Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: 8/ /2005 CAG —05-- o �JC
Awarded to: VJM Const. Co
12409 230th P1
Redmond, WA 98053
Amount: $666 , 822 . 14
wow
Im �Y
ti O
ai
Bidding Requirements,
City of Renton
Forms, Contract Forms, City of Renton
no Conditions of the Contract, Plans Y
and Specifications
Im Construction of:
TALBOT HILL
WATER MAIN REPLACEMENT PROJECT
PHASE II
PROJECT NO. WTR-27-3198
WN City of Renton
ran JUNE 2005
1055 South Grady Way
Renton, WA 98055
— General Bid Information: (425)430-7266
Water Utility Engineering Contact: Rick Moreno (425)430-7208
i
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
TALBOT HILL WATER
r
MAIN REPLACEMENT PHASE II
.. PROJECT NO. WTR-27-3198
JUNE 2005
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
r
N OR
C-1
'&-VI �iS+
�pZ
23169 O Q'
�pc FG/STEP
' �&%NAL
-Z
CITY OF RENTON WATER UTILITY
1055 South Grady Way
Renton, WA 98055 '
CITY OF RENTON
WTR-27-3198
TALBOT HILL WATER MAIN REPLACEMENT PHASE II
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disabilities Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
+. Call for Bids
*Combined Affidavit&Certificate/Proposal Form:
Non-Collusion
.. Anti-Trust Claims
Minimum Wage Form
*Bid Bond Form
,w *Schedule of Prices
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal -Aid FHWA)
.r ❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Prevailing Minimum Hourly Wage Rates(New job classifications)
` Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
City of Renton Supplemental Specifications
WSDOT Amendments
Special Provisions
Standard Plans
Traffic Control Information
City of Renton Survey Information and Documentation
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(gold)
❖ Submit at Notice of Award
' CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton,Washington 98055
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
r It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens
and to ensure equal employment opportunity to all persons without regard to race, color, national origin,
ethnic background, gender, marital status, religion, age or disability, when the City of Renton can
reasonably accommodate the disability, of employees and applicants for employment and fair, non-
discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
r
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does
not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements,governing civil service rules,and labor contract agreements.
r
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
�• representation with the City work force and to assure equal employment opportunity to
all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action
Officer, department administrators,managers, supervisors, Contract Compliance Officers
.. and all employees to carry out the policies, guidelines and corrective measures set forth
in the Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the
Fair Practices and Non-discrimination policies set forth by the law and in the City's
Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation
of the City, including bid calls, and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON,Washington, this 70,day of October, 1996.
+� CITY OF RENTON: RENTON CITY COUNCIL:
r
96or Council President
Attest:
City Clerl
rr
03_SUMRY.DOC1
r
CITY OF RENTON
SUMMARY OFAMERICANS W1MDISABILI=ACT POLICY
ADOPTED BYRESOLU17ONNO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion,termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTO&T OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th. day of October 1993.
C RENTON RENTON CITY COUNCIL:
Mayor cil President
Attest:
City Clerk
r
CITY OF RENTON
WTR-27-3198
TALBOT HILL WATER MAIN REPLACEMENT, PHASE II
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of the
facilities as shown on the plans and as described in the construction specifications,to include but not be limited
to:
Furnish and install approximately 5,100 linear feet of 8-inch diameter Class 52 ductile iron pipe and fittings with
+� polywrap, 91 3/a-inch copper water services and reconnections, 14 fire hydrants, 10 connections to existing water
mains. The work also includes the removal and replacement of asphalt pavement,erosion control,traffic control
and restoration of public and private properties.
Any contractor connected with this project shall comply with all Federal, State, County, and City codes and
regulations applicable to such work and perform the work in accordance with the plans and specifications of this
r,. contract document. A total of sixty(60) working days will be allowed for the completion of this project.
i
r
H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak-alt.DOC\RLM\tb
Page 3
S1• � vi
S• cn w
Y
U ir Q U)
U) W
Q Fr F=_—
LdJ
S. 15TH ST. v=i Q N
cri vi
Q Q
F�
Y (n
S. 17TH ST.
0
N N N
7 Q S. 18TH ST.
7
0
S. 19TH ST.
TALBOT HILL WATER MAIN
REPLACEMENT PROJECT, PHASE II
PROJECT VICINITY MAP
z
N CO
4
C OD Z
m L O C
O W O m l l
H
� _ �
Dm �]
r- C:
z n N Q
-�
o CD
m0 CTI
W z
n
O •
z
C7
y
N p
CD
z
W
z � c
Z
r6-:3 CD o v F 6 :3
ci m m '"m o 3 m
mCDcn3 � n,0c : rn
0- -_a, 6Q_5 W Z
o �n� °v
� , FCD TE W :CD — �M- (ao o5 * o m_ �. ° cn 'QCD � � 'p'CD rn
Wg � to �W :3 =Dc (D : 510:
CD D G 0 ry CO N ❑-O W O y N �
co v < X zv ) n 00 0 0
cn (D,< o �° S:m � moaX0
Ln o rn �m nr m Qo V
° m cn oa(D go S �_ O
n m m -.,to o
W w
W -
n C m
s
v
0 C
A � -m m
rr DEPARTMENT OF LABOR AND INDUSTRIES
REGISTERED AS PROVIDED BY LAW AS
CONST CONT SPECIALTY
REGIST. # EXP . DATE
CCEX VJMCOI*259DD 11/13/2005
EFFECTIVE DATE 03/04/1975
V J M CONSTRUCTION CO, INC
1244 108TH AVE NE
BELLEVUE WA 98004
1(05-052-000(S/971
err
CORPORATION ACCOUNT RESOLUTION
FOSTER & MARSHALL INC.
err
I, do hereby certify that at a meeting of the Board of Directors
of U J iM Gu,lb l" L��, L 4 v
ow (a corporation organized under the laws of )
duly called and held at No., in the City of �t'^ /� la-pt d
State of Wcxs k�mac( IL `l on the �D�11 day of , ig
S u. 1 5/ , a quorum being
present and voting throughout, the following resolutions, upon motion made, seconded and carried, were duly
adopted and are now in full force and effect:
RESOLVED, that this corporation open an account with the firm of Foster & Marshall Inc. for
the purpose of buying, selling and trading in, for the account and risk of the corporation, and in its
name, stocks, bonds and other securities and/or contracts for securities*
rrr on margin or otherwise and including short sales and in accordance with the terms
and conditions required by said firm of Foster & Marshall Inc.; and
RESOLVED, that the following officers, viz.
+rr
and their successors in such offices and/or ig"(,eat�- dikyZ.rz'1 e r1b / J ZU 0 11(0-e-111' es�ItI
be and they hereby are and each is authorized and
empowered to enter orders for purchases and sales and said officers and
each of them is authorized and empowered to give instructions, in every respect
concerning said account with Foster & Marshall Inc. and said firm is authorized and empowered to
make payments of monies and deliveries of securities or contracts to said officers or otherwise as
they and each of them may order and direct, and the said officers and each of them is authorized
and empowered to execute any and all agreements with the said firm on behalf of the corporation in
aw connection with the said account in order to conform with the rules and regulations of Foster &
Marshall Inc. concerning any of the said aforesaid transactions and in all matters and things before
mentioned the said officers and each of them is authorized to
act for the corporation and in its behalf; and
RESOLVED„ that the corporation does hereby agree to indemnify and hold Foster & Marshall Inc.
harmless from and promptly to pay said firm on demand any and all losses arising therefrom and the
amount of any debit balance due on the account; and
RESOLVED, that the authority in said officers and/or
vested shall be a continuing one and shall remain in full force and effect until the firm of Foster &
Marshall Inc. shall receive from the corporation a written notice of the revocation of such authority;
and the persons named (and their successors) shall be presumed to be continuously the holders of
such offices until Foster & Marshall Inc. shall receive from the corporation a written notice of the
election of their successors, properly certified by the secretary of the corporation.
RESOLVED, that the said officers of this Corporation be and they hereby are authorized and
sr empowered to cause one or more accounts belonging to the Corporation to be carried in the name or
names of any of such officers or in the name of a nominee designated by such officers, and that
securities purchased for the account of the Corporation may likewise be registered in the name or
names of any of such officers or in the name of any nominee designated by such officers; and
RESOLVED, that the foregoing resolutions shall apply as to any successor firm of the present
firm of Foster & Marshall Inc.
RESOLVED, that the secretary of this corporation be and he hereby is authorized to certify to
said firm the foregoing resolutions and that the provisions thereof are in conformity with the charter
and by-laws of this corporation.
I, the said secretary, do further certify that there is no prodision in the charter or by-laws of
' V.7 M C.0 wlSlr✓ . c11DO CO X limiting the power of the Board of Directors to pass
the foregoing resolutions and I do certify and warrant that the same are in conformity with the provisions of
said charter and the by-laws of the corporation and within its corporate and lawful powers.
rrr I do further certify that the present officers of this corporation,are as follows:
Name Office /l
01c e, ✓ lit 5 /�`y'I>r2 r
WITNESS my hand and the seal of the corporation this "✓``Lday of ='t 19
Secretary of h Cdrp ia.tion
*If acc.ount is to be for cash insert words "for cash and not."
xxxIf the resolution authorizes Secretary to act thereunder, and the Secretary, alone, or in conjunction with some other
officers, does so act, certification should be by another officer in addition to the Secretary.
A/C No.
FORM 31 SECURITY
IM _
LIST OF RESPONSIBLE PARTIES
4AMES ADDRESS PHONE NUMBERS TITLES
Mince Mazzaferro 12409 230th PINE 425-941-3231(cell) President
Redmond, Wa 98053 425-868-9066(home)
Fred Mazzaferro 23331 NE 15th St. 425-941-3120(cell) Head of Operations
Sammamish, Wa 98074 425-836-5401(home)
Mark Stevens 14917 283rd Pl. 206-799-1444(cell) Foreman
Duvall, Wa 98019
Jeannine Mazzaferro 12409 230th PI.NE 425-246-7338(cell) Secretary
Redmond, Wa 98053 425-868-9066 Bookkeeper
Patty Aker Nelson 225 108th Ave NE 425-586-1012 Bonding Agent
Bellevue, Wa 98004
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 the date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2. The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on field measurement of actual quantities and at the unit price
bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary.
r 3. 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.
s 4. The bid price for any item must include the performance of all work necessary for completion of that item
as described in the specifications.
5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,
the unit price bid will govern. Illegible figures will invalidate the bid.
6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to
the City to do so.
7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of
+� the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid
proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award
of contract. The check of the successful bidder will be returned provided they enter into a contract and
.. furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt
of notice of intention to award contract. Should they fail, or refuse to do so, the check shall be forfeited to
the City of Renton as liquidated damage for such failure.
8. 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.
r
9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to
satisfactorily perform the work.
10. Payment for this work will be made in Cash Warrants.
11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed herein and/or as
identified within Specification Section 1-07.18.
.. 12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type
construction schedule for the project.
13. Payment retainage shall be done in accordance with Section 1-09.0(2) "Retainage and Section"
1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of
Renton Supplemental Specifications.
• H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 5
14. Basis For Approval
r. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive
bidder. The bidder shall bid on all schedules set forth in the bid forms. The total price of all schedules will
be used to determine the successful low responsive bidder.
.. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to
meet the needs of the City. The intent is to award to only one BIDDER.
15. 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.
16. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented
herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing
.. rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any
contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any
laborers,workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rate is included within these specifications under section titled
"Prevailing Minimum Hourly Wage Rates". The CONTRACTOR is responsible for obtaining updated
issues of the prevailing wage rate forms as they become available during the duration of the contract. The
wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on
this project.
17. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the
requirements of RCW 39.16.
: 18. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air
Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials.
19. Standard Specifications
All work under this contract shall be performed in accordance with the following standard specifications
except as may be exempted or modified by the City of Renton Transportation Supplemental Specifications,
.r. 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.
H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 6
r
A. WSDOT/APWA"1996 Standard Specifications for Road,Bridge and Municipal Construction" and
"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
1. Any reference to "State," "State of Washington," 'Department of Transportation," "WSDOT,"
w
or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of
Renton," unless specifically referring to a standard specification or test method.
2. All references to measurement and payment in the WSDOT/APWA standards shall be detected
w and the measurement and payment provisions of Section 1-09.14,Measurement and Payment
(added herein) shall govern.
20. A soils investigation has NOT been performed for this project by a consultant for the City. 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
r as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other
buried or surface improvements and shall restore the site to the satisfaction of the City.
rr. • 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?
w.
• Is the amount of the bid guaranty at least 5 percent of the total amount of the bid including sales tax?
irr
• 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?
• Have you certified receipt of addenda, if any?
,rr
r.
+rr
H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 7
r
" CITY OF RENTON
CALL FOR BIDS
r
Talbot Hill Water Main Replacement Project Phase II
WTR-27-3198
w
Sealed bids will be received until 2:30 p.m.,Tuesday,June 21,2005,at the City Clerk's office, 7`i'
Floor, and will be opened and publicly read in the 5fl'Floor Conference Room,#521,Renton City
Hall, 1055 South Grady Way,Renton,Washington 98055, for the referenced project.
The work to be performed within sixty(60)working days from the date of commencement under
this contract shall include,but not be limited to:
Furnish and install approximately 5,100 linear feet of 8-inch diameter Class 52 ductile iron pipe
and fittings with polywrap, 91 3/4-inch copper water services and reconnections, 14 fire hydrants,
10 connections to existing water mains. The work also includes the removal and replacement of
r asphalt pavement, erosion control,traffic control and restoration of public and private properties.
Any contractor connected with this project shall comply with all Federal, State, County, and City
+� codes and regulations applicable to such work and perform the work in accordance with the plans and
specifications of this contract document.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans and specifications will be available starting June 6, 2005. Plans and contract forms
may be obtained from the City of Renton,Planning/Building/Public Works Department, Sixth Floor
Customer Service Counter, 1055 South Grady Way,Renton, Washington 98055. There is a non-
refundable fee of$45.96,plus $4.04 tax(total $50.00) for each set. If ordered by mail, add$5.00 for
postage,which is also non-refundable. If ordered by mail,the Planning/Building/Public Works
Department sixth floor Customer Service Counter must receive the order along with check no later
than June 13, 2005 (It is suggested that bidders call to confirm receipt of mail requests). No
telephone orders will be accepted.
Questions regarding this call for bids or the plan holders lists should be directed to the Public Works
Customer Service Counter at the above address or at(425)430-7266. If a bidder has any questions
regarding the project, please contact the Project Manager,Rick Moreno, at 1055 South Grady Way,
Renton,WA 98055 or(425)430-7208.
The estimated project cost range is$630,000 -$750,000, including Washington State sales tax.
A certified check or bid bond in the amount of five percent(5%)of the total of each bid must
accompany each bid.
The City's Fair Practices,Non-Discrimination,and Americans with Disabilities Act Policies shall
r apply.
aw 1�J�9'71iYt.tt �0. WLZ�it.4�`-'
Bonnie 1.Walton, City Clerk
Published:
Daily Journal of Commerce June 6,2005
Daily Journal of Commerce June13, 2005
CITY OF RENTON
WTR-27-3198
Talbot Hill Water Main Replacement Project
TO THE CITY OF RENTON
•• RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and
thoroughly understand the plans, specifications and contract governing the work embraced in this
improvement, and the method by which payment will be made for said work, and hereby propose to undertake
and complete the work embraced in this improvement,or as much thereof as can be completed with the money
available, in accordance with the said plans, specifications and contract and the following schedule of rates
and prices:
..
(Note: Unit prices for all items, all extensions, and total
amount of bid should be shown. Show unit prices both
'• in writing and in figures.)
The undersigned 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.
r
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
r
wages as specified in the principal contract: that I have read the above and foregoing statement and certificate,
know the contents thereof and the substance as set forth therein is true to my knowledge and belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
.. PURCHASER AND MINIMUM WAGE AFFIDAVIT
T M co �us F co
Name of Bidder's Firm
�+•r Printed Name //1! C al T Z Z q rc r 1-0
Signature
Address: 9 cd R �6 PL Nc
t2-,c--awtopiAlWp"
Names of Members of Partnership:
w
OR
i w
Name of President of Corporation
.. Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at Q 9 3O PI Al E t•v�
Subscribed and sworn to before me on this l� day of 200
Notary Pu is in and for the State of Washington
�����• ERS�'•�• Notary (Print)
`��� '•• Qy,���: My appointment expires:
r
a. .•' NOTgRY
PUBLIC,••'
OR W1.
'• a .d� .••
r
BID BOND FORM
Herewith find deposit in the form of a certified check,cashier's check,cash, or bid bond in the amount of$
which amount is not less than five percent of the total bid.
Sign here
Know All Men by These Presents:
That we, VJM Construction Co. Inc. ,as Principal, and Developers
S u r e i—y and I na eM n i t y rinmn�as Surety,are held and firmly bound unto the City of Renton,as
Obligee, in the penal sum of Five Per went r,f Tnta R; (r;°) Dollars, for the payment of
which the Principal and the Surety bind themselves,their heirs,executors,administrators, successors and assigns,
jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
Talbot Hill Water Main Replacement Phase II according to the terms of the proposal or bid made by the
Principal therefor,and the Principal shall duly make and enter into a contract with the Obligee in accordance with
the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety
or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so,pay and forfeit to the
Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void;
otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the
Obligee,as penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 17 t11 DAY OF _, 2005.
0
..4,t4 tm 61"L�
Principal VJM onst PIV ion Co. , Inc .
Vincent J. M z--z-a"f"erro, President
(�9
Surel& Developers Surety -and Indemnit
Company; Patty Akers Nelson, Attorr_ey-
Received return of deposit in the sum of$ in—Fact
H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specAtalbot hill
bidpak-alt.DOC\RLM\tb
Page 10
VMS
inscq,Ico
.. �Ko�
AM DISCLOSURE RIDER
Terrorism Risk Insurance Act of 2002
The Terrorism Risk Insurance Act of 2002 created a three-year program under which the
Federal Government will share in the payment of covered losses caused by certain events of
international terrorism. The Act requires that we notify you of certain components of the Act, and
M the effect, if any, the Act will have on the premium charged for this bond.
Under this program, the Federal Government will cover 90% of the amount of covered
losses caused by certified acts of terrorism, as defined by the Act. The coverage is available only
when aggregate losses resulting from a certified act of terrorism exceed $5;000,000.00. Insurance
carriers must also meet a variable deductible established by the Act. The Act also establishes a
+� cap of$100 billion for which the Federal Government or an insurer can be responsible.
Participation in the program is mandatory for specified lines of property and casualty
+� insurance, including surety insurance. The Act does not, however, create coverage in excess of
the amount of the bond, nor does it provide coverage for any losses that are otherwise excluded
by the terms of the bond, or by operation of law.
No additional premium has been charged for the terrorism coverage required by the Art.
r
Developers Surety and Indemnity Company
Indemnity Company of California
17780 Fitch,Suite 200
Irvine,CA 92614
(949)263 3300
www.InscaDico.com
W ID-1498(Rev.5103)
1'.1
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO BOX 19725,IRVINE,CA 92623 (949)263-3300
KNOW ALL MEN BY THESE PRESENTS,that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY
COMPANY OF CALIFORNIA,do each,hereby make,constitute and appoint:
"""Gail L. Snell, Patty Akers Nelson, jointly or severally"""
' as their true and lawful Attomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings
and contracts of suretyship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper
to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and
' all of the acts of said Attomey(s)-in-Fact,pursuant to these presents,are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of
DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of November 1,2000:
' RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is,authorized to
execute Powers of Attorney,qualifying the attorney(s)named in the Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts
of suretyship;and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such
' Power of Attorney;
RESOLVED,FURTHER,that the signatures of such officers 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 shall be valid and binding upon the corporation when so affixed and in
the future with respect to any bond,undertaking or contract of suretyship to which it is attached.
' IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused
these presents to be signed by their respective Executive Vice President and attested by their respective Secretary this 1 st day of February,2005.
1 By: , �V,•AND 1�'"' MPAN y O
David H.Rhodes,Executive Vice-President :Q�,.•"""" •v��c'' G� P9Oq A.
co Q
W' OCT. <? Z = OCT.5
a: 10 n: w 1967 _�
By, d 1 9 3 6 a 02 cq</F
Walter A.Crowell,Secretary •-,7 • /DV1 p •'d O
*'„
STATE OF CALIFORNIA )
)SS.
COUNTY OF ORANGE )
On February 1,2005,before me,Nita G.Hiffineyer,personally appeared David H.Rhodes and Walter A.Crowell,personally known to me(or proved
to me on the basis of satisfactory evidence)to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the
same in their authorized capacities,and that by their signatures on the instrument the entity upon behalf of which the persons acted,executed the instrument.
WITNESS my hand and official seal.
NI TA G.HIFFMEYER
r a COMM.#154,3461
NOTARY PUBLIC CALIFORNIA o
Signature / �1J ORANGE COUNTY N
' My comm.expires J." 10,2009 t
CERTIFICATE
The undersigned,as Executive Vice-President,of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF
CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full to and has not been revoked,and furthermore,that the provisions of
the resolutions of the respective Boards of Directors of said corporations set forth it,the Power of Attorney,are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine,California,the_13—t-Way of___J_ n P , 9005
By( 4 4
�=' /
David L.Kerrigan,Executive Vice-President
�� ID-1380(Rev.2/05)
z0'd luiol
ADDENDUM NO. 1
- Talbot Hill Water Main Replacement Phase 11
Project # - WTR-27-3198
FOR THE CITY OF RENTON
Original Bid Opening Date: June 21, 2005
Revised Bid Opening Date: June 30 2005
This Addendum No. 1 forms a part of the Bid Documents and modifies the original Bid Documents dated June
2005, as noted below.
The Bidder shall acknowledge receipt of this Addendum by signing in the space provided below and
attach this Addendum with the Bid Proposal. Failure to comply with this requirement shall render the Bid
non-responsive and may cause its rejection.
Change to Bid Opening Date:
Sealed bids will be received until 2:30 p.m., Thursday June 30r'', 2005, at the City Clerk's office, 7`'
Floor, Renton City Hall, and will be opened and publicly read in Conference Room #521, 5� Floor,
Renton City Hall, 1055 South Grady Way, Renton,WA 98055.
Addendum No, 1 Received and Acknowledged
✓ T iM C oNs 7� c2 l/UC_
Contractor
1
LLI—A%om"
By
20�2 r
Title
�L. / Z Le
Date
z0i20'd TPEL 02b SZb MJ9d NO1N�18 d0 A1I D 2V:90 S00Z-TZ-Nnr
CITY OF RENTON
.. WTR-27-3198
TALBOT HILL WATER MAIN REPLACEMENT PHASE II
PROPOSAL
TO THE CITY OF RENTON
RENTON,WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and
thoroughly understand the plans, specifications and contract governing the work embraced in this improvement,
and the method by which payment will be made for said work, and hereby propose to undertake and complete the
work embraced in this improvement, or as much thereof as can be completed with the money available, in
accordance with the said plans, specifications and contract and the following schedule of rates and prices:
(Note: Unit prices for all items,all extensions, and total
amount of bid should be shown. Show unit prices both
«. in writing and in figures.)
Printed Name S (^7-
Co T*C--
Signature
Address: 1,`t U 1 �30 PL AJ Z;' P-Ako;,—I
Names of Members of Partnership:
OR
Name of President of Corporation rV tr e,n.1"T M AZ2 A p r1-0
Name of Secretary of Corporation ff A i rJ 1' II?ZAF-e
Corporation Organized under the laws of (.�A Sr ,
With Main Office in State of Washington at 23d P LC
.. H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak-alt.DOC\RLM\tb
Page 11
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
TALBOT HILL WATER MAIN REPLACEMENT PHASE 11
(Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures
and where conflictconflict occurs the written or typed words shall prevail.)
EM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
001. 1 Mobilization & De ilization /^Q/�`0 60000
Lump Sum $ (�11 W
per Lump SVm (words) fi ures
.. 002. 1 Trench Excavation Safety Systems
Lump Sum $ 000'co aQU
per Lump Sum (words) figures
003. 1 Construction Surveying, St akin &As p
Lump Sum $ 7z%-- V"== _rt�� �
per Lump Sum (words) (gures
004. 1 Tempo Erosion/Se imentation C ntrols
Lump Sum $ 3, 060
per Lump Sum (words) figures
005. 1 Traffic Control i
Lump Sum $ 20 Iw I 1�0 00
per Lump Sum ords) fi ures
006. 87 3/4"Water Service Connecti q f
Each $ /
per Lump Sum (words) figures
007. 4 3/4"Water Service Connection /no m ter (� 9�0. 3,600
00
Each $ � p �J �I. I (g
per Each (words) figures
008. 5,103 8-Inch IP, Cl. 52 & Fittings (Pollyw pe ) L� co JA i)�Q' �
Linear Foot $ /6. / o
per Linear Fo (words) figures
�- 009. 10 6-Inch DIP C rapped) GO
Linear Foot $ ©� a®
per Linear Foot ords) figures
010. 78 4-Inch I ,JQ 2 & Rim-'ngs rapped) �Q � (�
Linear Foot $ �
per Linear F (words) figures
011. 20 8-Inch to Valve Assetibly A
Each $ r /5 CCU l 3 9 W
per Each (words) figures
012. 4 4-Inch G Valve semb 5m (� � 000 �
Each $
�- per Ea (words) figures
013. 14 Fire Hyd t bl �� W
Each $
per Each Aor ) figures
Page 1
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
SCHEDULE OF PRICES
TALBOT HILL WATER MAIN REPLACEMENT PHASE II
(Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures
and where conflictconflict occurs the written or typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
014. E1a0h $Conn tiorl_to Existing VVat a' W
per Each ( ds) Agures
•. 015. 37 Concrete Thrust BI cks & Dead- an BI p CU
Cubic yard $ -Z�,�_ � -- - -,,- i i �±i.,Q /OD �© l
per Cubic Yard (words) figures
016. 20 Removal & Replacement of QU uitable Foundation Material U0 6D
Ton $ �a11ar' Z-��
per Ton (words) figures
017. 500 Select I ported Trench B kfill avel Borrow) CIO
Ton $ J. 1-a" _
per Ton (words) figures
018. 700
Crus dacing To Cou s &Crushed Rock Backfill 60 / 6 Sao
Ton $ f
•• per Ton (words) figures
019. 4880 $Asphalt Patch alas B 96 60 ®Zv ez
per Ton (wor figures
020. Sq Yard $emovy e Replace�C o crgte�Side�& Driveway /© D � � f..c�
C`J A�(JJL.r •
per Square Yard (words) figures
021. 1 Rem ve R store Lawn, andscaping R to7;1" GD
Lump Sum $ 5 0JQ �.� wQ
per LurrIp Sum (words) fi ures
022. 1 Removal of Exist' Fire Hydrants, V Ive xe �j ��
Lump Sum $ R o5o© D 66 -6,0
per Lump (words) figures
023. 155 8-Inch D' . CPEP Storm Pip W
Linear Foot $ ti t , l t�
per Li ear Foot words) figures
024. Type 1 atc
, h Basin
�L� 600� C�
4 $
,- Each per Each (words) figures
Subtotal Q at✓"
WN 8.8% Sales Tax
Total
Page 2
BOND #575505P
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned VJM Construction Co. , Inc.
as principal, and Developers Surety and * corporation organized and existing under the laws
of the State of Iowa as a surety corporation, and qualified under the laws of the State of
Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and
severally held and firmly bound to the City of Renton in the penal sum of $666, 2 00 ** for the pay-
ment of which sum on demand we bind ourselves and our successors, heirs, administrators or person
representatives, as the case may be. * Indemnity Company
** Six Hundred Sixty-six Thousand Eight Hundred Twenty-two and No/100 Dollars **
r
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City
of Renton.
r Dated at Bel l evue , Washington,this 14th day of July , 2005.
Nevertheless,the conditions of the above obligation are such that:
r
WHEREAS, under and pursuant to Public Works Construction Contract CAG-05-85 providing for construction
of Talbot Hill Water Main Replacement Phase II
(Project name)
the principal is required to furnish a bond for the faithful performance of the contract; and
r WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work
therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner
and within the time therein set forth, or within such extensions of time as may be granted under said contract, and
shall pay all laborers, mechanics, subcontractors and material handling men, and all persons who shall supply
said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said
City of Renton harmless from any loss or damage occasioned to any person or property by reason of any
r 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.
VJM Construction Co. , Inc. Developers Surety and Indemnity Company
Princi al Surety,
Signature ncen Mazzaferro Signature fatty Akers Nel son
" President Attorney-in-Fact _
Title Title
Approved by Larry Warren 2/14/92
H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 15
rr
i.r 4Gj_�R
Inr:cqbICO
DISCLOSURE RIDER
Terrorism Risk Insurance Act of 2002
The Terrorism Risk Insurance Act of 2002 created a three-year program under which the
Federal Government will share in the payment of covered losses caused by certain events of
international terrorism. The Act requires that we notify you of certain components of the Act, and
the effect, if any, the Act will have on the premium charged for this bond.
Under this program, the Federal Government will cover 90% of the amount of covered
losses caused by certified acts of terrorism, as defined by the Act. The coverage is available only
when aggregate losses resulting from a certified act of terrorism exceed$5,000,000.00. Insurance
carriers must also meet a variable deductible established by the Act. The Act also establishes a
cap of$100 billion for which the Federal Government or an insurer can be responsible.
Participation in the program is mandatory for specified lines of property and casualty
insurance, including surety insurance. The Act does not, however, create coverage in excess of
the amount of the bond, nor does it provide coverage for any losses that are otherwise excluded
by the terms of the bond, or by operation of law.
No additional premium has been charged for the terrorism coverage required by the Act.
r
.r
Developers Surety and Indemnity Company
r Indemnity Company of California
17780 Fitch,Suite 200
Irvine,CA 92614
(949)263 3300
rr1 www.inscoDico.com
C'
ID-1498(Rev.5/03)
r
.r
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO BOX 19725,IRVINE,CA 92623 (949)263-3300
KNOW ALL MEN BY THESE PRESENTS,that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY
COMPANY OF CALIFORNIA,do each,hereby make,constitute and appoint:
***Gail L. Snell, Patty Akers Nelson, jointly or severally***
as their true and lawful Attomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings
and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper
to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and
all of the acts of said Attorney(s)-in-Fact,pursuant to these presents,are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of
DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of November 1,2000:
RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is,authorized to
execute Powers of Attorney,qualifying the attomey(s)named in the Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts
a„ of suretyship;and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such
Power of Attorney;
RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by
MO facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in
the future with respect to any bond,undertaking or contract of suretyship to which it is attached.
IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused
these presents to be signed by their respective Executive Vice President and attested by their respective Secretary this 1 st day of February,2005.
By. °o
.. David H.Rhodes,Executive Vice-President ,,ew •A
NO ENO � COMpAN y O�
�o ,`p�PORgr�F���� 2G�PPOggT�OCT
OCT.c a 10 X
.. By.Walter A.Crowell, �
1936 ;a O� p-f /F
'} ''•7 �OWA .•�L� O
. " .. ...•
STATE OF CALIFORNIA )
)SS.
COUNTY OF ORANGE )
rr On February 1,2005,before me,Nita G.Hiffmeyer,personally appeared David H.Rhodes and Walter A.Crowell,personally known to me(or proved
to me on the basis of satisfactory evidence)to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the
same in their authorized capacities,and that by their signatures on the instrument the entity upon behalf of which the persons acted,executed the instrument.
WITNESS my hand and official seal.
NITA O.HIFFMEYER AM�[ COMM.It 154.3481
NOTORANOE COUNTY
�• Signature
My Comm.expires Jan.10,2009
CERTIFICATIE
The undersigned,as Executive Vice-President,of DEVELOPERS SURETY AND IigDEMNITY COMPANY and INDEMNITY COMPANY OF
CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in`ull force and has not been revoked,and furthermore,that the provisions of
the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney,are in force as of the date of this Certificate.
.err
This Certificate is executed in the City of Irvine,California,the 14th day of._ J u 1 y 2005
By
c --
David L.Kerrigan,Executive Vice-President
ID-1380(Rev.2/05)
.tY CITY OF RENTON
� O
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
-- V :I Olt Ti, CO ']C�AJG hereby confirms and declares that
(Name of contractor/subcontractor/consuI tan t/supplier)
r �
I. It is the policy of V I M^'1 ©N IV-1)C- o10 CO Tue- to offer equal
(Name of contractor/subcontractor/consultant/supplier)
opportunity to all qualified employees and applicants for employment without regard to the
race,creed,color, sex, national origin,age,disability or veteran status.
r
II. AV CN s/fy a%ianj C, . , complies with all applicable
.r (Name of contractor/subcontractor/consultant/supplier)
federal, state and local laws governing non-discrimination in employment.
III. When applicable, V TM CQA S1ruCMQnJ C0�Zikk will seek out and
(Name of contractor/subcontractor/consultant/supplier)
negotiate with minority and women contractors for the award of subcontracts.
r
Print Agent/Representative's Name
r�r
Pill e-s l ClE-it-)7-
,,,� Print Agent/Representative's Title
Agent/Rep; sentati ignature
Date Signed'
Instructions: This document MUST be completed by each contractor, subcontractor,consultant and/or supplier.
Include or attach this document(s) with the contract.
H:Tile Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 16
;VL-IJ-GVVV 10.41 lilt 11.1n111`IV YG JO YYYO JY l .VVG
CITY OF RENTON
'ti�Y O
FAIR PRACTICES POLICY
AFFIDAVIT OF C0MPLIANCE
hereby confirms and declares that
(Nome of contactor/subcontractor/consultant/supp)icr)
1. It is the policy of ._ � �oc�l�r ��f1D�rrr to offer equal
(Name of contractor/subcontractor/consultant/supplier)
opportunity to 311 qualified employees and applicants for employment without regard to the
race,creed,color,sex,national origin,age,disability or veteran status.
II f>/,D wrd/z'f- Cone/-e•!y complies with all applicable
(Name of Contractor/subcontractor/consultant/supplier)
federal,state and local laws governing non-discrimination in employment.
M. When applicable, z6D i01c'- will seek out and
(Name of contactor/subcontractor/consultant/supplier)
negotiate with minority and women contractors for the award of subcontracts.
Print Agent/Representative's Name
Print Agent/Representative's Title
&resentative'g Signature
Date Signed
Instructions-, This document NIVS T be completed by each contractor,subcontractor,consultant and/or supplier.
Include or attach this documents)with the contract.
w.
H:Tilc Sys%WTR-Drinking water Utility\WTP-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specsktaltmt hill
bidpak.D0C\KLKrb
1'a$c 16
JLL--13-2005 08:41 96% P.02
rr TOTAL P.002
1
t
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this_ 1 day of 20M—by and between
THE CITY OF RENTON, Washington,a municipal corporation of the tatfrof Washington, hereinafter referred
to as "CITY" and VJM Construction Co. ,*hereinafter referred to as "CONTRACTOR."
*Inc.
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within (60) sixty working days from date of
commencement hereof as required by the Contract, of which this agreement is a component part) perform
all the work and services required to be performed, and provide and furnish all of the labor, materials,
appliances, machines, tools, equipment, utility and transportation services necessary to perform the
Contract, and shall complete the construction and installation work in a workmanlike manner, in connection
with the City's Project identified as CAG-05-85 for improvement by construction and installation of:
Talbot Hill Water Main Replacement Phase II.
All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict
conformity with the plans and specifications, including any and all addenda issued by the City and all other
documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and
regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is
further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and
services shall be furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans, specifications
and all requirements of or arising under the Contract.
2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of this agreement,
consists of the following documents, all of which are component parts of said Contract and as fully a part
1 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
i
1
1
H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 17
3 If the Contractor t actor refuses or fads to prosecute the work or any part thereof,with such diligence as will insure
its completion within the time specified in this Contract, or any extension in writing thereof, or fails to
complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make
a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the
Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this
Contract, the City may then serve written notice upon him and his surety of its intention to terminate the
Contract, and unless within ten (10)days after the serving of such notice, such violation or non-compliance
of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be
made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every
respect. In the event of any such termination, the City shall immediately serve written notice thereof upon
the surety and the Contractor and the surety shall have the right to take over and perform the Contract,
provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of
termination does not perform the Contract or does not commence performance thereof within thirty (30)
days from the date of serving such notice, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or
other damages occasioned the City thereby. In such event, the City, if it so elects,may, without liability for
so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances,
equipment, plants and other properties belonging to the Contractor as may be on site of the project and
useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to
the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and
employees harmless and to promptly indemnify same from and against any and all claims, actions,
damages, liability of every type and nature including all costs and legal expenses incurred by reason of any
work arising under or in connection with the Contract to be performed hereunder, including loss of life,
personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon,
on or about the premises worked upon or in any way relating to this Contract. This hold harmless and
indemnification provision shall likewise apply for or on account of any patented or unpatented invention,
process, article or appliance manufactured for use in the performance of the Contract, including its use by
the City,unless otherwise specifically provided for in this Contract.
jIn the event the City shall, without fault on its part, be made a party to any litigation commenced by or
against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation.
Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be
incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from
claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided
further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's
agents or employees and (b)the City, its agents, officers and employees,and involves those actions covered
by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent
negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence
of the Contractor's agents or employees.
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.
H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specAtalbot hill
bidpak.DOC\RLM\tb
Page 18
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 sixty [601 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.
r
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any
installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties
or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy
any defects in the work and pay for any damage to other work resulting therefrom, which shall appear
within the period of one (1) year from the date of final acceptance of the work, unless a longer period is
specified. The City will give notice of observed defects as heretofore specified with reasonable promptness
after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any
such defect, fault or breach at the sole cost and expense of Contractor.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and
costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the
Contract as may be requested by the City from time to time.
rr
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract,
including the payment of all persons and firms performing labor on the construction project under this
Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the
Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly
licensed as a surety in the State of Washington.
I
i
l
I
I
I
I
H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 19
11) The total amount of this contract is the sum of $666,822.00
numbers
SixHundr d fix y-six Thousand Eight Hundred Twenty two and No 1100 Dollars
written words
which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the
"General Requirements" and this Contract Document.
IN WITNESS WHEREOF,the City has caused these presents to be signed by its Mayor and attested by its City
Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written.
VJM Construction Co. , Inc.
CONTRACTOR CITY OF I
RENTO N 1
i A10 rl\ 4�t4 0,4, , J
Presiden N* i ncent J. Mazzaferro Kathy Ke er-Wheeler, Mayor
ATTEST
J-lM .. 41
Sd4etary3eannine F. MazzafVYW Bonnie I. Walton,City Clerk
VkX VJM Construction Co- , Inc,
Firm Name
Check one
13 Individual 13 Partnership XU Corporation Incorporated in Washington
r
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.
H:\File Sys\WTR-Drinking Water Utility\WTR-27-Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\bid specs\talbot hill
bidpak.DOC\RLM\tb
Page 20
•.
r
r
INSURANCE COVERAGE
law
..
..
ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID C DATE(MMMONYrf)O
VJMC -1 07/18/05
ODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
IROGERS 6 NORMAN, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
The Westin Building HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
)01 Sixth Avenue Ste 2717 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
cattle WA 98121
Phone: 206-443-2600 Fax:206-441-6752 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: American States Insurance 19704
INSURER B: I
I VJM Construction Co. Inc. INSURER C:
Vince Mazzaferro dba:
12409 230th PL NE INSURER D:
Redmond WA 98053
INSURER E:
AVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
ANY REQUIREMENT,TERM OR CONORION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS.
POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION
LTR NSRD TYPE OF INSURANCE I DATE MMD I DATE(. O LIMITS
GENERAL UABIUTY EACH I S 1000000
OCCURRENCE
X X COMMERCIAL GENERAL LIABILITY 01CG45014702* 11/11/04 11/11/05 PREMISES EaocaLU 1$200000
I CLAIMS MADE bil OCCUR MED EXP(Anyone person) Is 10000
X X51,000 PD Ded PERSONAL&ADV INJURY 1$ 1000000
GENERAL AGGREGATE !$2000000
GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG s 2 0 0 0 0 0 0
POUCY Fx_1 JJECT LOC Emp Ben. 1000000
AUTOMOBILE LIABILITY I
IL X ANY AUTO 01CG45014702* 11/11/04 11/11/05 (E CO
SINGLE LIMt7 f$ 1000000
ALL OWNED AUTOS I
BODILY INJURY �S
L SCHEWLED AUTOS (Per Pe—)
X I HIRED AUTOS
I—"' BODILY INJURY S
I X NON-OWNED AUTOS (Per accident)
I
— PROPERTY DAMAGE $
(Per accident)
GARAGE UABILITY AUTO ONLY-EA ACCIDENT $
.r, ANY AUTO EA ACC $
FAA NLY: AGG I $
I EEXXCESSIUMBRELLALIABIUTY I ! EACH OCCURRENCE .$ 1000000
-A IX�OCCUR F1 cmms MADE 01SU34506402 11/11/04 11/11/05 'AGGREGATE $ 1000000
s
^�DEDUCTIBLE Is —
ix RETENTION $10000 Is
WORKERS COMPENSATION AND W S AT
EMPLOYERS'UABILITY TORY LIMBS X ER
ANY PROPRIETORIPARTNEWEXECUTIVE E.L.EACH ACCIDENT Is 1C000,000
OFFICERWEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYE $ 1,000,000
K describe under
SPECIAL PROVISIONS below E.L.DISEASE:POLICY LIMIT I s 2,000,000
OTHER
3 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
RE: Talbot Hill Water Main Replacement Phase 2:CAG-05-085. The City of
Renton, and its officers, officials, agents, employees and volunteers are
hereby recognized as Additional Insureds, per form CG86741002 attached.
This insurance is primary and non-contributory. Waiver of Subrogation and
Severability of Interest clauses included.
'"CERTIFICATE HOLDER CANCELLATION
CITYREN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN
City of Renton NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
Renton City Hall, 5th Floor IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER.ITS AGENTS OR
Rick Moreno, Project Manager
1055 S. Grady Way REPRESENTATIVES,
Renton WA 98055-3232 "gR1 P ESENTA
ACORD 25(2001/08) (Jl s C ©ACORD CORPORATION 1988
Yr.
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed.A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement.A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
I
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
Iaffirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
I
I
i1
r.,
ACORD 25(2001/08)
^^REPRINTED FROM THE FORMS LIBRARY—
COMMERCIAL GENERAL LIABILITY
CG 86 74 10 02
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTORS LIABILITY PLUS ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
City of Renton, and its officers, officials, agents, employees and volunteers
DUTY TO DEFEND (1) The amount we will pay for damages is
limited as described in SECTION III —
Paragraph a. of SECTION 1 — COVERAGE A and LIMITS OF INSURANCE; and
COVERAGE B is replaced by the following: (2) Our right and duty to defend ends when
a. We will pay those sums that the insured be- we have used up the applicable limit of
comes legally obligated to pay as damages insurance in the payment of judgments
because of "bodily injury", "property or settlements under COVERAGES A
damage" or 'personal injury and advertising or B or medical expenses under COV-
injury" to which this insurance applies. We ERAGE C.
will have the right and duty to defend the in- No other obligation or liability to pay sums or
sured against any 'suit" seeking those dam- perform acts or services is covered unless ex-
ages. Our duty to defend begins once you plicitfy provided for under SUPPLEMENTARY
notify us of a "suit" as described in SEC-
TION IV — COMMERCIAL GENERAL LI- PAYMENTS — COVERAGES A AND B.
ABIUTY CONDITIONS, 2.b. However, we EMPLOYERS LIABILITY
will have no duty to defend the insured
against any "suit" seeking damages for The last paragraph of exclusion e. of SECTION I —
`bodily injury", `property damage", or COVERAGE A is replaced by the following:
'personal injury or advertising injury" to
which this insurance does not apply. We This exclusion does not apply to liability assumed
may, at our discretion, investigate any by the insured under an insured contract" ex-
"occurrence" and settle any claim or "suit" cept for that part of a contract or agreement that
that may result. But: indemnifies any person or organization for their
sole liability.
' CG 86 74 10 02 Page 1 of 5 '&A mVisWM o- a s�rECO c«p«a EP
-REPRINTED FROM THE FORMS UBRARY-
WRONGFUL EVICTION (3) The maintenance, operation or use by
you of equipment leased to you by such
The following exclusion is added to SECTION 1 — person or organization, subject to the
COVERAGE B: following additional provisions:
The wrongful eviction from, wrongful entry into, (a) This insurance does not apply to
or invasion of the right of private occupancy of a any "occurrence" which takes place
room, dwelling or premises arising out of any: after the equipment lease expires;
(1) "property damage" to the room, dwell- (b) This insurance does not apply to
"bodily injury" or "property
ing or premises; or damage" arising out of the sole
(2) "bodily injury" sustained through occu- negligence of such person or or-
pancy of a room, dwelling or premises. ganization;
ADDITIONAL INSURED — BY WRITTEN CON- (4) Permits issued by any state or political
TRACT, AGREEMENT OR PERMIT, OR SCHED- subdivision with respect to operations
ULE performed by you or on your behalf,
subject to the following additional pro-
vision:
The following paragraph is added to SECTION II —
WHO IS AN INSURED: This insurance does not apply to "bodily
injury," "property damage," `personal
5. Any person or organization shown in the Sched- and advertising injury" arising out of op-
ule or for whom you are required by written con- erations performed for the state or
tract, agreement or permit to provide insurance municipality;
is an insured, subject to the following additional c. The insurance with respect to any architect,
provisions:
engineer, or surveyor added as an insured
a. The contract, agreement or permit must be by this endorsement does not apply to
in effect during the policy period shown in "bodily injury," "property damage,"
the Declarations, and must have been exe- "personal and advertising injury" arising out
cuted prior to the "bodily injury," "property of the rendering of or the failure to render
damage," "personal and advertising injury." any professional services by or for you, in-
b. The person or organization added as an in- cluding:
sured by this endorsement is an insured only (1) The preparing, approving, or failing to
to the extent you are held liable due to: prepare or approve maps, drawings,
(1) The ownership, maintenance or use of opinions, reports, surveys, change or-
that part of premises you own, rent, ders, designs or specifications; and
lease or occupy, subject to the following (2) Supervisory, inspection or engineering
additional provisions: services.
(a) This insurance does not apply to d. This insurance does not apply to `bodily
any "occurrence" which takes place "
injury" or property damage" included within
after you cease to be a tenant in
the "products-completed operations haz-
any premises leased to or rented to ard."
you;
(b) This insurance does not apply to e• A person's or organization's status as an in-
any structural alterations, new con- sured under this endorsement ends when
struction or demolition operations your operations for that insured are com-
performed by or on behalf of the pleted.
person or organization added as an f. No coverage will be provided if, in the ab-
insured; sence of this endorsement, no liability would
(2) Your ongoing operations for that in- be imposed by law on you. Coverage shall
sured, whether the work is performed be limited to the extent of your negligence
by you or for you; or fault according to the applicable principles
of comparative fault.
' Page 2 of 5
-REPRINTED FROM THE FORMS LIBRARY
g. The defense of any claim or "suit" must be equipment listed in paragraph f.(2) or
tendered as soon as practicable to all other f.(3) of the definition of `mobile equip-
insurers which potentially provide insurance ment."
for such claim or "suit".
(6) An aircraft you do not own provided it is
h. The insurance provided will not exceed the not operated by any insured.
lesser of:
(1) The coverage and/or limits of this policy, TENANTS' PROPERTY DAMAGE LIABILITY
or
(2) The coverage and/or limits required by When Damage To Premises Rented To You Limit is
said contract, agreement or permit. shown in the Declarations, SECTION I — COVER-
AGE A, exclusion j., is replaced by the following:
NON-OWNED WATERCRAFT AND NON-OWNED j. Damage To Property
AIRCRAFT LIABILITY "Property damage" to:
Exclusion g. of SECTION I — COVERAGE A is re- (1) Property you own, rent, or occupy, in-
placed by the following: cluding any costs or expenses incurred
g. "Bodily injury" or "property damage" arising by you, or any other person, organiza-
out of the ownership, maintenance, use or tion or entity, for repair, replacement,
entrustment to others of any aircraft, "auto" enhancement, restoration or mainte-
or watercraft owned or operated by or rented nance of such property for any reason,
or loaned to any insured. Use includes oper- including prevention of injury to a Aer-
ation and loading or unloading." son or damage to another's property;
This exclusion applies even if the claims (2) Premises you sell, give away or aban-
against any insured allege negligence or don, if the "property damage" arises out
other wrongdoing in the supervision, hiring, of any part of those premises;
employment, training or monitoring of others (3) Property loaned to you;
by that insured, if the "occurrence" which
caused the "bodily injury" or "property (4) Personal property in the care, custody
damage" involved the ownership, mainte- or control of the insured;
nance, use or entrustment to others of any (5) That particular part of real property on
aircraft, "auto" or watercraft that is owned which you or any contractors or sub-
or operated by or rented or loaned to any in- contractors working directly or indirectly
sured. on your behalf are performing oper-
This exclusion does not apply to: ations, if the "property damage" arises
(1) A watercraft while ashore on premises out of those operations, or
you own or rent; (6) That particular part of any property that
must be restored, repaired or replaced
(2) A watercraft you do not own that is: because "your work" was incorrectly
(a) Less than 52 feet long; and performed on it.
(b) Not being used to carry persons or Paragraphs (1), (3) and (4) of this exclusion
property for a charge; do not apply to "property damage" (other
than damage by fire) to premises, including
(3) Parking an "auto" on, or on the ways the contents of such premises, rented to
next to, premises you own or rent, pro- you. A separate limit of insurance applies to
vided the "auto" is not owned by or Damage To Premises Rented To You as
rented or loaned to you or the insured; described in SECTION III — LIMITS OF
(4) Liability assumed under any "insured INSURANCE. Paragraph (2) of this exclu-
contract" for the ownership, mainte- sion does not apply if the premises are "your
nance or use of aircraft or watercraft; or work" and were never occupied, rented or
(5) "Bodily injury" or "property damage" held for rental by you.
arising out of the operation of any of the
CG 86 74 10 02 Page 3 of 5 EP
'--"REPRINTED FROM THE FORMS LBRARY
Paragraphs (3), (4), (5) and(6) of this exclu- retention available to the in-
sion do not apply to liability assumed under demnitee; and
a sidetrack agreement.
EMPLOYEES AS INSUREDS — HEALTH CARE
Paragraph (6) of this exclusion does not ap- SERVICE
ply to "property damage" included in the
"products-completed operations hazard." Provision 2.a.(1) d. of SECTION II — WHO IS AN
INSURED is deleted, unless excluded by separate
Paragraph 6. of Section III is replaced by the follow- endorsement.
ing:
EXTENDED COVERAGE FOR NEWLY ACQUIRED
6. Subject to 5. above, the Damage To Property ORGANIZATIONS
Limit is the most we will pay under COVERAGE
A for damages because of "property damage" to Provision 4.a. of SECTION 11 — WHO IS AN IN-
any one premises, while rented to you, or in the SURED is replaced by the following:
case of damage by fire, while rented to you or
temporarily occupied by you with permission of a. Coverage under this provision is afforded
the owner. only until the end of the policy period.
The Tenants' Property Damage To Premises Rented EXTENDED "PROPERTY DAMAGE"
To You Limit is the higher of $200,000 or the amount
shown in the Declarations as Damage To Premises Exclusion a. of SECTION I — COVERAGE A is
Rented To You Limit. amended to read:
a. "Bodily injury" or "property damage" ex-
WHO IS AN INSURED — MANAGERS pected or intended from the standpoint of the
insured. This exclusion does not apply to
The following is added to Paragraph 2.a. of SECTION `bodily injury" or "property damage" result-
II — WHO IS AN INSURED: ing from the use of reasonable force to pro-
tect persons or property.
Paragraph (1) does not apply to executive officers, or
to managers at the supervisory level or above. INCREASED MEDICAL EXPENSE LIMIT
SUPPLEMENTARY PAYMENTS — COVERAGES A The medical expense limit is amended to $10,000.
