON
SUMMARY OFAMMCANS WITH DMBIIdTlESACT POLICY
ADOPTED BYRESOL07ONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
or 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.
ewr+
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organu=ons and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WTTH DISABILTMS ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
4r 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.
rrr CONCURRED fN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
w
C RENTON RENTON CITY COUNCIL:
No Mayor Council President
Attest:
ow
City Clerk
+rr
CITY OF RENTON
BENSON ROAD 16" WATER MAIN REPLACEMENT PROJECT
NO. WTR-27-3551
SCOPE OF WORK
�r.
The work involved under the terms of this contract document shall be full and complete installation of the
facilities, as shown on the plans and as described in the construction specifications, to include but not be
limited to:
• Installation of approximately 1,520 linear feet of Class 52, 16-Inch Diameter Cement Lined Ductile
Iron Water Pipe with Poly-wrap, including fittings, valves, and fire hydrant assemblies.
ow • Trench excavation, including removal of existing cast iron water main, unsuitable material,
stockpiling excavated material, replacing unsuitable foundation material, and maintenance of existing
utilities.
• Abandon existing sanitary sewer manhole.
• Removal and replacement of asphalt concrete pavement, asphalt overlay,traffic loop system,
pavement striping, extruded curbing, lane markers, curbs, gutters, and sidewalk.
• Testing, poly-pigging, disinfecting and flushing of water mains.
.r • Connecting to existing water mains.
• Installing and maintaining adequate TESC measures and restoring all disturbed areas.
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 80 working days will be allowed for the completion of this project.
wr
wr
VW
40
r
rr
�r.
wr
Q
vw
F=B UT gal
0
N
0
S. 4 TI-1 ST. ,
vw
51M&A
o
Q
MAIN AVE. S.
vo
BENSON RD. S.
owlp64
'q RENTON CITY HALL
lu 01
0
irl
NIB s
b
VICINITYMAP
vw
.r
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
VW item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
wo errors,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
so to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
aw 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.
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.
Im
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
vo type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to the City of
a Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City
of Renton Employees.
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage."
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
rr 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.
we
18. Payment of Prevailing Wages
ow In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented
herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the
prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless
Aw of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and
any laborers,workmen, mechanics or subconsultants.
aw 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.
ow The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on
this project.
19. Pollution Control Requirements
40
Work under thin contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials.
sw
r
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard specifications
except as may be exempted or modified by the City of Renton Supplemental Specifications, Special
Provisions other sections of these contract documents. These standard specifications are hereby made a
part of this contract and shall control and guide all activities within this project whether referred to
directly, paragraph by paragraph, or not.
wry 1. WSDOT/APWA "2008 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
r. method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14, Measurement and
rrr Payment(added herein) shall govern.
21. 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
w buried or surface improvements and shall restore the site to the satisfaction of the City.
22 Bidder's Checklist
VW
❑ 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
4W responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
r ❑ 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)
❑ Have you reviewed the Prevailing Wage Requirements?
.r
❑ Have you certified receipt of addenda, if any?
❑ Have you submitted the Dept. of Labor&Industries Certificate of Registration form?
tw
CAG-11-044
CITY OF RENTON
CALL FOR BIDS
rw BENSON ROAD 16"WATER MAIN REPLACEMENT PROJECT
WTR-27-3551
Sealed bids will be received until 2:30 p.m.Tuesday,April 12,2011 at the City Clerk's office, 7"floor and
will then be opened and publicly read in Conference Room#621, located on the 6th floor of Renton City
Hall, 1055 South Grady Way, Renton WA 98057, for the Benson Road 16" Water Main Replacement
Project.
The work to be performed within 80 working days from the date of commencement under this contract
shall include, but not be limited to:
Installation of approximately 1,520 linear feet of Class 52, 16-Inch Diameter Cement Lined Ductile Iron
Water Pipe with Poly-wrap, including fittings,valves, and fire hydrant assemblies. Trench excavation,
including removal of existing cast iron water main, unsuitable material,stockpiling excavated material,
replacing unsuitable foundation material, and maintenance of existing utilities. Removal and
replacement of asphalt concrete pavement, asphalt overlay,traffic loop system, pavement striping,
extruded curbing, lane markers, curbs,gutters, and sidewalk. Testing, poly-pigging, disinfecting and
flushing of water mains. Connecting to existing water mains. Installing and maintaining adequate TESC
measures and restoring all disturbed areas.
+r
The engineer's estimated range for this project is$700,000 to$775,000.
Each bid proposal shall be accompanied by a bid proposal deposit in the form of cash, certified check,
cashier's check,or surety bond in the amount to at least 5%of the amount of such bid proposal. Should
the successful bidder fail to enter into a contract and furnish a satisfactory performance and payment
bond within the time stated in the specifications,the bid proposal deposit shall be forfeited to the City
of Renton. The City of Renton reserves the right to reject any and/or all bids and to waive any and/or
informalities in the bidding process.
r�r
Bid documents will be availableTuesdayMarch 29, 2011. Plans, specifications, addenda, and planholders
list for this project are available on-line through Builders Exchange of Washington, Inc., at
http://www.bxwa.com/. Click on "bxwa.com"; "Posted Projects"; "Public Works"; "City of Renton";
"Projects Bidding." (Note: Bidders are encouraged to "Register as a Bidder," in order to receive
automatic email notification of future addenda and to be placed on the "Bidders List." Contact Builders
Exchange of Washington at 425-258-1303 for further assistance.
If a bidder has any questions regarding the project,the bidder may submit questions in writing to City of
Renton Public Works Department, Renton City Hall Fifth Floor, 1055 Grady Way, Renton,WA,98057,
tir
Attn:Andrew Weygandt, P.E. or via e-mail to: aweygandt @rentonwa.gov,or call 425-430-7208.
The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply.
, XJ-,L�IJ
Bonnie I.Walton, City Clerk
Published: Daily Journal of Commerce March 29,2011
Daily Journal of Commerce April 5, 2011
wr
+r
CITY OF RENTON
PROPOSAL,COMBINED AFFIDAVITS,NON COLLUSION AFFIDAVIT,ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT&
CERTIFICATION FORM
BENSON ROAD 16" WATER MAIN REPLACEMENT RPROJECT
NO. WTR-27-3082
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and
thoroughly understand the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work, and hereby propose to undertake
and complete the work embraced in this improvement, or as much thereof as can be completed with the money
available, in accordance with the said plans, specifications and contract and the following schedule of rates
and prices:
�r
Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit
prices both in writing and in figures.
r
The undersigned certifies and agrees to the following provisions:
NON-COLLUSION AFFIDAVIT
Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or
bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person
not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the
foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding,
and that deponent has not in any manner sought by collusion to secure to himself or to any other person any
advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and
all claims for such over-charges as to goods and materials purchased in connection with this order or contract,
except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation,
or other event establishing the price under this order or contract. In addition, vendor warrants and represents
that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the
aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance
of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the
performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of
)ge 12 Proposal, Combined Affidavits, Non Collusion Affidavit, Assignment of Anti-Trust Claims to Purchaser and Minimum Wage Affidavit&
;mortification Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
wages as specified in the principal contract:that I have read the above and foregoing statement and certificate,
aw know the contents thereof and the substance as set forth therein is true to my knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
o PURCHASER AND MINIMUM WAGE AFFIDAVIT
.r
c6m PM
Name of Bidder's Finn
rr y�
Printed Name I` CtiAR 'p,
Signature —
Address: 10�t 1,.jtu.inms qvg Saurh+
rr
Names of Members of Partnership:
r
OR
Name of President of Corporation �rGHl�RD L (aUFa
Name of Secretary of Corporation Rye aRn L- Ails
Corporation Organized under the laws of (,Jgg ,N�•f-Jt�
err
With Main Office in State of Washington at RawrOtj
rr
Subscribed and sworn to before me on this 7-14 day of /fP—(c_- , 201/.
Notary Public n and for the State of Washington
y�.PANK/�
�pAN C+� Notary(Print)
My appointment expires:
a
�r �pR WAS��
r
rage 13
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
r
Department of Labor and Industries
Certificate of Registration
Name on Registration: L. PIL1aa C6mfPY3y
Registration Number: 1-AI-IG*►DRIP'
Expiration Date:
w
Note: A copy of the certificate will be requested as part of contract execution when project is awarded.
rr
r
ar
rr
rr
�r
o3ge 14 Department of Labor and Industries Certificate of Registration
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
�r.
YYY
DEPARTMENT OF LABOR AND INDUSTRIES
do
REGISTERED AS PROVIDED BY LAW AS
CONST CONTR GENERAL
vYr REGIST.# EXP.DATE
CC01 RLALIC*104PT 10/4/2012
EFFECTIVE DATE 10/30/1990
R L ALIA COMPANY
107 WILLIAMS AVE S
YYY
RENTON WA 98055-2149
i
F625-052-000(3/97)
YM
ill
YYY
YYI
illt
Yell
YYY
YW
wr
Business License
Annual City of ��Y Expiration Date
O +" �: 07/31/2011
1055 South Grady Way Renton, WA 98057 (425)430-6851
Business Location
107 WILLIAMS AVE S Issued Date: License#
RENTON, WA 98057-2149 08/01/2010 BL.001673
Licensee has applied for a City of Renton business
WILLIAMS license in accordance with Renton Municipal Code
R L CO (the Code), Title V Business, Chapter 5 Business
RENTON, WA 98057-2149
107 WIL S Licenses. The Licensee agrees to comply with all
requirements of the Code, as well as State laws and
regulations applicable to the business activity licensed.
Post this License at the place of business.
rr
wr
«w
ar
rr
err
sir
BID BOND FORM
r Herewith find deposit in the form of a certified check, cashier's c hIFIIIsas h, or bid bond in the amount of
which amount is not less than five•pe cent f the total bid.
Signature
rr Know All Men by These Presents.,
That we, R.L. Alia Company as Principal, and
North American Specia y Insurance
Company as Surety, are held and firmly bound unto the City of Renton, as
" Obligee, in the penal sum of Five Percent (5-06) of Bid Amount--- Dollars, for the payment of which
the Principal and the Surety bind themselves, their heirs, ex;=tors, administrators, successors and ,assigns,
jointly and severally, by these presents.
The condition of rhis obligation is such that if the Obligee shall make any award to the Principal for the
.Benson Road 16" Water Main Replacement Project according to the ternis of the proposal or bid made by
the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in
accordance with the terms of said proposal or bid and award and shall give bond.for the faithful porformanee
thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure to do so,
pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this
+rr obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall
forthwith pay and forfeit to the Obligee,as penalty and iigttidated damages, the amount of this bond.
SIGNED, SCALED AND DATED THIS 12th DAY OF Apri ,2011
40 R.L. Alia Company
Pt�f o of f
PrOC pal
40 North Almeri can Specialty Insurance Company ]
Surety Deanna M. Meyer, Attorney-in-Fa
`J
Received return of deposit in the sum of
ar
n
rrr
frr
sir
wr
age 95•Bid Bond Form
•ovidcdfo Buildc(s Exohaiiyuqu(WA, Jnc. Fvi u0dwtl Cvrllhllvns An(pp-rT1.nf CPP.°„en•,��• - -
•
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under
laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International
Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois.each does hereby make,constitute and appoint:
STUAR 1 A.OTARRELL,KAREN P. DEVER,SUSAN B. LARSON, ITLLIAN TSE,SCOTT FISHER,JILL A.BOYLE,
DEANNA M. MEYER,BENJAMIN L.WOLFE,ELIZABETH R.HAHN,JANA M.ROY and SCOTT McGILVRAY
JOINTLY OR SEVERALLY
a Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies.as surety..on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION($50,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 24th of March,2000:
iirtr
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company: and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
\`\x,sQC,ip.....
' y\\NNN\aWlllf(Ip
5 GpPPOq�•• ( a a�...ONtj�ya3W
TF•.,QyZZ By �4Q;GpRPO�TS'G
i �.. bC^ F
Steven P.Anderson,President&Chief Executive Officer of Washington International Insurance Company '1L
1973 W.-O &Senior Vice President of North American Specialty Insurance Company
6,0"AMPS
qz„ado nm+N" ss\`\ J y �c'
syy.........'
David M.Layman,Senior Vice President of Washington International Insurance Company Ia1tklRa
&Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 15th day of December 20 10
North American Specialty Insurance Company
Washington International Insurance Company
trtr State of Illinois
County of Cook ss:
On this 15th day of December 20 10,before me,a Notary Public personally appeared Steven P.Anderson ,President and CEO of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman,
Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective comnanies.
1
ENNA v sxF.Fbts i �`ryPubiic,StateofIllinois Donna D.Sklens,Notary Public
ommission Expires i0/(l6t2011
I, James A.Carpenter the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect.
�r �,�� �
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this I day of 20 .
James A.Carpenter,Vice President&Assistant Secretary of Washin5rton International Insurance Company K
North American Specialty Insurance Company
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
BENSON ROAD 16"WATER MAIN REPLACEMENT PROJECT
'Note: Show price per unit in Figures only. Figures written to the right of the dot(decimal)In the price per unit column shall be Interpreted as cents.
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT
NO. QUANTITY I Dollars Cents Dollars Cents I
+rr i
1 Mobilization, Demobilization, Site Preparation&Clean-up `�
May not be more than ten percent(101)of the total amount of the bid. 1
Lump Sum Per Lump Sum '
2 Traffic Control
Lump Sum Per Lump Sum
3 Trench Excavation Safety Systems
Lump Sum Per Lump Sum.
w 4 Construction Surveying, Staking,and As-Builts 1 L•.C1 L`C1 - ii 06
Lump Sum Per Lump Sum I
5 Temporary Erosion and Sedimentation Control 1 ,o36 6.3v
,
rr
Lump Sum Per Lump Sum
6 Site Specific Potholing 10
Each Per Each
7 Furnish and Install 16"Cl 52 DI Water Pipe&fittings wl 1 ��
Polywrap 1,520 GNU, LW I
Linear Foot Per Linear Foot
8 Furnish and Install 16"Gate Valve Assembly 5 ,(k af.► ' 4 rp
Each Per Each {
9 Concrete for Thrust Blocking, Dead-Man Anchor Blocks 60
Cubic Yard Per Cubic Yard
I
10 Furnish and Install Fire Hydrant Assembly 2
Each Per Each
I ,; I
11 Furnish &Install 314"Water Service Connection 4
Each Per Each
12 Connection to Existing Water Main-Benson Rd,
Each Per Each
rr 13 Connection to Existing Water Main Grady Way 1
_r J
Each Per Each
14 Connection to Existing Water Main-S. 5th Street 1 —,Cob
r Each lPerEach
i
15 Connectlorrto Existing Water Main-Service.Linen
Each Per Each
I
age 1 Schedule of Prices-Correct
6,ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
AW
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
BENSON ROAD 16"WATER MAIN REPLACEMENT PROJECT
*Note: Show price per unit in figures only. Figures written to the right of the dot(decimal)In the price per unit column shalt be Interpreted as cents.
SEE SECTIONI-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT
NO.
QUANTITY Dollars Cents Dollars Cents
16 Connection to Existing Water Main-S.4th Street 1 "J("6 S'U
Each Per Each
17 Cut,Cap, and Block Existing Water Main 3
Each Per Each
18 Abandon Existing Manhole In Place
130—
Each Per Each
19 Removal and Replacement of Unsuitable Foundation 50
Material
Ton Per Ton
20 Select Imported Trench Backfill 900
Ton Per Ton
rr
21 Crushed Surfacing Top Course&Crushed Rock Backfill 350 zi
Ton Per Ton
22
3"Depth Temporary Hot Mix Asphalt(HMA)for Trench
011111 2
Patching 190
Ton Per Ton
23 H.M.A. Class YS"PG 64-22 for Roadway Restoration 805
00 Ton Per Ton
24 Removal and Replacement of Concrete Curb and Gutter 45
Linear Foot Per Linear Foot
4111111 Replace Traffic Loop Sensor,Pavement Markings,
25 1 2"X>"6C o
Extruded Curbing,and Traffic Buttons Lump Sum , Per Lump Sum
Concrete Driveway and/or Sidewalk Restoration
26
10
Square Yard Per Square Yard
27 Property&Landscape Restoration 1 rs"0 a" '-'?� ";7 bold
Lump Sum Per Lump Sum
Will
Subtotal L-1 06
9.5%Sales Tax
010
Total
rr
ige 2
y,ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
�r
SUBCONTRACTOR LIST
RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the
names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter
18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the
replacement of traffic signal and illumination systems subcontractor as well as other electrical
subcontractors).
If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid
submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be
considered nonresponsive and ,therefore, void.
A!/ D is
Complete the following:
40 If awarded the contract, L PIt.1A CompAnly will contract with the following
subcontractors for the performance of heating,ventilation and air conditioning, plumbing, and electrical
(including traffic signal and illumination systems)work:
�r
Bid Item(s)
a, Subcontractor Name
Address
40
Phone No. State Contractor's License No.
Bid Item(s)
40 Subcontractor Name
Address
r Phone No. State Contractor's License No.
r' p f7 Dew f
Signature of Authorized Representative of Bidder
rr Subscribed and sworn to be before me on this f 2TW day of 4PPj t-, 200 .
LA
/ -
�pQ' �OTA/�y �i� Notary Public in and for
the State of Washington
EXP.812$/'2011
tJ� s Notary(Print) 2 Anit�tG1,';�
9J�. pilSL1C �'� Residing at k tneyt 6cxr4LI
�FWASH�� My appointment expires: ;('-L-5-II
+rr
HAFile Svs\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3551 -Benson Rd 16in Water Main Rep lacement\Construction
Contract\SubcontractorList.doc Revised 7/2002
,,3ge 18 Subcontractor List
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Bond No. 2139975
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned R.L. Alia Company
as principal, and North American Specialty Insurance Company
to corporation organized and existing under the laws of the State of New Hampshire 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
to of Renton in the penal sum of$591,738.00 for the payment of which sum on demand we bind ourselves
and our successors,heirs, administrators or person representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the
'"r City of Renton.
Dated at , Washington, this day of��,2011.
40
Nevertheless, the conditions of the above obligation are such that:
r WHEREAS, under and pursuant to Public Works Construction Contract CAG-1 1-044 providing for the
construction of the Benson Road 16" Water Main Replacement Proiect
(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
rr 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 darnage occasioned to any person or property by reason of
any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said
work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of
failure of performance as specified in the contract or from defects appearing or developing in the material or
workmanship provided or performed under the contract within a period of one year after its acceptance
thereof by the City of Renton,then and in that event this obligation shall be void; but otherwise it shall be and
remain in full force and effect.
r
R.L. Alia Company North American Specialty Insurance Company
Principal Surety
Slgna Ure Signature Deanna M. Meyer
PRc51 p" Attorney-in-Fact
Title Title
r
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS,TI IAT North American Specialty Insurance Company,a corporation duly organized and existing under
.arr� laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International
Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg,Illinois,each does hereby make.constitute and appoint:
STUART A.O'FARRELL,KAREN P.DEVER.SUSAN B. I-ARSON.LILLIAN TSE,SCOTT FISHER,JILL A. BOYLE,
40 DEANNA M.MEYER,BENJAMIN L.WOLFE,ELIZABETH R.HAHN,JANA M.ROY and SCOTT McGILVRAY
JOINTLY OR SEVERALLY
Am Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by
law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of': FIFTY MILLION($50,000,000.00)DOLLARS
As
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 24r1i of March.2000:
A*
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
a* hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
go binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
XpillIUiYtt4jj�i�� toounmmunv,
:0y4Z FP0... d`r�P'CION.gL�y'+k
By COp�rs�Q
Stcven P.Anderson,President&Chief Executive officer of Washington International Insurance Company x��l ':Ly
¢'Z 7973 m- &Senior ice President of North American Specialty nsurantt Company -
yWim Qtui p,� � •' ' l
By
to David M.Layman,Senior Vice President of Washington International Insurance Company mfun"
&Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
to official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 1 5th day of December 20 10
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook Ss:
On this 15th day of December 20 l ,before me,a Notary Public personally appeared Steven P.Anderson ,President and CEO of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman,
Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
lYilt �`•
`OFFICIAL SEAL°
DONNA D.SKLENS
Notary Public,State ofMmois Donna D.Sklens,Notary Public
My Commission Expires 1010612011
1, James A.Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect.
rtr
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this day of 20
James A Carpenter,Vice President&Assistant Secretary of Washington International Insurance Company&
North American Specialty Insurance Company
CITY OF RENTON
• FAIR PRACTICES POLICY
� AFFIDAVIT OF COMPLIANCE
L • ,.,A �o�p��� hereby confirms and declares that
(Name of contracto )
I. It is the policy of R. L. PL-/A 4KOM NV to offer equal
(Name of contractor
opportunity to all qualified employees and applicants for employment without regard to
the race, creed, color, sex, national origin, age, disability or veteran status.
40 II. R. L . AL i A sc,tPANI complies with all applicable
(Name of contractor
„ federal, state and local laws governing non-discrimination in employment.
II. When applicable, R•L• At-A cQmPiW4 will seek out and
�w (Name of contractor
negotiate with minority and women contractors for the award of subcontracts.
Print Agent/Representative's Name
PP�eIDE7&1
Print Agent/Repr senta ive's Title
Agent/Representative's Signature
T-3 - 11
Date Signed
.r
rr
Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include
or attach this document(s)with the contract.
rr
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this as'* day of 7�' 2011,by and
between THE CITY OF RENTON, Washington, a municipal corporation of the State of
Washington, hereinafter referred to as "CITY" and R./-. Alia Coh90Q/Zy
hereinafter referred to as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 80 working days from
date of commencement hereof as required by the Contract, of which this agreement is a
component part)perform all the work and services required to be performed, and provide
and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete the
construction and installation work in a workmanlike manner, in connection with the
City's Project (identified as No. CAG-11-044) for improvement by construction and
installation of:
Benson Road 16"Water Main Replacement Project,WTR-27-3551 per the "Scope of
Work"included therein.
All the foregoing shall be timely performed, furnished, constructed, installed and completed
in strict conformity with the plans and specifications, including any and all addenda issued
by the City and all other documents hereinafter enumerated, and in full compliance with all
applicable codes, ordinances and regulations of the City of Renton and any other
governmental authority having jurisdiction thereover. It is further agreed and stipulated that
all of said labor, materials, appliances, machines, tools, equipment and services shall be
furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans,
specifications and all requirements of or arising under the Contract. The Contractor agrees
to use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of
said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions,if any
i) Technical Specifications, if any
�" j) Addenda, if any
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, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem
advisable, for the account and at the expense of the Contractor, and his surety shall be liable
to the City for any excess cost or other damages occasioned the City thereby. In such event,
the City, if it so elects, may, without liability for so doing, take possession of and utilize in
completing said Contract such materials, machinery, appliances, equipment, plants and
other properties belonging to the Contractor as may be on site of the project and useful
therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
�r
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
VW 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.
The Contractor agrees to name the City as an additional insured on a noncontributory
primary basis. In the event the City shall, without fault on its part, be made a party to any
litigation commenced by or against Contractor, then Contractor shall proceed and hold the
City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay
all costs,expenses and reasonable attorney's fees that may be incurred or paid by City in the
enforcement of any of the covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless
the City, from claims, demands or suits based solely upon the conduct of the City, its
officers or employees and provided further that if claims or suits are caused by or result
from the concurrent negligence of(a)the Contractor's agents or employees and(b) the City,
2
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.
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the contractor
and the city, its officers, officials, employees and volunteers, the contractor's liability
hereunder shall be only to the extent of the contractor's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely
for the purposes of this indemnification. This waiver has been mutually negotiated by the
�r
parties. The provisions of this section shall survive the expiration or termination of this
agreement.
6) Any notice from one party to the other party under the Contract shall be in writing and shall
be dated and signed by the party giving such notice or by its duly authorized representative
of such party. Any such notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid, certified or
registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not
later than 80 working days from the date of commencement. For each and every working
day of delay after the established day of completion, it is hereby stipulated and agreed that
the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of
Standard Specifications as liquidated damages (and not as a penalty) for each such day,
which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or
entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified. The
City will give notice of observed defects as heretofore specified with reasonable promptness
after discovery thereof, and Contractor shall be obligated to take immediate steps to correct
and remedy any such defect, fault or breach at the sole cost and expense of Contractor.
Defective or Unauthorized Work. The City reserves its right to withhold payment from
Contractor for any defective or unauthorized work. Defective or unauthorized work
includes, without limitation: work and materials that do not conform to the requirements of
this Agreement; and extra work and materials furnished without the City's written approval.
If Contractor is unable, for any reason, to satisfactorily complete any portion of the work,
the City may complete the work by contract or otherwise, and Contractor shall be liable to
the City for any additional costs incurred by the City. "Additional costs" shall mean all
reasonable costs, including legal costs and attorney fees, incurred by the City beyond the
maximum Contract price specified above. The City further reserves its right to deduct the
cost to complete the Contract work, including any Additional Costs, from any and all
amounts due or to become due the Contractor.
.. 3
am
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.
Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL
" PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A
WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND
PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE
TIME FINAL PAYMENT IS MADE AND ACCEPTED.
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.
�r
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.
ar 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
00 conducting work in City right-of-way.
12) The total amount of this contract is the sum of $591 , 738 .00
numbers
do Five Hundred Ninety One Thousand Seven Hundred Thirty Eight and
written word 00/100ths ***
plus Washington State Sales Tax. Payments will be made to Contractor as specified in the
as "Special Provisions" of this Contract.
13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-
ow Employer Relationship will be created by this Agreement and that the Contractor has the
ability to control and direct the performance and details of its work, the City being
interested only in the results obtained under this Agreement.
14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY
LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN
120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE
OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE
FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE
STATUTORY LIMITATIONS PERIOD.
rr
15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of
the covenants and agreements contained in this Agreement, or to exercise any option
4
conferred by this Agreement in one or more instances shall not be construed to be a waiver
or relinquishment of those covenants, agreements or options, and the same shall be and
remain in full force and effect.
16) Written Notice. All communications regarding this Agreement shall be sent to the parties at
the addresses listed on the signature page of the Agreement, unless notified to the contrary.
Any written notice hereunder shall become effective three(3)business days after the date of
mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the
addressee at the address stated in this Agreement or such other address as may be hereafter
specified in writing.
r
17) Assignment. Any assignment of this Agreement by either party without the written consent
of the non-assigning party shall be void. If the non-assigning party gives its consent to any
+w assignment, the terms of this Agreement shall continue in full force and effect and no
further assignment shall be made without additional written consent.
18) Modification. No waiver, alteration, or modification of any of the provisions of this
Agreement shall be binding unless in writing and signed by a duly authorized representative
of the city and Contractor.
�r
19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and
municipal laws, rules, and regulations that are now effective or in the future become
applicable to Contractor's business, equipment, and personnel engaged in operations
covered by this Agreement or accruing out of the performance of those operations.
20) Counterparts. This Agreement may be executed in any number of counterparts, each of
which shall constitute an original, and all of which will together constitute this one
Agreement.
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.
ON RACTOR LijiL
CITY RENT N
Ole
c�
President/P /Owner Mayor Denis Law
! ATTEST
Secretary Bonnie I . Walton, City Clerk
dba a 1,4 ��. In P41,1Y
w Firm Name
check one / Al
❑ Individual ❑ Partnership 0 Corporation Incorporated in
5 . . t?
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both
President and Secretary must sign the contract, OR if one signature is permitted by corporation
by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract
document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a
(doing business as) and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear
followed by d/b/a and name of the company.
wr
air
.r
irr
6
INSURANCE DOCUMENTS AND
INFORMATION
L
6
40
wr
CitRenton
o
n
Human Resources & Risk Management
Department
Insurance Information Farm
...._.....__
FOR: R.I.,.ALIA COMPANY
(Name of Contractor)
PROJECT NAME:Benson Road 16"Water Main Replacement Project
PROJECT NO.:WTR-27-3551 STAFF CONTACT: Andrew Weygandt
Certificate of Insurance indicates the coverages/limits specified in Q Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? Q 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)
rir
CG 0043 Amendatory Endorsement provided?*actual endorsement is I Yes No
attached to policy but rather coverage is -,ncluded in the carrier's equivale"r� coverage form
General Aggregate provided on a"per project basis(CG2503)?* ❑x Yes ❑ No
Additional Insured wording provided?* © Yes ❑ No
Coverage on a primary basis and non-contributing basis?* Q Yes ❑ No
wr
Waiver of Subrogation Clause applies?* © Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? ® Yes ❑ No
Notice of Cancel lation/Non-Renewal amended to 45 days?* ® Yes OR BETTEEI No
*To he shown an certificate
n f insiererncP* NEWEST CERT FORM DOES NOT INCLUDE NUMBER OF DAYS.
WE CAN SUPPLY THE POLICY ENDORSEMENT OR STATE RCW
SPECIFYING CANCELLATION
AM BEST'S RATING FOR CARRIER
GL A Ix Auto A Ix Umb A xv Professional NIA
rr 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
on declaration pages FROM awarded bidder prior to execution of contract.
PARKER SMITH k FEEK INC SUSAN R BROCK
2^�11�_,.A'I&
Address j} Corl,Ated By(Signature)
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED T O CERTIFICAT E OF INSURANCE
air
wr
4W
%W
t +
AM
do Insurance Requirements For City of Renton
dw The City of Renton requires the industry standard:
• $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)
• $1,000,000 Excess Liability (if required in contract; can be in tandem with CGL)
"` • -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
�. Insuredon the policy
• Due to a statement found at the upper right of the ACORD form, please provide the
endorsement pages) from the polic (y ies), evidencing Primary & Non-
contributory coverage
• Modify the cancellation clause to state:
"Should any of the above described policies be canceled before the expiration date
thereof,the issuing company will mail 45 days written notice to the certificate holder to
the left." - per RCW 48.18.290.
• Put descriptive text of the project in the "Description of Operations"box
• The certificate holder should read:
City of Renton
aw ATTN:{enter your City contact's name here}
1055 South Grady Way
Renton, WA. 98057
• For expeditious review and approval, please forward the Certificate of Insurance and
pertinent endorsement page(s)to:
City of Renton
�. ATTN: Colleen Shannon—HR&RM
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
e-mail cshannonarentonwagov
r
ACC> CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY)
05/03/2011
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).
PRODUCER CONTACT
NAME:
Parker,Smith&Feek, Inc. PHONE FAX
2233 112th Avenue NE N :425 709-3600 IC.No:425-709-7460
E-MAIL
Bellevue,WA 98004 ADDRESS:
PRODUCER
CUSTOMER ID M
INSURER(S)AFFORDING COVERAGE NAIC#
INSURED R.L.Alia Company INSURERA:Alaska National Ins.Co.
107 Williams Ave.S. INSURER B: Liberty Mutual Fire Insurance Company
Renton,WA 98055 INSURER C:
atr
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.
i INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS
LTR POLICY NUMBER MMIDDNYYY MM/DDNYYY
A GENERAL LIABILITY 10JPS31945 101112010 10/1/2011 EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY AMA NT
f�-'�' PREMISES Ea occurrence $
CLAIMS-MADE OCCUR 1 1C MED EXP(Any one person) $
PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
aw POLICY FX7 PRO T LOC $
A AUTOMOBILE LIABILITY 10JAS31945 10/1/2010 10/1/2011 COMBINED SINGLE LIMIT $ 1'000,000
X (Ea accident)
ANY AUTO & X I X BODILY INJURY(Per person) $
ALL OWNED AUTOS i BODILY INJURY(Per accident) $
SCHEDULEDAUTOS
PROPERTY DAMAGE $
HIRED AUTOS (Per accident)
NON-OWNED AUTOS $
$
B UMBRELLA LIAB X OCCUR TH2661066159010 10/1/2010 10/1/2011 EACH OCCURRENCE $ 1,000,000
X EXCESS LIAB CLAIMS-MADE [X f X AGGREGATE $ 1,000,000
ai DEDUCTIBLE ( X $
X RETENTION $ 10000 $
WORKERS COMPENSATION 10JPS31945 WC STATU- OTH-
A AND EMPLOYERS'LIABILITY 10/1/2010 10/1/2011 TORY LIMITS X T _
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN WA Stop Gap Employers E.L.EACH ACCIDENT $ 1,000,000
r OFFICERIMEMBER EXCLUDED? NIA Liability
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000
f yes,describe under F_ E.L.DISEASE-POLICY LIMIT $ 1,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required)
RE:Benson Road 16"Water Main Replacement.The City of Renton is included as additional insured and coverage is primary noncontributory as set forth in the
terms and conditions of endorsement ANIC GL 1061 03 08(GL),CA 0 01 03 06 pgs 2 and 3(Auto)and TH 99 17 10 09(Excess),attached.Waiver of...
(See Attached Description)
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
mfr EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE
POLICY PROVISIONS.
City of Renton
AUTHORIZED REPRESENTATIVE
ar 1055 South Grady Way k r _
Renton,WA 98057 �o}v�
©1988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD
1 of 16 ALII;t::?MPf ILJ01)
iw
DESCRIPTIONS (Continued from Page 1 )
subrogation is included per endorsement ANIC GL 702 05 95(GL),ANIC CA 705 12 05(Auto)and TH 24 01 02 06(Excess),attached.Per project aggregate is
do included per endorsement CG 25 03 05 09(GL)and TH 25 23 05 08(Excess),attached.Separtion of insureds is included per attached endorsement.
Cancellation terms apply per attached endorsement.
r
as
am
arr
do
wo
do
ar
rr
go
40
do
in
40
40
40
A/asks Nr`ional
INSURANCE CvMPANY
19 Mobile Only those "autos"that are land vehicles and that would qualify under the definition
Equipment of"mobile equipment" under this policy if they were not subject to a compulsory or
�. Subject To financial responsibility law or other motor vehicle insurance law where they are
Compulsory Or licensed or principally garaged.
Financial
Responsibility Or
Other Motor
Vehicle
Insurance Law
Only
B. Owned Autos You Acquire After The Policy SECTION II—LIABILITY COVERAGE
Begins A. Coverage
1. If Symbols 1, 2, 3, 4, 5, 6 or 19 are entered next We will pay all sums an "insured" legally must pay
to a coverage in Item Two of the Declarations, as damages because of"bodily injury" or"property
then you have coverage for "autos" that you damage"to which this insurance applies, caused by
acquire of the type described for the remainder an "accident" and resulting from the ownership,
of the policy period. maintenance or use of a covered"auto".
2. But, if Symbol 7 is entered next to a coverage in We will also pay all sums an "insured" legally must
++ Item Two of the Declarations, an "auto" you pay as a "covered pollution cost or expense" to
acquire will be a covered "auto" for that which this insurance applies, caused by an
coverage only if: "accident" and resulting from the ownership,
a. We already cover all"autos"that you own for maintenance or use of covered "autos". However,
that coverage or it replaces an "auto" you we will only pay for the "covered pollution cost or
previously owned that had that coverage;and expense" if there is either"bodily injury"or"property
b. You tell us within 30 days after you acquire it damage" to which this insurance applies that is
"" that you want us to cover it for that coverage. caused by the same"accident".
C. Certain Trailers, Mobile Equipment And We have the right and duty to defend any"insured"
Temporary Substitute Autos against a "suit" asking for such damages or a
to to covered pollution cost or expense". However, we
If Liability Coverage is provided by this Coverage have no duty to defend any"insured"against a"suit"
Form, the following types of vehicles are also seeking damages for "bodily injury" or "property
covered "autos"for Liability Coverage: damage"or a"covered pollution cost or expense" to
1. "Trailers"with a load capacity of 2,000 pounds or which this insurance does not apply. We may
less designed primarily for travel on public investigate and settle any claim or "suit" as we
roads. consider appropriate. Our duty to defend or settle
2. "Mobile equipment"while being carried or towed ends when the Liability Coverage Limit of Insurance
by a covered"auto". has been exhausted by payment of judgments or
s.
3. Any "auto" you do not own while used with the 1. Who settlements.
Insured
permission of its owner as a temporary
substitute for a covered "auto" you own that is The following are"insureds":
out of service because of its: a. You for any covered"auto".
a. Breakdown; b. Anyone else while using with your permission
b. Repair; a covered "auto" you own, hire or borrow
c Servicing;......_ except:
....... _... .._..__. . .. ... _................ ................... ............................................................. ......... .....___
d. "Loss'; or
e. Destruction.
40
40
CA 00 01 03 06 Producer Copy Page 2 of 12
Alaska Nv Tonal
wr — - INSURANCE C ...MPANY
(1) The owner or anyone else from whom These payments will not reduce the Limit of
you hire or borrow a covered "auto'. This Insurance.
exception does not apply if the covered
b. Out-Of-State Coverage Extensions
"auto"is a"trailer"connected to a covered
"auto"you own. While a covered "auto' is away from the
(2) Your "employee" if the covered "auto" is
state where it is licensed we will:
owned by that"employee"or a member of (1) Increase the Limit of Insurance for
his or her household. Liability Coverage to meet the limits
(3) Someone using a covered "auto"while he specified by a compulsory or financial
or she is working in a business of selling, responsibility law of the jurisdiction where
+� servicing, repairing, parking or staring the covered auto is being used. This
" extension does not apply to the limit or
autos"unless that business is yours. limits specified by any law governing
(4) Anyone other than your "employees", motor carriers of passengers or property.
partners (if you are a partnership), (2) Provide the minimum amounts and types
members (if you are a limited liability of other coverages, such as no-fault,
company), or a lessee or borrower or any required of out-of-state vehicles by the
of their "employees", while moving jurisdiction where the covered "auto" is
r. property to or from a covered"auto". being used.
(5) A partner (if you are a partnership), or a We will not pay anyone more than once for
member (if you are a limited liability the same elements of loss because of these
company) for a covered "auto" owned by extensions.
him or her or a member of his or her
household. B. Exclusions
c. Anyone liable for the conduct of an "insured" This insurance does not apply to any of the
described above but only to the extent of that following:
liability. 1. Expected Or Intended Injury
2. Coverage Extensions "Bodily injury' or"property damage" expected or
a. Supplementary Payments intended from the standpoint of the"insured".
We will pay for the"insured": 2. Contractual
(1) All expenses we incur. Liability assumed under any contract or
(2) Up to $2,000 for cost of bail bonds agreement.
(including bonds for related traffic law But this exclusion does not apply to liability for
violations) required because of an damages:
"accident" we cover. We do not have to a. Assumed in a contract or agreement that is
furnish these bonds. an "insured contract" provided the "bodily
(3) The cost of bonds to release attachments injury" or "property damage" occurs
in any "suit" against the "insured" we subsequent to the execution of the contract
defend, but only for bond amounts within or agreement; or
our Limit of Insurance. b. That the"insured"would have in the absence
(4) All reasonable expenses incurred by the of the contract or agreement.
"insured" at our request, including actual 3. Workers'Compensation
loss of earnings up to $250 a day Any obligation for which the "insured" or the
because of time off from work. "insured's" insurer may be held liable under any
(5) All costs taxed against the "insured" in workers' compensation, disability benefits or
any "suit" against the "insured" we unemployment compensation law or any similar
......... . —defend. law.
(6) All interest on the full amount of any 4. Employee Indemnification And Employer's
judgment that accrues after entry of the Liability
judgment in any "suit" against the "Bodily injury"to:
"Insured" we defend, but our duty to pay
interest ends when we have paid, offered a. An "employee" of the "Insured" arising out of
to pay or deposited in court the part of the and in the course of:
judgment that is within our Limit of (1) Employment by the"insured'; or
Insurance.
CA 00 0103 06 Producer Copy Page 3 of 12
4 of 1,6 ALIFtCOM (TL MI)
r
BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
We waive any right of recovery we may have against The waiver applies only to the person or organization
any person or organization because of payments we you contracted with and then only if the contract
make for injury or damage arising out of the requires you to obtain this agreement from us.
ownership, maintenance or use of "autos" covered
by this policy.
.Yr
r
e
r
to
err
40
No
This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
N issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is
required only when this endorsement is issued subsequent to commencement of the policy.
Endorsement Effective October 1, 2009 Policy No. 09JAS31945
40
Insured R. L. Alia Company Endorsement No.
40 Countersigned By William R . Stewart cc: Parker, Smith & Feek,
Inc./Bellevue, WA
AN IC CA 705 12 05
W.
of 16 AUIACOMP TLJOI
..........
QW Aftska Natibnal
INSURANCE COMPANY
DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Designated Construction Project(s):
All Projects
ar
Information re aired to complete this Schedule, if not shown above,will be shown in the Declarations,
A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for
obligated to pay as damages caused by damages or under Coverage C for medical
"occurrences" under Section I - Coverage A, and expenses shall reduce the Designated
7! for all medical expenses caused by accidents Construction Project General Aggregate Limit
under Section I - Coverage C, which can be for that designated cons°ructian project. Such
attributed only to ongoing operations at a single payments shall not reduce the General
designated construction project shown in the Aglqreqa e Limit shown in the Declarations nor
Schedule above: shall they reduce any other Designated
Construction Project General Aggregate Limit
I- A separate Designated Construction Project
General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above.
is equal to the amount of the General 4, The limits shown in the Declarations for Each
Aggregate Limit shown in the Declarations. Occurrence. Damage To Premises Rented To
2. The Designated Construction Project Genera! You and Medical Expense continue to apply.
Aggregate Limit is the most we will pay for the However, instead of being subject to the
sum of all damages under Coverage A, except General Aggregate Limit shown in the
damages because of "bodily injury' or Declarations, such limits will be subject to the
"property damage" included in the "products- applicable Designated Construction Project
completed operations hazard", and for medical General Agg regate Limit.
expenses under Coverage C regardless of the
number of.
a. Insureds;
b. Claims made or"Suits"brought;or
c. Persons or organizations making claims or
bringing"suits",
CG 25 03 05 09 Insured Copy Page I of 2
Vol
wo Alaska National
INSURANCE COMPANY
B. For all sums which the insured becomes legally C. When coverage for liability arising out of the
obligated to pay as damages caused by "products-completed operations hazard* is
occurrences" under Section I — Coverage A, and provided, any payments for damages because of
for all medical expenses caused by accidents "bodily injury"or"property damage"included in the
under Section I — Coverage C, which cannot be 1"products-completed operations hazard" will
attributed only to ongoing operations at a single reduce the Products-completed Operations
designated construction project shown in the Aggregate Limit, and not reduce the General
Schedule above: Aggregate Limit nor the Designated Construction
1. Any payments made under Coverage A for Project General Aggregate Limit.
darnages or under Coverage C for medical D. If the applicable designated construction project
expenses shall reduce the amount available has been abandoned, delayed, or abandoned and
under the General Aggregate Limit or the then restarted. or if the authorized contracting
Products-completed Operations Aggregate parties deviate from plans, blueprints, designs,
Limit,whichever is applicable;and specifications or timetables, the project will still he
2. Such payments shall not reduce ary deemed to be the same construction project.
Designated Construction Project General E. The provisions of Sectior, III— Limits Ot Insurance
Aggregate Limit, rot otherNise modified by this endorsement shall
continue to apply as stipulated.
wr
This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
issued at 12:01 A.M, standard time at your mailing address st,own in the policy. The information below is
required only when this endorsement is issued subsequent to commencement of the policy.
Endorsement Effective Policy No.
Insured Endorsement No, 22
Countersigned By
0 Insurance Services Office, Inc.,2008
CG 25 03 05 09 Insured Copy Page 2 of 2
7,f -16 AL!ACOMP CFLJOI�
Alaska Afatfonal
INSURANCE COMPANY
WASHINGTON CANCELLATION ENDORSEMENT
aw
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
4W This endorsement modifies insurance provided under the following:
All Coverage Parts included in this policy.
Paragraph A.2.a. and A.2.b. of form IL 01 46, b. 60 days before the effective date of
Common Policy Conditions,shall not apply. cancellation if we cancel for any other reason.
The above paragraphs are replaced by the following'.
A. CANCELLATION
& 10 days before the effective date of
cancellation if we cancel for nonpayment of
premium;or
7
7
This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is
required only when this endorsement is issued subsequent to commencement of the policy.
Endorsement Effective Policy No.
Insured Endorsement No. 39
Countersigned By
ANIC 037 10 91 Insured Copy
Al 1A(,CAJP fTIJOI i
dw
ADDITIONAL INSURED (CONTRACTORS) - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION
AGREEMENT WITH YOU
w�
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
.r
1. Who Is An Insured (Section II) is amended to ii. supervisory, inspection, or engineering
include as an insured any person or organization services.
(herein referred to as an additional insured), but
only if you are required to add that person or c. The insurance provided to the additional
organization as an insured to this policy by a insured, referred to in paragraph 1. of this
written contract that is in effect prior to the "bodily endorsement, does not cover "bodily injury"
injury", "property damage", or "personal and or "property damage" caused by your
advertising injury". negligent acts and omissions in the
performance of "your work" that occurs
2. The insurance provided to the additional insured within the "products-completed operations
■r is limited as follows: hazard," unless the written contract, referred
to in paragraph 1. of this endorsement,
a. That person or organization is only an contains a specific requirement that you
additional insured if, and only to the extent procure completed operations coverage or
that, the injury or damage is caused by coverage within the "products-completed
negligent acts or omissions of you or your operations hazard" for the additional insured.
subcontractor in the performance of "your However, even if coverage within the
work" to which the written contract applies. "products-completed operations hazard" is
The person or organization does not qualify required by the written contact, such
as an additional insured with respect to injury coverage is available to the additional insured
or damage caused in whole or in part by only if the "bodily injury"or"property damage"
ow independent negligent acts or omissions of occurs prior to the end of the time period
such person or organization. during which you are required by the written
contact to provide such coverage or the
b. The insurance provided to the additional expiration date of the policy, whichever
' insured does not apply to "bodily injury",ry", comes first.
"property damage", or "personal and
advertising injury"arising out of an architect's, 3. If other valid and collectible insurance, whether
engineer's, or surveyor's rendering of or on a primary, excess, contingent or any other
failure to render any professional services basis, is available to the additional insured for a
including: loss we cover under this endorsement, then the
insurance provided by this endorsement is
.. i. the preparing, approving, or failing to excess over that other insurance. However, the
prepare or approve maps, drawings, insurance provided by this endorsement will be
opinions, reports, surveys, change primary to other insurance on which the additional
orders, design or specifications; and insured is a named insured for the covered loss, if
the written contract, referred to in paragraph 1. of
this
r
ANIC GL 1061 03 08 Page 1 of 2
+rr
err
endorsement, contains a specific requirement
that this insurance be primary or primary and
non-contributory. In that case we will not share
with that other insurance on a pro-rata or other
basis. If the other insurance available to the
additional insured, whether on a primary, excess,
contingent or any other basis, is coverage for
which it has been named as an additional
insured, then the coverage provided by this
endorsement is excess over that other insurance.
+�r
ar
40
do
me
4W
air
ON This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is
required only when this endorsement is issued subsequent to commencement of the policy.
im Endorsement Effective 10/01/2009 Policy No. 09JPS31945
Insured R.L. Alia Company Endorsement No.
s
Countersigned By
ar
ANIC GL 1061 03 08 Page 2 of 2
loaf 16 i',vDA%,,;eMP{°U01)
Alaska National
INSURANCE COMPANY
(2) When this insurance is excess, we will have 6. Representations
no duty under Coverages A or 8 to defend By accepting this policy,you agree:
the insured against any "suit" if any other
insurer has a duty to defend the insured a. The statements in the Declarations are accurate
against that "suit". If no other insurer and complete;
defends, we will undertake to do so, but we b. Those statements are based upon
will be entitled to the insured's rights against representations you made to us-, and
all those other insurers. c. We have issued this policy in reliance upon your
(3) When this insurance is excess over other representations.
insurance, we will pay only our share of the 7. Separation Of Insureds
amount of the loss, if any, that exceeds the
sum of: Except with respect to the Limits of Insurance, and
(a) The total amount that all such other any rights or duties specifically assigned in this
insurance would pay for the loss in the Coverage Part to the first Named Insured, this
absence of this insurance: and insurance applies:
(b) The total of all deductible and self-insured a. As if each Named Insured were the only Named
amounts under all that other insurance. Insured; and
(4) We will share the remaining loss, if any, with b. Separately to each insured against whom claim
any other insurance that is not described in is made or"suit" is brought.
this Excess Insurance provision and was not 8. Transfer Of Rights Of Recovery Against Others
bought specifically to apply in excess of the To Us
Limits of insurance shown in the If the insured has rights to recover all or part of any
Declarations of this Coverage Part payment we have made under this Coverage Part,
c, Method Of Sharing those rights are transferred to us. The insured must
If all of the other insurance permits contribution do nothing after loss to impair them. At our request,
by equal shares, we will follow this method also. the insured will bring "suit" or transfer those rights
Under tHs approach each insurer contributes to us and help us enforce them.
equal amounts until it has paid its applicable 9. When We Do Not Renew
limit of insurance or none of the loss remains, If we decide not to renew this Coverage Part, we
whichever comes first. will mail or deliver to the first Named Insured shown
If any of the other insurance does not permit in the Declarations written notice of the nonrenewal
contribution by equal shares, vve will contribute not less than 30 days before the expiration date_
by limits. Under this method, each irsurer's If notice is mailed, proof of mailing will be sufficient
share is based on the ratio of its applicable limit proof of notice.
of insurance to the total applicable limits of SECTION V—DEFINITIONS
insurance of all insurers,
5. Premium Audit 'l. "Advertisement"rneans a notice that is broadcast or
published to the general public or specific market
a. We will compute all premiums for this Coverage segments about your goods, products or services
Part in accordance with our rules and rates. for the purpose of attracting customers or
b. Premium shown in this Coverage Part as supporters. For the purposes of this definitiow
advance premium is a deposit premium only. At a. Notices that are published include material
the close of each audit period we will compute placed on the Internet or on similar electronic
the earned premium for that period and send means of communication;and
notice to the first Named Insured. The due date b� Regarding web-sites, only that part of a web-site
for audit and retrospective premiums is the date that is about your goods, products or services
shown as the due date on the bill. If the sum of for the purposes of attracting customers or
the advance and audit premiums paid for the supporters is considered an advertisement,
policy period is greater than the earned
premium, we will return the excess to the first
Named Insured.
c, The first Named Insured must keep records of
the information we need for premium
computation, and send us copies at such times
as we may request.
CG 00 01 12 07 Insured Copy Page 12 of 16
C 9f of ( L
o Alma N got nal
INSURANCE COMPANY
ar
BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS
r.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
We waive any right of recovery we may have against The waiver applies only to the person or organization
an y p erson or organization because of payments we you contracted with and then only if the contract
make for injury or damage arising out of "your work" requires you to obtain this agreement from us.
done under a written contract with that person or
,r organization.
*r
I
ar
.r
I
yr
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise
stated. The information below is required only when this endorsement is issued subsequent to preparation
of the policy.
I
Endorsement Effective Policy No.
r
Insured R.L.Alia Company Endorsement No.
Countersigned by
aw
.r
ANIC GL 702 05 95 Producer Copy
ar
Policy Nuniber:TH2-661-066159-010 Endorsement Number. 31
Issued by: LIBERTY MUTU.,t-L,FIRE INSURANCE COMPANY Endorsement Effective Date:
THIS FNDORSETMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
wr
ADDITIONAL INSURED—PRIMARY INSURANCE
rr
This Amendment modifies insurance Provided under-,he follmxing:
UP4BRELJ-,t 1iXCESS LL�.BILMPOLICY
The following is added to Section IV—Definitions,Definition 12, Retained Limit:
Except than,when requited by uritten contract;
(1) coverage under this policy afforded to an additional in=ured-,xill be subject only to paragraph i.a,'(1)of the retained
A
limit defirdto-1 and will apply before and will not contribute%kith any insurance issued to or on behalf of such
rr additional insured,
(2) insurance issued to or on behalf of such additional.assured wifl rict be considered other insutance under this poky;
and
{3i the firruts of insurance 2vaillahle to the additional insured will be the lesser cf..
a. the amount sho-wn in the Declarations of this policy;or
b.the amount of insurance you are required to PrOVHC Tbe additional insured in the wlitfmi contract 01
agreement
atr
T1199 17 11 19 Page 1 of 1
+r
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PER CONSTRUCTION PROJECT AND PER LOCATION AGGREGATES SUBJECT TO
OVERALL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
UMBRELLA EXCESS LIABILITY POLICY
SCHEDULE
rr
Overall Aggregate Limit: $ limit as stated per attached Certificate of Insurance
A. For all sums which the insured becomes legally obligated to pay as damages because of bodily injury or property damage
caused by occurrences which can be attributed only to ongoing operations at a single construction project or location:
1. A separate Designated General Aggregate Limit applies to each construction project or location, and that limit is
equal to the amount of the General:Aggregate Limit shown in the Declarations.
dw
2. The Designated General_Aggregate Limit is the most we will pay for the sum of all damages because of bodily injury or
property damage, except damages because of bodily injury or property damage included in the products-
completed operations hazard,regardless of the number of:
40
a. Insureds;
b. Claims made or suits brought;or
+�r
c. Persons or organizations making claims or bringing suits.
3. All payments made for damages,except damages because of bodily injury or property damage included in the prod-
ucts-completed operations hazard,will reduce the Designated General:Aggregate Limit for that construction pro-
ject or location.
40 4. The limit shown in the Declarations for Each Occurrence continue to apply. However,instead of being subject to the
policy's General :Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated
General Aggregate Limit for each construction project or location and the Overall Aggregate limit, if any, shown in
the Schedule. The Overall:Aggregate Limit shown in the Schedule,if any,is the most we will pay for all such bodily in-
02 jury or property damage from all construction projects or locations.
B. For those sums which the insured becomes legally obligated to pay as damages because of bodily injury or property dam-
age caused by occurrences which cannot be attributed only to ongoing operations at a single construction project or loca-
to tion:
1. Any payments for damages shall reduce the amount available under the policy's General Aggregate Limit or the
Products-Completed Operations Aggregate Limit,whichever is applicable;and
do
2. Such payments shall not reduce any Designated General:Aggregate Limit.
Ab C. When coverage for liability arising out of the products-completed operations hazard is provided,any payments for dam-
ages because of bodily injury or property damage included in the products-completed operations hazard will reduce
the Products-Completed Operations Aggregate Limit, and not reduce the policy's General Aggregate Limit or the Desig-
nated General.Aggregate Limit.
+rr
TH 25 23 05 08 Page 1 of 2
4W
go
D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized
'~ contracting parties deviate from plans,blueprints,designs, specifications or timetables,the construction project will still be
deemed to be the same construction project.
rr
E. For purposes of this endorsements,the Definition Section is amended by the addition of the following definitions:
Location means any premise that you occupy for permanent operations as part of your business, but does not include any
premises at which you are performing operations as part of a construction project.All premises involving the same or con-
,r necting lots, or premises whose connection is interrupted only by a street, roadway,waterway or right-of-way of a railroad
shall be considered a single location.
Construction project has the same meaning as construction project or a similar term used in the underlying insurance to
qu determine the applicable aggregate limit. If the underlying insurance does not include such a definition, construction
Project means all the work called for in a single construction contract,including change orders.
F. The provisions of Section III -- Limits Of Insurance Section not otherwise modified by this endorsement will continue to
apply as stipulated.
G. This endorsement applies only to bodily injury and property damage for which a per construction project,per location or
similar limit of insurance applies on the underlying insurance.
H.Also, this endorsement applies only to construction projects for which you are obligated by written contract to procure a
separate Limit of Insurance for such construction projects.
yr
40
vW
,MM This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY
Premium S
Effective Date 10/01/2010 Expiration Date 10/01/2011
to For attachment to Policy No. TH2-661-066159-010
Audit Basis
Issued To R.L.ALIA COMPANY
4' 107 WILLIAMS AVENUE S.
RENI'ON,WA 98055 /F
SECRETARY PRESIDENT
iW
Countersigned by
............
Authorized Representamc
Issued Sales Office and No. End.Serial No.
ON
to
TH 25 23 05 08 Page 2 of 2
Wo
15 cE 'Is A IACCA' P;`1 L.{i31 i
W
rr
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
40 WAIVER OF SUBROGATION
This endorsement modifies insurance provided under the following:
�r
UMBRELLA EXCESS LIABILITY POLICY
SCHEDULE
Name Of Person Or Organization:
ANY PERSON OR ORGANIZATION WHEN REQUIRED BY WRITTEN CONTRACT. COPIES OF THE
APPLICABLE AGREEMENTS MUST BE KEPT BY YOU OR YOUR DESIGNATED REPRESENTATIVE
AND MADE AVAILABLE UPON REQUEST BY US.
w
ar
The following is added to Section N' — Conditions, paragraph 7. Subrogation:
If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of
recovery from others shown in the Schedule above, we agree to waive our rights of recovery. This waiver of
rights applies only with respect to such contract or agreement and shall not be construed to be a waiver with
respect to any other operations in which the insured has no contractual interest.
+rr
�r
This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY
Premium $
Effective Date 10/01/2010 Expiration Date 10/01/2011
For attachment to Policy No. TH2-661-066159-010
Audit Basis
Issued To R.L. ALIA COMPANY
107 TON, A AVENUE 8055 S. � ��
RENTON, WA 98055
SECRETARY PRESIDENT
do Countersigned by
Authorized Representative
Issued Sales Office and No. End. Serial No.
i
r11I
TH 24 01 02 06
,.r
1pjrjf li5 ; L;ACOlJP WLJ ?i i
�i
PREVAILING MINIMUM HOURLY
WAGE RATES
L
L
L
«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.
Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2010
P, 5IN! Ell
King Boilermakers Journey Level $56.81 5N 1C
King Brtc � ason ,� ,�� �� � 0 n Block Finisher � MA ?
King Brick Mason Journey Level $46.72 5A 1M
King Buildin ServIC2 m o eeS` ItOr x �� S 91 5
1 5 2F
King Building Service Employees Traveling Waxer/shampooer $19.32 5S 2F
wrr
Kmg g al, Sar�u a� yes b ` � a �ni creanar�non ca�fo�a� � a �2 65 5S ��
a
King Cabinet Makers(In Shop) Journey Level $22.74 1
x
Ktng Ca raters co alWorker 860 SD 1ME
'� . ;�,'.* ...� 'a. tic i T� >. ,�x�..•. ! �' f � ,�
King Carpenters Bridge,Dock And Wharf Carpenters $48.47 5A IM
aWr t � ril
King Ca a ors �s lrpen er 48 5D M
a
King Carpenters Creosoted Material $48.57 5D IM
rrr
King Ca a �` Finisher k� $48 60 5D 5 M
E �� �
z
King Carpenters Floor Layer $48.60 5D 1M
=n
K�r)g Car terS ¢ a under y y z �P $4A3 6Q 5 D 1
King Carpenters Sawfiler $48.60 5D 1M
�w
®w
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
n Ca enters 5F s 4"� 9 -A-ME, v
r ler 6r Q r 1M
King Carpenters Stationary Power Saw Operator $48.60 5D iM
King § Carpenters nary.Woodwgr�cing Tggls �� zp 5 1
.�
:f
King Cement Masons Journey Level $49.15 5D iM
Kin Div�s&Tenders Q� � 5D 1M 8A
s �
F
King Divers&Tenders Diver On Standby $56.68 5D iM
�5$
ilu
52'2 5D
}
King Divers&Tenders D 1'ender� y'
3 iM
,
,.q
King Divers&Tenders Surface Rcv&Rov Operator $52.23 5D 1M
Kin ©lusts&Tenders ace 12ca &Rovp �rao Oderp�
� 16
x '$�#� +
_
�» „
King Dredge Workers Assistant Engineer $49.57 5D 1T 8L
1M K 4 5Y R us t d .*
King , Dred a Workers stant fUlate(decknd `. 9p6 5Da� T 8L.
Eg s
- 4
King Dredge Workers Engineer Welder $49.62 5D 1T 8L
Ong Dred a Workers Levesrman,Hydraulics $5'119 5D 1T 8L
King Dredge Workers Maintenance $49.06 5D 1T 8L
I Ing x Dt e Workers'AP � e� oatmer �a SD iT 8L
King Dredge Workers Oler $49.19 5D IT 8L
so
KICIg Qs DIIC8 tgr x Qif bra s � D 1M rd
Leve
�°� ��F
rs
King Drywall Tapers lourney Level $48.79 5P lE
kinq Electrical 1 fixture'Maintenance =' ourney Level $25 34 5, 1E
, Workers E x1
King Electricians-Inside Cable Splicer $61.95 5L 2W
King Elect icians Inside pllcer(tunnel) $6G S7 5L 2,
;.i yi. ��.....,.,. .. ..'.'." ^. .<w.. `-,"E'm- «,a+r,,,.xj'1 ...xr,.t.�°.# a 5 ,•.I •�T r.:` - �•',;,,,,_ �4,:.,R�' "*°i'_.a.