AND B — BAIL BONDS
KNOWLEDGE OF OCCURRENCE
Paragraph 1.b. of SUPPLEMENTARY PAYMENTS
— COVERAGES A AND B is replaced by the follow- The following is added to Paragraph 2. SECTION IV
ing: COMMERCIAL GENERAL LIABILITY
CONDITIONS Duties In The Event Of Occurrence,
b. Up to $2,000 for cost of bail bonds required Offense, Claim Or Suit of:
because of accidents or traffic law violations
arising out of the use of any vehicle to which Knowledge of an "occurrence," claim or "suit" by
the Bodily Injury Liability Coverage applies. your agent, servant or employee shall not in itself
We do not have to furnish these bonds. constitute knowledge of the named insured unless an
officer of the named insured has received such notice
SUPPLEMENTARY PAYMENTS — COVERAGES A from the agent, servant or employee.
AND B — INDEMNITEES AND ADDITIONAL IN-
SUREDS INSURED CONTRACT
Paragraph 2.f.(1) (d) of SUPPLEMENTARY PAY- The following definition is added to SECTION V —
MENTS — COVERAGES A AND B is replaced by DEFINITIONS, Definition 9. "insured contract" par-
the following: agraph f.:
(d) Cooperate with us with respect (4) That part of any contract or agree-
to coordinating other applicable ment that indemnifies any person
insurance and self-insured or organization for the indemnitee's
sole tort liability.
Page 4 of 5
REPRINTED FROM THE FORMS UBRARY--
OTHER INSURANCE UNINTENTIONAL FAILURE TO DISCLOSE ALL
HAZARDS
The first paragraph of Other Insurance of SECTION
IV — COMMERCIAL GENERAL LIABILITY CON- The following is added to Paragraph 6. Representa-
DITIONS is replaced with the following: tions of SECTION IV — COMMERCIAL GENERAL
LIABILITY CONDITIONS:
If other valid and collectible insurance, or any self-in-
sured retention, is available to the insured for a loss If you unintentionally fail to disclose any hazards ex-
we cover under COVERAGE A or B of this Coverage isting at the inception date of your policy, we will not
Part, our obligations are limited as follows: deny coverage under this Coverage Form because of
such failure. However, this provision does not affect
METHOD OF SHARING our right to collect additional premium or exercise our
right of cancellation or non-renewal.
The second paragraph of Method of Sharing of SEC-
TION IV — COMMERCIAL GENERAL LIABILITY LIBERALIZATION CLAUSE
CONDITIONS is replaced with the following:
The following paragraph is added to SECTION IV —
If any of the other insurance does not permit contri- COMMERCIAL GENERAL LIABILITY CONDI-
bution by equal shares or is subject to a self-insured TIONS:
retention, we will contribute by limits. Under this
method, each insurer's share is based on the ratio of 10. If a revision to this Coverage Part, which would
its applicable limit of insurance or self-insured re- provide more coverage with no additional
tendon or both combined to the total applicable limits premium, becomes effective during the policy
of insurance of all insurers and the amount of any period in the state shown in the Declarations,
self-insured retention. your policy will automatically provide this addi-
tional coverage on the effective date of the re-
vision.
CG 86 74 10 02 Page 5 of 5 EP
City of Renton
Human Resources & Risk Management Department
Insurance.Information Fonn
FOR-
PROJECT WAIRER: STAFF CONTACT;
Certificate of Insurance indicates the coveragcs/limits specified in 19 Yes No
contract?
1 Are the following coverages and/or conditions in effect? f4 Yes ❑ No
The Cominercial General Liability policy forin is an ISO 1993
Yes ❑ No
Occurrence Form or Equivalent?
(If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* Yes ❑ No
General Aggregate provided on a'per project basis(CG2503)?* R Yes ❑ No
Additional Insured Wording provided?* 0 Yes ❑ No
Coverage on a primary basis and non-contributing basis?* Yes NO
Waiver of Subrogation Clause applies?* Yes ❑ No
Seven,bility of Interest Clause(Cross Liability)applies?
Yes ❑ N o
Notice of Cancellation/Non-Renewal amended to 45 dkvs?* Yes ❑ No
*To be shown on ceWflcata of insurance*
Am BEST'S RATING FOR CARRIER
GL Auto Limb Professional
This Questionnaire is issued as a matter of information. This questionnaire is not an insumnee policy and does
not amend.extend or alter the coverage afforded by the policies indicated on the attached CERTIRCATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific
declaration pages FRONT awarded bidder prior to execution of contract.
()&LiLr—A-in
Agency/Bro r a
A" Completed By or Print Naino
XTAA ZA I
aa'k— m QA
Address Completed By(Signature
1
h�IL-s o4t-
Name of person to contact Telephone Number
NOTE'. '-US QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
A 7TA CHED TO CER'T'IFICATE OF INSURANCE
• Insurance {
AMERICAN STATES INSURANCE COMPANY
FIRST NATIONAL INSURANCE CO. OF AMERICA
SEATTLE, WASHINGTON
COMMERCIAL PACKAGE POLICY
NAMED VJM CONSTRUCTION CO. , INC. RENEWAL DECLARATIONS
INSURED 12409 230TH PL NE
AND
MAILING REDMOND, WA 98053 POLICY NUMBER 01—CG-450147-2
ADDRESS RENEWALOF 01—CG-450147-1 11-03
AGENT ROGERS & NORMAN, INC
NAME 2001 6TH AVE STE 2717
AND
POLICY PERIOD FROM 11-11-04 TO 11-11-05 12:01 AM ADDRESS SEATTLE, WA 98121
STANDARD TIME AT YOUR MAILING ADDRESS SHOWN ABOVE.
4668752 (206) 443-2600
THE TOTAL ESTIMATED PREMIUM FOR THE POLICY TERM IS $30 ,935.00
YOU WILL BE BILLED THROUGH YOUR CUSTOMER ACCOUNT #040-3163-524-01 .
THIS POLICY IS SUBJECT TO A FINAL AUDIT.
IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, THE COMPANIES INDICATED
ON THE SPECIFIC COVERAGE PART DECLARATIONS AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY.
THIS RENEWAL SERVES THE SAME PURPOSE AS WRITING A NEW POLICY WITH THE SAME PROVISIONS, CONDITIONS AND INSURING
AGREEMENTS. THE INDIVIDUAL COVERAGE PART DECLARATIONS WHICH FOLLOW, LIST ALL OF THE FORMS THAT APPLY TO YOUR
RENEWAL AND THOSE, IF ANY, WHICH NO LONGER APPLY. ONLY NEW OR REVISED FORMS ARE ATTACHED TO THIS RENEWAL YOU
MUST ADD THEM TO YOUR PRIOR POLICY.
COMMERCIAL PROPERTY COVERAGE PART . . . . . . . . . . . . . . . . . . . . $ 921.00
COMMERCIAL LIABILITY COVERAGE PART . .. .. . . . . . . . . . . . . . . . $ 9,224.00
COMMERCIAL INLAND MARINE COVERAGE PART . . . . . . . . . . . . . . . . . . . . $ 2,318.00
COMMERCIAL AUTO COVERAGE PART . . . . . . . . . . . . . . . . . . . . $ 18,363.00
30,826.00
PREMIUM FOR CERTIFIED ACTS OF TERRORISM . . . . . .. . . . . . . . . . . . . . $ 00
TOTAL POLICY PREMIUM $ 30, 5.00►✓
BY
DA (AUTHORIZED REPRESENTATIVE)
9-CCR(0887)
COMPANY USE ONLY
NORTHWEST 60 (INEW M AGENT COPY PREPARED 10-20-04 (RONBYE)
Sz4co®and Ik SZ eM 1090 an trZ&rUtz a SZ'KO C01PWAIoi
Page 1 EP
C-I D-NIPRINTD0111M41YMV
S A F E C CY AMERICAN STATES INSURANCE COMPANY PAGE 1
SEATTLE, WASHINGTON
UMBRELLA LIABILITY POLICY r
NAMED VJM CONSTRUCTION CO. , INC. RENEWAL DECLARATIONS L
INSURED C/O VINCENT J MAllAFERRO
AND
MAILING ] 2n n l QST-4 >• B ?*n 1,)40q A3CTA PL f�E
ADDRESS HE-L �, WA 98-13� RCDMot4p c1glZ POLICY NUMBER 01-SU-345064-20
RENEWALOF 01-SU-345064-1 11-03
AGENT ROGERS & NORMAN, INC
POLICY PERIOD FROM 11-11-04 TO 11-11-05 12:01 AM NAME 2001 6TH AVE STE 2717
AND
STANDARD TIME AT YOUR MAILING ADDRESS SHOWN ABOVE. ADDRESS SEATTLE, WA 88121
46-68752 (206) 443-2600
THE TOTAL PREMIUM DUE FOR THE POLICY TERM IS $6 ,444 . 00 .
YOU WILL BE BILLED THROUGH YOUR CUSTOMER ACCOUNT #040-3163-524-01 .
YOU NEED NOT PAY ANY PREMIUM AT THIS TIME. WE WILL SEND A BILLING
STATEMENT IN A SEPARATE MAILING.
I
IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, THE COMPANY AGREES
WITH THE NAMED INSURED TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY.
COMMERCIAL UMBRELLA LIABILITY COVERAGE . . . . . . . . . . . . . . . . . . . . . . $ 6,409.00
6,409.00
PREMIUM FOR CERTIFIED ACTS OF TERRORISM . . . . . . . . . . . . . . . . . . . . $ 35.00
TOTAL POLICY PREMIUM . . . . . . . . . . . . . . . . . . . . $ 6,444.00./
THIS POLICY IS ISSUED WITH THE CONDITION THAT THE
UNDERLYING LIMITS AND COVERAGES SHOWN IN THE
SCHEDULE ARE IN FORCE.
BY
(DATE) (AUTHORIZED REPRESENTATIVE)
9-CU (4-93)
COMPANY USE ONLY
AMERICAN STATES INSURANCE COMPANY
POWER INDIANAPOLIS,INDIANA 46206
OF ATTORNEY
Bond No. 6254246
KNOW ALL BY THESE PRESENTS:
That AMERICAN STATES INSURANCE COMPANY, an Indiana corporation,does hereby appoint
..........BETTY MCCARTER..........
Its true and lawful attomey(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or
undertakings and other documents of a similar character issued by the company in the course of its business,and to bind
AMERICAN STATES INSURANCE COMPANY thereby as fully as if such instruments had been duly executed by its regularly
elected officers at its home office,in amounts or penalties not exceeding the sum of.
Six Thousand Dollars And Zero Cents DOLLARS ($ 6,000
IN WITNESS WHEREOF,AMERICAN STATES INSURANCE COMPANY has executed and attested these presents
this 11th day of November 2003
C.B.MEAD.SECRETARY MIKE MCGA\/ICK.PRESIDENT&CEO
CERTIFICATE
Extract from the By-Laws of AMERICAN STATES INSURANCE COMPANY:
"Article 8. Section 8.1.1.-FIDELITY AND SURETY BONDS. ..the President,any Vice President,the Secretary and any
Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to
appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the corporation
fidelity and surety bonds and other documents of similar character issued by the corporation in the course of its business...On
any instrument making or evidencing such appointment,the signatures may be affixed by facsimile. On any instrument conferring
such authority or on any bond or undertaking of the corporation,the seal,or a facsimile thereof, may be impressed of affixed or in
any other manner reproduced;provided, however,that the seal shall not be necessary to the validity of any such instrument or
undertaking."
I, C.B. Mead,Secretary of AMERICAN STATES INSURANCE COMPANYfio hereby certify that the foregoing extracts of the
By-Laws of this corporation,and of a Power of Attorney Issued pursuant thereto,are true and correct and that both the By-Laws
and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 11th day of November 2003
INSU�L
SEAL cD
/ND1MV C.B MEAD,SECRETARY
S-49101DAEF 2101 WEB PDF
Cs /Q E C 0• ST RETY BOND TRANSACTION REPORT C L
NCO Insurance Company
Pt,dox 34526,Seattle.WA 98124-1526 NO_ 6254246-0000
PRINCIPAL NAME: V J M CONSTRUCTION CO, INC.
STREET: 12409 230TH PLACE NE
CITY: REDMOND STATE: WA ZIP: 98053
ro ACCOUNT SHARED MSC ACCOUNT,WASHINGTON NO: MWA1 STMT CODE:
OBLIGEE NAME: STATE OF WASHINGTON, DEPARTMENT OF LABOR& INDUSTRIES,CONT'
STREET: PO BOX 44450
CITY: OLYMPIA STATE: WA ZIP: 98504-4450
BOND TYPE: LICENSE AND PERMIT RATE STATE: WA FORM: 0-1919
CANCEL DAYS: 000
COMPANY: AMERICAN STATES INSURANCE COMPANY
DESCRIPTION: SPECIALTY CONTRACTOR
BOND AMOUNT: $6,000
RATING EFFECTIVE DATE: 11/12/2004 EXPIRATION DATE: 11112/2005
SUMMARY RENEWAL METHOD: 2 CONTINUOUS,CANCELABLE (NCp; 11!1212003
COLLATERAL: NONE REIN CODE: N PRODUCT LINE: MSC
CLASS: 908 RISK: SP Cntr Ics Prf/Pmt to State
BOND AMOUNT RATE P COMM COMMISSION
$6,000 50.0000 $300.00 30.000 $90-00
4164
REMARKS
ATTORNEY
AGENT ZN-AGENT: 02-0891 NAME: ROGERS&NORMAN INC
MASTER: STREET: 2001 6TH AVE STE 2717
CITY: SEATTLE STATE: WA Zip; 98121-2855
LOCATION SERVICE CENTER: WESTERN MSC CLERK: SYSTEM DIVISION: SEA
PREMIUM TRANS: SYSTEM RENEWAL CHG DATE: 11/12/2004 ENTRY DATE: 09/13/2004
BILLING NOTE:
REFER QUESTIONS TO INDY BOND DEPT.AT 1-888-844-2663.
SEQ.NO.
002 AMOUNT DUE: $300.00 COMMISSION: $90.00
F"
THIS IS A CONTINUOUS,CANCELLABLE BOND AND HAS BEEN AUTOMATICALLY
RENEWED AND BILLED TO YOU. PLEASE NOTIFY YOUR LOCAL SURETY OFFICE
IMMEDIATELY IF YOU WISH TO CANCEL THIS BOND.
S-182WSAEF 2I00
® A registered trademark of SAFECO Corporation
wn
Dep:mnent of Labor&Industries
Contractor's Registration Section
PO Box 44450 Y CONTINUOUS
Olympia WA 98504-4450 _ - CONTRACTOR'S SURETY BOND
Jy!Qq wd
(���'!^^
UBI No. ID
. _...-------------------------- ................................
...................
Registration No.
1`1 y 1 J BOND NO.
OFP 62$4246
Required by the Contractors Registration Act RCW 18.27
V J M CONSTRUCTION CO,INC. doing business as
as Principal,and AMERICAN STATES INSURANCE COMPANY
existing under the laws of the State of INDIANA ,a corporation organized and
and authorized to transact surety business in the State of Washington,as Surety,by
this bond bind ourselves and our heirs,executors,administrators,successors,and assigns,jointly and severally,to pay the State of Washington
Sic Thousand Dollars And Zero Cents($6,000)
dollars lawful money of the United States of Arrrerica.
The Principal has applied for a Certificate of Registration,from the Contractor's Registration Section of the Washington State Department of Labor and
Industries,to carry on the business of a contractor in the State of Washington.The Principal is required by chapter 18.27 of the Revised Code of
Washington(RCW)to furnish a bond in the penal sum of Six Thousand Dollars And Zero Cents($6,000)
dollars with good and sufficient surety.The bond must be conditioned as required by RCW 18.27.040.
If the Principal,in compliance with the provisions of chapter 1827 RCW,pays all(1)wages and benefits to persons furnishing labor to the Principal,(2)
amounts that may be adjudged against the Principal of reason of breach of contract including negligent or improper work in the conduct of the contracting
business,(3)persons who furnish labor and materials or rent or supply equipment to the Principal,and(4)taxes and contributions due to the State of
Washington,the obligation of the Principal and the Surety shall be oull and void.If the Principal does not pay the above claims,the bond shall remain in full
force and effect In no case shall the Surety be liable for any claim not included in RCW 18.27.040.
Any person that has a claim against the Principal,arising from the failure of the Principal to pay any of the four items referred to in paragraph 3,may bring
suit upon this bond in the superior court of the county in which the work was done,or of any county in which the court has jurisdiction over the Principal.
The suit must be brought within the time and the manner required by RCW 18.27.040.
The aggregate liability ofthe Surety under this bond for claims against this bond shall not exceed the penal sum of this bond.No extension by continuation
certificate,reinstatement,reissue,or renewal of this bond shall increase the liability of the Surety.If the claims against the bond that are pending at any one
time exceed the remainder of the aggregate liability minus the amounts previously paid by the Surety because of other claims against this bond,the claims
shall be satisfied in accordance with the provisions of RCW 18.27.040.
a
This bond shall become effective on 11/12/2003 and shall be void if not filed with the Contractors Registration Section by 12112/2003
and shall remain in force continuously unless the Surety gives written notice to the Director of Labor and Industries of its intent to cancel the bond.A
cancellation or revocation of the bond or withdrawal of the Surety from the bond suspends the registration issued to the registrant until a new bond or
reinstatement notice has been filed and approved as provided in the statute.
IN WITNESS OF THIS CONTRACT,The Principal and Surety have affixed their hands and seals this date: November 11,2003
......................-..........-------......---................................
...
Principal's Name
Surety's Name and Seal -
V J M CONSTRUCTION CO,INC. :`AMERICAN
STATES INSURANCE COMPANY
................:...................
J �
BETTY MCCARTER-Attorney-in-Fad y�P��S trr<Sp
� F625-003.000 svR SEAL
ty bond 7-97 ��
S-19191ASEF 2198 �t'OIAt1p•*
WEB PDF
r
PREVAILING MINIMUM
HOURLY WAGE RATES
r
r
r
T ABORERS - UNDERGROUND SEWER & WATER - Effective: 3/3/2005 -- r— Page 1 of 1
Topic index Contact info i... .__.. ._ . _....._. Search
Nome Safety Claims&Insurance Workplace nights Trades Ft Licensing
Find a Law(RCW)or Rule(WACt€ %Get a Form or Publication j4 Help
Get or Renew a License LABORERS - UNDERGROUND SEWER Et WATER - Effective:
Electncal 3/3/2005
Apprenticeship
Factory-Built structures W Washington State Prevailing Wage Rates for Public Works
_Elevators Contracts
Contractors The PREVAILING WAGES listed here include both the hourly wage rate and
Plumbers .F _ the hourly rate of fringe benefits. On public works projects, workers' wage
Prevailing Wye and benefit rates must add to not less than this total. A brief description of
Boilers overtime calculation requirements is provided by clicking on the benefit
es Et Licensing Rules e„ Code.
LABORERS - UNDERGROUND SEWER Ft WATER -- Effective 3/3/2005 --
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, BENTON, COLUMBIA, FERRY, FRANKLIN, GARFIELD,
GRANT, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WALLA
WALLA
1w GENERAL LABORER $26.31 1-M SD
PIPE LAYER $26.58 1M 5D
Counties Covered:
CHELAN, DOUGLAS, KITTITAS AND YAKIMA
GENERAL LABORER $26.39 1_N 5D
PIPE LAYER $26.87 1 N 5D
Counties Covered:
~ 'CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,'
i MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTOW
AND WHATCOM
re GENERAL LABORER $32.61 1_N SD
:PIPE LAYER $33.09 1N 5D
i
Counties Covered:
CLARK, COWLITZ AND WAHKIAKUM
GENERAL LABORER $31.23 1M 5D
PIPE LAYER $32.49 1M 5D
Counties Covered: I
KLICKITAT AND SKAMANIA
UENERAL LABORER $16.61 1_
PIPE LAYER $16.61 1
rr Counties Covered:
OKANOGAN
GENERAL LABORER $22.16 1
PIPE LAYER $22.16 1
Counties Covered:
WHITMAN i
GENERAL LABORER $24.26 1
PIPE LAYER $24.26 1
About LEtl 3 Find a Job at LErI E Informaci6n en espanol ( Site Feedback 1 1-800-547-
+rr ` s` 8367
c!Washington State Dept.of Labor and Industries.Use of this site is subject to the taws of the state of Washington.
Access Agreement ! Privacy and security statement I Intended use/externat content policy I Staff only link Visit access.wa.gov
1f ttp://www.Ini.wa.gov/Prevai lingWage/jwages/20051/Labu.asp 04/19/2005
TRAFFIC CONTROL STRIPERS -Effective: 3/3/2005 -- Page 1 of
Topic Index Contact Info .... .. ._._ . _ search
Labor and Industries Marne h Safety Clailltts I �l nsur�lrnce, 'Yl�arkPl ce Rights Trades Et Licensing
Find a Law(RCW)or Rule(WAAQ' Get a Form or Publication
Help
Get or Renew a License
Electrical
TRAFFIC CONTROL STRIPERS - Effective: 3/3/2005
AuorenticeshiQ
Factory Built structures Washington State Prevailing Wage Rates for Public Works
Elevators _ �m Contracts
Contractors The PREVAILING WAGES listed here include both the hourly wage rate and
Plumbers the hourly rate of fringe benefits. On public works projects, workers' wage
and benefit rates must add to not less than this total. A brief description of
Prevailing Wage 5i overtime calculation requirements is provided by clicking on the benefit
Boilers a. code.
Trades ft Licensing Rules
TRAFFIC CONTROL STRIPERS -- Effective 3/3/2005 -- Benefit-Code Key_
Wage f
Prevailing Overtime Holiday Note
Classification ode Code de Code
Counties Covered:
ADAMS, ASOTIN, CHELAN, CLALLAM, COLUMBIA, FERRY, GARFIELD,
GRANT, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP,
KITTITAS, LEWIS, LINCOLN, MASON, PEND OREILLE, PIERCE, SAN
JUAN, SKAGIT, SNOHOMISH, SPOKANE, STEVENS, THURSTON,
WHITMAN AND YAKIMA
JOURNEY LEVEL $31.90 1K 5A
Counties Covered:
BENTON, DOUGLAS, FRANKLIN, OKANOGAN AND WALLA WALLA
JOURNEY LEVEL $27.67 1
Counties Covered: I
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA AND WAHKIAKUM
JOURNEY LEVEL $32.04 1K 5A
Counties Covered:
WHATCOM
JOURNEY LEVEL $17.79 1
About Lltl I Find a job at LEtI I Informacion en espanol I Site Feedback 1 1-800-547- u
8367
C)Washington State Dept.of Labor and Industries.Use of this site is subject to the laws of the state of Washington.
Access Agreement I Privacy and security statement I Intended use/external content policy Staff only link Visit access.wa.eov
htt ://www.Ini.wa. ov/Prevailin Wa e/iwa es/20051/Traf.as 04/19/201
P g g g .l g P
"JRVEYORS -Effective: 3/3/2005 -- Page 1 of 1
Topic Index Contact Info _.... __ ... . Search
labor and Industfies Home ' Safety Claints Insurance Workplace Rights Trades licensing
F Find a Law(RCW)_or Rule iWZII 1. Get a Form or Publication= Helms'
Get or Renew a License
.w. SURVEYORS - Effective. 3/3/2005
� Electrical
Aoprenticeshio
6 Factory-Built structures Washington State Prevailing Wage Rates for Public Works
Ele_vators4ro__... ,T. Contracts
Contractors - The PREVAILING WAGES listed here include both the hourly wage rate and
Plumbers the hourly rate of fringe benefits. On public works projects, workers' wage
x° and benefit rates must add to not less than this total. A brief description of
., Prevailing wane .x overtime calculation requirements is provided by clicking on the benefit
Boi code.
t Trades Fk Licensing Rules
.•
SURVEYORS -- Effective 3/3/2005 -- Benefit Code-Key
Prevailing Overtime Holiday Note I
.. Classification Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
s FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SAN JUAN, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA
w HAIN PERSON $9.25 1
INSTRUMENT PERSON $12.05 1
PARTY CHIEF $15.05 1.
Counties Covered:
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM
- CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
!PARTY CHIEF $13.40 1
.�► Counties Covered:
CLARK, COWLITZ, KLICKITAT, SKAMANIA AND WAHKIAKUM
HAIN PERSON $13.80 1
!INSTRUMENT PERSON $16.30 1
PARTY CHIEF $19.15 1
Counties Covered:
SAN JUAN
A URVEYOR $10 50__... 1
About LEd I Find a job at LEd ( Informaci6n en espanol I Site Feedback 1 1-800-547-
� A ..�r 8367
' ;Washington State Dept,of Labor and Industries.Use of this site is subject to the taws of the state of 1Na5hington.
Access Agreement i Privacy and security statement I Intended use/external content policy I Staff oniy link Visit access wa.gov
r
aw
ar
1'ltp://www.Ini.wa.gov/PrevallingWage/jwages/20051/Surv.asp 04/19/2005
STREET AND PARKING LOT SWEEPER WORKERS -Effective: 3/3/2005 -- Page 1 o1
Topic Index I Contact Info .,_ Search
i Labor and Industries Hce Safety Claims I}Insurance'Workplace Rights Trades$ Licensing '
Find a Law(RCW)or Rule(WAC� Get a Form or Publication
_ ---�,
Get
or Renew a License STREET AND PARKING LOT SWEEPER WORKERS - Effective:
Electrical 3/3/2005
�? Apprenticeship
i Factory Built structures Washington State Prevailing Wage Rates for Public Works
t Elevators N Contracts
Contractors The PREVAILING WAGES listed here include both the hourly wage rate and
Plumbers ._ the hourly rate of fringe benefits. On public works projects, workers' wage
Prevailing Wage and benefit rates must add to not less than this total. A brief description of
! Boilers overtime calculation requirements is provided by clicking on the benefit
TradesLFt Luensing Rules„ , code�..,,�...�
STREET AND PARKING LOT SWEEPER WORKERS -- Effective 3/3/2005 --
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
I Counties Covered:
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND'
OREILLE, STEVENS, WALLA WALLA AND WHITMAN
JOURNEY LEVEL $14.00 1
Counties Covered:
CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON,
PACIFIC AND THURSTON
JOURNEY LEVEL $16.00 1
Counties Covered:
CLARK, COWLITZ, ISLAND, KLICKITAT, SKAGIT, SKAMANIA,
SNOHOMISH, WAHKIAKUM AND WHATCOM
1 OURNEY LEVEL $15.00 1_
Counties Covered:
KING
OURNEY LEVEL $19.09 1_
Counties Covered:
PIERCE
JOURNEY LEVEL $12.06 1
Counties Covered:
SAN JUAN I
�JOURNEY LEVEL $14.00 1_ j
Counties Covered:
SPOKANE
JOURNEY LEVEL $9.00 1
Counties Covered:
YAKIMA
JOURNEY LEVEL $8.00 1
:a About Lei ! Find a Job at L&I I Informaci6n en espanol I Site Feedback ! 1-800-547-
c 8367
C Washington State Dept.of Labor and Industries. Use of this site is subject to the laws of the state of Washington.
Access Agreement ; Privacy and security statement I Intended uselexternal content policv 1 Staff only link Visit accessma.Qov
http://www.ini.wa.gov/PrevailingWage/iwages/20051/Stre.asp 04/19/20
—RUCK DRIVERS - Effective: 3/3/2005 -- t— Page 1 of 6
Topic Index Contact Info I _ _. i Search
AUMM Marne Safety Claims&Insurance 0 Workplace Rights Traders ft Licensing
LM
Find a Law(RCW)or Rule MAC)_ Get a Form or Publication Help
Get or Renewaa License
TRUCK DRIVERS - Effective: 3/3/2005
Electrical
Apprenticeship
Factory-Built structures Washington State Prevailing Wage Rates for Public Works
up 0 Elevators Contracts
Contractors The PREVAILING WAGES listed here include both the hourly wage rate and
Plumbers the hourly rate of fringe benefits. On public works projects, workers' wage
.:wE Preva�hng wage and benefit rates must add to not less than this total. A brief description of
a overtime calculation requirements is provided by clicking on the benefit
Boilers code.
Trades tt Licensing Rules
TRUCK DRIVERS -- Effective 3/3/2005 -- Benefit Code Key
ow Prevailing0vertimeHohdayNotel
Classification Wage Code Code Code
Counties Covered:
ADAMS
ASPHALT MIX ( TO 20 YARDS) $30.64 1N 5D 8M
ASPHALT MIX (OVER 20 YARDS) $30.81 IN 5D 8M
;DUMP TRUCK $30.64 1N 5D 8M
DUMP TRUCK Et TRAILER $30.81 1N 5D 8M
;OTHER TRUCKS $30.53 1N 5D 8M
;TRANSIT MIXER $10.69 1
Counties Covered:
ASOTIN
ASPHALT MIX ( TO 20 YARDS) $30.64 1N 5D_ 8M
ASPHALT MIX (OVER 20 YARDS) $30.81 1N 5D 8M
DUMP TRUCK $30.64 1N 5D 8M B
DUMP TRUCK Et TRAILER $30.81 1N 5D 8M
OTHER TRUCKS $30.53 1N 5D $m
TRANSIT MIXER $17.65 1
Counties Covered:
BENTON
ASPHALT MIX ( TO 20 YARDS) $30.64 1N 5D 8M
ASPHALT MIX (OVER 20 YARDS) $30.81 1N SD 8M
,DUMP TRUCK $30.64 1N 5D 8M
;DUMP TRUCK Et TRAILER $30.81 11 5D 8M
r OTHER TRUCKS $30.53 1N SD 8M
TRANSIT MIXER $31.71 2H 61
Counties Covered:
CHELAN
ASPHALT MIX $15.02 1
DUMP TRUCK $19.45 1
DUMP TRUCK Et TRAILER $19.45 1
OTHER TRUCKS $11.00 1
TRANSIT MIXER $13.19 1
Counties Covered:
ail CLALLAM ;
ASPHALT MIX ( TO 16 YARDS) $36.89 1T 5D 8L 4
ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D SL
DUMP TRUCK $20.23 1
DUMP TRUCK Et TRAILER $20.23 1
OTHER TRUCKS $37.47 1T 5-D 8L
Tittp://www.lni.wa.gov/PrevailingWage/Iwages/20051/Truc.asp 04/19/2005
TRUCK DRIVERS - Effective: 3/3/2005 -- Page 2 o
RANSIT MIXER $23.73 1
Counties Covered:
CLARK
ASPHALT MIX DUMP TRUCK $32.03 1 H 5A
ASPHALT MIX DUMP TRUCK Et $32.23 1 H 5A
TRAILER
'DUMP TRUCK $20.73 1
IDUMP TRUCK Et TRAILER $20.73 1
bTHER TRUCKS $21.14 1
�fRANSIT MIXER $16.67 1
Counties Covered:
COLUMBIA
ASPHALT MIX ( TO 20 YARDS) $30.64 1 N 51D 8M
ASPHALT MIX (OVER 20 YARDS) $30.81 7H 5D 8MM
DUMP TRUCK $30.64 1N 5D 8M
DUMP TRUCK Et TRAILER $30.81 1N 5D $M
OTHER TRUCKS $30.53 7N 5D 8M
TRANSIT MIXER $17.65 1
Counties Covered:
COWLITZ
ASPHALT MIX DUMP TRUCK $32.03 1 H 5A
1ASPHALT MIX DUMP TRUCK Et $32.23 1 H 5A
(RAILER
;DUMP TRUCK $19.70 1
;DUMP TRUCK Et TRAILER $19.70 1
'OTHER TRUCKS $28.05 1
?TRANSIT MIXER $15.79 1_
Counties Covered:
DOUGLAS
ASPHALT MIX $15.00 1
IDUMP TRUCK $14.83 1
-DUMP TRUCK Et TRAILER $14.83 1
OTHER TRUCKS $16.60 1
TRANSIT MIXER $17.65 1
Counties Covered:
FERRY
DUMP TRUCK $29.83 1_
;DUMP TRUCK Et TRAILER $29.83 1
'OTHER TRUCKS $30.53 1 N 5D 8M
?TRANSIT MIXER $17.65 1
Counties Covered:
FRANKLIN
ASPHALT MIX ( TO 20 YARDS) $30.64 IN 5D 8M
!ASPHALT MIX (OVER 20 YARDS) $30.81 1N 5D 8M
DUMP TRUCK $31.71 2H 61
DUMP TRUCK Et TRAILER $31.71 2H 61
OTHER TRUCKS $30.53 1N 5D 8M
TRANSIT MIXER $31.71 2H 61
Counties Covered:
GARFIELD
ASPHALT MIX ( TO 20 YARDS) $30.64 1 N 5D 8M
,ASPHALT MIX (OVER 20 YARDS) $30.81 1 N 5D 8M
=DUMP TRUCK $30.64 1 N 5D 8M
DUMP TRUCK Et TRAILER $30.81 1N 5D 8M
OTHER TRUCKS $30.53 1N 5D 8M
TRANSIT MIXER $12.08 1
Counties Covered: ,
GRANT
IDUMP TRUCK $26.09 1
IDUMP TRUCK Et TRAILER $26.09 1
htt ://www.ini.wa. ov/Prevailin Wa e/Iwa es/20051/Truc.as 04/19/201
P g g g .i g p
'RUCK DRIVERS - Effective: 3/3/2005 -- Page 3 of 6
,OTHER TRUCKS $27.84 1
TRANSIT MIXER $10.00 1
Counties Covered:
! GRAYS HARBOR
ASPHALT MIX ( TO 16 YARDS) $36.89 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L
DUMP TRUCK $17.98 1
!DUMP TRUCK Et TRAILER $17.98 1
OTHER TRUCKS $37.47 1T 5D 8L
TRANSIT MIXER $16.82 1
Counties Covered:
ISLAND
ASPHALT MIX ( TO 16 YARDS) $36.89 1T 5D 8L
SPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L
;DUMP TRUCK $22.62 1
DUMP TRUCK Et TRAILER $22.62 1
O 8L
TRANSIT TRUCKS $37.47 1T 5D
l
r+ RANSIT MIXER $26.83 20 61
Counties Covered:
JEFFERSON
ASPHALT MIX ( TO 16 YARDS) $36.89 1T 5D SL
DSPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L
UMP TRUCK $19.61 1
DUMP TRUCK Et TRAILER $19.61 1
OTHER TRUCKS $37.47 1T 5D 8L
TRANSIT MIXER $14.47 1
Counties Covered:
r KING
;ASPHALT MIX ( TO 16 YARDS) $36.89 1T 5D 8L
� SPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L
DUMP TRUCK $36.89 1T 5D 8L
'DUMP TRUCK Et TRAILER $37.47 1T 5D 8L
BOTHER TRUCKS $37.47 1T 5D 8L
TRANSIT MIXER $23.45 1
1 Counties Covered:
KITSAP
ASPHALT MIX TO 16 YARDS $36.89 1T 5D 8L 3
ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L '.
DUMP TRUCK $19.60 1
=DUMP TRUCK Et TRAILER $19.60 1
OTHER TRUCKS $18.37 1 I
TRANSIT MIXER $20.79 1
Counties Covered:
KITTITAS
ASPHALT MIX $12.50 1
DUMP TRUCK $20.32 1
DUMP TRUCK Et TRAILER $20.32 1
.. ,OTHER TRUCKS $16.14 1
;TRANSIT MIXER $20.32 1_
}
Counties Covered:
KLICKITAT
DUMP TRUCK $16.00 1_
DUMP TRUCK Et TRAILER $16.00 1
OTHER TRUCKS $12.60 1
.. TRANSIT MIXER $17.00 1
Counties Covered:
LEWIS
ASPHALT MIX ( TO 16 YARDS) $36.89 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L
DUMP TRUCK $21.08 1
Mtp://www.lni.wa.gov/PrevailingWage/jwages/20051/Truc.asp 04/19/2005
TRUCK DRIVERS -Effective: 3/3/2005 -- Page 4 of
DUMP TRUCK Et TRAILER $21.08 1 1
OTHER TRUCKS $32.52 1
TRANSIT MIXER $24.11 2C 5A
Counties Covered:
LINCOLN
ASPHALT MIX ( TO 20 YARDS) $30.64 1 N 5D 8M
ASPHALT MIX (OVER 20 YARDS) $30.81 1N 5D 8M
DUMP TRUCK $30.64 1 N 5DD 8M
DUMP TRUCK Et TRAILER $30.81 1 N8 "
OTHER TRUCKS $30.53 1 N 5D 8M !;
TRANSIT MIXER $17.65 1
Counties Covered:
MASON
SPHALT MIX ( TO 16 YARDS) $36.89 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L
DUMP TRUCK $26.48 1
DUMP TRUCK Et TRAILER $26.48 1
OTHER TRUCKS $28.52 1
TRANSIT MIXER $24.11 2C 5A
Counties Covered:
OKANOGAN
SPHALT MIX $32.11 1
DUMP TRUCK $19.29
DUMP TRUCK Et TRAILER $19.29 1
OTHER TRUCKS $28.59 1
TRANSIT MIXER $12.60 1
Counties Covered: ,
PACIFIC
ASPHALT MIX ( TO 16 YARDS) $36.89 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L z
DUMP TRUCK $17.98 1
=DUMP TRUCK Et TRAILER $17.98 1
�THER TRUCKS $21.54 1
� RANSIT MIXER $14.47 1
Counties Covered:
PEND OREILLE
ASPHALT MIX ( TO 20 YARDS) $30.64 1N 5D 8M
ASPHALT MIX (OVER 20 YARDS) $30.81 1 N 5D 8M
DUMP TRUCK $30.64 1N 5D 8M
;DUMP TRUCK Et TRAILER $30.81 1N 5D 8M
IOTHER TRUCKS $30.53 1N 5D
(TRANSIT MIXER $17.65 1
Counties Covered:
PIERCE
ASPHALT MIX $22.49 1
DUMP TRUCK $22.56 1
;DUMP TRUCK Et TRAILER $22.56 1
OTHER TRUCKS $30.20 1
TRANSIT MIXER $24.11 2C 5A
Counties Covered:
SAN JUAN
ASPHALT MIX ( TO 16 YARDS) $36.89 1T
ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L
DUMP TRUCK $18.69 1
DUMP TRUCK Et TRAILER $18.69 1
OTHER TRUCKS $14.65 1
TRANSIT MIXER $12.00 1
Counties Covered:
SKAGIT
ASPHALT MIX ( TO 16 YARDS) $36.89 1T 5D 8L
htt ://www.Ini.wa. ov/Prevailin Wa e/jwa es/20051/Truc.as 04/19/201
P g g g J � P
'RUCK DRIVERS - Effective: 3/3/2005 -- Page 5 of 6
ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L
DUMP TRUCK $16.98 1
,DUMP TRUCK Et TRAILER $16.98 1
OTHER TRUCKS $37.47 1T 5D 8L
,TRANSIT MIXER $17.17 1
Counties Covered:
SKAMAN IA
ASPHALT MIX $18.09 1
;DUMP TRUCK $34.61 1
DUMP TRUCK Et TRAILER $34.61 1
�THER TRUCKS $27.57 1
RANSIT MIXER $17.00 1
Counties Covered:
� SNOHOMISH
�SPHALT MIX ( TO 16 YARDS) $36.89 1T 5D 8L
=ASPHALT MIX (OVER 16 YARDS) $37.47 IT 5D 8L
DUMP TRUCK $36.89 1 R 5A
DUMP TRUCK Et TRAILER $37.47 111 5A
bTHER TRUCKS $37.47 1R 5A
TRANSIT MIXER $27.73 20
Counties Covered:
SPOKANE
ASPHALT MIX ( TO 20 YARDS) $30.64 1N 5D 8M
ASPHALT MIX (OVER 20 YARDS) $30.81 1N 5D 8M
{DUMP TRUCK $30.64 1N 5D 8M
DUMP TRUCK Et TRAILER $30.81 1N 5D 8M
OTHER TRUCKS $30.53 1N 5D 8M
aw 17RANSIT MIXER $23.42 2G 61
Counties Covered:
STEVENS
ASPHALT MIX ( TO 20 YARDS) $30.64 1N 5D 8M
ASPHALT MIX (OVER 20 YARDS) $30.81 1N 5D 8M
DUMP TRUCK $30.64 1N 5D 8M
DUMP TRUCK Et TRAILER $30.81 IN 5D 8M
OTHER TRUCKS $30.53 1N 5D 8M
TRANSIT MIXER $13.47 1
Counties Covered:
dw THURSTON
ASPHALT MIX ( TO 16 YARDS) $36.89 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L
`DUMP TRUCK $17.23 1
DUMP TRUCK Et TRAILER $17.23 1
OTHER TRUCKS $37.47 1T 5D 8L
TRANSIT MIXER $24.11 2C 5A
Counties Covered:
WAHKIAKUM
ASPHALT MIX ( TO 16 YARDS) $36.89 IT 5D 8L
ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L
DUMP TRUCK $30.39 1
(DUMP TRUCK Et TRAILER $30.39 1
OTHER TRUCKS $33.77 1H 5A
TRANSIT MIXER $17.00 1 F
Counties Covered: s
WALLA WALLA
DUMP TRUCK $28.11 1
DUMP TRUCK Et TRAILER $28.11 1
OTHER TRUCKS $28.59 1
TRANSIT MIXER $17.65 1
Counties Covered:
WHATCOM
M tp://www.lni.wa.gov/PrevailingWage/`jwages/2005 I/Truc.asp 04/19/2005
TRUCK DRIVERS -Effective: 3/3/2005 -- Page 6 o�
ASPHALT MIX $30.15 1_
;DUMP TRUCK $19.32 1
DUMP TRUCK Et TRAILER $19.32 1
OTHER TRUCKS $14.48 1
TRANSIT MIXER $16.81 1
Counties Covered:
WHITMAN
SPHALT MIX ( TO 20 YARDS) $30.64 1 N 5D 8M
ASPHALT MIX (OVER 20 YARDS) $30.81 1 N
DUMP TRUCK $19.45 1
,DUMP TRUCK Et TRAILER $19.45 1
OTHER TRUCKS $27.84 1_ I
TRANSIT MIXER $17.75 1
Counties Covered:
YAKIMA
SPHALT MIX $14.19 1
DUMP TRUCK $27.36 2_zC 61
,DUMP TRUCK Et TRAILER $27.36 2 61
OTHER TRUCKS $27.36 2CG 61
TRANSIT MIXER $27.36 2G
About Litt I Find a job at L&I I Informaci6n en es anot I Site Feedback 1-800-547- �
$367 r9i °d¢)
.0 Washington State Dept,of Labor and Industries.Use of this site is subject to the taws of the state of Washington.
Access Agreement i Privacy and security statement I Intended use/external content policy ; Staff only link Visit access.wa.gov
http://www.lni.wa.gov/PrevailingWage/jwages/20051/Truc.asp 04/19/20 _
171.AGGERS -Effective: 3/3/2005 -- r— Page 1 of 1
Topic index I Contact info I _._.e._. . -_... .. Search
Home o,M Safety ±Claims I I saran W p Workplace Rights Trades&Licensing 1
Find a Law(RCW)or Rule(WC� Get a Form or Publication' Help
Get or Renew a License
i� Electncal
FLAGGERS - Effective 3/3/2005
A_porenticeshiQ
Factory-BuiltStructures Washington State Prevailing Wage Rates for Public Works
mO ElevatorsA, ......, Contracts
Contractors The PREVAILING WAGES listed here include both the hourly wage rate and
Plumbers the hourly rate of fringe benefits. On public works projects, workers' wage
and benefit rates must add to not less than this total. A brief description of
. Prevailing Wage overtime calculation requirements is provided by clicking on the benefit
Boilers Code.
Trades 8 Licensing Rules
FLAGGERS -- Effective 3/3/2005 -- Benefit Code_Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, BENTON, COLUMBIA, FERRY, FRANKLIN, GARFIELD,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA
WALLA AND WHITMAN
JOURNEY LEVEL $24.21 1M 5D
Counties Covered:
CHELAN, DOUGLAS, KITTITAS AND YAKIMA 9
JOURNEY LEVEL $24.67 1 N 5D
Counties Covered:
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND
W HATCOM
JOURNEY LEVEL $27.93 1N 5D t
Counties Covered:
CLARK, COWLITZ, SKAMANIA AND WAHKIAKUM
JOURNEY LEVEL $29.01 1M 5D
Counties Covered:
GRANT AND KLICKITAT I
JOURNEY LEVEL $26.01 1_
Counties Covered:
SAN JUAN
JOURNEY LEVEL $15.00 1
µ About LFtl Find a Job at L&I Informaci6n en espanol I Site Feedback 1 1-800-547-
8367
*` ,Washington State Dept.of Labor and Industries.Use of this site is subject to the laws of the state of Washington.
++ Access Agreement I Privacy and security statement I Intended use/external content policy I Staff only link Visit aCCe55.Wd.gov
'—tp://www.lni.wa.gov/PrevailingWage/jwages/20051/Flag.asp 04/19/2005
LANDSCAPE CONSTRUCTION -Effective: 3/3/2005 -- Page 1 of
Topic Index Contact Info _._. _.__._._, ._.' Search
Labor and Industries
Mcu�e Safety Claims a kisuran!! Workplace Rights Trades$Licensing
Find a Law(RCW)or Rule(WAQ Get a Form or Publication Helo ii
_.A
Get or Renew a License
(0!Electrical �� LANDSCAPE CONSTRUCTION - Effective: 3/3/2005
Ili._porenticeshiP
Facto uiltStructures „ . Washington State Prevailing Wage Rates for Public Works
Elevators Contracts
Contractors The PREVAILING WAGES listed here include both the hourly wage rate and
Plumbers the hourly rate of fringe benefits. On public works projects, workers' wage
and benefit rates must add to not less than this total. A brief description of
_Prevailing Wage overtime calculation requirements is provided by clicking on the benefit
i Boilers code.
^Trades&Licensing Rules
LANDSCAPE CONSTRUCTION -- Effective 3/3/2005 -- Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code''
Counties Covered:
ADAMS, ASOTIN, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE,
STEVENS AND WHITMAN
IRRIGATION OR LAWN $7.35 1
SPRINKLER INSTALLERS
:LANDSCAPE EQUIPMENT $8.12 1_
OPERATORS OR TRUCK DRIVERS
tLANDSCAPING OR PLANTING $7.50 1_
LABORERS
Counties Covered:
BENTON
IRRIGATION OR LAWN $7.35 1_
SPRINKLER INSTALLERS
LANDSCAPE EQUIPMENT $8.12 1
OPERATORS OR TRUCK DRIVERS
LANDSCAPING OR PLANTING $7.41 1
LABORERS
Counties Covered:
l CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON,
KLICKITAT, LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SKAMANIA,
THURSTON AND WAHKIAKUM
IRRIGATION OR LAWN $11.42 1
?SPRINKLER INSTALLERS
`LANDSCAPE EQUIPMENT $7.81 1 ,
OPERATORS OR TRUCK DRIVERS
LANDSCAPING OR PLANTING $7.93 1
LABORERS
Counties Covered:
KING
IRRIGATION OR LAWN $11.07 1
SPRINKLER INSTALLERS
;LANDSCAPE EQUIPMENT $10.63 1
;OPERATORS OR TRUCK DRIVERS
LANDSCAPING OR PLANTING $8.42 1
LABORERS I
Counties Covered:
KITSAP
htt ://www.Ini.wa. ov/Prevailin Wa e/lwa es/200.51/Land.as 04/19/20)
p g g e l � P
T ANDSCAPE CONSTRUCTION - Effective: 3/3/2005 -- Page 2 of 2
}IRRIGATION OR LAWN $11.42 1
=SPRINKLER INSTALLERS
LANDSCAPE EQUIPMENT $10.94 1
OPERATORS OR TRUCK DRIVERS
LANDSCAPING OR PLANTING $8.54 1
LABORERS i
i
Counties Covered:
PIERCE
;IRRIGATION OR LAWN $9.90 1
PRINKLER INSTALLERS
=LANDSCAPE EQUIPMENT $11.91 1
PERATORS OR TRUCK DRIVERS
NDSCAPING OR PLANTING $9.73 1
;LABORERS
Counties Covered:
SNOHOMISH
IRRIGATION OR LAWN $12.66 1
SPRINKLER INSTALLERS
LANDSCAPE EQUIPMENT $10.58 1
OPERATORS OR TRUCK DRIVERS
LANDSCAPING OR PLANTING $9.63 1
LABORERS
Counties Covered:
I SPOKANE
'IRRIGATION OR LAWN $7.35 1
�PRINKLER INSTALLERS a
LANDSCAPE EQUIPMENT $7.35 1
,. OPERATORS OR TRUCK DRIVERS
LANDSCAPING OR PLANTING $7.35 1 I
LABORERS
Counties Covered: i
WALLA WALLA
'IRRIGATION OR LAWN $7.35 1_
'SPRINKLER INSTALLERS
LANDSCAPE EQUIPMENT $8.12 1
OPERATORS OR TRUCK DRIVERS
ILANDSCAPING OR PLANTING $8.43 1_
;LABORERS
Counties Covered:
WHATCOM
IRRIGATION OR LAWN $8.00 1
SPRINKLER INSTALLERS
LANDSCAPE EQUIPMENT $10.82 1
OPERATORS OR TRUCK DRIVERS
r LANDSCAPING OR PLANTING $7.35 1
LABORERS
E Counties Covered:
r. YAKIMA
'IRRIGATION OR LAWN $7.38 1
SPRINKLER INSTALLERS
LANDSCAPE EQUIPMENT $15.45 1
OPERATORS OR TRUCK DRIVERS
;LANDSCAPING OR PLANTING $7.63 1
LABORERS
About L&I Find a job at L&I E Informaci6n en espanot Site Feedback 1-800-547-
8367
'D Washington State Dept,of Labor and Industries.Use of this site is subject to the taws of the state of Wash ton, Visit dCCe55.w8. ov
am Access Agreement i Privacy and security statement I Intended use/external content policy Staff oniv link NZ
ittp://www.Ini.wa.gov/PrevalI]ngWage/`iwages/2005 I/Land.asp 04/19/2005
Department of Labor and Industries STATEMENT OF INTENT TO
Prevailing Wage PAY PREVAILING WAGES
(360)902-5335 Public Works Contract
www.Iiii-wa.gov/prevailingwage $25.00 Filing Fee Required
•This form must be typed or printed in ink. Project Name Contact N
•Fill in all blanks or form will be returned for correction set,back).
•Please allow a minimum of 10 working days for processing. Contract Awarding agency(public agency-not fode"I or private)
APPRi��'ED.FORM:WIIL B E_MAILED TD THIS ADDRESS
Addr�
Contractor,company or agency name,address,city,state&ZIP+4
City State 21P+4
Awarding Agency Pmioet Contact PCrSOn Phone#
County where wore_will Fbc Pciforrrtod City where work will be pc;For;Q
Bid due date (rrk/d/y) Date contract awarded (mld/y)
4W
Prime contractor(has contract with the public agency) Contractor Registration No. Doa intend to use subcontractors? Do you intend to u�apprentices?
Y6 No Ye, No
Rate of Rate of hourly
Estimated no.
Craft/trade and occupation (Do NOT list apprentices) hourly pay fringe benefits il of workers
Company name,address,city,state,ZIPA Indicate total dollar amount
of your contract
I hereby certify that the above information is correct and that all
workers I employ on this Public Works Project will be paid no
less than the Prevailing Wage Rate(s) as determined by the
Industrial Statistician of the Department of Labor and Industries.
Title i Signature
Contractor Registration No- UBI T
Email address Phone number
$25 or $
- ---- -------- . ...................... Check Nurnbcr: ❑
vs'�:d A ......
...... [At
APPROVED: Department of Labor and Industr ies Issued By:
By
Industrial Statistician
...................
F700-0294M statement of intent to pay prevailing wages 10-02 After APPROVAL. send white copy to Awarding Agemy.
Canary copy-L&I
Department of Labor and Industries b�.=r4 AFFIDAVIT OF WAGES PAID
Prevailing Wage
(360)902-5335s Public Works Contract
www.Ini.wa.gov/prevaling wage �'; "° ry $25.00 Filing Fee Required
•This form,must be typed or printed in ink. Project i4 Contract
•Fill in all blanks or form will be returned for correction(,�back).
•Please allow a minimum of 10 working days for processing. Coniraot Awarding Agency(public agency-not federal or private) —�
Contractor company or agency name,address,city,state&ZIP+4
City State ZIP+4
Awarding Agency Project Contact Person Phone#
County where work was performed City where work was performed —�
i
I
Bid due date (mld/y) Date contract awarded (m,d`y)
..._._-._......
Prime contractor(has contract with the Public agency) Contractor Registration No. Date work completed (m/d/y) Mtc Intent filed (m/d/y)
Craft/trade/occupation and apprentices(For apprentices,give name, Number Total#hrs 1 Rate of i Rate of hourly
rIE registration#,trade,dates of work on Project and stage of progression) ! of Workers worked ea trade I Hourly Pay cringe benefits
E i
I i !
t
! i i
s
t I
! f
t 1
i
I i
I
i iI!
i 3
s
Company name,address,city,state,ZIP�4 indicate total dollar amount
of your contract $
I hereby certify that the above information is correct and that all
lworkers I employed on this Public Works Project were paid no I
less than the Prevailing Wage Rate(s) as determined by the
— Industrial Statistician of the Department of Labor and Industries.
Contractor Registration No. UBI I7tle Signature
s ,
Email address Phone number
Check Number. Amount: 8
, Issued By: ...__
' CERTIFIED: Department of Labor and Industries `r,s
By _ l
Industrial Statistician
F700-007-000 affidavit of wages 2-02 After APPROVAL. send white copy to AwArding Agencv.
Canary copy-L&1
�r.
.. CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project CAG No.
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
employees for the period
from through in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of
Labor&Industries. This form will be executed and submitted prior to or with the last pay request.
Company Name
By:
Title:
r
o.
r
1 S_INTNT.DOC\
sTArEO� State of Washington Reg.No.:
o� Department of Revenue
Audit Procedures&Administration Date:
d, v2 PO Box 47474
�'L 1889�O
Olympia,Washington 98504-7474
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
From: DEPARTMENT USE ONLY
City of Renton Assigned To
Tracy Schuld
1055 South Grady Way Date Assigned
Renton,WA 98055
r Notice is hereby given relative to the completion of contract or project described below.
Description of Contract
Contractor's Name Telephone No.
r�
Contractor's Address
Date Work Commenced Date Work Completed Date Work Accepted
rr
Surety or Bonding Co.
Agent's Address
Contract Amount: Amount Disbursed:
Additions or Reductions: Amount Retained:
Sales Tax: Total:
Total
By
(Disbursing Officer)
r
Phone No:
The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue, Olympia, Washington 98504-
7474,immediately after acceptance of the work done under this contract. NO PAYMENTS SHALL BE MADE FROM RETAINED FUND until
receipt of Department's certificate,and then only in accordance with said certificate.
FORM REV 310020(12-92)
r
DC:CTY31 0020 11/99 bh
u"
ow
r
,w
r
r
r
CITY OF RENTON
r SUPPLEMENTAL SPECIFICATIONS
r
r
r
r
r
r
r
r
1-01 Definitions find Terms 1-01 Definitions and Terms
Department shall also refer to the Department of I'
D1YIS10II 1 PlanningBuilding/Public Works Administrator-
Special Provisions(RC)
General Requirements —odifications to the
standard specifications the
spocificatiei;s and supplemental specifications that apply to an
individual project. The special provisions may desmt)e work ale
1-01 Definitions and Terms specifications do not cover. Such work Shall comply first with the
special provisions and then with any specifications that apply The
SECTION 1-01.1 IS REVISED BYADDING THE FOI.I.OWING: Contractor shall include all costs of doing this work within the bid
prices-
1-01.1 General(RC) State(RC)
Whenever reference is trade to the State, Commission, The state of Washington acting through its representatives.
,,,..,,. .,r Tnncnnrtatit�n Secretary of Transportation, The State shall also refer to The City of Renton and its authorized
owner, Contracting Agency or Engineer, such reference shall be reprtscn tract where nts ( able_
deemed to mean the City of Renton acting through its City Council, Contras Documents (APWA)
cr Mloyces and duly authorized representatives for an contracts The component parts of the contract which may include but
administered by the City of Renton. are not limited to the Proposal Form, the Contract Form,
insurance certificates, various other certifications and Iffidavit affidavit the
SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings the
THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum and
changz or
1-01.3 Definitions(RC, APWA)
Dates(AP(AF
WA)
Act of god(RC) mid Opening Date(APWA)
'Act of God' means an earthquake, flood cyclone or other The date on which the Contracting Agency publicly opens and
cataclysmic phenomenon of nature. A rain windstorm,high water reads the bids.
or other natural phenomenon of unusual intensity for the spec Award Date (APWA, RC)
locality of the work which might reasonably have been anticipated The date.of the formal decision of the Contracting Agency to
frorn historical records of the general locality of die work, shall not accept the lowest responsible and responsive Bidder for the work-
be construed as an act of god. Contract Erecution Date(APWA)
Consulting Engineer(RC) The'date the Contracting Agency officially binds the agency to
The Contracting Agency's design consultant, who may or may the Contract.
not administer the construction program for the Contracting Notice to Proceed Date(APWA) _
Agency. The date stated in the Notice to Proceed on which the Contract
�Y�� time begins-
Day( otherwise designated day(s) as used in the Contract Contract Completion Date(APWA, RC)
poa>ments shall be understood to mean worlang days. The date by which the work is contractually required to be
(RQ completed The Contract Completion Date will be stated m the
Or Equal Where the tam 'or equal' is used herein the Contracting Notice to Proceed. Revisions of this date will be authorized m
Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the
engineer shall be the sole judge of the quality and suitability of the Contract time.
proposed substitution. Fhtal Acceptance Date(APWA, R
The responsibility and cost of furnishing tneassary evidence The date on which the Contracting Agcy accepts
the work
demonstrations or other information required to obtain the as complete per contract rcquirennents.
approval of alternative materials or processes by the Owner shall Material(APWA)
be entirely borne by the Contractor. Any substance specified for use in the construction of the
project and its appurtenances which enters into and forms a Part of
Owner b[e of beuig so
The City of Renton or its authorized representative. Also the finished structure or improvement—and caps
referred to as Contracting Agency. used and is furnished for that purpose.
Plans(RC) Materialman(APWA)
Tlx contract plans and/or standard plans which show location, A person or organization who furnishes a
a,nply, commodity, equipment or nianufactur� or fabricated
cluractcr, and dimensions of prescribed work including layouts. r Tier
profiles,cross-sections,and other details. product and does not perform labor at the Prof Site;a strop_
Drawings may either be bound in the same book as the Notice of Award (APWA) Agericy to the
balance of the Contract Documents or bound in separate sets, and The written notice from the Coe"" —
are a part of the Contract Docurnmts regardless of the method of successful Bidder signifying the Contracting
Agency s aCC5rnrrw
binding. of the Bid.
The terms "Standard Drawings" or 'Standard Details" Notice to Proceed(APWA)
The written notice from the Contracting agency or Eneirucer
generally used in specifications rtfcrs to drawings bound either the Contractor w wide the specification documents or included with the Plans or the to the Contractor authorizing and director eon which the
City of Renton Standard Plans. proceed with the Work and establishing the
Secretary,Secretary of Transportation(RC) Contract Time begins.
The chief excautive officer of the Department and other
authorized representatives. The chief executive officer to the
t,
Page-SP-I
Revision Date:May 19, 1997
l-02 Bid Procedures and Conditions 1-03 Award and Ex
,,,t.Ion pfCon�ct
1-02 Bid Procedures and Conditions within 5 five ears from the date of submission
label such materials or failure to timd reS Failure to so ,
SECTION 1-02.1 IS DELETED AND REPLACED BY THE s
uest for Public disclosure has been given rid after notice of
hall
FOLLOWING: waiver b the submitting be deemed a
vendor of an claim that such
materials ,
1-02.1 Qualifications of Bidder(APWA) are, in fact so exempt
Bidders shall be qualified by experience fitiancing SECTOW 1-02.12 IS SUPPLEMENTED BY ADDING TffE
equipment, and organization to do the work called for in the
Contract Documents. The Contracting Agency reserves the right to 1-02.12 Public Opening of Proposals APWA ,
take whatever action it deems necessary to ascertain the ability of The --_I Contractin Agency reserves the fight `
the Bidder to perform the work satisfactorily. This action may date and time for bid open Notification to bidder will be be
include a pre qualification procedure prior to the Bidder being addenda.
furnished a proposal form on any contract or a preaward survey of '
the Bidder's qualifications prior to award SECTION 1-02.13 PARAGRAPH I IS REVISED AS FO
LzOWS•
SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular proposals (RCZ
FOLLOWING.
a. The bidder is not prequalified_when so required
1-02.2 Bid Documents (APWA) SECTION I-02.14 IS REVISED IN
ITEM 3 IV PARAGp4pH I
Information as-to where Bid Documents can be obtained or TO READ:
reviewed will be found in the Call for Bids for the Work placed in
the Contracting Agency's official newspaper 1-02.14 Disqualification of Bidders(APWA)
SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING 3- A bidder is not pfcqualified for the work or to the full
SENTENCE I, PARAGRAPH I TO READ.- extent of the bid;
1-02.4(2) Subsurface Information("WA) 1-03 Award and Execution of Contract
If the Contracting Agency has made subsurface investigation I
of the site of the proposed wodc, the boring log data and soil SECTION 1-03.1 IS SUPPLEMENTED AS FOLLOWS.
sample test data, and geotcchnical reports accumulated by the
Cont'raarng Agency will be made available for inspection by the 1-03.1 Consideration of BidsARC, APWA)
bidders. '
The total of extensions, corrected where necessary, and
UPPLEMEN inclu
SBCTION I-0Z.S IS STED BY ADDING THE ding sales taxes where applicable, will be used by the
FOLLOWING: Contracting Agency for award purposes and to fix the amount of
1-025 Pro the contract bond-
All Form (APWA) All bids will be based on total sum of all schedules of prices
_The Brrgineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids
Alternates. Additives or Deductiyes if such be to the advantage of or special provisions The City reserves the right however to _
the Contracting: Agency• The Bidder shall bid on all Additives award all or any schedule of a bid to the lowest bidder at its
Deductives, or Alternates set forth in the Proposal Forms unless discretion.
odierwtse specified in the Special Provisions SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE
SECTION 1-02.6 IS SVPPLEUMVTED BY ADDING THE FOLLOWING.
FOLLOWING 1-03.2 Award of Contract(RC)
1-02.6 Preparation of Proposal(RC) The contract, bond form and all other forms requiring
All prices shall be in legible figures and(uvt-words)written in execution, together with a list of all other forms or documents
ink or typed.The proposal shall include: required to be submitted by the successful bidder will be
1. A unit price for each item(omitting digits more than four forwarded to the successful bidder within 10 days of the award.
Places to the right of the decimal point), each unit price shall also The numb of copies to be executed by the Contractor shall be
be written in words- where.it conflict arises the written words shall determined by the Contracting Agency.
Prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS
SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS:
SECTION, 1-03.3 Execution of Contract (APWA, RC)
1A2.6(l) Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the
Vendors should, in the bid proposal identify clearly any forms and documents required to be completed by the
matcrtal(s) which constitute -(valuable) formula dcsi C°ntn 10 , the successful bidder shall return the ,
drawings, and research data- so as to be exempt from public signed Contracting Agency-prepared contract, an insurance
disclosure RCW 42.17.310 or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond ,
be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences
exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the
vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award
Page-SP-1
Revision pmt, Mme ro too-7
1-04 Scope of the Work 1-0s Control of Work
date, the Contracting Agency may grant up to a maximum of 21 10 SECTION 1-44.4 IS SUPPLEMENTED WLTE THE
additional calendar days for return of the documents, provided the FOLLOWING:
Contracting Agency deems the circumstances warrant it_ 1_04,4 Changes R
The Contracting Agency is prohibited by RCW 39.06.010
from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost
or licensed as required by the laws of the state. In addition, die reduction alternatives but will evaluate such Proposals by the
Contracting Agency requires persons doing business with the Contractor on a case-by-case basis.
Contracting Agency to possess a valid City of Renton business SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS:
license prior to award.
When the Bid Form Provides spaces for a business license 1-04.11 Final Cleanup Ra
member a Washington State Contractors
registration number, e
both the Bidder shall insert such information in the spaces as 3 material as salvage mater as noted on the plans and taken from
provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion be
Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost
FX iTer as part of the Contracting Agency's Post-award incurred in salvaging and delivering such items shall be considered
information and evaluation activities. incidental to the pro led and no comlle=ion will be trade.
The contract price for 'Finish and Cleanup._lump sum,' shall
SEMON 1-03.4 IS SUPPLEMENI-ED BY ADDING THE be full compensation for all work, equipment and materials
FOLLOWING TO THE FIRST PARAGRAPH: requilred to Norm final deanup- If this pay item does not appear
1-03.4 Contract Bond (APWA) in the contract documents then final dean UP shall be considered
incidental to the contract and to other pay item and no further
5 Be accomyanied by It power of attorney for the Surety's compensation shall be made.
officer n:mpowcred to sign the bond.
7 Be signed by an officer of the Contractor empowered to 1-05 Control of Work _
sign official statements (sole propri etor or partner). ff _me
Contractor is a corporation the bond must signed SECTION 1-05.3 IS REVISED AS FOLLOWS:
resident or vice Piesidant,unless accompanied by Ci qen proof of
the authority of the individual signing the bond to bind dne 1-05.3 Plans and Working Drawings-(RC)" .
corporation C e,corporate resolution,power of attorney or a letter 11x Contractor shall submit supplemental worizing drawings
to suds effect by the president or vice-president). as 1equired for the performance of the work.-The drawings shall be
- on sheets rneasuring 24-by-14_P b 34 inches or on sheets wits ,
1-04 Scope of the Work dimensions in multiples of 8-1/2 by 11 inches.
SECTION I-04.I IS SUPPI.F,hiE1VTED BY ADDING THE SECTION I-05.4 IS SUPPLFMENT'ED BY ADDING. TITS
FOLLOWING:
FOILOWINa-
1-05.4 Cottfonnity with and Deviations from Plans
1-04.1 Intent of the Contract-T-9 and Stakes (RC)
The Contractor is encouraged to provide to the Engineer prior If the project calls for Contractor supplied surveying,-the
to ress payments an estimate of IMP stem work aceomphshcd Contractor shall Provide all required survey work, including
to date Mic Fxginecr's calculations and decisions small be final to work as mentioned in Sections 1-05.4, 1-05.5,-1-I1 and elsewhere
,.t rn the actual percentage of any lump Stint pay item ded by the Enginneer.
- tniless mower spcfic in these specifications as being pry^
,aompl"ishcd and eligible for ; ere m SECTION IS REPLACED BY
method of talcilating hemp sum payments is provided dscvvh SECTION 1-05.5 THE VACANT
the specifications. THE FOLLOWING:
SECTION 1-44-2 IS REVISED AS FOLLOWS: 1-05.5 Construction Stakes (RCS
en Plans, If the Project calls for Contractor sL*rrolied surveYW d'�
1-04.2 Coordination of Contract Docurn ts+ n,n, work unctudinj! such
Special Provisions Specifications, and Addenda Contractor shall provide all required P`I
re
work as mentioned in Sections 1-05.4 1-25.5 1-11 aria caxw
(RC) rovided by the En *� All costs
err these specifications as being P "Contra S�ipphed
Any hxxmsisten y in the parts of the contract shall be resolved for this survey work shall be included m
by following this order of precedence (e.g., 1 presiding over 2, 3, Surveying,* per hump sheen.
4,5.6,and 7;2 presiding over 3,4,5,6,and 7:and so forth): 1-05 5(1) General(APWA, RCZ
1. Addenda
lied surveyor will provide
2. Proposal Form The Enginnecr or Contractor supplied rad°�
3. Special Provisions construction stakes and marks cstablishmQ lines slopes aria K
4. Contract Plans and 1-05.5 and will PSa
S. Amctidments to the Standard Specifications as stipulated in Sections 105 5{1) _ a full
6. Supplemental Specifications. such work ion 1-11. The Contractor shall assum
�, ibil-ty far derailed dimensions elevations and excavation
7. Standard Plans slopes measured from the Engineer or Contractor suet 1=t
6.8_ Standard Specifications surveyor furnished stakes and marks.
t-
Page-SP-3
Revision Dale:May 19, 1997
1-05 Control of Work 1-05
Control of Work
The Contractor shall provide a work site which has been with major grade changes shall be sioDe staked to
prepared to lxrmit construction staking to proceed in a safe and before offset hubs are set. atabhsJl rode '
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staking requirements and 1-05_5(3) Bridge and Structure Serve s
provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and_—T-S.�WA
supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor or Walls the ,
Stakes, marks, and other reference points including existing experienced team of sury ors under direct motion an
su ision of a
monumentation, set by Contracting Agency forces shall be licensed surye or. The Contractor shall ensure that .on field
eamMly preserved by the Contractor. The Contractor will be rncasurcmcnts and locations match and fulfill the intended tan
charged for the costs of replacing stakes markers and dimensions. The Contractor shall provide all surveys monuaicntation that went not to be disturbed but were destrovcd or complete the structure except the follow' uired to
damaged by the Contractor's operations This dirge will be which will be provided by the Engineer. suave control
deducted from monies due or to become due to the Contractor. I. Centerline or offsets to centerline of the structure
Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines
of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to
Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distant enable
control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown
satisfactory substantiating evidence to prove the error is furnished Drawings. on the
the Engineer.Three consecutive points set on line or grade shall be The Contractor shall establish all secondary stay controls
the minimum points used to determine am variation from a straight both horizontal and vertical as to assure
line or grade. Any-such variation shall upon discovery, be placement of all project elements based on the
rotted to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the
Contractor shall be liable for arty error in alignment or grade following tolerances.
The Contractor shall provide all.surveys required other than 1. Stationing +Ol foci
those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points)
done in accordance with Section 1-11 SURVEYING STANDARDS 3. Superstntciare Elevations+ Ol foot(from plan elevations)
of these specifications. 4. Substiucture Elevations+_05 foot(from plan elevations)
The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make
standard field book and in a format set by the ngineer, per Section available to the Engineer all field. books including survey
1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities.
perforated by the Contractor's surveyor in establishing line grade The Contractor shall be fully responsible for the close
and slopes for the construction work_ Copies of these field notes coordination of field locations and measurements with appropriate
shall be provided the Engineer upon request and upon completion _dimensions of structural members being fabricated
Of the contract work the field book or books shall be submitted to
the Engineer and become the property of the Contracting Agency. 1-U- 5.5(4) Contractor Supplied Surveying(RQ
If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied
the standards of the Engineer, than the Contractor shall upon the Surveying, the Contractor shall supply the surrey work required
EMin='s written PNucst, remove the individual or individuals for the project. The Contractor shall retain as a part of the
doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under
the Fagrnoer at the Contractor's expense Costs for coahpleting the the direct supervision of a professional land surveyor licensed by
survey work required by the Engineer will be deducted from the State of Washin
gtoa. All survey work shall be done in
monies due or to become due the Contractor accordance with Sections 1-05.4 1-05.5 and 1-11.
All costs for survey work required to be performed by the Tlie Contractor and/or Surveyor shall inform the Engineer in
Contractor shall be included in the prices bid for the ratious items writing of airy erors discrepancies and omissions to the plans that
which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the
'_Contractor Supplied-Surveying' per lump sum if that item is project in a manner satisfactory to the Engineer. All errors
included in the contracts• discrepancies, and omissions must be corrected to the satisfaction
of tile survey e Engineer before the work may be continued.
1-0S.S�Z) Roadway and Utility Surveys("WA) of
Contractor shall coordinate his work with the Surveyor
The Engineer shall furnish to the Contractor one time only, or and perform his operations in a manner to protect all survey stakes
Contractor supplied surveyor will provide as needed all principal from harm. The Contractor shall inform the Surveyor of the
lints, grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points
completion of the Work. These shall generally consist of one initial before physically removing them
set of- The surveyor shall be responsible for maintaining AS-Bull[
1. Slope stakes for establishing grading records for the project The Contractor shall coordinate his
2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate AS-Built
3. Centerline finish grade stakes for pavement sections records for the project.
wider dean 25 feet, and If the' Contractor and Surveyor fail to provide as directed b
4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications accurate As-
utilities such as water, sewers and storm drains (with offsets 50' Built accords and other work the Engineer deems necessary the
max interval). Engineer may elect to`provide at Contractor expense a surveyor to .�
On alley construction projects with minor grade changes the provide all As-Built records and other work as directed by the 1
on one side of the alley to establish the alignment and grade
Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Enngincer shall deduct expenses incur-red by the
Allcys Fingmccr-supplied surveying from moneys owed to the Contractor.
1-
Page-SP-4
Revision (kite:Mm 19 1 007 -A
I-0s Control of Work 1-05 Control of Work
Payment Kr Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish
required for the full and complete survey work required to the Contracting Agency s fight to pursue any other avenue or
complete the project and as-built drawings"shall be included in the additional remedy or damages with respect to the Contractor's
lump sum price for -Contractor Supplied Surveying. failure to perform the Work as required.
Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE
1-0SS FOLLOWING.
It shall be th contractors responsibility to record the location 1-05.10 Guarantees (AP wA, RQ
prior to the baddilling of the trenches by centerline station, offset, If within one year after the Acceptance Date of the Work by
and depth below pavement of all existing utilrtics uncovered or Contracting defective and unauthorized Work is
crossed during his work as covered under this proles discovered the Contractor shall promptly, upon written order by
It shall be the contractors responsibility to have his surveyor the Contracting Agency, return and in accordance with the
locate by centerline station offset and elevation each ma1or Item of Engineer's instructions, either correct such Work or if such Work
work done under this contract per the survey standard of Section 1
I1.. Major items of work shall include but not be limited to: has been rejected by die Hnginecr, remove it from the Proiect Sit,
Manholes Catch basins and Inlets Valves vertical and and replace it with non defective and authotrzcd Work all wiatotrt
Horizontal Bads Junction boxes Cleartouts Side Sewers Street cost to the Contracting AgcncY. If the Contractor does not
is Major (Ranges d Design_Grade, promptly comply with the written order to correct defective and
Li 'u do Standards Hydran unauthorized Work or if an emergency exists the Contracting
Vaults Culverts Signal Poles Electrical Cabinets. Agency reserves the.ri ght to have defective and unauthorized Work
After the completion of the work covered by this contract, the corrected or removed and replaced pursuant to -Section 1-05.8
contractors surveyor shall Provide to the City the hard covered 'Owner's Right to Correct Defective and Unauthorized Work.`
field book(s) containing the as-built notes and one set of white .le Contractor agrees the above one year limitation tdlall trot
If ;nts of the oroject drawings upon which he has plotted rho notes exclude or diminish the Contracting Agency's rights under any law
of the contractor locating existing utilities and one sec of wrote to obtain damages and recover costs resulting from defective and
pi tints of the project drawings upon which he has plotted the as- work discovered after one year but Prior to die
built location of the new work as he recorded m the field boom expiration of the legal time Pend set forth in RCW 4.16.040 _
This drawing shall bear the surveyors seal and signature ecr M2LIR limiting actions upon a contract in writing or liability expressed or
it's locuracy. implied art uhg out of a written agreement.
An costs for as-built work shall be inducted in the contract The Contractor shall warrant good tide to all_mate iah,
item 'Contractor Supplied Surveying. supplies and equipment purchased for or.Dlcorporated in-die
I SB VAC4NT SECTION.1-05.8 I shall S REPLACED BY Work. Nothing contained in this paragraph,however ddeai
or impair the right of persons furnishing rnatenals or labor, to
1-05.8 Contracting Agency's Right to Correct recover under any bond given by the Contractor for- their
De ective and Unauthorized Work(APWA) mtcction, or any rights under any law pertnitimg such persons_to
If the Contractor fails to remedy defective or unauthorized look to funds site the Contractor m the hands of the Contracting
work within the time specified in a written notice from he Agency. rovisions of this h shall be ithsertcd in in
i or fails to perform any Part of the Work required y subcontracts and material contracts and notice of its provision
Contract Documents the Engineer may correct and remedy such duall be given to an person fi.rgtdLg materials. for the Work
work as may be identified in the written Douce by such means as when no forma l contract is entered into for strdr materials_
a,.Engineer may deem necessary nncludmg the use ras of Cont Section 1-05.11 is deleted and the_first.two sentences of the
Agency fortis. fourth paragraph of section 108.9 is del-�� am replaced by the
If the Contractor fails to comply with a written order to following
"mtedy what site Engineer determines to be an merge —
siwation the Engineer may have the defective and ttnaritttofizcd 1-05.11 Final Inspection (AP'WA)
Work corrected imrmediately, have the rejected work removed and
replaced, or have Work the Contractor refuses to per-fo—Rn 1-0511(1) to APWA)
Substantial Completion Da
ccxnpidcd by using Contracting Agency or other forces_ An the work to be sttosrarhtiallY
� y situation is any situation which in the opinion of the When the Contractor considers g�gineer area reyuW,
a May in its remedy could be potentially unsafe, or complete the Contractor shall so notify Coin lesion u To ►,"
the Engineer establish the Substantial tpt>� must be
might cause serious risk of loss or damage to the public. considered substantial! tom leie the folio
Direct or indirect costs incurred by the Contracting Agen
attributable to correcting and rer,edytng defective rhnahuthonizcd rnei:
Work or Work the Contractor failed or refused to perform, sha11 1. The Contracting A c mills have �dho and tional and
be paid by the Contractor payment will be deducted by the use and benefit of the facilities both from
Engineer from monies due or to biome due the Contractor. Such safety 0p mminor incidental work re IaCCtrhetrt of ICrhhPorarY
direct and indirect costs shall include in particular, but without ins h
limitation compensation for additional professional services substitute facilities or correction or it work rema
requited and costs for repair and replacement of work of others physical completion of the work. ific items of work
destroyed or damaged by correction removal or replacement of The Contractor's request o beW In order to
the Contractor's unauthorized work" in subparagraph also estaoiish the
No adjustment in contract time or compensation will be reach physical completion The Engineer
allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally.
attributable to the exercise of the Contracting Agency s fights i
Page-SP-5
Revision Date_May 19, 1997
1-05 Control of Work 1-05 Conti ,
of of Work
If, after this inspection the Engineer concurs with the Completion Date cannot be established until testin Y and,
Contractor that the Work it substantially complete and ready for its have been completed to the satisfaction of the Fingince. core O� ,
intended use, the Engineer, by written notice -to the Contractor The costs for power, gas, labor, material su
will set the Substantial Completion Date. If after this inspection everything else needed to successful( com lete o lies and
tional testes ,
the Engineer does not consider the Work substantially complete and shall be included in the various contract riccs related to the
ready for its intended use, the Engineer will by written notice so being tested unless specifically stem
set forth otherwise in ttie tern
notify the Contractor giving the reasons therefor. Form.
Upon receipt of written notice concurring in or denying 02clational and test periods, when required b the E tracer
substantial completion, whichever is applicable the Contractor shall not affect a manufacturer's guaranties or war_a nrZlfle eel ,
shall pursue vigorously, diligently and without unauthorized under the terms of the Contract.
interruption, the Work r>cccssary to reach Substantial and Physical t
Completion. The Contractor shall provide the Engineer with a SECTION 1-05.12 IS DELETED AND REPLACED WITH THE
revised schedule indicating when the Contractor expects to reach FOLLOWING.
substantial and physical completion of the work 1-05.12 Final Acceptance (APWA)
The above process shall be repeated until the Engineer The Contractor must perform all the obli ar�� a
establishes the Substantial Completion Date and the Contractor under the
considers the work physically complete and ready for Final Contras before
_ the Completion Date can be established. ,
Certificate of Completion ---------
for the Work issued b the Contractin
r Agency will establish the Completion Date and certify the Work at
1-05_11(2) FLUM Inspection Date (APWA) complete. The Final Contract Price may then be calculated. Ile
following must occur before the be
When the Contractor considers the Work physically complete -- Completion Date can
and ready for Final established and the Final Contract Price calculated:
Inspection, the Contractor 6y Written Notice M
shall request the Engineer to schedule a final inspection The. 1. The physical work on the project must be complete
Engineer will set a date for Final Inspection. The Engineer and the 2. Tbe Contractor must furnish all documentation required
Contractor will then make a Final PY the Contract and required by law,
Inspection and the Engineer will i>cccssary to allow the
to Agency
notify the Contractor in writing of all particulars in whist the Final Contracting certify the Contract as complete -
Inspection reveals the Work A Certificate of Completion for the Wo si
incomplete or unacceptable- The Co, tracting Agency will constitute Sig by the
Contractor shall iminedately take such corrective measures as are acceptance of the Work. The
necessary to remedy the listed deficiencies. Corrective work shall issuance of_this Certificate of Completion will not constitute
be pursued vigorously, diligently, and without interruption until nuance of mmuthor>zcd or defective work or material
physical completion of the listed deficiencies. This process will Failure of the Contactor to perform all of the Contractor's
continue until the Engineer is satisfied the listed deficiencies have obligations under the Contract shall not bar the Contracting Agency
been from unilaterally certifying the Contract complete so the Engineer
If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9.
7 days after receipt of the Written Notice listing die deficiencies SECTION I-05.13 IS SUPPLEMENTED BY REVISING
the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ:
whatever steps arc necessary to correct those deficiencies pursuant
to Section 1-05.8. 1-05.13 -Superintendents, Labor, and Equipment of
Upon correction of all deficiencies the Engineer will notify- Contractor(APWA) -
the Contractor and the Contracting Agency, in writing of the date
upon which the Work was considered physically complete That ever the Contracting Agency evaluates the Contractor's
date shall constitute the Physical completion date of the Contract P"qualification pursuant to Section 1-02.1 the Contracting Agency
but shall not imply all the obligations of the Contractor under die will take these performance
Contract have bras fulfilled. -reports into account-
1-05.11(3) _Operational Testing (APWA)
SECTION 1-05 IS SUPPLEMENTED BY ADDING THE
It is the intent 16f die..Contracting Agency to have at the F1pI1,0 yV11VG NEW SECTIONS:
Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA) `
the Work involves the installation of machinery or other The Contractor shall make necessary arrangements and shall
mechanical equipment; street lighting electrical distnbution or bear the costs for
signal systems;buildings;or other similar work it may be desirable power and water necessary for the performance
th
for the eer Engin to have the Contractor operate and test e Work of the Work.
for a period of time afar final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA)
Completion Date. Whenever items of work rare listed in the
Contract Provisions for operational testing they shall be fully tested No oral agreement or conversation with any officer,agent, or
under operating conditions for the time period specified to ensure Unployee of the Contracting Agency, tither before or after
9neir acceptability prior to the Physical Completion Date During execution of the contract shall affect or modify any of the terms or
end following the test period the Contractor shall correct any items obligations contained in any of the documents comprising die
if workmanship, materials or equipment which proves faulty, or contract. Such oral agrccnuru or conversation shall be considered
hat are not in first class operating;condition Equipment electrical as unofficial information and in no way binding typo_n the
bntrols, meters, or other devices and Contracting Agency, unless subsequently put in writing.
equipment to be tested - q
luring this period shall be tested under the observation of the
3rigineer, so that the Engineer may determine their suitability for
he purpose for which they were installed The Physical
Page-SP-6
Revision I)w,-M— f0 7007
1-06 Control of Material 1-07 Legal Relations and Responsibilities to the public
its payment if the Contractor bascs a bid on a misunderstood tax
1-06 Control of Material liability.
SECT70N 1-06.02(2) IS SUPPLEMENTED BY ADDING THE
The Contractor shalt include all Contractor-paid taxes in the
unit bid prices or other contract amounts. In some cases however,
FOLLOWING- state retail sales tax will not be included. Section 1-07.2(3)
describes this exception.
1-06.2(2) Statistical Evaluation of Materials for The Contracting Agency will pay the retained percentage only
Acceptance if the Contractor has obtained from the Washington State
UNLESS STA"T"ED 0TlEERWISE IN THE SPECIAL Department of Revenue a certificate showung that all contract_
PROVISIONS STATISTICAL EVALUATION WTI L NOT BE related taxes have been paid (RCW_60.28.M). The Contracting
USED BY THE CITY OF RFNTON- Agency may deduct from its Payments to the Contractor any
amount the Contractor may owe the Washington State Department
1-07 Legal Relations and Responsibilities to of Revenue whether the amount owed relates to this contract or
the Public not Any amount so deducted will be paid into the proper State
fund.
SECTTON I-07.1 IS SUPPLEMENTED By ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA)
FOLLOWING. WAC 458-20-171 and its related rules, apply to building
WA; repairing or improving streets roads, etc., which arc owned by a
1-07.1 Laws to be Observed (APWA) municipal corporation or polttcal-subdivision of the state or by
The Contractor shall indemnify, defend and save harmless the the United States and .which are used primarily for foot or
Cotrtrgct g eAgY (including any agents officers, and vehicular traffic. This includes storm or combined sewer systems
employes) against any clauns that may ari se because the within and included as a part of the street or road drainage system
Corifraeflor or an 1 ee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system.
Contrialman)violated a kgal regtriremerit. For work performed in such eases, the Contractor shall include
In cases of conflict between different safety regulations, the Washington State Retail Saks lazes m the various unit Bid Item
licit;stringent rC9urlatiom shall apply- prices or other contract amounts utclading those that the
The Washington State Departn er t of Labor and industries Contractor pays on the purchase of the materials equipment, or
shall be the sole and paramount administrative agcr�Y resporisilie supplies used or consumed to doing the wott
for the ad ro
ministration of the pvisions of the Washut on
Industrial Safety and Health Act of 1973 (WIS13A). 1-07.2(3) State Sales Tax-Rule 170(APWA)
The Cotgractor shall maintain at the Proles Site office, or WAC 458-20-170 and� or relaud nilb� apply to� .
for constructing and repairing
oiler well known place at the Proleu Site all articles necessa_ rte_ �s includes,but is not limited to,
o first aid to the injured The Contractor shall establish, structures upon real Property dc., owned.by the
ish,and inaloe_ wn to all employes procedures for enstrrrg the construction of streets, roads high
rso State of Washington; water mains and their gppurtenance 4 sanitary
immediate removal to a hospital or doctors care,�c ns a s Sew and
indriding empioY es, who may have been mt� on the Project sewers and scwag disposal or road drama e
eel to work on the pro1cct dispo�l systcros arc within, and a Part of a strict
S'itc. FmPloYas shoals not be pamitt electrical power duin'b mum lines;or
Site before the Contractor has established and made known system, telephone tdcgra
real or a other conduits or lints in or above streets or roads un►txs such
procedtres for removal of injured Persons to a hospital t ficl,ting system; and
N —
power lints become a part of a street or
of article of rant=tbk personal pt
The Contractor shall have sole respournbiliry for the safety, installing or attaching any Pus„nom property beta
� y and a of the Contractor's Plant. --pi ” or to real property,whether or not such
medwds and for any damage or mlmy ru-sliltmg from elicit failure, n pay*�f the realty by virtue of misiallatron. cwr shall conect
or irnpioper maintenance use or operaton_ " Contractor shall For work tined n such casts Co on the full:contract
retail sales tax this sales
be m and tom letd responsible for the conditions of the from the Con A will aurtotnaticall
project Site including safety for all persons and oroPertY in the rice The Contracting Agency n die
rmance of the work This rcqutremcnt
shall ( tax to cacti _),pent to the Contractor. For Bid Item
rotisty and not be timitcd to normal worlan4 hours. The Contractor shall not include the retail sales b Rile 170 with
,—tired or implied duty of the Engineer to conduct construction rites or in an other Cpritract amwmt
eyiew of the Contractor's performance does not, and shall not, be the following exception_
rwill not add in sales tax
intended to include rtvicw and adegt! y of tt,r
contractor's safety Ex lion: The CO Cntractin A n"cior makes on the
measures in on,or ncai'the Proles Sete.
for payment the Contractor or a subco merit or��umable
purchase or rental of cools machine taxes shall be
SECTION 1-07.2 IS DELETED AND REPLACED BY THE supplies not integrated into the ro'ect Stxh other contract
FOLLOWING: included in the unit Bid Item prices
or in
1-07.2 State Sales Tax(APWA) amount.
1-07.2(4) Services (APWA) the
dw GENERAL(A.PWA.) The Contractor shall not collect retail sales tax from
1-07.2(1) rofessional or
The Washin on State De stencil of Revenue has issued Contracting A cif on an contras wltoll for ue Rules
Special rules on the state sales tax Sections 1-07.2(1) through I- other services as defined in State Department of Revere
07-2(4) are meant to clarify those rules. The Contractor.should 138 and 224).
contact the Washington State Department of Revenue for answers
to questions in this area 'The Contracting Agency will not adjust 1=
Page-SP-7
Revision Date_May 19, 1997
1-07 Legal Relations and Responsibilities to the Public I-07 Legal Relations and Responsibilities to the public
SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE turbidity shall not exceed 5 NTU over back round turbid—
TITLE AND SENTENCE 2, PARAGRAPH 1 TO READ: the background turbidity is 50 NTU or feu or have more than a 10 ,
1-07.5(2) State Department of Fish and Wildlifes eE rccnt increase in turbidity when the background turbidi is more
than 50 NTU• for other classes of waters refer to WAC 1?3�O1-
3x;ldl; (APWA, SA) 045.
If the work in (1) through (3) above differs little from what The term jurbidity means the optical ro of sam le
the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and abso tion of light caused b
for it at unit contract prices. But if contract iteuu do not cover suspe rased material as a re-ssed in NELLtC1U1aCUjC -lytrbidi jJ��
th ou areas, the Contracting Agency will pay pursuant to Section 1- and measured with a calibrated mrbidimeter.
4 Discharges to a State watetwa caused by ag re ate washin
drainage from aggrrgate pit sifts and Iles or dewaterin of
its and excavations shall not increase the existing turbidity of the
receiving waters. I
SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before
FOLLOWING NEW SECTION: being discharged into stream or other State waters------------
be removed the use of lagoons or holding ponds seal u�
1-07.11(11) City of Renton Affidavit of Compliance >na basinss
(RQ overflow weir, polymer water treatment duxnarQtn rn
surface, b g RroUnd
y percolation, evaporation or by passmg through vel
E_ ach Contractor,'�Subcontractor, Consultant, and or Supplier sand or fiber filters.
shall complete and submit a copy of the 'City of Renton Fair 2. Erosion Control: Temporary erosion control shall be
Practices Policy Affidavit of Compliance". A copy of this exercised by mimmnmo exposed areas and slopes until txrmanrnt
document will be bound in the bid documents. measures are effective- The minimum ezposcd area and slopes will
be dcfuicd in the Special Provisions. Plastic sheet covering shall be
placed over exposed ground areas to protect from rain erosion
SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS. Other alternative methods for a-osion control under certain
1-07.13(1) General(RC) situations may include netting,mulching with litnder and seeding
. Should rutting and erosion occur the Contractor shall be
During unfavorable weather and other conditions the responsible for [estoriag damaged areas and for clean-up of eroded
contractor shall pursue only auch portions of the work as shall not material including ,that in ditches catch basins manholes and
be damaged thereby. culverts and other pipes.
No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual
efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains streams or State
conshuded while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or
precautions arable to the engineer, die contractor shall be able disposed on land for pertulation. Chlorine residual may be reduced
to ove come them. . chemically with a reducing agent such as sodium thiosnlphate.'
SECTION I-07.I4 (APWA) IS SIJPPLEMENTFD BY Water shall be periodically tested for chlorine residual.
REVISING ALL REFERENCES To `STATE, t�DMMISSION 4. Vehicle and Equipment Washing: Water used-for
washing veL ides and equipment shall not be allowed to cater.storm
SECRETARY" OR "STATE" TO READ 'ACONTRACTING drains, streams or other State waters unless separation of petroleum
AGENCY." products, fresh concrete products or other deleterious material is
accomplished prior to discharge. Detergent solution may- be
SECTION I-07.15 IS REVISED AND SUPPL MENTED AS discharged into sanitary sewers or allowed to be held on the ground
for percolation. A recirculation FOLLOWS. system for detergent washing is.-.
1-07.15 Tam recommended. Steam cleaningp units shall provide a device for oil
Temporary Water Pollution Erosion Control separation.
(APWA ,-RC) S. Oil and Chemical Storage and Handling: Handling and
storage of oil and chemicals shall not 'take place adil t to
If done according to the approved plan or the Engincer's waterways The storage shall be made in dike tanks and barrels
orders,,temporary water pollution/erosion control work will be with drip pans provided 'under the dispensing area Shut off and
measured and paid for_pursua t to Section 3-W 41-04.1 through lock valves shall be provided on tanks Shut-off nozzles sal tle
the lump sum item for "Temporary Water Pollution/Erosion provided on hoses Oil and chemicals shall be dispensed only
Control.: during daylight hours unless the dispensing area is —
If no pay item appears in the contract for 'Temporary Water ills.
Pollution/Erosion Control' then all labor, materials tools and Disposal of waste shall not be allowed on oil and chemical
equipment used to complete the work shall be considered incidental Fencing shall be provided around oil storage Locks shall M
provided on valves, pumps and tanks.
to other pay items in the Contract and no further compensation 6 Sewage: If a sanitary sewer line is encountered ar>du
�ha11 be made. or relocation work is required the Contractor shall rp oyrde
In addition to other requirements in the Contras Documents blocking and sealing of the sanitary sewer line Sanitary se wn flow
this temporary work shall include but is not limited to the
shall be pumped out collected and hauled by tank truck or
Following water quality considerations: pumped directly to a sanitary system manhole for discharge' Tne
1. Turbid Water Treatment Before Discharge: existing sewers shall'be maintained by the Contractor without
Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary
iiscretion of the Engineer; for Lake Class Receiving Waters sewer bypa� re In
addition the excavated materials adjacent to and around a tin
urbidity shall not exceed 5 NM (Nephelomctric Turbidity Units) of a sanitary sewer lint shall be removed from the Project Site and
war background conditions; for Class AA and Class A Waters
Page-SP-8
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
deposited into refuse trucks for haul to a sanitary fill site. other temporary obstacles shall be removed by the enntractor and
ui trig and tools in contact with the above materials shall be immediately replace, after the trench is backfillcd, in their original
wished b d toole water lines and the attendant wash water Position- Thc contractor shall notify the Contracting AQcn and
done on
discharged into a sanitary sewer line for transmission to a sewage property Owncr at least 24 hours in advance of any worst
treatment plant. casements or rights-of--way.
Damage to existing structures outside of casement acct
1-07.16 Protection and Restoration of Property that may result from dewatcring and/or other construction_yity
SECTION 1-07.16(() IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to thou onginal condition or
better. The original condition shall be established by photographs
FOLLOWING: taken and/or inspection made prior to construction. All such work
1-07.16(1) Private[Public Property (RC) shall be done to the satisfaction of the property Owners and the
111c Contracting tn s
and Contracting Agency at the expense of the contractor.
Contracti A c will obtain all easement D Streets. Thc contractor will.assume all
franchises required for the project. Thc contractor shall limit his responsibility of
restoration of the surface of all streets(traveled ways) used by him
ration to the areas obtained and shalt not trespass on Private if damaged.
P Contracting Agency nay Provide certain lands, as In the event the contractor does not have labor or material
The indicated in connection with the work under the contrail together immediately available to make ncccssaiy rtpain, the contractor-
with the right of access to such lands. The contractor small not shall so inform the Contracting Agency. The Contracting Agency
unreasonably mcurnber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be
materials paid by the contractor.
The contractor shall provide with no liability to the The contractor is responsible for identifying and
Contracting A additional land and access thereto not documenting ant damage that is pr existing or caused by
shown or destxtbed that may be required for temporary- others Restoration of excavation in City streets shall be done in
construction facilities or storage of materials. He shall construct accordance with the � a
P of Ramon Trench Restoration
Ili access roads,detour roads or other temPorarY wort as requ red Rcgranmcrrts, which is available at the Public Works Department
his operations The contractor stud confine his cqt#Pmcw, Customer Services counter on the 4th floor, Renton Municipal
storage of material and operation of his workers to those areas Building 200 Mill Avenue South.
shown and described and such additional areas as he may Provide' SECTION 1-07.17 IS SDPPLFAIENTED BYADDING:
A. General- All construction work tinder this contract on
easements,right-of way,over private property or franchise,shall be 1_0'7.17 Utilities and Similar Facilities (APWA,RG7
n t-of-wa or franchise.
confined to file(units of such casements,o as o gh Y In addition to the other requirements -Pursuant to RCW
All work shall be accom hshcd so as to cause the(cast amount of 19 122 an ad relating to underground utilities and prercribhng
disturfiance and a minimum amount of damage. Tic contractor penalties,the Contractor shall:
shall schedule his work so that trenches across casements shall not Pc location cutter for field
1 call the ut$ities tmdcrgrotmd
be left open during weekends or holidays and trench shall not be location of the utilities;
opat for mote than 48 bows.
B. Struc� The contractor shall remove such r Call Before You Did
siruciuma as may be necessary for the p42EE mane of the vurocic an if rrmiired shall rebuild the structures thus removed m as good ae 48 �Ojjr Locators
condition as found_ He shall also repair all existing structures winch
may be damaged as a result of the work under this contras- 1-800– -- -
C. its. cultivated areas and other surface and
3tcatts All cvttivaicd areas,citlner agriculttual or lawns,and
improvements which are damaged by actions of the 2 not begin excavation until all known —
other surface tmpco facilities in the viciniy of the proposed cxcavahOn have been
as ble to char ongrnal located and marked.
contractor shall be restored as nearly possi .
. condition_ Location and dimensions shown on the Plans for existing
Prior to excavation on an easement or private right-of- facilities are in accordance with available informatmn wry"wn
urn the contractor shall strip top soil from the trench or urncoYering measuring or other veili ication -a nrU7ity is known
constriction area and stockpile rt in such a manner that d may be facilities rvtttun the iuca"F 'e
n completion of construction Ornamental or c of having underground the
rep_lac 4 by him. uP° proposed excavation and that util is not a arbscnvc� W
tics and shrubbery shall be carcmily removed with the earth utilities underground location center then the Contractor ahaY1 �'c
surrounding their roots wrapped in burlap and replanted in their individual notice to that utiiity.
i, ary to
original positions within 48 hours_ if, m the prosecution of the work it becomes
All shrubbery or trees destroyed or damaged, shall be surface drainage sewers �e irains `+'
interrupt existing C or the
replaced by the contractor with material of equal qualitY
at no utilities similar underground sary
additional cost to the Contracting Agency. In the event that it is contractor shall be responsible for, and shall take till rtes
necessary to trench through any lawn area, the sod shall be services for same
precautions to protect and provide tan it all daniat�e to
carefully cut and rolled and replaced after the trenches have been Thc contractor shall at his own expense
bacicfrlled The lawn area shall be cleaned by sweeping or other poi iv un,
-- such facilities or suucturrs due to this constnicuoa opera
means,of all earth and debris. City facilities which will
satisfaction of the Ci • ex for owned or by
The contractor shall use rubber wheel equiprrirnt similar be repaired by the utility department at contractor's expense
to the small tractor-type backhocs used by side sewer contractors for the contractor as directed by the City_
all work, including excavation and backfill, on casements or rights-
of- way which have lawn areas. All fences markers mail boxy or 1-
Page-SP-9
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public
1-07 Legal Relations and Responsibilities to the public
SECTION 1-07.18 IS DELETED AND REPLACED BY THE
FOLLOWING sha ll and be cause for immediate termination of the c�ontratt at the
option of the City.
1-07.18 Public Liabtli and Property Darnage The Contactor shall obtain and maintain
insurance covcra e set forth below. B ui ' the Mi�um
Insurance (RCZ insurance the Ci of Renton shall not be deemed or such
mrmrnurn
State Amendment to 1-07.18 is not used. Renton uses the have assessed the risks that ma be livable to t i:70 construed to
following: The Contractor shall assess its own risks Coctor, s
and if it deems
SECTION I-07.18(1)IS REPLACED WITH THE FOLLOWING:
appropriate and/or ruder maintain higher limits and/or broader
coverage.
1-07.18(1) General (RC) Coverage shall include-
The contractor shall obtain and maintain in full force and 1- Commercial General L iabili - LSO 1993
equivalent. Coverage will be Witten on an FOB or
e_ffect, from the Contract Execution Date to the Completion Date °ccurrence basis
public liability and property and include:
P tY p Percy damage insurance with an insurance
corrhpany(ia) or through sources approved by the State Insurance • Premises and QpSrations Cmu din CG2503• General
Commissioner pursuant to RCW 48 Aggregate to apply per project if anolicable
The Contractor shall not begin work under the Contract until Explosion Collapse and Underground Ha��
the required insurance has been obtained and Contractual dual Products/Completed Operations
approved by the • Contractual Liabil" mcl '
Contracting Agency, --histrrance shall provide coverage to the A�mCndatory
Contractor, all subcontractors Contra Q Endorsement CG 0043 or ivalent which indudes
cling envy and the
Contracting Agency's consultant. The coverage shall protect defense coverage assumed under contract)
• Broad Form Property mauve
against claims for bodily injuries, personal injuries, including .- Contractors - :
accidental death as well as claims for -
ProPenY damages which •_Personal/Advertising Injury
may arise from any act or omission of the Contractor or the • Stop Gap Liability
subcontractor, or by anyone directly or indirectly employed by
etcher of them. Automobile Liability including all
If warranted work is • Owned Vrdrides
required the Contractor shall provide the • Non-Owned Vehicles
City proof that insurance coverage and limits established tinder the • Hired Vehicles
tam of the Contract for work are in full force and effect during the (3) veers,won
period of warranty work. • Statutory Benefits
The Contracting Agency may request a copy of the aeftml (Coverage A) - Show Washingto n
decUration pages(s) for each insurance policy effecting coverage(s) Labor&Industries Number
required on the contract prior to the date work commences Failure (4) Umbrella Liability(when nary
of the Contractor to fully comply during the term of the Contract ' Ex of Commercial General Liability and
with the requirements described herin will be considered a material Automobile Liability. Coverage should be as broad as
breach of contract and shall
be caused for immediate lamination of lity ,
the Contract at the option of the Contracting Agency. 15- Professional Liabi - (whenever the work under this.
SECTION 1-07.18(2)IS REPLACED KITH THE FOLLOWING: Contract includes Professional Liability engineering (i a architectural
advertising or computer prograrnmink) the
1-07.18(2) Coverages (RC) CONTRACTOR shall maintain professional liability
As part of the rrsponsc to this covering wrongful acts errors and/or omissions of the
proposal the Contractor shall
submit a completed CONTRACTOR for damage sustained by reason of or in
atg of Renton Insurance Formation form
which derails specific coverage and limits for this contract the course of operations under this Contract-
All coverage provided by the Contractor shall be in a form (!9 The Contracting Agency reserves the right to request and/or.
KM underwritten by a company acceptable to the Contracting require additional coverages as may be appropriate based on
Agency. The City requires that all insurers- work performed(ia pollution liabtftity)
1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON and its
2) Coverage to be on an 'occun-ence- basis (Professional officers, officials agents employees and volunteers as Additional
Liability and Pollution coverage are acceptable when hisured (LSO Form CG 7010-or equivalent) The CONTRACTOR
written on a ciarms-made basis) The City may also require shall provide CITY OF RENTON Certificates of Insurance,prior
Proof of professional liability coverage be provided for rip to commencemcrt of work The City reserves the right to request
to two 9)years after the completion of the project copies of insurance policies if at their sole discretion it is deemed
3) The City may request a copy of the actual dxlaration appropn`ate. Further, all
politics of insurance described above
pages) for 'each insurance policy affecting coverage(s) shall:
required by the Contract prior to the date work commences Be on a prunary basis not contn"butory with any other
4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY
A X11 or better is preferred ) If any insurance carrier OF RENI'ON.
possesses a rating of less than AM the City may make an 2) Include a Waiver of Subrogation Clause
exception.