King Electricians-Inside Certified Welder $59.85 5L 2W
r
King Electncrans 4 Inside ifid Welder{tunneTj4`25 5L 2W
�•k Y�,
King Electricians-Inside Construction Stock Person $31.83 5L 2W
Kir g Electricians Inside iii Level 'E {
,74� 2W
�a s $d
� r SL
2
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
King Electricians-Inside Journey Level(tunnel) $61.95 5L 2W
in ct: n��� Crafts��an E i
'Mn �s,�a b^ ,�t�,yd � .i"
? a
King Electricians-Motor Shop Journey Level $14.69 - - 1
Kin E[ectr�� nrnverlrn� �Cable5plrcer
King Electricians-Powerline Certified Line Welder $55.81 5A 4A
Construction
aw Kinlednrans Pa eri�ie` � oundperso0 $84M 5A 4A
E
�r
King Electricians-Powerline Head Groundperson $42.02 5A 4A
Construction
g 2V Efectracrat 15o er me Heavy me Equrpmen Operator E _ $55 81 5A 4A FE
�.
to ctirf ��r
� E
+w King Electricians-Powerline ackhammer Operator $42.02 5A 4A
Construction
rr Krng Ele rtenss PAUnerlrne ourney Leuel Lnerson $55 81 5A 4A
„s'yN'.34, .. q;
!
King Electricians-Powerline Line Equipment Operator $47.20 5A 4A
Construction
Icing x,Ele�n� aPo erlrne€ � Polesprayer $5581 5A 4A
€ �rJ
or King Electricians-Powerline Powderperson $42.02 5A 4A
Construction
Krng� �IeclrorncTecFinrcransE7 s urney Lever $3,1 DO r 1
King Elevator Constructors Mechanic $67.91 6DC 4A
err King � feva bEX-6fistr a echanic In Ctiarge $ 3 87 4A
r
r King Fabricated Precast Concrete All Classifications $13.60 5B 2K
Products
King Fene"ctr �� crct?�r X15 x8 1
a �
King Flaggers Journey Level $33.93 5D 1H
IGng{ e ft r � � ourney Levef� w 8 61 SG Y
tw
am 3
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
King Heat&Frost Insulators And Journeyman $53.44 5J is
-
Asbestos Workers
King � 1 ui m echan�cs« ne W
F a a
SIN
e
King Hod Carriers&Mason Tenders Journey Level $41.28 5D 1H
'asx aS '.L x� 3+. .�"°' .c'�
King Industrial En finis 1vachine erne t e el � �
a� .g ;a3 a s xe
flrheChBnI�S � " I
Tj
n
King Industrial Power Vacuum Cleaner ourney Level $9,2 1
King Infiand<BoaEmen f Boat Operator 5
King Inland Boatmen Cook $47.54 5B 1K
King Inland Brratme4 �.� �t Deckhand � � (-
i� w R%"s �- a
King Inland Boatmen Deckhand Engineer $48.48 5B 1K
Kjng fnlandoatmeci 2. La ncherato
King Inland Boatmen Mate
$49.63 56 1K
King,fns ectiarx Cleanr Sealin Of Cleaner9perdt"K amerOperati 31 9 A .61 `
Sewer&, ater, em By
Remote Control
a, 'v,
;
to
King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1
Sewer&Water Systems By
Remote Control
King Ins ectitin Clearm Sealin Of Head Operato�� $Z4 1 �
S ewe
KWate
ow
melgOtiWnIL) �? s
_ � a
King Inspection/Cleaning/Sealing Of echnician
. $19.33 1 ow
Sewer&Water Systems By
Remote Control
>Cng Ins ection Ctean�n Selin O#
a ~' �7tuckOperator" 4S 1'
try e
Sewer W.4 By rya
Remote Contrisl
a
King Insulation Applicators ourney Level
$48.47 5D IM
s a Miff
King [ronworkers ournl'yl, an 5 5_A 1O
s �
� .
3 s; fr;
King Laborers Air,Gas Or Electric Vibrating Screed $40.03 5D 1H
King aborers �E �rrac Drall Clperaor �� 5D 1H �
h
4
Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2010
King Laborers Ballast Regular Machine $40.03 5D IH
R
King Laborers Brick Pavers $40.03 ••SD 1H
$4&613
u '
B"I If C
aw
5
King laborers -gc"' --ga-g-ii
I ON
King Laborers Brush Hog Feeder $40.03 5D 1H
King Laborers � RII
Burn
7
King Laborers Caisson Worker $41.28 5D 1H
King A
Lid,&4'rs If
5D
21
41
King Laborers Caulker $40.03 5D IH
........... W,
K g
ppry)per,-,,,,
pavjng,,�
'
"g
",Of
I I
11 V
N
King Laborers Cement Finisher Tender $40.03 5D 1H
%" Laborers � Ciange House Or'D k
Kings
IM,
King Laborers Chipping Gun(under 30 Lbs.) $40.03 5D 1H
%
T#'-j' jUbs.-M
Chipping
dver� $40 77 SDk 1H
King Laborers Choker Setter $40.03 5D 1H
dw
'k,_R La r
t
46
R Ai-
g
P
aw King Laborers Clary Power Spreader $40.77 5D 1H
S
u _j re
a,
4U
n. gi m
_TA
NO
ow
_0 - I-,"t�,
King Laborers Concrete Dumper/chute Operator $40.77 5D 1H
aw
9 bKing
Concrete
k
$403 5D 1H
#
W
4
King Laborers Concrete Placement Crew $40.77 5D 1H
in xe el A 0 pera
K'
'w
Aft-
q,
King Laborers Crusher Feeder $33.93 5D IH
King re 35go orer-I
: ,
77
King Laborers Demolition:Wrecking&Moving(incl. $40.03 5D 1H
Charred Material)
I I
5
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
King Laborers �' '
ch gg
Dit Di erg 5D
King Laborers Diver $41.28 5D 1H
sir
King Laborers
Drill Operator
King Laborers Dry Stack Walls $40.03 5D 1H
1Gn Laborers Dum Personf
ri
King Laborers Epoxy Technician $40.03 5D 1H
a
King , Laborers Erosion Control Workei � 9 4003 5D 1Hfr ;
Y
King Laborers Faller&Bucker Chain Saw $40.77 5D 1H
King Laborers Fine Graders _ 3 yf SD ' � 1H 3;
Am
King Laborers Firewatch $33.93 5D 1H
King Laborers Form Setter � � nRil LSD 1t �,
King Laborers Gabian Basket Builders $40.03 5D 1H
King` Laborers General Laborer 0 5D
s£ 3
King Laborers Grade Checker&Transit Person $41.28 5D 1H
King g' Laborers Genders' F= $ H
� 4D0 D
'zG _ 11111
-s;7 �d
� � a
King Laborers Grout Machine Tender $40.03 5D 1H
ng�
�rc � aii1S g 3 _A} � 519'
King Laborers Laborers Guardrail Erector $40.03 5D 1H aw
King ��Laborers _ Hazardous Waste Wor r."(16V N F 4128 SD 1H
Una `s
King Laborers Hazardous Waste Worker(level B) $40.77 5D 1H
Kings Laborers Hazardous Waste Warkr,(tevel 40 SD 1H
U �
King Laborers High Scaler $41.28 5D 1H
Kind a Laborers ad:hmmer
King Laborers Laserbeam Operator $40.77 5D 1H
Ing = Laborers Maintenance Persona e0limlh 40 0 D 1H
VII
6ti
Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2010
King Laborers Manhole Builder-mudman $40.77 5D 1H
Krng Laborers x enr d p ow'ar $�1H
it
MN
King Laborers Miner $41.28:--SD 1H
�r King Laborer's llo iman
'g, $407
Ell
King Laborers Motorman-dinky Locomotive $40.77 5D 1H
aw
Kmg Laborers � � I� iii eman(concetesPump,Green 5D 1H
When Ysing Combination Of HighPressure M
DIY ;: s f ,_„� 4 s xa %ira. �y # ar r.� ,"t-,. ,„ it-.ga wsz ', x✓ ._,.
A�&Watec On Concrete&Rock;Sandblast,
� GUnite $hOtcfet�;WaterBla �
Am King Laborers Pavement Breaker $40.77 51) 1H
A S
King Laborers tLr « � � � $33 5D 1H
A4 Rf � N, k
King Laborers Pipe Layer Lead $41.28 5D 1H
King Laborers * Plea er/ta�lor� �� $4� 7 SD
k J JkAWfE,44
Zlt „i Fi..s. Y {: 3
King Laborers Pipe Pot Tender $40.77 5D 1H
+rr
Icing Lb 'brersa ' Pipe Reliner x$40 77 5D 1H
s s
.. ,
King Laborers Pipe Wrapper $40.77 51) 1H
IUng Laborers Po Tender �� $y 0X3 C 5D 1H
-4 -s t is .r,� ?, ,,. xY _F
? r aim
.x. {�,.
a.._..
King Laborers Powderman $41.28 5D 1H
r King Laborers derm�n's H pe6�� D3 5D � Ili
King Laborers Power Jacks $40.77 5D 1H
err
King Laborers Ra�)tpa Spike Puller Pourer $4077 "5D 1H
King Laborers Raker-Asphalt _ $41.28 5D 1H
King Laborers Re Berman L 2 D, 1H ,
ow
8 ,4
5
King Laborers Remote Equipment Operator $40.77 5D 1H
rw
King Laborers ge�sIgnat one 0`57 �5D
t
King Laborers Rip Rap Person $40.03 5D 1H
w
* s >
Kittg Laborers � Riyetustdr4077 5D 1H
ow
Yrr 7
Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2010
King Laborers Rodder $40.77 5D 1H
S
Kin
King Laborers Scale Person $40.03 .5D - .• 1H
K I'M Laborers , Sloper(over 20") . r� $ 5D 1
£ M
" <
s
King Laborers Sloper Sprayer $40.03 5D 1H
Nrr
King 3 Laborers Spreader (concrete) 4 77 SD
King Laborers Stake Hopper $40.03 5D 1H
Kin Laborers£' ` Stock Ylfer
g $40 03 5D � SH
L
King Laborers Tamper&Similar Electric,Air&Gas $40.77 5_D 1H
Operated Tools
• rlrli
King Laborer* s amper(multiple&Self propelled) �s $40,77
IA
King Laborers Timber Person-Sewer(lagger,Shorer& $40.77 5D 1H
Cribber)
King Laborers oolroom Person{at Jobsrte) $4D p3 5D1H ►
King Laborers Topper $40.03 5D 1H
Krng Laborers �` rack borer 4 3 5D
s $
King Laborers Track Liner(power) $40.77 5D 1H do
Kings Laborers ructS tter �� 0�3SD iH �
King Laborers Tugger Operator $40.77 5D 1H
King Laborers Vibratpr $4a7 SD
"; €.. `"lad ,r .,•: Zr'.
King Laborers Vinyl Seamer $40.03 5D 1H
King Laborers U�iatchman $3 84 5© iH
£ �
4d�
King Laborers Welder $40.77 5D 1_H
IV
King laborers E Weal t Laborer s 4p 77 5D 1H
x�_
rt,
King Laborers Window Washer/cleaner. $30.84 5D 1H
King Laborers Under'roundewer& Gena1$l abore�&ToprnanOf� 5D 1(i
r Watery` tg- -
..
T b
8
Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2010
aw King Laborers-Underground Sewer& Pipe Layer $40.77 5D 1H
Water
King
0"icons Corr ��K IngafionOrLa IN ��
King Landscape Construction Landscape Equipment Operators Or Truck $28.17 1
No Drivers
"z 'fy3'r "2R a,`c s k@;i •rnV K ," xy 944'{ ff [ ✓�
King
ape,Constr coon Landscaping or Planting Laborers x$17$7s3
aw
ep r
King Lathers Journey Level $48.74 5D 1H
Sw
�€ ourney ee Kig 5A � 1M
King Metal Fabrication In Sho Fitter $15.86 1
irw
rx w a try s
eta��abrlcation fi Sho � Laborer 1110
,�r. e a x
ex
King Metal Fabrication In Shop) Machine Operator $13.04 1
s
i vPn sr r
ab 3
»i� Mewl� nca tion 15h ��� �Parnter
s x
King Metal Fabrication In Shop) Welder $15.48 1
m � finrr��t ourney
Level �a4 `5DM
King Modular Buildings Cabinet Assembly $11.56 1
wr —
Electrrcaan � J
gMg
If
e? ELL
° King Modular Buildings Equipment Maintenance $11.56 1
ng M ula �Idin s Plumber
ow
King Modular Buildings Production Worker $9.40 1
Kings Modular Butldrn s ;` ool Mamtenancek _ �11�a6
kV
�1
NIP
King Modular Buildings Utility Person $11.56 1
rrr —
{{,
Img N13dulat Bualdm s We F X1156 1
,. ...-. ,.rte . .. _ - � f ,,; - •v__� ,a,, ..,.F , �,
King Painters Journey Level
$34.87 6Z 2B
�'
Ki' Pt rrve Sz k ourney Level 67
A �
King Plasterers Journey Level $46.63 5B 1R
a
ng FJ t round&Parks ui menu ourney Level b, 4 5S 1
lnstal(er + � ,
iwr
9
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
King Plumbers&Pi efitters Journey Level $69.39 5A 1G
441
er ttrierat
c a a t : s 5Q� 5p $per
- e
King Power Equipment O erators Assistant Engineer $47.12 SD IT 8P
KiOg„ Power w ment0 erators eater Macfitr { tpjier) $49 90 SD 1T 8R
King Power Equipment O erators Batch Plant Operator,Concrete $49.90 5D IT 8P irr
Ii g Power E i `men erators �� Bobcat $472 5D1T 8P
x
King Power Equipment O erators Brokk-Remote Demolition Equipment $47.12 SD IT 8P
�Cjn Powerl ctiment erators Brooms ry $47 5D �T 8R
A, .. .•
King Power Equipment O erators Bump Cutter $49.90 5D IT 8P
so
Id
King RaWe ut menu erators �ablewaYs' f ,[7`50 39 5D 1 8P
1-11 AN
King Power Equipment O erators Chipper $49.90 5D IT 8P
King Powers ut menu erators Compressor $4712 5[� 1T8P
ON
V
.
King Power Equipment O erators Concrete Finish Machine ase
-laser �
r Screeed d $4712 SD IT 8P
King Power men erators ConcretPutn out�tgedFOt Tratter Htgh $49.48 5D 1 8P
e`er 2a - k L= a� €tff• § sz�+
_� Preslr Lihe � .... Igh Pfe�sUre
.. g"
3
King Power Equipment O erators Concrete Pump:Truck Mount With Boom $49.90 5D IT 8P
Attachment Up To 42m
AN1 PovY� (2t 151entUerators nveyors $ '
4 5b ti 1 8P
MOIR
King Power Equipment O erators Cranes:20 Tons Through 44 Tons With $49.90 5D IT 8P
Attachments
Kg,;Power E gut menu erators Graves 1001'o Ugh 799 Tons,4r 150' $50 � 5D 1 8P
gn
Of m(tn �irig � r
n tt1 z ► ?
BOO C
r ..
King Power Equipment O erators Cranes:200 Tons To 300 Tons,Or 250'Of $51.51 5D IT 8P
Boom(including lib With Attachments)
�r
K,�tg�� Power E' w ment�3�{erators Gra�nes'45Titarl �� ��i��9 n5,Under $SO 9 SD,� 1 �� 8P
0 0 �1h 1 alt
Y NO '4•t £4E F l hY "3-'- no
Attic King Power Equipment O rators Cranes:A-frame-10 Tons And Under $47.12 5D IT 8P
Ktng Power Eirt m&M erators Crams`Ench �rpugh�799 Tops 5 SD�y 1 8P
10
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
King Power Equipment O erators Cranes:Friction Over 200 Tons $52.07 5D IT 813
o.
r clud�n ► 17t1 th Attac meats ��i `�� � �� � � � = ` �
King Power Equipment Operators Cranes:Through 19 Tons With Attachments $49.48 5D IT 8P
" -frame Over 10 Tons
sr a �
Kirlg
,i
Power> ui m nf� eratffiM, C.rus 1T 8?
90 5D
King Power Equipment Operators Deck Engineer/deck Winches(power) $49.90 5D IT 813
N
""` Kin Power!E ui ent O ergs Derricks,On wilding work $50 39 5D �1T 8P
King Power Equipment O erators Dozers D-9&Under $49.48 5D IT 8P
wr
Kin Power� i trmen' era Dnll Oilers Auger hype Truck Or Cra e � 9 48 5b Y1T 8P
gr 4,477
x•
King Power Equipment O erators Drilling Machine $49.90 5D IT 813
. S �'� �K«k s ,�,vxtif ��a,�r,.., y � e :a � �- .e an &:. N �
Kg Power E ui en era oars y� � vatoFAtid Man lift Permanent And S aft 7 12 5D 1T 8P
.{
z T•„•.
i
•r ..:., -. � �'' :r;_.,, :iks'M ,. .:-` -ads,- ad.r..:x Y a'.`.
'W King Power Equipment O erators Finishing Machine,Bidwell And Gamaco& $49.90 5D IT 813
Similar Equipment
r Kjng Pc5wie�r, E i maul 0 eradis klift Lbs And Over 1N�th9 48 5D 1T 8P
1514-1 WR11 Z
.wr King Power Equipment O erators Forklifts:Under 3000 Lbs.With Attachments $47.12 5D IT 813
King h,Power E crrpnnent�p rat s x G de Engeer U51ng Blue Punts,C � _9 90 SDI
in �T 8P
M.
vs"-. M te.
King Power Equipment O erators Gradechecker/stakeman $47.12 5D IT 813
arr
Ktng Power E anent 0 `erators Guardrail Punch 9 90 5D IT 8P
z
5
King Power Equipment Q erators Hard Tail End Dump Articulating Off-Road $50.39 5D ST 8P
Equipment 45 Yards.&Over
r King ' Power E u� ment{Sperator� lard Tai( rid Dump Articulating Off�road . �#9 90 5D 1T 8P
' •�,,,C ' s � , xi xl �-.� a �,r`' ., , ati .rte,-'.�_
King Power Equipment O erators Horizontal/directional Drill Locator $49.48 5D IT 813
K1ngqg Power E u► ant Oe��fors Y hlorrzpttalrect�onal Dnll Operator 3 x 9 90 SD 1T 8P
3_ ,.x'cis. �,._....-- .�. <;- . , . `—
King 1power Equipment O erators Hydralifts/boom Trucks Over 10 Tons $49.48 5D IT 8P
r. 11
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
Powdr: ui men�0 erators �� ralifts o u o D � �8p,
Will
F a
King Power Equipment Operators Loader,Overhead 8 Yards.&Over $50.94 5D 1T 8P e
Kipg� Pvirer a CtI menO aerators p� , 1 � . bars. U nt�1 ilcli� 5g[ 8P '
t� , `E"i�sx E •� ���" a- rd.��Q� ard5 � � .�� E� �� cti
King Power Equipment Operators Loaders,Overhead Under 6 Yards $49.90 5D 1T 8P gF
Kin Power EUi ment d erators loader lant eed ,
g -2,
z T4I y3 1T OP
- BE..
4x a a•;, -
90 (J
W
z
,v.F r,
tom..
King Power Equipment Operators Loaders:Elevating Type Belt $49.48 5D 1T 8P
in
Power E ui me nt O erators LamofiVesf All a€ *t x$49 0 f13 1fi EX 8P '
.-`W,.
King Power Equipment Operators Material Transfer Device $49.90 5D IT 8P
King Power=s u( ment0 erators Mec�,acsAll IeadmenE 05pPe �lour¢� ��$54�4 ��b '� 1T 8P�' r
� °as♦��
:.:�:
King Power Equipment Operators Motor Patrol Grader-Non-finishing $49.48 5D IT 8P
q 2 �i a =:a
Kmg Power E ui ment Q erators Nlator Paro Graders,F-�Shrng# $509��aD 8P
� ��
.`. ..., . ,i '',e z: `; n - •rr 3:a s"'r "g ,as
King Power Equipment Operators Mucking Machine,Mole,Tunnel Drill,Boring, $50.39 5D IT 8P
Road Header And/or Shield
P tr €
King ower ui meat O erg ratos Oil sXrt"buors,Blower Distrt &Mu(c 472 b 1 SP
King Power Equipment Operators Outside Hoists(elevators And Manlifts),Air $49.48 5D IT 8P
uggers,strato
King PowerE" ui mentzL7 erators Cl r��rha ridype�Cra � s ` 490 BP
�� } ��t � z � ..�, � � r{3llg �'Qn�s�° ��' �"� ✓ `�r�d. s µ ' ��P3
King Power Equipment Operators Overhead,Bridge Type:100 Tons And Over
g yp . $50.94 5D IT 8P
ugh
Kn � Rower E' ui merit Opeirators QvfieadBritlge TypeN 45 Tan�Thry 94 $SQ 39 SD 1T�` 8P
King Power E ui ment Operators Pavement Breaker $47.12 5D IT 8P
King RowerE u� 'ment0 'e fors P� r�verfer crane ou4b SD,� � Y8P
Ab
'v� `� ..� � ...,�.:',,., Yr..,.�-�,. ,. ��„x .:•;,aa"'b`�c c a �...' ;Yf' w�.'��r`�"'�v3`vr~�d, L.� i,}� 4c'�.'�� ,c � a> a
King Power Equipment Operators Plant Oiler-Asphalt,Crusher $49.48 5D IT 8P
King Bower E u� mer>tt erators P�s# ole bi`
#er,Meclian�ca�' H n$4 � D1T 8P
a �€
,�•'&-rt,
King Power Equipment Operators Power Plant $47.12 5D IT 8P
12 lr
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
e a�tb P n
1 ewer �p Mate ir = SDf
1w King Power Equipment Operators Quad 9,Hd 41,D10 And Over $50.39 5D 1T 8P
Kingow erators QwckTowerok� kf��ld I., `� SD 1�f 81?
RON�� � Helg►fit Based 3 t � ��� ��-e. �
A 3-.
King Power Equipment Operators Remote Control Operator On Rubber Tired $50.39 5D IT 8P
err
Earth Moving Equipment
k a e _ si R€x3 e 'z 'E3
KiCtg Povler menu erators : Rigger And BeilrrM�� � SD 1T `� 8P:
,k ., _ ..r. .° ..:...
fAW
King Power Equipment Operators Rollagon $50.39 5D 1T 8P
« sf ;r
King Powe di n erators Roller Other �aPlanE
+rr SD 1T 8P
h.es, y
King Power Equipment Operators Roller,Plant Mix Or Multi-lift Materials
$49.48 5D 1T 8P.,-
.'� t ti, - " 5 ,wz yv :. €'e .✓ffig'Er
King PowerE rn
VD, �� R,to-mill Rot�grtrlder��A s ads 1 °+.� 2a.�'.l
King Power Equipment Operators Saws-Concrete $49.48 5D 1T 8P
+rr — — —
K�rg Powe math erators Scraper,Self P�illedrds N"�� 0 35D 1T BPS:
King Power Equipment Operators Scrapers-Concrete&Carry All $49.48 51) IT 8P
King PowerE o� mini 0 erators crapers, If proIledti45 ds. i,Cvr 5D 1T 8P
King Power Equipment Operators Service Engineers-Equipment $49.48 5D 1T 8P
Kmg� PoviierEg ip nen t pe ators Shotcrete/gunifeEquipmen � 5 5D 1T 8P
k
N m
^_ u
u p�., „v��s.e$'t�� ?ax
+r
King Power Equipment Operators Shovel,Excavator,Backhoe,Tractors Under $49.48 5D 1T 8P
15 Metric Tons.
�� eat�perators' 5hvel >xca� orack�lioet�hlletric .5D r 1T BP
5 �
King Power Equipment Operators Shovel,Excavator,Backhoes,Tractors:15 To $49.90 " 5D IT 8P
30 Metric Tons
Ki"ng Power E u1 mint erators hovel,Excavtq, ackhoes i�er5(�Met c4 a SD 1T 8P�
vrr
0 90 c Tons
v
King Power Equipment Operators Shovel,Excavator,Backhaes:Over 90 Metric
$51.51 5D 1T 8P
Tons
K1ng Powr ui` m�ti erators li or Pagers `
p 9 .5D 1T 8P
King Power Equipment Operators Spreader,Topsider&Screedman $50.39 51) IT 8P
r
13
Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2010
trtr
€
K
i Powet t ment 0 erators P
NMI
W"MM 4 i
....
King Power Equipment O erators Tower Bucket Elevators $49.48 5D IT 8_P rrr
Kin : Power E ui ment 0 eratorsk � ,„ 6 O� r�175' Iielght�BaseTo $5151 �`5D 1T 8P
. y
King Power Equipment O erators Tower Crane Up To 175'In Height Base To $50.94 5D IT 8P
Boom ow
Ktng Power E ui ment O erators r
$po eCslAll Tracy br Truck Type $SO 39 5D 1T � \ 8F
_ 3 2i
King Power Equipment O erators Trenching Machines $49.48 56 IT 8P
Kmg Power'Eu� ment O erators T* ne OilerdCivest 100T�ns And over $49 90 5D 1T SPr
King Power Equipment O erators Truck Crane Oiler/driver Under 100 Tons $49.48 5D IT 8P
Kin Power E ui ment O erators n Po�t ab�� t veyor $49 90 SD" R 1T 8P
Y
f
King Power Equipment O erators Welder $50.39 5D IT 8P
wr
A,
Kings Power E ui ment b6erat6 rs W 1ractotFarmall e� a' 4 '12 5D
` ' $ 1T SP
s
King Power Equipment O erators Yo Yo Pay Dozer $49.90 5D IT 813
Ktng Power E ui ment O erators Ash `and Qp�atvS x' $5p 39 . SD 1T ° s 8P
Unde round Sewer&Water
King Power Equipment O erators- Assistant Engineer $47.12 5D IT 8P
Under round Sewer&Water
King Power F u ent O erators fuggy aGaztp a r k�' � 3 st $490 SD 1T 8P
�neT�rolnd S2Wer8tatEr ,K � � y z
> a a ; �
King Power Equipment O erators- Batch Plant Operator,Concrete $49.90 5D IT 8P
Underground Sewer&Water
s
Ktng Power E ui mentO erators Bobp� 33$ $4712 SD - 1T 8P
� �F >
rOUnd 5�1Ner& A
King Power Equipment O erators- Brokk-Remote Demolition Equipment $47.12 SD IT 8P
Underground Sewer&Water
Kings PnVver>*�upmentODerators �
Underground Sewer&Water
4r t i a r ;z rga
King Power Equipment O erators- Bump Cutter $49.90 5D IT 8P
Underg round Sewer&Wateri
u > �nrl
King PowerE m mentO erators r �� $5039 A.SD 1T 8P
���
Z 10
14
Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2010
Underi ound Sew "tees '
!Nou",
King Power Equipment Operators- Chipper $49.90 5D 1T 8P
wr Underground Sewer&Water
King Power°E ui mentO of Comp essor y�� $ � SD BP
aw
Undef rk)Und Sewer` �ate � €� �w fis r
King Power Equipment Operators- Concrete Finish Machine-laser Screed $47.12 5D IT 8P
o' Underground Sewer&Water
Kmg' Power'EauipmentOperato'rs", Concr ete Pump Mounted brTiter�H�gh $49248 5D `�1T 8P
Underground beaver-151later Pressure L_me Pump, p HighPressure � �
King Power Equipment Operators- Concrete Pump:Truck Mount With Boom $49.90 5D IT 8P
ar Underground Sewer&Water Attachment Up To 42m
King Power EpuipFrientt3p
King Power Equipment Operators- Cranes:20 Tons Through 44 Tons With $49.90 5D IT 8P
Underground Sewer&Water Attachments
King Power EauipmentOpe tdr Cranes 1Q0TonsThrb gh19s r0' $504 5D 1T 8P'
tit°~x s � � " x � f�� �
;Underground Sealer&yVater Of Boom(mrluc�ingJ� ,
4 7fi q
„ lam.
King Power Equipment Operators- Cranes:200 Tons To 300 Tons,Or 250'Of $51.51 5D IT 8P
�. Underground Sewer&Water Boom(including Jib With Attachments)
King PowerEauipFndperator Cranes�45Ton Throu 99Tons $5p39 SD1T SP
Under round SeWteter 3 150'Of Boom includilib\IV
r1w a it z
€ � Attach ent$1+
?s,' "�_
King Power Equipment Operators- Cranes:A-frame-10 Tons And Under $47.12 5D 1T 8P
w
Underground Sewer&Water
King Power EgulpmenMa raor Cranes!"Fnctiorlotns7rougi 19 7;� s $5131 SD 1T 8P '_
llndereround'Sewe&r ater f 3
w
S
....�.'3' _.,�;, ......-,�i�6" ^u. 'T'...a� -* r.a-- _v ..-aa* 1'?-<d .s,fRF'i'Y .'mvE... - �'�� Fja•
King Power Equipment Operators- Cranes:Friction Over 200 Tons $52.07 5D 1T 8P
aw Underground Sewer&Water
King PowerEgu�pinent�perators Cranes Over 3tlDT f&s e300'OfSo� $5 07 SD 1T 8P
Underground Sew & Var , (mctudangJib VM1rthAttachmenfs�
t
... .,__.., f ,...,..,. .. WS:"_ ..
King Power Equipment O erators- Cranes:Through 19 Tons With Attachments $49.48 5D 1T 8P
+ Underground Sewer&Water -frame Over 10 Tons
King Power Eguipmentrators Crushers ; ¢ $499D SD 1T 8P
rr Under round 5eerge air
King Power Equipment Operators- Deck Engineer/deck Winches(power) $49.90 5D 1T 8P
#A* 15
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
�Ir
Under round Sewer&Water
King Powerl ui ent tt�rs DerrKi�s u(ding brk F r �` 5b 1T 8P : rrrti
�,�
r-
King Power Equipment O rators- Dozers D-9&Under $49.48 5D IT 813
Underground Sewer&Water
King PowerE°uiEmentOM oi ; bnllOilers AugerType� tuckdrCrane � d� 5b1T ; 8P
,
nderground SernYe titer
U Mount _ a
King Power Equipment O erators- Drilling Machine $49.90 5D IT 813
Underground Sewer&Water
King v ent 0 atoirs ElevatorRrid Man;lift Permanent And shaft 7 5D € 1T 8P
s gar
a nXv,
N
gV) under round Sews _ aLer
'€ -
..
King Power Equipment O erators- Finishing Machine,Bidwell And Gamaco& $49.90 5D IT 813
Underground Sewer&Water Similar Equipment
King Power E ui den :ra ors Forklift.3000 Lti,And Over With $� i LSD T 8P
s E � c
a Under rOUnd ewer �ter Attachrnet�s � ; rill
King Power Equipment O erators- Forklifts:Under 3000 Lbs.With Attachments $47.12 5D IT 811
Underground Sewer&Water is
King Power Equipment Operators Grade Engineer Using 81ue Pnnts Cut X49 90 5D 1T 8P
t F
r Under round Sewe titer Shee c
King Power Equipment Operators- Gradechecker/stakeman $47.12 5D IT 8P
Underground Sewer&Water ,
King Powerlt4bW r► nti �ators Guardrail Punch 05() 1T 8P
Unde round Sewed titer
5 r-_
King Power Equipment Operators- Hard Tail End Dump Articulating Off-Road $50.39 5D IT 813
Underground Sewer&Water Equipment 45 Yards.&Over
King Power E ui rnent On ors Hard En
Tail d Hump Ar#�culatmg pff road $49 90 'S D E 1T SP
Ur�defero�und Sewe ��r _` Equ�pmen UnderA fads ' � '
s r 0- rr►
'
a 3 Y
i
King Power E ui me_ht Operators- Horizontal/directional Drill Locator $49.48 5D IT 813
Underground Sewer&Water
King, �� PciwerEah�pmentd tbr'�� �Har�zo�talfd �e`cgoral �11zOperat�l•� �, $4��p���5b 1T ,� 8P
'Underground,lbewe
ater f r k h
King Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $49.48 5D IT 813
Underground Sewer&Water
so
King PowerE ui merit 0 et�brs sr �iydra) onr TcklO Tons Acrd Undo 2 5D 1T 8P
Under round Sewel&t titer a ,E�s F tom£
fr
1W
16 lrlr
Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2010
King Power Equipment Operators- Loader,Overhead 8 Yards.&Over $50.94 5D IT 8P
Underground Sewer&Water
Kin
e i en ra ors �ec ; verhea� arils of I urling0 33 X50 1T 8P
n ro�n�e mate �r �� r ��� �
King Power Equipment O erators- Loaders Overhead Under 6 Yards
$49.90 51) 1T 8P
Underground Sewer&Water
a"' '0 ier l", ent 3 ators x � �'
g� Loaders;plant Feed A SD - 1T SP
z
�++ King Power Equipment O erators- Loaders:Elevating Type� K
g Belt $49.48 5D 1T 8P
Underground Sewer&Water
s e x
Kin g menu? erators. com fives All
$49 90 SD iT 8P
�
s
King Power E tji ment Operators- Material Transfer Device $49.90 5D 1T 8P
Under round Sewer&Water
era
�ien�Dors a anacs,pal ` ed - tper our 50 94 LSD 1T' SP
e
ham- x
.r King Power Equipment O erators- Motor Patrol Grader-Non-finishing $49.48 5D IT 8P
Underground Sewer&Water
�r K►ng Pc w�egmen#Op aYors fVtaqr a
Pol Graders��n�shui �
g
9 5D 1 SP
'
King Power Equipment O erators- Mucking Machine,Mole,Tunnel Drill,Boring, $50.39 5D 1T SP$
Under-ground Sewer&Water Road Header And/or Shield
Ki r tli menatas-� i2a � ito "BI of D�str�butart inch 7
ow
t 12 SD 1T 8p
pera p
t 2°
.. 7
King Power Equipment O»erators- Outside Hoists(elevators And Manlifts)r Air $49.48 5D 1T 8_ _ p
g' Underground Sewer&Wate Tuggers,strato
K � iE u� ment 0tdtd ;� vehea`d,Badge Type Cran� 20 Tons $49 90 SD 1T 8P
n e round's Ci- �ate�� roug r 44 Tons
L
King Power Equipment O erators- Overhead, Bridge Type:100 Tons And Over $50.94 5D 1T 8P
..r� Under round Sewer&Water
Ktgg P�� ui rrrent� Mors- tvvhead BridgoTy e•45 Tons 7hrou h 9
$�S 39
. round 5euuer J1later
8
x �
King Power Equipment O erators- Pavement Breaker $47.12 wSD 1T 8P
rw
Underground Sewer&Water
KiOg� Frr ut rnen erators p� bro#heratTOa 6;Nl0 unt} +9 � SDI ` 1T 8P
k
17
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
E�Ide round w ater
King Power Equipment O rators- Plant Oiler-Asphalt,Crusher $49.48 5D 1T 8P
Underground Sewer&Water
Kin Po�ivt ui r t1 = Post a Fie merit 12 5b 1T 8P
g t -
Unde ro und e e s
King Power Equipment O erators- Power Plant $47.12 5D 1T 8P
Underground Sewer&Water ow
King 08weritlui6iii erit 0 e ors° Pum s`Wa#e �$4� 1 5b , 1T 8P
,
Under rou nd tewe�ater
King Power Equipment O rators- Quad 9,Hd 41,D10 And Over $50.39 5D IT 8P
Underground Sewer&Water
King P jSP
tlnde round ewv Xr H g t sed o Bborrl wr
King Power Equipment O erators- Remote Control Operator On Rubber Tired $50.39 5D 1T 8P
Underground Sewer&Water Earth Moving Equipment Atli
King y PowerP ui men tors Rigge Al Bel(m, $ ' 12 5b3a 1T 8P
UndeTroUnd�e 1(C a#er ', € w �
� 9 5
RVP
EDr
King Power Equipment Operators- Rollagon $50.39 5D IT 8P
Underground Sewer&Water
King PowerE' wpm' p rators RAlfer #fier= a a 1111; - $ 72 �aD 1T 8P
King Power Equipment O rators- Roller,Plant Mix Or Multi-lift Materials $49.48 5D 1T 8P
Underground Sewer&Water
King Power EpuipmentOperators ,� Rot_ I,f�+ [a r� erg �; � $��«90 SD 1T 8P
nae
s
King Power Equipment O erators- Saws-Concrete $49.48 5D IT 8P
Underground Sewer&Water
rw
King,--.-.,Power E ui m T SP
Unde round �nre rATater E ��
King Power Equipment Operators- Scrapers-Concrete&Carry All $49.48 5D IT 8P
Underground Sewer&Water
at
King Rower E' ui mefit Scrapers,Selfi propelled,4 id's And Over $5 3� Sb 1T 8P
Unde roundW eter � jc MI,
u s
King Power Equipment O rators- Service Engineers-Equipment $49.48 5D 1T 8P
Unde round Sewer&Water
18 fir
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
King Power Equipment 0 erators- Shovel,Excavator,Backhoe,Tractors Under $49.48 5D IT 813
Underground Sewer&Water 15 Metric Tons.
ow Kirg louver ui 'A cra ape a1 1c°zi {Sver3bvletri �39 5 D3 : BR
t�nde ro d d Tons pup a Tons `
King Power Equipment Operators- Shovel,Excavator, Backhoes,Tractors:15 To $49.90 5D 1T 8P
Underground Sewer&Water 30 Metric Tons
rlW Kln POwr Eau e �rS r v .
g « n � Sh�ovel; ccavator,Backhoes Over50 Metnc 5i�94# 5D 1T 8P'.;
s
Il A-- rounder titer`° s To 90 etrtc Tons � {
No King Power Equipment Operators- Shovel,Excavator,Backhoes:Over 90 Metric $51.51 5D 1T 8P
Underground Sewer&Water Tons
rrr ICrng Power Eris �n a 5►pforin X55039 F 5D, 1T 8P"
=" tJ�ndr rourd w �#erY A
O
+,r King Power Equipment O erators- Spreader,Topsider&Screedman $50.39 5D 1T 8P
Underground Sewer&Water —
Kmg Power E ulm, nt Subs pac er T rn
M M g rn C Y $4 90 5D 1T� 8P
Under roan V�eI�tYYaI2I° x � E�aE c
King Power Equipment Operators- Tower Bucket Elevators $49.48 5D 1T 8P
Underground Sewer&Water
Un e� SD 1T 8P
Untie o WN
King Power Equipment O erators Tower Crane Up To 175'In Height Base To $50.94 5D IT 8P
Underground Sewer&Water Boom
g ���u� ���e CanspoCtersbll Track Or 'ruck Ty,��& � 'SrS SD" z �1T� ��8P
r�r Undeh r un were Ag
� f
King Power Equipment Operators- Trenching Machines $49.48 5D 1T 8P
aw Underground Sewer&Water
Ki n i4c, Rower lr' urFnenfl .e to `�` r� IcCranOilerJdriver 100TonsAnder0 5D 1T 8P
King Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $49.48 5D 1T 8P
.. Underground Sewer&Water
King Rowers ugI mt& WIN
NEW
King Power Equipment Operators- Welder $50.39 51) 1T 813
,. 19
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
Underground Sewer&Water
I�il�g#5 F�iwer ui entO erators s ee�ra a�r�a I Types gp +rrr
, ✓``s:
WE -
t
r
King Power Equipment O erators- Yo Yo Pay Dozer $49.90 5D 1T 8P
Underground Sewer&Water
Kmg Pobiver Lrne Ci�earance f 16 rney Le�tel lr�Charge fE 0� �,`pr 'qQ k
Trimmers
N'
King Power Line Clearance Tree Spray Person $38.73 5A 4A
Trimmers
k
King P% wdf one Cae ranee >ree rye fqurp rierr flper toy ;$ SA °
King Power Line Clearance Tree Tree Trimmer _ _
$36.50 5A 4A
Trimmers:
Ong Poi+ � tne clearance Tree ree Trirrimer` E un erson
HAIMul
King Refri eration&Air Conditioning ourney Level $64.56 5A iG
Mechanics twt
King residential Br cl�Mason ourney Le e
2 ft, 5A1 M
e
King Residential Ca enters Journey level
$28.20 1
Icing Residential der ent Masons
ti�t : K,yt
ONEu,
King Residential Drvwall Applicators lourney Level $38.08 5D 1M
Kfng � esiclentTa!O afta ers orney `E
King Residential Electricians lourney Level $30.33 1 fw
�q
King Residential Glaziers E ourney tev�el � 5G 1F1
King Residential Insulation Applicators Journey Level $26.28 1
ku x
Klhg Residential Laborers ourneyLeire t $23 1 '
z4' A .
King Residential Marble Setters Journey Level
$24.09 1
Ktng` Residential Pampers ourney Duet $ 6 1
E
u� r
King Residential Plumbers&Pi efitters Journey Level $34.69 1 '
King F2esadntiatsfn'eratron&Airy o rneyl vlA '' IG
0"
20
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
all `# f
Alf
V, King Residential Sheet Metal Workers Journey Level $37.35 6L iR
iC rig R�sf�w ntial Soft Floor La ers ou L'eVe _ 2%
a t �,�. �� w r b ��
,wrr , ..}� a . 2
a
King Residential Sprinkler Fitters(Fire Journey Level $38.81 5C 211
Protection
Kmg � Residential Stone Masons ourne Leve(� _ $4672 5Ae�1M
d; •f , ... ..
MEN"
3
tirr
King Residential Terrazzo Workers ourney Level $46.88 5A 1M
Kmg� Resi��tia1 Terrazzo ile Finis hers ourney Levey
M ,.�a-E„• .� f r cu `� F� c. 3 f ��
.�€.i°„ °c• s' .M. � r �� � Kg a- a3•t_ �k.
King Residential Tile Setters Journey Level $25.17 1
R! s g
��.
King Roofers Using Irritable Bituminous Materials $44.90 5A 111
tCingr� SheeMetal Workers urne�Lever $6 :27 6 E
�x
m
x*
.r
King Shipbuilding&Ship Repair Boilermaker $32.56 6W 1H
KingSh► buitdrn &SMi Re am Carpenter _x
low
$$ 6X 1B s
.,. � ...
King Shipbuilding&Ship Repair Electrician $34.92 6X 113
IUng 5�ii �i in &Shi 'Re' air klea I rust Insulatpr 53 51 15 r'
` � yz sus
law—
King Shipbuilding&Ship Repair Laborer $34.54 6X 1B
Kan Shi butclicr 4&5#�i Re air € Madair0,r X34 t; 18 `
IN,
King Shipbuilding&Ship Repair Operator $37.08 6X 16
King Shrbbit�din>r&Ship Repair Pauiter
�AP 00
King Shipbuilding&Ship Repair Pipefitter $34.66 6X 16
err King 51ii irrltic m &Stii Re air Fbgger _ a t 4 B
F,
S
..:--.;u�..�-sf sax
.-
King Shipbuilding&Ship Repair Sandblaster $33.63 6X 113
.rr
Kings Shl� 11rC�In &X111e air r
x
eta D
King Shipbuilding&Ship Repair Shipfitter $34.67 6X 1B
King Sht`biyildin &Shi Re arr�' riccer SO � 346X 16
sue`€- cs -
F
+r 21
Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2010
King Shipbuilding&Ship Re air Warehouse $34.65 6X 1B
I Fng e tir" m e$rSfi �i � $36 ;�Y { r s
King Sign Makers&Installers Electrical Sign Installer $22.92 Y
ICitig Sr n Alialcers&InsfA( rs Electrical Sig a � k $213x1
King Sign Makers&Installers(Non- Sign Installer $27.28 1
Electrical
King S n Mkers&Inst�a�llers Non Sig EMlaker x _ $3 325
1
F Electncafi
King Soft Floor Layers Journey Level $40.96 5A 2X
King Slarintrols For incows eielk £ ` s f ;$12 1
Ea
King Sprinkler Fitters Fire Protection Journey Level $66.54 5C 1X
Itingd 5a a ( fTT �MeCftanlcs I�}On r, alt eef` 3 $13 23 g1
„ P wr,31 tR
�
King Stone Masons Journey Level $46.72 5A 1M
King = StF6n Parkin Lat Swee ei �e13° �, $19 09 1 R
f :
King Surve ors Chain Person $9.35 1
King S�nieor Instrument perso $114Q ' 1
•=-gad. r� ^iE.•'. „M; ��u, ;,x l .�'..:sa��,r's,`,' w^.� .e� ,'.J
King Surveyors Party Chief $13.40 1
King a ecommunicatto ec ni�an$ 0 $22 7 � L�� � .
King Telephone Line Construction- Cable Splicer $32.27 5A 2B
Outside
King Tele florae Line Co�trocttan Hate ?igger/GbUri Person $181 SA 2B
2'
Outside; E
King Telephone Line Construction- Installer(Repairer) $30.94 5A 2B `
Outside
K►ng de hone Lme Construction pe" a� aratus s l(er LH $32.22 N 5A 2B +�►
Outside sa c
s ... x . . ^
King Telephone Line Construction- Special Apparatus Installer II $31.62 5A 2BYt
Outside
rri
22
Journey Level Prevailing Wage Rates for the Effective Date: 9/1/2010
�g xe1 �i one°L�rie Const�ct�on T,� a o E�p; ..
low .:
King Telephone Line Construction- Telephone Equipment Operator(Light) $36.02 5A 2B
Outside
1{ing � Tyelye hone Lin nepersdt _ 30.'02 SA� �
z #� lJuts�de •�-S. s. �' l°'p �,s-n°5 -,l` �� , "'o,'�. �- m- '3'
�r
King Telephone Line Construction
uction- Television Groundperson $17.18 5A 2B
Outside
'"'` King Tele hone Lme Construction ` elevision Linepers 73 5A�
E g,
R NIP Outside � r� �? k
King Telephone Line Construction- Television System Technician $27.09 5A 2B
Outside
_ lei g 711e `home Lme Construction Television Technicia��4 $24 35 5A .
��
Our side
King Telephone Line Construction- Tree Trimmer $30.02 5A 2B
Outside
,,,r, King 'terrazzoWorkers gney Leuel $ 6
88 SA
ur
RE
King Tile Setters Journey Level $21.65 1
�r
King T1�etiVl rrazzo finisners F 9, $40 71 .5A 1B �'
s
King Traffic Control Stripers Journey Level $38.90 5A 1K
Kin Trt�'ck Dnvdrs �; Asp�ha1t Mix Over 16,�(ards�'Ir�W�Jo nl:- $46 47 SD�� �� 1 � 8L .
28)
n
Un
King Truck Drivers Asphalt Mix To 16 Yards(W.WA Joint Council $45.63 5D 1T 8L
28)
King Truck brVersw D>mp Truck&Trailed
46 47 5D 8L
King Truck Drivers Dump Truck(W.WA-Joint Council 28) $45.63 5D 1T 8L
Kjng Truck Drier OrTrucks(W Worn Coq 28 $46 47 . 5D 1 8L .
,
ko
r *
King Truck Drivers Transit Mixer $23.45 1
King ilVell Drillers&Irriia,i on Pump Irrigatron Pump Installer : $J 7 71 1
Zu
[nstallers� . �
a.
King Well Drillers&Irrigation Pump Oiler $12.97 1
Installers
r .
QW 23
Journey Level Prevailing Wage Rates for the Effective Date:9/1/2010
Kn VI(e( le�si anon Pir�i e 11e= 0 1
ow
so
ow
Im
46
24
r
C
E
6
e WSDOT AMENDMENTS
F
b
k
E
F
L
E
e
c
E
1
1
1
i
1
1
I
i
1
I
1
i
1
1
1
1
1 INTRODUCTION
g
2 The following Amendments and Special Provisions shall be used in conjunction with the
3 2008 Standard Specifications for Road, Bridge, and Municipal Construction.
aw 4
5 AMENDMENTS TO THE STANDARD SPECIFICATIONS
6
7 The following Amendments to the Standard Specifications are made a part of this contract
` " 8 and supersede any conflicting provisions of the Standard Specifications. For informational
9 purposes, the date following each Amendment title indicates the implementation date of the
10 Amendment or the latest date of revision.
aw 11
12 Each Amendment contains all current revisions to the applicable section of the Standard
13 Specifications and may include references which do not apply to this particular project.
�.. 14
15 SECTION 1-03, AWARD AND EXECUTION OF CONTRACT
16 April 7, 2008
17 1-03.1 Consideration of Bids
18 This section is supplemented with the following new sub-section.
ow 19
20 1-03,1(7) Tied Bids
21 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
r 22 the tie-breaker will be determined by drawing as described in this Section. Two or more
23 slips of paper will be marked as follows: one marked "Winner" and the other(s) marked
24 "unsuccessful". The slips will be folded to make the marking unseen. The slips will be
25 placed inside a box. One authorized representative of each Bidder shall draw a slip
26 from the box. Bidders shall draw in alphabetic order by the name of the firm as
27 registered with the Washington State Department of Licensing. The slips shall be
28 unfolded and the firm with the slip marked "Winner" will be determined to be the
29 successful Bidder and eligible for Award of the Contract. Only those Bidders that
30 submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to
31 draw.
it 32
33 SECTION 1-04, SCOPE OF THE WORK
34 April 7, 2008
WW
35 1-04.4(1) Minor Changes
36 The first sentence in the first paragraph is revised to read:
rrr 37
38 Payments or credits for changes amounting to $15,000 or less may be made under the
39 bid item "Minor Change."
40
41 1-04.5 Procedure and Protest by the Contractor
42 In the second paragraph, number 2, the reference to 7 calendar days is revised to 14
43 calendar days.
44
45 The second sentence in the fifth paragraph is revised to read:
46
47 The determination will be provided within 14-calendar days after receipt of the
48 Contractor's supplemental written statement (including any additional information
r
rw
. rr
rri
wrl
rr
+iri►
alp
+rw
I requested by the Project Engineer to support a continuing protest) described in item 2
2 above.
3
4 SECTION 1-05, CONTROL OF WORK
dw 5 April 7, 2008
6 1-05.1 Authority of the Engineer
7 The fourth paragraph is revised to read:
8
9 At the Contractor's risk, the Project Engineer may suspend all or part of the Work
10 according to Section 1-08.6.
11
12 1-05.12 Final Acceptance
13 The second paragraph is revised to read:
14
15 The Contractor agrees that neither completion nor final acceptance shall relieve the
16 Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency
17 against any claim or loss resulting from the failure of the Contractor (or the
18 subcontractors or lower tier subcontractors) to pay all laborers, mechanics,
"W 19 subcontractors, materialpersons, or any other person who provides labor, supplies, or
20 provisions for carrying out the Work or for any payments required for unemployment
21 compensation under Title 50 RCW or for industrial insurance and medical aid required
22 under Title 51 RCW.
23
24 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
25 April 6, 2009
26 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land
27 The following new paragraph is inserted in front of the first paragraph:
28
29 State Department of Revenue Rule 170 and its related rules apply for this section.
30
4M 31 1-07.8 High Visibility Apparel
32 This section is revised to read:
33
34 The Contractor shall require all personnel under their control (including service
35 providers, Subcontractors and lower tier Subcontractors) that are on foot in the work
36 zone and are exposed to vehicle traffic or construction equipment to wear the high
37 visibility apparel described in this Section.
38
39 The Contractor shall ensure that a competent person as identified in the MUTCD selects
40 the appropriate high-visibility apparel suitable for the job-site conditions.
41
42 High visibility garments shall always be the outermost garments.
43
44 High visibility garments shall be in a condition compliant with the ANSI 107-2004 and
45 shall be used in accordance with manufacturer recommendations.
46
47 This section is supplemented with the following new sub-sections.
48
r
aw
1 1-07.8(1) Traffic Control Personnel to
2 All personnel performing the Work described in Section 1-10 (including traffic control
3 supervisors, flaggers, spotters, and others performing traffic control labor of any kind),
4 shall comply with the following:
5
6 1. During daylight hours with clear visibility, workers shall wear a high-visibility
7 ANSI/[SEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high
8 visibility headwear requirements of WAC 296-155-305; and
9
10 2. During hours of darkness (1/2-hour before sunset to 1/2-hour after sunrise) or
11 other low visibility conditions (snow, fog, etc.), workers shall wear a high-
12 visibility ANSVISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower
13 garment meeting ANS€/ISEA 107-2004 Class E, and hardhats meeting the high
14 visibility headwear requirements of WAC 296-155-305.
15
16 1-07.8(2) Non-Traffic Control Personnel
17 A11 r,orcnnnot n. . n+ +h. . t 4.L- IAI-.i_ -J---°' - ^-
A*
do
Ow
1 INTRODUCTION
VAP
2 The following Amendments and Special Provisions shall be used in conjunction with the
3 2008 Standard Specifications for Road, Bridge, and Municipal Construction.
err 4
5 AMENDMENTS TO THE STANDARD SPECIFICATIONS
6
7 The following Amendments to the Standard Specifications are made a part of this contract
8 and supersede any conflicting provisions of the Standard Specifications. For informational
9 purposes, the date following each Amendment title indicates the implementation date of the
10 Amendment or the latest date of revision.
11
12 Each Amendment contains all current revisions to the applicable section of the Standard
13 Specifications and may include references which do not apply to this particular project.
aw 14
15 SECTION 1-03, AWARD AND EXECUTION OF CONTRACT
16 April 7, 2008
m
17 1-03.1 Consideration of Bids
18 This section is supplemented with the following new sub-section.
19
20 1-03.1(1) Tied Bids
21 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
,�.. 22 the tie-breaker will be determined by drawing as described in this Section. Two or more
23 slips of paper will be marked as follows: one marked "Winner" and the other(s) marked
24 "unsuccessful". The slips will be folded to make the marking unseen. The slips will be
25 placed inside a box. One authorized representative of each Bidder shall draw a slip
26 from the box. Bidders shall draw in alphabetic order by the name of the firm as
27 registered with the Washington State Department of Licensing. The slips shall be
28 unfolded and the firm with the slip marked "Winner" will be determined to be the
29 successful Bidder and eligible for Award of the Contract. Only those Bidders that
30 submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to
31 draw.
32
33 SECTION 1-04, SCOPE OF THE WORK
34 April 7, 2008
35 1-04.4(1) Minor Changes
36 The first sentence in the first paragraph is revised to read:
37
38 Payments or credits for changes amounting to $15,000 or less may be made under the
39 bid item "Minor Change."
40
41 1-04.5 Procedure and Protest by the Contractor
42 in the second paragraph, number 2, the reference to 7 calendar days is revised to 14
• 43 calendar days.
44
45 The second sentence in the fifth paragraph is revised to read:
46
47 The determination will be provided within 14-calendar days after receipt of the
48 Contractor's supplemental written statement (including any additional information
ar
1 requested by the Project Engineer to support a continuing protest) described in item 2 so
2 above.
3
4 SECTION 1-05, CONTROL OF WORK
5 April 7, 2008
6 1-05.1 Authority of the Engineer
7 The fourth paragraph is revised to read:
8
9 At the Contractor's risk, the Project Engineer may suspend all or part of the Work
10 according to Section 1-08.6.
11
12 1-05.12 Final Acceptance
13 The second paragraph is revised to read: r
14
15 The Contractor agrees that neither completion nor final acceptance shall relieve the
16 Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency to
17 against any claim or loss resulting from the failure of the Contractor (or the
18 subcontractors or lower tier subcontractors) to pay all laborers, mechanics,
19 subcontractors, materialpersons, or any other person who provides labor, supplies, or VA
20 provisions for carrying out the Work or for any payments required for unemployment
21 compensation under Title 50 RCW or for industrial insurance and medical aid required
22 under Title 51 RCW.
23 wry
24 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
25 April 6, 2009
26 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land
27 The following new paragraph is inserted in front of the first paragraph:
28 a
29 State Department of Revenue Rule 170 and its related rules apply for this section.
30
31 1-07.8 High Visibility Apparel
32 This section is revised to read:
33
34 The Contractor shall require all personnel under their control (including service
35 providers, Subcontractors and lower tier Subcontractors) that are on foot in the work
36 zone and are exposed to vehicle traffic or construction equipment to wear the high
37 visibility apparel described in this Section.
38
39 The Contractor shall ensure that a competent person as identified in the MUTCD selects
40 the appropriate high-visibility apparel suitable for the job-site conditions.
41
42 High visibility garments shall always be the outermost garments.
43
44 High visibility garments shall be in a condition compliant with the ANSI 107-2004 and
45 shall be used in accordance with manufacturer recommendations.
46
47 This section is supplemented with the following new sub-sections.
48
1 1-07.8(1) Traffic Control Personnel
�,. 2 All personnel performing the Work described in Section 1-10 (including traffic control
3 supervisors, flaggers, spotters, and others performing traffic control labor of any kind),
4 shall comply with the following:
" 5
6 1. During daylight hours with clear visibility, workers shall wear a high-visibility
7 ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high
8 visibility headwear requirements of WAC 296-155-305; and
9
10 2. During hours of darkness (1/2-hour before sunset to 1/2-hour after sunrise) or
�. 11 other low visibility conditions (snow, fog, etc.), workers shall wear a high-
12 visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower
13 garment meeting ANSI/ISEA 107-2004 Class E, and hardhats meeting the high
14 visibility headwear requirements of WAC 296-155-305.
15
16 1-07.8(2) Non-Traffic Control Personnel
17 All personnel, except those performing the Work described in Section 1-10, shall wear
18 high visibility apparel meeting the ANSi/ISEA 107-2004 Class 2 or 3 standard.
19
20 1-07.9(1) General
21 The following new paragraph is inserted to follow the sixth paragraph:
22
23 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that
24 falls under the provisions of RCW 39.12 because of the definition "Contractor' in WAC
25 296-127-010, complies with all the requirements of RCW 39.12.
26
27 1-07.15 Temporary Water Pollution/Erosion Control
28 This section is supplemented with the following:
29
30 Stormwater or dewatering water that has come in contact with concrete rubble, concrete
31 pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed
32 to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately
,. 33 discontinue work and initiate treatment according to the plan to lower the pH. Work may
34 resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be
35 demonstrated that the runoff will not reach surface waters.
,a. 36
37 High pH process water shall not be discharged to waters of the state. Unless specific
38 measures are identified in the Special Provisions, high pH process water may be
39 infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system.
` 40 Water being infiltrated or dispersed shall have no chance of discharging directly to
41 waters of the state, including wetlands or conveyances that indirectly lead to waters of
42 the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units
43 prior to infiltration to ensure the discharge does not cause a violation of groundwater
44 quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide
45 a copy of permits and requirements for placing the material into a sanitary sewer system
46 prior to beginning the work. Process water may be collected and disposed of by the
47 Contractor off the project site. The Contractor shall provide a copy of the permit for an
48 approved waste site for the disposal of the process water prior to the start of work which
49 generates the process water.
50
51 1-07.15(1) Spill Prevention, Control and Countermeasures Plan
52 This section is revised to read:
O
1
2 The Contractor shall prepare a project-specific spill prevention, control, and
3 countermeasures plan (SPCC Plan) that will be used for the duration of the project. The
4 Contractor shall submit the plan to the Project Engineer no later than the date of the it
5 preconstruction conference. No on-site construction activities may commence until
6 WSDOT accepts an SPCC Plan for the project.
7
8 The term "hazardous materials", as used in this Specification, is defined in Chapter 447
9 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and
10 health requirements that may pertain to SPCC Plan implementation are contained in but
11 not limited to WAC 296-824 and WAC 296-843. at
12
13 Implementation Requirements
14 The SPCC Plan shall be updated by the Contractor throughout project construction so
15 that the written plan reflects actual site conditions and practices. The Contractor shall
16 update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan
17 on the project site. All project employees shall be trained in spill prevention and
18 containment, and shall know where the SPCC Plan and spill response kits are located
19 and have immediate access to them.
20
21 If hazardous materials are encountered or spilled during construction, the Contractor
22 shall do everything possible to control and contain the material until appropriate
23 measures can be taken. The Contractor shall supply and maintain spill response kits of at 1
24 appropriate size within close proximity to hazardous materials and equipment.