The City reserves the right to approve the security of the 3) Severability of Interest Clause(Cross Liability) Lj
esurance coverage provided by the insurance company(ics) terms 4) Policy may 91 be non-renewed canceled or materially
hnditious and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written
ontnctor to fully comply during the term of the contract with notice is provided to CITY OF RENTON Notification
ese requirements will be considered a material breach of contract shall be provided to CITY OF RENTON by certified mail r
Page-SP-IO
Revicion Anrro• U. to »n,
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the public
REPLACE SUPPLEMENTAL SPECIFICATION SECTION 1- no obligation or liability_ of_ any kind ., n
company, its agents or representatives _ me
07.18(3) 'LIMITS` WITH THE FOLLOWING: g
1-07.18(3) Limlts (RC) C. Amend the cancellation clause to state: 'poli ma
LMTS REQUIRED not be non-renewed, canceled or materially chanaCd or
providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is nrovided
construed to relieve the contractor from liability in excess of to the City'. Notification shall be provided to the City
such limits The CONTRACTOR shall carry the following by certified marl.
limits of liability as required below: For Professional Llability coverage only, Instead of the
Commercial General Liability cancellation language specified above, the City will accent a
Ay 52,000.000«` written agreement that the consultant's broker will provide the
Products/Completed Operations $2,000.000 s• required notification.
Aggregate SECTION 1-07-20 IS REVISED AS FOLLOWS.-
F-ach Occurrence T_imit 51.000.000
Personal/Advertising Iniury 1� ,000,000 1-07.20 Patented Devices, Materials, and Processes
Fire Damage(Any One Fire) M.000
Medical Payer(Any One Pcrson) $5.000 (APWA)
Stop Gap Liability 1� ,000,000 The Contractor shall assume all coos arising from the hue of
• GerMA Axg-glte to apply Er proi«z patented devices,materials' processes used on or incorporated is
asn Form Cti2503 to cwirAcnt) the work, and agrees to indemnify- defend, and save Iharml=
ay
**Amount m vary based on proixt risk The Cotrtracting AgeneY, and their
Bodily bile Liability - $1,000,000 duly authorized agents and employees from all actions of any
Bodily lniutY/ProPcrn Damage
(E*a Accideiv) . nature for. or on account of the use of any patented devices,
wod=-s'Compensation materials,or processes.
Statutory Bawfts-Coverage A Variable
(Stow Washington Labor and howmics Number) SECTION I-072215 SUPPLEMENTED BYTES FOLLOWING:
Umbrella Liability 1-07.22 Use of Explosives(AMA)
Fach Occrurethce Limit 11,000,000
General Ag,gr to Limit $1,000,000 Explosives shall not be used without specific authority of the
Operations $1,000, Enginc,er, and then only udder such restrictions as may be required _
A ce by the proper authorities Explosives shall be handled and used in
Professional Liabt7ity(If required) stria compliance with WAC 296-52 and such local laws. rules And
Each Occurre icel Incident/Claim $1.000,000 regulations that may apply. The individual in charge of die blasting
$2'000'000 shall have a cu rent Washington State Blaster Users License.
Ike Contractor shall obtain, comply with, sad pay for stick
The City may require the CONTRACTOR to keep
permits and costs as are necessary in conjunction with blasting
professional liability coverage in effect for up to two(2)years after operations.
completion of the project. When the use of explosives is necessary for the prosecution of
The Contractor shall promptly advise the CITY OF RENTON the Work, the Contractor's insurance shall conlam a special clause
in writing in the event &W general aggregate or oiler aggregate permitting die blasting.
limits are rcdticed AI their own expense the CONTRACTOR
will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety
re uirrnwnts as stated in Section 1-07.18(3) and shall farmsh tie SECTION 1-07.23(7) IS SUPPLSIKENTED BY ADDING TES
CITY OF RENTON a new Certificate of Insurance showing such FOLLOWING PARAGRAPH
coverage is in force.
SECT70N 1-0718(4)IS REPLACED wITE THE FOLLOWING 1-07.23(1) Construction Under Traffic
SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and
INSURANCE': mud within the Proj«t 1'imrts and on An street wtuar Ts
Within 20 days of award of die contract the CONTRACTOR a ilizcd by his equipment for the duration of die P1—OLe
The contractor shall be Prepared to use watrnn>'.try .
shalt Provide evidence of -insurance by submitting to the eat as acunci
CONTRACTING AGENCY the following: power sweepers and other pieces o m
f a P —
1) City of Renton Insurance Information Form (attached necessary by the engineer to avoid creating a tituisai>ce-
herein) without modification. Dust and mud control shall be considered as incidental to
rd Form 25s or equivalent)
the ro'ect and no compensation will be made for this
2) Certificate of Insurance (Acco
conforming to items as specified in Sections 1-07.18(1), 1- section.
0718(2) and 1-0718(3) as revised above. Other Complaints of dust mud or unsafe practices��OC
requirements arc as follows: property damage to private Ownership will be u
a Strike the following or similar wording: 'This
to the contractor and prompt action in co ing llhem wit"I
Certificate is issued as a matter of information only be requirgd by the contractor.
and confers no rights upon the Certificate Holder";
b Strike the wording regarding cancellation notification
to the City: "Failure to mail such notice shall imPosc
t-
Page-SP-11
Revisiorr Date_ May 19, 1997
1-08 Prosecution and Progress 1 48 Prosecution and Progress
SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26 (APWA) IS REVISED BY C
FOLLOWING_ REFERENCES TO 'COMMISSION THE SECRDTY ALL
1-07.24 R_ ights of Way (APWA)
"STATE"TO READ "CONTRACTING AGENCp," ; OR
Street right of way lines, limits of casements and limits of SECTION 1-07.27 (APWA) IS REVISED By
ALL REFERENCES TO "STATE" OR " BANGING
� '
construction permits are indicated on the Drawings. The � TARy" �
Contractor's construction activities shall be confined within these READ CONTRACTING AGENCY."
limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained prior 1-08 Prosecution and Progress
to Bid opening, all rights of way and casements both permanent
and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY
Work. Exceptions to this are noted in the Contract Documents or FOLLOWING TLIE
brought to the Contractor's attention by a duly issued Addendum
Whenever any of the Work is accomplished on or through 1-08.1 Preliminary Matters (APWA)
property other than public right of way, the Contractor shall meet
and fulfill all covenants and stipulations of any casement agreement 1-08.1(1) PreconAruction Conference(_APWA)
ob udned by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with to I co ics
Property. Copies of tthe easement agreements arc included in the of the Contract Documents. Ad&tiottal documems be
Contract Provisions or-made available to the Contractor as soon as furnished upon request at the cost of rep rodt CGM Prior to
practical after they have been obtained by the Engineer. Undertaking each part of the Work the Contractor shall carefully
Whenever casements or rights of entry have not been acquired study and compare the Contract Documents and t and vent
prior to advertising these areas are so noted on the Drawings The pertinent figures shown therein and all applicable fir/.t
Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall pro mptly report in writing to
where right of way, easemcnts or rights of entry have not been the Engineer any conflict error or pt, report whicL the
acquired until the Engineer certifies to the Contractor that the right Contractor may discover.
of way or easement is available or that the right of entry has been After the Contract has been executed but "riot- to the
received. If the Contractor is delayed due to ads of omission on the Contractor txghmm�g the Work a preconstruction conference will
part of the Contracting Agency in obtaining ease ryerus rights of be held between the Contractor, the Engineer and such other
entry or right of way, the Contractor will be entitled to an interested parties as may be invited The purpose of the
extension of time. The Contractor agrees that such delay shall not preconstruaron conference will be:
be a breach of contract 1. To review the initial progress schedule;
Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various
entry by the Contractor. This includes entry onto easement and parties associated or affected by the Work;
private property where private irWrovcments rums[be adjusted. 3. To establish and review procedures for progress payment
The Contractor shall be responsible for providing without notifications,approvals submittals etc
expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work;
and access thereto that the Contractor may desire for ternpotary 5. To review safety standards and traffic control;and
construction facilities, storage of materials or other Contractor 6. To discuss such other related items as may be pertinent to
needs. However, before using any private property, whether die Work.
mining the Work or not the Contractor 9a11 file with the The Contractor shall prepare and submit at the preconstruction
Engineer a written permission of the private Property owner, and, meeting the following.
upon vacating the premises i written release from the property I. A breakdown of all tump sum items
-
owner of each property disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals;and
reasons of construction pursued under this contract.The statement 3. A fist of material sources for approval if applicable.
shall be signed by the private property owner, or proper authority 4. A Proiccx Schedule.
acting for the owner of the private property affected stating that
permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA)
permits have been obtained or, in the case of a release that the Work done by the Contractor's own organization shall account `
restoration of the Property has been satisfactorily accomplished for at least 30 percent of the Awarded Contract Price. Before
The statement shall include the parcel number, address and date of computing this percentage however, The Contractor may subtract
signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of apy�ntracted
the Completion Date will be established work on items the contract provisions specifically designates may
be first excluded from the Awarded Contract Price.
The Contractor shall not subcontract work regardless of tier
unless the Engineer approves in writing Each r-egnest o ,
subcontract shall be on the form the Engineer provides. If the
Engineer requests the Contractor shall provide proof that the
subcontractor has the experience ability, and equipment the work
requires. Each subcontract shall contain a provision which requires
die subcontractor to comply with Section 1-07.9 and to furnish all
certificates, submittals and statements required by the Contract
Documents.
Along with the request to sublet the Contractor shall submit e
the narnes of any contract in firms the subcontractor proposes to
Page-SP-l2
1-08 Prosecution and Progress 1-08 Prosecution and Progress
use as lower tier subcontractors Collcaiydy these lower tier Permission to work between the hours of 10:00 ,hy and 7:00
subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10 00 0 IT
total amount subcontracted to a subcontractor. When a 9-00 a m on weekends or holidays may also be subject to n„
subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work Burin rt,
or structures, the following work may be performed by lower her hours may be revoked at any time the Contractor eacecds the
subcontractors without being subject to the 25 percent limitation. Contracting Agency's noise control regulations or complaints are
1 Furnishing and driving of prior received from the public or adjoining property owt>Crs regarding
2 Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall
tensioning steel Except for the 25 percent limit,lower tier have no claim for damages or delays should such Permission be
subcontractors shall meet the same requirements as revoked for these reasons.
subcontractors Permission to work Saturdays Sundays holidays or Ater
Engineer will approve the request only if satisfied with than the agreed upon normal straight time working(tours tvlonday
the proposed subcontractor's prior record equipment experience, through Friday may be given subject to certain other conditions set
and ability to Puforrn the work.Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions
1 Relieve the Contractor of any respoitsibditY to carry out the may include but are not limited to: rcgmrmg the Engineer or such
enriieve assistants as the Engineer may deem necessary to be presets during
2 Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting
rite contract and the Contractor's bond, Agency for the cost of engineering salaries paid Cotrtracting
3 Cre any contract bctweah the Contracting Agency and Agutc)' employees who worked during such times; considering the
the ate anntractor,or Work performed on Saturdays and holidays as working days with
4 CoirvcY to the subcontractor any rights against the regards to the Contract T•rme; and considering multiple work shifts
C as multiple working days with respect to Contract Time even
se Conmwting Agency will not consider,as subcontracting: though the multiple shifts occur in a single 24
'Il -hour period.
(1) purtlhase of sated, gravci, crushed stone crushed slag, batched Assistants may include but are. not lnnited to survey crews;
coocrtte aggregates, wady mix concrete off-site fabricated personnel from the Contracting Agency's material testing lab; -
sm cittal steel other off-site fabricated items and zny-
othcr inspectors; and other Contracting Agency emmloyces whey in the
materials supplied by established and remgnaed cornmerctaf opinion of the Engineer such work necessitates their presence.
plants;or(2)delivery of these materials to the work sit m v ado 1-08.1 Reimbursement for Overtime Work of
owned or operated by such plants or by reco2ized � Contmc$32 Agency Employees (APWA)
commercial hauling conipames-
However the State LdcI may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday,
applies to the employees of such firms iderntified in (1) and (2) or other holiday, or longer than an 8-hour work shit on a regular
about in accordance with WAC 296-127- It this should occur, t he- working day, as defined in the Standard Specifications, such work
Prinu:mis of Section 1-07.9, ac modified or Stippiemeritcd shall shall be considered as overtime work_ On all such overtime-work
an inspector will be present, and a survey crevP may be required
The Contractor ahaIl certify to the actual amounts tad many the discretion of the Engineer. 'Ilse Contractor shall reimburse the
Disadvantaged, Minority, or Women's Business Euterpnses
firms Contracting Agency for the full amount of the sUraight tame plus
that were subcoiiirzctors manufacturers, regular dealers, or overtime costs for employees of the Contracting Agcy i�rr�
service providers on the contract. Thus certification shall be to work overtime hours. atutfhoriu
supplied with the Final Application for Payment on the form Ile Contractor by these Sperm cation s does badly
provided by the Engineer-
the Engineer to deduct such costs from the amount due or to
If dissatisfied with any part of the subcontradcd work, the become due the Contractor.
r Engineer may regricst in wrhing that the subcontractor be removed_ SECI70N 1-08.4 IS DELETED AND REPLACED BY THE
The Contractor shall comply with this request at once AM shall not FOLLOWING:
"J employ the subcontractor for any further work under the contract.
1-08.4 Notice to Proceed and pr�ectrtion of the Work
1-08.1 Hours of Work(APWA) APWA
Except in the rase of emergency or unless otherwise approved �ctmct has been
b v-the Contracting Agency,the normal straight time working hours Notice to Proceed will be even after the f insurance have
for the contract shall be any cormcmfve 841m period between ezecited and the contras bond and evict �trat�r shall not
7.00 a m and 6-00 p.m-of a workmo day with a maximum 1-hour been approved and filed b the Owner• en
hurter break and a Sway work week. The normal straight time 8- commence the Work until the Notice to Prod a�ugly ct by
hour workin rind for the contract shall be established at the the En gin The Contractor shall of �e Notice to
reconstruction conference or prior to the Contractor commencing activities on the Project Site within ten trt�
the Work. Proceed Date. The Work thereafter shall b,-- pion tmtil ),YSical
If a Contractor desires to perform work on holidays, vigorously and without unauthorized interrJP shutouw,u or
Saturdays Sundays or before 7.00 a m or after 6:00 p.m. on any
completion of the work. There shall be no voluntan r approval of
day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without PContracwr from
permission to work such times Permission to work longer than an the Engineer. Such approval shall not relieve the irk within sic
84mr period between 7:00 a m and 6:00 p.m. is not required. the Contractual ,obligation to complete the
Such requests shall be submitted to the Engineer no later than noon prescribed Contract Time.
on the working day prior to the day for which the Contractor is
requesting permission to work.
Page-SP-13
Revision Dale:May 19, 1997
1-09 Measurement and Payment IA9 Measurement and 1°a ,
Yrneuit
SECTION 1-08.S IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION I-OS j j
FOLLOWING:
1-08.10 Termination of Contract (APWA)
1-08.5 'Dune For Completion (Contract Time) (APWA,
SECTION 1-08.10(l)IS SUPPLEMENTED BY RgSIIVG ALL
The Work shalt be physically completed in its entirety within REFERENCES TO `STATE TREASURE
the time specified in the Contract Documents or as extended by the
TRANSPORTATION" IN THE LA.STEP OF
Engineer. The Contract Time will be stated in "working days" PARAGRAPH S TO READ `CONTRACTINGAGENCI •ENCE
shall begin on the Notice To Proceed Date and shall end on the SECTION I-08.11 IS A NEW SECTION.
Contract Completion Date.
A nonworking day is deemed as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Eqtriptnent (RC)
on which the contract specifically suspends work, or one of these The contractor alone shall at all times be r
holidays: January 1, adequacy, efficiency,and sufficiency of his and nsible for the
Monday of pabP4313"
cEnorial Day, July 4, Labor Day, plant and i ment. The Owner shall have the �beO°actor's
November 11, Thanksgiving Day, the day after Thanksgiving, and 11 ht to make use
Christmas Day. When The day before Christmas shall be a of the contractor's plant and equip malt in the rfomiarKC of an
holiday when Christmas Day occurs on a Tuesday or Friday. The work on the site of the work.
day after Christmas shall be a holiday when Chris Day occurs The use by the Owner of such plant and merit shall be
on a Monday, Wednesday, or Thursday. When Christmas Day considered as extra work and paid for accordingly
occurs on a Saturday, the two preceding working days shall be Nattier the Owner nor the inecr assume anY resmnsibility
at any time, for the security of clue site from the tiuix•contractor's
observed as holidays: When-Christmas day occurs on a Sunday rations have commenced until final
the two working days following shall be observed as holidays. a of the Fork b
the engineer and the Owner. The contractor shall nI w such
When holidays Other than Christmas fall on a Saturday, the measures as additional fencing barricades and watchmen
Preceding Friday will be couuutcd as a non-woridng day and when as he deems n ��
drey fall on a Sunday the following Monday will be counted as a �' for the pubic safety and for the mtrrl7nn
non-working day. The Contract Time has been established to allow of the site and his plant and equipmenL The Owner will be
for periods of normal inclement weather which from historical P_rovtded keys for all fenced, secured areas
records, is to be expected during the Contract Time and during 1-08.12 Attention to Work(RC)
which periods work is anticipated to be performed Each
sux=ssrve working day,beginning with the Notice to Proceed Date The contractor shall five his personal attention to and shall
and ending with the Physical Completion Date shall be charged to supervise the work to the end that it shall be prosecuted faithfully,
the Contract me as it occurs except a day or part of a day which and
Tt when he is not pasona"y present on the work site he shall at
is designated a nonworking day or an Engineer determined all tunes be represented by a competent mmrintendent who shall
unworkable day. have full authority to execute the same and to supply materials
The Eagincer will furnish the Contractor a weekly report tools, and labor without delay, and whb shall be the legal
showing (1) the number of working days charged against the repirsentntive of the contractor. The contractor shall be liable for
Cona3a Time for the preceding week; (2) the Contract Time in the faithfiul obsa-vance of any instructions delivered to him or to .
working days: (3) the number of working days remaining in the his authorized representative
partial CDntract
or whole4)days the E ngineer dcdamd unworkable the 1-09 Measurement and Payment
previous week. This weekly report will be correlated with the
Contractor's current approved progress schedule If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE
dells to work 10 hours a day and 4 days it week(a 4-10 schedule
) FOLLOWING: .
and the fifth day of due week in which a 4-10 shift is worked would
ordinarily be charged as a working day then the fifth day of that 1-09.1 Measurement of Quantities (RC)
_week will be charged:as a working day whether or not the
C_ ontractor works on that day. when items are specified to be paid for by ton it will be the
The Contractor will be allowed 10 calendar days from the date Contractor's responsibility to see that it certified weight ticket is
of each report in which to file a written given to the Inspector on.the project at the time of delivery of
protest of an alleged ma
m terials for each truckload delivered Pay quantities will be
discrepancy the Contract Time as reported Otherwise due Prepared on the basis of said tally tickets delivered to the Inspector
report will be deemed to have been accepted by the Contractor as at the time of delivery t b the
Correa. ery of materials Tickets not rcceip�_
The requircmenis for scheduling the Final Inspection and Inspector will not be honored for payment
cstablishmg the Substantial Completion Physical Completion and Where items are specified to be paid by the ton the following
Completion Dates are specified in Sections 1-05 11 and 1-05.12. System will be used:
Each truck shall be clearly numbered to the satisfaction of the
Engineer and there shall be no duplication of numbers., -
Duplicate tickets shall be prepared to accom]2 T! each �.
truckload of material delivered to the project The tickets shall
bear at least the following information-
1. Truck Nurnberg
2. Truck we weight(stamped at source)
3. Gross truck load weight in tons(stamped at source)
4. Net load weight (stamped at source)
5- Drive's name and date
Page-SP-14
Revision Date:May 19, 1997
1-09 Measurement and Payment
1-09 Measurement and Payment
6 Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S
MATERIAL LABORATORY.'
7 Pay item number.
8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE
The Contractor shall submit a breakdown of costs for each FOLLOWING.
lump sure Bid Item The breakdown shall list the items included in
the lump sum to ether with a unit price of labor, materials and 1-09.9 Payments (APWA)
equipment for each item. The summation of the detailed unit
vices for each item shall add uR to the lum sum Bid. Ile unit 1-09.9(1) Progress Payments (APWA)
rice values may be used as a guideline for determining progress Progress payments for completed work and material on hand
payments or deductions or additions in payment for ordered work will be based upon progress estimates Prepared by the Engineer A
changes The detailed cost breakdown of each lump sum item shall progress estimate cutoff date will be established at ttu.
be submitted to the Engineer rior to the Preconstruction prcconstruction meeting.
Conference. Within 3 days after the progress estimate cutoff date (but not
SEC17ON 1-09.2 (APWA) IS SUPPLEMENT-ED BY REVISING more often than once a month) the Contractor shall submit to the
ALL REFERENCES TO MATERIAL RECEIVER' TO READ Engineer for review an Application for Payment, filled out and
--,WGINEER.. signed by the Contractor, covering the work completed prior to the
progress estimate aitoff date.The Application for Payment shat[be
SECTION 1-09 3 IS SUPPLEMENTED BY ADDING THE accompanied by dociunentation supporting the Contractor's
FOLLOWING. Application for Payment -
of Pa ent APWA, RC7 If payment is requested for materials and equipment not
1-09.3 Scope yin ( incorporated in the work, but dc[iva>•d and stand at approved sites
Unless modified otbeswise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment
Items listed or referenecd in the "Pa nent,clause of each Section shall be accompanied by a bill of sale, invoice, or other
of the Standard Specifications will be the only items for which documentation warranting that the Contractor has received the
compensation will be made for the Work 9S2a xd m or Specified materials and equipment and evidence that the materials and
in that articular Section when the Contractor performs die equipment arc covered by appropriate insurance or other
'fled Work Should a Bid Itcm be fisted In a Paymczst c[arise arrangements to protect the Engineer's interests therein
but riot in the Proposal Form, and Work for that item is performed 'iM initial progress estimate w1a be made not later than 30 . .
by the Cornractor and the work is not stand-as mdudcd m or days after the Contractor commences the Work,,and serve,
iticida>ta[to a pay itan m die contract and is not work that would progress estimates will be made ever. month dunrafter until the -.
be required to complete the intent of the Contract per Saxton 1- Completion Date Progress estimates made during progress of the
04.1 then ILayment for that Work will be made as for F-1=2 Woric work are tentative and made only for the purpose of determining
p .apx to a Change Order. progress payment The progress estimates are subject to change at
The words'Bid Item," "Contract Item," and-Pay Item,' any time prior to the calculation of the Final Payment
similar terms used thrmighout the Contract Documents are Section 1-09.9(4).
syymous. The value of the progress estimate will be the sum of the
If the 'paymat clause in the Speeificatioas relating__ an following:
unit Bid Iran price in the Proposal Form requires that said trait Bid 1 Unit Price Items in the Bid Form — the approicimate
Rein price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied bathe
or material essential to the item then the work or material will not Unit Price_ the estimated
be measured or paid for under any other Unit Bid Item which may 2. Lump Sum Items in the Bid Form —
..n,rao� aimolcte multiplied by the Bid Forms amount for each
appqr elsewhere in the Proposal Form or Specrficatio ns. pS
Pluralized unit Bid Items a are jump Stun Item. of irrvoiiced cost of
lunged to singular form. 3. Materials on Hand — 90
_ nt for Bid Items listed or referenced in the 'Payin ew material delivered to Job site or other stores a area approved the
by
clause of any partiailar Section of the Specifications shall be Engineer. roved extra cost or
considered as including all of the Work regtnred, speefied, or 4. Chan a Orders — entitlement for
described in that particular Section. Payment items wi11 gcnetally completed extra work as dete by the Eng�u'-
tn the payments will be made rn accordmce with tile
be listed getncriCaily in the Specificatnotns, and Specifically _ Pro
bid form when items are to be 'furnished under one paw progress estimate less: reentage.
item and "installed" under tnother payment item, tech items shall 1. Five{5)percent for retained P�
tied in tfie S cc�1 2 The amount of Progress Payments previously madc- for
be furnished FOB project site, or, if spec[ withheld by the Coitrac g Agency
Provisions delivered to a designated site. Materials to be 3 Funds
-furnished," or "furnished and installed- under these conditions, disbursement in accordance with die Contract Documents
Progress a eats for work ormed shall not be evidence
shall be the responsibility of the Contractor with regard to storage die Contracting
until such items are into rated into the Work or, it such items of acceptable performance or an admission sty leied
are not to be incorporated into the work delivered to the applicable Agency that any work has been satisfactorily rnP
contracting gSpa storage site when provided for m the Payments will be made by warrants issued the Contracting
g nice for the
S ificatiors Payment for material -furnished but notes Agency's fiscal o tcer, a ainst the a ro nate fund sSol' cd by a
incorporated into the Work may be made on monthly estimates to project. Payments received on account of work Pe
the extent allowed. subcontractor are subject to the p rovrsions 0f_FM 39.04IZ_ V
SECT70N 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING
ALL REFERENCES TO "Hp+iNJUARTLRS' '4fATER1'4L t
Page-SP-15
Revision Date.May 19, 1997
1-09 Measurement and Payment IA9 Measurement and pa �?
Yment
1-09.9(2) Retainage (APWA,RCI 1-09_9(3) Contra Agency's Ri ht to wjth
Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amou hold
earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained ,ant to Amour its
5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250 RCW 39.12 and W �'� and
shall be used as a trust fund for the protection and payment (1) to Contractor authorizes the En itreer to withhold RCW 39.76 the
the State with respect to taxes imposed pursuant to Title 82 RCW due or deduct an amount from anY P a ment or ents
which may be due from such Contractor, and (2) the claims of any Contractor which in the En tracer's opinion, ma a duet the
person arising under the Contract. to
cover the Contracting A 's costs for or to
Monies reserved under provisions of RCW 60.28 shall at the following situations: the
option of the Contractor, be: I. Damage to another contractor when there is
1. Retained in a fund by the Contracting Agency,
thereof"a claim has been filed. evidence r:
2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not aid fees or
bearing account in a bank mutual savings bank_ or savings and public authorities or municipalities which the clear to
loan association (interest on monies so retained may be paid to the obligated to pay. Contractor
Contractor). 3. Utili material tested and -Inspected b
3. Placed in escrow with a bank or trust �s b the tree En jnccr
y Y for purposes not connected with the Work(Section 1-05
Contracting Agency. When the monies reserved are to be placed in
escrow the Contracting 4. Landscape damage assessments per Section 1-07.16.
rag Agency will issue a check rtpres exit M the 5. For overtime work performed by City ne.r., r
sum of the monies reserved payable to the bank or trust company Section 1-08.1(4).
and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Conn,a�r„
bonds and sxurities chosen by the Contractor and approved by the comply the Work on trine. o
Contracting Agency-and the bonds and securities held in escro w a. Per Section 1-08.9 Liquidated Damage;or
Interest on the bonds=and securities may be paid to the Contractor b. Lade of construction progress based the
as the intcrestacciues. upon Fngineer's
review of the Contractor s a roved schedule which
Contract Form, 't the t;m The Contractor shall designate the option desired an the indicates the Work will not be completed within the CoIItract Tune.
v4di the I-GAWacting Agency nad "I be p-;% of the -Qnt" When calculating an anticipated time overrun the Engineer will
at make allowances for Weather delays approved unavoidable delays
least 10 working days prior to the first Progress payment for the and Pensror>s of the Work The amount withheld under this
contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based -upon the liquidated damages amount
assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by -tie number
escrow services,brokerage charges or both and further agrees to of days the Contractor's approved progress schedule in the opinion
assurrre all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract t
percentages in securities. The Contracting Agency may also at its Time.
a_
P
hou, accept a bond for all or a Portion of the contractor's 7. Failure of the Contractor to perform "any of the
retarriage' Contractor's other obligations under the contract, including but not
Release of retained percentage will be made 60 days following limited to:
the Completion Date (pursuant to RCW 39 12 RCW 39 76 and a. Failure of the Contractor to provide the Engineer with a
RCW 6028)provided the following conditions are met field office when required by the Contract Provisions
I. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes
been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by
(RCW 60.28.051).
Section 1-05S.
2. No claims, as provided by law, have been filed against C. Failure of the Contractor to correct defective or
die retained unauthorized work(Section 1-05.8)
3. Affidavit of Wages Paid is on file with the Contracting d. Failure of the Contractor to furnish a ManufacMM's
Agmcy
for the Contractor and all Subcontractors regardless of tier ®r.
Certificate of Compliance in lieu of material testing and inspection
(RCW 39.12.040)._ a_s required by Section 1-06.3.
In the event claims are filed the Contractor will be paid such e. Failure to subunit weekly payrolls Intent to Pay.
reuined percentage Icss an amount sufficient to pay any such Prevailing Wage forms or correct underpayment to employees of
darms together with it sum determined by the Contracting Agency die Contractor or subcontractor of any tier as required by Section
tauffrcicat to pay the cost of foreclosing on claims and to cover 1-07.9.
rttorney's fees.
f. Failure of the Contractor to pay worker's benefits (Title
Retainage will not be reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10.
ninimurn limit provided by law. p,- Failure of the Contractor to subunit and obtain approval
Pursuant to Sc tion 1-07.10 the Contractor is responsible for of a progress schedule per Section 108.3.
ubmitting to the State L&I it "Request for Release"form in order The Contractor authorizes the Engineer to act as agent for the
or the Contracting .Agency -to obtain a- release from that Contractor disbursing such funds as have been withheld pursuant to
1cparanent with respect to the payments of industrial insurance this section to a party or parties who are untitled to payment.-
nedncal aid premiums. The Contracting Agency will etutim the D_isbursemern of such funds if the Engineer elects to do so will be
Washington State Fmploymcnt Security Department and any made only after giving the Contractor 15 calendar days prior
pplicable Contracting Agency department or organization arc written notice of the Contracting Agency's intent to do soz and if
ntificd of Contract completion in order to obtain releases from prior to the expiration of the 15-c lendar day period
hose departments or agency organizations I. no legal action has commenced to resolve the validity of
the claims,and
2. the Contractor has [protested such disbursement.
Page-SP-16
Reyision Date-May 19, 1997
1-09 Measurement and Payment 1-09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws ordinances, and
Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract.
merit made pursuant to this section stall be considered as The date the Contracting Agency unilaterally signc the Final
pa t made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section I
Contracting Agency shall not be liable to the Contractor for such 05.12 .
paymera made in good faith. 1-09.11 Disputes and Claims
If legal action is instituted to determine the validity of the
claims prior to expiration of the 15-day period mentioned above,
the En ineer will hold the funds until determination of the action or SECTION I-09.11(2)IS REVISED AS FOLLOWS.
written settlement agm-emient of the parties. 1-09.11(2) Claims (APWA)
1-09.9(4) FInal Payment(APWA) Failure to submit with the Final Application for Payment iii
Upon Acccptance of the Work by the Contracting Agencthe ch information and details as
final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of
upon a Final Progress Fditn t made by the Engineer. A we the claims by the Contractor as provided in Section 1 09.9.
u
by the Contractor of the Final Payment shall be and start operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE
a release: FOLLOWING.
1 to the Contracting Agency of all claims and all liabilities
of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction
specifically excepted to writing by the Contractor, (APWA)
2. for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance
Y with the laws of the State of Washington.The venue of any claims
3 every for e act and neglect by the ContractinAgenc�
g r and or ca of actions arising from this contract shall be in the
4 for all other claims and liability relating to or aruing_Out Srnenor Court of the county where the work is performed.
of the Work. For convenience of the parties to this contract, it is muhually
A payment (monthly, final rctainage, or otherwise) shall not agreed that any claims Or causes of action which the contractor has
release the Contractor or the Contractor's Surety from any against the Contracting Agency arising: from this contract shall be
oWigwion required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the
the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and
tile Comracting Agency's ability to investigate and act_tr n agree that the Cont:actor's failure to bring suit within the'691C
amino of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or
C nff3ct; nor shall such payment preclude the Contracting Ager'Sy causes of action.
from recovering damages setting penalties or obtaining such other It is further mutually agreed by the parties that when any
remedies as may be permitted by law. claims or causes of talon which a Contractor asserts against the
Before the Work w-11 be accepted by the Contracting Agency, Contracting Agency arising from this conirad_are filed with the
do C a=ctor shall submit an affidavit, on e form provided by Contra Agency co urt or initiated in cot the Contractor shall
th
the Engiwer, m
of amounts paid to certified disadvantaged (13B), permit the Contracting Agency to have UDSI a�to any records
minority (MBE) or women business entesPnses (WEE) deemed necessary by the Contracting Agency to assist m evalme.gn
- -- in the Flock Such affidavit shall certify the amounts the claims or actions.
Paid to the nri MME or WBE subcontractors regardless of tier.
on Federally funded projects the Contractor may also be 1-09.13 Arbitration
required to cxcmm and furnish the Contracting Agency an affidavit IyTED BY
fvinv that the Contractor has roc extended any loans P� tY SECTION 1-09.13(2) (RCS IS SUPPLE-�►�
or Rift and uroitcy pursuant to Section _1-07.19 of these REPLACING ALL REFERENCES TO "THUR, �U�y
Specifications. WITH THE WORDS"KING COUNTY."
if the Contractor fails refuses or is tunable to sign and rennin SEC7-IONI-0913(3)IS SUPPLEMENTED BYADDIIYG:
the Final Progress Estimate or any other documents.required for
the final acceptance of the contract the Contracting Agency 1-09.13(3) Procedures to Pursue Arbitration (RC)
[eseryes the right to establish a completion date and unilaterally The fm&n and decision of the board of arbitrators shall be
accept the conitract Unilateral acceptance will ocair only after the aggrieved^'* within
final and binding on the parties unless ttu_ vin filing c
Contractor has been provided the opportunity, by wntten request 10 days challenges the findings and decision by serving arici
from the Engineer, to voluntarily submit such documents• If of Kmg �-r
a petition for review by the superior court
vol co liance is not achieved formal notification of the Washin on The rounds for the on for review arc iriiuu
impcndi_ng unilateral acceptance will be provided by certified leer showing that the findings and decision:
from the Engineer to the Contractor which will provide 30 calendar I Are not responsive to the questions sum; orient
days for the Contractor to submit the necessary documents. The 2 Is contrary to the terms of the contrail or any comp —
30-calendar day deadline shall begin on the date of the postmark of thereof- facts
the certified letter from the Engineer requesting the necessary 3 Is arbitrary and/or is not based upon the app
documents This reservation by the Contracting Agency to The
and the law controlling the issues submitted to arbitrate on
unilaterally accept the contract will aPply to contracts that are settinir forth in
board of arbitrators shall support its decision by idcu
coat leted in accordance with Section 1-08.5 or for contracts that writing their findin s and conclusions based on the nv w
arc terminated in accordance with Section 1-08.10. Unilateral adduced at any such hearing,
acceptance of the contract by the Contracting Agency does not in
any way relieve the Contractor of the provisions under contract or t.
Page-SP-17
Revision Date:May 19, 1997
1-10 Temporary Traffic Control 1-10 Temporary Traf-r,
Co n tro 1
The arbitration shall be conducted in accordance with the If the Engineer requirts the Contractor to furnish additional
statutes of the State of Washington on and court decisions governing channelizin devices pieces of equipment, or services which could
such procedure" not be usual) anticipated b a rodent contractor
The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic then a new for the
and the contractor unless it is the board's majority opinion that the may be established to a for such items. Fu rtern or items
rthtr limitations for
contractor's filing of the protest or action is capricious or without consideration of payment for these items are that
reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid to sal are not
by the contractor. fied in the Special Provisions as are not
incidental and the
accumulative cost for the use of each individual
device piece of equipment, or service must exceed channel
1-10 Temporary Traffic Control S2oo in cola)
cost for the duration of their recd. In the event of di sties the
SECT70N 1-10.1 IS SUPPLEMENTED BY ADDING THE Engineer will determine what is usual) anuci sled a rodent
contractor. The cost for these items will be b recd
a Price, price
FOLLOWING: established by the Engineer, or by force account Additin �
r i
1-10.1 General C tired as a result of the Contractor s Inodrfipbon to the traffic
When the bid proposal includes an item for 'Traffic Control,- control plan(s)appearing in the contract shall not be covered by the
the work required for this item shall be all items described in provisions in this paragraph.
Section 1-10, including, but not limited to: If the total cast of all the work under the contract incrca or
1. Furnishing and maintaining barricades flashers decreases by more than 25 percent an equitable adjustment WiH be
construction signing and other channelization devices considered for the item Traffic Control to address the increase or
unless a pay item is in the bid proposal for any specific decrease.
device and the Special- Provisions specify furnishing SECTION 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS
maintaining, and payment in a different manner for that REVISED AS FOLLOWS
device;
2. Furnishing traffic control labor, equipment and supervisory 1-10.2(1)Traffic Control Super-visorIM(SA)
personnel for all traffic control labor,
an itcm for. -T4ufflc-C�Q"
3. Furnishing any necessary vehicles) to set up and remove € `}ter—Tthe Contractor shall designate an individual or
the Class B constriction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties
devices: for the project. The TCS shall be certified inasa worksitc traffic
control
4. Furnishing labor and vehicles for patrolling and maintaining
in position all of the construction signs and the traffic The TCS shall assure that
controI devices, unless a pay item is in the bid proposal to pore all the duties of the TCS are performed during the duration
specifically pay for this work;and of the contract-
5. Furnishing labor, material and equipment necessary for 7- Ensuring that corrections arc made if traffic control
cleaning up, removing, and replacing of the construction devices art not functioning as required_ The TCS may
signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to
during the life of the project. accommodate site conditions as long as the original intent
of the traffic control plan is maintained and the revision
6. Removing existing signs as specified or a directed by the is w conformance
engineer and delivering to the City Shops or storing and re- with established standards.
installing as directed by the Engineer.
7. Preparing a traffic control plan for the project and
designating the person responsible for traffic control at the
work site. •-The traffic control plan shall include
descriptions of the traffic control methods and devices to be .Possession of a current flagging card
used by the prime contractor, and subcontractors shall be by the TCS is mandatory.
submitted at or before the preconstruction conference and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS:
shall be subiect to review and approval of the Engineer.
8. Contacting police, fire 911 and ambulance services to 1-10.2(2) Traffic Control Plans RC
notify than in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic
traveled portion of it roadway. control is installed and maintained in conformance to established
standards The Contractor shall continuously evaluate the
9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt acrion to
traffic during peak traffic periods 6:30 a.m. to 8:30 a.m., correct any problems that become evident during operation.
and 3:00 p.m. to 6.00 p.m., or as specified in the special
provisions, or as directed by the Engineer. SECTION 140.3(3)HAS BEEN REVISED AS FOLLOWS-
10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Comgruction Signs
during periods when they are not needed. All signs required by the approved traffic control plan(s) as
If no bid item 'Traffic Control' appears in the proposal then
well as any other appropriate signs prescribed by the Engineer, or
required to conform with established standards, will be furnished
all work required by these sections will considered incidental and In.
their cast shall be included in the other items of work- by Con_ ctor-
Page-SP-I8
Revision Date.May 19. 1997 ' '
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
No separate pay item will be provided in the bid proposal for The item -Traffic Control- will be considered for an cqu.table
Class A or Class B construction signs adjustment per Section 1-04-6 only when the total contract price
increases or decreases by more than 25 percent.
I saber posts Jul the work to
provide Class A or Class B construction signs shall be included in The Lump Sum unit contract prig PtP-leur-,hall be full
the unit contract price for the various other itans of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car
bid proposal._ driver(s), and the appropriate pilot car sign(s)for any vac-pilot I
car operation. Any necessary flaggcrs will be paid under the
SECTION 1-10.30 IS REVISED AS FOLLOWS: item for traffic controwalrer.
1-10.30 One-Way Piloted Traffic Control Through The Lump Sum unit contract price per-heur shall be full
Construction Zone pay for all costs for the labor provided for performing those
construction operations described in Section 1-103(1) and as
authorized by the Engineer.
The Lump Sum unit contract price
all be full pay for all costs for performing the
work described in Section 1-103(3) and Section 1-10.3(4).
This payment will include all labor, equipment, and vehicles
necessary for the initial acquisition, the initial insWlation of
�c CeAtpol. Class A signs, and ultimate return of all Contracting Agency-
CmW.aaor`Furnfshed One-Way Piloted Traffic Control. The furnished '
Contractor shall furnish the pilot car(s)and drivcr(s)for the pilot car
control area Any necessary flaggas shall be furnished by theme
Contractor
The Lump Sum unit contract price pc"wj-,shall be full
pay for all costs involved in furnishing the person(s)assigned
as the "Traffic Control Supervisor" juri °nm^^�
All costs for the vchicic(s)required foe
DELETE SECTION 1-10.4 AND REPLACE WITH. the Traffic Control Supervisor shall be included in the
1-10.4 Measurement(RC) (SA) Sum unit contract price for"Traffic Control-Su 600.",
`-r
No specific unit of measurement will apply to the lump nun
item of"Traffic is Control'.
SEC170N 110.5 IS REVISED AND SUPPLEVMMF.D AS
FOLLOWS:
1-10.5 Payment (RC)
payment for all labor, materials, and equipment described in b. vaymc
Section 1-10 will be made in accordance with Section 1-44.1, for
the following bid items when tlxy_%,c�-included in the proposal:
-Traffic Control,'lump Ann- ,.
The lump arm contract price shall be full pay for all cats not hall be fuU
send by other specific pay items in the bid proposal for u The Lump Sum unit-.contract price e �or vehicles
fiunishinR installing maintaining and removing traffic totitml pay for all costs involved in furnishing nf
devices required by the contract and as directed by the Fnguicer to for the work described in Section 1-10-3( w
conformance with accepted standards and in such a manna as to
maximize safety,and minimizq disruption and inconvenience to the Labor.m
public..
Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying St=(Iards
will be made as follows:
it When the initial warning signs for the beginning of the
project and the end of construction signs are installed 1-11.1(1) Responsibility for surVe S ar-ed under the
and approved by the Engineer, nt 30 perce of the All surveys and survey reports shall be Prep u
amount bid for the item will be paid- direct supervision of a person registered to Practice land srrveYar
under the provisions of Chapter 18 43 RCFV.
b Paymaut for the remaining 70 percent of the amount i•ed in accordance
All surveys and survey reports shall be p�-----
bid for the item will be paid on a prorated basis in hoer for
with the rcquirerpents established by the Board of Reg>stra__�
rsrons of
accordance with the total job progress as determined professional Englncers and Land Surveyors under the prov
by progress payments. Chapter 18.43 RCPT.
Page-SP-19
Revision Dale_May 19, 1997
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used a hard
The horizontal component of all surveys shall have as its copy print out in ASCII text format will accom an the field
coordinate base: The North American Datum of 1983191. notes_
All horizontal control for projects must be referenced to or in 1-11.10 Corners and Monuments (RC)
conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the
more bounder lines. A monument is usuall set atcsu of two or
Control Network monuments. The source of the coordinate values ints to
used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground
The horizontal component of all surveys shall meet or exceed Monument Any physical object or structure of record
the dosurr- requirements of WAC 332-130-060. The control base which
marks or accurately references:
lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Mudd rn Standard A corner or other survey int established by or under the
Derail Requirements for ALTAIACSM Land Title Surveys jointly supervision of an individual per section 1-11 1(1) and
established and adopted by ALTA and ACSM in 1992 or corner or monument established by Inc General Land Cllr,
comparable classification in future editions of said document. The and its successor the Bureau of Land Management including
angular and linear closure and precision ratio of traverses used for section subdivision corners down to and includin one-
survey control shall be revealed on the face of the survey drawing, sixteenth corners; and
as shall the method of adjustment.
The horizontal component of the control system for surveys Any pernhanently momrmentcd boundary right of way
using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points established
part in 50,000 precigion in line length dependent error analysis at a by any governmental agency or private surveyor iixiudinv
95 percent confidence level and performed pmm= to Federal street intersections but excluding dependent interior lot
Geodetic Control Sukommittce Standards for GPS control surveys corners.
as defined in Guile Geodetic Accuracy Standards do
Specifications for Using GPS Relative Positioning Teduniques dated 1-11.1(6) Control or Base Line Survey(RC)
August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all
said document.. construction projects that will crate permanent structures such as
The vertical component of all surveys shall be based on roads, sidewalks bridges utility lines or apps signal or
NAVD 1988, the North American Vertical Datum of 1988, and lit poles, or any non-single fatnr-ly building. Control or Base
tied to at kast one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent
rm ,
bencharks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be
the project site a tie to both shall be made. The benchmarks)used observed for staking or "as-buil '
hng" while occupying one such
will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of
not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments;
the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or .
throughout the duration of the project Source of elevations Base Line Survey shall occupy each monument in turn, and shall
ibencunarlc)will be shown on the drawing as well as a description satisfy all applicable requirements of Section 1-11.1 herein.
of any bench marks established. The drawing depicting the survey shall be neat, legible, and
drawn to an appropriate scale. Notch orientation should be clearly
1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as noted. The
Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half
the controlling monuments used and the subdivision of the original scale remains legible.
applicable quarter section. If recording of the survey with the King County Recorder is
Those surveys dependent on rctractrnent of a plat or short plat required it will be prepared on 18 inch by 24 inch mylar and will
shall reveal the controlling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW- A
methodology used in that raracernent. photographic mylar of the drawing will be submitted to the City of
1-11.1(4) Meld Notes (RC) Renton and upon their review and acceptance per the ne
requirements of the project the original will be recorded with the
Field notes shall be kept in conventional format in a standard King County Recorder.
bound field book with waterproof pages. In casts where an If recording is not required the survey drawing shall be
electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the onginal or a
sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton.
station occupations and what measurements were made at each requirements of
_ The survey drawings shall meet or exceed the
int. WAC 332-130-050 and shall conform to the City of Renton s
Every point located or set shall be identified by a number and bols
Drafting Standards American Public Works Associati on_ n
a description. Point numbers shall be unique within a complete shall be used whenever identify all
job. The preferred method of point numbering is field notebook possible and a legend sliallf-
page and point set on that page. Example: The first point set or symbols used if each point marked by a symbol is riot d�at
each use.
found on page 16 of field book 348 would be identified as Point
An electronic listir>rv, of all principal points stiown�n the
No. 348.16.01, the second point would be 348.16.02 etc. drawing shall be submitted with each drawing The listing should
Upon completion of a City of Renton project either the field include the
notebook(s) provided by the City or the original field notebook(s) t point member designation (corresponding wi_ thin
he field notes) a brief description of the point and n om9,
used by the surveyor will be given to the City. For all other work Ming and elevation (if applicable) values all in ASCII format,
surveyors will provide a copy of the notes to the City upon request_ on IBM PC compatible media.
t-
Page-SP-20
Revision Date: May 19, 1997 �+
1-11 Renton Surveying Standirds 1-11 Renton Surveying Standards
1-11.1(7) Precision Levels(RC) 1-11.1(12) Monument Setting and Referencing (PC)
Vertical Surveys for the establishment of bench marks shall All property or lot corners as defined in 1
satisfy all applicable requirements of section 1-05 and 1-11A- established or reestablished on a plat or other recorded surrey shall
Vertical surveys for the establishment of bunch marks shall be referenced by a permanent marker at the corner oo�nr Per 1
peel or exceed the standards specifications and procedures of third 11.2(j). In situations where such markers are impractical or in
order elevation accuracy established by the Federal Geodetic danger of being destroyed e.g., the front corners of lots a witness
Control Committee marker shall be set_ In most cases this will be the extension of the
Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. 'Ilse relationship between the
stability Descriptions of bench marics must be complete to insure witness monuments and their respective corners shall be shown or
both recove ablilty and positive identification on recoverY. described on the face of the plat or survey of record e.g-, Tads
in lead on the extension of the lot side Imes have been set in the
Radial and Station—Offset Topography 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)
Topographic surveys Shall satisfy All applicable requirements herein.
of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5) shall meet
All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument
• , why or establishing baselines for station—offset 020911Qh Y falls with to a paved portion of a right of way or other area the
shall meet the requirements of section 1-11.1 herein. monument shall be set below the ground surface and contained
The drawing and electronic listing rcquirenents set forth in within a-lidded case kept separate from the monument and flush
section 1-11-1 herein shall be observed for all topp9q2h1c surveys- with the pavement surface, per section 1-11.2(3).
In the case of right of way centerline monuments all points of
1-11.1(9) Radial Topography (RC) curvature(PC) points of tangency(PI), street intersections, center
Elevations for the points occupied or back sighted err a radical points of ctrl de sacs shall be set If the point of intersection, PI
---`ic survey shall be determined either by I) spirit leveling for the tangents of a curve fall within the paved portion of the right
with misdosure not to exceed 0.1 feet or Federal Geodcire Control of way, a monument can be set at the PI instead of the PC and PT
Committee third order elevation accuracy specificatans OR 2) of the curve.
trigonometric {cycling with elevation differences ddennrned in at For all non corner monuments set while under contract to tine
least two'directions for each point and with mrsdosum of the City of Renton or as part of a City of Renton approved subdivision
circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the
city) identifying the monument; point of intersection(PI) point of
1-11.1(10) Station—Offs Topography(Rq tangency (PT), point of curvature (PC? one-sixteenth corner, Plat
Elevations of the baseline and topographic points shall be monument street intersection etc., complete with a description of
dderrrtined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and NAD 83191
Control Committee specifications as to the turn Wilts and shall not coordinates and NAVD 88 elevation shall be filled out and filed
exceed 0.1 foot's error as to side shots. with the city.
1-Il 1(11) As-Built Stu-vey(RGQ 1-11.2 Materials
All improves required to be 'as-built' ()ost construction
survey) per City of Renton Codes, Tn E 4 Budding Regulations 1-11.2(1) property/Lot Corners(RC)
and TTTLE 9 Public Ways and Property must be located_ both Conners per 1-11.1(5) shall be marked in a permanent manner
le metal
horimlly and vertically by a Radial survcY or by a Station offset such as 1R inch diameter rebar 24 inches m irnath_ durab
�
rvey The "as-built' survey must be based on dire sa me base tine plugs or caps tack in lead etc and permanently rt>arked or tagged
su
or control survey used fir the construction 5!kjng survey for the v,� the surveyors identification number The specific nature of
ements being 'as-built' The -as-built survey for all the marker used can be determintd-by Me stme}'or at the time of
subsurface improvements should occur prior to backfitlrng. Close installation.
- -anon between the installing contractor and the as-bunting
aurveyor is drerefore required. 1-11 2(2) Monuments (RCS
All 'as-built' surveys shall satisfy the requirements of section
Monuments per 1-11 1(5) shall meet the reauirem�►ts set
111 1(1) herein and shall be based upon control or base tine forth in City of Renton Standard Plans u e H031
surveys made in conformance with these Specrficauons.
marked or tagged with the sury ud
or's ennficahon aurnoer
The field notes for 'as-built' shall meet the requ irements of
section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover 9-22 and City
'as-built' drawings which includes a statement certifying the Materials shalt meet the requirements of section
accuracy of the 'as built' of Renton Standard Plans page H031.
The drawing and electronic listing requirements set forth in
section 1-11.1(6) herein shall be observed for all 'as-built
surveys.
f-
Page-SP-21
Revision Dare. May 19, 1997
2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation arid Ernba°kment
Division 2 Earthwork quantities and changes will be coin utcd
manually or by means of electronic data rocessin either
Earthwork use of the avcra a end area method. An t nt b
work as directed.by the Engineer that would her the, �
shall be calculated b the Fn ineer and submitted tics
For his review and verification. to-the Co°i�ctor
2-02 Removal of Structures and Any excavation or embankment beyond the
limits indicated in
Obstructions the Plans unless ordered b the Engineer, shall not be All work and material required to return these d for.
original conditions as directed b the i areas to their
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS the Contractor at his sole expense veer shall be rounded
FOLLOWS:
All areas shall be excavated filled' and/or backfilled as
Z-02.3(3) Removal of Pavement, Sidewalks, and
necessary to comply with the rades shown on the Plans. In filled
Curbs C and backfilled areas fine radin shall begin d - the (went
In removing pavement, sidewalks, and cubs, the Contractor and the compaction of the final layer. In cut sections fine grading
shall: shall begin within the final six Q9 inches of exit. Final Zrading
1. Haul broken-up pieces ' shall produce a surface which is smooth and evert without jtglpt
to some off-project site. changes in grade.