25
26 The Contractor shall implement the spill prevention measures identified in the SPCC
27 Plan before performing any of the following: air
28
29 1. Placing materials or equipment in staging or storage areas.
30 2. Refueling, washing, or maintaining equipment.
31 3. Stockpiling contaminated materials.
32
33 SPCC Plan Element Requirements .,
34 The SPCC Plan shall set forth the following information in the following order:
35
36 1. Responsible Personnel , y
37 Identify the name(s), title(s), and contact information for the personnel
38 responsible for implementing and updating the plan, including all spill
39 responders.
40 wo
41 2. Spill Reporting
42 List the names and telephone numbers of the federal, State, and local
43 agencies the Contractor shall notify in the event of a spill
44
45 3. Project and Site Information
46 Describe the following items:
47
48 A. The project Work.
49
50 B. The site location and boundaries.
51
52 C. The drainage pathways from the site.
2 D. Nearby waterways and sensitive areas and their distances from the
3 site.
4
5 4. Potential Spill Sources
6 Describe each of the following for all potentially hazardous materials brought
7 or generated on-site (including materials used for equipment operation,
8 refueling, maintenance, or cleaning):
9
10 A. Name of material and its intended use.
.r 11
12 B. Estimated maximum amount on-site at any one time.
13
14 C. Location(s) (including any equipment used below the ordinary high
15 water line) where the material will be staged, used, and stored and
16 the distance(s)from nearby waterways and sensitive areas.
17
�. 18 D. Decontamination location and procedure for equipment that comes
19 into contact with the material.
20
21 E. Disposal procedures.
22
23 5. Pre-Existing Contamination
++ 24 Describe any pre-existing contamination and contaminant sources (such as
25 buried pipes or tanks) in the project area that are described in the Contract
26 documents. Identify equipment and work practices that will be used to prevent
27 the release of contamination.
28
29 6. Spill Prevention and Response Training
30 Describe how and when all personnel (including refueling contractors and
31 Subcontractors) will be trained in spill prevention, containment and response in
32 accordance with the Plan. Describe how and when all spill responders will be
NW 33 trained in accordance with WAC 296-824.
34
35 7. Spill Prevention
36 Describe the following items:
37
38 A. Spill response kit contents and location(s).
39
40 B. Security measures for potential spill sources.
41
42 C. Secondary containment practices and structures for hazardous
43 materials.
44
45 D. Methods used to prevent stormwater from contacting hazardous
�,.■,, 46 materials.
47
48 E. Site inspection procedures and frequency.
49
50 F. Equipment and structure maintenance practices.
51
aw
1 G. Daily inspection and cleanup procedures that ensure all equipment
2 used below the ordinary high water line is free of all external
3 petroleum based products.
4 -
5 H. Refueling procedures for equipment that cannot be moved from below
6 the ordinary high water line.
7
8 8. Spill Response as
9 Outline the response procedures the Contractor will follow for each scenario
10 listed below. Include a description of the actions the Contractor shall take and
11 the specific, on-site, spill response equipment that shall be used to assess the
12 spill, secure the area, contain and eliminate the spill source, and clean up and
13 dispose of spilled and contaminated material
14
err
15 A. A spill of each type of hazardous material at each location identified in
16 4, above.
17
18 B. Stormwater that has come into contact with hazardous materials.
19 _
20 C. A release or spill of any pre-existing contamination and contaminant
21 source described in 5, above,
22
23 D. A release or spill of any unknown pre-existing contamination and
24 contaminant sources (such as buried pipes or tanks) encountered
25 during project Work.
26
27 E. A spill occurring during Work with equipment used below the ordinary
28 high water line.
29
30 If the Contractor will use a Subcontractor for spill response, provide contact a
31 information for the Subcontractor under item 1 (above), identify when the
32 Subcontractor will be used, and describe actions the Contractor shall take
33 while waiting for the Subcontractor to respond.
34
35 9. Project Site Map
36 Provide a map showing the following items:
37 4r
38 A. Site location and boundaries.
39
40 B. Site access roads. 1W
41
42 C. Drainage pathways from the site.
43
44 D. Nearby waterways and sensitive areas.
45
46 E. Hazardous materials, equipment, and decontamination areas dr
47 identified in 4, above.
48
49 E. Pre-existing contamination or contaminant sources described in 5,
50 above.
51
52 G. Spill prevention and response equipment described in 7 and 8, above. ,
1
2 10. Spill Report Forms
3 Provide a copy of the spill report form(s) that the Contractor will use in the event of
4 a release or spill.
�. 5
6 Payment
7 Payment will be made in accordance with Section 1-04.1 for the following Bid item when
8 it is included in the Proposal:
9
10 "SPCC Plan", lump sum.
11
12 When the written SPCC is accepted by WSDOT, the Contractor shall receive 50-percent
13 of the lump sum Contract price for the plan.
14
15 The remaining 50-percent of the lump sum price will be paid after the materials and
16 equipment called for in the plan are mobilized to the project.
17
18 The lump sum payment for"SPCC Plan"shall be full pay for:
19
20 1. All costs associated with creating the accepted SPCC Plan.
�wr 21
22 2. All costs associated with providing and maintaining the on-site spill prevention
23 equipment described in the accepted SPCC Plan.
wr 24
25 3. All costs associated with providing and maintaining the on-site standby spill
26 response equipment and materials described in the accepted SPCC Plan.
aw 27
28 4. All costs associated with implementing the spill prevention measures identified
29 in the accepted SPCC Plan.
30
31 5. All costs associated with updating the SPCC Plan as required by this
32 Specification.
33
34 As to other costs associated with releases or spills, the Contractor may request
35 payment as provided for in the Contract. No payment shall be made if the release or
36 spill was caused by or resulted from the Contractor's operations, negligence, or
37 omissions.
38
39 1-07.16(4) Archaeological and Historical Objects
40 This section is supplemented with the following new sub-section:
41
42 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains
ow 43 If human skeletal remains are encountered by the Contractor, they shall not be further
44 disturbed. The Contractor shall immediately notify the Engineer of any such finds, and
45 shall cease all work adjacent to the discovery, in an area adequate to provide for the
ow 46 total security and protection of the integrity of the skeletal remains. The Engineer may
47 require the Contractor to suspend Work in the vicinity of the discovery until final
48 determinations and removal of the skeletal remains is completed.
49
50 If the Engineer finds that the suspension of Work in the vicinity of the discovery
51 increases or decreases the cost or time required for performance of any part of the
52 Work under this Contract, the Engineer will make an adjustment in payment or the time
I required for the performance of the Work in accordance with Sections 1-04.4 and 1- wr!
2 08.8.
3
4 1-07.17(2) Utility Construction, Removal or Relocation by Others
5 The first sentence in the second paragraph is revised to read:
6
7 If the Contract provides notice that utility work (including furnishing, adjusting,
8 relocating, replacing, or constructing utilities) will be performed by others during the
9 prosecution of the Work, the Special Provisions will establish the utility owners
10 anticipated completion.
11 up
12 The first sentence in the third paragraph is revised to read:
13
14 When others delay the Work through late performance of utility work, the Contractor 06
15 shall adhere to the requirements of Section 1-04.5.
16
17 1-07.23 Public Convenience and Safety ob
18 This section is revised to read:
19
20 The Contractor shall be responsible for providing adequate safeguards, safety devices, VA
21 protective equipment, and any other needed actions to protect the life, health, and
22 safety of the public, and to protect property in connection with the performance of the
23 Work covered by the Contract. The Contractor shall perform any measures or actions
24 the Engineer may deem necessary to protect the public and property. The responsibility
y
25 and expense to provide this protection shall be the Contractor's except that which is to
26 be furnished by the Contracting Agency as specified in other sections of these
27 Specifications. Nothing contained in this Contract is intended to create any third-party
28 beneficiary rights in favor of the public or any individual utilizing the Highway facilities
29 being constructed or improved under this Contract.
30 as
31 1-07.23(1) Construction Under Traffic
32 The second sentence in the second paragraph is revised to read:
33 rot
34 The Contractor shall maintain existing roads, streets, sidewalks, and paths within the
35 project limits, keeping them open, and in good, clean, safe condition at all times.
36
37 The fifth sentence in the second paragraph is revised to read: em
38
39 The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the
40 project limits when affected by the Contractor's operations.
41
42 The final paragraph in this section is deleted.
43
44 1-07.23(2) Construction and Maintenance of Detours
45 Number 1. under the first paragraph is revised to read:
46 .rr
47 Detours and detour bridges that will accommodate traffic diverted from the Roadway,
48 bridge, sidewalk or path during construction,
49
so I SECTION 1-08, PROSECUTION AND PROGRESS
2 August 4, 2008
No 3 1-08.1 Subcontracting
4 Item (2) in the first sentence of the seventh paragraph is revised to read:
5
6 (2) Delivery of these materials to the Work site in vehicles owned or operated by such
7 plants or by recognized independent or commercial hauling companies hired by
8 those commercial plants.
9
10 1-08.3(2)A Type A Progress Schedule
11 This section is revised to read:
12
13 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10
14 days after the date the contract is executed, or some other mutually agreed upon
15 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart,
16 or other standard schedule format. Regardless of which format used, the schedule shall
17 identify the critical path. The Engineer will evaluate the Type A Progress Schedule and
18 approve or return the schedule for corrections within 15 calendar days of receiving the
19 submittal.
20
21 1-08.5 Time for Completion
22 The third sentence in the first paragraph is revised to read:
23
24 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the
25 Contract specifically prohibits Work on the critical path of the Contractor's approved
26 progress schedule, or one of these holidays: January 1, the third Monday of January,
27 the third Monday of February, Memorial Day, July 4, Labor Day, November 11,
28 Thanksgiving Day, the day after Thanksgiving, and Christmas Day.
29
30 1-08.6 Suspension of Work
31 The first paragraph is revised to read:
jW 32
33 The Engineer may order suspension of all or any part of the Work if:
34
35 1. Unsuitable weather that prevents satisfactory and timely performance of the
36 Work; or
37
38 2. The Contractor does not comply with the Contract: or
39
40 3. It is in the public interest.
UW 41
42 1-08.7 Maintenance During Suspension
43 The first sentence in the fourth paragraph is revised to read:
44
45 If the Engineer determines that the Contractor has pursued the Work diligently before
46 the suspension, then the Contracting Agency will maintain the temporary Roadway (and
47 bear its cost).
48
49 The fifth paragraph is revised to read:
50
aw
a&
1 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 00
2 costs associated with protecting and maintaining such Work shall be the responsibility of
3 the Contractor, except those costs associated with implementing the TESC Plan
4 according to Section 8-01. No
5
6 The seventh paragraph is revised to read:
7
8 After any suspension, the Contractor shall resume all responsibilities the Contract
9 assigns for the Work.
10
11 SECTION 1-09, MEASUREMENT AND PAYMENT
12 April 7, 2008
13 1-09.9 Payments
14 The first paragraph is supplemented with the following:
15
16 For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum
17 price in sufficient detail for the Project Engineer to determine the value of the Work
18 performed on a monthly basis. Lump sum breakdowns shall be provided to the Project
19 Engineer no later than the date of the preconstruction meeting.
20
21 The second sentence in the third paragraph is revised to read:
22
23 Unless otherwise provided in the payment clause of the applicable Specifications, partial
24 payment for lump sum Bid items will be a percentage of the price in the Proposal based
25 on the Project Engineer's determination of the amount of Work performed, with
26 consideration given to but not exclusively based on the Contractors lump sum
27 breakdown.
28
29 The third paragraph is supplemented with the following:
30
31 The determination of payments under the contract will be final in accordance with
32 Section 1-05.1. at
33
34 1-09.9(1) Retainage
35 In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000.
36
37 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
38 April 6, 2009
39 1-10.1(2) Description
40 The following new paragraph is inserted after the second paragraph:
41
42 Unless otherwise permitted by the Contract or approved by the Project Engineer, the
43 Contractor shall keep all existing pedestrian routes and access points (including go
44 sidewalks, paths and crosswalks) open and clear at all times.
45
46 The second and third sentences in the third paragraph are revised to read:
47
48 The Contractor shall erect and maintain all construction signs, warning signs, detour
49 signs, and other traffic control devices necessary to war and protect the public at all
1 times from injury or damage as a result of the Contractor's operations which may occur
2 on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done
3 on or adjacent to any Traveled Way until all necessary signs and traffic control devices
4 are in place..
No 5
6 1-10.2(1) General
7 The second sentence in the third paragraph is revised to read:
�r. 8
9 Possession of a current TCS card and flagging card by the primary and alternate TCS is
10 mandatory.
+r 11
12 1-10.2(2) Traffic Control Plans
13 The first sentence in the first paragraph is revised to read:
VAN 14
15 The traffic control plan or plans appearing in the Contract documents show a method of
16 handling vehicle, bicycle and pedestrian traffic.
17
18 In the third sentence of the second paragraph, the reference to "MUTCD, Part VP is revised
19 to "MUTCD, Part 6".
20
a" 21 1-10.3(2)B Rolling Slowdown
22 The first two paragraphs are deleted and replaced with the following:
23
"w 24 Rolling slowdown traffic control operations are not to be used for routine work that can
25 be addressed by standard lane or shoulder closure traffic control. When a short-term
26 roadway closure is needed for an infrequent, non-repetitive work operation such as a
aw 27 sign bridge removal, or utility wire crossing, the Contractor may implement a rolling
28 slowdown on a multi-lane roadway, as part of an approved traffic control plan.
29
%W 30 The Contractor shall submit for approval a traffic control plan detailing the expected
31 delay time, interchange ramp control and rolling slowdown distance. A portable
32 changeable message sign shall be placed ahead of the starting point of the traffic
33 control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the
34 Work to avoid any expected backup of vehicles.
35
36 A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least
37 one traffic control vehicle will be used for every two lanes to be slowed, plus a control
38 vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The
39 traffic control vehicles shall enter the roadway and form a moving blockade to reduce
40 traffic speeds and create a clear area ahead of the blockade in which to accomplish the
41 work without a total stoppage of traffic.
42
MW 43 1-10.3(3)A Construction Signs
44 The fifth paragraph is revised to read:
45
MW 46 Where it is necessary to add weight to signs for stability, sand bags or other similar
47 ballast may be used but the height shall not be more than 4-inches above the Roadway
48 surface, and shall not interfere with the breakaway features of the device. The
49 Contractor shall follow the manufacturer's recommendations for sign ballasting.
50
51 1-10.3(3)D Barricades
IM6 52 The second paragraph is revised to read:
r
1 M
2 Where it is necessary to add weight to barricades for stability, sand bags or other similar
3 ballast may be used but the height shall not be more than 4-inches above the Roadway
4 surface and shall not interfere with the breakaway features of the device. The SO
5 Contractor shall follow the manufacturer's recommendation for sign ballasting.
6
7 1-10.3(3)G Traffic Cones
8 This section including title is revised to read:
9
10 1-10.3(3)G Traffic Cones and Tall Channelizing Devices
11 Where shown on an approved traffic control plan or where ordered by the Engineer, the
12 Contractor shall provide, install and maintain traffic cones or tall Channelizing devices.
13 Cones and tall channelizing devices shall be kept in good repair and shall be removed
14 immediately when directed by the Engineer. Where wind or moving traffic frequently rr
15 displaces cones, an effective method of stabilizing them, such as stacking two together
16 at each location, shall be employed.
17 rr
18 1-10.3(3)K Portable Temporary Traffic Control Signal
19 The first paragraph is revised to read:
20 ■r
21 Where shown on an approved traffic control plan, the Contractor shall provide, operate,
22 maintain and remove a portable temporary traffic control signal system to provide
23 alternating one-lane traffic operations on a two-way facility. A portable temporary traffic so
24 control signal system shall be defined as two traffic control units that operate together.
25 The system shall be trailer mounted, fully self-contained and designed so that it can be
26 easily transported and deployed at different locations.
27
28 The third sentence in the second paragraph is deleted.
29
30 The following is inserted in front of the sixth paragraph:
31
32 The Traffic Control Supervisor shall monitor and insure that the Portable Temporary
33 Traffic Control Signal is fully operational and maintained as specified by the "
34 manufacturer. This Work may include cleaning and replacing lamps and other routine
35 maintenance as needed.
36
37 1-10.4(2) Item Bids with Lump Sum for Incidentals
38 The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised
39 to read: no
40
41 No specific unit of measurement will apply to the lump sum item of "Portable Temporary
42 Traffic Control Signal".
43
44 1-10.5(1) Lump Sum Bid for Project (No Unit Items)
45 This section is revised to read:
46
47 "Project Temporary Traffic Control", lump sum.
48
49 The lump sum Contract payment shall be full compensation for all costs incurred by the
50 Contractor in performing the Contract Work defined in Section 1-10, except for costs
51 compensated by Bid Proposal items inserted through Contract Provisions as described
52 in Section 1-10.4(3). err
rr
1
2 1-10.5(2) Item Bids with Lump Sum for Incidentals
3 The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to
4 lump sum.
" 5
6 The paragraph following "Portable Temporary Traffic Control Signal," is revised to read:
7
aw 8 The lump sum Contract price shall be full compensation for all costs of labor, materials
9 and equipment incurred by the Contractor in performing the Contract Work as described
10 in Section 1-10.3(3)x, including all costs for traffic control during manual control,
go 11 adjustment, malfunction, or failure of the portable traffic control signals and during
12 replacement of failed or malfunctioning signals.
13
W 14 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP
15 April 7, 2008
,,o 16 2-01.3(1) Clearing
17 Item 3 .is deleted.
18
to 19 The first sentence in Item 4. is revised to read:
20
21 Fallow these requirements for all stumps that will be buried deeper than 5-feet from the
22 top, side, or end surface of the embankment or any structure:
23
24 2-01.3(2) Grubbing
25 Item 2. e, is revised to read:
26
27 Upon which embankments will be placed except stumps may be close-cut or trimmed as
28 allowed in Section 2-01.3(1) item 4.
29
30 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
31 April 7, 2008
32 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
33 The first sentence in 3. is supplemented with the following:
34
35 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of
36 sawcutting provided that a clean vertical edge remains.
37
38 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
39 January 7, 2008
40 2-03.1 Description
41 The first sentence in the first paragraph is revised to read:
42
43 The Work described in this section, regardless of the nature or type of the materials
44 encountered, includes excavating and grading the Roadway, excavating in borrow pits,
45 excavating below grade, excavating channels and ditches, removing slide material, and
46 disposing of all excavated material.
47
1 2-03.3(3) Excavation Below Grade .r
2 The section title is revised to read:
3
4 2-03.3(3) Excavation Below Subgrade
5
6 The first sentence in the fifth paragraph is revised to read:
7
8 Compaction. If the density of the natural earth under any area of the Roadway is
9 less than that required in Section 2-03.3(14)C, Method B, the Engineer may order
10 the Contractor to perform any or all of the following:
11 ■r
12 2-03.3(14)M Excavation of Channels
13 This section including title is revised to read:
14
15 2-03.3(14)M Excavation of Channels and Ditches
16 Channel Excavation: Open excavations 8-feet or more wide at the bottom, but excludes
17 channels that are part of the Roadway.
18
19 Ditch Excavation: Open excavations less than 8-feet wide at the bottom, but excludes
20 ditches that are part of the Roadway. r
21
22 Before excavating channels or ditches, the Contractor shall clear and grub the area in
23 accordance with Section 2-01.
24
25 2-03.4 Measurement
26 The first sentence in the first paragraph is revised to read:
27
28 Roadway excavation, channel excavation, ditch excavation, unsuitable foundation
29 excavation, and common borrow items will be measured by the cubic yard.
30 ►
31 The fourth sentence in the first paragraph is revised to read:
32
33 For Roadway excavation, channel excavation and ditch excavation items, the original
34 ground will be compared with the planned finished section shown in the Plans.
35
36 2-03.5 Payment to
37 The first paragraph is supplemented with the following:
38
39 "Channel Excavation", per cubic yard. ar►
40 "Channel Excavation Incl. Haul", per cubic yard.
41 "Ditch Excavation", per cubic yard.
42 "Ditch Excavation Incl. Haul", per cubic yard.
43
44 The first sentence in the second paragraph is revised to read:
45
46 The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation .w
47 Incl. Haul", "Roadway Excavation – Area _.", "Roadway Excavation Incl. Haul – Area
48 —", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and
49 "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for
50 excavating, loading, placing, or otherwise disposing of the material.
51
52 The second paragraph is supplemented with the following: ow
1
2 When a bid item is not included in the proposal for channel excavation or ditch
3 excavation all costs shall be included in roadway excavation.
4
5 The third paragraph is revised to read:
6
7 When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices
8 shall apply, unless the Work differs materially from the excavation above Subgrade,
9 then payment will be in accordance with Section 1-04.4.
10
+• 11 SECTION 2-10, DITCH EXCAVATION
12 January 7, 2008
13 This section is deleted in its entirety. The section title is revised to read:
14
15 2-10 VACANT
ow 16
17 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
18 August 4, 2008
19 5-01.3(2)6 Portland Cement Concrete
20 The third sentence in the third paragraph is deleted.
w
21
22 5-01.3(4) Replace Portland Cement Concrete Panel
23 The last paragraph on page 5-5 of the Standard Specifications is revised to read:
24
25 The Contractor shall place a bond breaking material such as polyethylene film, roofing
26 paper or other material as approved by the Engineer along all existing concrete surfaces
27 and between the bottom of the slab and treated bases prior to placing concrete.
28
29 5-01.3(5) Partial Depth Spall Repair
30 The fifth paragraph is revised to read:
31
32 When a partial depth repair is placed directly against an adjacent longitudinal joint a
33 bond breaking material such as polyethylene film, roofing paper or other material as
34 approved by the Engineer shall be placed between the existing concrete and the area to
35 be patched.
36
37 SECTION 5-02, BITUMINOUS SURFACE TREATMENT
38 December 1, 2008
39 5-02.3(3) Application of Asphalt Emulsion and Aggregate
40 The chart following the first paragraph is revised to read:
41
Application Rate
Undiluted Asphalt Emulsion. Aggregate Aggregates
(gal.per sq. yd.) Applied Size (lbs. per sq.
yd.) Applied
New Construction
Wr
r.
Prime Coat 0.35-0.65 'Y2-U.S. No. 4 25-45 at
or 3/4-Y2
Tack Coat 0.35-0.60 1/2-U.S. No. 4 25-40
06
Choke Stone N/A U.S. No. 4-0 4-6
Seal Coats s
%-inch 0.40-0.65 %-U.S. No. 4 25-45
U.S. No. 4-0 4-6
me
Y2-inch 0.35-0.55 '/z-U.S. No. 4 20-35
4-6
%-inch—No. 4 0.35-.55 %- U.S. No. 4 20-30 to
%-inch—No. 0.20-0.40 %- U.S. No. 18-30
10 10 ■o
Choke Stone N/A U.S. No. 4-0 4-6
1
2 .r
Pavement Sealing
Grade Diluted/Undiluted Application Rate gal/sy
CSS-1 or Diluted 0.10-0.18 so
CSS-1 h
3 STE-1 Undiluted 0.05-0.09
4
5 The second sentence in the second paragraph is revised to read:
6
7 The second application of asphalt emulsion (tack coat) shall be applied the next day, or lei
8 as approved by the Project Engineer.
9
10 The eleventh paragraph and the chart following the eleventh paragraph are revised to read:
11
12 Before application to the Roadway, asphalt emulsion shall be heated to the following
13 temperatures or that recommended by the manufacturer.
14
Distributor Temperature
Type and Grade of Asphalt Min. °F Max. °F
Emulsion
New Construction and Seal Coats:
CRS-1, CRS-2, CRS-2P 125 195
CMS-2, CMS-2S, CMS-2h 125 185
Fog Seal:
CSS-1, CSS-1 h, STE-1 70 140
15
16
1 The third sentence in the twelfth paragraph is revised to read:
2
3 CSS-1 and CSS-1 h emulsified asphalt shall be diluted at a rate of one part water to one
4 part emulsified asphalt as specified in Section 5-04.3(19) unless otherwise directed by
5 the Project Engineer.
6
7 The twelfth paragraph is supplemented with the following:
8
9 STE-1 shall not be diluted.
10
11 5-02.3(10) Unfavorable Weather
12 Item 4. under the second paragraph is revised to read:
13
�.. 14 4. Construction of bituminous surface treatments shall not be carried out before May 1
15 or after August 31 of any year except upon written order of the Project Engineer.
16
17 SECTION 5-04, HOT MIX ASPHALT
18 December 1, 2008
19 5-04.3(9) Spreading and Finishing
20 The nominal compacted depth for HMA Class 3/4" and HMA Class 1/2" listed under the first
21 paragraph is revised to read:
22
23 HMA Class 3/4" and HMA Class 1/2"
24 wearing course 0.30-feet
25 other courses 0.35-feet
26
27 5-04.3(12)B Longitudinal Joints
28 The first two paragraphs are revised to read:
29
30 The longitudinal joint in any 1 course shall be offset from the course immediately below
31 by not more than 6-inches nor less than 2-inches. All longitudinal joints constructed in
32 the wearing course shall be located at a lane line or an edge line of the Traveled Way.
33
34 On one-lane ramps a longitudinal joint may be constructed at the center of the traffic
35 lane, subject to approval by the Project Engineer, if:
36
37 1. The ramp must remain open to traffic, or
38
39 2. The ramp is closed to traffic and a hot-lap joint is constructed.
40
.�. 41 a. If a hot-lap joint is allowed at the center of the traffic lane, 2 paving
42 machines shall be used; a minimum compacted density in accordance
43 with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and
44 construction equipment other than rollers shall not operate on any
45 uncompacted mix.
46
47 The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan
48 A40.10-00."
49
�r
1 5-04.3(16) Weather Limitations rr
2 The chart for Surface Temperature Limitation is revised to read:
3
Surface Temperature Limitation
Compacted Thickness Wearing Course, Other Courses
(Feet)
Less than 0.10 55°F 45°F
0.10 to 0.20 45°F 35°F
More than 0.20 35°F 35°F
rrr
4
5
6 5-04.3(21) Asphalt Binder Revision ,
7 This section is revised to read:
8
9 When the Contracting Agency provides a source of aggregate, the expected percentage
10 content of asphalt binder in the resulting mix will be identified in the Contract
11 documents.
12
13 Should the percentage of asphalt binder shown in the job mix formula for Hot Mix
14 Asphalt produced with Agency-provided aggregate vary by more than plus or minus 0.3-
15 percent from the amount shown in the Contract documents, an adjustment in payment
16 will be made. The adjustment in payment (plus or minus) will be based on the invoice
17 unit cost, including shipping cost, without any markups. The quantity subject to an
18 adjustment shall be the difference between the JMF asphalt binder percentage and the
19 contract document asphalt binder percentage except that the first 0.3% of this difference
20 shall not apply. No adjustment will be made when the Contractor elects not to use a
21 Contracting Agency-provided source, or when no source is made available by the
22 Contracting Agency.
23
24 SECTION 5-05, CEMENT CONCRETE PAVEMENT
25 April 6, 2009
26 5-05.3(1) Concrete Mix Design for Paving
27 The first paragraph under 1. Materials is revised to read:
28
29 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall
30 conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section
31 9-03.1(4) AASHTO grading No. 467. An alternate combined gradation conforming
32 to Section 9-03.1(5) may be proposed, that has a nominal maximum aggregate size
33 equal to or greater than a 1-1/2 -inch square sieve.
34
35 Under the first paragraph; 3. Mix Design Modifications is revised to read:
36
37 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall
38 be within the following tolerances of the mix design:
39
Portland Cement Concrete Batch Volumes as
Cement +5% _1%
Coarse + 200 Pounds - 200 Pounds No
r
Aggregate
Fine Aggregate + 200 Pounds - 200 Pounds
1
2
3 If the total cementitious material weight is made up of different components, these
4 component weights shall be within the following tolerances:
5
6 1. Portland cement weight plus 5-percent or minus 1-percent of that specified
7 in the mix design.
8
9 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5-
10 percent of that specified in the mix design.
11
12 3. Microsilica weight plus or minus 10-percent of that specified in the mix
13 design.
14
15 Water shall not exceed the maximum water specified in the mix design.
16
17 The Contractor may initiate minor adjustments to the approved mix proportions
++ 18 within the tolerances noted above without resubmitting the mix design.
19
20 Utilizing admixtures to accelerate the set or to increase workability will be permitted
21 only when approved by the Engineer. Only non-chloride accelerating admixtures
22 that meet the requirements of Section 9-23.6 Admixture for Concrete, shall be
23 used.
24
25 The Contractor shall notify the Engineer in writing of any proposed modification. A
26 new mix design will designate a new lot.
27
28 5-05.3(3)C Finishing Equipment
29 The second sentence in the first paragraph is revised to read:
30
31 On other roads and on WSDOT projects requiring less than 1000-square yards of
32 cement concrete pavement or requiring individual placement areas of less than 1000-
33 square yards, irregular areas, intersections and at locations inaccessible to slip-form
34 paving equipment, cement concrete pavement may be placed with approved placement
35 and finishing equipment utilizing stationary side forms.
36
37 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
38 The third sentence in the ninth paragraph is deleted.
39
40 5-05.3(8)A Contraction Joints
41 The fifth paragraph is revised to read:
42
43 When cement concrete pavement is placed adjacent to existing cement concrete
44 pavement, the vertical face of all existing working joints shall be covered with a bond
45 breaking material such as polyethylene film, roofing paper or other material as approved
46 by the Engineer.
47
48 5-05.3(8)B Sealing Sawed Contraction Joints
49 The fifth sentence is revised to read:
2 The hot-poured compound and the cold-poured compound shall be applied under
3 sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall
4 be between 1/4 inch and 5/8 inch below the top surface of the concrete.
5
6 SECTION 6-02, CONCRETE STRUCTURES
7 April 6, 2009
8 6-02.2 Materials
9 This section is supplemented with the following:
10
11 Pigmented Sealer Materials for Coating of Concrete Surfaces 9-08.2(1)
12
13 6-02.3(2)A Contractor Mix Design
14 The third sentence in the fourth paragraph is revised to read:
15
16 The nominal maximum size aggregate for Class 4000P shall be 3/8-inch.
17
18 The fourth sentence in the fourth paragraph is revised to read:
19
20 The nominal maximum size aggregate for Class 4000D shall be 1-inch.
21
22 6-02.3(2)B Commercial Concrete
23 The second paragraph is revised to read:
24
25 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging
26 culverts, concrete pipe collars, pipe anchors, monument cases, light standard
27 foundations, pedestals, cabinet bases,,guardrail anchors, sign post foundations, fence
28 post footings, sidewalks, curbs, and gutters, the Contractor may use commercial
29 concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have "
30 a minimum cementitious material content of 564-pounds per cubic yard of concrete,
31 shall be air entrained, and the tolerances of Section 6-02.3(5)C shall apply. Commercial
32 concrete shall not be used for items such as, bridges, retaining walls, box culverts, or
33 foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign
34 bridges. The Engineer may approve the use of commercial concrete for other
35 applications not listed above.
36
37 6-02.3(6)D Protection Against Vibration
38 The second sentence in the second paragraph is revised to read:
39
40 These requirements for the protection of freshly placed concrete against vibration shall
41 not apply for plant cast concrete, nor shall they apply to the vibrations caused by the
42 traveling public.
43
44 The third sentence in the second paragraph is deleted.
45 �r
46 Item (2) under the third paragraph is revised to read:
47
48 (2) Equipment Class L (Low Vibration) shall include tracked dozers under 85,000-
49 pounds, track vehicles, trucks (unless excluded above), hand operated jack
50 hammers, cranes, auger drill rig, caisson drilling, vibratory roller compactors under
51 30,000-pounds, and grab-hammers.
1
2 item (3) under the third paragraph is revised to read:
3
4 (3) Equipment Class H (High Vibration) shall include pile drivers, vibratory hammers,
5 machine operated impact tools, pavement breakers, and other large pieces of
6 equipment.
7
8 6-02.3(10) Roadway Slabs and Bridge Approach Slabs
9 This section's content is deleted. This section's title is revised to read:
10
11 6-02.3(10) Bridge Decks and Bridge Approach Slabs
12
13 This section is supplemented with the following new sub-sections:• 14
15 6-02.3(10)A Preconstruction Meeting
16 A pre-concreting conference shall be held 5 to 10-working days before placing concrete
17 to discuss construction procedures, personnel, and equipment to be used. Those
18 attending shall include:
19
20 1. (representing the Contractor) The superintendent and all foremen in charge of
21 placing the concrete, finishing it; and
22
23 2. (representing the State) The Project Engineer, key inspection assistants, and
24 the State Construction Office.
25
26 If the project includes more than 1 deck or slab, and if the Contractor's key personnel
27 change between concreting operations, or at request of the Engineer, an additional
28 conference shall be held just before each deck or slab is placed.
29
30 The Contractor shall not place bridge decks until the Engineer agrees that:
31
32 1. Concrete producing and placement rates will be high enough to meet placing
.. 33 and finishing deadlines;
34
35 2. Finishers with enough experience have been employed;
ow 36
37 3. Adequate finishing tools and equipment are at the site, and
38
+rr 39 4. Curing procedures consistent with the Specification requirements are
40 employed.
41
42 6-02.3(10)B Screed Rail Supports
.. 43 The Contractor shall place screed rails outside the finishing area. When screed rails
44 cannot be placed outside the finishing area as determined by the Engineer, they shall
45 rest on adjustable supports that can be removed with the least possible disturbance to
.46 the screeded concrete. The supports shall rest on structural members or on forms rigid
47 enough to resist deflection. Supports shall be removable to at least 2-inches below the
48 finished surface. For staged constructed bridge decks, the finishing machine screed
49 rails shall not be supported on the completed portion of deck and shall deflect with the
50 portion of structure under construction.
51
r.r
err
I Screed rails (with their supports) shall be strong enough and stiff enough to permit the W
2 finishing machine to operate effectively on them. All screed rails shall be placed and
3 secured for the full length of the deck/slab before the concreting begins. If the Engineer
4 approves in advance, the Contractor may move rails ahead onto previously set supports
5 while concreting progresses. But such movable rails and their supports shall not change
6 the set elevation of the screed
7
8 On steel truss and girder spans, screed rails and bulkheads may be placed directly on
9 transverse steel floorbeams, with the strike-board moving at right angles to the
10 centerline of the Roadway.
11 06
12 6-02.3(10)C Finishing Equipment
13 The finishing machine shall be self-propelled and be capable of forward and reverse
14 movement under positive control. The finishing machine shall be equipped with a 0
15 rotating cylindrical single or double drum screed not exceeding 60-inches in length. The
16 finishing machine shall have the necessary adjustments to produce the required cross-
17 section, line, and grade. Provisions shall be made for the raising and lowering of all so
18 screeds under positive control. The upper vertical limit of screed travel shall permit the
19 screed to clear the finished concrete surface.
20
21 For bridge deck widening of 20-feet or less, and for bridge approach slabs, or where
22 jobsite conditions do not allow the use of conventional configuration finishing machines
23 described above, the Contractor may propose the use of a hand operated motorized
24 power screed such as a "Texas" or "Banyan" screed. This screed shall be capable of
25 finishing the bridge deck and bridge approach slab to the same standards as the
26 finishing machine. The Contractor shall not begin placing bridge deck or bridge
27 approach slab concrete until receiving the Engineer's approval of this screed and the
28 placing procedures.
29
30 On bridge decks the Contractor may use hand-operated strike-boards only when the
31 Engineer approves for special conditions where self propelled or motorized hand
32 operated screeds cannot be employed. These boards shall be sturdy and able to strike
33 off the full placement width without intermediate supports. Strike-boards, screed rails, err
34 and any specially made auxiliary equipment shall receive the Engineer's approval
35 before use, All finishing requirements in these Specifications apply to hand-operated
36 finishing equipment. w
37
38 6-02.3(10)D Concrete Placement, Finishing, and Texturing
39 Before any concrete is placed, the finishing machine shall be operated over the entire
40 length of the deck/slab to check screed deflection. Concrete placement may begin only
41 if the Engineer approves after this test.
42
43 Immediately before placing concrete, the Contractor shall check (and adjust if
44 necessary) all falsework and wedges to minimize settlement and deflection from the
45 added mass of the concrete deck/slab, The Contractor shall also install devices, such as
46 telltales, by which the Engineer can readily measure settlement and deflection.
47
48 The Contractor shall schedule the concrete placement so that it can be completely
49 finished during daylight. After dark finishing is permitted if the Engineer approves and if
50 the Contractor provides adequate lighting.
51
1 The placement operation shall cover the full width of the Roadway or the full width
log 2 between construction joints. The Contractor shall locate any construction joint over a
3 beam or web that can support the deck/slab on either side of the joint. The joint shall not
4 occur over a pier unless the Plans permit. Each joint shall be formed vertically and in
5 true alignment. The Contractor shall not release falsework or wedges supporting pours
6 on either side of a joint until each side has aged as these Specifications require.
7
8 Placement of concrete for bridge decks and bridge approach slabs shall comply with
9 Section 6-02.3(6).The Engineer shall approve the placement method. In placing the
10 concrete, the Contractor shall:
11
12 1. Place it (without segregation) against concrete placed earlier, as near as
13 possible to its final position, approximately to grade, and in shallow, closely
14 spaced piles;
15
16 2. Consolidate it around reinforcing steel by using vibrators before strike-off by
Ow 17 the finishing machine;
18
19 3. Not use vibrators to move concrete;
20
°" 21 4. Not revibrate any concrete surface areas where workers have stopped prior to
22 screeding;
23
do 24 5. Remove any concrete splashed onto reinforcing steel in adjacent segments
25 before concreting them;
26
MW 27 6. Tamp and strike off the concrete with a template or strike board moving slowly
28 forward at an even speed;
29
dw 30 7. Maintain a slight excess of concrete in front of the cutting edge across the
31 entire width of the placement operation;
32
.■
33 8. Make enough passes with the strike-board (without overfinishing and bringing
34 excessive amounts of mortar to the surface) to create a surface that is true and
35 ready for final finish; and
36
a` 37 9. Leave a thin, even film of mortar on the concrete surface after the last pass of
38 the strike-board.
39
Ow 40 Workers shall complete all post screeding operations without walking on the concrete.
41 This may require work bridges spanning the full width of the slab.
42
43 After removing the screed supports, the Contractor shall fill the voids with concrete (not
44 mortar).
45
46 If necessary, as determined by the Engineer, the Contractor shall float the surface left by
47 the finishing machine to remove roughness, minor irregularities, and seal the surface of
48 the concrete. Floating shall leave a smooth and even surface. Float finishing shall be
w 49 kept to a minimum number of passes so air bubbles in the concrete are not released.
50 The floats shall be at least 4-feet long. Each transverse pass of the float shall overlap
51 the previous pass by at least half the length of the float. The first floating shall be at right
I angles to the strike-off. The second floating shall be at right angles to the centerline of 00
2 the span. A smooth riding surface shall be maintained across construction joints.
3
4 Expansion joints shall be finished with a 1/2-inch radius edger.
5
6 After floating, but while the concrete remains plastic, the Contractor shall test the entire
7 deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing
8 shall be done with a 10-foot straightedge held on the surface. The straightedge shall be
9 advanced in successive positions parallel to the centerline, moving not more than 1/2
10 the length of the straightedge each time it advances. This procedure shall be repeated
11 with the straightedge held perpendicular to the centerline. An acceptable surface shall
12 be one free from deviations of more than 1/8-inch under the 10-foot straightedge.
13
14 If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete,
15 strike off, consolidate, and refinish them. High areas shall be cut down and refinished.
16 Retesting and refinishing shall continue until an acceptable, deviation free surface is
17 produced. The hardened concrete shall meet all smoothness requirements of these
18 Specifications even though the tests require corrective Work.
19
20 The Contractor shall texture the bridge deck and bridge approach slab by combing the to
21 final surface perpendicular to the centerline. Made of a single row of metal tines, the
22 comb shall leave striations in the fresh concrete approximately 3/16-inch deep by 1/8-
23 inch wide and spaced approximately 1/2-inch apart. The Engineer will decide actual
24 depths at the site. (if the comb has not been approved, the Contractor shall obtain the
25 Engineer's approval by demonstrating it on a test section.)
26 .r
27 The Contractor may operate the combs manually or mechanically, either singly or with
28 several placed end to end. The timing and method used shall produce the required
29 texture without displacing larger particles of aggregate. Texturing shall end 2-feet from .r
30 curb lines. This 2-foot untextured strip shall be hand finished with a steel trowel.
31
32 If the Plans call for an overlay (to be constructed under the same Contract), such as hot go
33 mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall
34 produce the final finish by dragging a strip of damp, seamless burlap lengthwise over
35 the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the fto
36 deck/slab in width. Approximately 3-feet of the drag shall contact the surface, with the
37 least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of
38 concrete. When it fails to produce the required finish, the Contractor shall replace it.
39 When not in use, it shall be lifted clear of the slab. "�
40
41 After the deck/slab has cured, the surface shall not vary more than 1/$-inch under a 10-
42 foot straightedge placed parallel and perpendicular to the centerline.
43
44 The Contractor shall cut high spots down with a diamond faced, saw-type cutting
45 machine. This machine shall cut through mortar and aggregate without breaking or
46 dislodging the aggregate or causing spalis.
47
48 Low spots shall be built up utilizing a grout or concrete with a strength equal to or
49 greater than the required 28-day strength of the deck/slab. The method of build-up shall
50 be submitted to the Engineer for approval.
51 ,,,
I The surface texture on any area cut down or built up shall match closely that of the
2 surrounding bridge deck or bridge approach slab area. The entire bridge deck and
3 bridge approach slab shall provide a smooth riding surface.
4
" 5 6-02.3(10)E Sidewalk
6 Concrete for sidewalk shall be well compacted, struck off with a strike-board, and
7 floated with a wooden float to achieve a surface that does not vary more than '/B-inch
8 under a 10-foot straightedge. An edging tool shall be used to finish all sidewalk edges
9 and expansion joints. The final surface shall have a granular texture that will not turn
10 slick when wet.
.w 11
12 6-02.3(10)F Bridge Approach Slab Orientation and Anchors
13 Bridge approach slabs shall be constructed full bridge deck width from outside usable
„ 14 Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge
15 approach slabs shall be modified as shown in the Plans to accommodate the grate
16 inlets at the bridge ends if the grate inlets are required.
17
18 Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor
19 rods, couplers, and nuts shall conform to Section 9-06.5(1). The steel plates shall
20 conform to ASTM A 36. All metal parts shall receive 1 coat of formula A-11-99 paint
21 meeting the requirements of Section 9-08.2. The pipe shall be any non-perforated PE
22 or PVC pipe of the diameter specified in the Plans. Polystyrene shall conform to
23 Section 9-04.6. The anchors shall be installed parallel both to profile grade and center
24 line of Roadway. The Contractor shall secure the anchors to ensure that they will not be
25 misaligned during concrete placement. For Method B anchors installations, the epoxy
26 bonding agent used to install the anchors shall be Type IV conforming to Section 9-26.1.
dw 27 The compression seal shall be as noted in the Contract documents. Dowel bars shall
28 be installed in the bridge approach slabs in accordance with the requirements of the
29 Standard Plans and Section 5-05.3(10).
ow 30
31 After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge
32 approach slabs may be opened to traffic when a minimum compressive strength of
am 33 2,500 psi is achieved.
34
35 6-02.3(12) Construction Joints
36 The third sentence in the second paragraph is deleted.
37
38 6-02.3(14) Finishing Concrete Surfaces
W 39 The following new sub-section is inserted after Section 6-02.3(14)B:
40
41 6-02.3(14)C Pigmented Sealer for Concrete Surfaces
W” 42 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2
43 surface finish, (except that concrete barrier surfaces shall be finished in accordance
44 with Section 6-02.3(11)A) and shall receive a light brush sandblasting in order that
45 compieie neutralization of the surface and subsequent penetration of the pigmented
46 sealer is achieved. All curing agents and form release agents shall be removed. The
47 surface shall be dry, clean and prepared in accordance with the manufacturer's written
48 instructions. The Contractor shall submit four copies of the manufacturer's written
+ ► 49 instructions.
50
51 The Contractor shall not apply pigmented sealer from a batch greater than twelve
52 months past the initial date of color sample approval of that batch by the Engineer.
r.
1 The pigmented sealer color or colors for specific concrete surfaces shall be as specified
2 in the Special Provisions.
3
4 The pigmented sealer shall be spray applied in accordance with the manufacturer's
5 written instructions for application, air temperature required for sealer application and
6 curing, qualification of applicator, rate of application, and number of coats to apply.
7 Pigmented sealer shall not be applied until the concrete has cured for at least 28 days.
8 Pigmented sealer shall not be applied upon damp surfaces, nor shall it be applied when
9 the air is misty, or otherwise unsatisfactory for the work, in the opinion of the
10 manufacturer or the Engineer. The final appearance shall have an even and uniform
11 color acceptable to the Engineer.
12
13 For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete
14 fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to one
15 foot below the finish ground line, unless otherwise shown in the Plans.
16
17 6-02.3(17)N Removal of Falsework and Forms
18 The fifth paragraph, beginning with `The Contractor may remove side forms, traffic barrier
19 form, and pedestrian barrier forms" etc, is deleted.
20
21 6-02.3(17)4 Early Concrete Test Cylinder Breaks
22 The third paragraph is revised to read:
23
ar
24 The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23.
25
26 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
27 This section's title is revised to read:
28
29 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
30
31 6-02.3(25) Prestressed Concrete Girders
32 In the fourth paragraph, the second sentence in Prestressed Concrete Wide Flange 1 Girder
33 is revised to read: r
34
35 WSDOT standard girders in this category include Series WF42G, WF50G, WF58G,
36 W F66G, W F74G, W F83G, W F95G a nd W F1 00G. .o
37
38 In the fourth paragraph, the seventh sentence in Spliced Prestressed Concrete Girder is
39 revised to read:
40
41 WSDOT standard girders in this category include Series WF66PTG, WF74PTG,
42 WF83PTG, WF95PTG and WF100PTG. UN
43
44 6-02.3(25)B Casting
45 The reference to Section 9-23.7 in the second sentence of the third paragraph is deleted. to
46
47 6-02.3(25)C Prestressing
48 The fifth paragraph is revised to read: so
49
50 From manufacture to encasement in concrete, prestressing strand shall be protected
51 against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry no
52 covered area and shall be kept in the manufacturer's original packaging until placement
I in the forms. If prestressing strand has been damaged or pitted, it will be rejected.
2 Prestressing strand with rust shall be spot cleaned with a non-metallic pad to inspect for
3 any sign of pitting or section loss.
4
5 6-02.3(25)J Horizontal Alignment
6 The first paragraph is revised to read:
7
8 The Contractor shall check and record the horizontal alignment of the top and bottom
9 flanges of each girder at the following times:
10
11 1. Initial - upon removal of the girder from the casting bed;
12
13 2. Final - within 2-weeks, but not less than 3-days prior to shipment; and
O 14
15 3. Storage - between 115 to 125-days after casting, if the girder remains in
16 storage for a period exceeding 120-days.
aw 17
18 Each check shall be made by measuring the distance between each flange and a chord
19 that extends the full length of the girder. The Contractor shall perform and record each
20 check at a time when the alignment of the girder is not influenced by temporary
21 differences in surface temperature. Records for the Initial check shall be included in the
22 Contractor's Prestressed Concrete Certificate of Compliance. Records for the Final and
ON 23 Storage checks shall be provided to the Engineer for approval.
24
25 The first sentence in the fifth paragraph is deleted.
26
27 6-02.3(25)K Girder Deflection
28 The first paragraph is revised to read:
29
+�+ 30 The Contractor shall check and record the vertical deflection (camber) of each girder at
31 the following times:
32
33 .1. Initial - upon removal of the girder from the casting bed; and
34
35 2. Storage,- within 2-weeks, but not less than 3-days prior to shipment, if the
36 girder remains in storage for a period exceeding 120-days.
37
38 The Contractor shall perform and record each check at a time when the alignment of the
39 girder is not influenced by temporary differences in surface temperature. These records
40 shall be available for the Engineer's inspection, and in the case of girders older than
41 120-days, shall be transmitted to the Engineer as soon as practical for evaluation of the
g" 42 effect of long-term storage on the "D" dimension. Records for the Initial check shall be
43 included in the Contractor's Prestressed Concrete Certificate of Compliance. Records
44 for the Storage check shall be provided to the Engineer for approval.
45
OW 46 6-02.3(25)L Handling and Storage
47 The fifth sentence in the third paragraph is deleted.
48
*W 49 6-02.3(25)N Prestressed Concrete Girder Erection
50 The fourth paragraph is revised to read:
51
1W
r.
I When prestressed girders arrive on the project, the Project Engineer will confirm that 40
2 they are stamped "Approved for Shipment", that the final horizontal alignment and
3 deflection (camber) check records have been approved, and that they have not been
4 damaged in shipment, before accepting them.
5
6 6-02.3(26)E Ducts
7 The first six paragraphs under the heading Ducts for Internal Embedded Installation are WA
8 revised to read:
9
10 Ducts, including their splices, shall be semi-rigid, air and mortar tight, corrugated plastic to
11 ducts of virgin polyethylene or polypropylene materials, free of water soluble chlorides
12 or other chemicals reactive with concrete or post-tensioning reinforcement. Ducts,
13 including their splices, shall either have a white coating on the outside or shall be of a
14 white material with ultraviolet stabilizers added. Ducts, including their splices, shall be
15 capable of withstanding concrete pressures without deforming or permitting the intrusion
16 of cement paste during placement of concrete. All fasteners shall be appropriate for use
17 with plastic ducts, and all clamps shall be of an approved plastic material.
18
19 Polyethylene ducts shall conform to ASTM D 3350 with a cell classification of 345464A.
20 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification of either 06
21 PP0340B14541 or PP03401367884. Resins used for duct fabrication shall have a
22 minimum oxidation induction time of 20 minutes, in accordance with ASTM D 3895,
23 based on tests performed by the duct fabricator on samples taken from the lot of
24 finished product. The duct thickness shall be as specified in Section 10.8.3 of the
25 AASHTO LRFD Bridge Construction Specifications, latest edition and current interims.
26
27 Each duct shall maintain the required profile within a placement tolerance of plus or
28 minus '/a-inch for longitudinal tendons and plus or minus '/8-inch for transverse slab
29 tendons during all phases of the work. The minimum acceptable radius of curvature
30 shall be as recommended by the duct manufacturer and as supported by documented
31 industry standard testing. The ducts shall be completely sealed to keep out all mortar.
32
33 Each duct shall be located to place the tendon at the center of gravity alignment shown
34 in the Plans. To keep friction losses to a minimum, the Contractor shall install ducts to
35 the exact lines and grades shown in the Plans. Once in place, the ducts shall be tied
36 firmly in position before they are covered with concrete. During concrete placement, the +
37 Contractor shall not displace or damage the ducts.
38
39 The ends of the ducts shall: as
40
41 1. Permit free movement of anchorage devices, and
42 2. Remain covered after installation in the forms to keep out all water or debris.
43
44 Immediately after any concrete placement, the Contractor shall force blasts of oil-free,
45 compressed air through the ducts to break up and remove any mortar inside before it
46 hardens. Before deck concrete is placed, the Contractor shall satisfy the Engineer that
47 ducts are unobstructed and contain nothing that could interfere with tendon installation,
48 tensioning, or grouting. if the tendons are in place, the Contractor shall show that they
49 are free in the duct. 1W
50
51 Ducts shall be capped and sealed at all times until the completion of grouting to prevent
52 the intrusion of water.
rr
rr
1
2 The fast paragraph under the heading Ducts for Internal Embedded Installation is revised
3 to read:
4
� 5 When the duct must be curved in a tight radius, more flexible duct may be used, subject
6 to the Engineer's approval.
7
8 The first paragraph under the heading Ducts for External Exposed Installation is revised
9 to read:
10
11 Duct shall be high-density polyethylene (HDPE) conforming to ASTM D 3350. The cell
12 classification for each property listed in Table 1 shall be as follows:
13
Ow 14 This section is supplemented with the following:
15
16 Vents, Grout Injection Ports, Drains and Caps
17 The Contractor shall install vents at high points and drains at low points of the tendon
18 profile (and at other places if the Plans require). Vents at high points shall consist of a
19 set of three vents - one to be installed at the high point of the duct, and flanking vents to
Ow 20 be installed on either side of the high point vent at locations where the duct profile is 8 to
21 12 inches below the elevation of the high point vent. Vents shall include grout injection
22 ports.
23
24 Vents and drains shall have a minimum inside diameter of 314 inches, and shall be of
25 either stainless steel, nylon, or polyolefin materials, free of water soluble chlorides or
26 other chemicals reactive with concrete or post-tensioning reinforcement. Stainless steel
aw 27 vents and drains shall conform to ASTM A 240 Type 316. Nylon vents and drains shall
28 conform to cell classification S-PA0141 (weather resistant). Polyolefin vents and drains
29 shall contain an antioxidant with a minimum oxidation induction time of 20 minutes in
M. 30 accordance with ASTM D 3895. Polyolefin vents and drains shall also have a stress
31 crack resistance of three hours minimum when tested at an applied stress of 350 psi in
32 accordance with ASTM F 2136.
„„ 33
34 All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an
35 approved plastic material. Taping of connections is not allowed. Valves shall be positive
aw 36 mechanical shut-off valves. Valves, and associated caps, shall have a minimum
37 pressure rating of 100 psi.
38
MW 39 Vents shall point upward and remain closed until grouting begins. Drains shall point
40 downward and remain open until grouting begins. Ends of stainless steel vents and
41 drains shall be removed 1-inch inside the concrete surface after grouting has been
42 completed. Ends of nylon or polyolefin vents and drains may be left flush to the surface
43 unless otherwise specified by the Engineer. Vents, except for grout injection, are not
44 required for transverse post-tensioning ducts in the roadway slab unless specified in the
45 Plans,
46
47 Caps shall be made of either stainless steel or fiber reinforced polymer (FRP). Stainless
48 steel caps shall conform to ASTM A 240 Type 316L. The resin for FRP caps shall be
49 either nylon, polyester, or acrylonitrite butadiene styrene (ABS). Nylon shall conform to
50 cell classification S-PA0141 (weather resistant). Caps shall be sealed with "4" ring seals
51 or precision fitted flat gaskets placed against the bearing plate. Caps shall be fastened
, „ 52 to the anchorage with stainless steel bolts conforming to ASTM A 240 Type 316L.
1
2 Leak Tightness Testing
3 The Contractor shall test each completed duct assembly for leak tightness, prior to
4 casting concrete and placing post-tensioning reinforcement. The Contractor shall submit
5 the equipment used to conduct the leak tightness testing and to monitor and record the
6 pressure maintained in and lost from the closed assembly, and the process to be
7 followed in conducting the leak tightness testing, to the Engineer for approval along with
8 the post-tensioning system shop drawings in accordance with Section 6-02.3(26)A. to
9
10 Prior to testing, all vents, grout injection ports, and drains shall either be capped or have
11 their shut-off valves closed. The Contractor shall pressurize the completed duct
12 assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes
13 to allow for internal adjustments within the assembly. After five minutes, the air supply
14 valve shall be closed. The Contractor shall monitor and measure the pressure rr
15 maintained within the closed assembly, and any subsequent loss of pressure, over a
16 period of one minute following the closure of the air supply valve. Locations of leakage
17 shall be identified, repaired or reconstructed, and the repaired reassembled duct system
18 retested. The cycle of testing, repair and retesting of each completed duct assembly
19 shall continue until the completed duct assembly completes a test with pressure loss
20 within the specified amount. The maximum pressure loss for duct assemblies equal to
21 or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct
22 assemblies greater than 150 feet in length shall be 15 psig.
23
24 6-02.3(26)F Prestressing Reinforcement go
25 The fourth paragraph is revised to read:
26
27 From manufacture to encasement in concrete or grout, prestressing strand shall be
28 protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in
29 a dry covered area and shall be kept in the manufacturer's original packaging. If
30 prestressing strand has been damaged or pitted, it will be rejected. Prestressing strand at
31 with rust shall be spot cleaned with a non-metallic pad to inspect for any sign of pitting
32 or section loss. If the prestressing reinforcement will not be stressed and grouted for
33 more that seven calendar days after it is placed in the ducts, the Contractor shall place g
34 an approved corrosion inhibitor conforming to Federal Specification MIL-P-3420F-87 in
35 the ducts.
36
37 6-02.3(26)H Grouting
38 The following is inserted in front of the first paragraph of this section:
39
40 Grout for post-tensioning reinforcement shall be a Class C pre-packaged, pumpable,
41 non-segregating, non-shrink, high-strength grout conforming to the requirements
42 specified in Section 10.9.3 of the AASHTO LRFD Bridge Construction Specifications,
43 latest edition and current interims. Pre-packaged components of the.grout mix shall be
44 used within six months or less from date of manufacture to date of usage. Grout for
45 post-tensioning reinforcement will be accepted based on manufacturer's certificate of
46 compliance in accordance with Section 1-06.3, except that the water-cementitious
47 material ratio of 0.45 maximum shall be field verified.
48
49 All grout produced for any single structure shall be furnished by one supplier. .y
50
51 All grouting operations shall be conducted by ASBI certified grout technicians.
52
wr
1 The Contractor shall submit a grouting operation plan to the Engineer for approval in
2 accordance with Section 6-01.9. The grouting operation plan shall include, but not be
3 limited to, the following:
4
5 1. Names of the grout technicians, accompanied by documentation of their ASBI
6 certification.
7
8 2. Type, quantity and brand of materials used in the grouting operations,
9 including all manufacturer's certificates of compliance.
10
w.
11 3. Type of equipment to be used, including meters and measuring devices used
12 to positively measure the quantity of materials used to mix the post-tensioning
13 grout, the equipment capacity in relation to demand and working conditions,
14 and all back-up equipment and spare parts.
15
16 4. General grouting procedure.
17
�r 18 5. Duct leak tightness testing and repair procedures as specified in Section 6-
19 02.3(26)E.
20
21 6. Methods used to control the rate of grout flow within the ducts.
22
23 7. Theoretical grout volume calculations, and target flow rates recommended by
24 the grout manufacturer as a function of the mixer equipment and the expected
25 range of ambient temperatures.
26
27 8. Grout mixing and pumping procedures,
28
29 9. Direction of grouting.
30
31 10. Sequence of use of the grout injection ports, vents and drains.
32
33 11. Procedures for handling blockages.
34
35 12. Procedures for post-grouting repairs.
36
37 The Contractor shall not begin grouting operations until receiving the Engineer's
38 approval of the grouting operation plan.
39
40 Post-tensioning grout shall be mixed in accordance with the pre-packaged grout
41 manufacturer's recommendations using high-shear colloidal mixers. Mechanical paddle
42 mixers will not be allowed. The grout produced for filling post-tensioning ducts shall be
w 43 free of lumps and undispersed cement. All equipment used to mix each batch of post-
44 tensioning grout shall be equipped with appropriate meters and measuring devices to
45 positively measure all quantities of all materials used to produce the mixed grout. The
46 field test for water-cementitious materials ratio shall be performed prior to beginning the
47 grout injection process. Grouting shall not begin until the material properties of each
48 batch of grout have been confirmed as acceptable.
49
50 The fourth paragraph is deleted.
51
52 The fifth paragraph is deleted.
wr
1
2 The sixth paragraph is deleted
3
4 6-02.5 Payment r
5 The paragraph following bid item "Commercial Concrete" is supplemented with the following:
6
7 All costs in connection with furnishing and applying pigmented sealer to concrete
8 surfaces as specified shall be included in the unit contract price per cubic yard for
9 "Cone. Class ". If the concrete is to be paid for other than by class of concrete then
10 the costs shall be included in the applicable adjacent item of work.
11 .o
12 SECTION 6-03, STEEL STRUCTURES
13 April 6, 2009
14 . 6-03.3(33) Bolted Connections
15 The second paragraph is revised to read:
16
17 All bolted connections are slip critical. Painted structures require either Type 1 or Type
18 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be
19 galvanized or be used in contact with galvanized metal.
20
21 6-03.3(33)A Pre-Erection Testing
22 The first sentence in the first paragraph is revised to read:
23
24 High strength bolt assemblies (bolt, nut, and washer), black and galvanized, shall be
25 subjected to a field rotational capacity test, as outlined below, prior to any erection
26 activity.
27
28 6-03.3(38) Placing Superstructure
29 This section is revised to read:
30
31 The concrete in piers and crossbeams shall reach at )east 80-percent of design strength
32 before girders are placed on them.
33
34 6-03.4 Measurement
35 The second paragraph is revised to read: so
36
37 Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be
38 paid for on a lump sum basis, whichever is shown on the Proposal.
39
40 SECTION 6-05, PILING
41 December 1, 2008
42 6-05.3(11)A Tolerances
43 The first sentence is revised to read:
44
45 For elevated pier caps, the tops of piles at cut-off elevation shall be within 2-inches of
46 the Horizontal locations indicated in the Contract. 09
47
rlrt
rrr
o, 1 SECTION 6-07, PAINTING
2 April 6, 2009
aw 3 6-07.3(1) Painting New Steel Structures
4 The third paragraph is revised to read:
5
6 The primer coat, the second coat and the third coat shall all be selected from the same
"" 7 manufacturer and shall be from one of the approved paint systems listed in the Qualified
8 Products List. Once a paint system has been selected, that system shall be used
9 throughout the Structure.
AW 10
11 The ninth paragraph is deleted.
12
ow 13 6-07.3(2)G Painting Steel Surfaces
14 The first sentence in the first paragraph is revised to read:
15
ow 16 The coating system for all steel surfaces shall incorporate 3 single component moisture-
17 cured polyurethane coats from the same manufacturer and shall be from one of the
18 approved paint systems listed in the Qualified Products List.
d, 19
20 6-07.3(4) Painting Galvanized Surfaces
21 This section is revised and renumbered as follows:
a
22
w
23 6-07.3(4)A Painting of Galvanized Surfaces
24 All galvanized surfaces receiving paint shall be prepared for painting in accordance with
IN" 25 the ASTM D 6386. The method of preparation shall be as agreed upon by the paint
26 manufacturer and the galvanizer. The Contractor shall not begin painting until receiving
27 the Engineer's approval of the prepared galvanized surface.
28
AW 29 Environmental Conditions
30 Steel surfaces shall be:
31
No 32 Greater than 35°F and
33 Less than 115°F
34 or in accordance with the manufacturer's recommendations, whichever is more
Wo 35 stringent.
36
37 The Contractor shall paint the dry surface as follows:
ow 38
Paint Formulas Type
First Coat MIL-P-24441 Epoxy poiyamide
+0 Second Coat C-11-99 Moisture Cured Aliphatic Polyurethane
39
40
aw 41 Each coat shall be dry before the next coat is applied. All coats applied in the shop shall
42 be dried hard before shipment.
43
44 The following new section is inserted before Section 6-07.3(4)A:
45
1 6-47.3(4) Painting or Powder Coating of Galvanized Surfaces .r
2 Galvanized surfaces specified to be coated after galvanizing shall receive either paint in
3 accordance with Section 6-07.3(4)A or powder coating in accordance with Section 6-
4 07.3(4)B. The color of the finish coat shall be as specified in the Special Provisions. ,rr
5
6 The following new sub-section is inserted after Section 6-07.3(4)A:
7
8 6-07.3(4)B Powder Coating of Galvanized Surfaces
9 Powder coating of galvanized surfaces shall conform to the following requirements:
10
11 Submittals
12 The Contractor shall submit the following information to the Engineer for approval:
13
14 1. The name, location, and contact information (mail address, phone,
15 and e-mail) for the firm performing the powder coating operation.
16
17 2. Quality control (QC) programs established and followed by the firm
18 performing the powder coating operation. Forms to document
19 inspection and testing of coatings as part of the QC program shall be
20 included in the submittal.
21
22 3. Project specific powder coating plan, including identification of the
23 powder coating materials used (and manufacturer), and specific
24 cleaning, surface preparation, pre-heating, powder coating
25 application, curing, shop and field coating repair, handling, and
26 storage processes to be taken for the assemblies being coated for
27 this project.
28
29 4. Product data and MSDS sheets for all powder coating and coating
30 repair materials. to
31
32 Galvanizing
33 Prior to the galvanizing operation, the Contractor shall identify to the galvanizer the as
34 specific assemblies and surfaces receiving the powder coating after galvanizing, to
35 ensure that the galvanizing method used on these assemblies is compatible with
36 subsequent application of a powder coating system. Specifically, such assemblies
37 shall neither be water-quenched, nor receive a chromate conversion coating, as
38 part of the galvanizing operation.
39
40 Galvanized Surface Cleaning and Preparation
41 Galvanized surfaces receiving the powder coating shall be cleaned and prepared
42 for coating in accordance with ASTM D 6386, and the project specific powder
43 coating plan as approved by the Engineer.
44
45 Assemblies conforming to the ASTM D 6386 definition for newly galvanized steel
46 shall receive surface smoothing and surface cleaning in accordance with ASTM D
47 6386 Section 5, and surface preparation in accordance with ASTM D 6386 Section
48 5.4.1.
49
50 Assemblies conforming to the ASTM D 6386 definition for partially weathered
51 galvanized steel shall be checked and prepared in accordance with ASTM D 6386
52 Section 6, before then receiving surface smoothing and surface cleaning in
w
1 accordance with ASTM D 6386 Section 5, and surface preparation in accordance
2 with ASTM D 6386 Section 5.4.1.
3
4 Assemblies conforming to the ASTM D 6386 definition for weathered galvanized
5 steel shall be prepared in accordance with ASTM D 6386 Section 7, before then
6 receiving surface smoothing and surface cleaning in accordance with ASTM D
7 6386 Section 5 and surface preparation in accordance with ASTM D 6386 Section
8 5.4.1.
9
10 The Contractor shall notify the Engineer of all surface cleaning and preparation
11 activities, and shall provide the Engineer opportunity to perform quality assurance
12 inspection, in accordance with Section 1-05.6, at the completion of surface cleaning
13 and preparation activities prior to beginning powder coating application.
err 14
15 Powder Coating Application and Curing
16 After surface preparation, the two component powder coating shall be applied in
17 accordance with the powder coating manufacturer's recommendations, the project
18 specific powder coating plan as approved by the Engineer, and as follows:
19
20 1. Pre-heat. The pre-heat shall be sufficient to prevent pin holes from
4W 21 forming in the finished coating system.
22
23 2. Apply the epoxy primer coat, followed by a partial cure.
a• 24
25 3. Apply the polyester finish coat, followed by the finish cure.
26
27 Testing
28 The firm performing the powder coating operation shall conduct, or make
29 arrangements for, QC testing on all assemblies receiving powder coating for this
30 project, in accordance with the powder coating firm's QC program as documented
31 in item 2 of the Submittal subsection above. Testing may be performed on coated
32 surfaces of production fabricated items, or on a representative test panel coated
33 alongside the production fabricated items being coated. There shall be a minimum
34 of one set of tests representing each cycle of production fabricated items coated
35 and cured. Additional tests shall be performed at the request of the Engineer.
36 Repair of damaged coatings on production fabricated items shall be the
37 responsibility of the firm applying the powder coating, and shall be in accordance
38 with the project specific powder coating plan as approved by the Engineer. At a
39 minimum, the QC testing shall test for the following requirements:
40
41 1. Visual inspection for the presence of coating holidays, and other
42 unacceptable surface imperfections.
43
44 2. Coating thickness measurement in accordance with Section 6-07.3(5).
45 The minimum thickness of the epoxy primer coating and polyester finish
46 coating shall be 3 mils each.
47
48 3. Hardness testing in accordance with ASTM D 3363, with the finish coat
49 providing a minimum hardness value of H.
50
51 4. Adhesion testing in accordance with ASTM D 4541 for 400 psi minimum
52 adhesion for the complete two component coating system.
�r
1
w
2 5. Powder Coating Institute (PCI) #8 recommended procedure for solvent
3 cure test.
4
5 The results of the QC testing shall be documented in a QC report, and submitted to MW
6 the Engineer for approval.
7
8 The Engineer shall be provided notice and access to all assemblies at the powder
9 coating facility for the purposes of Contracting Agency acceptance inspection,
10 including notice and access to witness all hardness and adhesion testing performed
11 by the firm conducting the QC testing, in accordance with Section 1-05.6.
12
13 Assemblies not meeting the above requirements will be subject to rejection by the
14 Engineer. Rejected assemblies shall be repaired or re-coated by the Contractor, at go
15 no additional expense to the Contracting Agency, in accordance with the project
16 specific powder coating plan as approved by the Engineer until the assemblies
17 satisfy the acceptance testing requirements. "
18
19 Assemblies shall not be shipped from the powder coating firm's facility to the
20 project site until the Contractor receives the Engineer's approval of the QC Report „
21 and assembly inspection performed by the Engineer.
22
23 Coating Protection For Shipping, Storage, and Field Erection
24 After curing and acceptance, the Contractor shall protect the coated assemblies
25 with multiple layers of bubble wrap, or other protective wrapping materials specified
26 in the project specific powder coating plan as approved by the Engineer.
27
28 During storage and shipping, each assembly shall be separated from other
29 assemblies by expanded polystyrene spacers and other spacing materials specified
30 in the project specific powder coating plan as approved by the Engineer.
31
32 After erection, all coating damage due to the Contractor's shipping, storage,
33 handling, and erection operations shall be repaired by the Contractor, at no err
34 additional expense to the Contracting Agency, in accordance with the project
35 specific powder coating plan as approved by the Engineer. The Contractor shall
36 provide the Engineer access to all locations of all powder coated members for
37 verification of coating conditions prior to and following all coating repairs.
38
39 6-07.3(5) Paint - Film Thickness
40 The second sentence in the first paragraph is deleted and replaced with the following:
41
42 The dry film thickness of the primer coat on faying surfaces shall not be less than 2.5
43 mils nor greater than the paint manufacturer's maximum recommended thickness. The
44 primer coat shall meet the coefficient of friction requirements of Section 6-07.3(1) and 6-
45 07.3(2)E Item 2. Top flange surfaces to be embedded in concrete shall receive a mist
46 coat. Welded shear connectors, if installed in the shop, shall not receive paint except for
47 incidental overspray.
48
awr
wr
1 SECTION 6-09, MODIFIED CONCRETE OVERLAYS
2 April 6, 2009
3 6-09.3(1)6 Rotary Milling Machines
4 This section is revised to read:
5
6 Rotary milting machines shall have a maximum operating weight of 50,000 pounds, and
7 conform to the requirements in Section 1-07.7.
8
9 6-09.3(1)C Hydro-Demolition Machines
w. 10 This section is revised to read:
11
12 Hydro-demolition machines shall consist of filtering and pumping units operating in
13 conjunction with a remote-controlled robotic device, using high velocity water jets to
14 remove 1/2-inch of sound concrete with the simultaneous removal of all deteriorated
15 concrete. Hydra-demolition machines shall also clean any exposed reinforcing steel of
rw 16 all rust and corrosion products.
17
18 6-09.3(1)D Shot Blasting Machines
19 This section is revised to read:
20
21 Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive
22 to remove 1/2-inch of sound concrete. The shot blasting machine shall vacuum and
23 store all material removed from the scarified concrete surface into a self contained unit.
24
25 6-09.3(5)A General
26 This section is supplemented with the following:
27
28 Dense, sound areas of existing bridge deck repair material shall be sufficiently scarified
w ` 29 to provide one inch minimum clearance to the top of the fresh modified concrete overlay.
30
31 6-09.3(5)E Rotomilling
32 The second sentence is revised as follows:
33
34 The operating parameters of the rotary milling machine shall be monitored in order to
35 prevent the unnecessary removal of concrete below the 1/2-inch maximum removal
36 depth.
37
38 6-09.3(6) Further Deck Preparation
39 The first sentence in the first paragraph is revised to read:
40
,w 41 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the
42 Contractor, with the Engineer, shall perform an inspection of the completed work in
43 accordance with ASTM D 4580 Method B, and the Contractor shall mark those areas of 44 the existing bridge deck that are authorized by the Engineer for further deck preparation
45 by the Contractor.
46
47 6-09.3(6)B Deck Repair Preparation
48 The second sentence in the first paragraph is revised to read:
49
ow
WM
I if unsound concrete exists around the top mat of steel reinforcing bars, or if the bond W
2 between concrete and top mat of steel is broken, concrete shall be removed to provide
3 a 3/4-inch minimum clearance around the top mat of steel reinforcing bars.
4
5 6-09.3(6)C Placing Deck Repair Concrete aw
6 The first paragraph is revised to read:
7
8 Deck repair concrete for modified concrete overlays shall be either modified concrete or
9 concrete Class M as specified below.
10
11 The third paragraph is deleted. 4i
12
13 The fourth paragraph is revised to read:
14
15 Type 1 deck repairs, defined as deck repair areas with a maximum depth of one-half the
16 periphery of the bottom bar of the top layer of steel reinforcement and not to exceed 12
17 continuous inches along the length of the bar, may be filled during the placement of the .r
18 concrete overlay.
19
20 This section is supplemented with the following: r
21
22 Type 2 deck repairs, defined as deck repair areas not conforming to the definition of -
23 Type 1 deck repairs, shall be repaired with concrete Class M and wet cured for 42-hours
24 in accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the
25 curing period,•all vehicular and foot traffic shall be prohibited on the repair area.
26
27 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified 4W
28 Concrete Overlays
29 The first sentence in the first paragraph is revised to read:
30
31 The Engineer will perform slump, temperature, and entrained air tests for acceptance in
32 accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor
33 indicates that the concrete is ready for placement. 4W
34
35 The third paragraph is deleted.
36
37 6-09.3(8)6 Quality Assurance for Latex Modified Concrete Overlays
38 The following new sentence is inserted as the leading sentence in the second paragraph:
39
40 The Engineer will perform slump, temperature, and entrained air tests for acceptance in
41 accordance with Section 6-02.3(5)D and as specified in this Section.
42
43 The third paragraph is deleted. "
44
45 6-09.3(10) Overlay Profile and Screed Rails
46 This sections content is deleted.
47
48 This section is supplemented with the following new sub-sections:
49 .r
50 6-09.3(10)A Survey of Existing Bridge Deck Prior To Scarification
51 Prior to beginning the scarifying concrete surface finish work specified under Section 6-
52 09.3(5), the Contractor shall complete a survey of the existing bridge deck(s) specified aw
r
w
4W 1 to receive modified concrete overlay for use in establishing the existing cross section
2 and grade profile elevations.
3
4 The Contracting Agency will provide the Contractor with primary survey control
40 5 information consisting of descriptions of two primary control points used for the
6 horizontal and vertical control. Primary control points will be described by reference to
7 the bridge or project specific stationing and elevation datum. The Contracting Agency
IM 8 will also provide horizontal coordinates for the beginning and ending points and for each
9 Point of Intersection (PI) on each centerline alignment included in the project. The
10 Contractor shall provide the Engineer 21-calendar days notice in advance of scheduled
to 11 concrete surface scarification work to allow the Contracting Agency time to provide the
12 primary survey control information.
13
ON 14 The Contractor shall verify the primary survey control information furnished by the
15 Contracting Agency, and shall expand the survey control information to include
16 secondary horizontal and vertical control points as needed for the project. The
.r
17 Contractor's survey records shall include descriptions of all survey control points,
18 including coordinates and elevations of all secondary control points.
19
20 The Contractor shall maintain detailed survey records, including a description of the
' " 21 work performed on each shift, the methods utilized to conduct the survey, and the
22 control points used. The record shall be of sufficient detail to allow the survey to be
23 reproduced. A copy of each day's survey record shall be provided to the Engineer
ON 24 within 3-working days after the end of the shift. The Contractor shall compile the survey
25 information in an electronic file format acceptable to the Contracting Agency (Excel
26 spreadsheet format is preferred).
27
28 Survey information collected shall include station, offset, and elevation for each lane line
29 and curbline. Survey information shall be collected at even 20-foot station intervals, and
30 also at the centerline of each bridge expansion joint. The Contractor shall ensure a
31 surveying accuracy to within ± 0.01-feet for vertical control and ± 0.2-feet for horizontal
32 control. The survey shall extend 100'-0" beyond the bridge back of pavement seat.
33
34 Except for the primary survey control information furnished by the Contracting Agency,
35 the Contractor shall be responsible for all calculations, surveying, and measuring
36 required for setting, maintaining and resetting equipment and materials necessary for
�"" 37 the construction of the overlay to the final grade profile. The Contracting Agency may
38 post-check the Contractor's surveying, but these post-checks shall not relieve the
39 Contractor of responsibility for internal survey quality control.
am 40
41 The Contracting Agency will establish the final grade profile based on the Contractor's
42 survey, and will provide the final grade profile to the Contractor within three working
as 43 days after receiving the Contractor's survey information.
44
45 The Contractor shall not begin scarifying concrete surface work specified under Section
WN 46 6-09.3(5) until receiving the final grade profile from the Engineer.
47
48 6-09.3(10)B Establishing Finish Overlay Profile
„w 49 The finish grade profile shall be + 1/4 inch/- 1/8 inch from the Engineer's final grade
50 profile. The final grade profile shall be verified prior to the placement of modified
51 concrete overlay with the screed rails in place. The finishing machine shall be passed
go 52 over the entire surface to be overlaid and the final screed rail adjustments shall be
I made. If the resultant overlay thickness is not compatible with the finish grade profile rr
2 generated by the Contractor's screed rail setup, the Contractor shall make profile
3 adjustments as approved by the Engineer. After the finish overlay profile has been
4 verified, changes in the finishing machine elevation controls will not be allowed. The
5 Contractor shall be responsible for setting screed control to obtain the specified finish
6 grade overlay profile as well as the finished surface smoothness requirements specified
7 in Section 6-02.3(10).
8
9 Screed rails upon which the finishing machine travels shall be placed outside of the area
10 to be overlaid, in accordance with Item 7 of Section 6-09.3(2) and as approved by the
11 Engineer. Interlocking rail sections or other approved methods of providing rail
12 continuity are required.
13
14 Hold-down devices shot into the concrete are not permitted unless the concrete is to be +rw
15 subsequently overlaid. Hold-down devices of other types leaving holes in the exposed
16 area will be allowed provided the holes are subsequently filled with a sand/cement grout
17 (sand and portland cement in equal proportions by volume). Hold-down devices shall
18 not penetrate the existing deck by more than 3/4-inch.
19
20 Screed rails may be removed at any time after the concrete has taken an initial set.
21 Adequate precautions shall be taken during the removal of the finishing machine and
22 rails to protect the edges of the new surfaces.
23
24 6-09.3(11) Placing Concrete Overlay At
25 The first paragraph is revised to read:
26
27 Five to 10-working days prior to modified concrete overlay placement, a pre-overlay
28 conference shall be held to discuss equipment, construction procedures, personnel, and
29 previous results. Inspection procedures shall also be reviewed to ensure coordination.
30 Those attending shall include: ,
31
32 1. (representing the Contractor) The superintendent and all foremen in charge of
33 placing and finishing the modified concrete overlay; and
34
35 2. (representing the Contracting Agency) The Project Engineer, and key
36 inspection assistants.
37
38 If the project includes more than one bridge deck, an additional conference shall be held
39 just before placing modified concrete overlay for each subsequent bridge deck.
40
41 The Contractor shall not place modified concrete overlay until the Engineer agrees that:
42
43 1. Modified concrete overlay producing and placement rates will be high enough
44 to meet placing and finishing deadlines,
45
46 2. Finishers with enough experience have been employed, and
47
48 3. Adequate finishing tools and equipment are at the site.
49
50 6-09.3(12) Finishing Concrete Overlay
51 The fourth paragraph is revised to read:
52
4W 1 Construction dams shall be separated from the newly placed concrete by passing a
2 pointing trowel along the inside surfaces of the dams. Care shall be exercised to ensure
3 that this trowel cut is made for the entire depth and length of dams after the concrete
4 has stiffened sufficiently that it does not flow back.
ow 5
6 6-09.5 Payment
7 The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read:
8
9 The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for
10 furnishing the modified concrete overlay, including the overlay material placed into Type
ow 11 1 deck repairs in accordance with Section 6-09.3(6)C.
12
13 This section is supplemented with the following:
00 14
15 "Structure Surveying", lump sum.
16 The lump sum contract price for "Structure Surveying" shall be full pay to perform the
wr 17 work as specified, including establishing secondary survey control points, performing
18 survey quality control, and recording, compiling, and submitting the survey records to
19 the Engineer.
20
" 21 SECTION 6-11, REINFORCED CONCRETE WALLS
22 August 4, 2008
go 23 6-11.3(3) Precast Concrete Wall Stem Panels
24 The first sentence in the first paragraph is revised to read:
25
do 26 The Contractor may fabricate precast concrete wall stem panels for construction of
27 Standard Plan Retaining Walls.
28
a 29 The first sentence in the second paragraph is revised to read:
30
31 The precast concrete wall stem panels shall be designed in accordance with the
as 32 following codes:
33
aw 34 The first sentence in number 1. in the second paragraph is revised to read:
35
36 1. For all loads except as otherwise noted - AASNTO LRFD Bridge Design
37 Specifications, latest edition and current interims.
V90 38
39 6-11.3(5) Backfill, Weepholes and Gutters
40 The first sentence in the first paragraph is revised to read:
aw 41
42 Unless the Plans specify otherwise, backfill and weepholes shall be placed in
43 accordance with the Standard Plans and Section 6-02.3(22).
•r 44
45 SECTION 6-15, SOIL NAIL WALLS
46 January 7, 2008
to
47 6-15.3(8)A Verification Testing
48 The last sentence in the sixth paragraph is revised to read:
+�. 49
•rr
1 The load-hold period shall start as soon as the load is applied and the nail movement
2 with respect to a fixed reference shall be measured and recorded at 1 minute,.2, 3, 4, 5,
3 6, 10, 20, 30, 40, 50, and 60 minutes.
4
5 6-15.3(8)B Proof Testing
6 The fifth sentence in the third paragraph is revised to read:
7
8 If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and
9 60 minutes.
10
11 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS +
12 April 6, 2009
13 6-16.3(2) Submittals .,
14 The first paragraph is revised to read:
15
16 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all rr
17 structural steel, including the steel soldier piles, and shall submit shop plans and
18 working drawings as specified in Section 6-17.3(3) for permanent ground anchors, to
19 the Engineer for approval.
20
21 6-16.3(4) Installing Soldier Piles
22 The second sentence in the second paragraph is revised to read:
23
24 Concrete cover over the soldier pile shall be 3-inches minimum, except that the cover
25 over the soldier pile flange plate reinforcing at permanent ground anchor locations shall
26 be 1-1/2 inches minimum.
27
28 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors
29 This section including title is revised to read:
30
31 6-16.3(6) Designing and Installing Lagging, and Installing Permanent
32 Ground Anchors
33 Lagging for soldier pile walls shall conform to one of the following two categories:
34
35 Temporary lagging is defined as lagging that is in service as a structural member
36 for a maximum of 36 months before a permanent load carrying fascia is in place,
37 except for the following exception. Lagging for soldier pile walls in site soils
38 conforming to an excluded soil type as defined under Section 6-16.3(6)A will be r
39 classified as permanent lagging conforming to Section 6-16.3(6)C, in which case
40 this requirement will be specified in the Plans along with design details for such
41 lagging. No
42
43 Permanent lagging is defined as all ;lagging not conforming to the definition of
44 temporary lagging as specified above.
45
46 This section is supplemented with the following new sub-sections:
47
48 6-16.3(6)A Soil Classification
49 For the purposes of designing lagging for soldier pile walls, soils shall be categorized in
50 the following classifications:
1
2 Soil Type 1
3 The following shall be considered Type 1 soils:
4
5 1. Cohesive fine grained soils either CL or CH of medium consistency with
6 yH/S,, < 5.
7
8 2. Cohesive fine grained soils either CL or CH that are stiff to very stiff and
9 non-fissured.
10
11 3. Fine grained soils either ML or SM-ML that are above the water table,
12
13 4. Coarse grained soils either GW, GP, GM, GC, SW, SP or SM that are
14 medium dense to dense.
15
16 Soil Type 2
17 The following shall be considered Type 2 soils:
1W 18
19 1. Cohesive fine grained soils either CL or CH that are heavily over
20 consolidated and fissured.
OW 21
22 2. Fine grained ML soils or coarse grained SM-ML soils that are below the
23 water table.
40 24
25 3. Coarse grained SC soil that is medium dense to dense and is below the
26 water table.
W 27
28 4. Coarse grained soils either SW, SP or SM that are loose.
29
30 Soil Type 3
31 The following shall be considered Type 3 soils:
32
33 1. Cohesive fine grained soils either CL or CH that are soft with yH1S;, > 5.
34
35 2. Fine grained slightly plastic ML soil that is below the water table.
36
.. 37 3. Coarse grained SC soil that is loose and below the water table.
38
39 Exclusions
40 Regardless of whether site soils conform to one of the soil types defined above, site
41 soils under the following conditions are excluded from the Type 1, Type 2, and Type
42 3 soil classifications:
�,. 43
44 1. Disturbed soils such as those in landslides or known unstable areas.
45
.. 46 2. Layered soils dipping into the excavation steeper than 4H:1 V.
47
48 Lagging for soldier pile walls located in site soils excluded from the Type 1, Type 2,
w. 49 and Type 3 soil classifications shall be designed in accordance with the latest
50 AASHT4 LRFD Bridge Design Specifications with current interim specifications.
51 Use of the table in Section 6-16.3(6)B for timber lagging in these situations will not
w
52 be allowed.
1
2 6-16.3(6)B Temporary Lagging r
3 The Contractor shall design temporary lagging for all soldier pile walls. The temporary
4 lagging design shah be based on the following:
5
6 1. The AASHTO LRFD Bridge Design Specifications, latest edition with current
7 interim specifications, except that timber members used for temporary lagging
8 may be selected based on the table below.
9
10 2. The soil type as specified in the Plans or as determined from the geotechnical
11 report prepared for the project. .r
12
13 3. The soil pressure diagram, either as shown in the Plans or as included in the
14 geotechnical report prepared for the project, including the surcharge for 10
15 temporary construction load when shown in the Plans.
16
17 The Contractor shall submit the soldier pile wall lagging design working drawings and go
18 supporting design calculations to the Engineer for approval in accordance with Section
19 6-01.9. The submittal shall include, but not be limited to, the following:
20
21 1. Description of the material used for the lagging, including identification of rr
22 applicable material specifications.
23
24 2. Installation method and sequence. to
25
26 3. If the lagging material. is to be removed during or after installation of the
27 permanent fascia, a description of how the lagging is removed without
28 disturbing or damaging the fascia, soldier piles, and retained soil, and a
29 description of how, and with what material, the void left by the removal of
30 lagging is to be filled.
31
32 4. For all cases, except with timber for temporary lagging, a description with
33 appropriate details of how subsurface drainage is to be accommodated, either as
34 in accordance with Section 6-16.3(7) for timber lagging, Section 6-15.3(7) for
35 shotcrete facing, or other means appropriate for the geotechnical site
36 conditions and approved by the Engineer for other lagging materials. Lagging
37 materials and lagging installation methods that cause the build-up of, and
38 prevent the relief o€, pore water pressure will not be allowed. Free draining
39 materials are defined as those materials that exhibit a greater permeability
40 than the material being retained.
41
42 Temporary lagging may be untreated timber conforming to the Section 9-09.2
43 requirements specified under Structures for timber lagging, or another material selected
44 by the Contractor.
45
46 Timber for temporary lagging shall conform to the minimum actual thickness specified in
47 the table below for the soil type, exposed wall height, and lagging clear span as shown
48 in the Plans.
49
Minimum Actual Thickness of Timber Used As Temporary Lagging
Soil Type 1 1 2 2 3 3 3
Ex osed 25 and Over 25 and Over 15 Over Over
rr
Wall Height under 25 to under 25 to and 15 to 25
4W (feet 60 60 under 25
Clear Span Minimum Actual Thickness of Rough Cut Timber Lagging
Of Lagging (inches)(3)
feet
5 2 3 3 3 3 3 4
6 3 3 3 3 3 4 5
7 3 3 3 4 4 5 6
8 3 4 4 4 5 6
9 4 4 4 5
10 4 5 5 5
2 Soil Type as definedJn Section 6-16.3(6)A
3
+�+ 4 (2) For exposed wall heights exceeding the limits in the table above, or where
5 minimum rough cut lagging thickness is not provided, the Contractor shall
6 design the lagging in accordance with the latest AASHTO LRFD Bridge Design
ow 7 Specifications with current interim specifications.
8
9 t3) Table modified from FHWA document "Lateral Support Systems and
10 Underpinning" (Report No. FHWA-RD-75-130)
11
12 Notwithstanding the requirements of Section 1-06.1, steel materials used by the
13 Contractor as temporary lagging may be used (second hand) provided that the use of
14 such used (second hand) steel materials shall be subject to visual inspection and
15 approval by the Engineer. For used (second hand) steel materials where the grade of
16 steel cannot be positively identified, the design stresses for the steel shall conform to
17 the Section 6-02.3(17)B requirements for salvaged steel, regardless of whether rivets
18 are present or not.
19
dw 20 6-16.3(6)C Permanent Lagging
21 Permanent lagging, including timber, shall be as shown in the Plans. The use of the
22 table in Section 6-16.3(6)B for the design of timber lagging for permanent lagging will
as 23 not be allowed.
24
25 6-16.3(6)D Installing Lagging and Permanent Ground Anchors
N, 26 The excavation and removal of CDF and pumpable lean concrete for the lagging
27 installation shall proceed in advance of the lagging, and shall not begin until the CDF
28 and pumpable lean concrete are of sufficient strength that the material remains in place
29 during excavation and lagging installation. If the CDF or pumpable lean concrete
30 separates from the soldier pile, or caves or spalls from around the soldier pile, the
31 Contractor shall discontinue excavation and lagging installation operations until the CDF
32 and pumpable lean concrete is completely set. The bottom of the excavation in front of
33 the wall shall be level. Excavation shall conform to Section 2-03.
34
35 For walls without permanent ground anchors, the bottom of excavation shall not be
36 more than three feet below the bottom level of the lagging already installed, but in no
37 case shall the depth of excavation beneath the bottom level of installed lagging be such
38 to cause instability of the excavated face. For.walls with permanent ground anchors,
39 the bottom of excavation shall be not more than three feet below the permanent ground
40 anchor level until all permanent ground anchors at that level are installed and stressed,
41 but in no case shall the depth of excavation beneath the permanent ground anchor level
1 be such to cause instability of the excavated face. Any caving that occurs during at
2 excavation shall be backfilled with free draining material as approved by the Engineer.
3
4 Installing, stressing, and testing the permanent ground anchors shall be in accordance
5 with Section 6-17 and the construction sequence specified in the Plans.
6
7 The lagging shall be installed from the top of the soldier pile proceeding downward. The
8 lagging shall make direct contact with the soil. When and where lagging is not in full
99 g g9� 9
9 contact with the soil being retained, either the lagging shall be wedged back to create
10 contact or the void shall be filled with a free draining material as approved by the
11 Engineer. rr
12
13 When utilizing lagging in fill situations, the backfill layers shall be placed in accordance
14 with Section 2-03.3(14) except that all layers shall be compacted to 90 percent of r
15 maximum density.
16
17 6-16.3(7) Prefabricated Drainage Mat
18 The first paragraph is revised to read:
19
20 For walls with concrete fascia panels, a four foot wide strip of prefabricated drainage „n
21 mat shall be installed full height of the concrete fascia panel, centered between soldier
22 pile flanges, unless otherwise shown in the Plans.
23
24 6-16.4 Measurement
25 The third paragraph is revised to read:
26
27 Lagging will be measured by the square foot area of lagging installed. The quantity will 46
28 be computed based on the vertical dimension from the highest lagging elevation to the
29 lowest lagging elevation between each pair of adjacent soldier piles as the height
30 dimension, and the center-to-center spacing of the soldier piles as the length dimension.
31
32 6-16.5 Payment
33 The third bid item and the following paragraph is revised to read: •
34
35 "Lagging", per square foot.
36
wr
37 All costs in connection with furnishing and installing lagging shall be included in the unit
38 contract price per square foot for "Lagging", including design of temporary lagging, and
39 filling voids behind the lagging with a free draining material as approved by the
40 Engineer.
41
42 SECTION 6-17, PERMANENT GROUND ANCHORS
43 January 7, 2008
44 6-17.3(8)B Performance Testing
45 The fourth sentence in the fourth paragraph is revised to read:
46
47 If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30,
48 40, 50, and 60 minutes.
49
50 6-17.3(8)C Proof Testing
51 The fourth sentence in the second paragraph is revised to read:
aw
w
1
2 If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30,
3 40, 50, and 60 minutes.
4
owl 5 SECTION 7-02, CULVERTS
6 December 1, 2008
WW 7 7-02.2 Materials
8 The third paragraph is revised to read.
9
AN 10 Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert
11 pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall
12 PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for
13 Schedule A or B culvert pipe.
14
15 In the chart for Culvert Pipe Schedules, for Schedule B, 15' — 25', the references in the
,w 16 column for Thermoplastic PE or PVC for "PVC"are revised to "PE or PVC".
17
18 SECTION 7-04, STORM SEWERS
or 19 December 1, 2008
20 7-04.2 Materials
aw 21 In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15 — 25', in the column for
22 PE, insert "Allowed".
23
24 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
" 25 April 6, 2009
26 8-01.3(1) General
27 The first sentence in the eighth paragraph is revised to read:
28
29 Erodible earth not being worked, whether at final grade or not, shall be covered within
30 the following time period, using an approved soil covering practice:
31
32 The ninth paragraph is revised to read:
33
34 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
35 continue to control erosion, pollution, and runoff during the shutdown.
36
37 8-01.3(1)C Water Management
38 Item 2. "Process Water" is supplemented with the following new first paragraph:
39
40 High pH process water or wastewater (non-stormwater) that is generated on-site,
41 including water generated during concrete grinding, rubblizing, washout, and
.. 42 hydrodemolition activities, shall not be discharged to waters of the state. Water may be
43 infiltrated upon the approval of the Engineer. Off-site disposal of concrete process
44 water shall be in accordance with Standard Specification 5-01.3(11).
45
46 8-01.3(2)D Mulching
47 The second paragraph is supplemented with the following:
48
sw
r
1 Wood strand mulch shall be applied by hand or by straw blower.
2
3 8-01.3(2)E Tacking Agent and Soil Binders
4 The second sentence in the fourth paragraph is revised to read:
5
6 Pam may be reapplied on actively worked areas within a 48-hour period.
7
8 8-01.3(6)D Wattle Check Dam
9 The reference to Section 8-01.3(10) is revised to Section 9-14.5(5).
10
11 8-01.3(12) Compost Sock
12 The last paragraph is deleted.
13
14 8-01.3(13) Temporary Curb ►
15 The first paragraph is revised to read:
16
17 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, .rr
18 or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer.
19
20 SECTION 8-02, ROADSIDE RESTORATION „
21 April 7, 2008
22 8-02.3(3) Planting Area Weed Control
23 The second paragraph is deleted.
24
25 This section is supplemented with the following:
26
27 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square
28 and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be
29 installed according to the manufacturer's recommendations.
30
31 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
32 January 7, 2008 to
33 8-04.5 Payment
34 The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck
35 Apron Outer Cem. Conc. Curb and Gutter"are revised to read:
36
37 "Roundabout Central Island Cement Concrete Curb", per linear foot. w
38 "Roundabout Truck Apron Cem. Conc. Curb and Gutter", per linear foot.
39
40 This section is supplemented with the following new bid item: „rr
41
42 "Roundabout Truck Apron Cement Concrete Curb", per linear foot.
43
44 SECTION 8-11, GUARDRAIL
45 December 1, 2008
46 8-11.3(4) Removing Guardrail and Guardrail Anchor sit
47 The following is inserted after the third sentence in the first paragraph:
48
1 The embedded anchors attaching guardrail posts and guardrail terminal sections
2 specified for removal to existing concrete Structures shall be removed a minimum of
3 one inch beneath the existing concrete surface. The void left by removal of the
4 embedded anchors shall be coated with epoxy bonding agent and filled with grout. The
5 epoxy bonding agent shall be Type 11 conforming to Section 9-26.1 with the grade and
6 class as recommended by the epoxy bonding agent manufacturer and as approved by
7 the Engineer. The grout shall consist of cement and fine aggregate mixed in the
8 proportions to match the color of the existing concrete surface as near as practicable.
9
10 SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE
11 January 7, 2008
12 8-12.3(1)A Posts
1W 13 All references to"Type 3 fence" in the second and third paragraphs are revised to read "Type
14 3 and Type 4 fences".
15
A 16 The first sentence in the eighth paragraph is revised to read:
17
18 Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the
19 manner shown in the Standard Plans.
20
21 The tenth paragraph is revised to read:
22
err 23 All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap
24 designed to fit securely over the post to support the top rail. All round posts for chain
25 link fence Types 3 and 4 shall have approved top caps fastened securely to the posts.
AK 26 The base of the top cap fitting for round posts shall feature an apron around the outside
27 of the posts.
28
ow 29 8-12.3(1)C Tension Wire
30 This section including title is revised to read:
31
to 32 8-12.3(1)C Tension Wire and Tension Cable
33 Tension Wires shall be attached to the posts as detailed in the Standard Plans or as
34 approved by the Engineer.
1W 35
36 Tension Cables shall be installed in accordance with Section 8-25.3(5).
37
38 8-12.3(1)D Chain Link Fabric
39 The following new paragraph is inserted in front of the first paragraph:
40
41 Attach the chain link fabric after the cables and wires have been properly tensioned
42 and/or the top rail has been installed.
43
++� 44 The third and fourth sentences in the third paragraph are revised to read:
45
46 Fastening to posts shall be with tie wire, metal bands, or other approved method
�► 47 attached at 14-inch intervals. The top and bottom edge of the fabric shall be fastened
48 with tie wires to the top rail, and with hog rings to the tension cable or top and bottom
49 tension wires as may be applicable, spaced at 24-inch intervals.
50
I SECTION 8-15, RIPRAP
2 April 7, 2008
3 8-15.3(1) Excavation for Riprap
4 The second sentence of the first paragraph is revised to read:
5
6 Excavation below the level of the intersection of the slope to be protected and the
7 adjacent original ground or the channel floor or slope shall be classified, measured, and
8 paid for as channel excavation or ditch excavation in accordance with Section 2-03.
9
10 8-15.4 Measurement
11 The following new paragraph is inserted to follow the fifth paragraph.
12
13 Channel excavation will be measured by the cubic yard as specified in Section 2-03.
14
15 The sixth paragraph is revised to read:
16
17 Ditch excavation will be measured by the cubic yard as specified in Section 2-03.
18
19 The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03.
20
21 8-15.5 Payment
22 The bid item "Filter Blanket" is supplemented with the following:
23
24 The unit price for "filter Blanket" shall be full payment for all costs incurred to perform
25 the work in Section 8-15.3(7),
26
27 This section is supplemented with the following:
28
29 "Channel Excavation", per cubic yard.
30 "Channel Excavation Incl. Haul", per cubic yard. r
31 "Ditch Excavation Incl. Haul", per cubic yard.
32 Payment for "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation"
33 and "Ditch Excavation Incl. Haul" is described in Section 2-03.5.
34
35 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
36 ELECTRICAL „
37 April 6, 2009
38 8-20.1 Description
39 The first paragraph is revised to read:
40
41 This Work consists of furnishing, installing and field testing all materials and equipment
42 necessary to complete in place, fully functional system(s) of any or all of the following
43 types including modifications to an existing system all in accordance with approved
44 methods, the Plans, the Special Provisions and these Specifications:
45
46 1. Traffic Signal System
47 2. Illumination System
48 3. Intelligent Transportation System
49
.r
1 8-20.3(1) General
r 2 The following new paragraph is inserted after the fifth paragraph:
3
4 The embedded anchors attaching existing electrical, illumination, and traffic signal
5 systems specified for removal to existing concrete Structures shall be removed a
6 minimum of one inch beneath the existing concrete surface. The void left by removal of
7 the embedded anchors shall be coated with epoxy bonding agent and filled with grout.
8 The epoxy bonding agent shall be Type 11 conforming to Section 9-26.1 with the grade
9 and class as recommended by the epoxy bonding agent manufacturer and as approved
10 by the Engineer. The grout shall consist of cement and fine aggregate mixed in the
11 proportions to match the color of the existing concrete surface as near as practicable.
12
13 8-20.3(4) Foundations
14 The fifth paragraph is revised to read:
15
16 Where soil conditions are poor, the Engineer may order the Contractor to extend the
17 foundations shown in the Plans to provide additional depth. Such additional Work will
18 be paid for according to Section 1-04.4.
19
20 8-20.3(5) Conduit
21 This section is revised to read:
22
23 installation of conduit shall conform to appropriate articles of the Code and these
24 Specifications.
25
26 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1-inch
27 electrical trade size shall not be used unless otherwise specified, except that grounding
28 conductors at service points may be enclosed in 1/2-inch diameter conduit.
29
30 Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box
•r. 31 shall be the diameter specified in the Plans. Larger size conduit is not allowed at these
32 locations. At other locations it shall be the option of the Contractor, at no expense to the
33 Contracting Agency, to use larger size conduit if desired, and where larger size conduit
„■, 34 is used, it shall be for the entire length of the run from outlet to outlet. Reducing
35 couplings will not be permitted.
36
37 The ends of all conduits, metallic and non-metallic shall be reamed to remove burrs and
38 rough edges. Field cuts shall be made square and true. Slip joints or running threads
39 will not be permitted for coupling metallic conduit; however, running threads will be
40 permitted in traffic signal head spiders and RGS outerduct. When installing rigid
41 galvanized steel conduit and standard coupling cannot be used, an approved 3-piece
42 coupling shall be used. Conduit fittings and couplings for steel conduit shall be cleaned
43 first and then painted with one coat of galvanizing repair paint Formula A-9-73. The
44 paint shall have a minimum wet film thickness of 3 mils. The painted coating shall cover
45 the entire coupling or fitting. The threads on all metallic conduit shall be rust-free, clean
46 and painted with colloidal copper suspended in a petroleum vehicle before couplings are
47 made. All metallic couplings shall be tightened so that a good electrical connection will
48 be made throughout the entire length of the conduit run. If the conduit has been moved
49 after assembly, it shall be given a final tightening from the ends prior to backfilling. Non-
50 metallic conduit shall be assembled using the solvent cement specified in Section 9-
51 29.1. Where the coating on galvanized conduit has been damaged in handling or
52 installing, such damaged areas shall be thoroughly painted with galvanizing repair paint,
1 Formula A-9-73. Conduit ends shall be capped (do not glue non metallic caps). Metallic
2 conduit ends shall be threaded and capped with standard threaded conduit caps until
3 wiring is started. When conduit caps are removed, the threaded ends shall be provided
4 with approved conduit bushings or end bells (do not glue in place) for nonmetallic
5 conduit.
6
7 Conduit stubs from controller cabinet foundations shall extend to the nearest junction
8 box in that system.
9 1W
10 Metallic conduit bends, shall have a radius consistent with the requirements of Article
11 344.24 and other articles of the Code. Where factory bends are not used, conduit shall
12 be bent, using an approved conduit bending tool employing correctly sized dies, without
13 crimping or flattening, using the longest radius practicable.
14
15 Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. rr>E
16 Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal diameter
17 or less. Standard sweep elbows shall be used for PVC conduit with greater than 2-inch
18 nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less
19 than 2-inch nominal diameter, pull ropes or flat tapes for wire installation shall be not
20 less than 1/4 inch diameter or width. In nonmetallic conduit of 2-inch nominal diameter or
21 larger, pull ropes or flat tapes for wire installation shall be not less than 1/z inch diameter
22 or width.
23
24 Conduit shall be laid so that the top of the conduit is a minimum depth of:
25 ,rr
26 1. 24-inches below the bottom of curb in the sidewalk area.
27
28 2. 24-inches below the top of the roadway base.
29
30 3. 48-inches below the bottom of ties under railroad tracks unless otherwise
31 specified by the railroad company.
32
33 4. 24-inches below the finish grade in all other areas.
34
+.r
35 Rigid galvanized steel conduit shall be installed at the following locations:
36
37 1. Within railroad right of way;
38
39 2. All pole risers, except when as otherwise required by owning utilities;
40
41 3. All surface mounted conduit, with the exception of electrical service utility
42 poles.
43
44 4. All runs within slip form structures. ►
45
46 Couplings in cabinet foundations shall be PVC schedule 40. The stub-outs above the
47 couplings shall be PVC end bell bushings. The schedule 40 section of PVC between .*
48 the coupling and end bell bushing shall be installed without glue.
49
50 Conduit runs, without innerduct, installed using the directional boring method, which „
51 enter the traveled way or shoulders, shall be schedule 80 high density polyethylene
52 (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel.
.r
1
2 Conduit runs, without innerduct, installed using the directional boring method, which do
3 not enter the traveled way and shoulders, shall be schedule 40 high density
4 polyethylene (HDPE), schedule 40 PVC with mechanical couplings or rigid galvanized
5 steel
6
7 Multi-cell conduit runs, installed outside the Traveled Way and Shoulders, when using
8 the directional boring method shall have 4-inch PVC Schedule 40 outerduct with
�w 9 mechanical couplings or 4-inch rigid galvanized steel outerduct. The conduit shall be
10 installed with four 1-inch smooth wall innerducts.
11
12 When HDPE conduit is used for directional boring, it shall be continuous, with no joints,
13 for the full length of the bore. The conduit run shall be extended to the associated
14 outlets with the same schedule HDPE or PVC conduit. Entry into associated junction
15 box outlets shall be with the same schedule PVC conduit and elbows. The same
16 requirements apply for extension of an existing HDPE conduit crossing.
17
18 PVC conduit and elbows shall be connected to HDPE conduit with an approved
19 mechanical coupling. The connection shall have a minimum pull out strength of 700
20 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be
21 prepared with a clean, straight edge. A water based pulling lubricant may be applied to
22 the threaded end of the mechanical coupling before installation. Solvent cement or
23 epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the
24 mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit
,.� 25 seats approximately 3/4 of the distance into the threaded coupling depth.
26
27 For PVC installation through a directional bore, the PVC shall be in rigid sections
A 28 assembled to form a water tight bell and spigot type mechanical joint with a solid
29 retaining ring around the entire circumference of the conduit installed per the
30 manufacturer's recommendations. The conduit run shall be extended beyond the length
31 of the bore, to the associated outlets with the same mechanical coupled PVC or with
32 standard PVC conduit of the same schedule. The same requirements apply for
33 extension of an existing PVC conduit Roadway crossing.
34
aw 35 Liquid tight flexible metal conduit is allowed only at locations called for in the Plans.
36
37 At all other locations, conduit shall be PVC or rigid galvanized steel and the same type
"' 38 of conduit shall be used for the entire length of the run, from outlet to outlet. Standard
39 PVC conduit shall be connected with medium grade gray solvent applied per the
40 manufacturer's recommendations.
■• 41
42 Where nonmetallic conduit is installed, care shall be used in excavating, installing, and
43 backfilling, so that no rocks, wood, or other foreign material will be left in a position to
44 cause possible damage.
45
46 When PVC conduit is installed by a method other than directional boring, conduit shall
47 be schedule 40 with the exception that PVC conduit within the traveled way or
48 shoulders and service lateral runs shall be schedule 80.
49
. 50 Metallic and nonmetallic conduit installation shall include equipment grounding
51 conductor and shall conform to requirements noted in the Standard Plans.
1 Conduit shall be placed under existing pavement by approved directional boring, jacking
2 or drilling methods, at locations approved by the Engineer. The pavement shall not be
3 disturbed unless allowed in the Plans, or with the approval of the Engineer in the event
4 obstructions or impenetrable soils are encountered.
5
6 Where boring with casing is called for the casing shall be placed using an auger inside
7 of the casing to remove the soil as the casing is jacked forward. The auger head shall
8 proceed no more than 4-inches ahead of the pipe being jacked. Boring operations shall
9 be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free
10 from grease, dirt, rust, moisture and any other deleterious contaminants.
11
12 The space between the conduit and casing shall be plugged with sand bags and a grout
13 seal 12-inches thick at each end of. the casing. Casing abandoned due to an
14 encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a
15 minimum of 4000-PSI compressive strength at 7-days.
16
17 In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal
18 the casing.
19 Material shall not be removed from the boring pit by washing or sluicing.
20
21 All joints shall be welded by a Washington State certified welder. Welding shall conform
22 to AWS D 1.1-80 Structural Welding Code, Section 3, Workmanship.
23
24 Directional boring for electrical installations shall be supervised by a licensed electrical
25 contractor in accordance with Section 8-20.1(1). Where directional boring is called for, it
26 conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall
27 be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used
28 to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill
29 between the conduit and tunnel. A guidance system that measures the depth, lateral
30 position and roll shall be used to guide the toolhead when creating the pilot hole. Once
31 the pilot hole is established a reamer and swivel shall be used to install the conduit.
32 Reaming diameter shall not exceed 1.5 times the diameter of the conduit being
33 installed. Conduit that is being pulled into the tunnel shall be installed in such a manner
34 so the conduit is not damaged during installation. The pullback force on the conduit shall
35 be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall "
36 be used to remove any excess spoils generated during the installation. Excess drilling
37 fluid and spoils shall be disposed of. The method and location used for disposal of
38 excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid
39 returns (caused by fracturing of formations) at locations other than the entry and exit
40 points shall be minimized. Any drilling fluid that surfaces through fracturing shall be
41 cleaned up immediately. Mobile spoils removal equipment capable of quickly removing A*
42 spoils from entry or exit pits and areas with returns caused by fracturing shall be used
43 as necessary during drilling operations.
44
45 Bore pits shall be backfilied and compacted in accordance with Section 2-09.3(1)E.
46 Directional boring, and jacking or drilling pits shall be kept 2-feet from the edge of any
47 type of pavement wherever possible. Excessive use of water that might undermine the
48 pavement or soften the Subgrade will not be permitted.
49
50 When approved by the Engineer, small test holes may be cut in the pavement to locate
51 obstructions. When the Contractor encounters obstructions or is unable to install
r
1 conduit because of soil conditions, as determined by the Engineer, additional Work to
2 place the conduit will be paid in accordance with Section 1-04.4.
3
4 When open trenching is allowed, trench construction shall conform to the following:
5
6 1. The pavement shall be sawcut a minimum of 3-inches deep. The cuts shall be
7 parallel to each other and extend 2-feet beyond the edge of the trench.
8
9 2. Pavement shall be removed in an approved manner.
10
11 3. Trench depth shall provide 2-feet minimum cover over conduits.
4. 12
13 4. Trench width shall be 4-inches or the conduit diameter plus 2-inches,
14 whichever is larger.
15
16 5. Trenches located within paved Roadway areas shall be backfilled with
17 Controlled density fill (CDF) meeting the requirements of Section 2-09.3(1)E.
18 The controlled density fill shall be placed level to, and at the bottom of the
19 existing pavement. The pavement shall be replaced with paving material that
20 matches the existing pavement.
21
aw 22 On new construction, conduit shall be placed prior to placement of base course
23 pavement.
24
,K, 25 Conduit terminating in foundations shall extend a maximum of 2-inches above the
26 foundation vertically including grounded end bushing or end bell. Conduit stub-outs
27 within cabinet foundations shall be placed so that they do not interfere with cabinet
M. 28 installation. Modification of the cabinet to accommodate the stub-out placement is not
29 allowed.
30
31 Conduit entering through the bottom of a junction box shall be located near the end
�` 32 walls to leave the major portion of the box clear. At all outlets, conduit shall enter from
33 the direction of the run, terminating 6 to 8-inches below the junction box lid and within 3-
34 inches of the box wall nearest its entry location.
35
36 Galvanized rigid steel conduit entering cable vaults shall extend 2-inches for the
37 installation of grounded end bushing and bonding. PVC or HDPE conduit entering cable
38 vaults and pull boxes shall terminate flush with the inside walls of the Structure. All
39 conduit ends shall be terminated with termination kits.
40
41 Steel conduit entering concrete shall be wrapped in 2-inch wide pipe wrap tape with a
42 minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap
43 tape shall be installed per the manufacturer's recommendations.
44
45 Innerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel
46 conduit ends shall be terminated with grounded end bushings. PVC conduit ends shall
aw 47 be terminated with end bell bushings.
48
49 Fittings shall be installed in accordance with the current electrical codes.
go 50 All covered underground conduit shall be cleaned with an approved sized mandrel and
51 blown out with compressed air prior to pulling wire.
52
N
aw
1 Conduits installed for future use shall be prepared according to this Section. After final
2 assembly in place, the conduit shall be blown clean with compressed air. Then, in the J0
3- presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit
4 shall be pulled through to ensure that the conduit has not been deformed. As soon as
5 the mandrel has been pulled through, both ends of the conduit shall be sealed with
6 conduit caps. All conduits scheduled for future use shall originate in a foundation or
7 junction box as detailed in the Plans and terminate in a junction box. All equipment
8 grounding conductors, and the bonding conductor for metallic conduits shall be bonded
9 in all junction boxes in accordance with Section 8-20.3(9).
10
11 Where surface mounting of conduit is required, supports shall consist of channel with
12 clamps sized for the conduit. Support spacing shall comply with the Code, with the at
13 exception that spacing of channel supports for conduit shall not exceed 5-feet.
14
15 The minimum distance between adjacent clamps and between the clamp and the end of aw
16 the channel supports shall be 1-inch. Channel supports shall be installed with stops, to
17 prevent clamps from sliding out of the ends. Existing conduit in place scheduled to
18 receive new conductors shall have any existing conductors removed and a cleaning am
19 mandrel sized for the conduit shall be pulled through.
20
21 All conduits attached to or routed within bridges, retaining walls, and other concrete
22 structures, shall be equipped with approved expansion, deflection, and or combination 66
23 expansion/deflection fittings at all expansion joints and at all other joints where structure
24 movement is anticipated, including locations where the Contractor, due to construction
25 method, installs expansion and/or construction joints with movement. All conduit fittings 21
26 shall have movement capacity appropriate for the anticipated movement of the structure
27 at the joint. Approved deflection fittings shall also be installed at the joint between the
28 bridge end and the retaining wall end, and the transition from bridge, wall or other at
29 concrete structure to the underground section of conduit pipe.
30
31 Conduit runs shown in the Plans are for Bidding purposes only and may be changed,
32 with approval of the Engineer, to avoid obstructions.
33
34 Where conduit with innerduct is installed a maximum of 1000-feet of continuous open
35 trench will be allowed, unless otherwise approved by the Engineer. All conduit with ow
36 innerduct exposed above grade level, or on any elevated Structures, or as noted in the
37 Plans shall be galvanized rigid steel conduit.
38 MW
39 Detectable underground warning tape shall be placed 12-inches above all conduit that
40 contains fiber optic cable and all conduits identified to contain future fiber optic cable
41 unless otherwise detailed in the Plans. Detectable underground warning tape shall
42 extend 2-feet into boxes. Splicing shall be per the tape manufacturer's recommended
43 materials and procedures. The warning tape shall be polyethylene with a metallic
44 backing. The polyethylene shall have a minimum 4-mils thicknesses and be 3-inches No
45 wide. The polyethylene shall be orange in color and printed in black with the words
46 conveying message of Fiber Optic Cable Buried Below.
47
rr
48 Location 14 AWG stranded orange USE insulated wire shall be placed in continuous
49 lengths directly above all non metallic conduit that contains fiber optic cable and all
50 conduits identified to contain future fiber optic cable unless otherwise detailed in the
51 plans. Location wire shall extend 8 feet into boxes. Coil and secure location wire at
i
r
1 the entrance and exit points of all boxes. Splices shall be crimped using a non-insulated
2 butt splice, soldered and covered with moisture blocking heat shrink.
3
4 After final assembly in place, all innerducts shall be blown clean with compressed air.
5 Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the
6 innerduct, shall be pulled through to ensure that the conduit has not been deformed. As
7 soon as the mandrel has been pulled through, a 200-lb. minimum tensile strength pull
8 string shall be installed in each innerduct and attached to duct plugs at both ends of the
«.. 9 innerduct.
10
11 At all innerduct conduit terminus points, including those in cable vaults and pull boxes,
12 removable and reusable mechanical plugs shall be employed as follows:
13
14 1. Outerduct conduits shall be plugged using a quadplex expansion plug inside
15 the conduit around the innerduct.
16
17 2. Duct plugs shall be installed in all unused innerducts (those that are specified
18 as empty) at the time of conduit installation.
19
20 3. Duct plugs shall be installed in all used innerducts (as specified in the Plans) at
21 the time of conduit installation, unless cable pulling for those innerducts will
"" 22 commence within 48-hours.
23
24 Innerduct containing 1-cable shall be plugged using an expandable split plug.
Wo, 25 Innerducts with multiple cables shall be sealed with self-expanding waterproof foam.
26 The waterproof foam shall not be placed more than 2-inches into the innerduct.
27
28 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes
29 The third paragraph is revised to read:
30
.� 31 Adjustments involving raising or lowering the junction boxes shall require conduit
32 modification if the resultant clearance between the top of the conduit and the junction
33 box lid becomes less than 6-inches or more than 10-inches in accordance with the
34 Plans.
35
36 8-20.3(8) Wiring
37 The following new paragraph is inserted after the third paragraph:
38
39 All termination for traffic signal control systems shall follow the conductor sequence
40 color code as shown in the following table.
41
Conductor Color Code Color Trace Use
Number
1 R Red Red or Don't
Walk
2 O Orange Yellow or Spare
3 G Green Green or Walk
4 W White Neutral
5 B Black Ped Call or
Ot
Spare
6 Wb White/Black Neutral or Spare
7 BI Blue Ped Call or
Spare
8 Rb Red/Black Red or Don't
Walk
9 Ob Orange/Black Yellow or Spare
10 Gb Green/Black Green or Walk
1 rrr
2
3 The first sentence in the fifth paragraph is deleted and replaced with the following:
4
5 Quick disconnect connectors shall be installed in the base of all poles supporting a
6 luminaire. Every conductor above ground potential shall be served by a fused quick
7 disconnect kit. Every conductor at ground potential shall be served by an unfused quick
8 disconnect kit.
9
10 The sixth paragraph is revised to read: no
11
12 Pole and bracket cable meeting the requirements of Section 9-29.3(2)D shall be
13 installed between the quick disconnects and the luminaire and between the sign light
14 hand hole and the isolation switch. In addition the conductors from the isolation switch
15 and the sign light shall be minimum AWG 14 meeting the requirements of Section 9-
16 29.3(2)A or 9-29.3(2)B. Pole and bracket cable jacket shall be removed from the quick
17 disconnect to within 2-inches below the support bracket clamp.
18
19 8-20.3(9) Bonding, Grounding
20 The second sentence in the second paragraph is revised to read:
21
22 Bonding jumpers and equipment grounding conductors meeting the requirements of
23 Section 9-29.3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC. to
24
25 8-20.3(13)D Sign Lighting
26 This section is revised to read:
27
28 Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and
29 other material required to make the sign lighting system operable. Sign illumination
30 fixtures shall be fused according to the table in Section 9-29.7.
31
32 8-20.3(13)E Sign Lighting Luminaires
33 The first paragraph is deleted.
34
35 8-20.4 Measurement
36 The first paragraph is revised to read:
37
38 When shown as lump sum in the Plans or in the Proposal as illumination, intelligent
39 transportation, or traffic signal system no specific unit of measurement will apply, but
40 measurement will be for the sum total of all items for a complete system to be furnished
41 and installed.
�r
1
2 8-20.5 Payment
3 The bid item "Traffic Data Accumulation and Ramp Metering System is deleted and
4 replaced with the following:
5
6 "Intelligent Transportation System ", lump sum.
7
8 The first sentence of the paragraph following the bid item "Traffic Signal System" lump
9 sum, is revised to read:
10
11 The lump sum Contract price for "Illumination System, _ ", "Traffic Signal System
.W 12 ", "Intelligent Transportation System ", shall be full pay for the construction of
13 the complete electrical system, modifying existing systems, or both, including sign
14 lighting systems, as described above as shown in the Plans and herein specified
AW 15 including excavation, backfilling, concrete foundations, conduit, wiring, restoring
16 facilities destroyed or damaged during construction, salvaging existing materials, and
17 for making all required tests.