--- Excavation for curbs and gtraers shall be a lisped by
cutting acauuwy to the cross sections grades and elevations
shown. Care shall be taken not to excavate below the d
S. What an alto-where pavement has been removed is to be ed
grades. The contractor shall maintain all excavations fir, from
opened to traffic before pavement patching
Datcli shallbe required detrimental quantities of leaves brush sucks trash and other
temporary mix asphalt. concrete debris until final acceptance of the Work
Temporary patching shalt be placed to a minimum depth of 2
inches immediately after backfilling and compaction are complete, Following removal of topsoil or excavation.to grade and
and before the road is before placement of fills or base course the subgrade under the
opened to traffic MC cold mix or MC hot roadway shall be proofrolled to td
mix shall be used at the discretion of the Engineer. �tfY any soft or loose areas
— co mp action or excavation and
If pavements, sidewalks, or curbs lie within an excavation may warrant additional
vation replacement.
area and ate not mentioned as separate pay items, their removal '1'}1C Contractor shall provide[em
will be paid for as part of the quantity removed in excavation. If pogg drainage or protection
is
to keep the subgrade free from standing water
aieniioned as a separate item in the proposal,they will be measured Acceptabie excavated native soils shall be used for fill in the
and paid for as provided under Section 2-02.5, and will not be area regwn i fills. Care shall be taken to place excavated material
inclMed in at the optimum moisture content to achieve the specified
quantity calculated for excavation. compaction- Any native material used for fill shall be free of
SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 indics.
It shall be the tesponstbitrry of the Contractor to prevent the
?x02.5 Payment tC native materials from becoming saturated with water. The
2.. 'Saw Cutting• per Lineal Foot measures tttay include sloping to drain, compacting the native
3. 'Remove Sidewalk',per Square Yard. materials, and diverting runoff away from the materials. If the
4. _'Remove Curb and Gutter", per lineal Foot Contractor fails to take such preventative measures any costs or
S. 'Cold Mix',per Ton delay related to drying the materials shall be at his own expense
6. 'Remove Asphalt Concrete pavement,"per square yard If the native materials become saturated, it shall be the
7. 'Remove Cement Concrete pavement,'per square yard responsibility- of the Contractor to dry the materials, to the
8. 'Remove existing ' per optimum moisture content If sufficient acceptable native soils are
All costs_ related-to-the removal and disposal of structures and not available to complete constriction of the roadway embankment,
Obstructions ineludmg saw cutting excavation backfilling and Gravel Borrow shall be used.
temporary asphalt shall be considered incidental to and included in If subgrade trimmer is not required on the project all portions
other items unless designated as specific bid items in the proposal_ of Section 2-03 shall apply as though a subgrade trimmer were
specified.
If sufficient acceptable native soils as determined by the
2-03 Roadway cavation and t =
3' Engineer, are not available to complete construction of the roadway
Embankment embankment, Gravcl Borrow meeting the requirements of Section
9-03.14 of the Standard Specifications shall be used.
SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING:
2-03.3 Construction Requirements (RC) 2-03.4 Measurement (RC)
Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to
excavated from within the limits shown on the plans Suitable measure work perfohned unless specific exceptions in other
excavated material shall be used for embankments while surplus sections provide otherwise:
excavated material or unsuitable material shall be disposed of by 1. At the discretion of the en inter roadway excavation,
the Contractor. borrow excavation, and unsuitable foundation excavation - by the
t-
Page-SP-22
Rivi tin.. rl„i.• A-'r— in rim
2-04 Haul 2-09 Structure Excavation
cubic yard (adjusted for swell) may be measured by truck in the 2_06 Subgrade Preparation
hauling vehicle at the point of loading. The contractor shall
provide truck tickets for each load removed. Each ticket shall have SECTION 2-06.S IS SUPPLEMENTED BY ADDING TITS
the truck number, time and date and be approved by the engineer_ FOLLOWING:
SECTION 2-03.5 IS REVISED AS FOLLOWS: 2-06.5 Payment (RC)
2-03.5 Payment (RC) Subgrade preparation and maintenance including watennh
Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs
are included in the proposal: thereof shall be included in the appropriate unit or lump sum
1. 'Roadway Excavation" or "Roadway Excavation—Area contract bid prices.
A (B, C, etc.)",per cubic yard.
When the Engineer orders excavation 2 feet or less below 2_09 Structure Excavation
subgrade, unit contract prices for roadway excavation and haul
shall apply. If he orders excavation more than 2 feet below SECT70N 2-09.1 IS SUPPLEMENTED BY ADDING TITE
subgrade, that part below the 2-foot depth shall be paid for as -FOLLOWING:
provided in Sam---04-4 Item 3 of this payment section. In this
case, all items of work outer than roadway excavation shall be paid 2-09.1 Description (RC)
at unit contract prices. This work also includes the excavation, haul, and disposal of
'Pte unit contract price per cubic yard shall be full pay for all unsuitable materials such as peat, muck, swampy or unsuitable
excavating. loading. placing, or otherwise disposing of the materials including buried logs and stumps.
material.
-
2-09.3 Conslrnction Requirements
t;11me unit contract price per cubic yard shall
SECTION 2-09.3 WD IS REVISED AS FOLLOWS:
include haul.
3. 'Unsuitable Foundation Excavation".per cubic yard. 2-09.3(1)D Disposal of Excavated Material(RCS
The unit contract price per cubic yard for "Unsuitable All costs for disposing of excavated material within the project
Foundation Excavation" shalt be full pay for excavating, loading, limits shall be included in the unit contract price for strucxure
and disposing of the material, For excavation..Class A or B.
The unit contract price per
cubic yard shall include haul_
7
If the contract includes structure excavation, Class A or B.
comp Gaon" including haul, the unit contract price.shall include all costs for
loading and hauling the material the full required distance,
rhwxn 4; the otherwise all such di sal costs shall be considered incidental to
Payment for the work.
ernbankmertt compaction will -tot be made as a separate item.- All SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS
costs for embankment compaction shall be included in other bid FOLLOWS:
items involved.
2-09.4 -Measurement (RC)
Gravel backfilL All gravel backfill will be measured by the
2-04 Haul cubic yard in place determined by the neat lines required by the
Plans or by the ton as measw-ed in conformance with section 109.2.
SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the
FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a
specific separate pay item is included in the contract for gravel
2-04.5 Payment (RC) backfill for pipe bedding.
SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
All costs for the hauling of material to from or on the job
site shall be considered incidental to and included in the unit price 2-09.5 Payment
of other units of work_ Payment will be made for the following bid items when they
are included in the proposal:
"Structure Excavation Class A per cubic yard-
-Structure Excavation Class B", per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
The unit contract price per cubic yard for the bid itm ersttled
as I through 4 above shall be full pay for all labor.
tools, equipment, and pumping or shall be included in the unit bid
price of other items- of work if "Structure L-x
cavation" or
Page-SP-23
Revision Date May 19, 1997
2-09 Structure Excavation 2-09 Structure
Excavation
-Structure Excavation Inet Haul' are not listed as pay items in the
contract- I
'Shoring or Extra Excavation Class 13%per square foot.
The unit contract price per square foot shall be full pay for all
excavation, backfill, compaction, and other work required when
extra excavation is used in lieu of constructing shoring. If select
backfill material is required for backfilling within the limits of the
structure excavation, it shall also be required as backfill material
for the extra excavation at the Contractor's expense, Any
excavation or backfill material being paid by unit price shall be
calculated by the Engineer only for the neat line measurement of
the excavation and shall not include the extra excavation beyond the
neat lino.
If there is no bid item for shoring or extra excavation Class B
on a square foot basis and the nature of the excavation is such that
shoring or extra excavation is required, then shoring or extra
excavation shall be considered incidental to the work involved and
no further compcttsation shall be made
Gravel Back ill (Kind) for (T)jpe of Excavation) per Cubic
Yard or per Ton'.
When gavel backfill is paid by the ton the Contractor shall
take care to assure to the satisfaction of the Engineer that such per
ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard
Evidence that per ton gravel backfill is not being used for its
designated purpose shall be grounds for the Engineer to'deny
payment for such load tickets. Unless included in the contract as a
separate pay item, gravel backfill used for pipe bedding shall be
considered incidental to the installation of the pipe or shall be
included in the gravel backfill used to backfill the trench, if a
separate pay item is included for tmtcb backfill.
t,
Page-SP-24
Revision Date.May 19, 1997
3 No supplemental specifications were necessary 4 No supplemental specifications were necessary
Division 3
Production From Quarry and Pit Sites Division 4
and Stockpiling Bases
3 No supplemental specifications were
4 No supplemental specifications were
necessary
necessary
No supplemental specifications were necessary for Division 3.
No supplemental specifications were necessary for Division 4.
f_
Page-SP-25
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Coq
Crete pavement
Division 5 (2)
COPWAC will be obta;Aed on Surface Treatments and Pavements j
wmplas tQWhen a sample from uncom acted mix is nod �e
5-04 Asphalt Concrete Pavement Contractor shall ensure that the samples Can_—be obtain
accordance with WSDOT Test Method 712. in 1
SECTION 5-00-3(8)A IS REVISED AND SUPPLEMENTED AS
FOLLOWS: B. Definition of Sampling Lot and Sublot. For
the Purpose
5-44.3(8)A Acceptance Sampling and Testing (RC) of acceptance sampling and testing, s lot-is is-sl� defir as
1. General. Acceptance of asphalt cement concrete sha11 be the total quantity of material or work produced for each 'ob
as-provided under--susistical eF a nonstatistical acceptance. formula JMF). Only one lot per JMF is e 3�rsed to occur mix
Determination of-statistical- nonstatistical acceptance shall be
based on proposal quantities and shall consider the total of all bid
items involving mix of a specific class_
Dense graded mixes (asphalt concrete pavement Classes A, B,
E, F, and G) shallwW be evaluated for quality of gradation on.a ^
daily" basis by the Contractor. This gradation analysis shall be The JMF
based on WSDOT Test Method 104 and the results delivered to the is befiD r in Section 9-
Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor ma y not make
information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the
with Section 9-03.8(6)A.2.-aud A-asphalt content shall be tested at Engineer.
the Eaagincer's discretion if the Compaction Pay Factor(Section 5-
04.3(10)B)falls below 1.00.
The Contracting Agency may take their own independent
gradation samples at the stockpile to confirm the gradation testing rntnPlo
done by the contractor. If the independent sample gradation varies
from the Contractor's data by more than ±3% for sieve sizes
greater than 1/4" and t2% for sieves smaller than the No 10 then
the costs of the sampling and testing shall be borne by the
Contractor. If the tTest results vary from the Contractor's data
nor-within the ranges listed abov then
the cost of sampling and testing will be borne by the Contracting Sampling and testing for nonstatistical acceptance shall be
Age, performed on a random basis at a minimum frequency of one
sample for each sublot .of 400 tons or each day's production,
whichever is least_ When proposal quantities exceed 1,200 tons for
a class of mix under nonstatistical acceptance, sublot size shall be
apply only ;Q CG=f:2=
determined to the nearest 100 tons to provide not less than three
uniform sized sublots, based on proposal quantities, with a
maximum sublot size of 800 tons.
C_ Test Results. The Engineer will furnish the Contractor
with a copy of the results as they become available. of all
-PA3, co WSDOT F
0) will be Liged fQr-a-clagr of mix AgIllen tho proposal quantitier, f�_ four hourg -fiar Clio bilgianing of the acxt t,A ing-4tift-7he
&h-9 cl-r& of gnix Q;Csie.I 2,50a-tons, RAginger wily "go pr-Qvidc, by noon of the 441���
D. Test Methods. When sample testing of asphalt content is
necessary Aacceptance waiug for compliance of-aTh fit
2_ Aggregates. will use the Nuclear Asphalt Gauge Procedure; WSDOT Test
_Aggregates will be accepted for sand Method 722-T. When sample testing of gradation is necessary,
equivalent and fracture based on their conformance to the - -
requirements of Section 9-03.8(2). Aacceptancc testing for compliance of gradation will use the Quick
Determination of Aggregate Gradation using Alternate Solvent
3. Asphalt Cement. Asphalt,Cement will be accepted teF Procedure; WSDOT Test Method 723-T.
WV—based on theic-conformance to the requirements of Section 9- E. Reject Mixture
D2.1(43). Testing of asphalt properties to assure certification shall (I) Rejectiori by Contractor. The Contractor tray. prior to
be the responsibility of the contractor. If the vendor or grade of sampling, elect to remove any deferive material and replace it
1c asphalt cement changes a new job mix formula (J MD shall with new material at no expense to the Contracting Agency. Any
:valuated and approved. be such new material will be sampled, tested, and evaluated for
43. Asphalt Concrete Mixture acceptance.
A- Sampling (2) Rejection -by Engineer Without Testinglirilheut-TesuAg-
(1) A sample will not be obtained from either the first or last The Engineer may, without sampling, reject any batch load or
15 tors of mix produced in each production shift- section of roadway let of
t'
Page-SP-26
Revision Date:Mav 19, 1997 ;,�
S-04 Asphalt Concrete Pavement S-04 Asphalt Concrete Pavement
mw"" that appears defective in gradation or asphalt casrwut SECTION 5-04.03(10)A IS SUPPLEMENTED By ADDING I
content. Material rejected before placement shall not be THE FOLLOWING:
incorporated into an tlw pavement. Any rejected section of 5-043(10)A General (RC)
competed f4adwaypavement shall be removed. The Contractor shall not use vibration when compacting n`a
No payment will be made for the rejected materials or the
that the street where A.C. Line (Transrte) is in place (refer to City of
removal of the materials unless the Contractor requests Renton Comprehensive Water System Plan to identify locations of
rejected material be tested. If the Ccontractor elects to have the A.C. lines.
rejected material tested, a minimum of three representative samples
will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS:
for t from compacted Pavement shall be removed by coring. 5-043(10)B Control (SA)
Asphalt concrete pavement Classes A. B, E, and F used in
traffic lanes, including lanes for ramps, truck climbing, weaving,
Goa Qf4am��� and speed change, and having a specified compacted course
thiclnress greater than 0.10 foot, shall be compacted to a specified
level of relative density. The testing shall occur on a sublot basis
using definition of a sublot described in Section 5-04.3(8) The
specified lcvd of relative density shall be
of 924-.0 percent of the
cceptance of the initially reference maximum density
fQr-rcected arsPaGad material well trse the acccPtsnce sampling_and Metl]ed=5._Tbe reference maximum density shall be dGerinined
testing mcttnods If the matcnal does not fall widen tie job mix as that developed in the job mix formula
formats tolerances of Section 9-03 8(t7A, the mix will be rejected
cow
If the Contractor chooses, a moving
and all costs associated with sampling testing and removal shall be average of the three most rccrni tests tr maximum density may be
borne by die Cahtractor. The rejected material must be removed determined through the use of WSDOT Test Method 705 by the
and replaced with new material at mo expense to die Contraetirr
Avrnct If the material falls within the job mix formula Contract or at the Contractor's expense. �e arQesiztactjcal
tolerannces the mix will be accepted for quality of muc but will density attained will be determined by
remain subject to the compaction adjnument of Section 5-04.3(10) evaluation—of three €+,a nuclear density gauge tests taken in
will be borne b accordance with WSDOT Test Method 715 on the day the mint is
and all costs associated with sampling and testing —Y placed (after completion of the finish rolling) at locations
the Contracting Agency- determined by om_6'
within each density lot
Qr app
less,The Fuiginccr well a copy of the
results of all acceptance testing performed in the field as soon as
the results are availabl
_ Pavement compaction
lot below 89 percent of the reference maximum d t" shall not be
accepted Relative densities falling between 89 y of S tract y-
of Section 5--
per,�-rr,r cj>at1 be subject to the price ad ustmertis � �
04.5(1)B.
deter-uinvA.
For compaction lots falling below a CPF of 1•DO yt be used
and thus subject to price reduction or rejection, cores Ma
as an alteruativee to the nuclear density gauge tests.
l � s
sts cores and the
t auiug.—When the Contras' A ne92 0 percent.
level of relative density within a sublot is less motor
00 king s C-The cost
and the and testing shall be bome by ]fie Contractor. When the Contracting
within a
Agency cy requests cores and the level of relative dens],sad testin
sublot is greater than 9r lo percent the cost for co nn -uf
shall be borne by the Contracting Agency. exitt s� �
eiali l�4 25 if requested the Contractor, a
At the start of paving, requested by b the
compaction test section shall be constructed, as directed Y
Engineer, to determine the compactibility of the mix design-
t-
Page-SP-27
Revision Dail:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Cod quality lev Ix oval as the ability ofacto of 1.00 or AD7U TAMMS IS(DELETED. ASSUIZ,�rCE PPJCE
a iven level comes
greater referenced to the specified minimum density (924- percent
of the reference maximum density SECTION 5-04-S(1)A IS DELETED AND REpL.ACED
M-Chvd 705). If a compaction test section is requested, a THE FOLLOWING. WITH
Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Q
proven. Following determination of compactibility, the Contractor (RC) ualrty pf AC Mix
is responsible for the control of the compaction effort. If the NonstatMeal Acceptance-Each lot of
Contractor does not request a test section, the mix will be pavement produced and haying all constituents bait concr ete
considered compactible. vmg falling within
Asphalt Concrete Classes A, B, E, F. and G constructed the limits of the job mIx formula shall be accepted at the unit
under conditions other than listed above shall be compacted on the contract price. If the constituents of the mix fop outside the
basis of a test point evaluation of the compaction train. The test limits of the '(8 mix formula,
ctmu the mix shall not be—accepted see
point evaluation shall be performed in accordance with instructions Section 504.3(8)Resection of Mixture) I
from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUppL AfEATED
compaction train, required to attain the maximum test point FOLLOWS: AS
density, shall be used on all subsequent paving.
Asphalt Concrete Class D and preleveling mix shall be 5-045(1)B Price Adjustments for Quality AC
compacted to the satisfaction of the Engineer. Compaction
In addition to the-randomly selected locations for tests of the For each sublot a Conqaction Pa
density, the Fngineer.may also isolate from a normal lot any area Factor will be
that is sugxcted of.-Acing defective in relative density: Such determined based on the -relative density of the tests_ 1-he,isolated material wUFnot include an original sample location. A following table lists the Compaction pay Factors and their
minimum of three S randomly located density tests will be taken, associated relative denmty.
The isolated area will then be evaluated for price adjustment in bCtW4CU4"Q;APQritC Pay
accordance with this on, considering
it as a separate_sublotiet qr the pro"lict of:
SEMON 5-04.5 IS REVISED AS FOLLOWS.
5-045 Payment (RC) Relative Density Compaction Pay Factor -
(average of three tests)
"Misc and/or Driveway Asphalt Cone. Appveach Cl. _', 292.0 1.00
per ton. This item,-when included in the contract, includes asphalt 91.5 0,99
paving for areas such as driveways and traffic islands that are not 91.0 0.95
part of other paving work. 90.5 0.91
o v; A d ,- I I re 90.0 0.85
Mix Compliance n I t s d 89.5 080 r
Nib f az .Ivor b d Qcct•n.. 4 !1d Shl A - �-
- - - - 89.0 0.75
I
{.1
1-
Page-SP-28
Revision Dale:May 19, 1997
,6-12 Rockeries 6-12 Rockeries
and have a stable appearance. The rocks shall be carefully placed
Division 6 by mechanical equipment and in a manner such that the longitudinal
Structures axis if the rock shall be at right angles or Perpendicular to the
rockery face. The rocks shall have all 'inclining faces sloping to
the back of the rockery. Each row of rocks will be seated as
SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner
that there will be no movement between the two. After seWlig a
6-12 Rockeries course of rock all voids between die rocks shall be chinked on the
back with quarry rock to eliminate any void sufficient to pass a 2
inch square probe.
6-12.1 Description (RQ
6-12.3.1 Rockery Backfill(RCS
TM T work described in this section regardless of the type of The wall backfll shall consist of 1-1/2 inch minus crushed
materials encountered includes the excavation and shaping of the rock or gravel conforming to section 9-03.9(3). This material will
cut or fill slopes and furnishing and constructing rockeries/rock be plate to an 8 inch minimum thickness between the entire wall
retaining wall where shown on the plans or where directed by the and the cut or fill material. The baddill material will be placed in
engincer. lifts to an elevation approximately 6 inches below the course of
6-12.2 Materials (RCS rocks placed. The backfill will be placed after each course of
cd basalt, rocker Any backlill material on the bearing surface of the rock
Rock walls shall be formed of larger pieces of quarry course will be removed before setting the next course.
andcsite or other igncais rock Individual pieces of rock shall be
sound and resistant to weathering When broken into Pik 6-12.3.2 Drain Pipe (RC)
wei 50 to 150 and tested for soundness with sodium A 4 inch diaincter perforated pve Pipe shall be placed as a
sulphate in accordance with aashto t104 the km through a one footing drain behind the rockeries as shown in the standard plans,
inch sieve after 6 cycles shall not exceed 35%by weight- and connected to the storm drainage system where shown.
'Rte rock material shall be as nearly rectangular as Possible so
as to afford the minimum amount of void spacx between the blocks. 6-12.3.3 Rejection Of Material(RQ
No stone shall be used which does not extend through the wall. Ile inspector will have the authority to Mica any defective
The rock material shall be hard sound durable and free from material and to suspend any work that is being improperly dome,
rhered rtions seairts cracks and other defects. subject to the final decision of the engineer. All rejected material
The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work
foot, The source of supply and representat1Ve samples of the shall be repaired or replaced at no addrhon_a_1 cost to the Owner.
raterial shall be approved by die engineer before delivery to the 6-12.4 Measurement (RCS
site.
The rock walls shall be constructed of one-man 'rocks, (85 to Measurement of the finished rock waif for payment will be
300 pounds) each 10" in its least dimension; two roan rocks, (A" made from the footing grade to the top of the wall and rounded to
to 600 each 13- in its Icast dimension; three man rocks the nearest square Yard.
(800 to 1,200 pounds) each 16" in its least dimension; four-man
rocks(1 00 5 to 2,200 pounds) each 18" in its least dimension ibe 6-12.5 Payment (RCS
rocks shall range uniformly in size for each classification specifics. Payment will be made under the item "rock retaining wall
The four-man rocks shall only be used for the first course of per square yard. —
rock in walls over 6 feet in height. re and shall be full compensation for
Rig unit prig per square Y I include all work
6-1,2.3 Construction Requirements (RC) the rocke ck/ro retainin wall in lace and shat
materials and equipment regthired to complete the installation'-
jim rock unloading at the site will be done in such a manner including drainage pipe and all other items.
as to segregate the rock by the size ranges indicated in the
pyceding paragraph not less than
Tlie walls shall be started by excavating a trench,
6 inches or more than one foot in depth below su"rade to
excavation sections or not less than 6 inches or more than one foot
in depth below the existing round level in embankment sections.
Areas on which the rockery is to be placed shall be trimmed and
dressed to conform to the elevation or slope indicated. T7ie rock
wall construction shall start as soon as possible upon the
completion of the cut or fill section.
Rock selection and placement shall be such that there will be
no open voids in the exposed face of the wall over 6 inches across
in any direction The rocks shall be placed and keyed together
with a minimum of voids Particular attention shall be given to
the placing and keying together of the final course of all rockeries.
The final course shall have a continuous appearance and be l�aced
to minimize erosion of the back-fill material. The larger rocks shall
be placed at the base of the rockc so that the wall will be stable
1-
Page-SP-29
Revision Dale_May 19, 1997
7-01 Drains
7-04 Storrs Sewers
Division 7 Corrugated Polyethylene Culvert Pipe
Where steel or aluminum are referred to in 9-05.19
Drainage Structures, Storm Sewers, regard to a kind of culvert t i arch, or end this Section in
pipe. pipe sections, it shall
Sanitary Sewers, Water Mains, and be understood that steel is zinc coated with Asphalt
Treatrrrent I
(galvanized) or aluminum coated (aluminized) corrugated iron or I
Conduits steel, and aluminum is corrugated aluminum alloy as s
Sections 9-05.4 and 9-05.5. Peerfied in
Where plain or reinforced concrete steel or aiutninurn are
referred to in Section 7-02 it shall be understood that reference is
7-01 Drains also made to PVC.
SECTION 7-01.2 IS REVISED AS FOLLOWS.
7-01.2 Materials RAC
7-03 Structural Plate Pipe, Pipe Arch, Arch,Drain pipes may be concrete,zinc coated (galvanized)Asphalt and Underpass
Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS:
steel_ with Asphalt Treatment 1, corrugated aluminum alloy,
polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7 43.2 Materials(RC)
option of the Contractor unless the Plans specify the type to be
used. _ Materials shall meet the requirements of the following
sections:
SECTION 7-013 IS REVISED AS FOLLOWS: Concrete Class 3000 602
Corrugated Steel Asphalt Treatment I
7-013 ConstruEtion Requirements It Corrugated Aluminum
PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-05 907 I
using a flexible eiastomeric seal as described in Section 9-04.8.
The bell shall be laid upstream. PE or ABS drain pipe shall be SECTION 7-03.5 IS REVISED AS FOLLOWS:
jointed with snap-on, screw-on, or wrapa;mmd coupling bands as
recommended by the manufacturer of the tubing. 7-03.5 Payment
PVC urKknirain pipe shall be jointed using eidier the flexible Payment will be made in accordance with Section 1-04.1, for t
dasioareic seal as described in Section 904.8 or solvent cement as ��of the following bid items that are included in the proposal:
descnbed in Section 9-04.9, at the option of the Contractor unless P Po
"St_ Str. Plate Pi Gage In. Diam. r
ottxrwise specified in the Plans. The bell shall be laid upstream. Pe g per linear
PE or A13S drainage tubing underdrain pipe shall be jointed with foot with Asphalt Treatment L
screw-on, or wraparound 'St_Str. Plate Pipe Arch Gage. FL In.Span"
snap-on. paround coupling bands, as P i
recommended by the manufacttrrrr of the tubing. Per linear foot with Asphalt Treatment I.
"St. Str. Plate Arch Gage r4. In. Span", per
SECT[ON 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment L
FOLLOWING: "Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl.Haul".per cubic yard.
7-01.4 Measurement Ft If no bid item for Structure Excavation Class A or Structure.
When the contract does not include "structure excavation Excavation Class B including haul is included in the schedule of
Gass B'or"Structure excavation Class B including haul" as a pay Prices then the work will be considered incidental and its cost
item all costs associated with these items shall be included in other should be included in the cost of the pipe. "Shoring or Extra
contract pay items. Excavation Class B"_ If It is not in the contract then it shall be -
incidental.
7-02 Culverts
7-04 Storm Sewers
SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS
FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS.
7-02.2 Materials R 7-04.2 Materials I
Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in
sections: regard to a kind of storm sewer pipe, it shall be understood that
Plain Concrete Culvert Pipe 9-053(1) steel is zinc coated (galvanized)= Asphalt Treatment I Coated "
Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and
Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections
Steel Culvert Pipe and Pipe Arch, Asphalt Treatment I 9-05.4 9-05.4 and 9-05.5.
Steel Ncstable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8)
Steel End Sections, Asphalt Treatment I 9-05.4(9)
Aluminum Culvert Pipe 9-05.5
Aluminum End Sections 9-05.5(6)
Solid Wall PVC Culvert Pipe 9-05.12(1) "
Profile Wall PVC Culvert Pipe 9-05.12(2)
Page-SP-30
7-05 Manholes,Inlets,and Catch Basins
7-05 Manholes, Inlets, and Catch Basins
7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins
SECTION 7--04-3(1)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING TIIB
FOLLOWING: FOLLOWING:
7-04.3(1)B Pipe Bedding C) 7-05.3 Construction Requirements (RC)
-pipe bedding for PVC sewn pip, shall consist of clean All manholes shall have eccentric cones and shall have
ravel consistent with section 9-03.12(3). it shalt be
Qnrtular pea ladders.
laced to a d th of 6- over and 6 under the exterior walls of the
pipe- SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
7-04.3(2) Laying Storm Sewer Pipe
7-05.3(1) Adjusting Manholes and Catch Basins to
SECFION 7-04.3(2)A IS REVISED AS FOLLOWS: Grade C
7-04.3(2)A Survey Line and Grade Q ne existing cast 'iron ring and cover on manholes and the
Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly
contractor in a manna consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the
specifications._ existing structure shall be raised or lowered to the required
elevation.
SECTION 7-04.3(2)G IS SUPPLEMENTED
BY ADDING THE
FOLLOWING:
7-04.3(2)G Storm Sewer Line Connections f= In waved streets: Manholes, catch basins and similar
All lions not occurring at a manhole or catch basin shall
be done utilizing pro trianufacttrred tee coniicciors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall
-roved by the Engineer e t other method or materials be constructed to a point approximately eight inches below the
for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover_ F-lcistmg
manholes shall be cut off and covered in a similar manner. The
by the Engineer. contractor shall carefully reference each manhole so that they may
SECTION 7-04.4 IS REVISED AS FOLLOWS: be easily found upon completion of the street work. After placing
the gravel or crushed stone surfacing the manholes and manhole
7-04.4 Meatsurernent_T_Q castings shall be constructed to the finished grade of the roadway
The length of storm sewer pipe will be fie number of linear surface Excavation necessary for bringing manholes to grade
feet of completed installation measured along the invert and will shall center about the manhole and be held to the mmimum area
and fittings. The number necessary. At the completion of the manhole adjustment, the void.
include the length through elbows, tees, ed with materials which result
of linear fed will be measured from the aster of manhole to around the manhole shall bacldill� road way section, and be
cmtcr of manhole or from the center of catch basin to center of in the section required 1
catch basins and similar type structures. thoroughly compacted.
In cement concrete anent Manholes catch basins and
I in the same
SECTION 7-04.5 IS SUPPLEMENTED AND REWSED AS similar struures ct shall be constructed and ad"ustc
yys; manner as outlined above except that the final adjustment shall be
made and cast iron frame be set after forms have been Placed
FOILp and
7-04.5 Payment_RQ a care snap bG
checked. In lac the concrete vernent ezireni
taken not to alter the position of the� ni:in anY way
The unit contract price Per linear foot for storm sewap'tP of shalt concrete Payeneni: Manholes shall not be adjusted
the kind and siu specified shall be full pay for all work to of G.
Complete the installation including adjustment of inverts to until the Pavement is completed, at which erne die w
manholes. When no bid item "gravel backfM for P )e bedd1r!9- is manhole shall be carefully relocated fn°m �e be cut in
bcddnhg as shown m the established the contractor. The venient shat
included in the Schedule of Prices Pipe raved to Permits Of
to the p� and no restricted area and base material be mm t
standard plane shall be considered incidental grade
additional payrnerrt shall be made. the cover. The manhole sball then be brow to
ctron as for me
utilizing the same methods of Constr2 on the concrete blocks
Testing of storm sewer P'tPe if required by the Engineer,shall itself. The cast iro n frame shall be laud halt concise pavan
be considered incidental to and included in the unit contract Prices and wedged up to the desired grade Ilse a teeter of which
for oth_ er_items• shall be cut and removed to a neat circle . frsme PlU
shall be equal to the outside diameter of the t t ve removed
two feet. The base materials and crushed rock Std shall be
and Class 3000 or Commercial Portland Cement Co lam uP to
(aced so that the entire volume of the excavation u--
but not to exceed 2 inches of the finished avemer t surface-
within
On the day following placement of the concrete die edge of die
m ��
halt
,aspezpavement, and the outer ed a of die can '!_n
Ci concrete Sl ti
be as painted with hot halt cement. Asphalt Class atching
rs and a P
then be placed and compacted with hand tarn pay surface
roller. "Ilse complete patch shall match die exi5tin the
for texture demi a uniformi of race. The o�n[ t�iwczi.
Page-SP-31
Revision Date:May 19, 1997
7-08 General Pipe Installation Requirements 7 48 General Pipe Installation
p Requirements
patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLIO WS•
hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement
covered with dry paving sand before the asphalt cement solidifies H
The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of
plastered. manhole heights for payment purposes will be the distance from
Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet
i
iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous itt �
csublishcd from the forms or adjacent pavement surfaces. The as valve bones shall be considered incidental to the unit �ntract
final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made
manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items ��
projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured b -Adjust Ezistin
each which shall be full a for all labor and materials includin r
frame not embedded in the gutter section shall be solidly embedded all
in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance _ Sexton
inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1) and the City of Renton Standard Details
below the top of the frame so that the wearing course of asphalt Connection to existi!lg pipes and structures shall be measured
concrete pavement will butt the cast iron frame. The existing per eael!•
concrete
asphalt cement.pavement and edge ents the in then inlet shall be painted with hot SECTION 7-05.5 IS REVISED AND=:SUPPLEME�D AS
FOLLOWS_
constructed in the same manner and of the same material as that
required for new inlets: The inside of the inlets shall be mortared 7-05.5 Payment_Z "
and plastered.
Monuments and�ast iron frame and cover: Monuments and - ,`—di tNCug"Existing F,�r each
monument castings shall be adjusted to The unit contract rice
g gndc in the same manner Price Per �� for 'Adjust
as for manholes. Existing "shall be full pay
Valve box castings:Adjustments of valve box castings shall be for all costs necessary to make the adjustment including restoration
made in the same manner as for manholes. of adjecent areas in a manner acceptable to the Engineer.
`Structure Excavation Class B",per cubic yard.
SECTION 7-05.3 2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incf.Haul",per cubic yard_
Structure excavation for concrete inlets and area inlets is
7-05.3(Z) Abandon F.]tisting Manholes(RC) considered incidental to the cost of the inlets and shall be included
Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet If
the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure
below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the
manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its host should be included
manhole filled with sand and compacted to 90 percent density as in the cost of the pipe.
specified in Section 2-03.3(14)C. Debris resulting from breaking 'Connect to Existing Catch Basin,"per each.
the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing Pipe,' per each.
to the approval of the Engineer. The ring and cover shall be
salvaged and all other surplus material disposed of. 7--08 General Pipe Installation Requirements
SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING TIIE SECTION 7-08.3(I)C SUPPLEMENTED AS FOLLOWS:
FDLLOWING.
7-08.3(1)C Pipe Zone Bedding(RC) (SA)
7-05.3(3) Connections to Manholes�R 7 g materials under the pipe
Hand compaction of the ddin
Where shown on the plan new drain pipes shall be connected haunches wilI be required. Hand compaction shall be accomplished
to existing line, catch basin, curb inlets and/or manholes The by using a suitable tamping tool to firmly tamp bedding material
contractor shall be required to core drill into the structure shape under the haunches of the pipe. Care shall be taken to avoid
the new pipe to fit and tegrout the opening in a workmanlike displacement of the pipe during the compaction effort.
_manner. `Where directed by the"engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no
plarts,additional structure channeling will be required. further compensation shall be made.
A 'Connexion to existing` item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS:
connection of a new line to an existing structure or the connection
of a new structure to a existing line. No 'connection to existing' 7-08.3(2)E Rubber Gasketed Joints CC,Z
will be accepted at the location of new installation, relocation and In laying pipe with tubber gaskets, the pipe shall be handled
_adjustment of line manholes catch basins or curb inlets carefully to avoid knocking the gasket out of position or
Any damage to existing pipe or stnicture that is to remain in contaminating it with foreign material. Any gasket so disturbed
place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced
or replaced at his own expense before joining the sections.
The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced
labor, materials and equipment required home. Sufficient pressure shall be applied in making the joint to
ensure that the joint is home, as defined in the standard installation
instructions provided by the pipe manufacturer. The Contractor
may use any method acceptable to the Engineer for pulling the pipe
together, except that driving or ramming by hand or machinery will c3
not be permitted_ Any pipe darnaged during joining and joint
L
Page-SP-3Z
Revision Dale:Mav 19. 1997 r d
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in
Contracting Agency. the pipe line shall be closed with water tight expandable tyjx
W Cl
Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each days operation or whenever the pip`
pushing the pipe and damaging the pipe or joint system. Any openings are left unattended_ The use of burlap, wood
or other
damaged pipe his be replaced by the Contractor at h expense. similar temporary plugs will not be permitted.
Care shall be taken to prop-fly align the pipe before Joints are Where necessary to raise or lower the ipe p due to u& ... r
entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the
pipe shall be partially supported by hand, sling or crane to alignment and/or tie grades. Except for short tuns which May be
minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on graves
concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is land on a downhill grame hall
gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficieu supj)Ort is furnished by
deflected and straightened, such movement shall be held to a the following pipe to prevent movement.
Unless otherwise required, all Pipe shall be laid
minimum once the joint is home. straight
between the changes in alignment and at uniform grade betw, n
SECI70N 7-08.3(2)!IS AN ADDED NEW SECTION: changes in grade. For concrete pipes with elliptical reinforcement
7-48.3(2)) Placing PVC Pipe RRQ the pipe shall be placed with the minor axis of the rcinf_r in
In the trench prepared as specified in Section 7-02.3(1) PVC a vertical position.
pipe shall be laid beginning at the fewer end with die bell end Immediately after the pipe joints has been made proper rrasket
-;ate Pea gravel will be used as the bedding material and placement shall be chocked with a feller age as approved by the
exmnd from 6' below the bottom of the pipe to 6 above the top of pipe manufacturer to verify propr gasket placement.
the pipe When it is necessary to connect to a-txnxxure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING TEE
mudded joint a rubber gaskctcd concrete adaPtcr:collar will be used FOLLOWING.
at the point of connection.
7-08.3(2)G Sewer Line Connections (RC)
7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer,all connections of
Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron
with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands. When
Fiagia0s; in a manner consistent with acctpted practices• the existing main is constructed of vitrified clay, plain or
The Contractor shall transfer line and grade into the ttrnch reinforced concrete, cast or ductile iron pipe, the existing main .
where they shall be tam ans carried by me of a laser beam using 50 foot shall be core drilled.
minimum intervals for grade staking Any other procedure shall Connections (unless booted connections have been provided
have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled,,and shall
or taut gTQAQ 1-- have an 'O' ring rubber gasket meeting ASTM 0-478 in a
of" move CL-a 30 fact- Nag manhole coupling equal to the Johns-Manville Asbestos-Cement
collar, or use a conical type flm-ble seal equal to kore-N-Seal.
work-sh-ll-be
PVC pipe connection shall consist of tee nipple and couplers as
approved by the Engineer.
SECTION 7-08.4 IS REVISED AND SUPPLEM EEhfENTED AS
naer FOLLOWS:
SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE 7-08.4 Measurement (SA)
FOLLOWING:
7-08.3C1)B Pipe Esping (RC) Gravel.baclfill for foundations, or gravel baddiff for pipe
zone when used for foundations, shall be measured by the
Checking of the invert elevation of the pipe may be made by bedding
calculations from measurements on the top of the Pipe or by cubic yard, including caul,as specified in 2-09,.,or by the TON.
Concrete.for plugging existing Pipes will be measured by die
too king for ponding of 12' or less which indicates a satsfactory required cubic and for the volume which would be to comPl�Iy
condition At manholes cuc
die e downstream pipe(s) is of a Y Computation for
larger size pipc (eight-tenths)(s) shall be laid by matching the(ei flow fill the pipe for a distance of two diameters-
elevation,unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter*
All pipe fittings etc shall be carefully handled and protected Excavation of the trench will io Cl measured ��
against damage impact shocks and fie fall All pipe handling excavation Class B or structure excavation Class B including vation
equipment shall be acceptable to the ENGINEER. Pipe shall not be the cubic yard as specified in Section e me ono�limits
be placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be means
manner which will protect the pipe against injury whenever stored ordered by the Engineer. under tie
at the tr>:nch site or elsewhere No pipe shall be tr>stalled where Embankment construction before culvert platen
the lining or coating- show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will be measured in
determined by the ENGINEER Such damaged luting or coating accordance with Section 2-03.
shall be repaired or.x new undamaged pipe shall be furnished and Shoring or extra excavation class B will be measured as
installed specified in Section 2-09.4.
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 [reinch.
Page-SP-33
Revision Date_May 19, 1997
7-10 Trench Esc, Bedding,and Backtill for Water Mains 7-11 Pipe Installation for
Water Mains
SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7_11 Pipe Installation for Water MaiIIS
FOLLOWS. ,
7-08.5 Payment 1 (SA) 7-11.3 Construction Details (RC)
Payment will be made in accordance with Section 1-04.1 for
each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves
"Gravel Backfill for Foundations", per cubic yard,or Ton.
'Gravel Backfill for Pipe Zone Bedding", per cubic yard, or SECTION 7-II.3(41 HAS BEEN REVISED A s FOLLOWS..
Ton. 7-11.3(4)A Ductile Iron Pipe_RC�
-Commercial Concrete".per cubic yard. Long radius (500feet or more) curves, either horizontal or
-Structure Excavation Class B". per cubic yard. vertical, may be laid with standard pipe by deflectirr r'
g the joints. )e
'Structure Excavation Class B Incl. Haul",per cubic yard. the pipe is shown curved in the Plans and no special fitting
Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves s are
structure excavation, dewate can made by
ring and.ba�llirtg shall be incidental deflecting the joints with standard lengths of pipe. If shorter `
to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate ntazirnurn lengths that
'Shoring or Extra Excavation Class B",per square foot. can be used- The amount of deflection at each pipe joint when pipe
If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of I
incidental. the manufacturer's printed recommended deflections. ti
SECTION 7-11.3(4)B IS SUPPLEMENTED AS FOLLOWS.
7-10 Trench Exc., Bedding, and Backfill for 7-11.3(4)B Poi
Water Mains Poly Chloride(PVC) Pipe(4 inches
and Over) RRCC) )=
SECTION 7-I0.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water
mains and appurtenances_
7-10.4 Measurements mains THE =-E AND TEXT OF SECTION 7-11.30 HAS BEEN
Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS.
the cubic yard measured by the calculation of neat lines based on
maximum trench width per Section 2-09.4 or by the ton, in 7-11.30 Laying Ductile Iron Pipe and FFtangs with
accordance with Section 1-09. Polyethylene Encasement.(RC)
A%cr- rfiw441 in the , AThe Contractor shall lay ductile
7-I0-5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encaseme t- Pipe and.polyethylene
7-10.5 Fayment�R Z encasement shall be installed in accordance with AWWA C105. t.
The polyethylene encasement shall alsq be installed on all
appurtenances, such as pipe laterals, couplings fittings, and
mod- 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
Payment for 'removal with ANSI/AWWA C105/A21.5-93.
and _replacement of unsuitable material' will be considered Installation of the polyethylene encasement shall be considered
incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment
compensation will be made. shall be allowed.
4. 'Bank Run-Gravel for Trench Backfill per cubic yard
or.ton. 7-11.3(7)A AND 7-II.3(7)B HAVE BEEN DELETED AND _
The unit contract_price per cubic yard or ton for -Bank Run REPLACED BY THE FOLLOWING
Gravel for Trench Badcfdl" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe_(RQ
furnish, place; and compact the material in the trench. Also Steel pipe shall not be used. -
included in the unit contract price is the disposal of excess and
unusable material excavated from the trench. SEC77ON 7-11.3(9).4 IS REVISED AND SUPPLEMENTED'4S
6. "Foundation Material'-, per ton or cubic yard. FOLLOWS.
Payment at the unit contract price for 'foundation material' S
strap be full compensation for excavating and disposing of the 7-11.3(9)A Connections to Existing Mains (RC)
unsuitable material and replacing with the appropriate foundation The Contractor may be required to perform the connection
material per Section 9-30.7B(1). during times other than normal working hours. The Contfamctor
shall not operate any valves on the existing system witlww_qw-ific t r
Water system personnel will operate
211 valves on the existing system for the contractor when requrred-
No work shall be performed on the connections unite a
representative of the water department is present to inspea ale-
work.
When not stated otherwise in the special provisions or on the
plans all connections to existing water mains will be done by Cr
forces as provided below:
City Installed connectigns:
Page-SP-34
Revising Date_Mav 19: 1997
7_11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains
Connections to existing piping and tic-ins are indicated on the registering I gallon per revolution. The meter shall be approved by
drawings The contractor must verify all existing pi� the Engineer.
dimensions and elevations to assure proper fit. Acceptability of the test will be determined as follows:
_Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors as
without first making the necessary arrangernents with the Engineer follows:
in advance. 1 The quantity of water lost from the main shall not exceed
A two-week advance notice shall be required for each the number of gallons per hour as listed in the following
CIO which requires a cutting of the existing water mains or a table.
shut down of the existing water mains.
The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour
tore schedule the connection if the work area is not ready at the test period.
All water used to perform hydrostatic pressure shall be
scheduled time for the connection.
Work shall not be started until all the materials equipment charged a usage fee.
and labor necessary to properly complete the work are assembled Allowable leakage per 1000 ft. of «-
g Pipeline in GPH
on site.
The Contractor shall provide all saw-cutting removal and
disposal of existing surface imprav nicrus. czeawation• haul and Nominal Pipe Diameter in inches
disposal of suitable materials shoring de-watering, foundation PSI 6" 8' lo" 12" 16'
unsuitable 20' yt-
rial at the connection areas before the scheduled time for the 450 0_95 1.27 159 1.91 2.55 3.18 3_82
mau
connection by the City. The Contractor shall provide all materials 4o0 0_90 1.20 150 1.80 2_40 3_00 3.60
350 0
necessary to install all connections u indicated on the _
construction 84 1_12 1.40 . 2.69 225 2.81 337
Qlaiis including but not limited to the required fittings couplings 275 0.75 I_00 114 1.49 1_99 2.49 2_99
diadde materials to complete the �nnections. The 250 0.71 0.95 1.19 1.42 1_90 2.37 285
pipC Sp0015, 225 0_68 0_90 1.13 1.35 1_80 2.25 2_70
Contractor shall provide and install concrete blocking, poles 200 0.64 0.85 1.06 128 1.70 2.12 255
the piping at the connections backdill and surface restoration at the -If the pipeline under test contains sections of various
locations shown on the plans for the connections to the ezisung diameters the allowable leakage wi71 be the sum of the computed
water mains leakage for each size. For those diameters or pressures not listed,
The City will tali tbe existing main and assemble all materials- the formula below shall be used:
SECTION 7-11.3(11)IS SUPPLEMENTED AND REVISED AS _ The quantity of water lost from the main shall not exceed the
FOLLOWS number of gaflons per hour as determined by the formula
L= p
7-11.3(11) )fydrostatic Pressure Test (RC) 7400
A hydrant meter and a back flow prevention device will be in which
used when drawing water from the City system. These may be Allowable leakage.gallonslhour
forms and I'-
obtained from the City by completing tfie required N = No_of joints in ilia length of p'ipehne Laird
[calking required security deposits There wi71 be a charge for the D = Nominal di; of the,pipe in inc ics
water used. Before applying the specified test pressure air shall the leakage teat,psi
be expelled completely from the pipe
valves and hYdiaii?s• U p = Average test pressure during
permanent air vents•M not located at all high points, the contractor There CL-11-"Gt ba
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 SECTION 7-11.3(12)A SHALL EE REVISED AND
expelled, the corporation cocks shall be dosed and the test SUPPLEMENTED AS FOLLOWS.
pressure applied. At the conclusion of the pressure test, the
corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Po1p piggy"_��
The mains dW1 be filled with water and allowed to stand Sections of pipe to be disinfected shall first w Ausiiat May
pressure for a minimum of 24 hours to allow the escape of piKged to remove any solids or_contaminated material
that may
air and allow the lining of tie pipe to absorb water. The State will have become lodged in the pipe. If i �, men a tap shall be
furnish the water necessary to fill the pipelines for testing purposes Qf the�uairi,-the main cannot be �P�Y P gg24:.
at a time of day when sufficient quantities of water are available for
provided large .enough to develop a velocity of at least 2.5 fps is
em
normal syst operation- the main to Girard Industries Agaa-
The test shall be accomplished by pumping the main up to the The Poly pig shall be equal
Swab-AS 2lb/cu-ft density foam with 90A dutul'==r utett>
required pressure, stopping tie pump for a minimum of two hours, i„ -polysig-
mid tun pumping the main up to the test pressure again. During rubber coating on the rear of the 'Poly-pig" �
die test, the Section being tested shall be observed to detect airy shall be cylinder shaped with bullet nose or
visible leakage. A clean container shall be used for holding water
for pumping up pressure on the main being tested. This makeup Deckilorination of all water used for disinfection shall be
water shall be sterilized by the addition of chlorine to a rd detail. water
concentration of 50 m911. accomplished in accordance with the CitYs stands
The quantity of water required to restore the pressure shall be
containi chlorine residual in excess of that carried in the ezisiir is i b
acauamly determined by either 1)primping from an open container water system shall not be disposed into the storm drainage sy_s tam
of suitable size such that accurate volume measurements can be or any water way.
made by the Owner or, 2) by pumping through a positive
displacement water meter with a swceP unit pumping through a
positive displacement water meter with a sweep trait hand
t_
Page-SP-3S
Revision Date.May 19, 1997
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water
Mains
SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components:
REPLACED WITH. Tiebolt: ASTM A242 gpe 2 zinc Dlated or
alvanized_ SST 7:5/8" for 2" and 3' mechanical hotdi
7-11.3(12)D Dry Calcium Hypoclilorite (RC) � °`nom 3/4" for
Dry calcium hypochlorite shall not be placed in the pipe as 4" to 12" mechanical joints ASTM A325
3D cxce t tensile
laid. siren of full-body threaded section [hall be increased
lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" beat
SECTION 7-11.3(12)K]LAS BEEN REVISED AS FOLLOWS. treating chin and tempering) to manufactures meat and
hardness specifications. SST 753: 314" for 14' to 24• rnx�nical
7-11.3(12)K Retention Period (RC) joints. same ASTM ification as SST 7. SST 77. 3/4" same
Treated water shall be retained in the pipe at least 24 hours SST 7 except I" eye for 7/8" rod. same ASTivi ification as
but no long than 48 hours. After this period, the chlorine residual SST 7. ,
at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SSB: 5/g"
least 25 mg/l. and 3/4"
ASTM A563 grade C3 or zinc plated. S8: 5/8' and 3/4" ABM
SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS. A563, grade A, zinc plated or hot-dip galvanized
7-11.3(12)N F1na1 Flushing and Testing (RC) Ticcouplmg: used to extend continuous threaded rods and are
provided with a center stop to aid mstallaton zinc plated or hot_
Before placing the ling into service,a satisfactory report shall dip galvanized SS10: for 5/8' and 3/4' tienods AS7M eu3
be rectived from [fie local or State health department or an e grade C3. S10. for 5/8 and 3/4 ticrvds ASIM A563 grade.
approved testing lab-on samples collected from representative
points in the new-=system. Samples will be collected and Tierod: continuous threaded rod for cutting to desired lengths
bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diametr
ASTM A242, type 2, ANSI B1.1. S12: 5/8' and 3/4' diamrrM
SECTION 7-11.3" HAS BEEN SUPPLEMENTED BY ASTM A36,A307.
ADDING THE FOLLOWING: Tiewasher- round flat washers zinc plated or hot die
7-113(13) Concrete Thrust Blocking and Dead-Man galvanized. SS17:ASTM A242 F436. S17: ANSI B18.22-i.
Block(RC) Installation:
Install the joint restraint system in accordance with the
Provide concrete blocking at all hydrants fittings and manufactures instructors so all joints are mechanically locked
horizontal or vertical angle points. Conform to The City of Renton together to prevent tom[ separation_ Tiebolts shall be instilled to
standard details for general blocking; and vertical blocks herein.
M finings to be blocked shall be wrapped with 8-mil polyethylene pull against the mechanical joint body and not the MJ follower.
Torque nuts at 75-90 foot pounds for 314"nuts. Install tiecouplings
plastic. Concrete blocking shall be properly formed with plywood
or other acceptable forming with both rods threaded equal distance into tiecouplings Arrange
.materials and shall not be poured
around joints- The forms shall be stripped prior to backfrlling tierods symmetrically around the pipe. k:
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 Pipe Diameter Nttmber of 3/4"
plans. The dead-man block shall include reinforcing steels shackle -
rods,installation and removal of formwork. Tie Rods Required
Blocking shall be commercial concrete (hand mixed concrete _ 4�..................:..................2
is not allowed)and poured in place. 6 ...........................................2
8. .3
SECTION 7-113(15)IS A NEW ADDI'I70NAL SECTION. 10............................................4
12' 6
7-1_ 13(15) Joint Restraint Systems (RC) 14'...........................................8
General: 16............................................8
Where shown on the-plans or in the specifications or required by 18'...........................................8
the engineer, joint restraint system(shackle rods)shall be used all 20'...........................................10
joint restraint materials used shall be those manufactured by star 24"...........................................14
national products, 1323 holly avenue PO box 258 Columbus Ohio 30............................................(16-7/8"rods)
43216, unless an equal alternate is approved in writing by the 36".............................. .. . . ....(Z4-7/8"rods)
engineer.