18
19 SECTION 8-21, PERMANENT SIGNING
20 December 1, 2008
21 8-21.3(4) Sign Removal
22 The following two new paragraphs are inserted after the first sentence in the first paragraph:
23
24 Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted
25 sign brackets, and any other sign mounting structure shown in the Plans to be removed
26 by the Contractor.
ar 27
28 The embedded anchors attaching signs and sign Structures specified for removal to
29 existing concrete Structures shall be removed a minimum of one inch beneath the
.� 30 existing concrete surface. The void left by removal of the embedded anchors shall be
31 coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall
32 be Type II conforming to Section 9-26.1 with the grade and class as recommended by
33 the epoxy bonding agent manufacturer and as approved by the Engineer. The grout
34 shall consist of cement and fine aggregate mixed in the proportions to match the color
35 of the existing concrete surface as near as practicable.
36
37 8-21.3(9)F Bases
38 This section including title is revised to read:
39
40 8-21.3(9)F Foundations
41 The excavation and backfill shall be in conformance with the requirements of Section 2-
42 09.3(1)E. Where obstructions prevent construction of planned foundations, the
43 Contractor shall construct an effective foundation satisfactory to the Engineer.
44
45 The bottom of concrete foundations shall rest on firm ground. If the portion of the
46 foundation beneath the existing ground line is formed or cased instead of being cast
47 against the existing soil forming the sides of the excavation, then all gaps between the
48 existing soil and the completed foundation shall be backfilled and compacted in
49 accordance with Section 2-09.3(1)E.
50
w
I Foundations shall be cast in one operation where practicable. The exposed portions
2 shall be formed to present a neat appearance. Class 2 surface finish shall be applied to
3 exposed surfaces of concrete in accordance with the requirements of Section 6-
4 02.3(14)B.
5
6 Where soil conditions are poor, the Engineer may order the Contractor to extend the
7 foundations shown in the Plans to provide additional depth. Such additional work will be
8 paid for according to Section 1-04.4.
9
10 Forms shall be true to line and grade. Tops of foundations for roadside sign structures
11 shall be finished to ground line, unless otherwise shown in the Plans or directed by the
12 Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be
13 finished to the elevation shown in the Plans.
14
15 Both forms and ground which will be in contact with the concrete shall be thoroughly lit
16 moistened before placing concrete; however, excess water in the foundation excavation
17 will not be permitted. Forms shall not be removed until the concrete has set at least
18 three days. All forms shall be removed, except when the Plans or Special Provisions 10
19 specifically allow or require the forms or casing to remain.
20
21 Foundation concrete shall conform to the requirements for the specified class, be cast-
22 in-place concrete and be constructed in accordance with Section 6-02.2 and 6-02.3.
23
24 Sign structures shall not be erected on concrete foundations until foundations have
25 attained a compressive strength of 2,400 psi.
26
27 In addition to the basic requirements, sign bridges and cantilever sign structures shall
28 be installed in accordance with the following:
29
30 1. Tops of foundations for sign bridges and cantilever sign structures shall be
31 finished to the elevation shown in the Plans. ;
32
33 2. Steel reinforcing bars shall conform to Section 9-07.
34
35 3. Concrete shall be Class 4000, except as otherwise specified. Where water is
36 present in the shaft excavations for Type 1 foundations for sign bridges and
37 cantilever sign structures, the shaft concrete shall be Class 4000P placed in
38 accordance with Section 6-02.3(6)B.
39
40 4. All bolts and anchor bolts shall be installed so that two class full threads extend
41 beyond the top of the top heavy-hex nut. Anchor bolts shall be installed plumb,
42 plus or minus 1 degree.
43
44 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished "
45 by adjusting leveling nuts. Shims or other similar devices for plumbing or
46 raking will not be permitted.
47 W
48 6. The top heavy-hex nuts of sign bridges and cantilever sign structures shall be
49 tightened in accordance with Section 6-03.3(33), and by the Turn-Of-Nut
50 Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug of
51 tight. Permanent marks shall be set on the base plate and nuts to indicate nut
52 rotation past snug tight.
1
2 In addition to the basic requirements, roadside sign structures shall be installed in
3 accordance with the following:
4
5 1. Tops of foundations shall be finished to final ground line, unless otherwise
6 shown in the Plans or staked by the Engineer.
7
8 2, Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement
9 shall conform to the requirements of Section 9-07.
10
11 3. Concrete shall be Class 3000.
12
13 4. The assembly and installation of all Type TP — A or B bases for roadside sign
14 structures shall be supervised at all times by either a manufacturer's
15 representative or an installer who has been trained and certified by the
16 manufacturer of the system. If the supervision is provided by a trained
17 installer, a copy of the installer certification shall be provided to the Engineer
18 prior to installation.
19
20 5. For all Type—A or B bases the Contractor shall attach four female anchors to a
21 flat rigid template following the manufacturer's recommendations. The
22 Contractor shall lower the anchor assembly into fresh concrete foundation and
23 vibrate into position such that the tops of the anchor washers are flush with the
24 finished top surface of the foundation. The Contractor shall support the
25 template such that all anchors are level and in their proper position.
26
27 Slip base and hinge connection nuts of roadside sign structures shall be tightened using
28 a torque wrench to the torque, and following the procedure, specified in the Standard
29 Plans.
30
AW 31 8-21.3(10) Vacant
32 This section is revised to read:
33
as 34 8-21.3(10) Sign Attachment
35 Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be
36 attached or mounted to sign posts or sign structures as shown in the Standard Plans.
am 37
38 Signs not conforming to the above, including all variable message sign (VMS)
39 assemblies and other message board type assemblies, shall be attached or mounted to
im 40 sign posts or sign structures by means of positive connections - defined as through-
41 bolted connections. The use of clips or clamps to accomplish the attachment or
42 mounting of such signs and assemblies is prohibited.
43
44 8-21.3(12) Steel Sign Posts
45 This section is revised to read:
46
47 For roadside sign structures on Type — A or B bases, the Contractor shall use the
48 following procedures and manufacturer's recommendations:
49
50 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all
51 Type - A or B bases shall be tightened using the Turn-Of-Nut Tightening
52 Method to a maximum rotation of 1/2 turn past snug tight.
A
rig
1
2 2. The Contractor shall shim as necessary to plumb the steel sign posts.
3
4 For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use
5 the following procedures:
6
7 1. The Contractor shall assemble the steel sign post to stub post with bolts and
8 flat washers as shown in the Standard Plans.
9
10 2. Each bolt be tightened using a torque wrench to the torque, and following the
11 procedures specified in the Standard Plans.
12
13 SECTION 8-22, PAVEMENT MARKING
14 April 6, 2009
15 8-22.3(2) Preparation of Roadway Surfaces
16 This section is revised to read:
17 ,
18 All surfaces shall be dry, free of any loose debris and within the proper temperature
19 range prior to striping. When required by the pavement marking manufacturer's
20 installation instructions, remove pavement markings from pavement surfaces that will
21 adversely affect the bond of new pavement marking material to the roadway surface
22 according to Section 8-22.3(6).
23
24 Remove all other contaminants from pavement surfaces that may adversely affect the
25 installation of new pavement markings by sandblasting, shot-blasting, or sweeping. Air
26 blast the pavement with a high-pressure system to remove extraneous or loose
27 material. 1W
28
29 Apply materials to new HMA that is sufficiently cured according to the manufacturer's
30 recommendations. Typically, Type D material applied to new HMA pavement requires a st
31 pavement cure period of 21 days. This cure period may be reduced if the manufacturer
32 performs a successful bond test and approves the reduction of the pavement cure
33 period. rr
34
35 For new Portland Cement Concrete surfaces remove curing compounds and laitance by
36 an approved mechanical means. Air blast the pavement with a high-pressure system to
37 remove extraneous or loose material. Apply materials to concrete that has reached a
38 minimum compressive strength of 2,500 psi and that is sufficiently cured according to
39 the manufacturer's recommendations. Typically, Type D material applied to Portland
40 cement concrete pavement requires a pavement cure period of 28 days. This cure
41 period may be reduced if the manufacturer performs a successful bond test and
42 approves the reduction of the pavement cure period.
43
44 After the pavement surface is clean and dry, apply primer as recommended by the
45 manufacturer to the area receiving the pavement markings. Apply the primer in a
46 continuous, solid film according to the recommendations of the primer manufacturer and
47 the pavement markings manufacturer.
48
49 8-22.3(3) Marking Application
50 The content of this section is deleted. This section is supplemented with the following new
51 sub-sections:
at
16
1
2 8-22.3(3)A Marking Colors
3 Lane line and right edge line shall be white in color. Center line and left edge line shall
4 be yellow in color. Transverse markings shall be white, except as otherwise noted in the
5 Standard Plans.
yr 6
7 8-22.3(3)B Line Patterns
8 Solid line —a continuous line without gaps.
` 9
10 Broken line—a line consisting of solid line segments separated by gaps.
11
12 Dotted line — a broken line with noticeably shorter line segments separated by
13 noticeably shorter gaps.
14
15 8-22.3(3)C Line Surfaces
16 Flat Lines -- Pavement marking lines with a flat surface.
17
18 Profiled Marking —A profiled pavement marking is a marking that consists of a base line
19 thickness and a profiled thickness which is a portion of the pavement marking line that is
20 applied at a greater thickness than the base line thickness. Profiles shall be applied
21 using the extruded method in the same application as the base line. The profiles may
22 be slightly rounded provided the minimum profile thickness is provided for the length of
23 the profile. See the Standard Plans for the construction details.
24
25 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse
26 grooves. An embossed plastic line may also have profiles. See the Standard Plans for
27 the construction details.
28
29 8-22.3(3)D Line Applications
30 Surface line — a line constructed by applying pavement marking material directly to the
31 pavement surface or existing pavement marking.
32
33 Grooved line —A line constructed by grinding or saw cutting a groove into the pavement
34 surface and spraying, extruding or gluing pavement marking material into the groove.
35 Groove depth is measured vertically from the bottom of a 2-foot or longer straight edge
36 placed on the roadway surface to the ground surface. The groove depth is dependent
37 upon the material used, the pavement surface and location. See these Standard
38 Specifications, the project Plans and Special Provisions.
39
40 8-22.3(3)E Installation
41 Apply pavement marking materials to clean dry pavement surfaces and according to the
42 following:
43
44 1. Place material according to the manufacture's recommendations;
45 2. Place parallel double lines in one pass;
46 3. The top of pavement marking shall be smooth and uniform;
47 4. Line ends shall be square and clean;
48 5. Place pavement marking lines parallel and true to line; and,
49 6. Place markings in proper alignment with existing markings.
50
51 When applying paint, Type A or Type C material, ensure that both the pavement surface
52 and the air temperature at the time of application are not less than 50°F and rising.
1 When applying Type B or Type D material, ensure that both the pavement surface and
2 the air temperature at the time of application are not less than 40°F and rising.
3 `
4 Ensure that the Type A thermoplastic material meets the manufacturers temperature
5 specifications when it contacts the pavement surface.
6
7 Two applications of paint will be required to complete all paint markings. The second
8 application of paint shall be squarely on top of the first pass. The time period between
9 paint applications will vary depending on the type of pavement and paint (low VOC +
10 waterborne, high VOC solvent, or low VOC solvent) as follows:
11
Pavement Type Paint Type iTime Period e
Bituminous Surface Low VOC Waterborne 4-hours min.,
Treatment 48-hours max.
Hot Mix Asphalt Pavement Low VOC Waterborne 4-hours min.,
30-days max.
Cement Concrete Low VOC Waterborne 4-hours min.,
Pavement 30-days max.
Bituminous Surface High and Low VOC Solvent 40 min. min.,
Treatment 48 hrs. max.
Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min.,
30-days max.
Cement Concrete High and Low VOC Solvent 40 min. min.,
Pavement 30-days max.
12
13
14 Centerlines on 2-lane Highways with broken line patterns, paint or plastic, shall be
15 applied in the increasing mile post direction so they are in cycle with existing broken line
16 patterns at the beginning of the project. Broken line patterns applied to multi-lane or ,
17 divided Roadways shall be applied in cycle in the direction of travel.
18
19 Where paint is applied on centerline on two-way roads with bituminous surface
20 treatment or centerline rumble strips, the second paint application shall be applied in the
21 opposite (decreasing mile post) direction as the first application (increasing mile post)
22 direction. This will require minor broken line pattern corrections for curves on the
23 second application.
24
25 8-22.3(3)F Application Thickness
26 Pavement markings shall be applied at the following base line thickness measured above
27 the pavement surface or above the groove bottom for grooved markings in thousandths of
28 an inch (mils):
29 go
Marking Material Application HMA PCC BST Groove
Depth
Paint-first coat spray 10 10 10
Paint- second coat spray 15 15 15
Type A- flat/transverse & symbols extruded 125 125 125 „
.Type A-flat/long line & symbols spray 90 90 120
.wi
Type A-with profiles extruded 90 90 120
Type A- embossed extruded 160 160 160
Type A- embossed with profiles extruded 160 160 160
Type A—grooved/flat/long line extruded 230 230 230 250
Type B - flat/transverse & symbols heat 125 125 125
fused
Type C-2 - flat/transverse & symbols adhesive 90 90 NA
Type C-1 & 2 -flat/long line adhesive 60 60 NA
Type 0-1 - grooved/flat/long line adhesive 60 60 NA 100
Type D - flat/transverse & symbols spray 120 120 120
Type D -flat/transverse & symbols extruded 120 120 120
Type D -flat/long line spray 90 90 120
Type D -flat/long line extruded 90 90 120
Type D - profiled/long line extruded 90 90 120
Type D —grooved/flat/long line extruded 230 230 230 50
1
2
3 Liquid pavement marking material yield per gallon depending on thickness shall not
4 exceed the following:
5
�. Mils thickness Feet of 4" Square feet/gallon
line/gallon
10 483 161
15 322 108
18 268 89
�. 20 242 80
22 220 73
24 202 67
30 161 54
40 122 41
45 107 36
60 81 27
90 54 18
90 with profiles 30 10
120 40 13
120 with profiles 26 9
230 21 7
6
7
8 Solid pavement marking material (Type A) yield per 50-pound bag shall not exceed the
9 following:
10
Mils thickness Feet of 4" line/50# bag Square feet/50# bag
30 - flat 358 120
45 - flat 240 80 it
60 - flat 179 60
90 - flat 1120 40
90 - fiat with profiles 67 23
120 - flat 90 30
120 - flat with profiles 58 20
125 - embossed 86 29
125 - embossed with 58 20
profiles
230- flat grooved 47 15
1
2
3 All grooved lines shall be applied into a groove cut or ground into the pavement. For
4 Type A or Type D material the groove shall be cut or ground with equipment to produce
5 a smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut
6 with equipment to produce a smooth bottom square groove with a width in accordance
7 with the material manufacturer's recommendation. After grinding, clean the groove by
8 shot blasting or a method approved by Engineer. Immediately before placing the
9 marking material clean the groove with high pressure air. 9
10
11 8-22.3(3)A Glass beads
12 This section is renumbered as follows:
13
14 8-22.3(3)G Glass Beads
15
16 The second sentence in the second paragraph is revised to read:
17
18 For plastic pavement markings, glass bead type and application rate shall be as
19 recommended by the marking material manufacturer.
20
21 8-22.3(4) Tolerances for Lines
22 This section is revised to read:
23
24 Allowable tolerances for lines are as follows:
25
26 Length of Line — The longitudinal accumulative error within a 40-foot length of broken
27 line shall not exceed plus or minus 1-inch. The broken line segment shall not be less
28 than 10 feet.
29
30 Width of Line — The width of the line shall not be less than the specified line width or
31 greater than the specified line width plus '/4-inch
32
33 Lane Width — the lane width, which is defined as the lateral width from the edge of
34 pavement to the center of the lane line or between the centers of successive lane lines, „
35 shall not vary from the widths shown in the Contract by more than plus or minus 4-
36 inches.
1
2 Thickness — a thickness tolerance not exceeding plus 10-percent will be allowed for
r. 3 thickness or yield in paint and plastic material application.
4
5 Parallel Lines —the gap tolerance between parallel lines is plus or minus 1/2-inch.
6
7 8-22.3(5) Plastic Installation Instructions
8 This section's title is revised to read:
.r g
10 8-22.3(5) Installation Instructions
11
12 The following new sentences are inserted to follow the first sentence:
13
14 The instructions shall include equipment requirements, approved work methods and
�. 15 procedures, material application temperature range, air and pavement surface
16 temperature requirements, weather limitations, precautions, and all other requirements
17 for successful application and material performance. Do, not use materials with
18 incomplete or missing instructions.
19
20 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS
21 April 6, 2009
22
23 8-23.3(2) Beading and Tolerances
24 This section's content is deleted. This section's title is revised to read:
25
26 8-23.3(2) Marking Application
27
28 This section is supplemented with the following new sub-sections:
29
30 8-23.3(2)A Temporary Pavement Marking Paint
31 Paint used for temporary pavement markings shall be applied in one application at a
32 thickness of 15-mils or 108-square feet per gallon. Glass beads shall be in accordance
33 with Section 8-22.3(3)G.
34
35 8-23.3(2)B Temporary Pavement Marking Tape
36 Surface preparation and application of temporary pavement marking tape shall be in
+ + 37 conformance with the manufacturer's recommendations.
38
39 8-23.3(2)C Temporary Raised Pavement Markers
40 Surface preparation and application of temporary flexible raised pavement markers shall
41 be in conformance with the manufacturer's recommendations. When temporary flexible
42 raised pavement markers are used for bituminous surface treatment operations, the
., 43 markers shall be installed with the protective cover in place. The cover shall be
44 removed after spraying asphaltic material.
45
46 Application of temporary raised pavement markers (other than temporary flexible raised
47 pavement markers) shall conform to the requirements of Section 8-09.3.
48
49 8-23.3(2)D Tolerance for Lines
50 Tolerance for lines shall conform to Section 8-22.3(4)
51
I SECTION 8-25, GLARE SCREEN
2 January 7, 2008
3 8-25.3(1) Glare Screen Fabric
4 The second sentence in the second paragraph is revised to read:
5
6 Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands
7 spaced at 1-foot intervals.
8
9 The fourth sentence in the second paragraph is revised to read:
10
11 Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or
12 other approved methods, attached at 14-inch intervals.
13
14 8-25.3(5) Tension Cables 10
15 The following new paragraph is inserted in front of the first paragraph:
16
17 Fasten the tension cables after the posts have been installed and those set in concrete vi
18 have sufficiently cured.
19
20 The second sentence in the second paragraph is revised to read:
21
22 The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or
23 brace posts with a short length of cable as shown in the Standard Plans.
24
25 This section is supplemented with the following:
26
27 Attach U-bolt wire rope clips to the cable ends by placing the base (saddle) of the clip
28 against the live end of the cable, while the "U" of the bolt presses against the dead end.
29 Two clips shall be used per end, spaced a minimum of six cable diameters apart with a
30 wire rope thimble placed securely in the loop eye to prevent kinking.
31
32 8-25.3(6) Fittings, Attachments and Hardware
33 The first paragraph is deleted.
34
35 The second paragraph is revised to read:
36
37 A galvanized iron strap 1/4-inch in thickness by 2-inches in width, formed as shown in
38 the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to
39 the base and top of the H column posts in order to take the strain of the cable tension
40 off the web of the H column. The straps are required between any tension cable fitting
41 and the H column, one per side, unless the screen post is mounted to a guardrail post,
42 then a strap is only required on the outside (nut side) face. The straps are only required
43 at tension cable attachment locations.
44
45 SECTION 9-02, BITUMINOUS MATERIALS
46 April 6, 2009
47 9-02.1 Asphalt Material, General
48 This section is supplemented with the following:
w.
1
2 The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic
3 Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT
4 QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and
srr 5 Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by
6 the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP
7 to be submitted. The Asphalt Supplier of PGAB and Cationic Emulsified Asphalt shall
8 certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the
"' 9 Specification requirements of the Contract.
10
11 9-02.1(4)A Quality Control Plan
` ` 12 This section including title is revised to read:
13
14 9-02.1(4)A Vacant
'�" 15
16 SECTION 9-03, AGGREGATES
4
17 April 6, 2009
18 9-03.1(1) General Requirements
19 The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted.
r 20
21 The following new paragraph is inserted after the sixth paragraph:
22
.r. 23 The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295
24 may be approved for use for aggregates with expansions greater than or equal to 0.21
25 percent. The Contractor shall submit test results according to ASTM C 1567 through the
26 Project Engineer to the State Materials Laboratory that demonstrate that the proposed
27 fly ash when used with the proposed aggregates and portland cement will control the
28 potential expansion to 0.20 percent or less before the fly ash and aggregate sources
29 may be used in concrete. The Contracting Agency may test the proposed ASR
30 mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting
31 Agency's results will prevail.
32
33 9-03.8(7) HMA Tolerances and Adjustments
34 The third sentence in the second paragraph under (1.), (Beginning with: The tolerance limits
35 on sieves...) is deleted.
36
37 9-03.17 Foundation Material Class A and Class B
38 This section is revised to read:
39
40 Foundation material Class A and Class B shall conform to the following gradations:
41
Percent Passing
Sieve Size Class A Class B
21/2" square 98-100 95-100
2" square 92-100 75-100
11/2" square 72-87 30-60
3/d" square 27-47 0-5
i�
W square 3-14 ---
U.S. No. 4 0-5 ---
1 All percentages are by mass.
2
3 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS
4 December 1, 2008
5 9-04.1(2) Premolded Joint biller for Expansion Joints
6 This section is revised to read:
7
8 Premolded joint filler for use in expansion (through) joints shall conform to either
9 AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete
10 Paving and Structural Construction" except the requirement for water absorption is
11 deleted, or ASTM D 7174 Specifications for "Preformed Closed-Cell Polyolefin
12 Expansion Joint Fillers for Concrete Paving and Structural Construction."
13
14 9-04.2(1) Hot Poured Joint Sealants so
15 This section is revised to read:
16
17 Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except go
18 that the Cone Penetration at 25°C shall be 130 max. Hot poured joint sealants shall be
19 sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D
20 5329. The Hot poured joint sealant shall have a minimum Cleveland Open Cup Flash rr
21 Point of 205°C in accordance with AASHTO T 48
22
23 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
24 April 6, 2009
25 9-06.5(3) High Strength Bolts
26 Paragraphs one through four are revised to read as follows:
27
28 High-strength bolts for structural steel joints shall conform to either AASHTO M 164
29 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special
30 Provisions.
31
32 Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi
33 shall be tested for embrittlement. Embrittlement testing shall be conducted after
34 galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's
35 Certificate of Compliance for the lot provided shall show the ultimate tensile strength
36 test results.
37
38 Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 +
39 bolts shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a
40 minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special
41 Provisions. r
42
43 Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M
44 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. we
45
46 Nuts for high strength bolts shall meet the following requirements:
WA
so
Ow
1
2 AASHTO M 164 Bolts
3 Black Type 1 AASHTO M 291 Grade C, C3, DH and DH3
4 AASHTO M 292 Grade 2H
5 Black weathering Type 3 AASHTO M 291 Grade C3 and DH3
6 Galvanized Type 1 AASHTO M 291 Grade DH
7 AASHTO M 292 Grade 2H
8
w 9 AASHTO M 253 Bolts
10 Black Type 1 AASHTO M 291 Grade DH, DH3
11 AASHTO M 292 Grade 2H
d„ 12 Black weathering Type 3 AASHTO M 291 Grade DH3
13
14 9-06.13 Copper Seals
q„ 15 This section including title is revised to read:
16
17 9-06.13 Vacant
18
19 9-06.16 Roadside Sign Structures
20 This section 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). All connecting hardware shall be galvanized after fabrication
24 in accordance with AASHTO M 232.
mks 25
26 Posts for single post sign structures shall meet the requirements of ASTM A 500 Grade
27 B or ASTM A 53 Grade B, Type E or S.
to 28
29 Posts for perforated square steel posts shall meet the requirements of ASTM A 653
30 Grade 50. Perforated square steel posts shall be finished in accordance ASTM A 653
++ 31 G90 Structural Quality Grade 50 or ASTM A 653 G140.
32
33 Slip bases (SB1, SB2, and S133) for perforated square steel posts shall conform to the
, 34 following:
35
36 Plates ASTM A 572
aw 37 Casting (SB3) ASTM A 536 Grade 65-45-12 and ASTM A 153
38 Tubing ASTM A 500 Grade B
39 Angle Iron (SB1) ASTM A 36
40
41 Except as noted otherwise, the slip bases (SB1, SB2, and SB3) for perforated square
42 steel posts shall be hot dipped galvanized.
43
44 The heavy duty anchor used for perforated square steel posts (ST-4) shall meet the
45 requirements of ASTM A 500 Grade B and shall be hot dipped galvanized.
46
47 Wide flange steel or solid square steel posts for multiple post sign structures shall
48 conform to either ASTM A 36 or ASTM A 992. Posts conforming to either ASTM A 588 or
49 ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 and
50 ASTM A 992 posts. All steel not otherwise specified shall conform to either ASTM A 36
51 or ASTM A 992.
52
rr
no
I Except as noted otherwise all steel, including posts, base plates, and base stiffeners,
2 shall be galvanized after fabrication in accordance with AASHTO M111.
3
4 Base connectors for multiple directional steel breakaway posts shall conform to the
5 following:
6 ON
7 Brackets Aluminum Alloy 6061 T-6
8 Bosses for Type TPB Brackets ASTM A 582
9 Anchor Ferrules Type 304 stainless steel for threaded portion.
10 AISI 1045 steel rod and AISI 1008 coil for
11 cage portion.
12 .r
13 Anchor couplings for multiple directional steel breakaway posts shall conform to AMS
14 6378D with a tensile breaking strength range as follows:
15
16 Type TPA 17,000 to 21,000 ib.
17 Type TPB 47,000 to 57,000 lb.
18
19 For multi-directional breakaway base connectors, shims shall conform to ASTM A 653, .r
20 SS Grade 33, Coating Designation G 165.
21
22 SECTION 9-07, REINFORCING STEEL ""
23 April 6, 2009
24 9-07.3 Epoxy Coated Steel Reinforcing Bars
25 The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A 706.
26
27 9-07.10 Prestressing Reinforcement Strand "
28 The first sentence in the fourth paragraph is revised to read:
29
30 For every 5 reels furnished, one sample, not less than 5'/2-feet long, shall be sent to the
31 Engineer for testing.
32
33 9-07.11 Prestressing Reinforcement Bar •r�
34 The fifth and sixth paragraphs are revised to read:
35
36 The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance to
37 with Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's
38 Certificate of Compliance in accordance with Section 1-06.3 for all nuts and couplers
39 confirming compliance with the specified strength requirement. so
40
41 For each heat of steel for high-strength steel bar, the Contractor shall submit two
42 samples, each not less than 5'/2 -feet long, to the Engineer for testing. to
43
44 . SECTION 9-08, PAINTS
45 April 6, 2009
wr
46 9-08.2 Paint Formulas - General
47 The following new sub-sections are inserted after this section.
48
1 9-08.2(7) Pigmented Sealer Materials for Coating of Concrete Surfaces
2 The pigmented sealer shall be a semi-opaque colored toner containing only methyl
' 3 methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in solution at
4 all times by a chemical suspension agent, and solvent. Toning pigments shall be
5 laminar silicates, titanium dioxide and inorganic oxides only. There shall be no settling
6 or color variation. Use of vegetable or marine oils, paraffin materials, stearates or
7 organic pigments in any part of coating formulation will not be permitted. The
8 Contractor shall submit a one-quart wet sample, a draw down color sample and
9 spectrophotometer or colorimeter readings, taken in accordance with ASTM D 2244, for
10 each batch. The calculated Delta E shall not exceed 1.0 deviation from the Commission
11 Internationale de 1'Eclairage color measurement analysis method (CIELAB) for each
+� 12 pigmented sealer color.
13
14 For the respective color, pigmented sealer shall conform to the following CIELAB
15 analysis:
16
17 Color III/Obs L* a* b*
18 Washington Gray D65/10, degrees 62.59 0.98 5.23
19 A/10, degrees 63.06 1.80 5.70
20 CWF/10, degrees 63.02 0.73 6.08
21
22 Cascade Green D65/10, degrees 36.62 -0.53 -0.89
23 A/10, degrees 35.82 -7.15 -2.53
,. 24 CWF/10, degrees 36.34 -5.09 -1 .18
25
26 Mt. Baker Gray D65/10, degrees 45.94 1.38 4.46
27 A/10, degrees 46.40 1.70 5.05
28 CWF/10, degrees 46.46 1.07 5.48
29
OW 30 Mt, St. Helens Gray D65/10, degrees 56.07 2.15 6.68
31 A/10, degrees 56.76 3.08 7.52
32 CWF/10, degrees 56.67 1.64 7.85
me 33
34 The one-quart wet sample shall be submitted in the manufacturer's labeled container
35 with product number, batch number and size of batch. The companion draw down color
fm 36 sample shall be labeled with the product number, batch number and size of batch. The
37 Contractor shall submit the specified samples and readings to-the Engineer at least 14
38 calendar days prior to the scheduled application of the sealer. The Contractor shall not
39 begin applying pigmented sealer until receiving the Engineer's approval of the
40 pigmented sealer color samples.
41
42 9-08.2(2) Powder Coating Materials for Coating Galvanized Surfaces
43 The powder coating system shall consist of two components, an epoxy primer coat and
44 a polyester finish coat. The epoxy primer coat and the polyester finish coat materials
45 shall be from the same manufacturer.
46
47 The epoxy primer coat shall be an epoxy powder primer conforming to the following
48 requirements:
49
50 Property Specification Performance Requirement
51 Adhesion ASTM D 3359 Method B 513 (no failure)
aw
1 Flexibility ASTM D 522 Method B Pass 118" mandrel bend
2 Pencil Hardness ASTM D 3363 H Plus
3 Specific Gravity ASTM D 792 1.25 minimum
4
5 The polyester finish coat shall conform to American Architectural Manufacturers
6 Association (AAMA) Specification 2604.
7
8 Degassing additives may be added as necessary to prevent pin holes in the finish coat.
9 The degassing additives shall be added in accordance with manufacturer's
10 recommendations.
11
12 The color of the powder coating system polyester finish coat shall be as specified in the
13 Plans or Special Provisions.
14
15 Repair materials shall be selected from one of the approved products listed in the �r
16 current Qualified Products List and specified in the Contractor's powder coating plan as
17 approved by the Engineer.
18
19 SECTION 9-09, TIMBER AND LUMBER
20 January 7, 2008
21 9-09.1 General Requirements
22 This section is revised to read:
23
24 All timber and lumber shall be sized as indicated in the Plans.
r
25
26 All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber
27 to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and
28 shall be stored in such a manner as to remain in a thoroughly dry condition until placed
29 into the work.
30 .r
31 9-09.2 Grade Requirements
32 This section is revised to read:
33 .rf
34 Timber and lumber shall conform to the grades and usage listed below.
35
36 Timber and lumber shall be marked with a certified lumber grade stamp provided by one ,rr
37 of the following agencies:
38
39 West Coast Lumber Inspection Bureau (WCLIB) •
40 Western Wood Products Association (WWPA)
41 Pacific Lumber Inspection Bureau (PLIB)
42 Any lumber grading bureau certified by the American Lumber Standards Committee
43
44 For structures, all material delivered to the project shall bear a grade stamp and have a
45 grading certificate. The grade stamp and grading certificate will not constitute final
46 acceptance of the material. The Engineer may reject any or all of the timber or lumber
47 that does not comply with the specifications or has been damaged during shipping or
48 upon delivery. The grading certificate shall be issued by either the grading bureau
49 whose stamp is shown on the material, or by the lumber mill, which shall be under the
50 supervision of one of the grading bureaus listed above. The certificate shall include the
51 following:
to
1
2 Name of the mill performing the grading
3 The grading rules being used
4 Name of the person doing the grading with current certification
5 Signature of a responsible mill official
6 Date the lumber was graded at the mill
7 Grade, dimensions, and quantity of the timber or lumber
8
++ 9 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and
10 Mailbox Posts, the material delivered to the project shall either bear a grade stamp on
11 each piece or have a grading certificate as defined above. The grade stamp or grading
12 certificate shall not constitute final acceptance of the material. The Engineer may reject
13 any or all of the timber or lumber that does not comply with the specifications or has
14 been damaged during shipping or upon delivery.
15
16 9-09.2(1) Surfacing and Seasoning
17 This section including title is revised to read:
ago 18
19 9-09.2(1) Structures
20 All timber and lumber for structures shall be Douglas Fir-Larch unless specified
21 otherwise in the contract, and shall conform to the following:
".. 22
Materials 2"to 4" nominal No. 1 and better, grade
thick, 5" nominal and wider (Section 123-b of WCLIB)or
(Structural Joists and Planks) (Section 62.11 of WWPA)
Materials 5" nominal and thicker No. 1 and better, grade
(Beams and Stringers) (Section 130-b of WCLIB) or
23 (Section 70.11 of WWPA)
24 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or
25 Hem-Fir No. 1.
26
wo 27 When the material is delivered to the project, the Engineer will check the order for the
28 appropriate grade stamp. The invoice and grading certificate accompanying the order
29 must be accurate and complete with the information listed above. The grading certificate
"'+ 30 and grade markings shall not constitute final acceptance of the material. The Engineer
31 may reject any or all of the timber or lumber that does not comply with the specifications
32 or has been damaged during shipping or upon delivery.
33
No 34 9-09.2(2) Vacant
35 This section including title is revised to read:
36
40 37 9-09.2(2) Guardrail Posts and Blocks
38 Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall
39 conform to the species and grades listed below.
40
Douglas Fir No. 1 and better, grade (Section 131-b WCLIB)
or (Section 80.11 WWPA)
w
Hem Fir Select Structural, grade (Section 131-a WCLIB)
or(Section 80.10 WWPA)
+rr
Southern Yellow Pine No. 1 and better, grade (Southern Pine Inspection Bureau)
1
2 When the material is delivered to the project, the Engineer will check the order for the
3 appropriate grade stamp. The grade markings shall not constitute final acceptance of
4 the material. The Engineer may reject any or all of the timber or lumber that does not
56 comply with the specifications or has been damaged during shipping or upon delivery.
7 9-09.2(3) Inspection .r
8 This section including title is revised to read:
9
10 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts so
11 The allowable species of timber and lumber for signposts, and mileposts shall be
12 Douglas Fir-Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox
13 posts shall be Western Red Cedar, Douglas Fir-Larch, or Hem Fir.
14
15 Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the
16 grades shown below. .A
17
4"x 4" Construction grade (Light Framing,
Section 122-b WCLIB) or(Section 40.11 WWPA)
�r
4"x 6" No. 1 and better, grade (Structural Joists and
Planks, Section 123-b WCLIB) or(Section 62.11 WWPA)
6"x 6", 6"x 8", 8" x 10" No. 1 and better, grade (Posts and Timbers,
Section 131-b WCLIB) or(Section 80.11 WWPA)
6" x 10",6" x 12" No. 1 and better, grade (Beams and Stringers,
Section 130-b WCLIB) or (Section 70.11 WWPA)
18
19 r,
20 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
21 April 6, 2009
.r
22 9-14.4(4) Vacant
23 This section including title is revised to read:
24
r
25 9-14.4(4) Wood Strand Mulch
26 Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native
27 conifer or deciduous trees with high length-to-width ratio. A minimum of 95% of the
28 wood strand shall have lengths between 2 and 10-inches, with a width and thickness
29 between 1/16 and 3/8-inches.
30
31 The mulch shall not contain resin, tannin, or other compounds in quantities that would
32 be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch.
33
34 9-14.4(8) Compost 40
35 This section is revised to read:
36
37 Compost products shall be the result of the biological degradation and transformation of
38 plant-derived materials under controlled conditions designed to promote aerobic
39 decomposition. Compost shall be stable with regard to oxygen consumption and carbon
rr
ar
1 dioxide generation. Compost shall be mature with regard to its suitability for serving as
2 a soil amendment or an erosion control BMP as defined below. The compost shall have
a. 3 a moisture content that has no visible free water or dust produced when handling the
4 material.
5
6 Compost production and quality shall comply with Chapter 173-350 WAC.
7
8 Compost products shall meet the following physical criteria:
aw g
10 1. Compost material shall be tested in accordance with U.S. Composting Council
11 Testing Methods for the Examination of Compost and Composting (TMECC)
12 02.02-B, "Sample Sieving for Aggregate Size Classification".
13
14 Fine Compost shall meet the following:
15
16 Min. Max.
17 Percent passing 2" 100%
18 Percent passing 1" 95% 100%
19 Percent passing 5/8" 90% 100%
20 Percent passing 1/4" 75% 100%
21 Maximum particle length of 6 inches
22
23 Coarse Compost shall meet the following:
24
25 Min, Max.
26 Percent passing 3" 100%
27 Percent passing 1" 90% 100%
a. 28 Percent passing 3/4" 70% 100%
29 Percent passing 1/4" 40% 60%
30 Maximum particle length of 6 inches
aw 31
32 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S.
33 Composting Council TMECC 04.11-A, 1:5 Slurry pH".
e,„ 34
35 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be
36 less than 1.0 percent by weight as determined by U.S. Composting Council
.. 37 TMECC 03.08-A"Classification of Inerts by Sieve Size".
38
39 4. Minimum organic matter shall be 40 percent by dry weight basis as determined
ar
40 by U.S. Composting Council TMECC 05.07A "Loss-On-Ignition Organic Matter
41 Method (LOI)".
42
43 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in
to 44 accordance with U.S. Composting Council TMECC 04.10 "Electrical
45 Conductivity".
46
+■ 47 6. Maturity shall be greater than 80% in accordance with U.S. Composting
48 Council TMECC 05.05-A, "Germination and Root Elongation".
49
�.► 50 7. Stability shall be 7 mg CO2—C/9 0M/day or below in accordance with U.S.
51 Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate".
52
a�
1 B. The compost product must originate a minimum of 65 percent by volume from
2 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A «r
3 maximum of 35 percent by volume of "Type 2 Feedstocks," source-separated
4 food waste, and/or biosolids may be substituted for recycled plant waste. The
5 manufacturer shall provide a list of feedstock sources by percentage in the r
6 final compost product.
7
8 9. The Engineer may also evaluate compost for maturity using U.S. Composting
9 Council TMECC 05.08-E "Solvita@ Maturity Index". Fine Compost shall score
10 a number 6 or above on the Solvita@ Compost Maturity Test. Coarse Compost
11 shall score a 5 or above on the Solvita@ Compost Maturity Test.
12
13 This section is supplemented with the following new sub-sections:
14
15 9-14.4(8)A Compost Approval ..r
16 The Contractor shall either select a compost manufacturer from the Qualified Products
17 List, or submit the following information to the Engineer for approval:
18
19 1. A Request for Approval of Material Source.
20
21 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the
22 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional
23 Standards for Solid Waste Handling).
24
25 3. The manufacturer shall verify in writing, and provide lab analyses that the
26 material complies with the processes, testing, and standards specified in WAC
27 173-350 and these specifications. An independent Sea( of Testing Assurance
28 (STA) Program certified laboratory shall perform the analysis.
29
30 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as
31 issued by the U.S. Composting Council. 40
32
33 9-14.4(8)6 Compost Acceptance
34 Seven days prior to initial application of any compost the Contractor shall submit a do
35 compost sample, a STA test report dated within 90 calendar days, and the list of
36 feedstocks by volume for each compost type to the Engineer for review.
37 r
38 The Contractor shall use only compost that has been tested within 90 calendar days of
39 application and meets the requirements in section 9-14.4(8). Compost not conforming
40 to the above requirements or taken from a source other than those tested and accepted
41 shall be immediately removed from the project and replaced at no cost to the
42 Contracting Agency.
43
44 9-14.5(1) Polyacrylamide (PAM)
45 The second sentence is revised to read:
46
47 PAM shall be anionic and shall be linear, and not cross-linked.
48
49 9-14.5(3) Clear Plastic Covering
50 This section is revised to read:
51
+r
1 Clear plastic covering shall conform to the requirements of ASTM D 4397, for
2 polyethylene sheeting having a minimum thickness of 6 mils.
3
4 9-14.5(7) Coir Log
5 The reference to Standard Plans in the second sentence of the first paragraph is revised to
6 read Plans.
7
8 SECTION 9-16, FENCE AND GUARDRAIL
9 December 1, 2008
10 9-16.1(1)A Post Material for Chain Link Fence
11 The first paragraph is supplemented with the following:
12
13 Round Post Material
w. 14 Round post material shall be Grade 1 or 2.
15
16 Roll Form Material
aw 17 Roll-formed post material shall be Grade 1.
18 Roll-formed end, corner, and pull posts shall have integral fastening. loops to
19 connect to the fabric for the full length of each post. Top rails and brace rails shall
at 20 be open rectangular sections with internal flanges as shown in ASTM F1043.
21
22 The Round Post Material and Roll Form Material information following the third paragraph
23 is deleted.
24
25 9-16.1(1)B Chain Link Fence Fabric
26 The first paragraph is revised to read:
"" 27
28 Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and
29 9 gage wire for chain link fence Type 1. The fabric shall be zinc-coated steel wire
U0 30 conforming to AASHTO M 181, Class C. Zinc 5-percent Alum inum-Mischmetal alloy
31 meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot-
32 dipped) at the application rate specified by ASSHTO M 181 for hot-dip zinc coating.
33 Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with
34 minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2).
35
36 9-16.1(1)C Tension Wire
37 This section including title is revised to read:
38
39 9-16.1(1)C Tension Wire and Tension Cable
40 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing
41 shall be Class 1,
42
43 Tension cable shall meet the requirements of Section 9-16.6(5),
44
45 9-16.1(1)D Fittings and Hardware
46 This section is supplemented with the following:
47
48 Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9).
49
w
1 Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of
2 Section 9-16.6(6). go
3
4 9-16.1(1)E Chain Link Gates
5 The first sentence in the first paragraph is revised to read: OW
6
7 Gate frames shall be constructed of not less that 1 1/2-inch (I.D.) galvanized pipe
8 conforming to AASHTO M 181 Type 1, Grade 1 or 2 as specified in Section 9-16.1(1)A.
9
10 The fourth sentence in the first paragraph is revised to read:
11
12 All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or
13 A-11-99 primer meeting the requirements of Section 9-08.2.
14
15 9-16.2(1)A Steel Post Material + +
16 The paragraph under Angle Post Material is revised to read:
17
18 All angle post material shall be galvanized in accordance with the requirements rn
19 of AASHTO M 111 except the anchor plate on fence post material shall be grade
20 55. Angle post used for end, corner, gate and pull post and brace shall have a
21 minimum weight of 3.1 lb/ft. .r
22
23 The first sentence in the third paragraph is revised to read:
24
25 Posts shall not be less than 7-feet in length.
26
27 The last sentence in the third paragraph is revised to read:
28
29 The anchor plate shall be securely attached and have a surface area of 20 ±2 in2, and a
30 minimum weight of 0.67 pounds.
31
"o
32 9-16.3(2) Posts and Blocks
33 The first sentence in the second paragraph is revised to read:
34 do
35 Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2).
36
37 9-16.3(3) Galvanizing
38 The first sentence in the first paragraph is revised to read:
39
40 W-beam or thrie beam rail elements and terminal sections shall be galvanized in No
41 accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be
42 galvanized after fabrication, with fabrication to include forming, cutting, shearing,
43 punching, drilling, bending, welding, and riveting.
44
45 9-16.3(4) Hardware
46 This section is revised to read:
47
48 Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts,
49 shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength
50 Bolts shall conform to 9-06.5(3).
51
No
1 Unfinished bolts will be accepted by field verification and documentation that bolt heads
2 are stamped 307A. The Contractor shall submit a manufacturer's certificate of
3 compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any of
4 the hardware.
5
"' 6 9-16.3(5) Anchors
7 The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized".
8
9 9-16,4(2) Wire Mesh
10 The reference to "hot dip galvanized" in the second sentence in the third paragraph is
11 revised to "galvanized".
Ow 12
13 9-16.6(2) Glare Screen Fabric
14 The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A
15 491".
16
17 9-16.6(3) Posts
W. 18 The first paragraph is revised to read:
19
20 Line posts for Type 1 glare screen shall be 1 1/2-inches by 1 7/8-inches galvanized steel
21 H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2
22 glare screen shall be 1 5/8-inches by 2 1/4-inches galvanized steel H column with a
23 minimum weight of 4.0 pounds per linear foot, or 2-inch inside diameter galvanized steel
24 pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall
25 be used on any one project.
26
27 The first paragraph is supplemented with the following:
28
29 End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2-inches by 1 7/8-
30 inches steel H column with a minimum weight of 2.8 pounds per linear foot.
31
32 The first sentence in the second paragraph is revised to read:
33
.+ 34 End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2-inch inside
35 diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot.
36
37 The reference to "hot dip galvanized" in the third sentence in the second paragraph is
38 revised to "galvanized".
39
VW 40 The first two sentences in the fifth paragraph are revised to read:
41
42 All posts shall be galvanized in accordance with AASHTO M 181, Section 32, The
43 minimum average zinc coating is per square foot of surface area.
`~ 44
45 9-16.6(5) Cable
46 The reference to "hot dip galvanized" is revised to "galvanized".
�" 47
48 9-16.6(6) Cable and Tension Wire Attachments
49 The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to
"` 50 "galvanized".
51
52 The third sentence in the first paragraph is deleted.
Ow
.r
1
2 9-16.6(9) Fabric Bands and Stretcher Bars
3 The reference to "hot dip galvanized" is revised to"galvanized
4
5 9-16.6(10) Tie Wire ,
6 This section including title is revised to read:
7
8 9-16.6(10) Tie Wire and Hog Rings ow
9 Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100
10 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279.
11 Galvanizing shall be Class 1.
12
13 Hog rings shall be 12 gage galvanized steel wire.
14
15 9-16.8(1) Rail and Hardware
16 The word "Composition" following the first paragraph is deleted.
17
18 SECTION 9-19, PRESTRESSED CONCRETE GIRDERS + +
19 April 6, 2009
20 9-19.1 Aggregates and Proportioning
21 The first paragraph is revised to read:
22
23 The concrete for prestressed girders shall have the minimum compressive strengths as
24 specified in the Plans.Aggregates used in the mix shall conform to the following:
25
26 Coarse aggregate shall be in accordance with Section 9-03.1(4).
27
28 Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class
29 2.
30
31 The manufacturer may revise the grading of the coarse aggregate provided that the
32 concrete mix design is qualified with the modified gradation. An alternative combined
33 gradation conforming to Section 9-03.1(5) may also be used.
34
35 The reference to Section 9-23.7 in the sixth paragraph is revised to Section 9-23.6.
36
37 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES
38 April 6, 2009
r
39 9-23.6 Admixture for Concrete
40 This section including title is revised to read:
41 No
42 9-23.6 Chemical Admixtures for Concrete
43 Acceptance of chemical admixtures will be based on Manufacturer's Certificate of
44 Compliance. If required by the Engineer, admixtures shall be sampled and tested before
45 they are used. A one-pint (500 milliliter) sample of the admixture shall be submitted to
46 the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use.
47 Chemical Admixtures shall contain less than one percent chloride ion (CI-) by weight of
48 admixture.
49
so
09
+rr
I This section is supplemented with the following new sub-sections.
w.
2
3 9-23.6(1) Air Entraining Admixtures
4 Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C
5 260.
6
7 9-23.6(2) Type A Water-Reducing Admixtures
8 Type A Water-Reducing admixtures shall conform to the requirements of AASHTO M
` 9 194 Type A or ASTM C 494 Type A.
10
11 9-23.6(3) Type B Retarding Admixtures
12 Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type
13 B or ASTM C 494 Type B.
14
15 9-23.6(4) Type C Accelerating Admixtures
16 Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194
17 Type C or ASTM C 494 Type C and only non-chloride accelerating admixtures shall be
�r 18 used.
19
20 9-23.6(5) Type D Water-Reducing and Retarding Admixtures
t. 21 Type D Water-Reducing and Retarding admixtures shall conform to the requirements of
22 AASHTO M 194 Type D or ASTM C 494 Type D.
23
f„ 24 9-23.6(6) Type E Water-Reducing and Accelerating Admixtures
25 Type E Water-Reducing and Accelerating admixtures shall conform to the requirements
26 of AASHTO M 194 Type E or ASTM C 494 Type E and only non-chloride accelerating
ON 27 admixtures shall be used.
28
29 9-23.6(7) Type F Water-Reducing, High Range Admixtures
30 Type F Water-Reducing, High Range admixtures shall conform to the requirements of
�" 31 AASHTO M 194 Type F or ASTM C 494 Type F.
32
33 9-23.6(8) Type G Water-Reducing, High Range and Retarding Admixtures
4M 34 Type G Water-Reducing, High Range and Retarding admixtures shall conform to the
35 requirements of AASHTO M 194 Type G or ASTM C 494 Type G.
36
37 9-23.6(9) Type S Specific Performance Admixtures
38 Type S Specific Performance Admixtures shall conform to the requirements of ASTM C
39 494 Type S. When a Type S admixture is used a report on the performance
40 characteristics of the Type S admixture shall be submitted along with the WSDOT
41 concrete mix design (WSDOT Form 350-040). The report shall describe the
42 performance characteristics and provide data substantiating the specific characteristics
43 of the Type S admixture in accordance with ASTM C 494.
44
45 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed
+ . 46 Concrete
47 This section including title is revised to read:
48
.. 49 9-23.7 Vacant
50
M
w
1 9-23.9 Fly Ash
2 This section is supplemented with the following:
3
4 Fly ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be
5 used if they meet the tests requirements of Section 9-03.1(1). The optional chemical
6 limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill.
7
8 SECTION 9-25, WATER
9 April 6, 2009
10 9-25.1 Water for Concrete
11 The first paragraph is revised to read:
12
13 Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for
14 human consumption (potable). If the water contains substances that cause
15 discoloration, unusual smell or taste, or other suspicious content, the Engineer may
16 require the Contractor to provide test results documenting that the water meets the
17 physical test requirements and chemical limits described in ASTM C1602 for non- No
18 potable water.
19
20 SECTION 9-28, SIGNING MATERIALS AND FABRICATION .r
21 April 6, 2009
22 9-28.8 Sheet Aluminum Signs r
23 The second paragraph (excluding chart) is revised to read:
24
25 After the sheeting has been fabricated, the surface of each panel shall be protected
26 from corrosion. The corrosion protection shall meet the requirements of ASTM B-449
27 class 11 Specification for Chromates on Aluminum. Aluminum signs over 12-feet wide by
28 5-feet high shall be comprised of vertical panels in increments of 2, 3, or 4-feet wide. No
29 more than one 2-foot and/or 3-foot panel may be used per sign. The Contractor shall
30 use the widest panels possible. All parts necessary for assembly shall be constructed of
31 aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness
32 shall be as follows: as
33
34 9-28.9(1) Mechanical Properties
35 The chart in this section is revised to read:
36
37 Mechanical Property Ave. Min. Requirement ASTM Test
38 Tensile Strength 10.0 psi x 103 D638
39 Tensile Modulus 1.2 psi x 106 D638
40 Flexural Strength 20.0 psi x 103 D790
41 Flexural Modulus 1.2 psi x 106 D790 we
42 Compression Strength 32.0 psi x 103 D695
43 Compression Modulus 1.4 psi x 106 D695
44 Punch Shear 12.0 psi x 103 D732 06
45
46 9-28.14(2) Steel Structures and Posts
47 The first sentence in the fifth paragraph is supplemented with the following:
48
1 Steel used for slip bases (SB-1, SB-2, SB-3) and heavy duty anchors shall have a
2 controlled silicon maximum of 0.40-percent.
3
4 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
5 April 6, 2009
6 9-29.1 Conduit, Innerduct, and Outerduct
7 This section's content is deleted. This section is supplemented with the following:
8
9 Conduit shall be free from defects, including out of round, and foreign inclusions.
10 Conduit shall be uniform in color, density, and physical properties. The inside shall be
11 smooth and free from burrs which could damage cable during installation. Conduit ends
12 shall be cut square to the inside diameter, and supplied with thread protectors. All
13 conduit, conduit fittings, and associated hardware/appurtenances shall be listed by a
14 Nationally Recognized Testing Laboratory.
15
16 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings
17 Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as
18 required and bear the mark of a Nationally Recognized Testing Laboratory. Exterior and
19 interior surfaces of the galvanized steel conduit, except threaded ends, shall be
w 20 uniformly and adequately zinc coated by a hot-dip galvanizing process. The average of
21 the zinc coating shall comply with Federal Specification WW-C-581 d.
22
23 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances
24 Couplings for rigid metal type conduits may be either hot-dip or electroplated
25 galvanized.
26
27 Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally
28 Recognized Testing Laboratory listed for wet locations, and shall be hot-dip galvanized
29 malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt
"' 30 on cover with stainless steel screws and a neoprene gasket seal.
31
32 Grounding end bushings shall be bronze or galvanized malleable iron with copper,
33 tinned copper, stainless steel, or integral lug with stainless steel clamping screw,
34 mounting screw and set screw.
35
36 Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot-dip
37 galvanized. Two-hole type straps shall span the entire width of the support channel and
38 attach to the supports on both sides of the conduit with bolts and associated hardware.
39 Two piece conduit clamps shall interlock with the support channel with a single bolt.
40
41 Conduit supports for surface mounted conduit shall be hot-dip galvanized or type 304 or
42 type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and
43 spring nuts.
44
45 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination
46 Expansion/Deflection Fittings
47 Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot-dip
a" 48 galvanized malleable or ductile iron end couplings and body and shall allow for 4-inches
49 of movement minimum (2-inches in each direction). Expansion fittings for rigid
50 galvanized steel conduit shall have an external tinned copper bonding jumper or an
r1Yr
1 internal tinned copper bonding jumper. The internal tinned copper bonding jumper shall
2 not reduce the conduit conductor capacity.
3
4 Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot-dip
5 galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless
6 steel bands and internal tinned copper bonding jumper. Deflection fittings shall provide
7 for conduit movement of 3/a-inch in all directions and angular movement of 30 degree in
8 any direction.
9 r►
10 A combination of a deflection and an expansion fitting for rigid galvanized steel conduit
11 shall be assembled from a deflection fitting and an expansion fitting as defined above.
12 .+�►
13 The bonding jumper used for expansion fittings and combination expansion deflection
14 fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt
15 type connection designed for the application. .r
16
17 9-29.1(3) Flexible Metal Conduit
18 Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible
19 interlocked steel galvanized inside and out, forming a smooth internal wiring channel
20 with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article
21 350.
22
23 9-29.1(3)A Flexible Metal Conduit Appurtenances
24 Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350,
25 and fisted for wet locations.
26
27 9-29.1(4) Non-Metallic Conduit
28
29 9-29.1(4)A Rigid PVC Conduit
30 Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651.
31 Fittings shall conform to NEMA TC-3, and be UL 514C and UL 651.
32
33 PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes
34 for which the cement is recommended).
35
36 9-29.1(4)B HDPE Conduit
37 HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory, Couplings
38 for HDPE shall be mechanical and listed for use with HDPE.
39
40 Aluminum mechanical couplings are prohibited.
41
42 9-29.1(5) Innerduct and Outerduct
43 The innerduct system shall be factory-installed and shall be designed so that expansion
44 and contraction of the innerducts takes place in the coupling body to eliminate
45 compatibility problems.The conduit coupling body shall have a factory-assembled
46 gasket that is multi-stage and anti-reversing, sealing both the outerduct and innerducts.
47 A secondary mid-body O-ring gasket shall be seated into the coupling body and shall
48 hold the coupling body firmly in the outerduct.
49
50 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured
511 from the same materials and manufacturing process as the conduit, except as specified
1 otherwise. The conduit system shall be a complete system with the following
2 accessories:
3
4 Manhole Terminator Kits
5 Deflection Fittings
6 Offset Fittings
7 Expansion/Contraction Fittings
8 Repair Kits
9 Conduit and Innerduct Plugs
10 Pull string
11 Pull rope
12 Conduit spacers
13 Split Plugs
14
,► 15 9-29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct
16 Each section of steel outerduct shall be supplied with one reversing spin coupling that
17 allows straight sections and fittings to be joined without spinning the conduit. The
18 reversing coupling shall be galvanized and have three setscrews or a lock nut ring to
19 lock the coupling in place. Setscrews or lock nut ring shall be galvanized or stainless
20 steel and insure continuous electrical ground. The couplings shall be galvanized steel
21 with the same material properties as the conduit.
22
23 The conduit system shall be designed so that assembly of components can be
24 accomplished in the following steps:
25
26 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for
27 insertion.
.■ 28
29 2. Spin coupling mating sections forward to bottom.
30
dW 31 3. Tighten setscrews on lock nut ring.
32
33 9-29.1(5)B Rigid PVC Outerduct with PVC or PE Innerduct
34 Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall
35 be 4-inch with a minimum 5-inch extended integral "bell end" and shall be gray in color.
36 The outerduct minimum wall thickness shall be 0.23-inch for Schedule 40 PVC and
37 0.32-inch for Schedule 80 PVC,
38
39 Conduit and fittings for PVC outerduct shall be manufactured with an ultraviolet inhibitor.
40
` 41 The coupling body for PVC outerduct shall include a factory-assembled, multi-stage
42 gasket that is anti-reversing, sealing both the outer and innerducts. A secondary mid-
43 body gasket shall be seated at the shoulder of the bell to assure air and water integrity
44 of the system. The bell end and the coupling body assembly shall accept a minimum of
45 5-inches of the spigot end.
46
47 The conduit system shall be designed so that straight sections and fittings will assemble
48 without the need for lubricants or cement.
49
.. 50 PVC outerduct shall have a longitudinal print-line that denotes "Install This Side Up" for
51 proper innerduct alignment. PVC outer-ducts shall have a circumferential ring on the
52 spigot end of the duct to provide a. reference point for ensuring the proper insertion
rr
1 depth when connecting conduit ends. The line shall be a minimum of 5-inches from the
2 end of the conduit.
3
4 9-29.1(5)C Innerduct for Straight Sections of Galvanized Steel Outerduct or
5 PVC Outerduct
6 The innerducts shall have a minimum outside diameter of 1.25-inch, and a minimum
7 inside diameter of 1.2-inch. Larger diameter innerducts may be provided if the wall
8 thickness and diameter tolerances are met The tolerance for inside and outside
9 diameters shall be 0.005-inch. The innerducts shall have a minimum wall thickness of
10 0.060-inch. Innerduct shall be color coded and shall index a minimum of one innerduct
11 with a different color. Alternate color codes are permitted as long as the color codes are
12 contiguous between adjacent junction boxes. The innerducts shall be factory installed in
13 the outerduct.
14
15 Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia
16 GR-356-CORE procedure. The coefficient of friction shall be less than 0.30 between
17 medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct
18 The coefficient of friction shall be less than 0.10 between the 1/4-inch diameter to
19 polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated
20 innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement)
21 shall be the same type as the pull rope used for cable installation. The Contractor shall ,,,,,;,,
22 provide as part of the conduit submittals a certificate of compliance with these
23 coefficient of friction requirements.
24
25 The innerduct shall have a smooth, non-ribbed interior surface, with a factory
26 prelubricated coating. The coating shall provide the required dynamic coefficient of
27 friction.
28 Me
29 Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE).
30
31 The coupling body for the innerduct shall be factory assembled in the bell end of the
32 outerduct and shall be manufactured from a high impact engineered thermoplastic. The
33 coupling body face shall be supplied with lead-ins to facilitate assembly.
34
35 All outerduct shall be marked with data traceable to plant location.
36
37 9-29.1(5)D Conduit with Innerducts Fittings and Appurtenances
38 Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane
39 gasket. Plugs shall be equipped with an attachment to secure the pull rope in the
40 innerduct. The plug shall withstand 5 psi.
41
42 9-29:1(5)D1 Bends for 4-inch PVC Conduit with Innerducts or Galvanized
43 Steel Conduit with Innerducts
44 All bend radii shall be 36-inches or greater. The conduit system shall provide a complete
45 line of fixed and flexible sweeps with system compatible bell and spigot or threaded
46 ends. The bends shall contain high-temperature burn-through-resistant innerducts „
47 manufactured from PVC, PE, or Nylon-66. The innerducts shall meet all other
48 requirements for innerduct In Sections 9-29.1(1) and 9-29.1(5)A.
49
50 9-29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts)
51 The prefabricated standard fixed PVC bends shall have a radius between 4-feet and 9-
52 feet and sweep angles of 11.25-degree, 22.5-degree, 45-degree, or 90-degree.
w
1
No 2 Flexible bends shall be prefabricated. These conduits may be field bent to a uniform
3 radius no less than 4-feet. The field bend shall be no greater than 90-degrees.
4 Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be
5 manufactured from reinforced PVC.Expansion and Deflection fittings for rigid galvanized
'�'" 6 steel conduit with innerduct shall be provided in accordance with 9-29.1(2)A.
7
8 9-29.1(6) Detectable Underground Warning Tape
"' 9 Detectable Underground Warning tape shall be Orange imprinted in black lettering with
10 the message; "FIBER OPTIC CABLE BURIED BELOW" or equal. The warning tape
11 shall be polyethylene with a metallic backing. The polyethylene shall be a minimum 4-
aw 12 mils thick and 3-inches wide.
13
14 9-29.1(7) Steel Casings
w 15 Steel casing material shall conform to ASTM A 252 Grade 2 or 3 or casing as approved
16 by the Engineer. The Contractor shall furnish pipe of adequate thickness to withstand
17 the forces exerted by the boring operation as well as those forces exerted by the earth
18 during installation and shall be a minimum of%-inch thick.All joints shall be welded by a
19 welder qualified in accordance with AWS D1.1 structural welding code, section 3.
20
aw 21 9-29.1(8) Drilling Fluid
22 Drilling fluid used for directional boring shall be an inert mixture of water and bentonite
23 clay, conforming to the drilling equipment manufacturers recommendations.
24
am 25 9-29.3 Conductors, Cable
26 This section's content is deleted. This section's title is revised to read:
27
28 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable
29
30 9-29.3(1)A Singlemode Fiber Optic Cable
31 This section is revised to read:
32
33 Singlemode fibers utilized in the cables specified herein shall be fabricated from 100
34 kpsi proof stress glass and primarily composed of silica which shall provide a matched
35 clad index of refraction (n) profile and the following physical and performance
36 characteristics:
+w 37
38 1. Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively;
39
dw 40 2. Typical Core Diameter: 8.3 microns;
41
42 3. Cladding Diameter: 125 micron;
O. 43
44 4. Care-to-Cladding Offset (Defined as the distance between the core center and
45 the cladding center: < 0.8 microns;
46
VW 47 5. Cladding Non-Circularity (Defined as {[1-(minimum cladding diameter -
48 maximum cladding diameter)] X 100.1: < 2.0%;
49
WV 50 6. Coating Diameter of 250 microns ± 15 microns with a minimum coating
51 thickness at any point of not less than 50 microns,
52
V
1 7. The coating shall be a dual-layered, UV-cured acrylate applied by the fiber
2 manufacturer; and,
3
4 8. The coating shall be mechanically or chemically strippable without damaging
5 the fiber.
6
7 9-29.3(2) Twisted-Pair (TWP) Copper Cable
8 This section's content is deleted. This section's title is revised to read:
9
10 9-29.3(2) Electrical Conductors and Cable
11
12 This section is supplemented with the following new sub-sections:
13
14 9-29.3(2)A Single Conductor
15
16 9-29.3(2)A1 Single Conductor Current Carrying
17 All current carrying single conductors shall be stranded copper conforming to ASTM B3
18 and B8. Insulation shall be chemically XLP (cross-linked polyethylene) or EPR (Ethylene +�►
19 Propylene Rubber) Type USE rated for 600 volt.
20
21 9-29.3(2)A2 Grounding Electrode Conductor w
22 Grounding electrode conductor shall be bare or insulated stranded copper. The
23 insulation shall be green or green with a yellow tracer.
24
25 9-29.3(2)A3 Equipment Grounding and Bonding Conductors
26 Equipment grounding and bonding jumper conductors shall be bare or green insulated,
27 stranded copper with cross-linked polyethylene insulation rated USE and 600 volts,
28 with the exception that the equipment grounding and bonding jumper conductors
29 installed between junction box, pull box, or cable vault frame and lids shall be tinned,
30 braided copper.
31
32 9-29.3(2)A4 Location Wire
33 Location wire shall be a single stranded copper size AWG 14 insulated conductor. The
34 insulation shall be type USE Orange in color.
35
36 9-29.3(2)B Multi-Conductor Cable
37 Two conductor through 10 conductor unshielded signal control cable shall conform to
38 International Municipal Signal Association (IMSA) signal cable Specification 20-1.
39
40 9-29.3(2)C Aluminum Cable Steel Reinforced
41 Triplex or Quadraplex type ACSR neutral self-supporting aerial conductors of the
42 appropriate size for aluminum conductors shall be used where required in the Contract.
43 The neutral conductor shall be the same size as the insulated conductor. All conductors ++►
44 shall be stranded.
45
46 9-29.3(2)D Pole and Bracket
47 Pole and bracket cable shall be a two-conductor cable rated for 600 volts. The individual
48 conductors shall be one red and one black 19-strand No. 10 AWG copper, assembled
49 parallel. The conductor insulation shall be 45-mil polyvinyl chloride or a 600 volt rated
50 cross-linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not
51 less than 45-mils thick. If luminaires with remote ballasts are specified in the Contract,
rr
1 this same cable shall be used between luminaire and ballast for both timber and
2 ornamental pole construction. if the luminaire requires fixture wire temperatures greater
3 than 75°C, the outer jacket shall be stripped for that portion of the cable inside the
4 luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving
5 of the temperature rating recommended by the luminaire manufacturer.
6
7 9-29.3(2)E Two-Conductor Shielded
8 Two conductor shielded (2CS) cable shall have 14 AWG (minimum) conductors and
++� 9 shall conform to IMSA Specification No. 50-2.
10
11 9-29.3(2)F Detector Loop Wire
4W 12 Detector loop wire may be 12 or 14 AWG stranded copper wire, IMSA 51-3
13
14 9-29.3(2)G Four-Conductor Shielded Cable
g 15 Four conductor shielded cable (4CS) shall consist of a cable with four 18 AWG
16 conductors with polypropylene insulation, an aluminized polyester shield, water blocking
17 material in the cable interstices, and a 26-mil minimum outer jacket of polyethylene. The
&W 18 four-conductor assembly shall be twisted 6 turns per foot. Each conductor shall have a
19 different insulation color. Overall cable diameter shall be 0.25-inch maximum.
20 Capacitance between adjacent pairs shall be 18 pf per foot and 15 pf per foot between
go 21 diagonal pairs. The capacitances shall not vary more than 10 percent after a 10-day
22 immersion test with ends exposed in a saturated brine solution.
23
24 9-29.3(2)H Three-Conductor Shielded Cable
%w. 25 Three-conductor shielded cable (3CS) for the detector circuit for optical fire preemption
26 receivers shall consist of three 20 AWG conductors with aluminized mylar shield and
27 one No. 20 drain wire, all enclosed with an outer jacket. All wires shall be 7 X 28
am 28 stranded tinned copper material. Conductor insulation shall be rated 75°C, 600 volt. The
29 drain wire shall be uninsulated. Conductor color coding shall be yellow, blue, and
30 orange. DC resistance of any conductor or drain wire shall not exceed 11 ohms per
4W 31 1,000-feet. Capacitance from one conductor to the other two conductors and shield shall
32 not exceed 48 pf per foot. The jacket shall be rated 80 degree C, 600 volt, with a
33 minimum average wall thickness of 0.045-inch. The finished outside diameter of the
im 34 cable shall be 0.3-inch maximum.
35
36 9-29.3(2)1 Twisted Pair Communications Cable
so 37 Twisted Pair Communications Cable shall meet RUS Specification 1755.390 and shall
38 be AWG22 conductor. The cable shall have a petroleum compound completely filling
39 the inside of the cable and rated for OSP (Outside Plant) applications.
40
41 9-29.6 Light and Signal Standards
42 This section is supplemented with the following:
43
44 Materials for steel light and signal standards, and associated anchorage and fastening
45 hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise
46 specified in one of the following documents:
47
48 1. The steel light and signal standard fabricator's pre-approved plan as approved
49 by the Washington State Department of Transportation and as identified in the
50 Special Provisions.
51
1 2. The steel light and signal standard fabricator's shop drawing submittal,
2 including supporting design calculations, as submitted in accordance with ft
3 Sections 6-01.9 and 8-20.2(1) and the Special Provisions, and as approved by
4 the Engineer.
5
6 SECTION 9-30, WATER DISTRIBUTION MATERIALS
7 December 1, 2008
8 9-30.3(1) Gate Valves (3-inches to 16-inches) `
9 The second paragraph is revised to read:
10
11 The Contractor shall provide an affidavit of compliance stating that the valve furnished
12 fully complies with AWWA C509 or AWWA C515.
13
14 SECTION 9-34, PAVEMENT MARKING MATERIAL do
15 April 6, 2009
16 9-34.2(4) Temporary Pavement Marking Paint
17 This section is revised to read:
18
19 Paint used for temporary pavement marking shall conform to the requirements of as
20 Section 9-34.2.
21
22 9-34.5 Temporary Pavement Marking Tape sr
23 The third sentence is deleted.
24
25 9-34.6 Temporary Raised Pavement Markers at
26 The eighth and ninth sentences in the first paragraph are deleted.
27
28 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
29 December 1, 2008
30 9-35.2 Construction Signs
31 The fourth paragraph is revised to read:
32
33 The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other
34 previously approved sign materials except aluminum or aluminum composite is
35 prohibited.
36
37 9-35.14 Portable Temporary Traffic Control Signal
38 The third sentence in the eighth paragraph is revised to read:
39
40 A highly retroreflective yellow strip, 3-in wide, shall be placed around the perimeter of
41 the face of all vehicle signal backplates to project a rectangular image at night towards
42 oncoming traffic.
43
wr
t
t
� SPECIAL PROVISIONS
E
l
E
E
L
E
F
L
t
E
t
L
E
t
t
r
+rw
r SPECIAL PROVISIONS............................................................................................................10
1-01 DEFINITIONS AND TERMS...........................................................................................10
w. 1-01.1 General.............................................................................................................................10
1-01.3 Definitions........................................................................................................................10
1-02 BID PROCEDURES AND CONDITIONS......................................................................12
1-02.1 Prequalification of bidders.............................................................................................12
4r
1-02.2 Plans and Specifications.................................................................................................12
1-02.5 Proposal Forms...............................................................................................................13
1-02.6 Preparation of Proposal.................................................................................................13
1-02.6(1) Proprietary Information............................................................................................13
1-02.7 Bid Deposit......................................................................................................................14
1-02.9 Delivery of Proposal
1-02.12 Public Opening of Proposals........................................................................................14
1-02.13 Irregular Proposals.......................................................................................................14
1-02.14 Disqualification of Bidders...........................................................................................15
..� 1-02.15 Pre Award Information................................................................................................15
1-03 AWARD AND EXECUTION OF CONTRACT..............................................................15
1-03.1 Consideration of bids......................................................................................................15
1-03.2 Award of Contract..........................................................................................................16
1-03.3 Execution of Contract.....................................................................................................16
1-03.4 Contract Bond.................................................................................................................16
1-03.7 Judicial Review...............................................................................................................17
1-04 SCOPE OF WORK...........................................................................................................17
1-04.2 Coordination of Contract Documents..........................................................................17
r.r 1-04.3 Contractor-Discovered Discrepancies...........................................................................17
1-04.4 Changes............................................................................................................................17
1-04.8 Progress Estimates and Payments.................................................................................18
1-04.11 Final Cleanup................................................................................................................18
1-05 CONTROL OF WORK.....................................................................................................18
1-05.4 Conformity With and Deviation from Plans and Stakes.............................................18
1-05.4(3) Contractor Supplied Surveying................................................................................19
1-05.4(4) Contractor Provided As-Built Information.............................................................19
rr
1-05.7 Removal of Defective and Unauthorized Work............................................................20
1-05.10 Guarantees....................................................................................................................21
wr
1
1-05.11 Final Inspection.............................................................................................................21
1-05.11(1) Substantial Completion Date...................................................................................21
1-05.11(2) Final Inspection and Physical Completion Date....................................................22 do
1-05.11(3) Operational Testing..................................................................................................22
1-05.12 Final Acceptance...........................................................................................................23
at
1-05.13 Superintendents,Labor and Equipment of Contractor............................................23
1-05.14 Cooperation with Other Contractors..........................................................................23
to
1-05.16 Water and Power..........................................................................................................23
1-05.17 Oral Agreements...........................................................................................................23
1-05.18 Contractor's Daily Diary..............................................................................................24
1-06 CONTROL OF MATERIAL............................................................................................25
1-06.1 Approval of Materials Prior to Use...............................................................................25 r
1-06.2(1) Samples and Tests for Acceptance............................................................................25
1-06.2(2) Statistical Evaluation of Materials for Acceptance.................................................25 go
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................25
1-07.1 Laws to be Observed......................................................................................................25
1-07.2 State Sales Tax.................................................................................................................26
1-07.2(1) General........................................................................................................................26
1-07.2(2) State Sales Tax-Rule 171.........................................................................................27
1-07.2(3) State Sales Tax-Rule 170.........................................................................................27
1-07.2(4) Services........................................................................................................................27
1-07.6 Permits and Licenses......................................................................................................27
1-07.9 Wages...............................................................................................................................28
1-07.9(5) Required Documents..................................................................................................28
1-07.11 Requirements for Non-Discrimination........................................................................28 go
1-07.11(11) City of Renton Affidavit of Compliance...............................................................28
1-07.12 Federal Agency Inspection...........................................................................................28
1-07.13 Contractor's Responsibility for Work.........................................................................28
1-07.13(1) General......................................................................................................................28
1-07.15 Temporary Water Pollution/Erosion Control.............................................................28
1-07.16 Protection and Restoration of Property......................................................................29
.�r
1-07.16(1) Private/Public Property...........................................................................................29
1-07.17 Utilities and Similar Facilities......................................................................................30
rr►
1-07.17(1) Interruption of Services...........................................................................................31
1-07.18 Public Liability and Property Damage Insurance.....................................................31
2
to
go 1-07.18(1) General......................................................................................................................31
1-07.18(2) Coverages..................................................................................................................32
to 1-07.18(3) Limits........................................................................................................................33
1-07.18(4) Evidence of Insurance:............................................................................................34
to 1-07.22 Use of Explosives...........................................................................................................34
1-07.23 Public Convenience and Safety....................................................................................34
1-07.23(1) Construction Under Traffic.....................................................................................34
aw
1-07.23(2) Construction and Maintenance of Detours............................................................36
1-07.24 Rights of Way................................................................................................................36
,o 1-08 PROSECUTION AND PROGRESS................................................................................37
1-08.0 Preliminary Matters.......................................................................................................37
aw 1-08.0(1) Preconstruction Conference......................................................................................37
1-08.0(2) Hours of Work............................................................................................................38
aw 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..............38
1-08.1 Subcontracting................................................................................................................38
.o.
1-08.2 Assignment......................................................................................................................39
1-08.3 Progress Schedule...........................................................................................................39
1-08.4 Notice to Proceed and Prosecution of the Work...........................................................40
1-08.5 Time For Completion.....................................................................................................40
1-08.6 Suspension of Work........................................................................................................42
1-08.7 Maintenance During Suspension...................................................................................42
1-08.9 Liquidated Damages.......................................................................................................42
1-08.11 Contractor's Plant and Equipment.............................................................................42
1-08.12 Attention to Work.........................................................................................................43
.. 1-09 MEASUREMENT AND PAYMENT...............................................................................43
1-09.1 Measurement of Quantities............................................................................................43
w1-09.3 Scope of Payment............................................................................................................44
1-09.6 Force Account..................................................................................................................44
1-09.7 Mobilization....................................................................................................................44
1-09.9 Payments..........................................................................................................................45
1-09.9(1) Retainage....................................................................................................................46
r
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...........46
1-09.9(3) Final Payment.............................................................................................................47
1-09.11 Disputes and Claims......................................................................................................48
1-09.11(2) Claims........................................................................................................................48
3
wr
ft
1-09.11(3) Time Limitations and Jurisdiction..........................................................................48 so
1-09.13 Claims and Resolutions.................................................................................................48
1-09.13(3) Claims $250,000 or Less..........................................................................................48 M
1-09.13(3)A Administration of Arbitration..............................................................................48
1-09.13(3)B Procedures to Pursue Arbitration........................................................................48
1-09.14 Payment Schedule.........................................................................................................50
1-09.14(1) Scope..........................................................................................................................50
to
1-09.14(2) Bid Items...................................................................................................................50
1-10 TEMPORARY TRAFFIC CONTROL............................................................................63
1-10.1 General............................................................................................................................63 to
1-10.2(1)B Traffic Control Supervisor.....................................................................................64
1-10.2(2) Traffic Control Plans.................................................................................................64 to
1-10.3 Flagging,Signs,and All Other Traffic Control Devices..............................................64
1-10.3(3) Construction Signs.....................................................................................................64
1-10.4 Measurement...................................................................................................................65
1-10.5 Payment...........................................................................................................................65
1-11 RENTON SURVEYING STANDARDS...........................................................................65
1-11.1(1) Responsibility for surveys..........................................................................................65
1-11.1(2) Survey Datum and Precision.....................................................................................65
1-11.1(3) Subdivision Information............................................................................................66
1-11.1(4) Field Notes............................................. are
1-11.1(5) Corners and Monuments...........................................................................................66
1-11.1(6) Control or Base Line Survey 66
1-11.1(7) Precision Levels..........................................................................................................67
1-11.1(8) Radial and Station -- Offset Topography.................................................................67 rrii
1-11.1(9) Radial Topography.....................................................................................................67
1-11.1(10) Station--Offset Topography.....................................................................................67
1-11.1(11) As-Built Survey.........................................................................................................67
1-11.1(12) Monument Setting and Referencing.......................................................................68
1-11.12 Materials........................................................................................................................68
1-11.12(1) Property/Lot Corners..............................................................................................68
1-11.12(2) Monuments...............................................................................................................68
1-11.12(3) Monument Case and Cover.....................................................................................68
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP as
2-01.1 Description......................................................................................................................68
4
vo
No 2-01.2 Disposal of Usable Material and Debris.......................................................................69
2-01.5 Payment...........................................................................................................................69
Wz 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...............................................69
2-02.3(3) Removal of Pavement, Sidewalks,and Curbs.........................................................69
2-02.4 Measurement...................................................................................................................69
2-02.5 Payment...........................................................................................................................69
2-03 ROADWAY EXCAVATION AND EMBANKMENT.....................................................70
w
2-03.3 Construction Requirements...........................................................................................70
2-03.4 Measurement...................................................................................................................71
an 2-03.5 Payment...........................................................................................................................71
2-04 HAUL..................................................................................................................................71
+r 2-04.5 Payment...........................................................................................................................71
2-06 SUBGRADE PREPARATION.........................................................................................71
wr 2-06.5 Measurement and Payment..........................................................................................71
2-09 STRUCTURE EXCAVATION..........................................................................................72
2-09.1 Description......................................................................................................................72
2-09.3(1)D Disposal of Excavated Material.............................................................................72
2-09.4 Measurement...................................................................................................................72
w
2-09.5 Payment...........................................................................................................................72
5-04 ASPHALT CONCRETE PAVEMENT............................................................................73
5-04.2 Materials..........................................................................................................................73
5-04.3 Construction Requirements...........................................................................................73
5-04.3(5) Conditioning the Existing Surface............................................................................74
5-04.3(5)A Preparation of Existing Surface.............................................................................74
r5-04.3(7)A Mix Design...............................................................................................................75
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture.............................................75
5-04.3(10)B Control....................................................................................................................75
5-04.5 Payment...........................................................................................................................75
wr
5-04.5(1)A Price Adjustments for Quality of HMA Mixture..................................................75
5-04.5(1)B Price Adjustments for Quality of HMA Compaction...........................................76
5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS...........................................76
w.
5-06.1 Description......................................................................................................................76
5-06.2 Materials..........................................................................................................................77
�r.
5-06.3 Construction Requirements...........................................................................................77
7-01 DRAINS..............................................................................................................................77
5
rr
7-01.2 Materials..........................................................................................................................77 ■ri
7-01.3 Construction Requirements...........................................................................................77
7-01.4 Measurement...................................................................................................................78
7-02 CULVERTS........................................................................................................................78
7-02.2 Materials..........................................................................................................................78
so
7-04 STORM SEWERS.............................................................................................................78
7-04.2 Materials..........................................................................................................................78
so
7-04.4 Measurement...................................................................................................................78
7-04.5 Payment...........................................................................................................................78
7-05 MANHOLES,INLETS,AND CATCH BASINS .......79 go
.....................................................
7-05.3 Construction Requirements...........................................................................................79
7-05.3(1) Adjusting Manholes and Catch Basins to Grade....................................................79 r
7-05.3(2) Abandon Existing Manholes.....................................................................................80
7-05.3(2)A Abandon Existing Sanitary Sewer Pipes...............................................................80
7-05.3(3) Connections to Existing Manholes............................................................................80
7-05.3(5) Manhole Coatings......................................................................................................81
7-05.4 Measurement...................................................................................................................81
7-05.5 Payment...........................................................................................................................81
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................82
7-08.3 Construction Requirements...........................................................................................82
7-08.3(1)C Bedding the Pipe......................................................................................................82
7-08.3(1)D Pipe Foundation.....................................................................................................82
7-08.3(2)A Survey Line and Grade.................................................................................. ..82 rt
7-08.3(2)B Pipe Laying—General.............................................................................................82
7-08.3(2)E Rubber Gasketed Joints..........................................................................................83 so
7-08.3(2)H Sewer Line Connections.........................................................................................83
7-08.3(2)J Placing PVC Pipe.....................................................................................................83 Ij
7-08.3(3)A Backfilling Sanitary Sewer Trenches.....................................................................83
7-08.4 Measurement...................................................................................................................84
7-08.5 Payment...........................................................................................................................84
7-09 PIPE AND FITTINGS FOR WATER MAINS................................................................85
7-09.3(15)A Ductile Iron Pipe....................................................................................................85
7-09.3(15)B Polyvinyl Chloride (PVC)Pipe(4 inches and Over)..........................................85
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene.....................................85
7-09.3(19)A Connections to Existing Mains.............................................................................85
6
a
o++ 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block..................................................86
7-09.3(23) Hydrostatic Pressure Test........................................................................................86
+ra 7-09.3(24)A Flushing and...........................................................................................................87
7-09.3(24)D Dry Calcium Hypochlorite...................................................................................87
7-09.3(24)K Retention Period....................................................................................................87
7-09.3(24)N Final Flushing and Testing...................................................................................87
7-09.3(25) Joint Restraint Systems...........................................................................................88
•w
7-09.4 Measurement...................................................................................................................89
7-09.5 Payment...........................................................................................................................89
7-12 VALVES FOR WATER MAINS.....................................................
7-12.3(1) Installation of Valve Marker Post.............................................................................90
'+ 7-12.3(2) Adjust Existing Valve Box to Grade.........................................................................90
7-12.4 Measurement...................................................................................................................90
as7-12.5 Payment................................................................................................................
7-14 HYDRANTS.......................................................................................................................91
7-14.3(1) Setting Hydrants........................................................................................................91
7-14.3(3) Resetting Existing Hydrants.....................................................................................92
7-14.3(4) Moving Existing Hydrants........................................................................................92
7-14.5 Payment...........................................................................................................................92
7-15 SERVICE CONECTIONS................................................................................................92
7-15.3 Construction Detail s.......................................................................................................92
7-15.5 Payment...........................................................................................................................93
rr7-17 SANITARY SEWERS.......................................................................................................93
7-17.2 Materials..........................................................................................................................93
Ike 7-17.3 Construction Requirements...........................................................................................93
7-17.3(1) Protection of Existing Sewerage Facilities...............................................................93
7-17.3(2)H Television Inspection...............................................................................................93
7-17.4 Measurement...................................................................................................................94
+w 7-17.5 Payment...........................................................................................................................94
8-09 RAISED PAVEMENT MARKERS..................................................................................94
1 8-09.5 Payment...........................................................................................................................94
8-13 MONUMENT CASES.......................................................................................................95
8-13.1 Description......................................................................................................................95
8-13.3 Construction Requirements...........................................................................................95
8-13.4 Measurement...................................................................................................................95
rw
7
war
8-13.5 Payment...........................................................................................................................95
8-14 CEMENT CONCRETE SIDEWALKS...............................:...........................................95
8-14.3(4) Curing.........................................................................................................................95 to
8-14.4 Measurement...................................................................................................................96
8-14.5 Payment...........................................................................................................................96 so
8-17 IMPACT ATTENUATOR SYSTEMS..............................................................................96
8-17.5 Payment.........................:.................................................................................................96
a*
8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL.................96
8-20.2(1) Equipment List and Drawings..................................................................................96
8-22 PAVEMENT MARKING..................................................................................................97 aw
8-22.1 Description......................................................................................................................97
8-22.3(5) Installation Instructions............................................................................................97 g+
8-22.5. Payment...........................................................................................................................98
8-23 TEMPORARY PAVEMENT MARKINGS.....................................................................98
8-23.5 Payment...........................................................................................................................98
9-03.8(7) HMA Tolerances and Adjustments............................................................................98
9-05 DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS....................................99
9-05.4 Steel Culvert Pipe and Pipe Arch (RC).........................................................................99 at
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)..........................................................99
9-05.7(2)A Basis for Acceptance(RC)......................................................................................99
9-05.7(3) Concrete Storm Sewer Pipe Joints RC 99
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC).....................................................99
9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC).......................................................................99
9-05.12 Polyvinyl Chloride (PVC)Pipe..................................................................................100
9-05.12(3) CPEP Sewer Pipe...................................................................................................100 so
9-05.14 ABS Composite Sewer Pipe........................................................................................100
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe..................................................................100
9-05.22 High Density Polyethylene Piping.............................................................................101
9-08 PAINTS.............................................................................................................................102
w►�
9-08.8 Manhole Coating System Products.............................................................................102
9-08.8(1) Coating Systems Specification................................................................................102
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.....................................102
9-23.9 Fly Ash (RC)..................................................................................................................102
9-30 WATER DISTRIBUTION MATERIALS......................................................................103
9-30.3(1) Gate Valves(3inches to 12 inches)..........................................................................103
8
an
so 9-30.3(3) Butterfly Valves........................................................................................................103
9-30.3(5) Valve Marker Posts..................................................................................................104
OWN 9-30.3(7) Combination Air Release/Air Vacuum Valves.......................................................104
9-30.3(8) Tapping Sleeve and Valve Assembly.......................................................................104
9-30.3(9) Blow-Off Assembly...................................................................................................104
to
9-30.5 Hydrants........................................................................................................................104
9-30.5(1) End Connections(RC).............................................................................................104
aw
9-30.5(2) Hydrant Dimensions................................................................................................105
9-30.6(3)B Polyethylene Pipe...................................................................................................105
9-30.6(4) Service Fittings.........................................................................................................105
9-30.6(5) Meter Setters............................................................................................................105
+•r 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED
.....................................................................................................................................................105
rrr
rr
rr
9
rr
03/11/2011
SPECIAL PROVISIONS
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, State of Washington, Commission, Department of
Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference
shall be deemed to mean the City of Renton acting through its City Council, employees, and duly
authorized representatives for all contracts administered by the City of Renton.
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location". wo
1-01.3 Definitions
Section 1-01.3 is revised and supplemented by the following:
so
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A
rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality
of the Work, which might reasonably have been anticipated from historical records of the general
locality of the Work, shall not be construed as an act of god.
Consulting Engineer ar
The Contracting Agency's design consultant, who may or may not administer the construction
program for the Contracting Agency.
Contract Documents at
See definition for"Contract".
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly
executed change orders.
Contract Time ■ri
The period of time established by the terms and conditions of the Contract within which the Work
must be physically completed.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the
bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the lowest jig
responsible and responsive Bidder for the Work.
Contract Execution Date: The date the Contracting Agency officially binds the agency to rrr
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 minor incidental Work,replacement of temporary substitute facilities, or
correction or repair remains for the physical completion of the total contract.
rrr
10
03/11/2011
rr
Contract Completion Date: The date by which the Work is contractually required to be
physically completed. The Contract Completion Date will be stated in the Notice to Proceed.
Revisions of this date will be authorized in writing by the Engineer whenever there is an
+ extension to the Contract time.
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.
Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per
the Contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean
working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by the Owner for the construction engineering of a specific public works
"' project.
Inspector
r The Owner's authorized representative assigned to make necessary observations of the Work
performed or being performed, or of materials furnished or being furnished by the Contractor.
Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying
the Contracting Agency's acceptance of the bid.
Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor
authorizing and directing the Contractor to proceed with Work and establishing the date on which the
All Contract time begins.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed
substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other
information required to obtain the approval of alternative materials or processes by the Owner shall
be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as "Contract Bond" defined in the Standard Specifications.
Plans
The Contract Plans and/or Standard Plans which show location, character, and dimensions of
prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be
bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a
part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings"
or "Standard Details" generally used in Specifications refers to drawings bound either with the
specification documents or included with the Plans or the City of Renton Standard Plans.
Points
Wherever reference is made to the Engineer's points,this shall mean all marks, bench marks,
reference points, stakes,hubs, tack, etc.,established by the Engineer for maintaining horizontal and
vertical control of the Work.
�r
11
,rr
03/11/2011
Provide w
Means "furnish and install"as specified and shown in the Plans.
Secretary,Secretary of Transportation
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of Public Works Administrator.
Shop Drawings
Same as "Working Drawings" defined in the Standard Specifications.
Special Provisions
Modifications to the Standard Specifications and their amendments that apply to an individual
project. The special provisions may describe Work the Specifications do not cover. Such Work shall
comply first with the Special Provisions and then with any Specifications that apply. The Contractor
shall include all costs of doing this Work within the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to The City of
Renton and its authorized representatives where applicable.
we
Supplemental Drawings and Instructions
Additional instructions by the Engineer at request of the Contractor by means of drawings or
documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such so
drawings and instructions are consistent with the Contract Documents.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian as
traffic.
Utility
Public or private fixed improvement for the transportation of fluids, gases, power, signals, or
communications and shall be understood to include tracks, overhead and underground wires, cables,
pipelines, conduits, ducts, sewers, or storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders as
Delete this Section and replace it with the following:
Bidders shall be qualified by experience, financing, equipment, and organization to do the Work
called for in the Contract Documents. The Contracting Agency reserves the right to take whatever IN
action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily.
1-02.2 Plans and Specifications ai
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.
Wk
rW
12
fti
�++ 03/11/2011
„r„ 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
00 Reduced Plans (11" x 17") and 4 Furnished automatically
contract provisions upon award
Large Plans(22"x 34") 4 Furnished only upon
as request
Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost
stated in the Call for Bids.
do
1-02.5 Proposal Forms
Delete this Section and replace it with the following:
(******)
At the request of the 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 maierials 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 bid prices; extensions; summations; the total bid amount; signatures; date; and, where
applicable, retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone
number, and signature; and a State of Washington Contractor's Registration Number. 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.
nr
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 interlineations, 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.
wr+
A bid by a corporation shall be executed in the corporate name, by the president or a vice president
(Or other corporate officer accompanied by evidence of authority to sign).
�+ A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of
the partnership agreement shall be submitted with the Bid Form if any 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.
1-02.6 Preparation of Proposal
The second paragraph is revised as follows:
(******)
All prices shall be in legible figures and words written in ink or typed. The proposal shall include:
1. L A unit price for each item (omitting digits more than four places to the right of the decimal
point), each unit price shall also be written in words; where a conflict arises the written words shall
rrr
prevail.
1-02.6(1) Proprietary Information
1-02.6(1) is a new Section.
(******)
Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable)
fonnula, designs drawings, and research data" so as to be exempt from public disclosure, RCW
do
13
03/11/2011
42.17.3 10, or any materials otherwise claimed to be exempt, along with a Statement of the basis
for such claim of exemption. The Department (or State) will give notice to the vendor of any
request for disclosure of such information received 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
Section 1-02.7 is supplemented with the following:
Bid Bonds shall contain the following:
1. Number assigned to the project by the Contracting Agency;
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 wrr
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 said signature;
6. The signature of the surety's officer empowered to sign the bond form included in the
Contract Provision.
1-02.9 Delivery of Proposal
Revise the first paragraph to read:
Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number as
stated in the Advertisement for Bids, clearly marked on the outside of the envelope Or as otherwise
stated in the Bid Documents, to ensure proper handling and delivery.
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda. ma
1-02.13 Irregular Proposals
Revise item I to read: NA
1. A proposal will be considered irregular and will be rejected if-
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or is at
altered;
C. The complete proposal form contains any unauthorized additions, deletions, alternate
bids, or conditions; si
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; „o
g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as
required in Section 1-2.6
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; or
i. The bid proposal does not constitute a definite and unqualified offer to meet the
material terms of the bid invitation.
14
■r
03/11/2011
1-02.14 Disqualification of Bidders
Revise this section to read:
rr 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet
the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if:
a. More than one proposal is submitted for the same project from a bidder under the same or
different names;
b. Evidence of collusion exists with any other bidder or potential bidder. Participants in
collusion will be restricted from submitting further bids;
c. 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 prequalification of the bidder;
d. 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; progress; affirmative action; equal employment opportunity practices; or
Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise
utilization.
e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or
prevent the prompt completion of the Work bid upon;
f. The bidder failed to settle bills for labor or materials on past or current contracts;
g. The bidder has failed to complete a written public contract or has been convicted of a
crime arising from a previous public contract;
h. The bidder is unable, financially or otherwise,to perform the Work;
i. A bidder is not authorized to do business in the State of Washington (not registered in
accordance with RCW 1827)
j. There are any other reasons deemed proper by the Contracting Agency.
1-02.15 Pre Award Information
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these items or
actions of:
1. A complete statement of the origin, composition, and manufacture of any or all materials to
be used;
�r 2. Samples of these materials for quality and fitness tests;
3. A progress schedule (in a form the Contracting Agency requires) showing the order of time
Zn
required for the various phases of Work;
4. A breakdown of costs assigned to any bid item;
5. Attending 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 and/or county
where the Work is located;
err 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
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.
�r
15
arw
03/11/2011
1-03.2 Award of Contract .r
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
Section 1-03.3 is revised and supplemented as follows:
Within 10 calendar days after receipt from the City of the forms and documents required to be No
completed by the Contractor, 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 .r
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 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting
Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition, the
Contracting Agency requires persons doing business with the Contracting Agency to possess a valid
City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State Contractors
registration number, or both the Bidder shall insert such information in the spaces provided. The
Contracting Agency requires legible copies of the Contractor's Registration and business license be
submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation
activities. so
1-03.4 Contract Bond
Revise the first paragraph to read:
no
The successful bidder shall provide an executed contract bond for the full contract amount. This
contract bond shall:
1. Be on the Contracting Agency-furnished form;
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;
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 (subcontractors, or lower tier subcontractors of the Contractor) to pay
all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any
w
16
wr 03/11/2011
w other person who provides supplies or provisions for carrying out 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 a written proof of the authority of the
individual signing the bond to bind the corporation (i.e., corporate resolution, power of
■r
attorney or a letter to such effect by the president or vice-president).
1-03.7 Judicial Review
Revise the last sentence to read:
The venue of all causes of action arising from the advertisement, award, execution, and performance
of the Contract shall be in the Superior Court of the County where the Contracting Agency's
headquarters are located.
wr
1-04 SCOPE OF WORK
�r 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,
and Addenda
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., I presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda
2. Proposal Form
3. Special Provisions
4. Contract Plans
5. Contracting Agency's Standard Plans(if any)
r 6. Amendments to the Standard Specifications
7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction
8. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
r
1-04.3 Contractor-Discovered Discrepancies
Section 1-04.3 is a new section:
' Upon receipt of award of contract, the Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all field
measurements. The Contractor shall, prior to ordering material or performing Work, report in writing
to the Engineer any error, inconsistency, or omission in respect to design or mode of construction,
�. which is discovered. If the Contractor, in the course of this study or in the accomplishment of the
Work, finds any discrepancy between the Plans and the physical condition of the locality as
represented in the Plans, or any such errors or omissions in respect to design or mode of construction
in the Plans or in the layout as given by points and instructions, it shall be the Contractor's duty to
inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any
Work done after such discovery, until correction of Plans or authorization of extra Work is given, if
the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is
involved,the procedure shall be as provided in Section 1-04.4 of the Standard Specifications.
1-04.4 Changes
The last two paragraphs are replaced with the following:
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate
such proposals by the Contractor on a case-by-case basis.
+wr
up
17
or
03/11/2011 go
1-04.8 Progress Estimates and Payments .r
Section 1-04.8 is supplemented as follows:
The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of
"Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in Nr
regard to the actual percentage of any lump sum pay item accomplished and eligible for payment
unless another specific method of calculating lump sum payments is provided elsewhere in the
Specifications. go
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
(******) No
All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the
Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
salvaging and delivering such items shall be considered incidental to the project and no compensation
will be made.
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work,
equipment and materials required to perform final cleanup. If this pay item does not appear in the
Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay
item and no further compensation shall be made.
1-05 CONTROL OF WORK ;
1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented with the following: +rr
If the project calls for the Contractor supplied surveying, the Contractor shall provide all required
survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these
Specifications as being provided by the Engineer. All costs for this survey Work shall be included in
"Contractor Supplied Surveying," per lump sum.
The Engineer or the Contractor supplied surveyor will provide construction stakes and marks
establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per
Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and
excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes
and marks.
The Contractor shall provide a work site, which has been prepared to permit construction staking to
proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor
supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the
Engineer or the Contractor supplied surveyor adequate time for setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of
replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or
damaged by the Contractor's operations. This charge will be deducted from monies due or to become
due to the Contractor. No
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work
allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control
points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
error was furnished by the Engineer. Three consecutive points set on line or grade shall be the
minimum points used to determine any variation from a straight line or grade. Any such variation
shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall
be liable for any error in alignment or grade.
18
rr
03/11/2011
The Contractor shall provide all surveys required other than those to be performed by the Engineer.
All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of
these Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format set by
the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the
Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these
field notes shall be provided the Engineer upon request and upon completion of the Contract Work
the field book or books shall be submitted to the Engineer and become the property of the Contracting
Agency.
If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the
Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the
survey Work and the survey Work will be completed by the Engineer at the Contractor's expense.
Costs for completing the survey Work required by the Engineer will be deducted from monies due or
to become due the Contractor.
All costs for survey Work required to be performed by the Contractor shall be included in the prices
bid for the various items which comprise the improvement or be included in the bid item for
"Contractor Supplied Surveying" per lump sum if that item is included in the contracts.
1-05.4(3) Contractor Supplied Surveying
Section 1-05.4(3) is anew section:
When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the
survey Work required for the project. The Contractor shall retain as a part of the Contractor
•+� Organization an experienced team of surveyors under the direct supervision of a professional land
surveyor licensed by the State of Washington. All survey Work shall be done in accordance with
Sections 1-05.4 and 1-11.
The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies,
and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the
project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be
corrected to the satisfaction of the Engineer before the survey Work may be continued.
The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner
to protect all survey stakes fro►n harm. The Contractor shall inform the Surveyor of the Contractor's
intent to remove any survey stakes and/or points before physically removing them.
The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor
shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for
the project.
If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and
Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer
may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work
as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied
surveying from monies owed to the Contractor.
s
Payment per Section 1-04.1 for all Work and materials required for the full and complete survey
Work required to complete the project and As-Built drawings shall be included in the lump sum price
for "Construction Surveying, Staking, and As-Builts."
1-05.4(4) Contractor Provided As-Built Information
Section 1-05.4(4) is a new section:
It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches,
19
+r
03/11/2011
by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed rr
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, and Electrical Cabinets. so
After the completion of the Work covered by this contract, the Contractor's 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 so
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 Surveyor's seal and
signature certifying its accuracy.
Wo
All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking,
and As-Builts", lump sum.
1-05.7 Removal of Defective and/or Unauthorized Work we
Section 1-05.7 is supplemented as follows:
Upon written notice from the Engineer,the Contractor shall promptly replace and re-execute Work by ,o
Contractor forces, in accordance with the intent of the Contract and without expense to the Owner,
and shall bear the expense of making good all Work of other contractors destroyed or damaged by
such removal or replacement.
err
If the Contractor does not remove such condemned Work and materials and commence re-execution
of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of
the Work required by the Contract Documents, the Owner 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. In that case, the Owner may store removed material.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying go
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 go
Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's
unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such
removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact
of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such
materials at public or private sale, and deduct all costs and expenses incurred from monies due to the
Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The
Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any
deficiency from any funds otherwise due the Contractor.
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,the Property Owner and the Property
Owner's property. to
.r
20
No
03/11/2011
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the Work attributable to the exercise of the Contracting Agency's rights provided by
this section.
w. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's
right to pursue any other avenue for additional remedy or damages with respect to the Contractor's
failure to perform the Work as required.
1-05.10 Guarantees
Section 1-05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or
unauthorized Work is discovered, the Contractor shall promptly, upon written order by the
Contracting Agency, return and in accordance with the Engineer's instructions, either correct such
Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it
with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor
does not promptly comply with the written order to correct defective and/or unauthorized Work, or if
an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized
Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/or
Unauthorized Work."
The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting
NO Agency's rights under any law to obtain damages and recover costs resulting from defective and/or
unauthorized Work discovered after one year but prior to the expiration of the legal time period set
forth in RCW 4.16.040 limitin- actions upon a contract in writing, or liability expressed of implied
arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or
incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the
right of persons furnishing materials or labor, to recover under any bond given by the Contractor for
their protection, or anv rights under any law permitting such persons to look to funds due the
Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and
notice of its provisions shall be given to all persons furnishing materials for the Work when no formal
contract is entered into for such materials.
aw 1-05.11 Final Inspection
1-05.11(1) Substantial Completion Date
Section 1-05.11(1)is anew section:
When the Contractor considers the Work to be substantially complete, the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will
schedule an inspection of the Work with the Contractor to determine the status of completion.
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
2. Only minor incidental Work, replacement of temporary substitute facilities, or
correction of repair Work remains to reach physical completion of the Work.
The Contractor's request shall list the specific items of Work in subparagraph two above that remains
to be completed in order to reach physical completion. The Engineer may also establish the
ow Substantial Completion Date unilaterally.
If after this inspection,the Engineer concurs with the Contractor that the Work is substantially
ow
21
IM
03/11/2011
complete and ready for its intended use,the Engineer, by written notice to the Contractor, will set the 4W
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.
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
Section 1-05.11(2) is a new Section:
When the Contractor considers the Work physically complete and ready for Final Inspection, the
Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer
will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection
and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection
reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued
vigorously, diligently, and without interruption until physical completion of the listed deficiencies.
This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written
Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor
will not be allowed an extension of contract time because of a delay in the performance of the Work
attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting lei
Agency, in writing, of the date upon which the Work was considered physically complete, that date
shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations
of the Contractor under the Contract have been fulfilled.
to
1-05.11(3) Operational Testing
Section 1-05.11(3) is a new section:
Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum we
of 3 working days' notice of the time for each test and inspection. If the inspection is by another
authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days'
notice of the date fixed for such inspection. Required certificates of inspection by other authority than
the Engineer shall be secured by the Contractor. r
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. err
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
22
040 03/11/2011
to tested during this period shall be tested under the observation of the Engineer, so that the Engineer
may determine their suitability for the purpose for which they were installed. The Physical
Completion Date cannot be established until testing and corrections have been completed to the
4W satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
40
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.
1-05.12 Final Acceptance
law The third and fourth sentences in paragraph 1 are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally approves
acceptance of the Contract.
1-05.13 Superintendents, Labor and Equipment of Contractor
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-
02.1, the Contracting Agency will take these performance reports into account.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented as follows:
�r The Contractor shall afford the Owner and other contractors working in the area reasonable
opportunity for the introduction and storage of their materials and the execution of their respective
Work, and shall properly connect and coordinate the Contractor's Work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project area are:
1. Puget Sound Energy(gas and electric)
2. AT&T Broadband
3. Qwest Communications
4. City of Renton(water, sewer, transportation)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
7. Skyway Sewer and Water District
8. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service
cabinet.
1-05.16 Water and Power
Section 1-05.16 is a new Section:
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.
aw 1-05.17 Oral Agreements
Section 1-05.17 is a new section:
wr
23
w.
03/11/2011
(******)
No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency,
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 Contracting Agency,
unless subsequently put in writing and signed by the Contracting Agency.
1-05.18 Contractor's Daily Diary ow
Section 1-05.18 is a new section:
(******)
The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record so
of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is
commonly available through commercial outlets. The diary must contain the Project and Number; if
the diary is in loose-leaf form, this information must appear on every page. The diary must be kept
and maintained by the Contractor's designated project superintendent(s). Entries must be made on a aw
daily basis and must accurately represent all of the project activities on each day.
At a minimum,the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of Work accomplished during the day with adequate references to
the Plans and Contract Provisions, so that the reader can easily and accurately identify said
Work in the Plans. Identify location/description of photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect the Contractor, the
Owner, or any third party in any manner.
5. Listing of any materials received and stored on- or off-site by the Contractor for future
installation, to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day. �rrr
8. Listing of the number of the Contractor's employees working during each day by category
of employment.
9. Listing of the Contractor's equipment working on the site during each day. Idle equipment go
on the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished by the
Owner or other party during each day.
11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic
control devices and condition of the traveled roadway surfaces. The Contractor shall not
allow any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the nature,
quantity, and quality of Contractor's progress on each day. rir
13. Plan markups showing locations and dimensions of constructed features to be used by the
Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers.
15. Each page must be signed and dated by the Contractor's official representative on the
project.
The Contractor may use additional sheets separate from the diary book if necessary to provide a
complete diary record, but they must be signed, dated, and labeled with project name and number.
It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained
by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of «rr
any potential claims or disputes that might arise during this contract. Failure of the Contractor
to maintain this diary in the manner described above will constitute a waiver of any such claims
or disputes by the Contractor. ow
The Engineer or other Owner's representative on the job site will also complete a Daily Construction
Report.
24
wl�
ar 03/11/2011
ON
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall
go 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 the Engineer as to conformity with the
Contract Documents. The Engineer will review the lists within 10 working days, noting required
wr corrections. The Contractor shall make required corrections and file 2 corrected copies with the
Engineer within one week after receipt of required corrections. The Engineer's review and acceptance
of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose,
nor for deviations from the Contract Documents.
r
1-06.2(1) Samples and Tests for Acceptance
Section 1-06.2(1) is supplemented a follows:
(******)
No The finished Work shall be in accordance with approved samples. Approval of samples by the
Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance
with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Section 1-06.02(2) is supplemented by adding the following:
+. Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of
Renton.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
i„ Section 1-07.1 is supplemented as follows:
(******)
The Contractor shall erect and properly maintain, at all times, as required by the conditions and
progress of the Work, all necessary safeguards for protection of workers and the public; shall post
wr danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a
responsible employee on the construction site whose duty shall be the enforcement of safety. The
name and position of such person so designated shall be reported in writing to the Engineer by the
Contractor.
The Contractor shall, at all times, enforce strict discipline and good order among all employees and
shall not employ any person unfit or not skilled in the Work assigned to him/her.
rrr
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
public observation, shall be provided and maintained by the Contractor.
via 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
r
25
aw
03/11/2011
care, and 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.
rr
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 intended to include review and adequacy of the so
Contractor's safety measures, in, on, or near the project site.
1-07.2 State Sales Tax s
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2(1) General
.r�
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 .rM
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(RCW 60.28.050). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of Revenue, Am
whether the amount owed relates to this contract or not. Any amount so deducted will be paid into
the proper state fund.
w
err
err
rr
rr
Orr
26
"w 03/11/2011
No 1-07.2(2) State Sales Tax—Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc.,
40 which are owned by a municipal corporation, or political subdivision of the state, or by the United
States, and which are used primarily for foot or vehicular traffic. This includes storm or combined
sewer systems within and included as part of the street or road drainage system, and power lines when
such are part of the roadway lighting system. For Work performed in such cases,the Contractor shall
include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract
amounts, including those that the Contractor pays on the purchase of the materials, equipment, or
supplies used or consumed in doing the Work.
+wr
1-07.2(3) State Sales Tax—Rule 170
WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing
buildings, or other structures, upon real property. This includes, but is not limited to;the construction
of streets, roads, highways, etc.,owned by the state of Washington; water mains and their
.r 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, retail
sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to
each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in
the unit bid item prices, or in any other contract amount subject to Rule 170, with the following
exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a
subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable
supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices
dw or in any other contract amount.
1-07.2(4) 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).
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
The permits, easements, and right of entry documents that have been acquired are available for
inspection and review.
The Contractor shall be required to comply with all conditions of the permits, easements, and rights
of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from
claims on all easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall
comply with the special provisions and requirements of each.
27
err
03/11/2011
111
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and
during the prosecution of the Work, and inspection fees in connection therewith shall be secured and
paid for by the Contractor. If the Owner is required to secure such permits, permission under
franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be f1111
charged against the Contractor and deducted from any funds otherwise due the Contractor.
1-07.9 Wages
r
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
(******)
.r
The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and
lower tier subcontractors, regardless of project's funding source.
1-07.11 Requirements for Non-Discrimination
1-07.11(11) City of Renton Affidavit of Compliance
Section 1-07.11(11) is new:
(******)
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the
"City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be
bound in the bid documents. 4
1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
(******)
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
amendments thereto supersede any conflicting provisions of the Standard Specifications and are made
a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended,
are less restrictive than Washington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor ,I1r
insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates
which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract
requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier
subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, No
REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and
lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will
be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates,
and this Special Provision.
1-07.13 Contractor's Responsibility for Work
.rr
1-07.13(1) General
Section 1-07.13(1)is supplemented as follows:
During unfavorable weather and other conditions, the Contractor shall pursue only such portions of
the Work as shall not be damaged thereby.
No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable
conditions shall be constructed while these conditions exist, unless the Contractor shall be able to
overcome said unfavorable conditions by special means or precautions acceptable to the Engineer,.
1-07.15 Temporary Water Pollution/Erosion Control
Delete the first paragraph, and replace it with the following:
(******)
In an effort to prevent, control, and stop water pollution and erosion within the project, thereby
28
Orr 03/11/2011
w„ protecting the Work, nearby land, streams, and other bodies of water, the Contractor shall perform all
Work in strict accordance with all Federal, State, and local laws and regulations governing waters of
the State, as well as permits acquired for the project.
Wo 1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented by adding the following:
The Contracting Agency will obtain all easements and franchises required for the project. The
Contractor shall limit his operation to the areas obtained and shall not trespass on private property.
irr
The Contracting Agency may provide certain lands, as indicated in connection with the Work under
the Contract together with the right of access to such lands. The Contractor shall not unreasonably
encumber the premises with his equipment or materials.
The Contractor shall provide, with no liability to the Contracting Agency, any additional land and
access thereto not shown or described that may be required for temporary construction facilities or
storage of materials. He shall construct all access roads, detour roads, or other temporary Work as
required by his operations. The Contractor shall confine his equipment, storage of material, and
operation of his workers to those areas shown and described and such additional areas as he may
provide.
wr
A. General. All construction Work under this contract on easements, right-of-way, over
private property or franchise, shall be confined to the limits of such easements, right-of-way or
franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a
r minimum amount of damage. The Contractor shall schedule his Work so that trenches across
easements shall not be left open during weekends or holidays and trenches shall not be open for more
than 48 hours.
dw B. Structures. The Contractor shall remove such existing structures as may be necessary for
the performance of the Work and, if required, shall rebuild the structures thus removed in as good a
condition as found. He shall also repair all existing structures that may be damaged as a result of the
.rr
Work under this contract.
C. Easements, cultivated areas and other surface improvements. All cultivated areas, either
agricultural or lawns, and other surface improvements which are damaged by actions of the
w Contractor shall be restored as nearly as possible to their original condition.
Prior to excavation on an easement or private right-of-way,the Contractor shall strip topsoil from the
trench or construction area and stockpile it in such a manner that it may be replaced by him, upon
completion of construction. Ornamental trees and shrubbery shall be carefully removed with the
earth surrounding their roots wrapped in burlap and replanted in their original positions within 48
hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of
equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to
trench through any lawn area,the sod shall be carefully cut and rolled and replaced after the trenches
have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and
„r debris.
The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by
side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way,
which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be
removed by the Contractor and immediately replace, after the trench is backfilled, in their original
position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in
advance of any Work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from dewatering and/or other
29
w
03/11/2011
construction activity under this contract shall be restored to their original condition or better. The
original condition shall be established by photographs taken and/or inspection made prior to
construction. All such Work shall be done to the satisfaction of the Property Owners and the
Contracting Agency at the expense of the Contractor.
D. Streets. The Contractor will assume all responsibility of restoration of the surface of all
streets(traveled ways) used by him if damaged.
In the event the Contractor does not have labor or material immediately available to make necessary
repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make
the necessary repairs and the cost of such repairs shall be paid by the Contractor.
rr
The Contractor is responsible for identifying and documenting any damage that is pre-existing or
caused by others. Restoration of excavation in City streets shall be done in accordance with the City
of Renton Trench Restoration Requirements, which is available at the Public Works Department
Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. >tr
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information available to the
Engineer. Information and data shown or indicated in the Contract Documents with respect to
existing underground utilities or services at or contiguous to the project site are based on information
and data furnished to the Owner and the Engineer by owners of such underground facilities or others,
and the Owner and the Engineer do not assume responsibility for the accuracy or completeness
thereof. It is to be understood that other aboveground or underground facilities not shown in
the Plans may be encountered during the course of the Work. rr
All utility valves, manholes,vaults, or pull boxes which are buried shall be conspicuously marked in a
fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be
determined by the Engineer or utility personnel under adverse conditions, (inclement weather or No
darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power, or to
telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume
that every property parcel will be served by a service connection for each type of utility.
The Contractor shall check with the utility companies concerning any possible conflict prior to to
commencing excavation in any area. The Contractor shall resolve all crossing and clearance
problems with the utility company concerned. No excavation shall begin until all known facilities, in
the vicinity of the excavation area, have been located and marked.
irr
In addition to the Contractor having all utilities field marked before starting Work, the Contractor
shall have all utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
■n
At least 2 and not more than 10 working days prior to commencing any excavations for utility
potholing or for any other purpose under this Contract, the Contractor shall notify the Underground
Utilities Location Center by telephone of the planned excavation and progress schedule. The
Contractor is also warned that there maybe utilities on the project that are not part of the One Call
system. They must be contacted directly by the Contractor for locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so.
of
30
No 03/11/2011
to Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or
relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments
may be completed before the Contractor begins Work, or may be performed in conjunction with the
Contract Work. The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or permanent, of their
facilities within the project limits. See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, the Contractor shall continue the construction process on other
aspects of the project whenever possible. No additional compensation will be made to the Contractor
for reason of delay caused by the actions of any utility company, and the Contractor shall consider
such costs to be incidental to the other items of the Contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing utilities in
advance of the Contractor's operations. If potholing is not included as a bid item then it shall be
► considered incidental to other Work. The Contractor shall submit all potholing requests to the
Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the
Contractor shall provide potholing at the Engineer's request.
aw In no wav shall the Work described under Utility Potholing relieve the Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,
and elsewhere in the Contract Documents.
1-07.17(1) Interruption of Services
Section 1-07.17(1) is a new section:
err Whenever in the course of the construction operation it becomes necessary to cause an outage of
utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less
than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize
the duration of outages, and shall estimate the length of time service will be interrupted and so notify
the users. h1 the case of any utility outage that has exceeded or will exceed four hours, user contact
shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to
the Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing
temporary overhead lighting to meet above requirements shall be incidental to the various unit and
Lump sum items of the Contract; no separate payment will be made.
ar
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
(******)
1-07.18(1) General
The Contractor shall obtain and maintain in full force and effect, from the Contract Execution
Date to the Completion Date, public liability and property damage insurance with an insurance
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.
wr
31
�w
03/11/2011
The Contracting Agency may request a copy of the actual declaration pages(s)for each insurance W
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.
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. IN!
1-07.18(2) Coverages
As part of the response to this proposal, the Contractor shall submit a completed City of Renton
Insurance Information form, which details specific coverage and limits for this contract. rr
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:
1. 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.
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 ofAVII (A rating of XII or better is preferred.)
If any insurance carrier possesses a rating of less than AVII, the City may make an
exception.
.r
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 w
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.
rr
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 am
Owned Vehicles
Non-Owned Vehicles
Hired Vehicles
C. Workers'Compensation so
Statutory Benefits(Coverage A) - Show Washington Labor& Industries Number
D. Umbrella Liability(when necessary)
rr
32
ow
err 03/11/2011
*W 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, (i.e. architectural, engineering, advertising, or computer programming) the
r"' 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.
VA F. The Contracting Agency reserves the right to request and/or require additional
coverages as may be appropriate based on Work performed(i.e. pollution liability).
The 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
provide City of Renton Certificates of Insurance prior to commencement of Work. The City
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 self-
.insurance carried by City of Renton.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
ow D. Policy may not be non-renewed, canceled or materially changed or altered unless forty-
tive (45) days prior written notice is provided to City of Renton. Notification shall be
provided to City of Renton by certified mail.
wo
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the Contractor from
am liability in excess of such limits. The Contractor shall carry the following limits of liability as
required below:
Commercial General Liabilitv
General Aggregate* $2,000,000 **
Products/Completed Operations $2,000,000 **
Aggregate
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000.000
Fire Damage (Any One Fire) $50,000
Medical Payments (Any One $5,000
err Person)
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
4W (ISO
may vary based on project risk
Automobile Liabilitv
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers' Compensation
Statutory Benefits- Coverage A Variable
(Show Washington Labor and Industries Number)
+•� Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations $1,000,000
"" Aggregate
Professional Liability(If
required)
ew Each Occurrence/ $1,000,000
Incident/Claim
Aggregate $2,000,000
err
33
r
03/11/2011
Pollution Liabili , (If required)
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 writing in the event any general
aggregate or other aggregate limits are reduced. At their own expense, the Contractor will
reinstate the aggregate to comply with the minimum limits and requirements as stated in Section
1-07.18(3) and shall furnish 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 following: ►
1. City of Renton Insurance Information Forin(attached herein)without modification.
2. Certificate of Insurance (Accord 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: "Policy may not be non-renewed,
canceled or materially changed or altered unless 45 days prior written notice is to
provided to the City". Notification shall be provided to the City by certified mail.
For Professional Liability coverage only, instead of the cancellation language specified
above, the City will accept a written agreement that the consultant's broker will provide
the required notification.
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under such
restrictions as may be required by the proper authorities. Explosives shall be handled and used in
strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The as
individual in charge of the blasting shall have a current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
conjunction with blasting operations. at
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic In"
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the go
Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads,
streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good,
clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired
at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired
by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The
Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project
limits when affected by the Contractor's operations. Snow and ice control will be performed by the
Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting
.r
34
WA 03/11/2011
No Agency's expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the Work that might impede traffic or create a
rr hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds.
(The Contracting Agency will continue the route maintenance on such system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall
be responsible for scheduling when to renew striping, subject to the approval of the Engineer.
+■ When the scope of the project does not require Work on the roadway, the Contracting Agency
will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's
expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage
structures will be at the Contracting .Agency's expense when approved by the Engineer, except
when flow is impaired due to the Contractor's operations.
Section 1-07.23(1)is supplemented by adding the following:
The Contractor shall be responsible for controlling dust and mud within the project limits and on any
w■ 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 project and no compensation will he
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.
The 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 the
Contractor.
At least one-way traffic shall be maintained on all cross-streets within the project limits during
working hours. One lane shall be provided in each direction for all streets during non-working hours.
The Contractor shall provide one drivable roadway lane and maintain convenient access for local and
commuter traffic to driveways, businesses, and buildings along the line of Work 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.
rr
The Contractor shall notify and coordinate with all property owners and tenants of street closures, or
other restrictions which may interfere with their access at least 24 hours in advance for single-family
residential property, and at least 48 hours in advance for apartments, offices, and commercial
property. The Contractor shall give a copy of all notices to the Engineer.