Materials:
Stccltypes used shall be:
High strength low-alloy steel(cor-ten) ASTM A242 beat- Where a manufactures mechanical join[ valve or fitting is
_treated, superstar 'SST'series '
High strength low-alloy steel(cor-ten) ASTM A242 superstar sujpplicd with slots for "T' bolts instead of holes a flanged valve
"SS"series. with a flange by mechanical joint adapter shall be used instead• so
Items to be galvanized are to meet the following requirements: as to provide adequate space for locating the tiebolts.
ASTM A153 for galvanizing iron and steel hardware Where a continuous run of pipe is required to be restrained,
ASTM A123 for galvanizing rolled no run of restrained pipe shall be greater than 60 feet in lCnZh
shapes-_ g g pressed and forged steel 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 installeQ as rod guides at each joint
Page-SP-36
Revisinn nnly- Mav 19 1997 «:�
7-12 Valves for Water Mains 7-12 Valves for Water Mauls
Where poly wrapping is required all ticbolts, tienuts, 7-12 Valves for Water Mains
tiecouplings tierods and tiewashers shall be galvanized. All
disturbed sections will be painted to the inspectors satisfaction, SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS,
with koppers bitomastic no 300-m or approved equal.
Where poly wrapping is not required all tieWlts, tienuts., SECTION 7-12.3(1) HAS BEEN REVISED AS FOLLOWS.
tiecouplings ticrods and tiewashers may be galvanized as specified 7-12.3(1) Installation of Valve Marker Post
n
in the preceding paragraph or plain and painted the entirety with
Where required, a valve marker post shall be famished and
koppers bitunustic no. 800-in or approved equal. installed with each valve. Valve marker posts shall be placed at the
Tiebolts ticnuts tiecouplings tierods and tiewashecs shall be edge of the right-of--way opposite the valve and be
considered incidental to installation of the pipe and no additional set with
�l�ent shall�made. 18 inches of the post exposed about grade. �
SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS:
7-11.4 Measurement (RC)
Measurement for payment of concrete thrust blocking and
dead-man blocks will be per cubic-yard when these items are SECTION 7-12.3(1)IS A NEW SECTION:
included as separate pay items if not included as separate pay
items in the contract, then thrust blacking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade MCZ
sfull be considered incidorital to the installation of the water main Valve bones shall be adjusted to grade in the same manner as
and no further compensation shall be[Wade. _ for manholes as detailed in Section 7-05.3(1) of the Renton
Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited
mains will be per each for each connection to existing water to the locations shown on the Plans.
mains) as shown on the plans. Fadsting roadway valve boxes shall be adjusted to conform to
final finished gndcs. "Pie final installation shall be made in
SECTION 7-II.S HAS BEEN REVISED AS FOLLOWS: accordance with the aWticable portions of Section 7-12.
7-115 Payment (RC) In`die event that die existing valve box is plugged or blocked
with debris the Contractor shall use whatever means necessary to
Pipe for Water Main and Fittings In. Diam% Per remove such debris leaving the valve installation in a fully
rmeal foot, operable condition.
The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one-
of•_Pipe for Water Main _In. Diam.' shall be full pay for fourth inch(1/4')to one-half inch(1/2')below finished grade.
all work th
to complete e installation of the water main including
but not limited to trench excavating, bedding, laying and Jointing SECTION 7-I2.4 IS SUPPLEMENTED BY ADDING THE -
pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING:
.v. ethylene wrap cleaning by poly-pigs vertical crosses for
of iy 7-12.4 Measurement
insertion and removal of poly-pigs temporary thrust blocks and
biowoff assemblies testing flushing disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured
shadde rods abandoning and capping existing water mains, per each if included as a separate pay item in the Contract; if not a
removing miscellaneous pipes, removing and salvaging existing separate pay item but rcquiued to complete the works then value
hydrant zttrunblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental.
shown on the plans,and cleanup. H drant auxiliary to valve wil l be included in the
-Concrete T hnist Blocking and Dead-Man Blocks', per cubic measurement for hydrant assembly and will not he included in this
ate– measurement item.
The unit coturact price bid for 'Concrete Thrust Blocking and SECTION 7-12.5 IS DELETED AND EPIACED WITS THE
Dead-Man Block' Shall be for the complete cost of labor; FOLLOWING:
materials equipment for the installation of the concrete thnist 'Gate Valve from 4 inch to 10 inch in diameter and Valve
blocks and dead- man blocks including but not limited to Box," per each.
excavation dewatering haul and disposal of unsuitable materials, The unit contras price per each for the valve of the specified
concrete reinforcing steel shackle rods and formwork. If thus size shall be full for all labor, i merit and
maier'dl `�
item is not included in the contras schedule of prices then thrust furnish and install the valve complete in lace on the water mains
blocking and dead-man blocks shall be considered incidental to the including trenching jointing of valve
bl
installation of the pipe and no further compensation shall be made. Gxieri���
'Connection to Existing Watt Mains' per each• disinfecti hydrostatic testing, cast-iron valve box aria
As required valve nut extensions adjustment to final grade.
The unit contras price per each connection to existing water .12 inch Gate Valve and Concrete Vault Pe ��'
mains shall be for complete compensation for all equipment, labor, The unit contract price per each for the 12' eau valve
materials required for the connections to the existing water mains. ui meet arts material to
assembly, shalt be full pay for all labor eq _
furnish and install the valve co lee in lace on the water main,
including trenching jointing blocking of valve,-by-p--=—b
cast-iron casting and cover, ladder concrete users
required adjustment to final grade.
16 inch and larger Butterfly Valve and Concrete Vault ' per
each.
t-
Page-SP-37
Revision Daft:May 19, 1997
7-14 Hydrants 7-14
Hydrants `
The unit contract price per each for the 16' and larger cast iron valve box and cover, 3/4' shackle rods and a
butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard pos ts oN if cSOnes
and material to furnish and install tic valve complete in place on outside right-of-way). h drams are
the water main, including trenching jointing blocking of valve Joint restraint Shackle Rods shall be installed in accordance
painting, disinfecting, hydrostatic testing concrete vault cast-iron with Section 7-11.3(15):
casting and cover, ladder, concrete risers as required adjustment
to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING TUB
"Blow-off assembly,'per each. FOLLOWING:
The unit contract price per each for each blow-off assembly '7-14.3 3 Resetting
shall be for all, labor, equipment and material to complete the ( ) ttrng �strng H3 duets R('
installation of the assembly per the City of Renton Water Standard This work shall conform to Section 7-14.3(1), All h d
shall be rebuilt to the approval of the City Y=ants
Detail, latest revision. tY(or r_e�1=mod with
'Air-Release/Air-Vacuum Valve Assembly,* per each,
hydrant). All rubber gaskets shall be r laced with new
the type required for a new installation of the same r askets of
The unit contract price per for air-release/air-vacuum valve e
assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE
complete the installation of the assembly including but not limited FOLLOWING.
to, excavating tapping t1tC main laying and jointing the pipe and
fittings and appurtenances, balling testing flushing and 7-14.3(4) Moving Existing Hydrants L[Zg
disinfection, meter box and cover, at location shown on the plans All hydrants shall be rebuilt to the approval of the City(or
and per City of Renton Standard Detail latest revision replaced with a new hydrant). All rubber gaskets shall be replaced
'Adjust Existing Valve Box to Grade(RC),' per each with new gaskets of the type required for a new installation of the
The contact bid price for 'Adjust Existing Valve Box to same type. ,
Grade' above shall'be full compensation for all labor, material
tools and equipment necessary to satisfactorily complete the work SECTION 7-I4.5 IS REVISED AS FOLLOWS:
as defined in the Contract Documents- including all incidental 7-14.5 Payment I(Q
wort. If not included.as a separate pay item in the Contract, but
required to complete other work in the Contract then ad'tustrnent of Payment will be made in accordance with Section 1-04.1.-for
valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal:
and no fuffter-compensation shall be made 'Hydrant Assembly",per each.
Ile unit con-WAct Fr- tied The unit contract price per each for "Hydrant Assembly"shall
be full pay for all work to furnish and install fire hydrant
assemblies, including all costs for auxiliary-gate valve, shackles,
place an 11-C ;vater- tie rods, concrete blocks, gravel, and painting and kuand posts
required for the complete installation of the hydrant assembly as
marker-pgrtl specified_ The pipe connecting the hydrant to the main shall be
considered incidental and no additional payment shall be made T
7-14 Hydrants
7-14.3 Construction Details "Resetting Existing Hydrants-,per each.
CZ
The unit contract price per each for "Resetting Existing I
Hydrant" shall be full pay for all work to reset the existing
SECTION 7-14.3(1) IS REVISED AND SUPPLEMENTED AS hydrant, including rebidding (or replacement with a new hydrant),
FOLLOWS.• shackling, blocking, , and guard posts and reconnecting to
the main. The new pipe connecting the hydrant to the main shall be
7-14.3(1) Setting Hydrants considered incidental and no additional payment shall be made.
After all installation and testing is complete, the exposed
portion of the hydrant.shall be painted with aaetwo field coats. The Guard posts shown on the plans shall
type and color of paint will be designated by the Engineer. be incidental to the contract.
Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants%per each.
a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing
Hydrants stall be installed 'in accordance with AWWA Hydrant" shall be full pay for all work to move the existing
specifications C600-•93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new
Renton standard details Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and
to accordance with the water standard detail Upon completion of reconnecting to the main. The new pipe connecting the hydrant to
the protect, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional DaYment
specifications and guard posts painted with two coats of shall be made
preservative paint NO. 43-655 safety yellow or approved equal . Guard posts shown on the plans shall
Fire hydrants shall be of such length as to be suitable for be incidental to the contract.
installation with onnectio
cns to 6" 8' AND 10' a ing in trenches
3 -_12 fW deep unless otherwise specified The hydrant shall be z='
designed for a 4-12 foot burial where 12" and larger pipe is
shown unless otherwise noted on the plan
Fire hydrant assembly shall include- cast-iron or ductile iron
tce(MJ x FL) 6" gate valve(FL,x MI) 6' DI spool (PE x PE), 5- i:i
1/4' MVO fire hydrant (MJ connection) 4' x 5" Stortz adapter,.
Page-SP-38
Revision Date.Mav 19. 1997 4.9
7-15 Service Connections 7-17 Sanitary Sewers
7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING rUE
FOLLOWING:
Z H
SECTION 7-1S.3 IS SUPPLEMENTED AS FOLLOWS: 7-17.3 O Television 1risPec tion (RQ
Once the television inspection has been cOmntrt.d tt
7-15.3 Construction Details (RC) contractor shall submit To the Engineer the written reports of ale
inspection plus the video tapes. Said video tapes are to be in
Pi materials used to extend or replace existing water service In [Y�tn
erect compatible with the City's viewing and recordmn o e ue
lines shall be copper- City system accepts 112 wide high density VHS Tares, The to
Where instalation is in existing paved streets the service lines will b- run at standard speed SP(15/16 I.P.S.).
shall be installed by a trenchless percussion and impact method
(hoc-hogging). if the trencliless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS
fails regular open trench methods may be used. FOLLOWS:
SECTION 7-I5.S IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC)
The length of sewer pipe will be the number of linear feet of
7-15.5 Payment (RC) completed installation measured along the invert and will include
will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear.
r
the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of
_ manhole or to the inside face of catch basins and similar type
"Service Connection In. Diam.',per each.
The unit contract price per each for "Service Connection_ structures.
In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with
connection, including but not limited to, exa or (hoc- Section 7-17.3(2) will be the member of linear feet of completed
hO ' •tapping the main.laying and jointing die pipe and fittings installation actually tested. l
and appurtenances, balling, testing, flushing, and disinfection Measurement of 'Bank Run Gravel for Trench Backfill
of the service connection 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 I
tickets.
7-17 Sanitary Sewers
SECTION 7-17.S IS REVISED AND SUPPLEMENTED AS
SECTION 7-17-2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS:
7-17.5 Payment C
7-17,2 Materials—T-9(SA) Payment will be made in accordance with Section 1-04.1, for
Pipe used for sanitary sewers may bc: each of the following bid items that are included in the proposal:
Rigid Flexible "Plain Cone. or�Sewer Pipe _ In. Diam.", per linear
Concrete ,pgesita foot.
`Cl. _Rcinf. Cone. Sewer Pipe _ In. Diem- Per linear
3AIV4641 CLY PVC(Polyvinyl Chloride)
Ductile Iron foot. foot-
Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe In. Diem•'. r llinear foot_
sections. 'Ductile Iron Sewn Pipe Iii. Diem." per '
Plain Concrete Storm Sewer Pipe 9-05.7(1) - 'ADS GgrnpoGi
—
Reinforced Concrete Storm$ewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the
r a n nt >t kind and sizes specified shall be full pay for furnishing, hauling• and
's n p 905. 1) assembling in p ce the completed installation including all wycs•
PVC Sanitary Sewer Pipe bedding matcrial, and
Ductile Iron Sewer Pipe 9-05.13 tees. special fittings, Joint materials. completion of the
adjustment of inverts to manholes for die .comp
installation to the required lines and grades.
All pipe shall be clearly marked with type, class- and 'Testing Sewer Pipe".per linear foot Sewer
The unit contras rice linear foot for 'Testing
thickness. Lettering shall be legible and.permanent raider normal P Per and �ip�t
conditions of handling and storage. Pipe- shall be full pay for all Labor, mat Section 7-173(2).
required to conduct the leakage tests required
SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE If no unit price for "Testing Sewer Pipe" is included it shall be
FOLLOWING: considered incidental to the pipe items.
'Removal and Replacement of Umuitaule Material". Per
7-17.3(1) Protection of Existing Sewerage Facilities cubic yard.
(' and for "Removal and
The trait contras price per cubic Y for all work
When extending an existing sewer, the downstream system Replacement of Unsuitable Material" shall be full paY
shall be protected from construction debris by placing a screen or to remove unsuitable material and replace and comPact suitable
trap in the first existing manhole downstream of the connection. It material as specified in Section 7-08.3(1)A.
shall be the contractor's responsibility to maintain this screen or "Bank Run Gravel for Trench Backfill Sewer", per cubic
trap until the new system is placed in service and that to remove it. yard, or Ton.
Any construction debris which enter the existing downstream The unit contract price per cubic yard o�r Ton for "Batik Run
system shall be removed by the contractor at his expense, and to Gravel for Trench Backfll Sewer" shall be full pay for all work to
the satisfaction of the Engineer. When the first manhole is set, its furnish place, and compact material in the trench.
outlet shall be plugged until acceptance by the Engineer. -Television Inspection", per Lump Sum_
Page-SP-39
Revision Date:May 19, 1997
8-09 Raised Pavement Markers 8-14 Cement Concrete
Side�yalks
Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ,ADDING
FOLLOWING: TgE
Miscellaneous Construction
8-13.5 Payment
'Reset Existing Monument"per each
8-09 Raised Pavement Markers Resettin g an existing monument im acted b construction shall
be incidental unless included as a pay item in
the S<hedtile of
SECTION 849.5 HAS BEEN REVISED AS FOLLOWS: Prices.
8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks
Payment will be made for each of the following bid items that
are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE
'Raised Pavement Marker Type 1",per eachlunadred. FOLLOWING:
'Raised Pavement Marker Type 2%per eacMua46,1.
"Raised Pavement Marker Type 3- In. per 8-14.3(4) Coring (RC)
eachkundc4d. The Contractor shall have readily available sufficient
'Rem Pavement Marker", per eachhundmd. protective covering, such as waterproof paper or plastic memh
The unit contract price per eachhun"for "Raised Pavement to cover the pour of an ensue day in the event of rain or other
Marker Type 1", 'Raised Pavement Marker Type 2", and "Raised unsuitable weather.
Pavement Marker Type 3- In." and- 'Recessed Pavement The Contractor shall be responsible for barricading,
Marlccr'shall be full= patrolling, or otherwise
pay for all labor, materials, and equipment Protecting newly placed -concrett
necessary for furnishing and installing the markers in accordance Damaged, vandalized or unsightly concrete shall be removed and
with these Specifications including all cost involved with traffic replaced at the Czpense of the Contractor.
control traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE
control is listed in the FOLLOWING I
c_ontract as a separate pay item.
8-14.4 Measurement(RC)
8-10 Guide Posts When the contract contains a pay item for "Club Ramp
Cement Concrete,' the per each measurement shall include all
costs for the complete installation per the plans and standard details
8-13 Monument Cases including expansion joint material curb and gutter and ramped
sidewalk section. SawcuttinQ removal and disposal of excavated 1
SECTION 8-I3.I IS REVISED AND SUPPL.F.MFNTED AS materials including existing pavement and"si&valk, crushed
FDLLOWS: surfacing base materials and all other work materials and
8-13.1 Descr i equipment required per Section 8-14 shall be included in the per
ption (RC) each price for "Curb Ramp Cement Concrete'unless any of these t.
This work shall consist of furnishing and placing monument other items are listed and spedfied to be paid as separate pay
cases and covers, in accordance with the Standard Plans and these items.
Specifications, in conformity with the lines and locations shown in the contract does not provide a pay item for "Curb Ramp
Cement Concrete," but the plans call for such installation, then
the Plans or as staked by the Engineer or by the Contractor p
arpplied surveyor. quantities shall be measured with and paid for under the bid items
for Curb and Gutter and for Cement Concrete Sidewalk_ When
SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete the PaYmurt
F7DLLOWS: shall be included in the pay item for 'Miscellaneous and/or
8-13.3 Construction Requirements Driveway Asphalt Concrete."
SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE `
The monument will be furnished and set by the Engineer orb FOLLOWING.
the Contractor supplied surveyor.
When existing monuments will be impacted by a project the 8-14.5 Payment(RC)
Contractor shall be responsible for assuring that a registered
surveyor references the existing monuments prior to construction "Curb Ramp, Cement Concrete,'per each
After construction is complete the monuments shall be re- Payment for excavation of material not related to the
established by the surveyor in accordance with RCW58 09 130 construction of the sidewalk but necessary before the sidewalk can
be placed, when and if shown in the Plans, will be made in
SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise. the
FOLLOWING: Contractor shall make all excavations including haul and disposal,
8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the
lines and grades shown, and shall include all costs thereof in the
All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk ---
impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp Cement Concrete."
contract unless specifically called out io be paid as a bid item
Page-SP-40
Revision Dale:May 19, 1,997
8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Eiectri�l
City reserves the right to make additions or deletions to the
8-17 Impact Attenuator Systems which prove necessary for the completion of the protect. trench
THE STATE AMENDMENT TO SECTION 8-17 IS
The minimum width for the trench will be at the o lion of the
contractor. Trench width will however, be of sufficient size so
SUPPLEMENTED BY THE FOLLOWING_ that all of the necessary conduit can be installed within the depth
8-17.5 Payment RC. specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
If no pay item is included for temporarcy impact attenuators be compacted to 95`Ya of the material's maximum density, per
then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D.
pay item for 'Traffic Control.' SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS_
8_20 Illumination, Traffic Signal Systems, 8-20.30 Foundations (RCS
and Electrical
8-20.2 Materials obstructions prevent consu-uction of planned
foundations, the Contractor shall construct an effective foundation
SECTION 8-201(1) HAS BEEN SUPPLEMENTED WITH THE satisfactory to the Engineer.
FOLLOWING: The cQiabiaed height of the light &Land-���
8-20.2(1) Equipment List and Drawings (RCS
The Contractor shall submit for approval six sets of shop The contractor shall provide all material for and construct the
drawings for each of the following-types of standards called for on
foundations for and to the dimensions specified in table 1 below.
this project: The anchor bolts shall match that of the device to be installed
1. Light standards with or without pre-approved plans. thereon.
2. Signal standards with or without pre-approved plans. All excess materials arc to be removed from the foundation
3 Combination Signal and lighting standards- cocstniction site and disposed of at the contractor's expense.
4. Metal Strain Poles. Concrete shall be placed against undisuubcd earth if possible.
no corA=Ctor will gwt-ba r-6
Disturbed earth or ball material shall be-compacted to-95
perx=d of the material's irlaximum density. Before placing die
concrete the contractor shall block-out around any other
The Contractor also shall submit either on the signal standard
shop drawings or attached to the signal standard shop drawings all Underground utilities that lie in the excavate¢-bast so that.the
concrete wi71 not adhere to the utility tine. Concrete foundations
dimensions to clearly show the specific mast arm moundung height smut be troweled, brushed, edged and finished in a woriauanship-
and signal tenon locations for each signal pole to be installed. like manner. Concrete shall be promptly cleaned from the exposed
SECTION a-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placcmcsu,
ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified
curing period the contractor may install the applicable device
8-20.3(2) Excavating and Backfffik9_99 thereon.
The contractor shall supply trench within die unit widths and Table 1
to the specified depths at the locations indicated en the contract
phuts or as directed by the txigi Mr. Type of device Dimensions
The contractor shall have approved compaction equipment on
site before beginning any excavation; compaction e
paction shall be Su-r---t Light Pole 4'Decp x 3' Sq or Dia.
performed at the time of the initial backfillmg of the trench unless Signet Pale trap to 40' mast arm 7'Decp x 3 Sq or Ilia_
See Detail Sheet
directed otherwise by the engineer. Signal Controller
Trenching� for conduit runs shall be done in.a treat manner Street Light Control Cabinet See Detail Sheet
with the trench bottom graded to provide a uniform grade- No Special Base See Detail Sheet
work shall be covered until it has been examined by the engineer.
bacYfill material used for fill around and over this conduct system All concrete foundations shall be constructed in the manner
shall be free of rocks greater than two inches in diameter to a depth specified below: constructed as a
of six inches above the conduit- 1. Where sidewalk or raised islands are to be
Trench within the roadway area shall use select trench backfill pelt of this nroicd the top of the foundation shall be made
which shall consist of 518th inch minus crushed surfacing top flush with the top of the sidewalk or tsland (ice UGta`l
course or other material as indicated in the special provisions or shSq
schedule of prices and directed for use by the engineer. The source 2 Where no sidewalks are to be installed the grade for the top
and quality of the material shall be subject to approval by the of the foundation shall be as specified by the eng gr-
engineer Trench backfill within the sidewalk area shall be made detail shcct
with acceptable materials from the excavation subject to the All concrete,foundations shall be located as per s�ing--on
Engineer's approval of the material and shall be considered a the plans or as located by the engineer in the field.
necessary part and incidental to the excavation in accordance with
the standard specifications Unsuitable material shall be removed
and baccfill shall be select material approved by tie Engineer. The
Page-SP-41
Revision Dale:May 19, 1997
8-20 Illumination,Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
SECTION 8-20.3(S) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed.
FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise
in the Plans or Special Provisions.
8-2030 Conduit (RC) All conduit openings shall be fitted with approved bellcnds or `
Bushings. Wall thickness of conduit shall be consistent within
locati�As: continuous conduit runs with no mixing of different schedule
between terminations.
The contractor shall provide and install all
LL con�i„-r
necessary fittings at the locations noted on the plans C•ond it a e
box- shall be as indicated on the wiring and conduit schedule sh n on
- -
Conduit to be provided and installed shall be of the qTe
ut"hias indicated below.
1. Schedule 40 heavy wall p.v.c. Conforming to ASTM
standards shall be used whenever the conduit is to be placd other
than within the roadway area.
2. Schedule 80 extra heavy wall p.v.c. Conforming to
AS'IM standards shall be used when the conduit is to be laced
within the roadway area.
All joints shall be made with strict compliance to the
manufacturer's rxornmendations regarding cement used and
environmental conditions.
SECTION 8-20.3(6)7S SUPPLEMENTED By ADDING THE
FOLLOWING_
8-20.30 Junction Boxes 4,
The contractor shall provide and install junction boxes of the
type and size at the locations specified in the plans and as per detail
sheets.
at- to The inscription on the covers of all junction boxes shall be as
indicated below:
1. S[reet lighting only: "Lighting'
2. Signal only: "Signals'
elipd ban:ierl 3. Traffic signal and street lighting: 'TS-LT"
-A buniman cand,,U 01.-be a alternatc to galvanized =0 4. Telemetry only: "Telem fty"
Inscriptions on junction boxes performing the same function,
i.e. street lighting, traffic signal, or both, shall be consistent
throughout the project. All junction boxes.shall be installed in
conformance with provisions contained in the standard plans and
detail sheets.
The unit contract price per each for "Type I' or 'I�pe II"
junction box shall be full compensation for furnishing same and for
all costs of labor, material tools and equipment necessary to only in the WX I provide and install the junction boxes including excavation,
backfilling and compaction all in accordance with plans•
If allowed in tlieans l or if obstructions are.encountered in specifications and detail sheets.
jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames.
install conduits by open trenching- Open trench construction shall All junction bones and associated concrete Pads- shall be
conform n the following: installed on compacted sub grade which shall include six inches of
1. The pavement shall be sawcut a minimum of 3 inches 5/8th-inch minus crushed surfacing top course material shall be
deep. The cuts shall be parallel to each other and extend:-foot-one under and around the base of the 'junction box. Core l`
I foot beyond the edge of the trench. — promptly cleaned from the junction box frame and lid.
2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include
3. Trench depth shall provide 24 niches minimum cover installation of 5/8th-inch minus crushed surfacinP to course x
over conduits below the roadbed, and 18 inches below finished 4' thick Class 'B' cernent concrete pad enclosin the It rat
as per the plans specifications and detail shells Installation of the
Eirade in all other areas.. crushed surfacing and the concrete pad shall be incidental to the
unit price per junction box and no further compensation will be
5. Trenches located within paved roadway areas shall be made unless the contract includes separate pay items fo_ r "crsh�
tsiorcd r the Renton Standard Detail. surfacing"and/or for "concrete pad."
s4.-fellaw4d i-1
t-
Page-SP-42
Revision Date:May 19. 1997 -
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor. the Engineer will make the
FOLLOWS: necessary arrangements with the saving utility to complete the
service connections. Electrical energy used prior to completion of
8-20.3(9) Bonding, Grounding (RC) the contract will be charged to the Contractor, except that the cost
of energy used for public benefit, when such operation is ordered
by the Engineer,will be borne by the Stara City.
Three types of power service are used as indicated bdow-
1 Type I system shall be single phase 120 volt,2 wire, 60 cycle
7- ipment A.C.(traffic signal service only) .
2. Type II system shall be single phase 240 volt,2 wire 60 cycle
A-C- (street lighting non contactor, individual cont llcd
photo-cell with no neutral wire)
3. Type III system shall be single phase 1201240 volt, 3 wire 60
cycle A.C. (street lighting contactorltraffic signal grounded
neutral service)
The power service point shall be as noted on the plans and
shall be verified by the electrical servicing utility.
eaaduit. The service cabinet shall be_ marked with the service
Identification of the equipment grounding conductor shall
agreement letters and numbers. The markings shall be installed on
conform to all Code requirements. the outside cabinet door near the top of the cabinet_ The marldngs
Grounding of conduit and neutral at the service point shall be
shall be series C using stencils and black enamel alkyd gloss paint
accomplished as requited under the Code. Grounding of the neutral conforming to Federal SpecificationTT-E-489.
shall be accomplished only at the service.
SECTION 8-20.3(11) IS REVISED AND SUPPL&MEMMD AS
FOLLOWS:
8-20.3(11) Field Test (RCS
Ciao
the
ing
inch dlau-lm�- 1:11 1:11,111:1
j on No clia a to stop and go'operation ration will be allowed after 2 p.m.on
All street light standards signal poles and standards _ rag oP g Pe
which electrical equipment is mounted shall be grow ded to a any day nor will the change be allowed on Friday. week.
copper clad metallic Round rod 5/8" in diameter x 8'0' in lerin holidays,or the day preceding a holiday.
complete with a 98 AWG bare copper
bonding scrap located m the
nearest junction box. All signal ccintroller -cabinets and 1 Requests for traffic signal turn on will not be considered until a
nearest
service cabinets shall be grounded to a 5/8" in pre turn on inspection of signal system has taken place.
clad metallic ground rod located 2 All discrepancies and deficiencies [must be �rrected �' the
diameter z 8'0' in length copper ruing signal turn on
in the nearest junction box with a bare copper bonding scrap sized contractor and re-inspected Prior to tech---
in sccord we with the plans specifications and applicable codes. date considered Until,
Ground rods are considered miscellaneous [terns and all costs 3. Requests for signal turn on shall not be provided and bas
are to be included with the system or conductors. Ground straps electrical service to the intersection has bear p -
am also miscellaneous items unless a separate pay item is provided been energized by the electric utility. notice will be requited
in the'Schedule of prices." 4 A minimum of three (3) working days
for signal tarn on.
S Channelization at the intersection must be complete Per plan
SECTION 8-20.3(10) IS REVISED AND SUPPLEMENTED AS before requesting signal turn on _date- Al �I OIIS�r
FOLLOWS must be approved clunnel¢ation prior to turn on m _ __— -
8-20.3(10) Service (RC) engineer. lignin .
Power sources shown in the Plans are approximate only:.exact 6 City forces shall provide post and maintain prf
o
location will be determined in the field. warning of new signal ahead.
8-20.3(13) Illumination Systems
SECTTON 8-20.3(13)A IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
8-20.3(13)A Light Standards (RC).(SA)
assaurbly-.
Page-SP-43
Revision Date: May 19, 1997
8-20 Illumination,Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal Systems,and Ek
ctricai •
All poles and davit arms shall be deli ned s
luminaire weight of 50 lbs. or more and to withstand ressun
caused b wind loads of 85 m. .h. with factor of 1.3.
All poles shall maintain a minimum safety factor . . .s.i.
3. Anchor bolts shall extend through the top heavy het nut two pressure siren of wet t load and 2.33 .s.i. for basic wind
full threads. Davit Arms:
The davit style am shall into DOrate a 5'9' radius bend
as measured from the centerline of the shaft. The out Rion of
in an �CGU"tal)r the arm shall be nearly horizontal to +2' above hont. and
shall be furnished with a 2" diameter fitter with Maximum a i•
5 :11;6 0oi1;—nffZQd Gllrf�cag of the two GNP Flater and the keeper len�n of 8 inches to fit the lumimire specified TTie le end of
the davit arm tube shall be fastened securel to the to of the shaft
producing a flash pint with an even profile
and to A— co fInctenipg of Anchor Base: '.
Me irrogulzritief- A one piece anchor base of adequate streno, shape and
6. Anchor bolls damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base
shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bend'oP '"ornuit
repair procedure is to be submitted to the Engineer for of the shaft at its yield point. T'he base shall be provided wjth- r ur `
approval prior fo,making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall
include removing the damaged portion of the anchor bolt, be provided with each pole.
cutting threads-son the undamaged portion to remain. the Anchor Bolts. `.
installation of an approved threaded skew nut and stud, and Four steel anchor bolts each fitted with two hexnuts and
repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole Anchor bolts shall
7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-065(3) and 9-06,5(4) The
bottom of the slip base- anchor bolt yield point shall be capable of resisting the bending I
installed plumb, t 1 degree. m_ omens of the pole shaft at its yield point
11e contractor shall assure that all anchor bolts conform to the
st2pidzW Plans- - recommended ASTM specifications of the pole rnanufact mer and
Breal—Moa Coupling shall secure and submit to the City for approval all manufacturer
data on pole bend-mg moment anchor bolt fabrication data, test
results and any other data that may be required to confine that the
anchor bolts meet these specifications.
Miscellaneous Hardware:
L&nQrsd
All hardware(bolts, mots, screws washers etc.) needed
to complete the installation shall be stainless steel.
or, dhin I.D. (Identification for poles):
The contractor shall supply and install a combination of
4-digits and one letter on each pole whether individual huninaire ,
or signal pole with luminair: The letter and numbers combination
Me shall be mounted at the 15 foot level on the pole facing approaching
traffic. -Legends shall be sealed with transparent film,-resistant.to-
dust,weather and ultraviolet exposure. The decal markers shall be
3 inch square with gothic gold, white reflectorrzed 2 inch legend on
a black background. The LD. number will be assigned to each l
pole at the end of the contract or project by the City traffic
engineering office.
6h,11 be Gta Cost for the decals shall be considered incidental to the
contract bid.
light standards shall be spun aluminum davit style and shall
meet the pole detail requirements indicated below and the detail
All new light standards shall be numbered for identification in sheets at the end of these specifications.
accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand .
installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with
shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts.
Specification TT-E-489. The pole shall be adjusted for plumb after all needed
In setting timber poles, the Contractor shall provide a (�quipmcnt has been installed therein After pole is_�d
minimum burial of 10 percent of the total pole length plus 2 feet plumbed nuts shall be tightened on anchor bolts usill pr'o�
AM shall plumb or rake the poles as directed by the Engineer. sockets open end or box wrenches Use of pliers, pip
Tlne hand hole shall be located at 90 degrees to the davit arm or other tools that can dame a alvanizin will not be rmitted.
on the side away from traffic. A grounding lug or nut shall be Tools shall be of su tent size to achieve adequate torquing of the-
provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bon ttom of
inside the pole shaft to attach a ground bonding strap the pole base plate shall be filled with a dry pack mortar pout and
Page-SP-44
Revision:Date.May I9, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems, and Electrical
trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION:
base plate. 8-20.3(14)F Opticom Priority Control Systems (RQ
Dry ck mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be srv)
,.l nd cement and fine sand with just enough water so that the Series or approved equal. The Contractor shall supply one
mixture will stick together on being molded into a ball by hand, of the manufacturer's software on original disks. Controller
and will not exude moisture when so pressed. A one half inch cabinets shall have the 562 harness wired into the cabinet by the
drain hole shall be left in the bottom of the grout pad as shown on supplier.
the standard detail. SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE
SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING.
FOLLOWING. 8-20.3(15) Grout (RC)
After the pole is plumbed the space between the concrete
8-20.3(14) Signal Systems (RC) foundation and the bottom of the pole base plate shall be filled with
All signal conductors shall be stranded copper and shall have a foundation
pack mortar grout tootled to a smooth
600 volt insulation and be of the stns noted on the plans. All finish conforming to
mniti-conductors used for the signal system shall conform to the contour of the pole base plate. Dry Pads mortar grout shall
division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of Portland cement and fine sand with just
schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being
terminal block shall have an open end erin1P style soderless molded into a ball by hared and will not exude moisture when so
terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of-
block shall have an o end soldered terminal connector. All the grout pad as shown on the standard detail.
terminals stall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEI(II�1VZT�,D AS
of the correct type of connector and crimping with pliers. wire FOLLOWS:
awers etc., will not be allowed All wiring inside the controller 8_20.4 Measurement R
cabinet shall.be trimmed and cabled together to make a neat, clean
- installation No splicing of any traffic signal conductor When shown as lump stun in the Plans or in the proposal as
shall be permitted unless otherwise indicated on the ply- All illumination system _. traffic signal '
conductor runs shall be attached to appropriate signal terminal — no specific unit of measurement
boards whit presstrre type binding posts The only exixptioas shall will apply, but measurement Will be for the aim total of all items
be the splices for detector loops at the ncarest junction box to the for a complete system to be furiiished and installed.
Conduit of the kind and diarncta specified in the Schedule of
SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual treat litre
FOLL01i'l1VG�� length in place, unless the conduit is included in an illumination
system, signal system, or other type of electrical systan lump aim
8-20.3(14)C Induction Loop Vehicle Detectors tC� bid item.
11 Splices to loop remm cables shall be made-with soldered Measurement for unit price items-shall be as described in
compression type connectors. Section 8-20.5 or as described in the contract schedule of prices
— spec
SECTION 8-20.3(14)D IS SUpPL h%MENT D BY ADDING THE and/or ial provisions. -
FOLLOWING. SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS
FOLLOWS:
8-20.3(14)D Test forluduction Loops and Lead-in
8-20.5 Payment (RC)
Cable C
The Contractor shall keep records of field testing and shall payment will be made for each.of the following bid items that
f furnish the aiguieer with a copy of die results. are included in the proposal:
SECT70N 8-20.3(I4)E IS REVISED AND SUPPLEMENTED 'Illumination System lump SUM- lump
AS FOLLOWS. 'Traffic Signal
sum.
8-203(14)E Signal Standards-(R-9 -
3. Disconnect connectors complete with pole and bracket The lump sum contract price for 'Illumination System—
and
cable shall be installed in any signal standard supporting a and -Traffic Signal ysitm
luminaire. _" 1 be full pay for furntsliing
all labor,. materials, tools, and equipment nary for the
construction of the complete electrical system. modifying existing
1:13 11 K systems, or both, as shown m the Plans and herein
14 The signal standard and its dd
fabrication shall conform with including excavation, badling, concrete foundations, conduit'
all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during
Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making
WSDOT. required tests. All additional materials and labor, not sbo the
the
15 Installation of all nuts and bolts shall be performed with plans or called fqr herein and which are required to comp
proper sized sockets open end or box wrenches Use of PiPS electrical system,'shall be included in the lump aura contract price-
wrenches or other tools which can damage the galvanization of the
nuts and bolts will not be permitted.
Tools shall be of a sufficient size and strength to achieve
adequate torquing of the nut(s).
Page-SP-45
Revision Da[e.May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems
and Electrical
The unit r each price for 14 'Service cabinet" shall be full
compensation for furnishing and installing the frill
cabinet and for risers standoffs and other mat ui
oecac"�y ��-Lhe of the CORAU4, except Zhu when costs associated with rovidin electrical scryice as erhals 'a r or
ciccirical utili the contract lans details and b die t
ificafions and
not included as se rate a items in the contract schedule of
rp ices.
"........Signal head...... ' per each.
All costs for installing conduit containing both signal and '.......Signal head mounting hardware," per lurnn sum. ,
illumination wiring shall be included in the contract prices for the The lump sum nee for (16)"....S*t nil head mountin
signal system_ hardware' shall be full compensation for 1 in and i Ounlin
All costs for installing junction boxes containing both all traffic or pedestrian signal head niotnnting hardware
illumination and signal wiring shall be included in the contract conformance with the plans °r ,
specifications and detail eherr
prices for the signal system. Pole mounted terminal box.... x...-x...' and mounting
The unit prices for the items listed below shall be full hardware," per each-
compmsation for furnishing and installing each item and for all "2/c shld loop retum cable,' per linear foot
labor, materials, tools, equipment and testing necessary and/or "3/C shid pre-emption cable,"per
incidental for the full and complete installation as cable,'Pa linear foot
per.the contract ..-pair shld intercoffiect per lineal foot_ •.
plans, detail sheets and these specifications. 'Traffic signal controller and cab
mot,' per each
'Trench and Bacidill......... wide by.........' deep ' per The unit contract price for "Traffic Signal Controller and
linear foot. Cabinet shall be full compensation for ing and installing a
The unit contract_price for (3) 'Trench and Backfill" per fully equipped,wired and operational controller and cabinet,
linear foot shall be full compensation for excavating, loading 'Traffic signal wire,'per lump sum.
hauling and otherwise disposing of the waste materials for "Signal standard,Type...,with..:foot mast arm,-per each
backfilling and compacting backfdI material to specified density Induction loop vehicle detector.'per linear foot. .
and for the restoration of the trench to its preexisting condition or The unit linear foot contract price for (24)"Induction loop t
as shown on the plans or as directed by the Engineer all in vehicle detector' shall be measured by the linear feet of frill depth
accordance with the plans, specifications and detail sheets. sawart required for installation. The unit price shall be full
'Select Trench Back ill,' per ton. (4)'Select Trench Baclriill" compensation for full and complete installation including wire
shall consist of 5/8' minus crushed surfacing top course_and the sealant and all other labor, materials tools and equipment required L
unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans
and installing the material and loading hauling and disposing of specification and detail sheets. The unit price shall also include
waste materials- providing and installing conduit stub-outs and soldered splices, '
'........Foundation, .......,' per each.* splices to loop return cables unless separate pay items are included
'Type ....Junction box,'per each. * in the contract schedule of prices for these other items. Sawartting
*The unit per each price for(5)'Foundation' and (6)"Junction shall be considered incidental to the loop installation whether or not
Box' dhall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting.
per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28
each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop"Home runs'shall be done such as
unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of
"Concrete Pad." proper locating of loop return "Stub out' by direct routing of
'Concrete Pad," per square yard. "home nuns' and by combining up to 4 paws of loop wires in a
Measurement for.rn'Concrete Pad" shall be by the square single 'home run' sawcut. Loop and 'Rome Run' layout shall be
yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes Place.
the area of the junction box or foundation enclosed and shall be full ........ kit,'per each_
compensation for full and complete installation as per the plans 'Emergency Vehicle pre-emption detector,' per each.
specifications and detail sheets. "Opticom discriminator card," per each.
Schedule 40 Conduit, P.V.C.' per linear foot.* "Detector amplifier,' per each.
Schedule 80 conduit,P.V.C., "per linear foot.* "Street light fuse kit," per each. -
*The unit contract price for conduit shall include all conduit "Pedestrian push button with sign "per each.
Couplings, adapters,an elbows, bends, reducers bell ends bushings "Pedestrian push button post,' per each.
and y other material, tabor or equipment necessary to complete "Pedestrian signal pole Type I 10-feet,' per each.
the installation of the conduit. Measurement shall be by linear foot "Relocate existing.......pole,"per each.
from end of conduit to end of conduit as measured from the top of The unit per each price for'relocate existing pole`shall be.
Xrade along the middle of the trench line and adding a vertical full compensation for removing the pole from its exisdn
measurement at the end of each conduit run equal to the design foundation removing and salvaging or re-installing existun ;
depth of the trench. No payment shall be made for additional equipment plugging holes as required and installing the pole on its
conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools niatenals,
of the conduit within the trench line. equipment and any other costs necessary and/or incidental-LO
"Street Light Standard ......... per each. complete the installation and make the electrical equpment
........watt...Luminaire and lamp,' per each. operational all in accordance with the plans specifications and
.......watt...Luminaire and lamp with photocell," per each_ detail sheets.
'
......AWG----copper wire," per linear foot. "Remove existing
'Service cabinet, " — g---••-•Foundation," per cash.
per each.
1-
Page-SP-46
Revision nate:May 19. 1997
8-22 Pavement Marking 8-22 Pavement Marking
The unit per each price for 'Remove existing foundation' Traffic miser
shall be full compensation for full and complete removal and A WHITE marking
hauling and disposal of the foundation.
{ire(iersieuusing alphabetical letters..
8.22 Pavement Marking with the exceptign of die
tuigl3,See contract plans and detail sheets.
SECTION 8-22.1 IS REVISED AS FOLLOWS:
- SECTION 8-22.3(5)IS REVISED AS FOLLOWS:
8-22.1 Description (RC)
8-22.3(5) Tolerances for Line Stripes (RC)
Skip Center Stripe Length of Stripe: he longitudinal accumulative
A BROKEN YELLOW line 4 inches wide. The broken �' g shall not exceed error
within a-44-feet 24-foot length of skip stripe shall not exceed plus I
or "skip" pattern shall be based on a-40 feot 24-foot unit consisting or minus 1 inch.
of a--ill-feet 9-foot line and a 30-feet 15-foot gap. Skip center
stripe is used as center line delineation on two lane or three lane. SECTION 8-22.30 IS REVISED AS FOLLOWS:
two way highways.
Double Yellow Center Stripe 8-22.30 Installation Instructions (RC}
Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided
separated by a 4-inch_or_2-inch space. Double yellow center stripe for both die.Contractor and the Engineer. All materials shall be
is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations-avid-a
and for channeliudoa
GQIa-Strip4Approach Stripe
A SOLID WHITE lime, 8 inches wide, used_9_&"_Qy SECTION 8-22.3(7)IS A NEW SECTION:
to delineate turn lanes
from through lanes, for traffic islands, and for hash marks. Hash 8..22.3(7) Removal of Traffic Markers (RC)
mark stripes shall be placed on 45 degree angle and 10 20-feet The work to remove all old or conflicting stripes, litres,
apart. buttons or markers as required to complete the channetization of
Lane Stripe the project as shown on the plans or detail sheets shall be
A BROKEN VnIITE line, 4 inches wide, used to considered incidental to-other contract pay items and no further
delineate adjacent Lines.travelling in-the same direction. The compensation shall be made unless a separate pay item or items are
broken or 'skip" pattern shall be based on a-404eet24-foot unit provided for such removal.
consisting of a 40-fac4 9-foot line and a-304ee4 15-foot gap.
Drop Lane StripgSkip Approach Line) SECTION 8-22.4 IS REVISED AND SUPP� AS
A BROKEN WBTFE line, 8 inches wide, used to FOLLOWS.
delineate a lane that ends ^ff ramp- The broken or "skip"
pattern shall be based on a 244-5400t unit consisting of a 93-foot 8 22.4 Measurement (RC} (SA}
t
line and it 1542-foot gap. The measurement will be based on the travel distance-"quir
2�1e-1?assStFiga of a marking system capable...
G"uApproach stripe, barrier stripe, crosswalk stripe, and
no stop bar will be measured by the linear foot of each marking type-
Traffic arrows will be measured by the unit with each arrow
head defined as a unit Type 1.
4240&4P=a' Traffic 3atters handicapped parking stall symbols,
preferential lane symbols, railroad crossing synlboL• drunage
markings, and cycle detector symbols will be measured by the unit-
Measurement for paint/plastic stripe line removed shall be by
gap- the linear foot of ' ' wide line or shall be ncluded m me ruwy,
Two Way Left Thin Stripe s unless
speCU""
A SOLID YELLOW line, 4 inches wide, with a
sum price for 'remove existing traffic ma Il -_
BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not cncctfied as a separate pay I
rn s shall be considered
space. The broken or `skip" pattern shall be based on a-40-feet 24- item then removal of entfo traffic mark no further
incidental to the payment for other items of work and
foot unit consisting of a-14-feet 9-foot line and a_19-feet 15-foot compensation shall be made.
space. The solid line shall be installed to the right of the broken
line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLE1l�NTED `4 S
Crosswalk Stripe FOLLOWS:
A SOLID WHITE line,-12 8 inches wide and 10-feet
long, installed parallel to another crosswalk stripe- 4di-�t_ 8-22.5 Payment (RC)
and
"Painted GgreApproach Stripe", per linear foot.
parallel to the direction of traffic flow and centered in pairs on lane
-PT-(;4;C Gore Stripe", --lipear foot,
lints and the center of lanes. See detail sheet.. "Painted Traffic LxueFLtgend".per each.
Stop Bar "Plastic Traffic betterLcgcnd".per each.
A SOLID WHITE line.-l-% 12. 18 or 24 inches wide "Remove Paint Line wide,' per linear foot-`
uvAc. s as noted odwr-;sa is on the Contract Plans.
Page-SP-47
Revision Date: May 19, 1997
8-23 Temporary Pavement Markings 8-23 Temporary page
►bent Markings
"Remove Plastic Line------- Wide," per linear foot_" 8-23 Temporary Pavement Mark
traffic"Remove existing markings 'per lump sum ` gs '
• The linear foot contract price for "Remove Paint Line" and
'Remove Plastic Line" and the lump sum contract price for SECTION 8-23.S IS SUPPLEMENTED WITH TEE
'Remove existing traffic markings' shall be full compensation for FOLLOWING:
removal of existing traffic markings as per the plans specifications '
8-23.5 Payment (RC)
and detail sheets. If these pay items do not appear in the contract
schedule of prices, then the removal of old or conflicting traffi c If no pay item is included in the contract for installatio
removal of temporary avement markin s then all costs nor for
markings required to complete the channelization of the project as associated '
shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the
other items in the contract and no further compensation shall be con tract or included under "Traffic Control ' if that item ie
t.
made. included as a bid item.
The unit contract prices for the above listed bid items shall be
full pay for furnishing all labor, tools material and equipment
neccssary for the completion of the work as specified
_
1
L :
r.
Page-SP-48
Revision Dale_May 19, 1997
9-00 Definitions and Tests 9-02 Bituminous Materials
Division 9 material for payment may be produced for use on a project 11mil the
lob mix formula has been approved by the engineer. The mixture
Materials shall be designed to meet the test criteria listed in
Section 9
and remain within the limits set forth in 9-03 8(� The
determination of the lob mix formula shall be the responsibili
of
the Contractor.
9...00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from
more than one JMF is prohibited. Each strip of asphalt concrete
SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single
FOLLOWING: job mix formula established for the class of asphalt concrete
specified unless there is a need to make an adjustment toin the
9-00(A) Recycled Materials(RC) nvff-
The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to
le rovided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations
applicable requirements desmW elsewhere in the contract and shall include as a minimum:
specifications. Should recycled materials be utilized the City a. Percent passing each sieve size.
Form be completed b Percent of asphalt cement.
requires that a Recycled Product Reporting c. Asphalt grade.
the Contractor. d_. Mixing temperature.
e Compaction temperature.
9-02 Bituminous Materials f Anti-strip agent content.
M' 9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without
prior written approval of the Engineer. Should a change in sources
SECTION 9-02-1 U0)IS A NEW SECTION: of materials be made, a new JMF must be approved by the
Engineer before the new material is used.
9-02.1 10 Loop Sealant (RC) auxtu tha project until CL
Unless specified otherwise in the contract or permitted by the ra to be added
Firieer upon request from the contractor, loop sealant shall be
hot-melt rubberized asphalt sea= (Crafco Loop Detector Sealant
or approved egaaD shall meet the penetration, flow and resilience
GQ[1Gf'tC mix gubmigo r- in- the mix da&lga
specifications of ASTM D3407 and shall be installed with an
approved applicator in conformance with manufacturer s
roconimendations.
The contractor shall request and obtain approval from the new IAA.
Engineer for the type of loop sealant to be used before installing 2,3. Job Mix Formula Tolerance sud-A.d �-
dereeior loops and shall submit manufacturer aitshcets or other a-
After the JMF is
data if requested by the Engineer m order to enable the Engiriccr to determined, the several constituents of the mixture at the time of
dete mine the acceptability of the sealant- All loop sealant shall acceptance shall conform to the following tolerances:
Constituent of Mixture Tolerance Limits
only be installed in thoroughly dean and dry pavement and shall be The tolerance limit for each
lied
�in �fo ce with�the methods requirt:d as to mix constituent shall not
of app licch as to co mpletely fill the exceed the broad band
sawait area encapsulate the loop wires and adhere to the specification limits spedf
pavanerit in Section 9-03.80-
A negate passing 1',
Broad band specification
9-03 Aggregates 3/4$ 5/8'. 1R,-, and limits Section 9-03-8(6)-
3/8* sieves
SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: t 6% I
Aggregate passing 114' sieve � 5%
9-03.8(6)A Basis of Acceptance(RC] Aggregate passing No. 10 sieve 4%
1 Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve 296 Not%
conformance to the project job mix formula (7Mf) Aggregate passing No. 200 sieve t0.5%Notc2
Asphalt cement
For opera graded mix:. Tolerance limits shall be for aggregate
gradation only and shall be as specified in Section 9-03.8(6)-lsphaIt
16 Pr Note 1 — 2.0% if less than 50% RAP (Recycled
Pavement),2.5% for 50% RAP or snore- 0.7% for over 20%
Note 2 — 0.5% if less than 20% RAP• or renter-
RAP, but less than 50% RAP. 1.0% for 50% RAP g
These tolerance limits constitute the allowable limits
Section 5-04 3(8)A to determine acceptance.
No L
Page-SP-49
Revision Date:May 19, 1997
9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures,CulverU,and Con '
duns
SECTION 9-0S_7(3) IS DELETED AND REPLACED BY THE
Aawr=ined. the QQA;;f;i;116n4r of the ;n=_,re at 4he time of
FOLLOWING: '.
9-05.7(3) Concrete Storm Sewer Pipe Joint
the decign mix nrp Phi 11i;0.7 percent Joint assembly design shall be reinforced conc n�
rete bell and ,
G,—Adjustment; spigot incorporati.!Ig a fully retained sin le rubber asket in
accordance with ASTM C361 or AWWA 0302. Rubber asket
material shall be neoprene.