When the abutting owners' access across the right-of-way line is to be eliminated and replaced under
the Contract by other access, the existing access shall not be closed until the replacement access
facility is available.
stir►
35
or
03/11/2011
All unattended excavations shall be properly barricaded and covered at all times. The Contractor 9W
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 the Contractor's expense, except in areas where the
roadway remains closed to public traffic. Steel plates must be anchored.
w
1-07.23(2) Construction and Maintenance of Detours
Revise the first paragraph to read:
Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The
Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer
needed:
wr
1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge,
sidewalk, driveway, or path during construction, err
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
1-07.24 Rights-of-Way ►
Delete this section in its entirety, and replace it with the following:
Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the 1W
Drawings. The Contractor's construction activities shall be confined within these limits unless
arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and rw
easements, both permanent and temporary, necessary for carrying out the completion of the Work.
Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a
duly issued addendum.
sr
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 .w►
agreements are included in the Contract Provisions or made available to the Contractor as soon as
practical after they have been obtained by the Engineer.
Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so so
noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where
right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the
Contractor that the right-of-way or easement is available or that the right-of-entry had 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 of 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 Contactor. This includes
entry onto easements and private property where private improvements must be adjusted.
The Contractor shall be responsible for providing, without expense or liability of 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 rr
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
36
No 03/11/2011
w. statement shall include the parcel number, address and date of signature. Written releases must be
filed with the Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
Section 1-08.0 is a new section with subsection:
1-08.0(1) Preconstruction Conference
Section 1-08.0(1) is a new subsection:
The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2
"Plans and Specifications". Additional documents may be furnished upon request at the cost of
reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and
compare the Contract Documents, and check and verify pertinent figures shown therein and all
applicable field measurements. The Contractor shall promptly report in writing to the Engineer any
conflict, error or discrepancy, which the Contractor may discover.
wr
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstru::tion conference will be held between the Contractor, the Engineer and such other
Interested parties as may be invited.
The Contractor shall prepare and submit at the preconstruction meeting:
4 Contractor's plan of operation and progress schedule(3+copies)
aw Approval of qualified subcontractors (bring list of subcontractors if different from list
submitted with bid)
4 List of materials fabricated or manufactured off the project
Material sources on the project
4 Names of principal suppliers
-+ Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both
working and standby rates)
4 Weighted wage rates for all employee classifications anticipated to be used on Project
Cost percentage breakdown for lump sum bid item(s)
4 Shop Drawings (bring preliminary list)
4 Traffic Control Plans(3+ copies)
4 Temporary Water Pollution/Erosion Control Plan
In addition,the Contractor shall be prepared to address:
Bonds and insurance
err Project meetings—schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage
Time schedule for relocations, if by other than the Contractor
Compliance with Contract Documents
Acceptance and approval of Work
�r Labor compliance, payrolls, and certifications
Safety regulations for the Contractors'and the Owner's employees and representatives
Suspension of Work,time extensions
Change order procedures
Progress estimates, procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special Work
Any interpretation of the Contract Documents requested by the Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the Work
Processing and administration of public complaints
�wr
37
rr
03/11/2011
Easements and rights-of-entry rrr
Other contracts
The franchise utilities may be present at the preconstruction conference, and the Contractor should be
prepared for their review and discussion of progress schedule and coordination. a*
1-08.0(2) Hours of Work
Section 1-08.0(2) is a new subsection:
(******)
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
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.
alt
If a 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. an 6:00 p.m. is not
required. Such requests shall be submitted to the Engineer no later than noon on the working day go
prior to the day for which the Contractor is requesting permission to Work.
Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the dw
hours of 10:00 p.m. and 7:00 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. go,
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 ww
working hours Monday through Friday may be given subject to certain other conditions set forth by
the Contracting Agency or the 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 cost of engineering
salaries paid Contracting Agency employees who worked during such times; 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 material testing labs; 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
Section 1-08.0(3) is a new subsection:
Where the Contractor elects to Work on a Saturday, Sunday, 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. The Contractor shall reimburse the
Contracting Agency for the full amount of the straight time plus overtime costs for employees and
representative(s)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 the Contractor.
1-08.1 Subcontracting
Revise the second paragraph to read: wo
38
03/11/2011
r.r The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall
provide proof that subcontractor has the experience, ability, and equipment the Work requires. The
Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all
certificates and statements required by the Contract. The Contractor shall require each subcontractor
of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these
requirements in every subcontract of every tier.
Section 1-08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at
least 7 calendar days prior to start of a subcontractor's Work.
The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all
subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by
the subcontractors, as well as for the acts and ornissions of persons directly employed by the
Contractor. The Contractor shall be required to give personal attention to the Work that is sublet.
Nothing contained in the Contract Documents shall create any contractual relation between any
subcontractor and the Owner.
The Contractor shall be responsible for making sure all subcontractors submit all required
documentation, forms, etc.
1-08.2 Assignment
The second paragraph of Section 1-08.2 is modified as follows:
The Contractor shall not assign any moneys due or to become due to the Contractor hereunder
without the prior written consent of the Owner. The assignment, if approved, shall be subject to all
setoffs, withholdings, and deductions required by law and the Contract.
1-08.3 Progress Schedule
Section 1-083 is supplemented as follows:
The progress schedule for the entire project shall be submitted 7 calendar days prior to the
Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM),
preferably using Microsoft Project or equivalent software. The schedule shall contain this
information, at a minimum:
+r. 1. Construction activities, in sufficient detail that all activities necessary to construct a complete
and functional project are considered. Any activity that has a scheduled duration exceeding 30
calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar
days.
The schedule shall clearly indicate the activities that comprise the critical path. For each activity
not on the critical path,the schedule shall show the float, or slack, time.
2. Procurement of material and equipment.
3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the
Engineer shall be shown as separate activities.
4. Work to be perforned by a subcontractor, agent, or any third party.
5. Allowances for delays that could result from normal inclement weather (time extensions due to
rrr inclement weather will not be allowed).
6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust
their facilities as required.
The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the
opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination
with any other activity of other contractors,the availability of all or portions of the job site, or special
provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor
shall provide such revised schedule within 10 days of request.
39
ow
03/11/2011
If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind rr
schedule, the Contractor may be required to submit a plan for regaining progress and a revised
schedule indicating how the remaining Work items will be completed within the authorized contract
time.
err►
The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will
require revision of the schedule and shall promptly submit proposed revisions in the progress
schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the
revised schedule shall be followed by the Contractor.
Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets
forth specific Work to be performed the following week, and a tentative schedule for the second
week.
Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work
against the progress schedule a minimum of two times per month. Failure, without just cause, to rr
maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If,
through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer
will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved
revisions will thereafter, in all respects, apply in lieu of the original schedule. "�
Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions
thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all
or any portion of the job site, and will relieve the Owner of any responsibility for delays to the
Contractor in the performance of the Work.
The cost of preparing the progress schedule, any supplementary progress schedules, and weekly 01
schedules shall be considered incidental to the Contract and no other compensation shall be made.
1-08.4 Notice to Proceed and Prosecution of the Work
Section 1-08.4 is replaced with the following: o
Notice to Proceed will be given after the Contract has been executed and the Contract bond and
evidence of insurances have been approved and filed by the Owner. The Contractor shall not .W
commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall
commence construction activities on the project site within ten days of the Notice to Proceed date.
The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption
until physical completion of the Work. There shall be no voluntary shutdowns or slowing of ■r
operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve
the Contractor from the contractual obligation to complete the Work within the prescribed Contract
Time.
so
1-08.5 Time For Completion
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, or the date identified in the Notice to Proceed as "the first
working day", and shall end on the Contract Completion date.
A non-working 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 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. 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
40
am 03/11/2011
No 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 that, 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 non-working day or an
Engineer determined unworkable day.
Because the City will be closed and the employees furloughed, the following dates shall also be
considered non-working days; Friday, May 22, 2009; Friday, September 4, 2009; Monday, October
12, 2009; and Wednesday,November 25, 2009.
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 non-working days;
..r 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 approved progress 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 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.
Revise the seventh paragraph to read:
The Engineer will �„ive the Contractor written notice of the completion date of the Contract after all
the Contractor's ebligations under the Contract have been performed by the Contractor. The
following events must occur before the Completion Date can be established:
rr
1. The physical Work on the project must be complete; and
2. The Contractor must furnish all documentation required by the Contract and required by law, to
allow the Contracting Agency to process final acceptance of the Contract. The following
documents must be received by the Project Engineer prior to establishing a completion date:
a. Certified Payrolls(Federal-aid Projects)
b. Material Acceptance Certification Documents
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of
Amounts Credited as DBE Participation, as required by the Contract Provisions.
d. FHWA 47 (Federal-aid Projects)
e. Final Contract Voucher Certification
£ Property owner releases per Section 1-07.24
Section 1-08.5 is supplemented as follows:
Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor
shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed
critical by the Contracting Agency, including but not limited to signal controller materials, lighting
#W standards, and signal standards required for the physical completion of the Contract. Such purchase
orders shall disclose the estimated delivery dates for the equipment.
Im
41
or
03/11/2011
All items of Work that can be performed without delivery of the critical items shall start and be wr
completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the
Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a
purchase order within 10 calendar days after execution of the Contract by the Contracting Agency.
a"
The Contractor will be entitled to only one such suspension of time during the performance of the
Work and during such suspension shall not perform any additional Work on the project. Upon
delivery of the critical items, contract time will resume and continue to be charged in accordance with ou
Section 1-08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in
writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in
the written notice from the Owner to the Contractor to do so. Am
The Contractor shall not suspend Work under the Contract without the written order of the Owner.
If it has been determined that the Contractor is entitled to an extension of time, the amount of such ow
extension shall be only to compensate for direct delays, and shall be based upon the Contractor's
diligently pursuing the Work at a rate not less than that which would have been necessary to complete
the original Contract Work on time. 40
1-08.7 Maintenance During Suspension
Revise the second paragraph to read:
so
At no expense to the Contracting Agency,the Contractor shall provide through the construction area a
safe, smooth, and unobstructed roadway, sidewalk. driveway, and path for public use during
suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary aw
road or detour.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented as follows: irr
In addition, the Contractor shall compensate the Owner for actual engineering inspection and
supervision costs and any other expenses and legal fees incurred by the Owner as a result of such
delay. Such labor costs will be billed to the Contractor at actual costs, including administrative
overhead costs.
In the event that the Owner is required to commence any lawsuit in order to enforce any provision of
this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs,
including reasonable attorneys fees, from the Contractor.
1-08.11 Contractor's Plant and Equipment
Section 1-08.11 is a new Section:
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 the Contractor's operations have commenced until final acceptance of the Work by go
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
me
42
#A* 03/11/2011
to of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured
areas.
1-08.12 Attention to Work
o Section 1-08.12 is a new section:
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:
"W 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.
rw 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. The 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.
r Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no
duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
wr 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
rr 3 Drivers name, date and time of delivery
4 Location of delivery, by street and stationing on each street
5 Place for the Engineer to acknowledge receipt
6 Pay item number
7 Contract number and/or name
It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for
+. each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
Loads will be checked by the Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be the 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 the Engineer and there shall be no
�r
43
rr
03/11/2011
duplication of numbers. wo
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 No
2. Truck tare weight(stamped at source)
3. Gross truckload weight in tons (stamped at source)
4. Net load weight(stamped at source) aw
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for the 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: so
The bid items listed in Section 1-09.14 will be the only items for which compensation will be made
for the Work described in each section of the Standard Specifications 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 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
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. as
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
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 Aw
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 aw
made on monthly estimates to the extent allowed.
1-09.6 Force Account
Section 1-09.6 is supplemented as follows: Aw
Owner 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 the Contractor's total bid. However, the Owner 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 the Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
44
++► 03/11/2011
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 the Contractor's personnel; and obtaining permits or licenses required to complete the
project not furnished by the Owner.
This item shall also include providing the Engineer and the Inspectors with access to telephone,
' facsimile machine, and copy machine during all hours the 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 & Demobilization," Lump Sum.
1-09.9 Payments
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
meeting.
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 detennining progress payment. The progress estimates are subject to change at any time
prior to the calculation of the final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work
completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid
Forms amount for each lump sum item, or per the schedule of values for that item.
3. Materials on Hand— 100 percent of invoiced cost of material delivered to job site or other storage
area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra Work as detennined by
the Engineer.
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.
Payments will be made by check or electronic transfer, 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.
ar
orr
45
rr
03/11/2011
Section 1-09.9 is supplemented as follows: wlr
Applications for payment shall be itemized and supported to the extent required by the Engineer by
receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and
other such evidence of the Contractor's right to payment as the Engineer may direct.
The Contractor shall submit a progress report with each monthly request for a progress payment. The
progress report shall indicate the estimated percent complete for each activity listed on the progress wit
schedule(see Section 1-08.3).
1-09.9(1) Retainage
Section 1-09.9(1) is supplemented as follows: ift,
The retained amount shall be released as stated in the Standard Specifications if no claims have been
filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the
Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a 10
sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold
such amount as is required to satisfy any claims by the Owner against the Contractor, until such
claims have been finally settled.
to
Neither the final payment nor any part of the retained percentage shall become due until the
Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this
Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the 1W
Contractor has knowledge or information, the release and receipts include all labor and materials for
which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or
receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien.
If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Ift
Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs
and reasonable engineer's and attorney's fees.
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts "
Section 1-09.9(2) is a new section:
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 4W
and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct
an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may
be necessary to cover the Contracting Agency's costs for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been filed. so
2. Where the Contractor has not paid fees or charges to public authorities of municipalities,
which the Contractor is obligated to pay.
3. Utilizing material tested and inspected by the Engineer, for purposes not connected with ■r
the Work(Section 1-05.6).
4. Landscape damage assessments per Section 1-07.16.
5. For overtime Work performed by City personnel per Section 1-08.1(4).
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer's review of the Contractor's
approved progress schedule, which indicates the Work will not be complete within
the contract time. When calculating an anticipated time overrun,the Engineer will
make allowances for weather delays, approved unavoidable delays, and suspensions
of the Work. The amount withheld under this subparagraph will be based upon the
liquidated damages amount per day set forth in Contract Documents multiplied by
the number of days the Contractor's approved progress schedule, in the opinion of the
Engineer, indicates the Contract may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor's other obligations under the
Contract, including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when required by
the Contract Provisions.
irr
46
4M 03/11/2011
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide
adequate survey Work as required by Section 1-05.5.
c. Failure of the Contractor to correct defective or unauthorized Work(Section 1-05.8).
d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu
of material testing and inspection as required by Section 1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor or subcontractor of any tier as required
aw by Section 1-07.9.
f. Failure of the Contractor to pay worker's benefits(Title 50 and Title 51 RCW)as
required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule per
Wo Section 1-083.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as
have been withheld pursuant to this Section to a party or parties who are entitled to payment.
No Disbursement of such funds, if the Engineer elects to do so will be made only after giving the
Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and
if prior to the expiration of the 15-calendar day period,
1. No legal action has commenced to resolve the validity of the claims, and
2. The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this
Section will be made. A payment made pursuant to this section shall he considered as payment
made under the terms and conditions of the Contract. The Contracting Agency shall not be liable
to the Contractor for such payment made in good faith.
1-09.9(3) Final Payment
Section 1-09.9(2) is a new section:
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor
will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the
Contractor of the final payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims
in stated amounts as may be specifically excepted in writing by the Contractor;
2. For all things done or furnished in connection with the Work;
+w 3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor's Surety from any obligation required under the terms of the Contract Documents or the
Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to
investigate and act upon findings of non-compliance with the WMBE requirements of the Contract;
nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties,
or obtaining such other remedies as may be permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit,
on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority
(MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify
the amounts paid to the DB, MBE or WBE subcontractors regardless of tier.
On federally funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or
gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other
documents required for the final acceptance of the Contract,the Contracting Agency reserves the right
to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur
only after the Contractor has been provided the opportunity, by written request from the Engineer, to
voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of
w
47
03/11/2011
the impending unilateral acceptance will be provided by certified letter from the Engineer to the I*
Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents.
The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from
the Engineer requesting the necessary documents. This reservation by the Contracting Agency to
unilaterally accept the Contract will apply to contracts that are completed in accordance with Section "b
1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of
the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions
under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and
local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final
Progress Estimate constitutes the final acceptance date(Section 1-05.12).
1-09.11 Disputes and Claims •O
1-09.11(2) Claims
Paragraph 5 is revised as follows:
go
Failure to submit with the Final Application for Payment such information and details as described in
this section for any claim shall operate as a waiver of the claims by the Contractor as provided in -
Section 1-09.9. to
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
...such claims or causes of action shall be brought in the Superior Court of the county where the
Work is performed.
1-09.13 Claims and Resolutions
1-09.13(3) Claims 5250,000 or Less
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or
less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes,
shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim
through binding arbitration.
1-09.13(3)A Administration of Arbitration
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.
1-09.13(3)B Procedures to Pursue Arbitration
Section 1-09.13(3)B is supplemented by adding:
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless
the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a
petition for review by the superior court of King County, Washington. The grounds for the petition
for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues
submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing
their findings and conclusions based on the evidence adduced at any such hearing.
48
03/11/2011
The arbitration shall be conducted in accordance with the statutes of the State of Washington and
court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the'
w board's majority opinion that the Contractor's filing of the protest or action is capricious or without
reasonable foundation. In the latter case, all costs shall be borne by the Contractor.
err
�r
w..
rr
.r
�r
49
r
03/11/2011 so
1-09.14 Payment Schedule ri
Measurement and Payment Schedule for Bid Items in This Project Proposal
Section 1-09.14 is a new section:
GENERAL
1-09.14(1) Scope
Section 1-09.14(1)is a new section:
A. Payment for the various items of the bid sheets, as further specified herein, shall include all
compensation to be received by the Contractor for furnishing all tools, equipment, supplies,
and manufactured articles, and for all labor, operations, and incidentals appurtenant to the rrr
items of Work being described, as necessary to complete the various items of the Work all in
accordance with the requirements of the Contract Documents, including all appurtenances
thereto, and including all costs of compliance with the regulations of public agencies having '
jurisdiction, including Safety and Health Administration of the U.S. Department of Labor
(OSHA). No separate payment will be made for any item that is not specifically set forth in
the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid mr
Schedules for the various appurtenant items of Work.
B. The Owner shall not pay for material quantities, which exceed the actual measured amount 1W
used and approved by the Engineer.
C. It is the intention of these Specifications that the performance of all Work under the bid for
each item shall result in the complete construction, in an accepted operating condition, of rl
each item.
Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be included in the bid price. No to
separate payment will be made for these incidental items.
1-09.14(2) Bid Items 10
Section 1-09.14(2) is a new section:
so
Bid Item 01 - Mobilization and Demobilization
This bid item may not be more than ten percent (10%) of the total amount of the Bid. The City
may disqualify bids which exceed this limit. so
Measurement for mobilization and demobilization, shall be lump sum. The lump sum price shown
shall constitute full compensation for all labor, materials and equipment required for mobilizing,
b '
moving and organizing labor, equipment,ment materials supplies, and incidentals to the J ob site(s),
providing and maintaining all necessary support facilities and utilities, providing, erecting,
maintaining, relocating project signs, obtaining all necessary permits, licenses, premiums for bonding
and insurance, preparing the site for construction operations, and maintaining the site and surrounding
areas during construction, providing protection of existing utilities, providing component and system
testing, final clean-up of the site, and demobilizing and moving all labor, equipment, materials,
surplus materials, and incidentals, off the project site(s)after contract completion.
Mobilization/demobilization costs for all subcontracted work shall be considered included in the price
bid and no additional payment will be allowed.
Nit
Payment for Mobilization and Demobilization will be made at the lump sum amount bid (NOT to
exceed 80% of the bid item price prior to completion of construction) based on the percent of
50
03/16/2011
+ . completed Work as defined in the 2008 Standard Specifications for Road, Bridge, and Municipal
Construction(WSDOT)for mobilization. Payment for the remaining 20%will be made upon
completion and final clean up of the construction site and after the demobilization of all equipment,
material and labor from the project site(s).
Bid Item 02 -Traffic Control
r
Measurement for Traffic Control work will be based on the percentage of total work complete, by
dollar value, at the time of measurement.
Payment for Traffic Control work will be made at the measured percentage amount for the pay period
times the lump sum amount bid, said payment will be complete compensation for all labor (e.g.
flaggers), materials, tools, equipment, and incidentals, for providing WSDOT certified Traffic
Control Supervisor (TCS), certified flaggers, off-duty police officer(s) when working within 50 feet
of any signalized intersection, furnishing, installing, maintaining, removing traffic control signs,
VMS information boards, construction warning and detour signs, sequential arrow boards, traffic
`w cones barrels barricades and the like steel plating, P ins shims, temporary P avement markers and
striping, removing, relocating, re-installing existing roadway signs, preparing, revising, and
implementing any traffic control/detour plans required by the contract documents and right-of-way
g' use permit, and conforming to the Manual on Uniform Traffic Control Devices (MUTCD) and as
directed by the Engineer and by the City's Transportation Department. Also, included in the contract
price is the cost to furnish traffic control services and equipment for construction surveying, staking,
No and as-builting. The contractor shall place VMS information boards announcing lane closure 1 week
prior to construction.
Bid Item 03 - Trench Excavation Safety Systems
Measurement for trench excavation safety systems will be based on a percentage defined as the
�+�► amount of water mains installed divided by the total length of water mains shown to be installed.
Payment for trench excavation safety systems will be made at the measured percentage amount for
the pay period times the lump sum amount bid, said payment will be complete compensation for all
labor, equipment, materials, hauling, planning, design, engineering, submittals, furnishing and
constructing and removal and disposal of such temporary sheeting, shoring, and bracing to complete
the work and ensure worker safety, as defined and shown in the contract specifications and plans, and
as required under the provisions of any permits and in the requirements of OSHA and Chapter 49.17
RCW, and Chapter 39.04.180 RCW.
Bid Item 04 - Construction Surveying, Staking, and As-Built
Measurement for construction surveying, staking and as-built information will be based on the
percentage of total work complete, by dollar value, at the time of measurement.
Payment for construction surveying, staking, and as-built information will be made at the measured
percentage amount for the pay period times the lump sum amount bid. Said payment will be
complete compensation for all labor, materials, equipment, tools, all incidental work needed to
provide construction surveying, staking, and as-builting of the improvements (including providing a
Washington State licensed surveyor for said work), staking in advance of pipe laying, fittings and
structure installation, surveying the horizontal and vertical locations of all potholed existing utilities
within the work area, verification and recording of the elevations of existing roadway centerline,
51
r
03/16/2011
crown, and edge of pavement to ensure that all roadways can be reconstructed to existing grade,
preparation of cut-sheets, as-built surveying, furnishing an electronic file or "redlined" construction
drawings stamped and signed by a licensed land surveyor that contains the as-built information and
copies of field notes, furnishing and resetting property corners when disturbed by the contractor's
activities. No more than 50% of the bid amount for this item shall be paid prior to the review
and acceptance of the as-constructed information by the Engineer.
Bid Item 05 -Temporary Erosion/Sedimentation Controls
Measurement for temporary erosion/sediment control(s)will be based on the percentage of total work + +'
complete, by dollar value,at the time of measurement.
Payment for temporary erosion/sedimentation control(s) will be at the lump sum amount bid, which
payment shall be complete compensation for all labor, materials, equipment, to furnish, install,
maintain, and remove water pollution/erosion and sedimentation control, including but not limited to
straw-bale check dams, temporary silt fencing, sand bags, covering and recovering stockpiles and
disturbed areas with plastic sheeting, hand seeding/hydroseeding and straw mulching disturbed areas,
catch basins filters, and any additional erosion control best management practices required to
complete this item of work in conformance with the Contract Documents.
Bid Item 06 - Site Specific Potholing
At
Measurement for performing Site Specific Potholing will be per each for each location shown on the
engineering drawings, or as directed by the Engineer. Work shall be performed in conformance with
the Contract Documents.
Payment for Site Specific Potholing will be made at the unit price bid per each, which payment will
be complete compensation for all labor, tools, equipment, and materials required to complete the
work in conformance with the contract Documents including but not limited to pavement and
concrete cutting, excavation, dewatering, potholing for utility location, removal, hauling and disposal
of all pavement, waste and excess materials, shoring, relocating or coordinating relocation of the
unknown utility, placement of backfill (native) material, compaction, water, grading, temporary
patch, and cleaning. Select imported backfill materials are included in other bid items.
Where underground utilities are found to be in the way of construction, such condition shall not be r
deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be
modified at the Contractor's expense. No payment will be made unless potholing has been performed
prior to trench excavation, and witnessed by the Engineer. Different utilities may be found to occupy
a common trench. Any two or more utilities separated by 3 feet or less shall constitute one locate.
Where multiple utilities exist in close proximity, the Contractor shall be paid for one locate for every
5 feet of exploration trench. The quantity for this item is included to provide a common proposal for
bid purposes. The actual quantity used in construction may vary from that amount. The unit price
will not be adjusted if the actual quantity used varies by more than 25 percent.
The contractor shall perform for this potholing a minimum of five working days prior to crossing to
allow for potential revisions. The contractor shall not have cause for claim of down-time or any other
additional costs associated with `waiting' if the owner provides design revisions (related to the
information supplied per this section) within five working days after the contractor provides the so
surveyed elevations.
52
"m 03/11/2011
;. Bid Item 07 - Furnish and Install 16" Cl 52 DI Water Pipe w/Polywrap & DI Fittings
Measurement for furnishing and installing water pipes and fittings of the size, type and class specified
will be based on the actual lineal footage measured horizontally over the centerline of the installed
pipe.
Payment for furnishing and installing ductile iron water pipes and fittings of the size, type and class
specified shall cover the complete cost of providing all labor, materials, tools, equipment required to
complete the work specified in the contract documents and plans, and shall include but not be limited
to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
O Saw cutting, trench excavation, and dewatering(if needed),
O Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
Y Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class
shown, polyethylene encasement, special fittings, horizontal and vertical bends, vertical crosses
For poly-pigging, shackle rods,temporary blow-off assemblies, and all incidentals,
e Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans,
Om • Placing and compacting trench backfill,
• Testing, poly-pigging, disinfecting and flushing of new valves,
6 Replacing. protecting and/or maintaining existing utilities.
am
Bid Item 08 - Furnish and Install 16" Gate Valve Assembly
go Measurement for furnishing and installing 16" gate valve assembly will be per each for each type
valve installed in conformance with the Contract Documents.
Payment for furnishing and installing 16" gate valve assembly shall cover the complete cost of
providing all labor, materials,tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting,trench excavation, and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
6 Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Furnishing and installing valves, valve boxes and covers to grade, stem extensions, valve marker
posts, pipe nipples,couplings, polyethylene encasement, concrete blocking, and all incidentals,
• Placing and compacting trench backfill,
• Testing, poly-pigging, disinfecting and flushing of new valves,
• Replacing, protecting and/or maintaining existing utilities.
53
MW
03/11/2011
Bid Item 09 - Concrete for Thrust Blocking and Dead-Man Anchor Blocks
Measurement for concrete for thrust blocking, horizontal and vertical, dead-man anchor blocks will
be per cubic yard for all concrete installed for thrust blocking and dead-man anchor blocks in
conformance with the Contract Documents. �"
m
Payment for concrete thrust blocking and dead man anchor blocks shall cover the complete cost of
providing all labor, materials,tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting,trench excavation, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like, "
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor blocks,
reinforcing steel, shackle rods, clamp assembly, anchor bolts,turnbuckles, concrete form work,
• Placing and compacting trench backfill,
• Replacing,protecting and/or maintaining existing utilities. to
Bid Item 10 - Furnish and Install Fire Hydrant Assembly at
Measurement for furnishing and installing fire hydrant assembly will be per each for each fire hydrant
assembly installed in conformance with the Contract Documents. Wi
Payment for furnishing and installing fire hydrant assembly shall cover the complete cost of
providing all labor, materials, tools, equipment required to complete the work specified in the contract �r►
documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer, *
• Furnishing and installing new fire hydrant assembly, standpipe, shoe and 6-inch DI piping, Storz '
adapter,
• Furnishing and installing shut-off valve, valve box,valve extension,
• Furnishing and installing shackles, tie-rods, concrete blocking, and joint restraints, drain rocks,
polyfilm,
• Adjust hydrant to finish grade and install concrete shear block,
• Placing and compacting trench backfill,
• Testing, disinfecting and flushing of new hydrants,
• Replacing, protecting and/or maintaining existing utilities
• Painting the hydrants '
54
rrC
rr 03/11/2011
wr
Bid Item 11 - Furnish and Install 3/4" Water Service Connection
Measurement for furnishing and installing 3/4" water connection will be per each for each 3/4" water
connection installed in conformance with the Contract Documents.
Payment for furnishing and installing 3/4" water connection shall cover the complete cost of
providing all labor, materials,tools, equipment required to complete the work specified in the contract
documents and plans, and shall include but not be limited to the following:
rrr
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation as needed, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
rrr
the Engineer,
• Boring. hole-hogging,tunneling, mechanical or hand trenching to install new water service lines,
• Furnishing and installing new 3/4- inch ball valve corporation stops, tapping the main, laying and
jointing the new copper water service lines and fittings, new meter setter, new meter boxes and
lids,
C Testing, disinfecting and flushing the new service line,
• Connecting the customer-side private service line to the new copper tailpiece behind the new
meter setter and property lines,
0 Placing and compacting trench backfill,
' • Replacing, protecting and/or maintaining existing utilities.
O Restoration of public and private properties
Bid Item 12 - Connection to Existing Water Main—Benson Road
Measurement for connection to existing water main will be per each connection for completion in
conformance with the Contract Documents.
Payment for connection to existing water main shall cover the complete cost of providing all labor,
materials, tools, equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Excavate, demolish, and remove existing reinforced concrete deadman thrust restraint block.
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the initial cut-in installation of valves, and fittings on
the existing water main(s),
ww
55
orr
03/11/2011
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the second and final connection of the new water line to
the existing water system and to the valves installed during the initial cut-in as described above,
• Placing and compacting trench backfill, rrr
• Replacing, protecting and/or maintaining existing utilities.
Bid Item 13 - Connection to Existing Water Main—Grady Way
Measurement for connection to existing water main will be per each connection for completion in
conformance with the Contract Documents.
Payment for connection to existing water main shall cover the complete cost of providing all labor,
materials, tools, equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical so
location,
• Saw cutting, trench excavation, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the initial cut-in installation of valves, and fittings on
the existing water main(s),
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the second and final connection of the new water line to
the existing water system and to the valves installed during the initial cut-in as described above,
• Placing and compacting trench backfill,
• Replacing, protecting and/or maintaining existing utilities.
Bid Item 14 - Connection to Existing Water Main—S. Stn Street
Measurement for connection to existing water main will be per each connection for completion in
conformance with the Contract Documents.
Payment for connection to existing water main shall cover the complete cost of providing all labor,
materials, tools, equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
rrr
56
+� 03/11/2011
.r • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the initial cut-in installation of valves, and fittings on
the existing water main(s),
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the second and final connection of the new water line to
the existing water system and to the valves installed during the initial cut-in as described above,
• Placing and compacting trench backfill,
• Replacing, protecting and/or maintaining existing utilities.
Bid Item 15 - Connection to Existing Water Main— Service Linen
Measurement for connection to existing water main will be per each connection for completion in
conformance with the Contract Documents.
Payment for connection to existing water main shall cover the complete cost of providing all labor,
materials, tools, equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the initial cut-in installation of valves, and fittings on
the existing water main(s),
err • Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perforin the second and final connection of the new water line to
the existing water system and to the valves installed during the initial cut-in as described above,
'�' • Placing and compacting trench backfill,
• Replacing, protecting and/or maintaining existing utilities.
rr;
Bid Item 16 - Connection to.Existing Water Main—S. 4th Street
Measurement for connection to existing water main will be per each connection for completion in
conformance with the Contract Documents.
Payment for connection to existing water main shall cover the complete cost of providing all labor,
materials, tools, equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, shoring and dewatering(if needed),
rrr
57
rr�
03/11/2011
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the initial cut-in installation of valves, and fittings on
the existing water main(s), ,
• Furnishing all required pipes, fittings; adapters, couplings and incidentals as required for City's
water department's personnel to perform the second and final connection of the new water line to
the existing water system and to the valves installed during the initial cut-in as described above, wr
• Placing and compacting trench backfill,
• Replacing, protecting and/or maintaining existing utilities.
Aw
Bid Item 17—Cut, Cap, and Block Existing Water Main
w
Measurement for cut, cap, and block existing water main will be per each in conformance with the
Contract Documents.
go
Payment for cut, cap, and block water main shall cover the complete cost of providing all labor,
materials, tools, equipment required to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following: ,
• Locating all existing utilities and potholing in advance to determine their horizontal and vertical
location,
• Saw cutting, trench excavation, shoring and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material including existing pipes and structures in the excavation and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by
the Engineer,
• Furnishing all required pipes, fittings, adapters, couplings and incidentals as required for City's
water department's personnel to perform the cut and cap,
• Excavating for and installing thrust block,
• Placing and compacting trench backfill,
• Replacing, protecting and/or maintaining existing utilities.
Bid Item 18—Abandon Existing Manhole In Place
Measurement for abandon existing manhole in place will be per each in conformance with the wit
Contract Documents.
Payment for abandon existing manhole in place will be made at the unit price bid per each, which
payment will be complete compensation for all labor, equipment, materials, concrete, filling material
(concrete density fill, sand or other granular material), drilling or fracturing base, plugging
connections, removal or breakdown of upper part of structure, haul and disposal of waste materials,
temporary pavement patching, etc. required to abandon existing manhole in conformance with the No
Contract Documents.
58
r 03/11/2011
Bid Item 19 —Removal and Replacement of Unsuitable Foundation Material
Measurement for removal and replacement of unsuitable foundation material shall be measured in
tons based on the placed weight of material installed. Placement of foundation material will be
measured only for the area(s) authorized by the Engineer. Certified weight tickets shall accompany
■r each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be
included in the measurement or payment.
Payment for removal and replacement of unsuitable foundation material will be made at the amount
bid per ton, which payment will be complete compensation for all, labor, materials, equipment, for
excavation, removal and disposal of unsuitable foundation material, furnishing, haul, placement, and
compaction of foundation materials approved by the Engineer, etc., required to complete this item of
work in conformance with the Contract Documents.
Bid Item 20 - Select Imported Trench Backfill
Measurement for select imported trench backfill shall be measured in tons based on the weight of
material installed into the Work. Certified weight tickets shall accompany each load, a copy of
tickets shall be given to the Engineer daily. Wasted materials will not be included in the
measurement or payment. Only materials placed within the pay limits shown will be considered for
payment. Material placed outside of the pay limits shown on the Plans or as approved by the
Engineer will be deducted from the certified tickets.
Payment for select imported backfill will be made at the amount bid per ton, which payment will be
complete compensation for all labor, materials, tools, equipment, incidentals necessary to furnish and
install select import backfill, hauling, placement, compaction, removal, haul and disposal of
unsuitable excavated materials, waste and surplus materials, etc., required to complete this item of
Work in conformance with the Contract Documents.
Bid Item 21 —Crushed Surfacing Top Course & Crushed Rock Backfill
Measurement for crushed surfacing top course and crushed rock backfill shall be measured in tons
based on the weight of material installed into the work. Certified weight tickets shall accompany
each load, a copy of tickets shall be given to the Engineer daily. Wasted materials will not be
included in the measurement or payment. Only materials placed within the pay limits shown will be
considered for payment. Material placed outside of the pay limits shown on the plans or as approved
by the Engineer will be deducted from the certified tickets.
.r,
Payment for crushed surfacing top course and crushed rock backfill will be made at the amount Bid
per ton, which payment will be complete compensation for all labor, materials, equipment; hauling,
err placement,water, compaction, removal and disposal of waste materials, etc. required to complete this
item of Work in conformance with the Contract Documents.
Bid Item 22 —3" Depth Temporary Hot Mix Asphalt (HMA) for Trench Patching
Measurement for 3"Depth Temporary Hot Mix Asphalt(HMA) shall be measured in tons, over the
completed surface of the trench. Pavement repair measurement width shall be as defined by the limit
of patch payment shown in the Plans and Contract Documents, unless otherwise approved by the
r■.i
59
03/11/2011
Engineer. Certified weight tickets shall accompany each load, a copy of tickets shall be given to the
Engineer daily. Wasted materials will not be included in the measurement or payment. Only
materials placed within the pay limits shown will be considered for payment. Material placed outside
of the pay limits shown on the plans or as approved by the Engineer will be deducted from the
certified tickets.
Payment for 3"Depth HMA Class ''/2" PG 64-22 for Roadway Reconstruction will be made at the
amount Bid per ton, which payment will be complete compensation for all labor,materials,tools, and
equipment required to complete the work specified in the contract documents and plans, and shall
include but not be limited to the following:
• Pavement saw cutting, removal, disposal, surface preparation
• Haul, placing gravel materials including crushed surfacing top course, compaction, aggregate,
asphaltic materials, tack oil,placement '
• Adjustment of utilities, cleanup, etc. required to complete this item of Work in conformance
with the contract documents.
No additional payment will be made for work necessary to correct an asphalt concrete patch not
installed in accordance with specifications or for work necessary to correct damage to curbs, gutters,
utility structures, or other appurtenances resulting from the Contractor's paving operations.
Bid Item 23—H.M.A. Class V2" PG 64-22 for Roadway Restoration
Measurement for HMA Class 1/2" PG 64-22 for Roadway Restoration shall be measured in tons.
Pavement repair measurement width shall be as defined by the limit of patch payment shown in the
Plans and Contract Documents, unless otherwise approved by the Engineer. Certified weight tickets
shall accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted materials
will not be included in the measurement or payment. Only materials placed within the pay limits
shown will be considered for payment. Material placed outside of the pay limits shown on the plans
or as approved by the Engineer will be deducted from the certified tickets.
Payment for HMA Class 1/2" PG 64-22 for Roadway Restoration will be made at the amount Bid per
ton, which payment will be complete compensation for all labor, materials,tools, and equipment
required to complete the work specified in the contract documents and plans, and shall include but not
be limited to the following:
• removal of temporary asphalt patching, grinding for overlay, pavement saw cutting, water, haul,
surface preparation, placing gravel materials including crushed surfacing top course, and
compaction
• Furnishing, placing, and compacting hot mix asphaltic materials, tack oil, placement, final trench
patch
•
adjustment of utilities to grade, tack coat, j oint sealin g, cleanup, incidentals, etc. required to
complete this item of Work in conformance with the contract documents.
No additional payment will be made for work necessary to correct asphalt concrete pavement not Ad
installed in accordance with specifications or for work necessary to correct damage to curbs, gutters,
utility structures, or other appurtenances resulting from the Contractor's paving operations.
rli
60
Im 03/11/2011
Bid Item 24 - Remove and Replace Concrete Curb and Gutter
°"• Measurement for remove and replace concrete curb and gutter shall be in lineal feet of curb repair
required for installation of utilities as shown in the Contract Documents, unless otherwise approved
by the Engineer.
w.
Payment for remove and replace concrete curb and gutter will be made at the amount bid per lineal
foot, which payment will be complete compensation for all labor, materials,tools, equipment required
to complete the work specified in the contract documents and plans, and shall include but not be
limited to the following:
r•
• Sawcutting,removal and disposal of existing curb and gutter
• Removal and disposal of surplus, unsuitable and/or waste materials
• Placing and compacting crushed surfacing top course for subgrade
• Furnishing and installing temporary formwork
�r
• Furnishing and placing concrete and joint filler for new curb and gutter
+r. Bid Item 25 - Replace Traffic Loop Sensor, Pavement Markings, Extruded Curbing,
and Traffic Buttons
Measurement for replace traffic loop sensor, pavement markings and traffic buttons shall be per lump
sum replacement of all crosswalks, railroad crossing markers, lane markers, extruded curbing, and all
other traffic control elements as shown in the Contract Documents and/or those that existed prior to
construction which are damaged, disrupted or removed as a result of construction of this project,
unless otherwise approved by the Engineer.
Payment for replace traffic loop sensor, pavement markings and traffic buttons shall be made per
lump sum, which payment will be complete compensation for all labor, equipment, materials, tools,
incidentals to satisfactorily replace damaged pavement markers and markings as specified in the
contract documents and plans and shall include but not be limited to the following:
• Digital photos and measurements documenting pavement marking locations and configuration
before construction
• Surface cleaning and preparation
• Furnishing, installing traffic loops into final lift of asphalt pavement and field testing all materials
and equipment necessary to complete in place, a fully functional traffic loop vehicle detection
system,
• Furnishing and applying temporary pavement markings,
• Pre-mark layout
• Furnishing and applying paint or raised pavement markers
• Furnishing and installing extruded curbing
• Protecting marking until dry
aw
No
Wa
61
rw
03/11/2011
Bid Item 26—Concrete Driveway and/or Sidewalk Restoration
Measurement for cement concrete driveway and/or sidewalk restoration work will be based on square
yard of concrete driveway, to match existing, restored to a saw-line line cut as directed by the
Engineer.
Payment for driveway and/or sidewalk restoration will be made at the unit price bid per square yard,
which payment will be complete compensation for all labor, equipment, materials, tools and
incidentals to satisfactorily replace cement concrete driveway and sidewalk as work specified in the
contract documents and plans, and shall include but not be limited to the following:
• Sawcutting existing driveway and sidewalk for removal
• Removal and disposal of surplus, unsuitable and/or waste materials
• Placing and compacting crushed surfacing top course for subgrade do
• Furnishing and installing formwork
• Furnishing, placing, compacting, and finishing concrete for new driveway and/or sidewalk
surface. Gravel driveway and gravel parking areas shall be restored under landscape restoration.
Bid Item 27 - Property and Landscape Restoration
.w
Measurement for Property and Landscape Restoration Work will be based on the percentage of total
Work complete, by dollar value, at the time of measurement.
do
Payment for landscape restoration will be made at the unit price bid per lump sum, which payment
will be complete compensation for all labor, equipment, materials, tools to complete the work
specified in the contract documents and plans, and shall include but not be limited to the following: so
• Fine grading all areas disturbed by contractor's construction activities to the lines and grades
indicated on the contract plans do
• Furnishing and installing select import backfill material, or native material as approved by the
Engineer,to match existing grade, compact material to 90% maximum density,
• Hauling and disposing unsuitable, surplus and/or waste materials
• Replacing and restoring any landscaping, rockeries, walls, tree removal and replacement, trees,
bark, and other improvements disturbed by construction activities, as directed by the Engineer
• Site cleanup of all areas disturbed by contractor's activities to match the conditions as closely as
existed prior to contractor's beginning work or as directed by the Engineer. 'i
62 -
rr
dw 03/11/2011
rr
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
Revise the first paragraph to read:
The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified
as being furnished by the Contracting Agency. The Contractor shall erect and maintain all
construction signs, warning signs, detour signs, and other traffic control devices necessary to warn
w� and protect the public at all times from injury or damage as a result of the Contractor's operations
which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or
adjacent to any traveled way until all necessary signs and traffic control devices are in place.
4" Section 1-10.1 is supplemented by adding the following:
(******)
When the bid proposal includes an item for"Traffic Control,"the Work required for this item shall be
40 all items described in Section 1-10, including, but not limited to:
1. FUrnishin'y and maintaining barricades, flashers, construction signing, and other
channelization devices, unless a pay item is in the bid proposal for any specific device and
the Special Provisions specify furnishing, maintaining, and payment in a different manner
to for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
labor:
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs
"'�` and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid proposal to
ON specifically pay for this Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or damaged
during the life of the project.
No 6. Removing existing signs as specified or as directed by the Engineer and delivering to the
City Shops, or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for
at traffic control at the Work site. The traffic control plan shall include descriptions of the
traffic control methods and devices to be used by the prime Contractor, and subcontractors,
shall be submitted at or before the preconstruction conference, and shall be subject to
review and approval of the Engineer.
60 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work
that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer.
10. Promptly removing or covering all non-applicable signs during periods when they are not
needed.
If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will
be considered incidental and their cost shall be included in the other items of Work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services, which could not be usually anticipated, by a prudent Contractor for the
maintenance and protection of traffic, then a new item or items may be established to pay for such
items. Further limitations for consideration of payment for these items are that they are not covered
by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental,
and the accumulative cost for the use of each individual channelizing device, piece of equipment, or
service must exceed $200 in total cost for the duration of their need. In the event of disputes, the
r
63
rr
03/11/2011
Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items
will be by agreed price, price established by the Engineer, or by force account. Additional items
required as a result of the Contractor's modification to the traffic control plan(s) appearing in the
Contract shall not be covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Traffic Control" to address the increase or
decrease.
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of the Contractor and all methods and equipment used will be subject to the approval of
the Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on
Uniform Trajjic Control Devices(MUTCD).
irr
The Contractor shall not proceed with any construction until proper traffic control has been provided
to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged
against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days
to complete the Work. go
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
(******)
go
A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required
or as authorized by the Engineer.
aw
The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract.
During non-Work periods, the TCS shall be able to be on the job site within a 45-minute time period
after notification by the Engineer.
so
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented as follows,:
(******)
The Contractor shall be responsible for assuring that traffic control is installed and maintained in so
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.
1-10.3 Flagging, Signs, and All Other Traffic Control Devices
Section 1-10.3 is supplemented as follows:
( � ) as
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond so
grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers.
1-10.3(3) Construction Signs No
Section 1-10.3(3)paragraph 4 is supplemented as follows:
(******)
No separate pay item will be provided in the bid proposal for Class A or Class B construction signs.
All costs for the Work to provide Class A or Class B construction signs shall be included in the unit ■+
contract price for the various other items of the Work in the bid proposal.
,
64
wr
+0 03/11/2011
60 1-10.4 Measurement
Section 1-10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of"Traffic Control".
or
No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief
flaggers.
ow 1-10.5 Payment
Section 1-10.5 is replaced with:
aw Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance
with Section 1-04.1, for the following bid items when included in the proposal:
"Traffic Control," Lump Sum.
4W
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
to (******)
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared tinder the direct supervision of a person registered to
practice land surveying under the provisions of Chapter 18.43 RCW.
ar
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.
+rr
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 of
the Cit} of Renton's Sut-ycy 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 ofadjustment.
The horizontal component of the control system for surveys using global positioning system
err 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
.r. 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
r. 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 benchmarks established.
err
65
.r
03/11/2011
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.
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.
Every point located or set shall be identified by a number and a description. Point numbers shall be
unique within a complete job. The preferred method of point numbering is field notebook, page and
point set on that page. Example: The first point set or found on page 16 of field book 348 would be
identified as Point No. 348.16.01,the second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the
original field notebook(s) used by the Surveyor will be given to the City. For all other Work,
Surveyors will provide a copy of the notes to the City upon request. In those cases where an
electronic data collector is used, a hard copy print out in ASCII text format will accompany the field
notes.
1-11.1(5) Corners and Monuments
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. ■w
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
ow
• 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.
w
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 so
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
66
03/11/2011
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 Renton's 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.
+r
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of
Sections 1-05 and 1-IL 1.
.r
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
Specifications and procedures of third order elevation accuracy established by the Federal Geodetic
Control Committee.
err
Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must
be complete to insure both recoverability and positive identification on recovery.
1-11.1($) Radial and Station -- Offset Topography
Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein.
.r. All points occupied or back sighted in developing radial topography or establishing baselines for
station-offset topoggraphy shall meet the requirements of Section 1-I LI herein.
The drawing and electronic listing requirements set forth in Section I-11.1 herein shall be observed
for all topographic surveys.
1-11.1(9) Radial Topography
�r 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 with elevation
differences determined in at least two directions for each point and with misclosure 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
satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed
0.1 foot's error as to side shots.
aw 1-11.1(11) As-Built Survey
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
QW 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.
aw
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.
ow The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted
with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of
ow
67
r
03/11/2011
the "as-built".
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be
observed for all "as-built" surveys. VW
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 16
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 aw
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 within 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).
rri
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 detennined r
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 in City of Renton Standard Plans
page H031 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 City of Renton Standard Plans page H031.
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
Nrr
2-01.1 Description
Section 2-01.1 is supplemented as follows:
(******) go
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,
68
rr
I+ 03/11/2011
00 shall be replaced in kind at the Contractor's expense.
Existing 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.
ow
The property owners shall be responsible for removing and/or relocating irrigation equipment, trees,
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
accordance with Section 2-01 of the Standard Specifications,these Special Provisions, and the Plans.
ow
The Contractor shall receive approval from the Engineer prior to removal.
2-01.2 Disposal of Usable Material and Debris
wr Section 2-01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site.
or 2-01.5 Payment
Section 2-01.5 is supplemented as follows:
.r 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.
40 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
Section 2-02.3(3) is revised and supplemented as follows:
go
Item"1" is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces
wrr 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
so before pavement patching has been completed, temporary mix asphalt concrete patch shall be
required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after
backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or
MC hot mix shall be used at the discretion of the Engineer.
N
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. Wheel cutting of pavement will not be measured for separate payment,
but shall be included in other items of Work.
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.
wr
69
03/11/2011
"Remove existing ," per
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.
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 as
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. go
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. No
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
compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches "0
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, rr
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. to
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
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 isa
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.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry the 40
materials, to the optimum moisture content. If sufficient acceptable native soils are not available to
,o
70
to
W. 03/11/2011
complete construction of the roadway embankment, Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a
subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete
construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-
.r�
03.14 of the Standard Specifications, shall be used.
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following:
rr. 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
r 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:
to (******)
Pavment for embankment compaction will not be made as a separate item. All costs for embankment
compaction shall be included in other bid items involved. Payment will be made for the following bid
rr 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
VW
"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
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.
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 ton 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.
.r
2-04 HAUL
2-04.5 Payment
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
w
2-06.5 Measurement and Payment
%W Section 2-06.5 is supplemented by adding the following:
(******)
Subgrade preparation and maintenance including watering shall be considered as incidental to the
■r
71
or
03/11/2011
construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid
prices.
2-09 STRUCTURE EXCAVATION
WW
2-09.1 Description
Section 2-09.1 is supplemented by adding the following:
(******) we
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.
.r
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(])D is revised as follows:
(******)
The second paragraph is replaced with: +rr
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:
(******)... +ter
Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary
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.
s
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. irr
"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
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 the 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 for the bid items listed as 1 through 4 above
shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the
unit bid price of other items of Work if "Structure Excavation" or "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 00
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
r+
72
No
No 03/11/2011
am 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.
aw 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
go
compensation shall be made.
"Gravel Backfill(Kind) for(Type of Excavation)", per cubic yard or per ton.
"Controlled Density Fill", per cubic yard.
Wr
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 vJiere backfill is incidental or being paid by cubic yard. Evidence that per ton gravel
ow backfill is not being used for its designated purpose shall be grounds for the Engineer to deny
payment for such load tickets.
5-04 ASPHALT CONCRETE PAVEMENT
aw
5-04.2 Materials
Section 5-04.2 is revised and supplemented as follows:
aw
Delete the second and fourth paragraphs of this section.
The base course shall be untreated crushed surfacing.
wo Asphalt concrete shall meet the grading requirements for the specified mix.
Temporary patch shall be cold or hot mix.
5-04.3 Construction Requirements
wo Section 5-04.3 is supplemented as follows:
ow Shoulder Restoration
The existin, surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6
inches belo" original street grade to provide for placement of the new subgrade and paving. The
subgrade shall be constructed of 1'/4 inch minus crushed surfacing base course placed to a compacted
thickness of 2'/ inches, followed by 5/8-inch minus crushed surfacing top course placed to a
compacted thickness of P/z inches. HMA Class '/z" 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 existing fog line in areas where the existing asphalt
shoulder is seriously disturbed, or at the Engineer's discretion.
Asphalt Concrete Patching and Overlay
The Contractor shall maintain temporary 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
aw permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with 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. Damaged gravel
73
i.r
03/11/2011
driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Or
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 property owner,the City, and to its original
condition or better.
5-04.3(5) Conditioning the Existing Surface No
Section 5-04.3(5) is supplemented as follows:
The Contractor shall maintain existing surface contour during patching, unless otherwise instructed 40
by the City Engineer or Inspector.
5-04.3(5)A Preparation of Existing Surface w
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 so
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 'o
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.
err
All utilities shall be painted with a biodegradable"soap"to prevent the tack and ACP from sticking to
the lids. Diesel will not be used. After the application of soap, catch basins must be covered to
prevent tack and ACP from getting into catch basins.
to
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.
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.
■rr
The Contractor shall locate and completely expose gas and water valves for access immediately after
final rolling.
ON
The day following the start of application of ACP, utility adjustments must begin. The Contractor
shall have an adjustment crew adjusting utilities every workable working day until adjustments are
complete.
During the adjustment of any utility, existing concrete bricks or grouting material that has been
broken or cracked shall be removed and replaced at the Contractor's expense. rr
Utility adjustments must be completed within 15 working days after overlay is complete, and within
the specified working days. r
Payment for utility adjustments includes all labor, materials,tools, and equipment necessary to
74
so
1W 03/11/2011
w0 complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay.
5-04.3(7)A Mix Design
to Item 2 is deleted and replaced with:
2. Nonstatistical 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.
rrr
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
40 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.
wr
Nonstatistical evaluation will be used for the acceptance of HMA.
r. 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
r 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
err
evaluation.
Item 7 is deleted.
5-04.3(10)B Control
Replace Section 5-04.3(l 0)B with the following:
.r
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.
5-04.5 Payment
5-04.5(1)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
Section 1-06.2 using the following price adjustment factors:
+rr
Table of Price Adjustment Factors
Constituent Factor"17'
wr All aggregate passing: 1 ''/2", 1", '/4", ''/2", 3/8"and No. 4 sieves 2
All aggregate passing No. 8,No 16,No. 30,No. 50,No. 100 3
75
rir
03/11/2011
All aggregate passing No. 200 sieve 20 err
Asphalt binder 52
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 constituents
fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),the lot shall be ar►
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.
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
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 40
from the street shall be tested to provide a minimum of three sets of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the 40
calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined.
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. .w
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:
(*****) r
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
76
q" 03/11/2011
go 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.
r
5-06.2 Materials
The asphalt pavement for temporary patches shall be 2"of a hot mix asphalt composition determined
by the Contractor to provide a product suitable for the intended application. The Contractor shall not
so use materials that are a safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction shall be
taw considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be
disposed of offsite.
we 5-06.3 Construction Requirements
The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of
the governing road agency and the Engineer until said patch is replaced with permanent hot patch.
ar. 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.
OW The Contractor shall immediately repair, patch, or remove any temporary pavement that does not
provide a flat transition between existing pavement areas.
WM 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.
O, 7-01 DRAINS
7-01.2 Materials
No The second paragraph of Section 7-01.2 is revised as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I,
V, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized)
steel with Asphalt Treatment 1, 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.
w. 7-01.3 Construction Requirements
Section 7-01.3 is revised as follows:
(******)
The second paragraph is revised as follows:
N` PVC drainpipe 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 drainpipe shall be jointed
with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the.
OW tubing.
The sixth paragraph is revised as follows:
PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in
r 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 under
drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended
by the manufacturer of the tubing.
+r
�ws
77
03/11/2011
7-01.4 Measurement
Section 7-01.4 is supplemented adding the following:
When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B
Including Haul" as a pay item all costs associated with these items shall be included in other contract
pay items.
7-02 CULVERTS
r
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows: .r
(******)
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.
7-04 STORM SEWERS
7-04.2 Materials
The second paragraph of Section 7-04.2 is revised as follows:
(******)
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 the Engineer will not relieve the Contractor of his/her responsibility to
perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and the
Contractor's own expense. vo
7-04.4 Measurement
The first paragraph of Section 7-04.4 is revised as follows:
so
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 second and third paragraphs of Section 7-04.5 are revised as follows: ow
(******)
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 Backfll for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as go
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 so
included in the unit contract prices for other items.
■r
78
we
*a 03/11/2011
am
Cost of connecting pipe to structures shall be included in the various unit contract prices for storm
sewer pipe, and no additional compensation will be allowed.
Im Abandonment and plugging of pipe shall be included in the lump sum contract price for"Removal of
Structure and Obstruction". No separate payment will be made.
aw 7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.3 Construction Requirements
Section 7-05.3 is supplemented by adding the following:
+rr
All manholes shall have eccentric cones and shall have ladders.
Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal" boot or approved equal.
.,r
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1)is replaced with:
ow
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or
inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be
removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation.
.rr
The Contractor shall construct manholes so as to provide adjustment space for setting cover and
casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be
adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work.
Manholes in unimproved areas shall be adjusted to 6"above grade.
In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed
rock or gravel shall be constructed to a point approximately eight inches below the subgrade and
ow 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
WW 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
1' thoroughly compacted.
In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and
wr 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
4► frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or
Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is
replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following
w
79
03/11/2011
placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the gilt
casting shall be painted with hot asphalt cement. Asphalt Class G concrete 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
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.
Valve box castings: adjustments of valve box castings shall be made in the same manner as for
manholes.
7-05.3(2) Abandon Existing Manholes
Section 7-05.3(2) is revised as follows: go
Where it is required that an existing manhole be abandoned, the structure shall be broken down to a
depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base
shall be fractured to prevent standing water, and the manhole filled with sand and compacted to
90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part
of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and
cover shall be salvaged and all other surplus material disposed of.
7-05.3(2)A Abandon Existing Sanitary Sewer Pipes
Section 7-05.3(2)A is a new section:
(******)
Where it is required that an existing sanitary sewer pipe be abandoned (or portions of pipe installed as
part of this project which are to be abandoned as shown on the Plans), both ends of the abandoned
pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the
pipe shall be filled with cement-based grout.
A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting ow
material must have a strength of at least 100 psi and shall have flow characteristics appropriate for
filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the
Engineer prior to beginning the operation (See Section 9-03.22). wo
7-05.3(3) Connections to Existing Manholes
Section 7-05.3(3) is supplemented by adding the following:
(******) rrr
Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb
inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new
pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or
where shown on the Plans, additional structure channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to
80
"M 03/11/2011
am "Kor-n-Seal" boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as
necessary to match the new pipe configuration and as shown on the Construction Plans.
A "connection to existing" item will be allowed at any connection of a new line to an existing
structure, or the connection of a new structure to a existing line. No "connection to existing" will be
accepted at the location of new installation, relocation and adjustment of line manholes, catch basins,
or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's
operations shall be repaired or replaced at her/his own expense.
The unit bid price per each shall be full compensation for all labor, materials and equipment required.
7-05.3(5) Manhole Coatings
Section 7-05.5 is an added new section:
All new sanitary sewer manholes shall be coated as specified below. The following coating system
Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer
manholes.
.r
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7
(Sweep of brush off blast)
Application: Shop/Field
The drying time between coats shall not exceed 24 hours in any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT)
Finish: Two or more coats of Wasser MC-Aroshield(min. 4.0 mils DFT)
Color: White
wrr
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows:
Manholes will be measured per each. Measurement of manhole heights for payment purposes will be
the distance from finished rim elevation to the invert of the lowest outlet pipe.
Qw 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.
Connection to existing pipes and structures shall be measured per each.
7-05.5 Payment
Section 7-05.5 is supplemented as follows:
"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.
W
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the
schedule of prices then the Work will be considered incidental and its cost should be included in the
cost of the pipe.
err
"Connect to Existing Catch Basin," per each.
"Connect Structure to existing pipe,"per each.
81
was
03/11/2011 as
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS .r
7-08.3 Construction 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 4W
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(1)D Pipe Foundation
Section 7-08.3(1)D is a new section:
Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in
the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to
an additional depth as required by the Engineer and backfilled with foundation gravel material placed
in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of
Section 9-03.9(1)of the Standard Specifications.
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel
as specified above and thoroughly compacted to the required grade line.
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-I1
in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a
laser beam. Any other procedure shall have the written approval of the Engineer.
7-08.3(2)B Pipe Laying—General
Section 7-08.3(2)B is supplemented by adding the following: wr
Checking of the invert elevation of the pipe may be made by calculations from measurements on the
top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At
manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the
(eight-tenths)flow elevation, unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and
free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed
directly on rough ground but shall be supported in a manner, which will protect the pipe against injury
whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating
show defects that may be harmful as determined by the Engineer. Such damaged lining or coating
shall be repaired, or a new undamaged pipe shall be furnished and installed..