- .- of-1 per-cent fQF the qggFCgqte retained On the No 10 SECTION 9-05 TED
.7(4} IS SUPPLEMENTED THE ,
FOLL0 WING:
L
Project Engineer pr-6ided-4hC change Will P;:QA11G@
9-05.7(4) Testing Concrete Storm Sewer Pir,P r., w
Hydrostatic testing of rubber gasket joints shall be r,,._rfO d
in accordance with ASTM 0361 or AWWA 0302 except test
pressure shall be 5 psi. '
w1wancac rb-11 be the range of the broad band SECTION 9-05.9 IS REVISED AND SUPPLI;MEN77.D AS
c�rcificarieas- FOLLOWS:
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
of 0 3 per-can; 40M the qpppovod n4rL_ No field Steel F;Piral a &wm cewer- pipe I rhAll ;P- -am
pecificatieus.
The manufacturer of spiral rib storm sewer pipe shall furnish
9-()4 Joint and Crack Sealing.Materials the Engineer a Manufacturer's Certificate of Compliance stating °-
that the-materials furnished comply in alt- respects with these
SECTION 9-04-II IS A NEW SECTION Specifications.The Engineer may require additional information or IL
tests to be performed by the Contractor at no expense to the State.
9-04.11 Butyl Rubber(SA) Unless otherwise fi spiral rib storm sewer pipe shall
spcci ed, sp"
Butyl rubber shall conform to ASTM D2000 Ml BG 610. be furnished with pipe ends tort perpendicular to the longitudinal
axis of tie pipe. Pipe ends shall be cut evenly.Spiral rib-pipe shall
be fabricated either by using a continuous helical lock-seam or
945 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib.
Conduits Spi wal rib czonu cower pipe &h-11 have hPlical PI& that proje"
Q11twardly, be and
SECTION 9-05 4 IS REVISED AS FOLLOWS -
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Steel culvert pipe and pipe arch shall meet the requirements of 3— 3A inch zx4do by Si imh riccp --er center to
AASHTO M 36, Type I and Type H. Welded seam aluminum "PACT-
coated (aluminized) _corrugated steel pipe and pipe arch with
metallized coating ipplied:inside and out following welding is t'-
acorptable and shall be asphalt treatment coated. When required, rpiral rib pipe rh2 -
SEC77ON 9-05.7(2):IS DELETED AND REPLACED BY THE to thg
FOLLOWING:
Steel spiral rib storm sewer pipe shall be manufactured of
9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and
inspected in conformance with Section 9-05.4. The size, coatings
Reinforced Concrete Storm Sewer pipe shall conform to the and metal shall be as shown in the Plans or in the Specifications.
For spiral nb storm sewer pipe helical ribs shall Pr0i�
i
reguiran nts of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a
in the manufactum of reinforced concrete pipe shall be Type II in single thickness of material The nibs shall be 11Y
conformance with ASTM C150. 14o admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness
otherwise specified_
(2t) plus-or minus 1/8 inch (measured outside to outside) amd a
SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical
FOLLOWING. distance from the outside of pipe wall immediately adjacent to the
lockseam or stiffener to the top surface of rib) 111C max rmtum s f
9 05.7(2)A Basis for Acceptance(RC) spacing of the ribs shall be 11.75 inches center to center(measured
All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs) The radius of bend of the
(D-load) test in accordance with ASTM C76• and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch
test of rubber gasker joints in accordance with ASTM 0361 or and a maximum of 0.17 inch. If the sheet between adjacent ribs
AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam a stiffener shall be included midi
Page-SP-SO
Revision Dale:Mav 19. 1997
9-06 Structural Steel and Related Materials 9 48 Paints
between ribs haying a nominal radius of 0.25 inch and a minimum 1/8 inch wide (n-asured outside to outside) and a minimum
Pi shall be spacing of ribs shall be 4.80 inches center to center (measured
height of 0.20 inch toward the outside of the pipe. Pe
fabricated with ends that can be effectivcly jointed with coupling normal to the direction of the ribs). the radius of belid of (-
metal at the comers of the ribs sha11 be 0.0625 [rich with an
bands- shall allowable tolerance of+ 10 percent.
When mired spiral rib or narrow pitch spiral nib pipe
be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe helical nibs shall
spiral nib pipe shall conform to the requirtmen ts of Sections 9- prof outwardly from the smooth pipe wall and shall be fabricated
and 9-05.4(4) from a single thickness of material. The nibs shall be 314 inch +
05.4(3) spiral rib sewer pipe,
For narrow pitch the helical nibs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95
ro ect outwardly from the smooth pipe wall and shall be fabricates inch high (measured as the minimum vertical distance from the
from a single thiclrncss
of material. The nibs shall be 375 inch— outside of pipe wall to top surface of the rib). The maximum
1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to cutter (measured
red as die minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the
.4375 inch high measu
shall be 480 inches center to center (measured normal to the metal at the couriers of the ribs shall be 0.0625 inch with an
direction of the nibs . 'The radius of band of the metal at the allowable tolerance of+ 10 percent.
of the nibs shall be 0.0625 inch with an allowable tolerance
of-10 9-06 Structural Steel and Related Materials
SECTION 9-05.12(3)IS A NEW ADD17TONAL SECTION: 9-06.5 Bolts
9-05.9P) CPEP Sewer Pipe(RC)
Cpgp Smooth interior pipe and fittings shall be SECTI0N9-06.5(4)HAS BEEN SUPPLEMENTED BYAIiDING:
tnanrfacturcd from high density polvcklem in which shall 9-06.5(4) Anchor Bolts(RC)
med or exceed the requirements of Type 111 Category 4 or S,
Grade P33 or P34 Class C per AS"TM D1248. In addition the
All anchor bolts, nuts washers and anchor plates for signal
pipe shall comply with all material and stiffness requirements of les street light poles strain poles or other types of poles shall
meet the recommended specifications of the pole manufacttrrrr.
AASHTO M294• The Contractor shall be responsible for providing to the Engineer
SECTION 9-05.14 IS DELETED: any and a[1 data concerning fabrication strength test results, mull
SECTION 9-05.17 IS REVISED AND SUPPLEAMUED AS certification and other data required to confirm that the anchor
bolts meet those specifications.
FOLLOWS: The following standard specifications shall apply to anchor
9-05.17 Aluminuru Spiral 1 fight, signal and strain poles provided that the
l Rib Storm Sewer Pipe bolts for st
Contractor can submit documentation from the manufacturer
(RQ affirming that anchor bolts meeting these speciftptions are
Unless «herwise specified, spiral rib siottii sewer pipe shall recommended for the pole to be installed thereon
be furnished with pipe ends curt perpendicular to the longitudinal 1 The standard anchor bolt for alurnrmim strew 119tit poles
axis of[fie pipe.Pipe ends shall be art evenly.Spiral rub pipe shall shall be 42 inches in length and shall meet the requirements of
be fabricated by rising a continuous hdical lock scam with a seam
ASTM A 36 or AS"IM A 307- The shaft of the anchor bolt shall
gasket be a full one tenet in diameter with a hoe fo ed four inclh'L' bend
a;pip on the bottom end and a minimum of six inches of die Lilt threads
trM, on the top end.
2 The anchor bolts for signal poles and strain po1e
meet the specifications as designated on the appru!L
manufacturers pole plans and/or su!?OcEs- a— pions �`
ifications provided by the manufacturer. pole
_All anchor bolts nuts and washers shall med -
1:incher Conte P40-'anter- a
rnanufacturer's specifications and shall bell—Y�;
unless such galvanization is not penni
� fctho type or sir..
center— per Section 9-06.5(4).
9-08 Paints
SECTION 9-08.8 IS A NEW SECTION:
9_08.8 Manhole Coating System Products T-D
For spiral rib storm sewer pipe helical ribs shall project
outwardly from the smooth i wall and shall be fabricated from a 9-08 8 1 Coating System Specification
single thickness of material The ribs shall be 3/4 inch wide by 3/4 The following coating system ifications shall ne used far
do inch d with a nominal spacing of 7-12 inches center to center. e surfaces
inted coating (sealing)interior concrete (includin Inc charm
P� shall be fabricated with ends that can be effectively 10 of sanitary sewer manholes when rcgmred.
with coupling bands. ,helical ribs shall
For narrow pitch spiral rib storm sewer pipe
project outwardly from the smooth pipe wall and shall be fabricated
from a single thickness of material. The ribs all be 0.375 inch + t,
Page-SP-51
Revision Date.MaY 19, 1997
9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Si n
g als,Plecfrical
Coating System Specification FOLLOWS:
IS REVISED AND SUPPLEMENTD AS
A. General '
1. Buried Manhole 9-29.3 Conductors, Cable (RC)
Surface Color Paint System Each wire shall be numbered at each to
teal Wit-hi end wi a
wrap-around numbering stri bearin the circuit number
A. Buried, and White C-1 shown on the plans.
exposes No licin of an traffic signal conductor
concrete shall be rmittcd '
unless otherwise indicated on the laps. All conductor tuns shall
surfaces be pulled to the appropriate si nal terminal tom artrneat board
9-08.8(2) Coating Systems with pressure bind posts. The only ex ions tea--be me
A. High Solids Urethane slices for detector loo at the nearest' on box to the loo s.
The contractor shall p rov ide and install all the
Coating System: CI
wiring, fuses and fittings so as to complete the installation of the
signal and lighting equipment as shown on the
Coating Material: High Solids Urethane plans. All mai�ials
Surfaces: Concrete and installation methods except as noted otherwise here' scull ,
_Surface Preparation: In accordance with SSPC SP-7 comply with applicable sections of the National F-lectrical('M
(Sweep or brush off blast) 8. Detector loop wire shall be No.
1214 Aare stranded t=`
copper wire, Class B, with chemicals cross-linked
Application: Shop/Field twen The drying time type RfHi-RITW insulation of code thickness. Polyethylene '
between coats shall not exceed
24hotrrs in any case (11)Sim$air-cCommtmications cable{�P_�}s�l( meet REA
specification PE-39 and shall have k
System Thickness: � 6.O.mils dry film "x -No. 19 AWG wires
Coatings: Primer. One coat of Wasser with 0.008 inch FPAIMPR coated aluminum shielding. The cable
shall have a petroleum compound completely MC-Consea!hi solids the cable. �' Y wing the inside of
����F'uush The shielded communications/signal
Two or more coats of Wasser - gnal interconnect cable shaIl
_MC-Conscal (mm.4.0 DFI) meet the following:
1. Conductors: Solid, soft drawn annealed copper, size 19
awg. i
9- COnerete Ctu ing Materials and 2. Insulation: solid virgin high density polyethylene or
AdmixtUreS polypropylene with telephone industry color coding
3. Cable core assembly: insulated conductors are twisted
SECTION 9-23.915 REVISED AS FOI.ZAWS: into pairs with varying lays (twist lengths) to-minimize cross talk
9-23.9 Fly Ash (RC) and meet strict capacitance limits
4. Shielding: A corrosionfoxidation resistant tinted ethylene
Fly ash shall not be used around water lines Clymer, coated (both sides) .008" thick corrugated aluminum
tape shield is applied longitudinally with shielding coverage A `-
9-29 Illumination, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable
5. Outer jacket:A black low density high molecular weight
SECTION 919.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight
FOLLOWING: temperature variations and other environmental conditions plus
abuse during installation) is extruded overall to provide a
9-29.1 Cvndnil{RC) continuous covering.
The conduit P.V.-C. - non-metallic shall be of the two types 6. Footage markings: footage markings must be printed
indicated below: sequentially a minimumof 2' along the outer jacket.
1. Schedule 80 7Extra heavy wall P V.0 conforming to 7. Filling: the entire cable within the outer jacket is flooded ,
with pet
ASTM,Standards, to be used in all installations under roadways pet -PolYUhylene gel filling compound including
the
2. Schedule 40 heavy wail-PV.C. conforming to AST'M
area between the outer jacket and die shield �-
Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE
SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING.
9-29.9 Ballast, Transformers (RC)
9-29.2 Junction Boxes(RC) The Ballast shall be pre-wired to the lamp socket and terminal
Junction boxes shall be reinforced concrete with galvanized board.
steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE
(Diamond pattern) as indicated on detail sheets. FOLLOWING:
The inscriptions on the covers of the junction boxes shall be as
follows: 9-29.10 Luminaires(RC)
1. Signal only: 'Signals"
The filter shall N charcoal with elast�mer gasket.
2. Street Lighting only: "ligh(ing'
Luminaires shall have a cast aluminum housing of the cobra
3. Trafc Signal and Street lighting Facilities: "TS-LT' ----
Tlx above inscriptions shall not be higher than the top surface head style with a glass ovate refractor.
)f the cover Plates-
Page-SP-S2
f
Revision Date:May 19. 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals, E[ectrical
The manufacturer's name or symbol shall be clearly marked re-cnergize without change. Typo 1:70-QAtrQlWrG
on each luminaire-
9-29.11 Control Equipment frquir$d-
5. Conflict Monitor. Upon sensing conflicting signals or
SECTION 9-29.11(2) IS DELETED AND REPLACED WITH-' unsatisfactory operation voltages, the conflict monitor shall
immediately cause the signal to revert to flash; however, the
9-29.11(2) Photodectrie Controls (RC) controller shall stop time at the point of conflict. After the conflict
Photoelectric controls shall be a plug-in device, rated to monitor has been reset, the controller shall immediately take
operat on 120 volts 60 l z The unit shall consist of alight command of the signal displays at the beginning of artery
sensitive clement connected to necessary control relays. The unit gfaas ei�low.
shall be so designed that a failure of any electronic component will 6 Flash unit shall be a two circuit type capable of
energize the lighting circuit. switching loads up to 1000 watts per circuit alternately at a rate of
The hoto cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per
values in the tanperaturc range of-55 degrees C to +70 degrees minute.
C The photo cell shall be mounted externally on top of the SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS
luruirtairti In a contactor controlled system the photo cell to FOLLOWS:
control the system shall be mounted on the Iiim mile nearest.! )the
servicelcontactor cabinet. The photo cell shall be capable of 9-29.13(3) Emergency Pre-emption (RC)
switclmi 'ON' 1,000 watts of incandescent load as a minimum.
Immediately after a valid .call has been received, the
SECTION 9-29.13 IS SOPPLFMENTT-D By ADDING THE pre-emption controls shall cause the signals to display the requited
pOIj,OFYING: clearance intervals and subsequent pre-emption intervals-
FOLLOWING. shall sequence as noted in the contract. Pre-emption
9-29.13 Traffic Signal Controllers (RC) equipment shall be installed so that internal wiring of the
The unit shall operate on 120 volt 60 cycle single phase controller, as normally furnished by the manufacturer, is not 19sqx1ence shall place n Cali
alternating current and shall use the power Itne frcquamcY
as a time altered.on all
base The traffic signal controller shall meet the requiremeitu of
the National Elcctiical Manufacturers Association
Standard Publications. Emergency vehicle pre-emption shall be furnished as modules
Components such as resistors capacitors, diodes and gY into a rack wired to accept 3-M discriminator
pansistors shall be individually replaceable utilizing approved that plug directly -
standard soldering techniques Intergrated circuits shall be units The pre-emption system operation shall be compatible
replaceable without system which the City
mounted in sockets and shall be tasttY nP i with the Soo Series 3M comp !V '026SOm of Renton is currently using and shall be capable of being activated
soldering All courix—Ments shall be standard Off the shelf items. _
The traffic signal controller shall be capable of interfacing by the same transmitters•
ester. The controller The optical signal discxminator system shall criabk an
�ridi the Muldsonic real minx master comp authorized vehicle t i remotely control traffic control signals from a
shall be capable of both on-lure operation(control by the multisome
iron_ The controller shall distance of up to 1800 feet(OS4 la7ometers) along an unobstructed
master computer) and standby opera line of sight' path The system shall cause the traffic signals
establish die sequcnct of signal phases including overlay m re�rnPtlon P
conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire P
p .ntitig either in a fixed tune mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software for
With vohrme density on each phase as required. All clearance
field programmability. It shall consist of the following
compone
timing and pedestrian timing shall be accomplished at the local nts: on dine
a. Optical energy detectors-which shall be mounted
interseMon. traffic signal mast arms and shall receive the optical_ ert�r�'
ffi
SECTION 9-29.13(2)IS REVISED AND SUPPLEMENTED AS emitter's sigrmal. ,nal controller to
FOLIOWS: b Discriminators which shall cause the si
o into internal r c eni ion which will a die authorized vehicle
9-29.13(2) dashing Operations(RC) the right of way in the manner shown on the phi '
ence
2. Police Panel Switch. When the flash-automatic switch diagram.,
located behind the Police-panel door is turned to the flash position, c Pre-emption Indicator Lights.
the signals shall immediately revert to flash; however, the Optical Detector
controller shall "STOP TIME." Whom the switch is placed on- a. Shall be of solid state construction. rem
automatic, the signals shall continue to flash for an additional b Fittings shall meet the specifications of the
8 second flash period. At die completion of the continued 8 second manufacturer to facilitate ease of installation. ramie range of 40°F
flash period, unless otherwise specified, the controller shall c Shall operate over an ambient tempe —
immediately resume normal cyclic operations at the beginning of to +180°F AO*C to +85°CC. in a � _
artery Clow. d. Shall have internal circui encapsulated
4. Power Interruption. On -NEMA" controllers any power flexible compound and shall be impervious to moisture.
-�—cnerated by
interruption longer than 475 plus or minus 25 milliseconds, signals c Shall respond to the optical ever im ulses
shall re�ncrgize consistent with No.2 above to ensure an 8 second dens of v 8 micro
a pulsed Xenon source with a pulse ener lime less u�a, nnP
flash period prior to the start of artery green. A power Interruption joule per square meter at the detector, arise than
se Iwo
of less than 475 plus or minus 25 milliseconds shall not cause microsecond and half power point pul w41th on not
rese-se of the controller and the signal displays shall thirty microseconds- I-
Page-SP-53
Revision Date_May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals ,
Electrical
Discriminator
Each module shall do the following: ,
a. Shall provide for a minimum of two channels of optical of
dcte for input.
b. Shall provide for a minimum of two discrete channels of
optically isolated output. _
When a pre-emption detector detects an emergency vehicle
the phase selector shall hold the controller in the required phase or
advance directly to that phase after observing all vehicle
clearances. The phase selector shall hold the controller in the
phase selected until the detector no longer detects the emergency
vehicle.
aciva[-tart.
When the phase selector is responding to one detector, it shall All timing functions and input and ou ut features for full -
not respond to any other detector until calls from the first deteaor actuated, iming untii n operation shall be provided '
are satisfied. Indicator lights shall indicate power on signal being with NI,fAAe� in accordance
received, channel called. Switches shall control system power and The controller shall provide for setting each timing inrrr.r l s
simulate detector calls for each phase. means of positively calibrated settings. The tmitne funcs;nns <h ,1
be on the front of the controller unit or shall have k 1_
SECTION 9-29.13(2)JS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation the traffic
FOLLOWING: _" signal controller shalt include all circui try required to pr`all
timing and all functions for signal opmfi n in a fuUy actuated
9-29.130 Wiring Diagrams (RC) mode. Standby operation shall automatically occur — I
UPon opening
The controller cabinet shall have a waterproof envelope with a of interconnect lines failure of central master comp alai or when
side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shalt follow and be
of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of
and manuals for all assemblies and sub assemblies. standby operation. Transfer from computer supervision shall not
SECIION 9-29.13(6)IS SUPPLEMENTED BY ADDING THE III up a shirting yellow.
FOLLOWING. SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING 7WE
FOLLOWING:
9-29.130 Radio Interference Suppressors 9-29.13('7)A Environmental,Performance and Test
A Cornell-Dubi(er radio interference filter NF 10801-1 30
amps or equivalerrt shall be used to filter the A.C. power. Standards for Solid-State Traffic
Additionally, all power supplies shall have noise immunity from Controllers (RC)
other devices within the cabinet. The traffic signal controller assemblies including die traffic
signal controller, auxiliary control equipment and cabinet shall be
SECTION 9 29.13(7)IS REVISED AND SUPPLEh�1VT ED AS Shop tested to the satisfaction of the Engineer.^Testing and check-
FOLLOWS: out of all timing circuits, phasing and signal operation shall be at
9-29.13(7) Traffic-Actuated Controllers(RC) the City of Renton Signal Shop Renton, Washington. The Signal -�
Traffic-actuated controllers shall be electronic devices which, Shop will make space available to the contractor for the required
test demonstrations. The contractor shall assemble the cab"met and
'
when connected to traffic detectors or other means of actuation,or e signal control equipment ready for testing. A complete
both, shall operate the electrical traffic signal system at one or related
demonstration by the contractor of all integrated coriWln ats
more intersections. satisfactorily functioning shall start the test period. - Any
All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are
supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a
The .traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the
permhted_in the contract, must specifically conform to current entire integrated system has been demonstrated. The
NEMA '.specifications. Albe n -permiund, type 1:70 Cori"I demonstration by the contractor to the Engineer of all components
snodirled b3 functioning properly shall not relieve the contractor of 1Y
Actuated traffic signs( controllers shall be 8 phase control responsibility relative to the proper functioning of all aforestated
control gear when field installed.
units. Volume-density timing features shall be provided on all
controllers. SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED
AS FOLLOWS:
9-29.13(7)B Auxiliary Equipment for Traffic Actuated
Controllers (RC)
The fQI1Q'A,Wff- o apply to r•l-,{, i�nmeut
• 6 &l,cher� fl�rh r.-,.,rf' I 1 ,1 h F, 4ncc�113F6b�
Polk of rw4chag, r-eQ-p;-GlQ
Method, he rh�fl b-
F
1-
Page-SP-S4
Revision Dale:May 19, 1997
9-29 Illumination,Signals,Electrinl 9-29 Illumination,Signals,Electrical
Power Computer Interface Unit
There shall be a main power switch inside the cabinet that Interface communication deviccs shall be designed as separate
shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case The
off. There shall be a controller p2wer switch that shall render the communication devices shall be used for on-line computer control
controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector
maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command
or load switching devices. information from the computer all m conformance and within the
capability of the multisonic master computer unit and the
Stop Time Bypass Switch interconnect cables.
SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED
There shall be a switch in the cabinet identified as the std AS FOLLOWS:
time bypass switch If the intersection is placed on flashing
on either b the flash switch or h the fail safe monitor, the 9-29.13(7)D Controller Cabinets (PCLJ
pe
controller shall imediately stop time The stop time � 1. Construction shall be of 0.073-inch minimum thickness
m
switch shall remove stop time from the controller and permit Type 304 stainless steel. 0.125-inch minimum thickness ch,,,
normal cycling operation while the mtersection reinsert tn fl� araodiaed.-sheet alummum. or cast aluminum. Cabinets shalt be
finished inside with an approved finish coat of exterior white
operation. rn_amel and outside with an approved enamel finish, light gray or
DETECTOR test switch aluminum in color. As an alternate to painting, the outside and
inside of the aluminum cabinets may be clear anodized alnmim m.
Each vehicle and pedestrian phase shall have a moment_yr 5. -The cabinet door shall be provided with:
(spring return) detector test switch When depressed the switch a. A spring loaded construction core lock capable of
shall place a call on its respective signal phase. accepting a Bat CX series core installed by others. Cast cabinets
shall have an approved one point positive latch. Formed cabinets
The convenience outlet and lamp socket shall have a three point latch.
b. A police panel door with a stainless steel hinge pin and
A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1 314 inch long
and an incandescent lam socket shall be furnished m the maw shall be provided with each cabinet.
shall be a signal .on-0ff
cabinet. p door switch for the lamp shall be p rovided. TIIIS Inside the police panel there
display the field but will
circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit anY signal m
allow the control equipment to operate when placed in the off
Fail Safe Unit sition. A second switch shall be the auto-flash switch. When
placed in the 'flash' position controller power shall remain on and
Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on swrtdi setting on the
shall monitor both the positive and negative portioru of the A_C. auxiliary panel described later.
sine wave for all g^rr^ amber and pedestrian walk_indications. c_ Both M Cabinet doors shall be gask�d
The duration of a display of conflicting indications shall not be i°� cell neoprene 'may shall be equrppea Vim
enaigh to be visible to motorists or pcdlcstnans before the monitor with one piect, close
some type of stops so the door may beheld open in either of two-
initiates flashing ration. There shall be a visual indication that and 180 degrees and be of
the monitor has preempted normal operation. positions at approximately ees ately 90 deg
The fail safe monitor shall be Model SSM-12LE as suitable design to withstand a 40 mph wind._
numrfacmrcd by Eberle Design Inc. or approved equal. d. A two position door stop asseulbly. 1 with at
c The Controller cabinet shall have a load baY P c c`
least the following itcurs mounted on*t'P face of the Panel. irari?
Surge Protector(Lighting Arrester) blocks for terromanon of all
relays; bad.switdies- and terrmnal block shall
'Tile controller shall have an input voltage surge protector that wires contained on a separate p��erminal
es that could cations .
shall Protect die controller input from airy voltage sung_ conform to Washi an Standard S sarm
damage the controller or any of its components. This load ba anel shall be mounted so that the to die
are removed it will be ssible to obtain full ads
Feld Wiring Terminal terminations on the back of the load bay Panel-
There shall be a terminal strip for field wiring in the EY ADD�G TAE
controller cabinet. The terminals shall be numbered w accordance SECTION 9-29.16 IS SUPPLEMENTED
with the schematic wiring diagram on the plans. If a different FOLLOWING:
numbering system is used for the cabinet wiring, then both
numbers shall label each terminal and the cabinet wiring schematic 9-29.16 Vehicular Signal Heads (KCB
drawing shall include the field wiring numbers where the terminal Ices sizes unless
strip is illustrated.—X common bus bar with a minimum of 15
Vehicular si nal heads shall have 12 inch ,i head
terminals and a round bar with a minimum of 6 temunals shall be shown otherwise on the signal p lams Vehicrr— 1
provided. housings shall consist of separate sections and be exP
anaaoic a7 F^�
for vertical mounting. Lens shall be lass and nicer I.T.E.
c
Specifications for light output Reflectors shall be
alzac. Each
signal head shall have a 114 inch drain hole in its base.
Page-SP-55
Revision Dale: May 19, 1997
9-29 Illumination,Signals, Electrical 9-29 Illumination,Si9na
fT,Electrical
Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads (RC) ,
All signal heads shall include a back plate 5 inch square alt Traffic signal heads, including outside of visors
border. Signal heads, including outside of visors and back of back back plates, shall be finished with two coats of artd back of
plates shall be finished with two coats of factory-applied traffic traffic signal nal factory applied
si yellow baked enamel. The inside of the visors and front of g g ellow baked enamel. The inside of visors,
back plates shall be finished with two coats of facto front black plates, and louvers shall be finished with two coats of i
factory-applied flat fiat black enamel.
black enamel.
Mounting hardware will provide for a rigid connection SECTION 9-29.16(3) (RC) IS DELETED.
between the signal head and mast arm. All mounting hardware P-19 16(3) TraW4G ,
will be of the top-mount plumbizer type as shown on the standard (RC)
plans, unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED.
Position of the signal heads shall be located as close as
possible to the center of the lanes. Signal heads shall be mounted
on the mast arm such that the red indicators lie in the same plane (RC)
and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED.
be less than 16 feet 6 inches nor more than 18 feet 6 inches above
the grade at the center of the roadway. All bolts and other
miscellaneous mounting hardware shall be stainless steel. meads (RQ
SEC77ON 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS: SECTION 929.17 fLA.S BEEN REVISED AS FOLLOWS:
9-29.16(2)A OLcal Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings
Eight inch conventional signals shall employ a 67 to 69 watt (RQ
traffic signal lamp rated for 130120 volt operation, 595 minimum Law
initial stumen, 665 rated initial lumen, 8,000 hour minimum, unpaiatvd.—All ether--hardware for ether—mounts sha11 be p ainted
2 7/16 inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow
traffic signal lamp. Twelve inch traffic signal heads require green-baked enamel.
1Z0130volt, 165 watt, 1,750 minimum initial lumen, 1950 rated
initial himen clear traffic signal lamps with a 3-'inch light center SECTION 9 29.18(1)IS SUPPLEMENTED AND REVISED AS
length, 8;000 hour minimum rated life. P-25 bulb and medium FOLLOWS.
base.Bulbs shall be installed with the opening between the filament ,
ends up. 9-29.18(1) Induction Loop Detectors (RC)
Detector amplifiers shall be Detector Systems model 810A or
SECT70N 9-29.I6(2)B HAS BEEN REVISED AS FOLLOWS:
9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall
Each lens shall be protected with a removable visor of conform to current NEMA specifications. led
aluminum of the tunnel type, unless specified 14,
otherwise in the contract. Visors shall have attaching cars for
installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 IIAS BEEN REVISED AS FOLLOWS:
have square doors.
9-29.20 Pedestrian Signal (RC)
SECTION 9-29.16(2)C HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either iacaudescaat— fiber optic or
neon-grid type, or other types as specified in the contract,
9-29.16(2)C Louvered Visors Pedestrian signals shall conform to ITE Standards (Standard for
Where noted in the Contract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975).
furnished and installedDirectional louvers shall be constructed to ,
have a snug fit in rho signal visor. The outside cylinder shall be
constructed of aluminum , and the louvers shall lumen, 9000 boxyr. average 1;
be constructed of anodized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the
contract. ymbol messag es, when
specified, shall be a minimum of 12 inches high and 7 inches in
SECTION 9-29.16(2)D HAS BEEN DELETED AND width.
REPLACED WITH.• Housings shall be die-cast aluminum and shall be painted with
9-29.16(2)D Back Plates (RC) two coats of factory applied traffic signal ellow enamel
Back plates shall he furnished and attached to the signal VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING
heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION:
half-hard aluminum sheet, 0.058-inch minimum thickness, with
5-inch square cut border and painted black in front and yellow is 9-29.20(1) Fiber Optic Type (RC)
back. The fiber optics shall be drawn from optical glass of high
purity. The fibers shall be temperature resistant The fibers shall
be resistant to the UV light emitted by the halogen lamp and shall
maintain their high transmission properties throughout the lifetime
t-
Page-SP-56
Rrvirinn r)-t.- AM.,o ro roo'7
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
of the sign The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITII
53 microns Each single arm in the harness shall contain THE FOL1OWWG_
approximately 300 fibers The optical sheathing shall have a wall 9-29.24(1) Painting (RC)
thickness of at least 1.5 microns. The common end of each bundle The finish coat shall be a factory baked on enamel light
shall have a hexagonal bundle format. Th hey
e common bundle end in color_ The galvanized surface shall be etched before [he baked
and each arm end shall be epoxied and optically polished. in
enamel is applied. The interior shall be given a fn is coat of
The light source shall be a halogen incandescent lamp with exterior grade of white metal enamel.
dichroic reflector. The lamp shall use built-in, lead-in wires instead Painting shall be done in conformance with the provisions of
of pins The reflector shall be covered with a hard coating capable Section 8-20.3(12).
to withstand a temperature of 400 degrees Centigrade, rapid
temperature changes aggressive chemical quacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WIC
shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING:
hours The coating shall not dissolve during this period. The lamp
shall be 50 watt and rated for 6000 hours at 10 volts. Thc lamp 9-29.24(2) Electrical Circuit Breakers and Contactors
together with the fiber shall produce a light intensity as high as (RC)
3800CD The 115-volt primary, 10-volt secondary transforrners, The electrical circuit breakers and contactors shall be as
light guides and all wiring shall be enclosed in a street aluminum indicated on the contract plans and detail sheets. The following
housing The matrix plate shall be consmIcted of 0.125 thick equipment shall be featured within the cabinet.
aluminum sheet protected by a 0 125 polycarbonate shed. The 1_ Main circuit breaker
signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers
bundle shall have a dip-on type color fitter, one of Portland 3. Utility plug(120 volt-20 Amp rated) G.F.I. Type
Orange and one of Ltmar White The viewing end of the fiber optic 4. tight control test switch(120 volt-15 Amp)
display sball not require a cone for magnification and shall provide 5. Contactor relay for each circuit
a wide viewing angle Each message shall have a minunum of 82 6 Double pole branch breaker(s) for lighting circuits (240
light points All components shall be fastened to the flat black volt
matrix plate When the sign is not illuminated, it shall blank out 7 One 120 volt 20 Amp single pole branch breaker (for
with no message legible The low power consumption lamps shall utility plugs)
be serviceable without any tools. 8 Type 3-single phase 1201240 volt grounded neutral
SEC17ON 9-29-20(2) IS REVISED AND SUPPLEMENTED AS service
9_ One 120 volt 40 Amp single pole branch breaker (signal
FOLLOWS:
service
10 Complete provisions for 16 breaker poles
¢29.20(2) Neon Grid Type (RC)
A visors 11 Name plates phenolic black with white engraving except
All neon grid heads shall be equipped with Z elate
made of polycarbonate plastic designed to eliminate sun phantom- plates main breaker which shall be red with white lettering. All name
Neon tubing shall be enclosed and shocl®ounted uuide plates shall be attached by S_S. screws.
a �Plastic��� 12_ Meter base sections are unnecessary
SECTION 9-29_25 IS DELETED AND SUPPI h7NpN7ED BY
hall prwide
THE FOLLOWING:
The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC)
electronic ballast no external transformer,and operate at 30 watts. The pole mounted terminal box shall be made of molded
The heads shall display two symbol messages 'hand (for the fiberglass be grey in color, be appmzimatdy 16' high x 13-7/8'
do not walk mode) in Portland orange and 'Man (for the walk wide x 5 7/8' deep and have a minimum el 16 terminals on the
mode) in lunar white The message module shall consist of two wide al blocks. The box shall be weather tig}it have a smgle door
neon gas tubes enclosed in a housing made of polvcarbonate with continuous hinge on one side and screw hold downs on the
plastic The lens material shall be polycarbonate plastic. Tlie door locking side. All hardware will be stainless steel• All
visors shall be flat black in color. mounting hardware shall be stainless steel and shall be incidental to
SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box. barrier type. Each
FOLLOWING: Terminal blocks shall be 600V heavy duty The marker_stniP
terminal shall be separated by a marker step
- indicated
9-29.24 Service Cabinets (RC). shall be permanently marked with the circuit number m
The signal/street lighting service cabinet shall be as indicated
the Plans Each connector shall be a scree ~ '^ with No 10 post
on the contract plans and detail sheds. All electrical conductors,
able of accepting no less than 31112 AWG wires fitted with
buss bars and conductor terminals shall be copper or brass. -The spade tips.
Cabinet doors shall be gasketed with a one-pie closed cell
d ec
cabinet shall be fabricated from galvanized cold rolled she steel= rent gasket and shall have a stainless steel piano hinge•
with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene
arc 12 position terminal block shall u Installed in each
panels Door hinges shall be the continuous concealed piano type
and no screws rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet.
The cabinet door shall be fitted for a Best internal type lock. The Mounting sll 1 be as noted in the contract- with
cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type e
complete with screens filters and have rain tight gaskets. The nominal dimensions of 22' high x 13' widexdPP'�— -ate
constructed of cast aluminum and fitted with a Best Intern
cabinet door shall have a one piece weather proof neoprene gasket_
al lock.
1-
Page-SP-S7
Revision Date:May 19, 1997
9-30 Water Distribution Materials
9-30 Water aterials M
Distribution
9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMfENTED By A I on N THE
FOLLOWING_
DDING
9-30.1 Pipe
9-30.3(3) Butterfly Valves RC
SECTION 9-30.I(I)IS REVISED AS FOLLOWS: Butter-fly valves shall be Dresser 450 or Pratt Groundho
9-30.1(1)Ductile Iron Pie SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED
P (RQ WITH THE FOLLOWING:
1, Ductile iron pipe shall be centrifugally cast and meet the
requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5' Valve Marker Posts(RC)
cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be ricated and installed in
fab i
Standard Tbicknegg conformance with the Standard Drawin b
. All other ductile iron pipe shall be Valve markers shall be carsonite cornpos.t
Standard Thickness Class 5250 or the thickness class as shown in •375"x 6'-0. or approved blue l
equal with blabel
the Plans. e utili marker
water.
SECTION 9-30.30 HAS BEEN SUPPLEMENTED ,
9-30.3 Valves FOLLOWS: AS
SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW.• 9-30.3 Combination Air Release/Air Vacuum
. Valves (RC) t-
9-30.3(1) Gate Naives(RC) Air and vacuum release valves shall be ApCO- Valve and
Valves shall be designed for .a minimum water o Primer "Heavy-Duty,"- release valve or
operating � combination air
pressure of 200 PSI:-Gate valves Shall be Iowa List 14 Mueller equal.
Company No. A2380 Kennedy, or M&H Installation shall be ner the City of Renton Standard Detail
Approval of valves other dun models specified shall be latest revision.
obtained prior to bid opening- Piping and fitting shall be copper or brass. Location of the air
All gate valves less than 12" in diameter shall include an 8' x release valve as show on the plans is a roximate. The installation
24' cast iron gate valve box and extensions as required All 12' shall be set at the hi point of the line
diameter and larger gate valves shall be installed in a vault See
Water Standard Detail for 12' gate valve assembly vault and 1 SECTION 9-30.3(8)IS REVISED AS FOLLOWS:
as
bypass installation-
9-30.3(8) Ta PPS Sleeve and Valve Assembly(RC) ,
Gate valves shall conform to AWWA C500 and shall be iron
body, bronze-mounted double disc with bronze wedging device Tapping sleeves shall be cast iron, ductile iron
_and O-ring stuffing box. epoxy coated steel, or other approved material_
RESII-IENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION
Resilient seated gate valves shall be manufactured to meet or
exceed the requirements of AWWA Standard 0509 latest revisions 9-30.3(9) Blow-Off Assembly(RC)
All external and internal ferrous metal surfaces of the ate Permanent blow-off assembly shall be#78 Kupferle Foundry
valve shall be coated for corrosion protect-ion with fusion bonded Co. or approved equal Installation of blow-off permanent blow
epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail
pis prior to valve assembly and shall meet or exceed the latest revision- Pipe and fittings shall be galvanized Blow-off
requirements of AWWA Standard C-550 latest revision Valves assembly shall be installed at location(s) shown on the plans
shall be provided with two (2) internal O-ring stems seals The Temporary blow-off assembly on new dead-end water main shall
valves shall be equipped with one (1) anti-friction washer. The_ be installed at location shown on the plans -
resilient gate valve shall have.rubber scaling surfaces to permit bi Temporary blow-off assemblies for testing and flushing of the
directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall he -
integrally cast. considered incidental to the contract and no additional payment
Manufacturers of Resilient Seated gate Valves shall provide shall be made. t�
the City on request that the valve materials meet the City
specifications. SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE
Valves shall be designed for a minimum water operating FOLLOWING:
u
pressure of 200 psi. 9-30.5 Hydrants (RC) J
End connections shall be mechanical ioints flanged joints or
_mechanical by flanged ioints as shown on the project plans Fire hydrants shall be Iowa Corey Type (opening with the
Resilient Seated Gate Valves shall be U.S. Metroseal 2.50, pressure) or approved equal conforming to AWWA C-502-85
Clow, M&H Style 3067 Mueller Series 2370 Kennedy. Approval must be obtained prior to bid opening
Approval of valves other than model specified shall be Compression type fire hydrants (opening against pressure)
)btained prior to bid opening All gate valves less than 12 inches shall be Clow Medallion M&H 929 Mueller Super Centurion
n diameter shall include an 8'x24' cast iron gate valve box and 200,conforming to AWWA C-502-85
:xtensions, as required. SECTION 9-30.5(1) IS SUPPLEMENTED By ADDING THE
All 12 inch diameter and larger resilient seated gate valves FOLLOWING:
hall have a 1 inch by-pass assembly and shall be installed in a
oncrcte vault per City of Renton Standard Details latest revision 9-30.5(1) End Connections (RC) `
'r
Hydrants shall be constructed with mechanical joint
connection unless otherwise specified in bid proposal description
1,
Page-SP-58
9-30 Water Distribution Materials 9-30 Water Distribution Materials
SECTION 9-30.5(2) IS DELETED AND REPLACED WITS synthetic molded rubber Basket and shall be attached to hydranr
adapter with 1/8- coated stainless steel aircraft cable.
THE FOLLOWING: Fire hydrants shall be installed per City of Renton Standard_
9-30.S(2) Hydrant Dimensions (RC) Detail for fire hydrants latest revisions.
Fire hydrants shall be Corey type (opening with the pressure) SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS
or compression type (opening against pressure) conforming to FOLLOWS:
AWWA C-502-85 with a 6 inch mechanical joint inlet and a main
valve opening (M.V.O.) of 5 1/4 inches two 2 12 inch hose 9-30.6(3) Service Pipe
nozzles with Rational Standard Threads 7 112 threads per inch and
one 4 inch pum2Sr nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC)
r inch, 60 degrees V. Threads outside diameter of male tread polyethylene pipe shall not be used.
4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" 9-30.6(3)C Polybutalene Pipe (RC)
❑tagon operating nut opened by turning counter clockwise(left). polybutalene pipe shalt not be used.
The two 2-1/2' hose nozzles shall be fitted with cast iron
threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS.
proportions as the hydrant stem nut. Caps shall be fitted with Fittings used for copper tubing shall be compression type with
suitable neoprene gaskets for positive water tightness_under test gripper ring
pressures-
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS
Seattle Thread z 5" Stortz Stortz adapter shall be forged and/or FOLLOWS:
extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded
end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5)Meter Meter Setters (RG�
Stortz face to be metal no gasket to weather. Stortz cap to haVe Standard Detains for water metinstalled test revis on. City of Renton
Page-SP-S9
ti Revision Date: May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
•• INDEX TO WSDOT AMENDMENTS
"WSDOT AMENDMENTS
.The following WSDOT Amendments shall be used in conjunction with the WSDOTIAPWA 1996 Standard Specifications for Road
Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document.
The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the
subsection number) spec subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those
.n SAX subsections have been deleted from this document.
The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting
provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as
specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date
following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT.
r.SECTION 1 SECTION 2
02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03,ROADWAY EXCAVATION
CONDITIONS AND EMBANKMENT
(March 3. 1997) (March 3, 1997)
"Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2)Rock
Cuts is revised_ Sub-section 2-03.3(14)K Select of
r.04.AP1 SECTION 1-04, SCOPE OF THE WORK Common Borrow is added.
(March 3, 1997) "Embankments at Bridge and Trestle Ends"
"Increased or Decreased Quantities" revised. formula revised.
+�07.API SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION
RESPONSIBILITIES TO THE PUBLIC (March 3, 19979
(March 3. 1997) A new Amendment. Sub-section 2-09.3(4)
.� A new Amendment Sub-section 1-07.9(5) Construction Requirements, Structure Excavation,
Required Documents is revised. Sub-section Class B, Sub-section 2-09.4 Measurement,and
1-07.13(4)Repair of Damage is added. Sub-section 2-09.5 Payment are revised. Sub-
"Required Records and Retention" revised. section 2-09.3(1)E Backfilling, Controlled Density
09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added.
PAYMENT "Measurement" drywells added.
(March 3, 1997)
"Payment for Material on Hand" revised. SECTION 3.
10.AP1 SECTION 1-10, TEMPORARY TRAFFIC 02.AP3 SECTION 3-02, STOCKPILING
CONTROL , AGGREGATES
(March 3, 1997) (March 3, 1997)
A new Amendment. Sub-section 1-10.3(5) "Asphalt Concrete Aggregates" revised.
Temporary Traffic Control Devices is revised.
r Sub-section 1-10.5 Payment is added_ SECTION $
"Conformance to Established Standards", "Traffic
Control Labor" and "Payment" have been revised.
04.AP5 SECTION 5-04, ASPHALT CONCRETE
PAVEMENT
(September 30, 1996)
A new Amendment. Sub-section 5-04.3(10)B
Control is revised.
Page-SP-60
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AP4EYDMF-NTS
SECTION 6 SECTION 8
02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEIVUENT
(March 3, 1997) MARKERS
A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997)
Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1
section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub-
Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is
02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is
Subsection 6-02.3(6)A Temperature and Time for supplemented and revised.
Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular.
Curing Concrete is added. 10.AP8 SECTION 8-10, GUIDE POSTS
"Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996)
and "Field Bending" are revised:
A new Amendment. Sub-section 8-1.0.2 Materials
l0.AP6 SECTION 6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction
(March 3, 1997) Requirements is revised.
A new Amendment. Sub-section 6-10.5 Payment 11 APS SECTION 8-11, GUARDRAIL
is supplemented with an additional item. Sub- (March 3, 1997)
section 6-10.3(1) Precast Concrete Barrier is
added. Anchor Installation revised.
"Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP
(March 3, 1997)
SECTION 7 "Materials", and "Measurement" are revised.
05.AP7 SECTION 7-05, MANHOLES, IN 1TAP8 SECTION 8-17, IMPACT ATTENUATOR
LETS, AND SYSTEM -
CATCH BASINS (March 3, 1997)
(March 3, 1997)
Revised to include drywells. New standard item Construction Requirements-revised.
1062 "precast conc- drywell"_ 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC
Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL
Manhole". (March 3, 1997)
06.AP7 SECTION 7-06, CONCRE'T'E PIPE A new Amendment. Sub-section 8-20:3(4)
ANCHORS Foundations is revised. Sub-section 8-20.3(13)A
(March 3, 1997) Light standards is added.This section is deleted in its entirety. "Equipment List and Drawings" revised. j
08.AP7 SECTION 7-08, GENERAL PIPE
21.AP8 SECTION 8-21, PERMANENT SIGNING INSTALLATION REQ (March 3 1997)
A new Amendment. .Sub-section 8-21.3(6)Sign
(March 3' _199 Refacing is revised. Sub-section 8-21.2 Materials
A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added.
Zone Bedding is renamed to Bedding the Pipe.
Sub-section 7-08.3(2)D Pipe Laying—Steel or Sub-section 8-21.3 Construction Requirements is
added. ,
Aluminum, Sub section 7-08.4 Measurement, and "Construction Requirements", and "Materials"
Sub-section 7-08.5 Payment are revised. are revised.
"Materials", "Trenches", "Jointing of Dissimilar
Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING
"Standard plan for pipe collars pending. (March 3, 1997)
17.AP7 SECTION 7-17, SANITARY SEWERS A new Amendment. Sub-section 8-22.4
(March 3, 1997) Measurement is revised.
A new Amendment. Sub-section 7-17.3(2)C "Materials" revised.
Infiltration Test is revised. Sub-section 7-17-2
Materials is added.
"Infiltration Test" revised.
I8.AP7 SECTION 7-18, SIDE SEWERS
(October 28, 1996)
t-
Page-SP-61
Revision Date:May 19, 1997
WSDOT AMENDMENTS ♦y 0"Ni 1 n1n1t!,N1JMENTS
SECTION 9 IO.AP9 SECTION 9-10, PILING
r (September 30, 1996)
OLAP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber
(September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling
A new Amendment. Sub-section 9-01.3 Tests and is revised.
Acceptance is revised to reference "Mill Test Use message revised.
Report Number". ILAP9 SECTION 9-11, WATERPROOFING
°W 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997)
(March 3, 1997) Asphalt waterproofing revised.
"Anti-Stripping Additive" revised. 12.A-P9 SECTION 9-12, MASONRY UNITS
s 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997)
(March 3, 1997) Revised.
A new Amendment. Sub-section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALL.S,
Material for Rigid Pipe is revised. Sub-section 9- SLOPE PROTECTION, AND ROCK WALLS
03.14(2) Select Borrow is revised. (March 3, 1997)
"Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted.
41 04.Ap9 SECTION 9-04,JOINT AND CRACK 16.AP9 SECTION 9-16,.FENCE AND GUARDRAIL
SEALING MATERIALS (March 3, 1997)
(March 3, 199.7) "Posts and Blocks", revised.
� "Joint Mortar" revised.
17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS
05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, (September 30, 1996)
CULVERTS, AND CONDUTI'S A new Amendment. Sub-section 9-17.1 General
(March 3. 1997) is revised.
A new Amendment. Sub-section 9-05.6(4)
Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-211 RAISED PAVEMENT .
,. 05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM)
9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996)
Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1)
r Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section
"Coupling Bands" revised. 9-21.2(2)Optical Requirements are revised. Sub-
section 9-29.6(5) Foundation Hardware is revised.
06.AP9 SECTION 9-06, STRUCTURAL STEEL AND
29.AP9 SECTION 9-29, ILLUM INATION, SIGNALS,
RELATED MATERIALS
ELECTRICAL
(March 3, 1997)
A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996)
Strength Bolts is revised. A new Amendment. Sub-section 9-29.4
"High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised.
revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION
Specifications. GEOTEX ILE
09.A.P9 SECTION 9-09, 'TUABER AND LUMBER (September 30, 1996)
(March 3, 19979 A new Amendment. Sub-section 9-33.2
A new Amendment. Sub-section 9-09.3(1)B Geotextile Properties is revised.
w Placing in Treating Cylinders is revised..
r.
Page-SP-62
Revision Date. May 19, 1997
400
vm
..
No
um
WSDOT AMENDMENTS
r
r
r
r
�r
r
w
WSDOT AMENDMENTS
.. The following WSDOT Amendments are the complete text of all
Amendments to the WSDOT/APWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, accepted and adopted by the City of
Renton on May 19, 1997 and should be with any project specific Special
Provisions contained within the contract document.
r "
s
as
r
ar
Page-AMD-i
Revision Date_May 19, 1997
r '
Table of Contents
WSDOTAMENDMENTS...............................................•--................................................--_....._.........__....._.
SECTION 1-04,SCOPE OF THE WORK March 3, 1997 .................................................................................
1-04.6 Increased or Decreased Quantities.................................................:........................_................_........••...5
SECTION 1-07,LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 ................................5
1-07.9(5) Required Documents .................................•................................................................._...._............5
1-07.11(10)B Required Records and Retention.................................................................................. _.__5
...........
1-07.13(4) Repair of Damage........................................................................................................................5
SECTION 1-09,MEASUREMENT AND PAYMENT March 3,1997...........................................................................6
1-09.8 Payment for Material on Hand....................................................•.................................-•--••..............._6
SECTION 1-10,TF.1IYORARY TRAE'PIC CONTROL March 3, 1997........................................................................6
1-10.2(l) .Traffic Control Supervisor..............................................................................................................6
1-10.2(1) General.................................•-•--........................................................................_........_..............6_
1-102(3) Conformance to Established Standards.............................................................................................:8
1-103(1) Traffic Control Labor.................................................................................................•-•-.._............8
1-103(2) Traffic Control Vehicle........•.....................................•.............................•.............--•...............-_....8
1-10.3(5) Temporary Traffic Control Devices..............•----•-----..........................................._.........................._...8
1-10.4 Measurement....--•-••-•---...--•................................................•---.......................•..----•-•.......-•••-•.....-•_...9
1-10.5 Payment........................................................................................---................._....._................._....9
SECTION 2-03,ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997.....................................................10
2-033(14)1 Embankments at Bridge and Trestle Ends...................:....................................................................10
2-033(14)K Select or Common Borrow Including Haul..............................••............___...._......_._............_...........10
SECTION 2-09,STRUCTURE EXCAVATION March 3, 1997.................•........................................._.............._.......10
2-093(1)E Backrilling ..........................._.._.....--••-•........._...........-••-•.....----...._._......-•••--....._....._....._---..........10
2-09.4 Measurement .........---•-••.....................................................•------..................-----...._.........................11
2-09.5 Payment......................................•--..........._...........---•--•--....................................-----•--•--•...............11
SECTION 3-02,STOCKPH,ING AGGREGATES March 3, 1997..............................................................................11 .
3-023(1) Asphalt Concrete Aggregates............... .•-••..................................._..............................._...--•.........11
SECTION 6-02,CONCRETE STRUCTURES March 3, 1997.................................................................................•.11
6-023(4)D Temperature and Time For Placement..............................................................•....__....___................11
6-02.3(11) Curing Concrete..............•........:...................--•-••................................--•--.........••................_..._..12
6-023(17)J Face Lumber,Studs,Wales, and Metal Forms ................................................................................12
6-02.3(24)A Field Bending..........................................................................................................................