The Contractor shall inspect each pipe and fitting prior to installation to 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 pipeline shall be
82
no
1" 03/11/2011
am closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever
the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will
not be permitted.
im Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted
by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a
as downhill grade, shall be blocked and held in place until sufficient support is furnished by the
following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at
40 uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe
shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints have been made, proper gasket placement shall be checked with a
to 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:
wr (******)
Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint
system. Any damaged pipe shall be replaced by the Contractor at his expense.
7-08.3(2)H Sewer Line Connections
Section 7-08.3(2)H is supplemented by adding the following:
(******)
ar All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured
tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed
for use in making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall
be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the
existing main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the
�r existing main shall be core drilled. When the existing main is constructed of vitrified clay, the main
shall be re-sectioned with flexible couplings, Fernco or approved equal.
Connections (unless booted connections have been provided for) to existing concrete manholes shall
be per Section 7-05.3(3).
7-08.3(2)J Placing PVC Pipe
Section 7-08.3(2)1 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(3)A Backfilling Sanitary Sewer Trenches
Section 7-08.3(3)A is a new section supplementing 7-08.3(3)
(******)
To the maximum extent available, suitable material obtained from trench excavation shall be used for
trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6
inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious
materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones
wir _
within the allowable size limit incorporated in the remainder of fills shall be distributed so that they
do not congregate or interfere with proper compaction.
r.
83
Ow
03/11/2011
If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable
material is requested by the Engineer to be removed or over-excavated from trench excavations,then
Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9-
03.19 shall be used. All native or imported backfill material shall be compacted to 95% of maximum
dry density per ASTM D 1557 unless otherwise specified herein or on the Plans.
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 Dl 557. This includes the foundation,
backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches
between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the
base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction.
The Contractor shall provide site access at all times for compaction testing and sample collection.
Areas of the trench which fail to meet the compaction requirements shall be removed and replace and No
re-compacted at the Contractor's expense.
The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may go
occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement
shall be made by the Contractor at his expense.
Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as
determined by the modified proctor compaction test,ASTM D1557.
The Contractor shall be responsible for the disposal of any excess excavated material.
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,
shall be measured by the cubic yard, including haul, as specified in 2-09, or by the ton.
.r
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.
"Gravel Backfill for Pipe Zone Bedding", per cubic yard or ton.
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. so
"Commercial Concrete", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
Unless specifically identified and provided as separate items, structure excavation, dewatering and
backfilling shall be incidental to pipe installation and no further compensation shall be made.
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit
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.
84
03/11/2011
as 7-09 PIPE AND FITTINGS FOR WATER MAINS
7-09.3(15)A Ductile Iron Pipe
4w The first paragraph of Section 7-09.3(15)A is revised as follows:
Long radius(500 feet or more)curves, either horizontal or vertical, may be laid with standard pipe by
aw deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the
Contractor can assume that the curves can be made by deflecting the joints with standard lengths of
pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The
amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not
40 exceed one half of the manufacturer's printed recommended deflections.
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
Section 7-09.3(15)B is supplemented as follows:
(*** **)
Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
The title and text of section 7-09.3(17)has been revised as follows:
The Contractor shall lay, ductile iron pipe with a polyethylene encasement. Pipe and polyethylene
encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall
also be installed on all appurtenances, such as pipe Laterals, couplings, fittings, and valves, with 8-mil
polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105.
.� The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall
be repaired in accordance with ANSUAWWA CI05!A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation of the
pipe and no additional payment shall be allowed.
7-09.3(19)A Connections to Existing Mains
+rr Section 7-09.3(19)A is revised and supplemented as iollows:
The Contractor may be required to perform the connection during times other than normal working
hours. The Contractor shall not operate any valves on the existing system. Water system personnel
aw will operate all valves on the existing system for the Contractor when required.
No Work shall be performed on the connections unless a representative of the water department is
present to inspect the Work.
wr
When not stated otherwise in the special provisions or on the plans, all connections to existing water
mains will be done by City forces as provided below:
aw City Installed Connections:
Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify
all existing piping, dimensions, and elevations to assure proper fit.
irr
Connections to the existing water main shall not be made without first making the necessary
arrangements with the Engineer in advance.
A two-week advance notice shall be required for each connection which requires a cutting of the
existing water mains or a shut-down of the existing water mains. The City reserves the right to re-
schedule the connection if the Work area is not ready at the scheduled time for the connection.
�r Work shall not be started until all the materials, equipment and labor necessary to properly complete
the Work are assembled on site.
vrr
85
+rr
03/11/2011
The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements,
excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at
the connection areas before the scheduled time for the connection by the City. The Contractor shall
provide all materials necessary to install all connections as indicated on the construction plans, 00
including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete
the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at
the connections, backfill and surface restoration at the locations shown on the plans for the
connections to the existing water mains. '�
The City will cut the existing main and assemble all materials.
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block .r
Section 7-09.3(21)has been supplemented by adding the following:
(******)
Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to WA
the City of Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be
blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly
formed with plywood or other acceptable forming materials and shall not be poured around joints.
The fonns shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall
be installed in accordance with Section 7-11.3(15).
Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include
reinforcing steels, shackle rods, installation and removal of formwork.
Blocking shall be commercial concrete (hand-mixed concrete is not allowed) and poured in place.
rt
7-09.3(23) Hydrostatic Pressure Test
Section 7-09.3(23) is supplemented and revised as follows:
(******)
A hydrant meter and a backflow prevention device will be used when drawing water from the City 40
system. These may be obtained from the City by completing the required forms and making the
required security deposits. There will be a charge for the water used. Before applying the specified
test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air
vents are not located at all high points, the contractor shall install corporation cocks at such points so
that the air can be expelled as the line is filled with water. After all the air has been expelled, the
corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test,
the corporation cocks shall be removed and plugged. wa
The quantity of water required to restore the pressure shall be accurately detennined by either 1)
pumping from an open container of suitable size such that accurate volume measurements can be
made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit
hand registering 1 gallon per revolution.The meter shall be approved by the Engineer.
Acceptability of the test will be determined by two factors, as follows:
1. The quantity of water lost from the main shall not exceed the number of gallons per hour as r
listed in the following table.
2. The loss in pressure steal I not exceed 5 psi during the 2 hour test period.
•r
All water used to perform hydrostatic pressure shall be charged a usage fee.
Allowable leakage per 1000 ft. of pipeline* in GPH
Nominal Pipe Diameter in inches 10
PSI 6" 8" 10" 12" 16" 20" 24"
450 0.95 1.27 1.59 1.91 2.55 3.18 3.82
400 0.90 1.20 1.50 1.80 2.40 3.00 3.60
350 0.84 1.12 1.40 1.69 2.25 2.81 3.37
275 0.75 1.00 1.24 1.49 1.99 2.49 2.99
r
86
"M 03/11/2011
250 0.71 0.95 1.19 1.42 1.90 2.37 2.85
225 0.68 0.90 1.13 1.35 1.80 2.25 2.70
200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
*If the pipeline under test contains sections of various diameters, the allowable leakage will be
r the sum of the computed leakage for each size. For those diameters or pressures not listed, the
formula below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as
determined by the formula
L=N P
rrr in which: 7400
L= Allowable leakage,gallons/hour
N= No. of joints in the length of pipeline tested
D= Nominal diameter of the pipe in inches
AW P= Average test pressure during the leakage test,psi
The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during
the 15 muurte test ep riod." Is deleted.
7-09.3(24)A Flushing and "Poly-pigging"
Section 7-09.3(24)A shall be revised and supplemented as follows:
Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated
material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap
shall be provided large enough to develop a velocity of at least 2.5 fps in the main.
The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 21b/cu-ft density foam with 90A
durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be
w
cylinder shaped with bullet nose or squared end.
The paramraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing
shall be done after disinfection." is deleted.
Dechlorination of all water used for disinfection shall be accomplished in accordance with the City of
Renton Standard Details. Water containing chlorine residual in excess of that carried in the existing
water system, shall not be disposed into the storm drainage system or any water way.
MW
7-09.3(24)D Dry Calcium Hypochlorite
Section 7-09.3(24)D has been replaced with:
(******)
to Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
,,,,,,i Section 7-09.3(24)K has been revised as follows:
(******)
Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this
period, the chlorine residual at pipe extremities and at other representative points shall be at least
so 25 mg/l.
7-09.3(24)N Final Flushing and Testing
Section 7-09.3(24)N has been revised as follows:
w (******)
Before placing the lines into service, a satisfactory report shall be received from the local or State
health department or an approved testing lab on samples collected from representative points in the
VW new system. Samples will be collected and bacteriological tests obtained by the Engineer.
9W
87
wr
03/11/2011
7-09.3(25) Joint Restraint Systems
Section 7-09.3(25) is a new additional section:
General:
Where shown on the plans or in the specifications or required by the Engineer,joint restraint system w
(shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star
National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate
is approved in writing by the Engineer.
Materials:
Steel types used shall be:
High strength low-alloy steel (cor-ten),ASTM A242, heat-treated, superstar"SST" series.
High strength low-alloy steel (cor-ten),ASTM A242, superstar "SS" series. r
Items to be galvanized are to meet the following requirements:
ASTM A 153 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled, pressed and forged steel shapes.
Joint restrainer system components:
Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3"
mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile
strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and
60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer's
reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same ASTM
specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same ASTM
specification as SST 7.
Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc
plated. S8: 5/8" and 3/4",ASTM A563, grade A, zinc plated or hot-dip galvanized.
Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid
installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563,
grade C3. S 10: for 5/8" and 3/4" tierods,ASTM A563, grade A.
Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized.
SS 12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B 1.1. S 12: 5/8" and 3/4" diameter, ■6
ASTM A36,A307.
Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS 17: ASTM A242, F436.
S17:ANSI B18.22.1.
Installation:
Install the joint restraint system in accordance with the manufacturer's instructions so all joints
are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull
against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for
3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange
tierods symmetrically around the pipe. +
err
88
4W 03/11/2011
air
Pipe Diameter Number of 3/4"
Tie Rods Required
4".............................................2
w► 611.............................................2
8".............................................3
10"............................................4
wr1211............................................6
14"............................................8
16"............................................8
18"............................................8
w. 2011............................................10
24"............................................ 14
3011............................................(16-7/8"rods)
36"............................................(24-7/8"rods)
aw
Where a manufacturer's mechanical joint valve or fitting is supplied with slots for"T" bolts instead of
Ow holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide
adequate space for locating the tiebolts.
Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater
wo than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to
keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be
mechanical joint pipe and tiebolts shall be installed as rod guides at each joint.
Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be
galvanized. All disturbed sections will be painted, to the Inspector's satisfaction, with koppers
bitomastic no. 300-m, or approved equal.
+r►
Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be
galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers
bitomastic no. 800-m, or approved equal.
arr
Tiebolts, t1enLltS, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of
the pipe and no additional payment shall be made.
*W 7-09.4 Measurement
Measurement and Payment Schedule for installation of water mains and
appurtenances is shown in Section 1-09.14
aw Section 7-09.4 is revised as follows:
Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the
calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in
accordance with Section 1-09.
Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard
when these items are included as separate pay items. If not included as separate pay items in the
contract, then thrust blocking and dead-man blocks shall be considered incidental to the installation of
the water main and no further compensation shall be made.
Measurement for payment for connections to existing water mains will be per each for each
connection to existing water main(s)as shown on the Plans.
7-09.5 Payment
Measurement and Payment Schedule for installation of water mains and
appurtenances is shown in Section 1-09.14
89
dw
03/11/2011
Section 7-09.5 is revised and supplemented as follows: �r
"Furnish and Install Ductile Iron Water Main& Fittings", per lineal foot.
The unit contract price per linear foot for each size and kind of"Furnish and Install Ductile Iron
Water Main& Fittings" shall be full pay for the bid item as described in Section 1-09.14.
"Concrete Thrust Blocking and Dead-Man Anchor Blocks", per cubic yard.
The unit contract price per cubic yard for"Concrete Concrete Thrust Blocking and Dead-Man Anchor
Blocks " shall be full pay for the bid item as described in Section 1-09.14.
so
"Connection to Existing Water Mains", per each.
The unit contract price per each for"Connection to Existing Water Mains" shall be full pay for the bid
item as described in Section 1-09.14. No
"Select Imported Trench Backfill", per cubic yard or ton.
The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay '
for the bid item as described in Section 1-09.14.
"Removal and Replacement of Unsuitable Foundation Material", per ton or cubic yard.
The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable
Foundation Material" shall be full pay for the bid item as described in Section 1-09.14.
7-12 VALVES FOR WATER MAINS MW
7-12.3(1) Installation of Valve Marker Post
Section 7-12.3(1)has been revised as follows:
(******) sir
Where required, a valve marker post shall be furnished and installed with each valve. Valve marker
posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of
the post exposed above grade. No
The rest of this section is deleted.
7-12.3(2) Adjust Existing Valve Box to Grade
Section 7-12.3(2) is a new section:
Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-
05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be
limited to, the locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use
whatever means necessary to remove such debris, leaving the valve installation in a fully operable
condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2")
below finished grade.
7-12.4 Measurement
Measurement and Payment Schedule for installation of water mains and
appurtenances is shown in Section 1-09.14
90
03/11/2011
.,► 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
dew adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not
we
be included in this measurement item.
7-12.5 Payment
Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14
Section 7-12.5 is replaced with the following:
+W "Furnish and Install -Inch Gate Valve Assembly", per each.
The unit contract price per each for "Furnish and Install -Inch Gate Valve Assembly" shall be full
wr pay for the bid item as described in Section 1-09.14.
"Air-Release/Air-Vacuum Valve Assembly," per each.
am The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment
and material to complete the installation of the assembly including but not limited to, excavating,
tapping the main. laying and jointing the pipe and fittings and appurtenances, backfilling, testing,
flushing, and disinfection, meter box and cover, at location shown on the plans, and per the City of
■. Renton Standard Details, latest revision.
"Adjust Existing Valve Box to Grade (RC)," per each.
as 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 7-14.3(1) is revised and the section is supplemented as follows:
After all installation and testing is complete, the exposed portion of the hydrant shall be painted with
two field coats. The type and color of paint will be designated by the Engineer.
w
Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by
the Engineer.
Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1
and the City of Renton Standard Details. Hydrant and guard posts shall be painted in accordance with
the standard details. Upon completion of the project, all fire hydrants shall be painted to the City of
Renton specifications and guard posts painted with two coats of preservative paint NO. 43-655 Safety
Yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with
connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The
hvdrant 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),
91
iW
03/11/2011
6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron oil
valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts
(only if hydrants are outside of right-of-way).
Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15).
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.
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. rr
7-14.5 Payment
Measurement and Payment Schedule for installation of water mains and
appurtenances is shown in Section 1-09.14 as
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 MW
included in the proposal:
"Furnish and Install Hydrant Assembly", per each.
err
The unit contract price per each for " Furnish and Install Hydrant Assembly", shall be full pay for the
bid item as described in Section 1-09.14.
�r
"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, wt
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.
rr
"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 made. Guard
posts, shown on the Plans shall be incidental to the contract. rri
7-15 SERVICE CONECTIONS
7-15.3 Construction Details
Section 7-15.3 is supplemented as follows:
Pipe materials used to extend or replace existing water service lines shall be copper.
rw+
92
Im 03/11/2011
Am Where installation is in existing paved streets, the service lines shall be installed by a trenchless
percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails,
regular open trench methods may be used.
7-15.5 Payment
Measurement and Payment Schedule for installation of water mains and
appurtenances is shown in Section 1-09.14.
Section 7-15.5 is revised as follows:
Payment will be made in accordance with Section 1-04.1, for the following bid item when it is
included in the proposal:
"Furnish and Install In. Water Service Connection", per each.
The unit contract price per each for "Furnish and Install In. Water Service Connection", shall be
full pay for the bid item as described in Section 1-09.14.
7-17 SANITARY SEWERS
7-17.2 Materials
Section 7-17.2 is replaced with the following:
Pipe
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall
provide two copies of the pipe manufacturer's technical literature and tables of dimensional
tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those
prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected.
If requested by the Engineer, not less than three nor more than five lengths of pipe for each size,
selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance
of the respective pipe.
..
Material for PVC sewer pipe shall meet the requirements of Section 9-05.12.
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
7-17.3 Construction Requirements
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1) is supplemented by adding the following:
When extending an existing sewer, the downstream system shall be protected from construction
debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall
be the Contractor's responsibility to maintain this screen or trap until the new system is placed in
,■, service and then to remove it. Any construction debris, which enters the existing downstream system,
shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the
first manhole is set, its outlet shall be plugged until acceptance by the Engineer.
7-17.3(2)H Television Inspection
Section 7-17.3(2)H is supplemented by adding the following:
Once the television inspection has been completed the Contractor shall submit to the Engineer the
written reports of the inspection plus the videotapes. Said videotapes are to be in color and compatible
with the City's viewing and recording systems.
wr
93
rr
03/11/2011
11i
The City system accepts 1/2" wide high density VHS Tapes. The tapes will be run at standard speed
SP(1 5/16 I.P.S.). The City will also accept video submittals on DVD viewable on a standard player
or a CD or DVD compatible with Cues DataCAP 4.0.
err
7-17.4 Measurement
Section 7-17.4 is supplemented as follows:
(******)
Measurement of"Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard `
in place,measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets.
7-17.5 Payment ,
Measurement and Payment Schedule for installation of sanitary sewer
mains and appurtenances is shown in Section 1-09.14
Section 7-17.5 is revised and supplemented as follows: OW
(******)
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 In. sewer pipe", per linear foot.
The unit contract price per each for " Furnish and Install In. sewer pipe", shall be full pays
for the bid item as described in Section 1-09.14.
"Furnish and Install In. side sewer pipe", per linear foot.
The unit contract price per each for " Furnish and Install In. side sewer pipe", shall be full
pay for the bid item as described in Section 1-09.14.
"Testing Sewer Pipe", per linear foot. 'o
The unit contract price per linear foot for"Testing Sewer Pipe" shall be full pay for all labor, material
and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for
"Testing Sewer Pipe" is included it shall be considered incidental to the pipe items.
■o
"Removal and Replacement of Unsuitable Material", per cubic yard or ton.
The unit contract price per cubic yard or ton for"Removal and Replacement of Unsuitable Material"
shall be full pay for all Work to remove unsuitable material and replace and compact suitable material
as specified in Section 7-08.3(l)A.
"Bank Run Gravel for Trench Backfill Sewer", per cubic yard or ton.
The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill Sewer" shall
be full pay for all Work to furnish, place, and compact material in the trench.
"Television Inspection", per linear foot.
8-09 RAISED PAVEMENT MARKERS
8-09.5 Payment
Section 8-09.5 has been revised as follows:
Payment will be made for each of the following bid items that are included in the proposal:
"Raised Pavement Marker Type I", per each.
"Raised Pavement Marker Type 2", per each.
"Raised Pavement Marker Type 3- In.",per each. so
"Recessed Pavement Marker", per each.
The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker
or
94
go 03/11/2011
VAW Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker" shall
be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers
in accordance with these Specifications, including all cost involved with traffic control unless traffic
control is listed in the Contract as a separate pay item.
■r
8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised 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.
aw When existing monuments will be impacted by a project, the Contractor shall be responsible for
assuring that a registered survevor references the existing monuments prior to construction. After
construction is complete, the monuments shall be re-established by the Surveyor in accordance with
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
Section 8-13.5 is supplemented by adding the following:
"Reset Existing Monument"per each.
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(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
rrr
95
dw
03/11/2011 Aw
shall be removed and replaced at the expense of the Contractor. ur
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" unless any of these other items
are listed and specified to be paid as separate pay items.
If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for
such installation,then quantities shall be measured with and paid for under the bid items for Curb and
Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt so
concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt
Concrete."
8-14.5 Payment
Section 8-14.5 is supplemented by adding the following:
"Curb Ramp, Cement Concrete," per each.
Payment for excavation of material not related to the construction of the sidewalk but necessary
before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with
the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul rir►
and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades
shown, and shall include all costs thereof in the unit contract price per square yard for "Cement
Concrete Sidewalk"and the per each contract price for"Curb Ramp, Cement Concrete."
wit
8-17 IMPACT ATTENUATOR SYSTEMS
8-17.5 Payment
Section 8-17.5 is supplemented by the following:
If no pay item is included for temporary impact attenuators then all costs to provide and install shall ft
be considered a part of the pay item for"Traffic Control."
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
8-20.2(1) Equipment List and Drawings
OIL
Paragraph four of Section 8-20.2(l) is revised and supplemented with the following:
The Contractor shall submit for approval six sets of shop drawings for each of the following types of
standards called for on this project:
1. Light standards with or without pre-approved Plans. wt
2. Signal standards with or without pre-approved Plans.
3. Combination Signal and lighting standards.
4. Metal Strain Poles.
Paragraph five of Section 8-20.2(1) is deleted.
Paragraph six of Section 8-20.2(1) is deleted. ,
Section 8-20.2(1)is supplemented as follows:
96
4M 03/11/2011
..r. The Contractor also shall submit either on the signal standard shop drawings or attached to the signal
standard shop drawings all dimensions to clearly show the specific mast arm mounting height and
signal.tenon locations for each signal pole to be installed.
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
(******)
Crosswalk Stripe
.e 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 centerline delineation on
.rr
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
4W stripe is used as centerline delineation on multilane,two-way highways and for channelization.
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 adiacent 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.
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 24400t 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.
rr
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 installation to
approve the installation procedure.
irr
97
03/11/2011
8-22.5 Payment wr
Section 8-22.5 is supplemented as follows:
(******)
"Approach Stripe,"per linear foot.
�t
"Remove Paint Line ....." wide," per linear foot.*
"Remove Plastic Line ......" Wide," per linear foot.* so
"Remove existing traffic markings, "per Lump Sum.*
*The linear foot contract price for"Remove Paint Line" and "Remove Plastic Line" and the lump sum
contract price for "Remove existing traffic markings" shall be full compensation for 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 rr►
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 as
Contract or included under "Traffic Control," if that item is included as a bid item.
9-03.8(7) HMA Tolerances and Adjustments
Item I is deleted and replaced with: '
(******)
1. Job Mix Formula Tolerances. After the JNIF 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 lit
1" 3/4", '/2", and 3/8" sieves ±6% ±8%
U.S.No. 4 sieve ±6% ±8%
U.S. No. 8 sieve ±6% ±8%
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% go
VMA 1.5% below minimum value in 9-03.8(2)
VFA minimum and maximum as listed in 9-03.8(2) rr
Va 2.5% minimum and 5.5%maximum
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 point's section, except the tolerance limits '
for sieves designated as 100% passing will be 99-100.
�r
98
03/11/2011
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Section 9-05.4 is revised as follows:
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II.
Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized
coating applied inside and out following welding is acceptable and shall be asphalt treatment coated.
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
irw Section 9-05.7(2) is replaced by the following:
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be
Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance
with ASTM C150. No admixture shall be used unless otherwise specified.
9-05.7(2)A Basis for Acceptance (RC)
Section 9-05.7(2)A is supplemented by the following:
(******)
All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM
C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA
,., C302 except test pressure shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe ,Joints (RC)
Section 9-05.7(3) is replaced by the following:
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained
single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall
.w be neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(4) is supplemented by the following:
ae
(******)
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or
AWWA C302 except test pressure shall be 5 psi.
us 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Section 9-05.9 is replaced with:
(******)
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
'�" Certificate of Compliance stating that the materials furnished comply in all respects with these
Specifications. The Engineer may require additional information or tests to be performed by the
Contractor at no expense to the City.
..
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated either by using a continuous helical lock seam or a continuous helical welded seam
to paralleling the rib.
Steel spiral rib stonm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized)
corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall
to be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
m shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and
shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to
outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the
w.
99
.rr
03/11/2011
outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The as
maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the direction
of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch
and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a
stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be
effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The
bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and
9-05.4(4).
a
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 inch
wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum
vertical distance of ribs shall be 4.80 inches center to center(measured normal to the direction of the
ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable
tolerance of+ 10 percent.
9-05.12 Polyvinyl Chloride (PVC) Pipe '
Section 9-05.12(3) is a new additional section:
�r►
9-05.12(3) CPEP Sewer Pipe
Section 9-05.12(3) is a new additional section:
CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin
which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C
per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of
AASHTO M294.
9-05.14 ABS Composite Sewer Pipe
Section 9-05.14 is deleted
(******)
fit
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
Section 9-05.17 is replaced with:
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated by using a continuous helical lock seam with a seam gasket.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch
deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that
can be effectively jointed with coupling bands.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8
inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to
center(measured nonmal to the direction of the ribs). The radius of bend of the metal at the corners of
the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch
wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum as
vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of
ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius
100
rat
03/11/2011
of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10
percent.
9-05.22 High Density Polyethylene Piping
Section 9-05.22 is a new section:
.r DRISCOPLEXTm 4100 High-density Polyethylene Piping
1 General Terms and Conditions
1.1 Scope-This Specification covers requirements for DriscoPlexTm 4100 PE 3408 high-density
polyethylene piping. All Work shall be performed in accordance with these Specifications.
dw
1.2 Engineered and Approved Plans - Construction shall be performed in accordance with Engineered
Construction Plans for the Work prepared under the direction of a Professional Engineer.
1.3 Referenced Standards-Where all or part of a federal,ASTM,ANSI,AWWA, etc., Standard
Specification is incorporated by reference in these Specifications, the reference standard shall be the
latest edition and revision.
+�r
1.4 Licenses and Permits—The Contractor shall be licensed and bonded.
Not 1.5 Inspections -All Work shall be inspected by an Authorized Representative of the City who shall
have the authority to halt construction if, in his opinion, these Specifications or standard construction
practices are not being followed. Whenever any portion of these Specifications is violated, the
Engineer shall, by written notice, order further construction to cease until all deficiencies are
corrected.
2 Polyethylene Pipe and Fittings
ilm 2.1 Qualifications of Manufacturers-The manufacturer shall have manufacturing and quality
assurance facilities capable of producing and assuring the quality of the pipe and fittings required by
2a these Specifications. The manufacturer's production facilities shall be open for inspection by the City
or his Authorized Representative. The Project Engineer shall approve qualified manufacturers.
00 2.2 Materials- Black PE materials used for the manufacture of polyethylene pipe and fittings shall be
PE 3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be
listed in the name of the pipe and fitting manufacturer in PPI (Plastics Pipe Institute)TR-4, with a
ow standard grade HDB rating of 1600 psi at 73°F. Color material, when used, shall be the same except
for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for
potable water in accordance with NSF Standard 61. When requested on the order,the manufacturer
to shall certify that the materials used to manufacture pipe and fittings meet these requirements.
2.3 Interchangeability of Pipe and Fittings-The same qualified and approved manufacturer shall
produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub-
A. contractors or distributors are prohibited.
VW 2.4 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall
be molded or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall
be pressure rated for the same internal pressure rating as the mating pipe.
dw
101
.v
03/11/2011
2.5 Molded Fittings-Molded fittings shall be manufactured and tested in accordance with ASTM D
3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906.
2.6 Fabricated Fittings -Fabricated fittings shall be made by heat fusion joining specially machined
shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated
for internal pressure service at least equal to the full service pressure rating of the mating pipe.
Fabricated fittings shall be tested in accordance with AWWA C906.
2.7 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through-bore length
to be clamped in a butt fusion joining machine without the use of a stub-end holder. The sealing aw
surface of the flange adapter shall be machined with a series of small v-shaped grooves (serrations)to
promote gasketless sealing, or restrain the gasket against blowout.
2.8 Back-up Rings & Flange Bolts- Flange adapters shall be fitted with back-up rings that are
pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or
radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or
higher.
9-08 PAINTS
9-08.8 Manhole Coating System Products
Section 9-08.8 is a new section and subsections:
9-08.8(1) Coating Systems Specification
A. High Solids Urethane
Coating System: C 1
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface In accordance with SSPC
Preparation: SP-7 (Sweep or brush off
blast)
Application: Shop/Field: The drying
time between coats shall
not exceed 24 hours in
any case rot
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of
Wasser MC-Aroshield
high solids urethane (2.0 'it
DFT) Finish: Two or
more coats of Wasser
MC-Aroshield(min. 4.0
DFT)
Color:
White
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash (RC)
Section 9-23.9 is revised as follows:
so
102
ref
"m 03/11/2011
err (******)
Fly ash shall not be used around water lines.
9-30 WATER DISTRIBUTION MATERIALS
9-30.1(1) Ductile Iron Pipe (RC)
Section 9-30.1(1) is revised as follows:
.rr
(******)
Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron
pipe shall have a cement-mortar lining meeting the requirements of AWWA C104. All other ductile
iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans.
err
9-30.3(1) Gate Valves (3 inches to 12 inches)
Section 9-30.3(1) is replaced with:
(******)
Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be
Iowa List 14, Mueller Company No.A2380, Kennedy, or M&H.
Approval of valves other than models specified shall be obtained prior to bid opening.
All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and
extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See the
City of Renton Standard Details for 12" gate valve assembly vault and 1" bypass installation.
Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with
bronze wedging device and O-ring stuffing box.
Resilient Seated Gate Valves:
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA
Standard C509 latest revisions.
law
All external and internal fen-ous metal surfaces of the gate valve shall be coated for corrosion
protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts
prior to valve assenbly, and shall meet or exceed the requirements of AWWA Standard C-550 latest
revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be
equipped with one (1) anti-friction washer. The resilient gate valve shall have rubber sealing surfaces
to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast.
Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve
materials meet the City specifications.
Valves shall be designed for a minimum water operating pressure of 200 psi.
End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown
on the project plans.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series
2370, Kennedy.
Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves
less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as
required.
All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and
shall be installed in a concrete vault per City of Renton Standard Details,latest revision.
9-30.3(3) Butterfly Valves
Section 9-30.3(3) is supplemented by adding the following:
103
03/11/2011 16
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
9-30.3(5) Valve Marker Posts
Section 9-30.3(5)has been deleted and replaced with the following:
The valve markers shall be fabricated and installed in conformance with the Standard Drawings.
Valve markers shall be carsonite composite utility marker.375"x 6'-0" or approved equal with blue
label "water."
uir
9-30.3(7) Combination Air Release/Air Vacuum Valves
Section 9-30.3(7)has been supplemented as follows:
Air and vacuum release valves shall be APCO-Valve and Primer Corp, "Heavy-Duty," combination
air release valve, or equal.
rt
Installation shall be per the City of Renton Standard Details, latest revision.
Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is
approximate. The installation shall be set at the high point of the line.
9-30.3(8) Tapping Sleeve and Valve Assembly
Section 9-30.3(8) is revised as follows:
Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved material.
9-30.3(9) Blow-Off Assembly
Section 9-30.3(9) is a new section:
(***Xx*)
Permanent blow-off assembly shall be#78 Kupferle Foundry Co. or approved equal. Installation of
blow-off permanent blow-off assembly shall be per City of Renton Standard Details, latest revision.
Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s)shown on the
plans. Temporary blow-off assembly on new dead-end water main shall be installed at location
shown on the plans.
Temporary blow-off assemblies for testing and flushing of the new water mains will not be included
under this item and shall be considered incidental to the contract and no additional payment shall be
made.
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.
9-30.5(1) End Connections (RC)
Section 9-30.5(1) is supplemented by adding the following:
Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid
104
at
03/11/2011
VW proposal description.
9-30.5(2) Hydrant Dimensions
Section 9-30.5(2)is replaced with the following:
we (******)
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
WW 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
+r 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.
rr
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
`A with 1/8" coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions.
OL
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B has been modified as follows:
. r
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.
ar
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.
SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS
REQUIRED
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.
trrr
�r
105
rr
t
c
t
E
G
i
E
� STANDARD PLANS .
F
L
E
L
i
L
L
F
L
WATER PLAN GENERAL NOTES Standard Plan No.300
ow
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
ar 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.
us 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.
r 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.
air 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
+rr 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.
air
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,
ow 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.
go
8. 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 BYTHE PUBLIC WORKS INSPECTOR.
9. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS AT LEAST 10 WORKING
r 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
Nrr CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL,CONCRETE BLOCKING,AND COMPLETE SURFACE RESTORATION.
go
+�,® O; PUBLIC WORKS STD. PLAN - 300.0
DEPARTMENT WATER PLAN GENERAL NOTES
O$ MARCH 2010
ww
..
+wr
+rr
TEMPORARY 2" GALVANIZED PIPE
AND 2" GATE VALVE
FINISHED GRADE ELEVATION
rrt>r INSTALL 2" PLUG ON TOP BLIND FLANGE
3 FT MIN. COVER (10-INCH DIAMETER AND UNDER) AFTER REMOVAL OF POLYPIG
4 FT MIN. COVER (12-INCH DIAMETER AND OVER)
wlr
.4
NEW WATER MAIN POLYPIG ^
^
v�r
VERTICAL CROSS FOR POLYPIGGING STATION:
SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE
VERTICAL CROSS (MJ X FL)
ONE BLIND FLANGE ON TOP OF CROSS WITH 2" TAP & 2" TEMPORARY BLOW-OFF ASSEMBLY
(REMOVE BLOW-OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING "POLY-PIG")
ONE BLIND FLANGE ON BOTTOM OF CROSS
ONE PLUG (MJ) ON END OF CROSS
CONCRETE BLOCKING
ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE
DISINFECTION OF NEW WATER MAIN
1�
GtiT °.n
w� * Y y + PUBLIC WORKS POLY PIG STATION FOR CLEANING OF STD. PLAN — 300.6
DEPARTMENT WATER MAINS
IT MARCH 2010
aw
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
wo JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2"
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
to 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
do 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'x5'x6" THICK CONCRETE PAD AROUND TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO.
HYDRANT. FINISH TO MATCH SIDEWALK. STANDARD 8" TOP SECTION WITH REGULAR BASE
EXPANSION JOINT AT SECTION LENGTH TO FIT. VALVE NUT EXTENSION
BACK OF SIDEWALK
AS REQUIRED.
CONCRETE SIDEWALK RAISED PAVEMENT MARKER TYPE 88-A
a f OR PLANTING STRIP
/ STIMSONITE TWO-WAY BLUE REFLECTIVE
/
11111 �/ 36" MIN
x/ COVER LL. CONCRETE BLOCKING
to o O t
CONCRETE
THRUST BLOCK /
MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET.
6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT
as 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT
2-314" COR-TEN STEEL TIE RODS.
16" x 8" x 4" MININUM 1/2 YARD OF 1-1/4" WASHED DRAIN ROCK
CONCRETE BEARING 1' ABOVE BOOT FLANGE. PLACE 8 MIL
BLOCK UNDER HYDRANT POLYETHYLENE FILM AROUND TOP AND SIDES OF
GRAVEL.
w1111
FIRE HYDRANT ASSEMBLY
LEVEL ALL GROUND
v/ LEVEL ALL GROUND MIN 3' RADIUS
MIN 3' RADIUS
K
rlrll 1 ✓/ ONE MAN ROCK
06:, , 1
6" CONCRETE PAD 16" CONCRETE PAD
U
am CUT Fl LL
HYDRANT LOCATION IN CUT OR FILL
v
Y STD. PLAN — 310.1
aw PUBLIC WORKS FIRE HYDRANT ASSEMBLY
DEPARTMENT
N z o MARCH 2010
1r
MARKER MARKER MARKER
rw
I
I e o
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
rrr
MARKER MARKER
err e
aw o o a
or 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
+r PAINTED LANE DIVIDER) PAINTED LANE DIVIDER)
HYDRANT MARKERS
rrr
ar
r
4„
ow
RAISED PAVMENT MARKER TYPE 88 AB
STIVSONITE TWO—WAY (BLUE)
+rr
**' aKI STD. PLAN — 310.3
PUBLIC WORKS..r DEPARTMENT HYDRANT MARKER LAYOUT
MARCH 2010
®irr
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,
'llr INC. MSCBC-1324-R WITH READER LID AND 2" DRILLED HOLE PIPING PIPING
FOR TOUCHREAD PIT LID (SEE DETAIL A-A)
J I IN UNIMPROVED RIGHT OF J
WAY INSTALL METER BOX AT
do ' PROPERTY LINE WITH 12" }
Of• LONG COPPER TAILPIECE. w
9" MIN N o I SIDEWALK a
12" MAX
FINISH GRADE
irin .
z a 0� TOUCHREAD WATER
> METER TO BE
36" MIN COVER n O vo SUPPLIED BY THE 12 x¢
CITY M>
(Aw TYPE "K" SOFT b o
22-112-
COPPER TUBING
!
slit NEW DUCTILE
IRON
WATERMAIN
IF SERVICE LINE TO HOUSE IS 3/4" OR 1"
TO BE INSTALLED IN THE FUTURE GALVANIZED
im INSTALL FORD C14-33 OR 44 FIPT PLUG
x COMPRESSION COUPLING
LOOP DOWN TO CENTERLINE
OF WATER MAIN TO
wYr PROVIDE SLACK IN COPPER COPPERSETTER FOR 5/8"x3/4'• METER FORD
SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCQQ33, OR
MUELLER: 3/4-13-2470-2 WITH ANGLE BALL VALVE ON INLET AND
SINGLE CHECK VALVE ON OUTLET
CORPORATION STOP WITH BALL VALVE, FORD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR
TAPERED THREAD (CC). QUICK JOINT MCDONALD BRASS: 21-415WCQQ44, OR MUELLER: 1-B-2470-2
(3/4" FB1000-3-0) OR AY MCDONALD 4701B BOTH INLET AND OUTLET WITH QUICK JOINT. PADLOCK WINGS ON
(1" FB1000-4-Q) OR AY MCDONALD 47018 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 BOX.
■o
A A DRILL 2" DIA, HOLE FOR AMR (AUTOMATIC
METER READ) TOUCHREAD DEVICE
at
7-- 2-1/2" MIN. FROM NEAREST
AND FRONT EDGE OF PIT LID
sw
TYPICAL
RIB
rl
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
s111 ONE RIB.
Y STD. PLAN - 320.1
G�z
wr i Aug + PUBLIC WORKS 3/4" AND 1" WATER SERVICE
DEPARTMENT
MARCH 2010
Qla
w
CAUTION VALVE BOX SHOULD NOT REST ON
PIPE, LATER COMPACTION IN AREA OF VALVE BOX >
Ilia COULD CAUSE THE BREAKAGE OF THE SERVICE. �
w
10 11 12 p
a
PRIVATE PLUMBING
do
9" MIN. g SHALL CONNECT
12" MAX. HERE
Z Z x
<w
ip o 4 - - O
2" BRASS PLUG
CRUSHED ROCK BASE------- (THREADED)
TO SUPPORT VAULT.
BY PASS NOT ALLOWED
FOR IRRIGATION METERS
2 3 6 7 7 13
t 7 g
1-1/2" AND 2" WATER SERVICE DETAIL MIPT x oulcK JOINT
a
lilt MATERIAL LIST FOR 2" SERVICE WITH METER LOCATED IN RIGHT—OF—WAY BEHIND SIDEWALK
1. 2" tapped tee on new water meter.
2. 4" long X 2" brass nipple with threaded ends (MIPT). Q — Q
3. 2" resilient seat valve with threaded ends, square operating nut and valve nut extension if DRILL 2" DI A. HOLE FOR / \ / \
required (see standard detail 330.1). TOUCHREAD DEVICE
4. Two piece cast iron valve box. Standard 8" 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.
8. 2" threaded brass 90' ell. TYPICAL RIB
9. 2" Customsetter with by—pass Ford VBH 86-128-11-77 (17-3/16") or McDonald brass 2-1/2" MIN. FROM NEAREST
3OB715WDFF775, with flanged angle ball valve and padlock wings on inlet, and angle check valve AND FRONT EDGE OF PIT LID
outlet, ball valve on bypass with padlock wings. Customsetter shall have vertical inlet and outlet.
dill 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—Stotes Plastics, Inc. MSCBC-1730—R with 2" drilled hole
we for touchreod 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
i1IIIIIII 1. 2" topped 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 cast iron valve box. Standard 8" top section with regular base section, length to fit,
as "lug" type cover.
5. 2" X 1-1/2" 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.
III 8. 1-112" pock—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.
r 11. Water meter sholl 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—Stotes 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. 1-1/2" coupling (compression x FIPT) with 1-112" plug (MIPT), Ford C-14-66 or equal. The
IfU property owner is responsible for any necessary adaptation or extension of water service.
NOTE.-
411110 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
VM SIDES OF METER BOX.
�Y
a, + i PUBLIC WORKS 2 AND 1 %2" WATER SERVICE LOCATED STD. PLAN - 320.3
�O� DEPARTMENT IN RIGHT OF WAY BEHIND SIDEWALK
�N ro FEBRUARY 2010
r
wr A
A
PLAN VIE
WATER
VALVE BOX LID WITH
EARS IN DIRECTION OF 2" SQUARE
wr WATER MAIN AND WORD OPERATING NUT
"WATER" CAST INTO IT
12" MIN.
18" HAX
4" CONCRETE COLLAR FOR
12" VALVES IN PAVED AREAS 4-1/4" DIA.
1/8" MIN. THICKNESS
SEE DETAIL �— 2 PIECE CAST IRON VALVE
a+ BOX, RICH-SEATTLE TYPE 1" STEEL
OR OLYMPIC FOUNDRY
LENGTH AS REQUIRED
1/8" MIN. THICKNESS
2-1/4" INSIDE MEASUREMENT
ow 2-1/4" DEPTH
VALVE OPERATING NUT
SECTION A-A EXTENSION
iw
wr
'w VALVE OPERATION NUT EXTENSION NOTE: `3�g•,
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) FOOT LONG. ONLY ONE WIDTH
EXTENSION TO BE USED PER VALVE,
WHITE POST
NOTE: ALL EXTENSIONS ARE TO BE MADE
OF STEEL, SIZED AS NOTED, AND PAINTED -1 =1 62"
WITH TWO COATS OF METAL PAINT. llllllllllll III
�1=III_
=I I_I
am 24"
VALVE MARKER NOTES:
�r VALVE MARKERS SHALL BE EQUAL
TO CARSONITE UTILITY MARKER
VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER POST
®r
MAIN LINE VALVES OUTSIDE PAVED AREAS
rr
Y
�
,o + . PUBLIC WORKS VALVE BOX, MARKER & OPERATING STD. PLAN - 330.1
�� DEPARTMENT NUT EXTENSION
t�N'V MARCH 2010
r
11-1/4* BEND 22-1/2' BEND 45° BEND
rlrr �•� 1
CAP
In
TEE 90° BEND
THRUST BLOCK BEARING AREA IN SQUARE FEET (SEE NOTES) FOR HORIZONTAL AND DOWNWARD VERTICAL BENDS
rfY FIRM SILT OR
SOIL FIRM SILTY SAND COMPACT SAND COMPACT SAND & GRAVEL
90' 45' BEND 11 1/4' g0' 45' BEND 11 1/4' 90' 45' BEND 11 1/4'
FITTING BEND TEE CAP OR PLUG & 22 1/2' BEND TEE CAP OR PLUG & 22 112' BEND TEE CAP OR PLUG & 22 1/2'
BEND BEND BEND
a�lY nw, 4" 7.0 4.2 4.2 1.7 2.9 2.1 2.1 1.0 2.2 1.6 1.6 1.0
N 6" 13.3 9.4 9.4 3.8 6.7 4.7 4.7 1.9 5.0 3.5 3.5 1.4
w 8'• 23.3 16.7 16.7 6.7 11.7 8.4 8.4 3.4 8.8 6.3 6.3 2.5
a
a 12° 53.0 37.5 37.5 5.0 26.5 18.8 8.8 7.5 20.0 14.0 4.0 5.6
AREAS CALCULATED ON 300 PSI TEST PRESSURE. 3'-0° MIN. COVER FOR WATERMAIN LESS THAN 12".
aw
4•-0" MIN. COVER FOR WATERMAIN 12•• OR GREATER.
MAX. HEIGHT OF THRUST BLOCK (FT) = 0.5 x DEPTH OF TRENCH
MIN. HEIGHT OF THRUST BLOCK (FT) = O.D. PIPE + 1.0'
i
i Z 4
am
THRUST BLOCK
AREAREERSTOEAH E BEARING
FACE OF BLOCK MEASURED
IN SQUARE FEET
NOTES:
stir
1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12'•DIAMETER AND FOR SOIL TYPES
DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER.
2. ALL BLOCKING SHALL BE POURED IN PLACE AGAINST UNDISTURBED NATIVE GROUND.
Wr
3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING
SHALL OCCUR AFTER CONCRETE HAS REACHED NOMINAL COMPRESSIVE STRENGTH.
4. ALL BLOCKING SHALL BE CONCRETE CL 5 (1-1/2").
Ilr 5. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA
POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS, JOINT BOLTS OR GLANDS
REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED.
wo
CONCRETE BLOCKING FOR STD. PLAN - 330.2
No PUBLIC WORKS
(c-"'
DEPARTMENT HORIZON TAL AND DOWNWARD
VERTICAL BENDS MARCH 2010
aw
SHACKLE RODS TYPE A BLOCKING
(TYP) R FOR 11 1/4' & 221/2' VERTICAL BENDS
VB S d L
° z O z W J N
m Y
LLJ pN U1 mN W U U Q N� O,LLJ
L,
Z W w— J W �0 F- =`-'w ��w
i m N U a U p m w0 Q U WO.Z U
2 TURNBUCKLES c? - F° p z ow p o z p z
THREAD 6" - > ° N o w
+1� 4" 300 111/4 8 2 3/4 18
221/2 12 21/4 24
6° 300 111/4 12 21/4 3/4 24
a d 221/2 27 3
d \\< 111/4 16 21/2
° \/ 8" 300 221/2 43 31/2
3/a 24
\x 111/4 164 4 1 24
12" 300 221/2 1125 5 1 36
wo
d ° /
R = INSIDE RADIUS OF SHACKLE ROD BEND
° J K
a °
d ° Q
d d � w
a °
d d
U)
d c SHACKLE RODS
a
44 ° (TYP) R
d
a \\ R-�
d ° /
d ° d
aw S 2 TURNBUCKLES
TYPE A THREAD 6"
r
0.19*S -Q1
d ° d a
° d
a �
_
r
d
d
° ° d / W
d
TYPE B BLOCKING
ally FOR 45' VERTICAL BENDS ° d co a \.
d
VB S d L
z a a 4 z
° W ° 0 0 J J
i m� Y m U^ °W ° d. ° d a Ln
cn \//
p N ul J w O U Q S ul °
Z= m Z J J w v W
LLJ
LLJ � Q U W �= W p=
Nz �� pQ �m o °oz poz d° ° d LLJ
cn p z ° p ° d ° /\
W W w O p cn Q d ° d //
~ z p ° o a ° a °
4" 27 3
6" 300 45 64 4 3/a 20 ° ° 8 a /
° a
8" 125 5 ° o °
30 c a
�y S
TYPE B
*,TV CONCRETE BLOCKING FOR VERTICAL STD. PLAN - 330.3
PUBLIC WORKS FITTINGS
DEPARTMENT
MARCH 2010
err
rrr
as Where shown on the plans or in the specifications or required by
the Engineer, joint restraint system (shackle rods) shall be used.
All joints restraint materials used shall be those manufactured by
Star National Products, 1323 Holly Avenue, PO Box 258,
Columbus, Ohio 43216 unless an equal alternate is approved in
tow writing by the Engineer.
Materials
Steel Types:
High strength low—alloy steel_(ccr—ten),
VIIIIIIIIII ASTM A588 heat—treated.
1.Tiebolt:
ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tielbolt Instollotian:
SST 7 5/8" for 2" and 3" mechanical joints (M.J.) with eye for 5/8" rod Install the joint restraint system in accordance with the Manufacturer's
SST 7 3/4" for 4" to 12" M.J. with eye for 3/4" rod instructions so all joints are mechanically locked together to prevent joint
i SST 756 : 3/4" for 14" to 24" M.J. with eye for 3/4' rod separation.
SST 747 : 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod Tlebolts shall be installed to pull against the mechanical joint body and
SST 757 : 3/4" for 14" to 24" M.J. with eye for 7/8" and 1' rod
SST 778: 1" for 30" to 36" M.J. with eye for 1" rod not the M.J. follower.. Torque nuts at 75-90 foot pounds for 3/4" nuts.
Install tiecouplings with both rods threaded equal distance into
ilk 2.Tienut: Hex Nut
ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tienut tiecouplings. Arrange tierods symmetrically around the pipe.
SS8 for 5/8", 3/4", 7/8 1" Tiebolt and Tierod Where c Manufacturer's mechanical joint valve or fitting is supplied with
3.Tiecoupling with Tiestop Pin slots for "T" bolts instead of holes, a flanged valve with a flange by
ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tiecoupling mechanical joint adaptor shall be used instead, so as to provide adequate
qw SS10 for 5/8 3/4", 7/8", 1" Tierod space for locating tiebolt.
Where a continuous run of pipe is required to be restrained, no run of
4.Tierod: restrained pipe shall be greater than 60 feet in length betwee fittings.
Continuous threaded rod for cutting to desired lengths Insert long body solid sleeves as required on longer runs to keep tierod
ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tierod lengths to the 60 foot maximum.
am SS12 for 5/8", 3/4", 7/8", 1"
Pipe used in continuously restrained runs shall be mechanical joint pipe
5.Tiewcsher and tiebolts shall be installed as rod guides at each joint.
ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tiewcsher
SS17 for 5/8", 3/4", 7/8", 1" round flat washer
Y.I1
Pipe Test
Size Pressure Number and Size of Rods
Inches PSI 2 4 6 8 10 12 14 24
2 250 3.14"
3 260 3/4"
4 250 3/4"
6 250 314"
8 250 3/4"
10 250 34"
12 250 3/4"
14 250 3/4"
18 250 3J4"
18 250 314"
2D 250 314"
24 250 314"
3] 200 3/4"
33 200 1"
42 200 1"
48 2DID "
W1
2 5
3 4 1
�n►
�Y
; + PUBLIC WORKS SHACKLE RODDS STD. PLAN - 330.5
w
�O$ DEPARTMENT AND TIE BOLTS
�N �p MARCH 2010
r.
.r f 1
wo REMOVE MANHOLE COVER, IN ROADWAYS, RESTORE PER
FRAME, ADJUSTMENT RINGS STANDARD PLAN 110.1.
AND CONE (OR FLAT TOP) OUTSIDE OF ROADWAYS, RESTORE
TO A DEPTH OF AT LEAST TO MATCH THE ADJACENT AREA.
ar 4 FEET BELOW THE FINISHED
GRADE ELEVATION.
f f
a
COMPACTED SAND,
GRAVEL BORROW OR CDF
.a
tr
we
CONCRETE PLUG
(MINIMUM OF 12" IN LENGTH) CONCRETE PLUG
(MINIMUM OF 12" IN LENGTH)
aw
a
r
DRAINAGE HOLE
(TYPICAL)
NOTES:
to
1. DRILL A MINIMUM OF 4 — 2" DRAINAGE HOLES IN THE BOTTOM OF THE MANHOLE.
2. PLUG ALL INCOMING AND OUTGOING PIPES WITH CONCRETE.
3. FILL THE MANHOLE WITH COMPACTED SAND, GRAVEL BORROW (SECTION 9-03.14(1)) OR CDF.
r 4. DEBRIS FROM BREAKING THE UPPER PORTION OF THE MANHOLE MAY BE MIXED
WITH THE FILL MATERIAL SUBJECT TO THE APPROVAL OF THE ENGINEER.
5. THE FRAME AND COVER SHALL BE SALVAGED AND ALL OTHER MATERIAL DISPOSED OF.
go
+rr
�Y STD. PLAN — 400.5
s_® PUBLIC WORKS
8 DEPARTMENT ABANDON MANHOLE _
oft JANUARY 2011
Im
1' 1' 1' 1'
ur MIN MIN r MIN MIN
i®11
xx
2" HMA OR ACP CLASS 'B'—/ FACE OF CURB OR
EDGE OF PAVEMENT
TRAFFIC FLOW
vrltr
CENTER LINE OR
2" TO 6" HMA OR ACP CLASS 'B' LANE LINE
wr
YW11
6.5' MIN.
2" DEPTH OF
GRIND OR SAWCUT AND REMOVE
tw
VARIES: 6.5' MIN.
g 1' 1' 1' 1' DEPTH OF EXISTING PAVEMENT
MIN MIN VARIES �{ MIN MIN
srr
HMA OR ACP CLASS 'B' (SEE NOTE 2)
ill
2" SAWCUT AND REMOVE 2/HMA OR ACP
CLASS 'B' 6" CRUSHED SURFACING TOP COURSE,
COMPACT TO 95% MODIFIED PROCTOR.
OR GRIND, SEAL WITH
AR-4000W.
ifr
CRUSHED SURFACING TOP COURSE, OR
NATIVE MATERIAL IF APPROVED IN WRITING
BY THE ENGINEER, COMPACT TO 95%
rY! WIDTH OF TRENCH AS REQUIRED BY SIZE OF PROPOSED MODIFIED PROCTOR.
IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4)
PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF 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)B SPECIFICATIONS FOR THE TYPE OF IMPROVEMENT
lllY
INSTALLED.
FOR NOTES, SEE STANDARD PLAN 110.1
+ PUBLIC WORKS TYPICAL TRANSVERSE PATCH STD. PLAN - 110
ow DEPARTMENT FOR FLEXIBLE PAVEMENT
MAY 2009
�N2�
r
4m
11w
go
LANE LINE
MARKING
3' MIN. 3' MIN.
10 (SEE STD PLAN 110.2) VARIES: 4.5' MIN. (SEE STD PLAN 110.2)
DEPTH OF EXISTING PAVEMENT
dr
HMA OR ACP
1'
L. 'B' (SEE NOTE 2)
MIN. MIN.
6" CRUSHED SURFACING TOP
2" HMA OR COURSE, COMPACT TO 95%
ACP CLASS 'B' MODIFIED PROCTOR
2" SAWCUT AND REMOVE EDGE OF PAVEMENT, EDGE
OR GRIND, SEAL WITH OF CURB & GUTTER, OR
AR-4000W CENTER OF LANE MARKING
ar
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
m 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)B WSDOT STANDARD SPECIFICATIONS FOR
wo THE TYPE OF IMPROVEMENT INSTALLED
fm
NOTES:
1. UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED
METHOD FOR DETERMINING PAVEMENT THICKNESS.
ow
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 'B';
err 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.
do
ow
1�Y a S'I'D. PLAN - 110.1
PUBLIC WORKS TYPICAL LONGITUDINAL PATCH
rrr Nz�$ DEPARTMENT AND OVERLAY FOR FLEXIBLE PAVEMENT
MAY 2009
wr
t
t
6 TRAFFIC DETOUR PLAN
L
E
C
i
c
E
k
4
L
L
L
L
0'� :133HS 1N3W30b"1d3U NIVVY N31VM - S '3AV NIVY4
6 6/fi6/£0 :31va
'((3Oif1W) S301A34 IO2JiNOO OlddVal , ; 'S3SS38008d MOM SV IVAObddV U3
W210dIN(1 NO IVf1NVW HlIM 33NVO8000V NI d? H11M ?JCiOVN1N0O 3Hi A8 O3SIA321 38 .IVW NVId 10diNOO OIddVdi
038inco2i SV O3ZITin 39 l3VHS S2i399V1d x � ' f 03A021ddV 3H1 'NOIlOf181SN03 Ol 8018d IVA021ddV 2104 AllO 3Hi
O31d1i830 31ViS 8O/ONV S8301330 30130d ' � + �` Ol imenS ONV NVId 10NUN0O OI JV8i O3IIV130 V 38Vd38d 33VHS
310N 2101OVNiNOO 3Hi 'Mild IONiNOO 013dV81 =]dW0O V SV (131N31NI
® r 9 *A lON SI ONV NOIl ndiSNOO NIVW d31VM ONIdn(I olddVNl dnoi O Ol
SM MHHYK Il�lb 1. j 1 , `• "r 1.110 3Hi J0 1N31N1 3Hi ,JAN0O Ol O3?]Vd321d N338 SVH NVId SIHl
H3'.fJ'!V 1B'kll03JllAld i J ' f ♦' ". d, 9" tr''
Ol
Nw
OFF
`s
-
d OCT_`N_IYOGO' • tSit �x fitr .. + '�
LOZ r AY1P / • h y a "r aa11��
Ali
w
YMAOAJ9S1'LSHUSI�� f d • +1�ih,! � � ✓ �' , -► �
4 ,
,
4 -
v
a
r
S L "
? jn6 ` ��I ' ` ,, ' x� j ► '�
I '
ow,,.
IN 1i
"1 AA "i �eM1k�J� l 11
J C le iv Te"2w _ • a
r JOE,
r
lei
. . � �+w+ q. �q w,. •� i�«
••�'° �,l h�"�."'' :� ' J J ��' a M 7`!�'�Ma�r` ..�r, d a h'1�'� Vii,.a "6 1i a''I'•.sx �g'�• -..`
x �� �'` �a i, li, ' 7 � I 1_ i `�t s; � ` i .e ''+* a, y 4 •st.
x ,
K _ ,'• ...
i
„ udWi.'
y , �
/ l O
w�.
{ Y
k
ow
f 1r
r4%,%��
w
-
'
� �, 9 ' � �#"R'" �p.���.. ..,..a;�-,:.sir. ..:.i 3�+` �I+ ►,�` �' — -
.
a
*° . wr
( -
{j,y*i s. P11,77:
, x
h S =. fir. s
1N3N 11:1Vd3a S)I�IOM onend
NOlN32� 30 AM 1/
07 :133HS 1N3W30VldMJ NlVV4 2:131`dM - S '3AV NIVN
WVU£0 :31da
'(001f1W) S301A30 IO2LNOO 0133V2i1 'S3SS38OONd ANOM SV IVAObddV 1110
WN031Nn NO IvnNVW H1IM 30NVGdOOOV NI H11M NOlOV8iNOO 3H1 J.8 03SIA38 38 AVN NVId I08iN00 01d3VN1
03dinO38 SV 03ZIIIlfI 38 INNS Sb300V1d 03AOaddV ]Hi 'N0ubn8ISNOO 01 21018d IVAONddV 2103 W3 3H1 t
031.Jli830 31V1S 210/0NV SN33Idd0 301I0d Ol lIW8nS 0NV NVId IONINOO OId3Va1 O3IIV130 V 3HVd3bd IIVHS
:310N KIOVb1NOO 3H1 'NVId IOa1NOO O133V81 31lldHOO V SV G31N3iN1
O ® lON SI 0NV N0110f12i1SNOO NIVN N31VM ON16n(l OId3V61 6nOi30 Ol
10 W AilO 3H1 30 1N31NI 3H1 ,13ANOO Ol 0321Vdl8d N338 SVH NVId SIHl
sesie Hxirez O -
NONM "3dA1
# .11
?J3�JY1318'kf103X1Dd a3SO a3SOlp
vim
O
dWe-lYY
rr v"
' ,YM,WR�JS17SHllS' ��' J #psis i " `� =�'` '°, � �•'' '� k= rr�' '
3,y a r
MEN
�i
6 i\
m
y„lZ
` 3 •� 1 t
' J
�
4 tilt
v 00c
„�!!.
Im
a
,
,p
}
s
o _
,. - �. .�;.. ! .W `�- i?i` ._ "� ilk ' •- "'"'.•°-'°:��'- � ,s,.""'�'+ � ��`�',
i
e � :eat' F, -�'" � x � � .1,1 J � -- _ f.✓ '� ♦ +•^.��. �( .•,f..
e
a..; j v e�si�" ,,,, • ,r,. ,,►
•e r °� � �/ //11 - ('. �1��,.� J� 1':�1 lf' '1 ;�> G,�� d "'%`Sy .$ .F 'qy ry •.,c �;#'�� :.R �
• - tlt
.I ,. / J�� ^I r Fx Nl✓t/ k J✓ r i• b <,
r,
' ,^�" ,i.'../ .. i 1 —�,�.. ,,, 1 r 1+r. •V=1 Ja ,!�,�'pry ,� � 4.� aiw ,. � a
��Iw' n u tom' "•' � t
L
•
-
a//�' +' +'L�`'1 \ '"may,X!!� -_ ♦ :+ =. i
r -
-
1N3VW:JVd3a S>i�OM onand
7 7-7—
NOlN32� d0 AilO v
, .. .� .i ...r w.ri1