6-023(25)F Prestress Release...................................•--.............................•...............................................__.12
SECTION 6-10,CONCRE'T'E BARRIER March 3, 1997..........................................................................................13
6-10.3(1) Precast Concrete Barrier....................•......--•-•--•-•-•--..............................-•--•---•-••-----........................13
6-10.5 Payment............................................................•---•-............................-•----......----......_................._.13
SECTION 7-05,MANHOLES, INLETS, AND CATCH BASINS March 3, 1997...........................................................13
SECTION 7-05,MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS........._. ••--••--••••••13
7-05.1 Description.............................•--••----........----••---.........................................................._...._•-----.......13
7-05.2 Materials........................................•--.......---............_.........................._.._.........--•--•-
.....................__13
7-05.3 Construction Requirements...................................................................... .........._..---.........._.14
7-05.4 Measurement ............................................................................................... ..........14
...................•--•-
7-05.5 Payment..................... --••----•--•---14
SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997................... ....._.15
Page-AMD-ii
Revision Date:May 19, 1997
�.� SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 •------------------------------------------------15
7-08.2 Materials...................... ........--••-•..................._......................_......._.._.................15
7-08.3(1)A Trenches..................• ••••............-••••••---•--••................._........--•-•._._..........._....._...............15
7-083(1)C Pipe Zone Bedding.................................................•--•_----............................................................15
7-08.3(1)C Bedding the Pipe................. ••.............-••.....15
7-08.3(2)D Pipe Laying-Steel or Aluminum...................................................................................................15
7-08.3(2)G Jointing of Dissimilar Pipe.......................................................•........................_................._.........16
7-08.4 Measurement ..................................•................................16
7-08.5 Payment........................................................................................................................................16
SECTION 7-17,SANITARY SEWERS March 3, 1997 -•..................................•-•--...................................................16
+� 7-17.2 Materials........................................................................................................••••...........................16
7-17.3(2)C Infiltration Test...........................................•......................................................_......................17
SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997 .............................................................................17
rr8-09.1 Description .............:....................................................................17
8-09.3 Construction Requirements...................................................................................... ..........................17
8-09.3(5) Recessed Pavement Marker.................................:.................................._.............._.........................17
8-09.5 Payment................... .........................._................................................--•-............_..................17
SECTION8-11, GUARDRAIL March 3, 1997.......................................................................................................17
.8-11-3(1)C Erection of Rail.................................................................................•---....................._..............17
so 8-113(1)D Anchor Installation.............................................................................................---....................18
SECTION 8-15,RIPRAP Mare 3, 1997.............................................•-•-..................---•.......................................18
8-15.2 Materials............................ ....---..............................._..........................................................18
r�. 8-15.4 Measurement ............18
SECTION 8-17, IMPACT ATTENUATOR SYSTEMS March 3, 1997........................................................................18
r. 8-17.3 Construction Requirements.............. ........•...----•----...................................._.... ....._...........18
_.._..
SECTION 8-20, ILLUMINATION,TRAFFIC SIGNAL SYSTEMS, ...•....................................................18
AND ELECTRICAL March 3,1997.................... ..__.._..._............................._........19
8-20.2(1) Equipment List and Drawings .....................................................19
8-20.3(13)A Light Standards..................... ..........---.............:... .._....................19
an SECTION 8-21, PERMANENT SIGNING March 3, 1997 ......................19
8-21.2 Materials......................... ............
............................19
8-213- Construction Requirements.........................................................................................................................• ••..................19
r 8-213(4) Sign Removal.................................................................•-
.....-•••••-•..............................................19
.8-213(9)F Bases......................................................................................................................................20
8-213(10)A Sign Lighting Luminaires......................................................................................
8-213(9)G Identification Plates...... .........................................................................................................20
8-21-3(1.2) Steel Sign Posts................ ...................-•-......._.._.................--•-•-...............
21
SECTION 8-22, PAVEMENT MARKINGS March 3,1997............................................................
...... ......
8-22.2 Materials..........................................••-----........................................... _.
SECTION 9-02, BITUMINOUS MATERIALS March 3, 1997................ ....._.__..---...........21
9-02.4 Anti-Stripping Additive ..................•••-•••••..21
r. ....21
SECTION 9-03,AGGREGATES March 3,1997 ... •..................................
.21
9-03.12 Gravel Backfill................ ......................................._...
9-03.12(5) Gravel Backfill for Drywells ...............................•......---...._
.........•.............2
9-03.14(2) Select Borrow.....................................................................................................
SECTION 9-04, JOINT AND CRACK SEALING MATERIALS March 3, 1997............................................................22
an
....22
9-04.3 Joint Mortar
SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3, 1997.........................................22
9-05.4(7) Coupling Bands....................................... ....................................nita---Sew-...-.---....._...........22
.r 22
9-05.12(1) Solid Wall PVC Culvert Pipe,Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe._........._
Page-AMD-iii
Revision Date_May 19, 1997
r..
Culvert Pie Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pie 22
9-05.12(1) Solid Wall PVC C Pipe, p
9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe.................................................23
9-05.12(2) Profile Wall PVC Culvert Pipe,Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe23
9-05.19 Corrugated Polyethylene Culvert Pipe................................................................................................23
SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 ................................................23
9-06.16 Roadside Sign Structures...........................................................•--................................................
9-06.5(3) High Strength Bolts..................................:...................................................................................24
9-06.5(4) Anchor Bolts...............................................................................................................................24
9-06.5(5) Bolt, Nut,and Washer Specifications...................................................................................•-•-...............25
SECTION 9-09,TIMBER AND LUMBER March 3, 1997........................................................................................25
9-09.3(1)B Placing in Treating Cylinders .......................................................................................................25
SECTION 9-11,WATERPROOFING March 3, 1997..........................................................................:...................25
9-11.1 Asphalt for Waterproofing.............................................................................................•---...............25
SECTION 9-12,MASONRY UNITS March 3, 1997................................................................................................25
9-12.4 Precast Concrete Manholes................................................................................................................25
9-12-5 Precast Concrete Catch Basins.......................................................................................................... 6
9-12.7 Precast Concrete Drywells......................•-•---........._..........
.................................................................
SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION,AND ROCK WALLS March 3,1997....................26
9-13.4 Concrete Slab Riprap.......................................................................................................................26
SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997....................................................................................26
9-163(1) Rut Element...............................................................................................................................26
9-163(2) Posts and Blocks...........................................................................................................•..............26
9-16.3(5) Anchors................•-•----.........•......---.......-----.....--............................---.........................................27
Page-AMD-iv
Revision Date_May 19, 1997
1-07.13(4) Repair of Damage
1-04.6 Increased or Decreased Quantities
ap
{ TC "SECTION 1-04, SCOPE OF THE WORK" }SECTION 1-04, SCOPE OF THE
WORK
March 3, 1997
1-04.6 Increased or Decreased Quantities
7" The first sentence of Item no. 1 in the first paragraph is revised to read:
r Either party to the contract will be entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the
original bid quantity.
Item no.2 in the first paragraph is revised to read:
s
Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of
3 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due
solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount
originally bid for the item.
w
Item no.4 in the second paragraph is deleted.
{ TC "SECTION 1-073, LEGAL RELATIONS AND RESPONSIBILITIES O O
PUBLIC" }SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES
THE PUBLIC
March 3, 1997
.2 1-07.9(5) Required Documents
The fifth sentence of the third paragraph is revised to read:
rolls shall coincide 5 Employee labor descriptions used on certified payncide exactly with the labor descriptions on the minimum wage schedule in
identify labor used by the Contractor to compare with labor listed in
the contract unless the Engineer approves an alternate method to the
contract provisions.
�i
1-07.11(10)B Required Records and Retention
ara ra h is revised to read °FHWA 1391".
n The reference to"PR 1391" in the first sentence of the second p g p
_ The third paragraph is revised to read:
All Contractors/Subcontractors having contracts of$100,000 or more that are Federally funded shall submit WSDOT form g2"10 information to the
Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all
U Contracting Agency funded projects,and those Federally funded projects under$100,000.
�1
1-07.13(4) Repair of Damage
Q The second sentence of the first paragraph is revised to read:
For damage qualifying for relief under Section 1-07.13(1), 1-07.13(2), and 1-07.13(3), payment will be made in accordance with Section
m2 1-04.4
Page AMD-5
Revision Date:May 19, 1997
1-09.8 Payment for Material on Hand 1-10.2(1) General
1 { TC "SECTION 1-09, MEASUREMENT AND PAYMENT" }SECTION 1-09,
2 MEASUREMENT AND PAYMENT
3 March 3, 1997
4 1-09.8 Payment for Material on Hand
5 The first sentence of the fifth paragraph is revised to read: j
6
7 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2,000.
8 { TC "SECTION 1-10, TEMPORARY TRAFFIC CONTROL'' }SECTION 1-10,
9 TEMPORARY TRAFFIC CONTROL
o March 3, 1997
1 1-10.2(l) Traffic Control Supervisor
2 This section is revised to read:
3
4 1-10.2(1) General
5 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager j
6 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic
7 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required
8 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor
9 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS
0 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to
1 the same degree as the primary TCM and TCS.
2
3 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be
4 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have
5 appropriate personnel, equipment, and material available.at all times in order to expeditiously correct any
6 deficiency in.the traffic control system.
7
8 1-10.2MA Traffic Control Manager
9 The duties of the Traffic Control Manager include:
0
1 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor-
2 adopted traffic control plan(s) with the Engineer.
3
4 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any
5 adjacent construction or maintenance operations.
6
7 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures)
8 with appropriate police, fire control agencies, city or county engineering, medical emergency
9 agencies, school districts, and transit companies.
0 -
W
Page-AND-6
Revision Dale_May 19, 1997
1
1-10.2(1) General -10.2(1) General
`W 4_ Overseeing all requirements of the contract which contribute to the convenience, safety, and
orderly movement of vehicular and pedestrian traffic.
a 5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for
Streets and Highways for the State of Washington and applicable standards and specifications
available at all times on the project.
' 6. Attending all project meetings where traffic management is discussed.
P7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations.
1-10.2(1)B Traffic Control Supervisor
A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer.
~ The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be
able to be on the jobsite within a 45-minute time period after notification by the Engineer_
g The TCS's duties shall include:
1. Inspecting traffic control devices and nighttime lighting for proper location, installation,
message, cleanliness, and effect on the traveling public. Traffic control devices shall be
inspected each work shift except that Class A signs and nighttime lighting need to be checked
only once a week. Traffic control devices left in place for 24 hours or more should also be
inspected once during the nonworking hours when they are initially set up (during daylight or
darkness, whichever is opposite of the working hours). ::
!" 2. Preparing a daily traffic control diary on DOT Forms 421 040A and 421-040B, which shall be
submitted to the Engineer no later than the end of the next working day to become a part of the
project records. The Contractor may use their own form if it is approved by the Engineer.
Include in the diary such items as:
a. When signs and traffic control devices are installed and removed,
• b. Location and condition of signs and traffic control devices,
c. Revisions to the traffic control plan,
d. Lighting utilized at night, and
•� e. Observations of traffic conditions.
3. Ensuring that corrections are made if traffic control devices are not functioning as required.
•g The TCS may make minor revisions to the traffic control plan to accommodate site conditions as
long as the original intent of the traffic control plan is maintained and the revision has
concurrence of the WSDOT TCS.
4. Attending traffic control coordinating meetings or coordination activities as authorized by the
Engineer.
105 1 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS
are accomplished. Possession of a current flagging card by the TCS is mandatory.
A reflective vest and hard hat shall be worn by the TCS.
r Page-AMD-7
Revision Date:May 19, 1997
1-10.2(3) Conformance to Established Standards 1-103(5) Temporary Traffic Control Devices
1 1-10.2(3) Conformance to Established Standards
2 This section is supplemented with the following:
3
4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality
5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the
6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a
7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and
8 replaced within 12 hours.
9
o The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American
i Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703)
2 898-5400, FAX (703) 898-5510.
3
4 1-10.3(1) Traffic Control Labor
5 The first sentence of the second paragraph is replaced with the following two sentences:
6
7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or
8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency. j
9
0 1-10.3(2) Traffic Control Vehicle
1 This section is revised to read:
2
3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing
4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and
5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for
6 transporting signs shall be limited to:
7
8 1. Set up and removal,
9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary
0 storage is approved by the Engineer, and
1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans,
2 - approved traffic control plan, or the orders of the Engineer.
3
4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360
5 degrees.
6
7 1-10.3(5)- Temporary Traffic Control Devices
8 The first sentence of the first paragraph is revised to read:
9
0 When the bid proposal includes an item for "Temporary Traffic Control Devices" the work required for this
1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control
2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another
3 item.
4
Page AMD-8
Revision Dale_May 19, 1997
1-10.4 Measurement 1-10.5 Payment
1-10.4 Measurement
The fourth paragraph is revised to read:
t
Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties
described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the
r Engineer authorizes the TCS to be on the jobsite during non-working shifts.
The following paragraph is inserted after the fourth paragraph:
OW
No unit of measure will apply to the position of traffic.control manager and it will be considered incidental to
unit contract prices. , When the traffic control manager performs the duties of the traffic control supervisor,
2' measurement and payment will be as specified for the traffic control supervisor.
r..
The sixth paragraph is revised to read:
S
The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used
for the previously described work. The Contractor may use more than one vehicle to perform this work,
g however, all the vehicles used will be considered one unit for the days that more than one vehicle is used.
Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing
the work required by this section but will be excluded from payment under this section.
1
1-10.5 Payment
The bid item "Traffic Control Supervisor", per day, is revised to read:
"Traffic Control Supervisor", per hour.
The first paragraph following the bid item "Traffic Control Supervisor" is revised to read:
^� The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person
performs the duties described in Section 1-102(1)B including when performing traffic control labor duties.
^• Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read
"Section 1-10.3(5)".
The first paragraph following the bid item"Traffic Control Vehicle" is revised to read:
The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for
the work described in Sections 1-102(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for
under the item "Traffic Control Labor" or "Traffic Control Supervisor".
�',` The last paragraph of this section is deleted.
s
Page-AMD-9
Revision Date_May 19, 1997
2-03.3(14)1 Embankments at Bridge and Trestle Ends 2-09-3(1)E Backfillin
1 { TC "SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT"
2 }SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
3 March 3, 1997
4 2-03.3(14)I Embankments at Bridge and Trestle Ends
5 The third paragraph is replaced with the following two paragraphs:
6
7 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly
8 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the
9 superstructure. After the superstructure is in place, use of small compactors may be required to compact the
0 backfill around the structure. Embanlanents and backfill behind the abutments must be brought up in layers
I and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet
2 unless approved by the Engineer.
3
4 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height)
5 pnor to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for
6 the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and
7 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft'
8 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the
9 abutment backfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear
0 any added cost that results from the change. j
1
2 2-03.3(14)K Select or Common Borrow Including Haul
3 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read
4 "Section 9-03.14(3).
5 { TC "SECTION 2-09, STRUCTURE EXCAVATION" }SECTION 2-09,
6 STRUCTURE EXCAVATION
7 March 3, 1997
j
8 2-09.3(1)E Backfilling
9 The specifications for Controlled Density Fill in the fourth paragraph are revised to read:
0
1 Ingredients Amount per Cu. Yd.
2 Portland Cement 50 lb.
3 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is
4 used.)
5 Air Entrainment Admixture Per Manufacturer's recommendations `
6 Fly Ash Class F or 300 lb.
7 Fly Ash Class C 150 lb.
8 Water 300 lb. (maximum)
9
Page-AMD-10
Revision Date:May 19, 1997 �.
2-09.4 Measurement 6-02.3(4)D Temperature and Time For Placement
s
2-09.4 Measurement
Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe
t� arches, structural pipes, and underpasses" are deleted and replaced with the following:
For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be
calculated based on the following trench width:
For drain and underdrain pipes, trench width = I.D. + 12 inches.
For pipes 15 inches and under, trench width = I.D. + 30 inches.
For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches.
Under "Horizontal Limits" the following new paragraph is added:
For drywells, the limits shall be in accordance with the Standard Plans.
S
The paragraph for "Gravel Backfill" is revised to read:
g Gravel Backfdl
Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the
cubic yard in place determined by the neat lines required by the Plans.
1
2-09.5 Payment
The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted.
{ TC "SECTION 3-02, STOCKPILING AGGREGATES" )SECTION 3-02,
STOCIKPILING AGGREGATES
,. March 3, 1997
.. 3-02.3(1) Asphalt Concrete Aggregates
The first paragraph is revised to read:
Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the
class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size
shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use,
except as modified in Section 9-03.8.
_ { TC ."SECTION 6-02, CONCRETE STRUCTURES'' }SECTION 6-02, CONCRETE
5 STRUCTURES
March 3, 1997
6-02.3(4)D Temperature and Time For Placement
8 The first paragraph is supplemented with the following:
Page-AMD-11
Revision Date:May 19, 1997
6-02-3(11) Curing Concrete 6-02.3(25)F Prestress Release
i Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being
2 placed.
3
4 6-02.3(11) Curing Concrete
5 Item number 1 of the first paragraph is revised to read:
6
7 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs,
8 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing
9 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days.
0
t 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms
2 The 22nd paragraph of Section 6-02.3(17)) is revised to read:
3
4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the
5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval
6 shall be based on laboratory test results or selection off the current Qualified Products List.
7
8 6-02.3(24)A Field Bending
9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read:
0
i Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar
2 sizes No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and
3 smaller may be bent without heating;
4
5 Table 1 is supplemented with the following:
6
7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall
8 be specified in Section 9-07.
9
0 6702:3(25)F Prestress Release ,
1 This Section is supplemented with the following:
2
3 -The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum
4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with
5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of
6 the proposed release concrete compressive strength. The calculated release strength shall meet' the
7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension
8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated
9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the
0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of
1 the minimum concrete compressive strength at I release is allowed, the Contractor shall bear any added cost that
2 results from the change.
Page-AMD-12
Revision Date:May 19, 1997
7-05.2 Materials
6-10.3(1) Precast Concrete Barrier
{ TC "SECTION 6-10, CONCRETE BARRIER" }SECTION 6-10, CONCRETE
BARRIER
March 3, 1997
6-10.3(1) Precast Concrete Barrier
The first two paragraphs are replaced with the following paragraph:
The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No
concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same
conditions show the concrete has reached 4000 psi.
r
The fifth paragraph is revised to read:
Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be
cured in the forms until .a rebound number test, or test cylinders which have been cured under the same
conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No
additional curing is required once the barrier is removed from the forms.
6-10.5 Payment
!r Section 6-10.5, Payment, is supplemented with the following:
"Single Slope Concrete Barrier", per linear foot.
�. The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in
z place or precast single slope concrete barrier.
{
TC "SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS'' }SECTION
745, MANHOLES, INLETS, AND CATCH BASINS
r
March 3, 1997
The title of this section is revised to read:
SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
0
7-05.1 Description
.. In the first paragraph, the work "drywells" is inserted after the word "inlets".
7-05.2 Materials
M This section is supplemented with the following:
6 9-03.9(3)
Crushed Surfacing Base Course
Gravel Backfill For Drywells 9-03.12(5)
Page-AMD-13
Revision Dale:May 19, 1997
7-05.3 Construction Requirements 7-05.5 Payment
I Precast Concrete Drywells 9-12-7
2 Underground Drainage Geotextile,
3 Moderate Survivability 9-33.1
4
.3 Construction s 7 OS Requirements
q
6 The following paragraph is inserted after the first paragraph:
7
8 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill
9 for drywell shall be completely encased in moderate survivability underground drainage geotextile in
0 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the
1 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the
2 drywell.
3
4 The third paragraph is deleted_
5
6 The eighth paragraph is supplemented with the following:
7
8 Mortar shall conform to the requirements of Section 9-04.3.
9
0 The 15th paragraph is revised to read:
1
2 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of
3 Section 2-09.
4
5 The 16th paragraph is revised to read: _
6
7 Manholes, catch basins, inlets and drywells shall be constructed on a compacted' or undisturbed level
8 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000.
9 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures
o shall conform to the requirements of the Standard Plan except as approved by the Engineer.
t
2 7-05.4 Measurement
3 This section is supplemented with the following:
4
5 Precast Concrete Drywell will be measured per each.
6
7 7-05.5 Payment
8 The bid item "Abandon Drainage Structure", per each, is revised to read:
9
o "Abandon Existing Manhole", per each_
1
2 This section is supplemented with the following:
3
4 "Precast Concrete Drywell", per each.
Pagc AMD-14
Revision Date:May 19, 1997
7-08.2 Materials 7-08.3(2)D Pipe La in -Steel or Aluminum
WL
The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing
the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and
r. drainage geotextile.
{ TC "SECTION 7-06, CONCRETE PIPE ANCHORS" }SECTION 7-06,
CONCRETE PIPE ANCHORS
March 3, 1997
t� This section is deleted in its entirety.
{ TC "SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS[[
}SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS
March 3, 1997
7-08.2 Materials
z This section is revised to read:
Materials shall meet the requirements of the following sections:
Gravel Backfill for Foundations 9-03.12(1)_
Gravel Backfill for Pipe Zone Bedding 9-03.12(3)
it Bedding Material for Thermoplastic Pipe 9-03.16
7-08.3(1)A Trenches
The second paragraph is revised to read:
The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given
by the Engineer.
7-08.3(1)C Pipe Zone Bedding
r
z This section heading is revised as follows:
r
9 7-08.3(1)C Bedding the Pipe
In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone
bedding".
3 7-08.3(2)D Pipe Laying - Steel or Aluminum
The first paragraph is revised to read:
6 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of
circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed
.: together with approved bands.
Page-AMD-15
Revision Date:May 19, 1997
7-08.3(2)G Jointing of Dissimilar Pipe 7-17.3(2)C Infiltration Test
1
2 7-08.3(2)G Jointing of Dissimilar Pipe
3 This section is revised to read:
4
5 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a
6 pipe collar as detailed in the Standard Plans.
7
8 7-08.4 Measurement
9 The following new paragraph is inserted after the first paragraph:
0
1 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert
2 and storm sewer pipes.
3 �.
4 7-08.5 Payment
5 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class _", per
6 cubic yard.
7
8 The following new.sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding":
9
0 All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the
1 installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of
2 pipe installed.
3
4 This section is supplemented with the following paragraph:
5
6 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract
7 price per linear foot for the size and type of pipe being jointed.
8 { TC "SECTION 7-17, SANITARY SEWERS'[ }SECTION 7-17, SANITARY
9 SEWERS ,
o March 3, 1997
1 7-17.2 Materials
2 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary
3 Sewer Pipe".
4
5 The fourth paragraph is supplemented with the following:
6
7 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2)
8
9 7-17.3(2)C Infiltration Test
0 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per '
I hour)".
Page AMD-16
Revision Date May 19, 1997 rW
8-09.1 Description 8-11.3(1)D Anchor Installation
{ TC "SECTION 8-09, RAISED PAVEMENT MARKER" }SECTION 8-09, RAISED
PAVEMENT MARKER
March 3, 1997
8-09.1 Description
The word "raised" is deleted from the first and second sentences.
8-09.3 Construction Requirements
r This Section is revised by adding the following new Section:
e 8-09.3(5) Recessed Pavement Marker
The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the
To Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans.
7 8-09.5 Payment
The first paragraph is supplemented with the following new bid item:
"Recessed Pavement Marker", per hundred.
The second paragraph is revised to read:
A
The unit contract price per hundred for "Raised Pavement Marker Type I", "Raised Pavement Marker Type
>r 2", "Raised Pavement Marker Type 3-_ In.", and "Recessed Pavement Marker" shall be full pay for
3 furnishing and installing the markers in_accordance with these Specifications, including all costs involved with
traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5.
{ TC "SECTION 8-11, GUARDRAIL" }SECTION 8-113, GUARDRAIL
March 3, 1997
8-11.3(1)C Erection of Rail
8 The following paragraph is inserted after the second paragraph:
When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be
i installed. The inside and outside rail elements shall not be staggered.
8-11.3(1)D Anchor Installation
The heading is revised to read:
Terminal and Anchor Installation
"8 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes".
Page-AMD-17
Revision Date:May 19, 1997
ors
8-15.2 Materials 8-202(1) Equipment List and Drawings
I
2 This section is supplemented with the following:
3
4 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all
5 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's
6 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation.
7 Assembly and installation shall be in accordance with the manufacturer's recommendations.
8 TC "SECTION 8-15, RIPRAP" }SECTION 8-15, RIPRAP
{
9 March 3, 1997
0 8-15.2 Materials
1 The reference to Slab Riprap in the first paragraph is deleted.
2
3 8-15.4 Measurement
4 The third paragraph is revised to read:
5
6 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed.
7
8 The fifth paragraph dealing with Concrete Slab Riprap is deleted-
9 SECTION 8-17, IWACT ATTENUATOR SYSTEMS
o March 3, 1997
1 8-17.3 Construction Requirements
2 The following paragraph is inserted before the first paragraph:
3
4 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that
5 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided
6 to the Engineer prior to installation.
7
8 The first sentence of the first paragraph is revised to read:
9
0 Assembly and installation shall be in accordance with the manufacturer's recommendations.
1 { TC "SECTION 8-20, ILLUMNATION, TRAFFIC SIGNAL SYSTEMS, AND
2 ELECTRICAL" )SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,
3 AND ELECTRICAL
4 March 3, 1997
5 8-20.2(1) Equipment List and Drawings
6 The fifth paragraph is revised to read:
7
Page-AMD-18
Revision Date:May 19, 1997
„ 8-20.3(13)A Light Standards 8-21.3(9)F Bases
r.� The Contractor will not be required to submit shop drawings for approval for light standards conforming to the
pre-approved plans listed in the Qualified Products List_
8-20.3(13)A Light Standards
�5 The first sentence of Item No. 2 in the third paragraph is deleted.
The first sentence of Item No. 4 in the third paragraph is deleted.
{ TC "SECTION 8-217 PERMANENT SIGNING” }SECTION 8-21, PERMANENT
SIGNING
March 3, 1997
8-21.2 Materials
The second sentence of the first paragraph is revised to read:
z
Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the
r requirements of Section 9-06.
8-21.3 Construction Requirements
8-21-3(4) Sign Removal
This section is revised to read:
Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign
structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete
103 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the
Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the
post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures,
0% metal sign posts, windbeams, and other metal structural members shall become the property of the
Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT.
The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to:
+� WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number
shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense
to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical
completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall
become the property of the Contractor and removed from the project. The Contractor will be charged
$2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation.
8-21.3(9)F Bases
The second sentence of the second paragraph is revised to read:
UL
Page-AMD-19
Revision Date:May 19, 1997
9-21-3(10)A Sign Lighting Luminaires _ 8-22.2 Materials
1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all
2 other sign structure bases.
3
4 The second paragraph is supplemented with the following:
5
6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3.
7
Si Lighting 8-21.3(10)A
8 1� g g Luminaires.
9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15".
0
1 This section is revised by adding the following new sections:
2
3 8-21.3(9)G Identification Plates
4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign
5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign
6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign
7 structures and give them to the Engineer.
8
9 8-21.3(12) Steel Sign Posts
Crete bases using the following procedure:
o Steel sign posts shall be connected to con g g p
1
2 1. Remove all galvanized runs and beads from washer area-
3 2. Assemble sign post to stub post with bolts, using one flat-washer on each bolt between plates.
4 3. Shim as required to plumb sign posts.
5 4. Tighten bolts in a systematic order to required torque while not over tightening.
6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening.
7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent
8 loosening.
9
o When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall
1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M
2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches w
3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection.
4 { TC "SECTION 8-22, PAVEMENT MARKINGS" }SECTION 8-22, PAVEMENT
5 MARKINGS
6 March 3, 1997
7 8-22.2 Materials >r
8 The first sentence is revised to read:
9
o Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved
I materials listed in the Qualified Products List.
2
J/
3 8-22.4 Measurement
Page-AMD-20
Revision Dale:May 19, 1997 _
9-02.4 Anti-Strip2ing Additive 9-03.14(2) Select Borrow
The second sentence of the eighth paragraph is revised to read:
Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for
the area actually removed.
TC "SECTION 9-027 BITUMINOUS MATERIALS" }SECTION 9-02,
BITUMINOUS MATERIALS
March 3, 1997
_ 9-02.4 Anti-Stripping Additive
This section is revised in its entirety to read:
•� When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the
option of the Contractor, the anti-stripping additive can be either added to the liquid asphalt or sprayed on the
aggregate on the cold-feed. Once the process and type of anti-stripping additive proposed by the Contractor
..l have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and
amount of anti-stripping additive shall not be changed without approval of the Engineer.
.: When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the
Engineer,but shall not exceed 1 percent by mass (weight) of the liquid asphalt.
..l When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall
not exceed 0.67 percent by mass (weight) of the aggregate.
..s The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered
based on a proposal from the Contractor.
.�; { TC "SECTION 9-03, AGGREGATES" }SECTION 9-03, AGGREGATES
March 3, 1997
9-03.12 Gravel Backfill
,13 This section is supplemented with the following new section:
0
9-03.12(5) Gravel Backfill for Drywells
Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete,
Grading No. 4 in accordance with Section 9-03.1(3)C.
. 3
1 9-03.14(2) Select Borrow
�5 The sand equivalent requirement in the first paragraph is revised to read "25 min."
Page-AMD-21
Revision Date:May 19, 1997
9-04.3 Joint Mortar 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall
PVC Storm Sewer Pipe
I { TC "SECTION 9-04, JOINT AND CRACK SEALING MATERIALS" }SECTION 9-
2 04, JOINT AND CRACK SEALING MATERIALS
3 March 3, 1997
4 9-04.3 Joint Mortar
5 The first paragraph is revised to read:
6
7 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient
8 water to allow proper workability.
9 { TC "SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS"
o }SECTION 9-05, DRAINAGE STRUCTURES,.CULVERTS, AND CONDUITS
1 March 3, 1997
2 9-05.4.(7) Coupling Bands
3 The first paragraph is supplemented with the following:
4
5 As an alternate to the coupling bands shown in the Standard Plans,.24-inch wide flat band couplers are allowed
6 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers
7 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When
8 flat band couplers are used, pipe arch ends are not required to be recorrugated.
9
o 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and
1. PVC Sanitary Sewer Pipe
2 The section heading is revised to read:
3
4 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC
5 Sanitary Sewer Pipe
6
7 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read: `
8
9 "solid wall PVC sanitary sewer pipe"
0
1 The third paragraph is revised to read:
2
3 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented-
4
5 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe r,
6 The section heading is revised to read:
7
rrr
Page-AMD-22
Revision Date:May 19, 1997 t
9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC 9-06.16 Roadside Sign Structures
10 Storm Sewer Pipe, and Profile Wall PVC Sanitag Sewer Pipe
9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC
r. Sanitary Sewer Pipe
.. The first paragraph is revised to read:
Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO
M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM
rF 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List.
The first sentence of the third paragraph is revised to read:
t
Qualified producers are identified in the Qualified Products List.
4 The fifth paragraph is revised to read:
r
Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46.
7
9-05.19 Corrugated Polyethylene Culvert Pipe
The second sentence of the first paragraph is revised to read:
The maximum pipe diameter shall be as specified in the Qualified Products List.
The first sentence of the fourth paragraph is revised to read:
Qualified producers are identified in the Qualified Products List.
I 9-05.20 Corrugated Polyethylene Storm Sewer Pipe
The first subparagraph in the first paragraph is revised to read:
rq The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a
producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List.
—1 { TC "SECTION 9-069 STRUCTURAL STEEL AND RELATED MA'ITERIALStt
}SECTION 9-063, STRUCTURAL STEEL AND RELATED MATERIALS
March 3, 1997
This section is revised by adding the following:
�J
9-06.16 Roadside Sign Structures
..8 All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293:
n
t Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B.
�1
? Posts for multiple post sign structures shall meet the requirements of AASHTO M 183_ Posts meeting the
c requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable
w4 alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183.
Page-AMD-23
Revision Dale.May 19, 1997
9-06.5(3) High Strength Bolts 9-06.5(5) Bolt, Nut, and Washer Specifications
1
z Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M
3 222, AASHTO M 223, or ASTM A 572 Grade 50.
4
5 Base connectors for multiple directional steel breakaway posts shall conform to the following:
6
7 brackets Aluminum Alloy 6061 T-6
8 bosses for Type 2B brackets ASTM A 582
9 coupling bolts ASTM A 325
0 anchor bolts ASTM 304 stainless steel for threaded
1 portion. AISI 1038 steel rod and AISI '
2 1008 coil for cage portion.
3
4 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as
5 follows:
6
7 Type 2A 17,000 to 21,000 lb.
8 Type 2B 47,000 to 57,000 lb.
9
0 For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For '
1 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass
2 conforming to ASTM B 36.
3
4 9-06.5(3) High Strength Bolts
5 The first two sentences of the second paragraph.are revised to read:
6
7 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are
8 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing
9 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's
0 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results.
1
2 9-06.5(4) Anchor Bolts
3 The first paragraph is revised to read:
.r�
4
5 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts
6 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with
7 ASTM A 143 unless the length is less than five times the nominal bolt diameter, then they shall be tested
8 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot
9 provided shall show the ultimate tensile strength test results.
0
1 9-06.5(5) Bolt, Nut, and Washer Specifications
2 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436".
rr
F/
Page-AMD-24
Revision Date:May 19, 1997
9-09.3(1)B Placing in Treating Cylinders 9-12.5 Precast Concrete Catch Basins
{ TC "SECTION 9-09, TIMBER AND LUMBER" }SECTION 9-09, TIMBER AND
LUMBER
3 March 3, 1997
�a 9-09.3(1)B Placing in Treating Cylinders
The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade
me Requirements Table are deleted.
The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted.
.. { TC "SECTION 9-11, WATERPROOFING" }SECTION 9-11, WATERPROOFING
March 3, 1997
9-11.1 Asphalt for Waterproofing
M In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41"_
{ TC "SECTION 9-12, MASONRY UNITS" }SECTION 9-12, MASONRY UNITS
March 3, 1997
9-12.4 Precast Concrete Manholes
.,; This section is revised to read:
Precast concrete manholes shall meet the requirements of AASHTO M 199.
n The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral
displacement.
I As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections
may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type
III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be
6 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of
0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the
48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be
9 furnished with knockouts or cutouts.
i
t 9-12.5 Precast Concrete Catch Basins
This section is supplemented with the following:
�3
I Knockouts or cutouts may be placed on all four sides and may be round or D shaped.
6 Section 9-12 is supplemented with the following new section:
r
Page-AMD-25
Revision Date_May 19, 1997
r•
9-12.7 Precast Concrete D wells 9-16.3(5) Anchors
1 9-12.7 Precast Concrete Drywells
2 Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may
3 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7
4 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly '
5 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference.
6 { TC "SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND '
7 ROCK WALLS" }SECTION 9-13, RIPRA.P, QUARRY SPA.LLS, SLOPE
8 PROTECTION, AND ROCK WALLS '
9 March 3, 1997
o 9-13.4 Concrete Slab Riprap '
1 This section is deleted.
2
3 { TC "SECTION 9-16, FENCE AND GUARDRAIL" }SECTION 9-16, FENCE AND
4 GUARDRAM
5 March 3, 1997
6 9-16.3(l) Rail Element
7 The first paragraph is revised to read: '
8
9 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to "A
0 Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA_ All rail '
I elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F
2 end sections, which shall be formed from 10 gage steel.
3
4 9-16.3(2) Posts and Blocks
5 The second sentence of the first paragraph is revised to read:
6
7 Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance
8 with manufacturers recommendations.
9
o 9-16.30 Anchors
i The following paragraph is inserted after the third paragraph:
2
3 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or
4 ASTM A 501.
5
6 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17".
Page-AMD-26
Revision Date. May 19, 1997
r
r
u
SPECIAL PROVISIONS
r
r
.w
r
r
r
+rs
DIVISION 1
GENERAL REQUIREMENTS
1-01 DEFINITIONS AND TERMS
1-01.3 Definitions(APWA Only)
w Add the following definitions:
CITY
The City of Renton
Substantial Completion Date(APWA Only)
The date established by the Contracting Agency or ENGINEER when the contract work is completed to a
point that the formal procedures for liquidated damages will no longer be used and liquidated damages
r thereafter will be assessed on the basis of direct engineering and related cost for overruns of the contract
time until the Actual Completion Date.
Actual Completion Date(APWA Only)
The date established by the ENGINEER as the date that all the work the contract requires is complete.
Acceptance Date(APWA Only)
The date the Contracting Agency accepts the completed contract and items of work shown in the final
" estimate.
1-02 BID PROCEDURES AND CONDITIONS
1-02.4 Examination of Plans,Specifications,and Site Work
1-02.4(1) General
Add the following to the end of Section 1-02.4(1):
Locations of existing utilities shown on the Drawings are approximate and some existing utilities may
have been omitted. It is the Contractor's responsibility to verify the locations and elevations of existing
pipelines, structures, grades, and utilities prior to construction. The Owner assumes no responsibility for
any conclusions or interpretations made by the Contractor on the basis of the information made available.
1-02.5 Proposal Forms
r.
Delete the first sentence of this section and replace with the following:
HTILES YS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 1
The Proposal and associated forms are included in these Contract Documents under Documents '
Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference herein to the
Proposal Form(s)shall mean the'Proposal" and "Schedule of Prices." ,
1-03 AWARD AND EXECUTION OF CONTRACT '
1-03.1(1) Consideration of Bids(additional Section) ,
The contract, if awarded,will be awarded to the lowest,responsive,responsible bidder.
1-03.2 Award of Contract(Supplemental Section)
The contract award or bid rejection will occur within 30 calendar days after the bid opening.
1-04 SCOPE OF THE WORK '
1-04.12 Hours of Work(Additional Section)
General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m. '
The Hours of Work may be changed at the discretion of the ENGINEER when it is in the interest of the
public or the CONTRACTOR due to reasons of safety, health and welfare and must be approved in ,
writing prior to the start of construction work. The CONTRACTOR shall give a minimum of 48 hours
notice to the Contracting Agency prior to work on any roadway and shall do no work on the roadway
without a traffic control plan approved by the City Transportation Division. ,
1-05 CONTROL OF WORK '
1-05.4 Conformity with and Deviations from Plans and Stakes(Revised Section)
Delete the first sentence of this section and replace with the following:
The CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines,
grades, slopes,cross-sections,and curve superelevations.
1-05.5 Construction Stakes(Revised Section) -
The CONTRACTOR shall provide all required survey work, including such work as mentioned in
Section 1-05.4, 1-05.5, 1-11 and elsewhere in these specifications as being provided by the Engineer. All
costs of this survey work shall be included in "Construction Surveying, Staking, As-Builts" per lump
sum, as described in Section 1-09.14 Measurement and Payment.
aril
H:FILESYS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 2 "'
wr
+� 1-05.5(2) Construction Staking(Supplemental Section)
The CONTRACTOR shall be responsible for securing the services of a professional land surveyor
,., registered in the State of Washington who shall provide all required survey work, construction staking
and as-builting including such work as mentioned in Section 1-05.4, 1-05.5, 1-11 and elsewhere in these
specifications as being provided by the Engineer or Contractor. All costs of this survey work shall be
r included in "Construction Surveying, Staking,As-Builts"per lump sum, as described in the Measurement
and Payment section of the special provisions.This staking shall consist of,but not limited to:
Utility Construction limits
Alignments and Grade Stakes(w/offsets, 50'max. interval)
Valve location, horizontal and vertical bends,air-vacuum release assemblies, manhole location.
Grading Limits and Grades
Monuments (Reference and Restoration)
Right-of-Way and Easement Limits
Locating and Resetting of Key Landscape Features,Fences,etc.
r
The CONTRACTOR shall supply the CITY with required survey notes and notify the CITY for
inspection of the staking at least two working days in advance of the work taking place.
w
The CONTRACTOR shall assume full responsibility for the accuracy of the staking and shall provide all
replacement staking or restaking as needed. The CITY will provide the contractor's surveyor with the
horizontal and vertical control needed to perform the construction surveying. The CONTRACTOR's
r surveyor shall provide the ENGINEER the original field notes and a set of the field notes which shall
contain as-constructed locations of the improvements constructed under this CONTRACT.
These notes shall contain as a minimum the center line station and offset and cut to each cut stakes and
offsets, and all other changes in alignment or grade as may be needed to draw accurate as constructed
records of the project. These notes shall be kept legibly, in a format conforming to good engineering
r practice in a hard covered field book supplied to the CONTRACTOR's surveyor by the CITY on request.
It shall be the CONTRACTOR's responsibility to record the location, by centerline station, offset, and
depth below pavement or finish grade of all existing utilities uncovered or crossed during his work as
covered under this project.
r
Water and Storm Water Alignment and Grade Stakes
(50'max. interval for laser control)
(30'max. interval for batter boards)
r
1-06 CONTROL OF MATERIAL
r 1-06.1 Source of Supply and Quality of Materials(Supplemental Section)
No source has been provided for any materials necessary for the construction of this
improvement.
r
HTILESYS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 3
r
The Contractor shall arrange to obtain the necessary materials at his own expense, and all ,
costs of acquiring, producing, and placing this material in the finished work shall be
included in the unit contract prices for the various items involved. '
If the sources of materials provided by the Contractor necessitates hauling over roads
other than City streets, the Contractor shall, at his own cost and expense, make all '
arrangements for the use of the haul routes.
1-06.7 Shop Drawings and Submittals(Additional Section)
1-06.7(1) General(Additional Section)
Shop drawing and submittal review will be limited to general design requirements only, '
and shall not relieve the Contractor from responsibility for errors or omissions, or
responsibility for consequences due to deviations from the contract documents. No ,
changes may be made in any submittal after it has been reviewed except with written
notice and approval from the Owner.
By approving shop drawings, submittals, and any samples, the Contractor thereby '
represents that he has determined and verified all field measurements, field construction
criteria, materials, catalog numbers, and similar data, and that he has checked and
coordinated each shop drawing with the requirements of the work and of the contract '
documents.
Shop drawing and submittal data for each item shall contain sufficient information on '
each item to determine if it is in compliance with the contract requirements.
Owner will pay the costs and provide review services for a first and second review of
each submittal item. Additional reviews shall be paid by the Contractor by withholding '
the appropriate amounts from each payment estimate.
Shop drawing and submittal items that have been installed in the work but have not been '
approved through the review process shall be removed and an approved product shall be
furnished, all at the Contractor's expense.
The Contractor shall review each submittal and provide approval in writing or by ,
stamping with a statement indicating that the submittal has been approved and the
Contractor has verified dimensional information, confirmed that specified criteria has
been met, and acknowledges that the product, method, or information will function as
intended.
1-06.7(2) Required Information(Additional Section)
Submit five copies of each submittal to the Engineer. Shop drawings and submittals
shall be submitted on 8'/z"x11", 11"x17", or 22"04" sheets and shall contain the
following information:
1. Project
2. Contractor
3. Engineer rr1
4. Owner
5. Applicable specification and drawings reference.
H:FILES YS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 4
rs
6. A stamp showing that the Contractor has checked the equipment for conformance
with the contract requirements, coordination with other work on the job, and
dimensional suitability.
7. A place for the Engineer to place a 3-inch by 4-inch review stamp.
8. Shop or equipment drawings, dimensions,and weights
,., 9. Catalog information
10. Manufacturer's specifications
11. Special handling instructions
12. Maintenance requirements
13. Wiring and control diagrams
.. 14. List of contract exceptions
15. Other information as required by the Engineer
1-06.7(3) Review Schedule(Additional Section)
Shop drawings and submittals will be reviewed as promptly as possible, and transmitted
.. to Contractor not later than 10 working days after receipt by the Engineer. The
Contractor shall revise and resubmit as necessary to obtain approval. Delays caused by
the need for re-submittal may not be a basis for an extension of contract time or delay
damages at the discretion of the Owner. At least one set of shop drawings will be
returned to the Contractor after review. Additional sets will be returned to the
Contractor, if remaining.
+• 1-06.7(4) Substitutions(Additional Section)
Any product or construction method that does not meet these specifications will be
considered a substitution. Substitutions must be approved prior to their installation or
use on this project.
.. 1-06.7(5) Submittal Requirements(Additional Section)
The following submittal items shall be provided to the Engineer by the Contractor and additional
.. submittal information shall be provided to the Engineer by the Contractor if required by the Engineer:
5-04 Asphalt Concrete Pavement Materials
7-06 Concrete Anchor Blocks
7-10.3 Pipe Foundation and Bedding Materials
7-10.3 Backfilling of Trenches
9-30 Ductile Iron Pipe and Fittings
9-30 Gate Valves
9-30 Fire Hydrants,
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1(1) Archaeological Discoveries and Historic Preservation Clause(Addition)
H:FILESYS:WTR-27-3142:Spec Prov1-17.doc/RLMAb Page 5
r
The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 which
provide for the preservation of potential historical, architectural, archaeological, or cultural resources
(herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such
cultural resources investigations.
In the event that potential cultural resources are discovered during subsurface excavations at the site of
construction,the following procedures shall be instituted:
1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all construction '
operations at the location of such potential cultural resources find.
2. If archaeological findings include human remains, the Engineer shall contact a qualified '
archaeologist in consultation with the State Historic Preservation Officer (SHPO) to evaluate the
remains.
3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be
called by the Engineer to assess the significance of these potential cultural resources and make
recommendations to the State Historical Preservation Officer. If the archaeologist, in
consultation with State Historic Preservation, determines that the potential find is a significant '
cultural resource,the Owner shall extend the duration of the Work Suspension Order.
4. Suspension of work at the location of the find shall not be grounds for any claim by the '
Contractor unless the suspension extends beyond the contract working days allowed for the
project, in which case the Engineer will make an adjustment for increased cost of performance of
the contract.
1-07.16 Protection and Restoration of Property(Supplemental Section)
Private property such as plants, shrubs,trees, fences, and rockeries within the work area shall be removed '
and restored to the satisfaction of the property owner. It shall be the CONTRACTOR's responsibility to
notify each property owner when it is necessary to remove such improvements to facilitate the
CONTRACTOR's progress, and to remove those improvements to locations requested by the property '
owner or to restore them to near original location in as near original condition as possible.
For the purpose of this contract, all property not within the Right of Way, including property owned by
the City of Renton, will be considered private property. .r
All lawn within the area to be disturbed by the CONTRACTOR's operations shall be cut with a sod-
cutting machine, removed and disposed. The disturbed lawn area shall be restored with sod, after trench
is backfilled and compacted. The restoration of the distributed lawn area shall be performed under the w
following guidelines:
A. Topsoil shall be placed at a depth of 3 inches.
B. Topsoil shall be tilled to a depth sufficient to key into the subsoil,raked to a smooth even grade
without low areas to trap water and compacted, all as approved by the ENGINEER. ,r
C. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and
shall have the end joints staggered. The sod shall be rolled with a smooth roller following so
placement.
H:FILESYS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 6
r1
ww
D. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic
from access to the newly placed lawn during the establishment period.
+w E. The watering schedule of all newly laid sod shall be four times a week for three weeks. The
watering shall be such duration as to soak the replaced sod thoroughly and promote good root
growth.
F. Such removal, complete restoration and maintenance of the lawn shall be considered incidental
to other items of work and no further compensation will be made.
The CONTRACTOR shall notify all property owners along the construction area, by mail, prior to the
start of construction. Names and addresses of all property owners will be furnished by the
CONTRACTING AGENCY. The CONTRACTOR shall further notify each occupancy a minimum
of three days prior to construction adjacent to each property.
1-07.16(3)A Protection and Restoration of Existing Markers and Monuments (Additional
N
Section)
All existing survey monuments and property corner markers shall be protected from movement or damage
by the Contractor. All existing markers and/or monuments that are damaged or removed for construction
purposes shall be referenced by survey ties and then replaced by the Contractor. The Contractor shall
coordinate work with the City Engineer and City staff to reference the markers and/or monuments and
�.. replace them, as required by state law. All existing monuments and/or property corner markers
disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own
expense.
r
rr.
w
r
rw
i
r
r
H:FILES YS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 7
1-09 MEASUREMENT AND PAYMENT ,
MEASUREMENT AND PAYMENT
1-09.14 Payment Schedule(Additional Section)
GENERAL
1-09.14(A) Scope
A. Payment for the various items of the Bid Sheets, as further specified herein, shall include all
compensation to be received by the CONTRACTOR for furnishing all tools, equipment,
supplies,and manufactured articles,and for all labor, operations, and incidentals appurtenant to
the items of work being described, as necessary to complete the various items of the WORK all
in accordance with the requirements of the Contract Documents, including all appurtenances
thereto, and including all costs of compliance with the regulations of public regulations of
public agencies having jurisdiction, including Safety and Health Administration of the U.S.
Department of Labor (OSHA). There shall be no separate payment made for any item that is
not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the
prices named in the Bid Schedules for the various appurtenant items of work.
B. The Owner shall not pay for material quantities that exceed the actual measured amount used
and approved by the ENGINEER. ,
1-09.14(B)
Bid Item 1 -Mobilization &Demobilization
Measurement for mobilization and demobilization, shall be based on the establishment of all site
improvements required to begin construction, including: project schedule, and transportation of ,
equipment to the project site, receipt of all bonds and insurance policies, obtaining all required permits,
along with any other submittal and shop drawing requirements, provide protection of existing facilities
and removal of all materials and equipment from the construction site after project completion. '
Payment for mobilization and demobilization will be made at the lump sum amount bid based on the
percent of completed work as defined in the 1996 Standard Specifications for Road, Bridge, and '
Municipal Construction (WSDOT) for mobilization. Such payment will be complete compensation for
all mobilization and demobilzation of employees, equipment and materials, preparation of all necessary
submittals,bonds,insurance, site improvements,etc. all in conformance with the Contract Documents.
Bid Item 2-Trench Excavation Safety Systems
Measurement for trench excavation safety systems will be based on a percentage defined as the amount of
water,pipelines installed divided by the total length of water pipe shown to be installed. Id
Payment for trench excavation safety systems will be made at the measured percentage amount for the
pay period times the lump sum amount bid, said payment will be complete compensation for all
equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and
constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as
required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17,
etc.,required to complete this item of work in conformance with the Contract Documents.
at
H:FILESYS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 8
Bid Item 3- Construction Surveying,Staking,and As-Builts
Measurement for construction surveying, staking and as-built information will be based on the percentage
.. of total work complete,by dollar value, at the time of measurement.
Payment for construction surveying, staking and as-built information will be made at the measured
percentage amount for the pay period times the lump sum amount bid, said payment will be complete
compensation for all labor, materials, equipment, travel, surveying needed to construct the improvements
to the line and grade as shown on the plans, to provide the required construction and as-constructed field
(as-built information) notes and drawings, etc. required to complete this item of work in conformance
with the Contract Documents. Maximum payment of this pay item will be limited to 50% of the bid
amount prior to the review and acceptance of the as-constructed information by the Engineer.
Ow Bid Item 4-Temporary Erosion/Sedimentation Controls
Measurement for temporary erosion/sedimentation control(s) will be based on the percentage of total
aw 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., Erosion
an control includes catch basin protection, filter fabric fences, hay bales, placement of plastic sheets over
exposed soil and stockpiles, seeding, mulching, netting, cleaning catch basins,temporary sediment ponds,
etc., and any other activities needed to control erosion from the project. The surface water control
requirements of King County shall apply and the King County, Washington, Surface Water Design
Manual shall be used for sizing of all facilities.
Bid Item 5-Traffic Control
Measurement for traffic control work will be based on the percentage of total work complete, by dollar
value,at the time of measurement.
r
Payment for the lump sum bid amount for traffic control for work will be made at the measured
percentage amount for the pay period times the lump sum amount bid, said payment will be complete
compensation for all labor,materials,equipment,property owner notification of project work,prepare and
conform to the approved Traffic Control Plan, provide for public convenience and safety, detours,
flagging, barricades, sequential arrow boards, signs, traffic control devices, temporary striping, cleanup,
daily street sweeping and dust control as needed, etc. required to complete this item of work in
•` conformance with the Contract Documents.
Bid Item 6-3/4-Inch Water Service,Meter Setter,Meter Box and Connection
Bid Item 7-3/4-Inch Water Service,Meter Setter,Meter Box and Connection(with no meter)
Measurement for furnishing and installing water service, meter setter, meter box and connection of the
type and size shown will be per each water service and shall be installed in conformance with the
Contract Documents.
Payment for furnishing and installing water service of the type and size shown size as shown shall be full
pay to complete the work specified in the contract documents and plans, and shall include but not be
limited to the following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical location,
• Saw cutting, trench excavation, and dewatering(if needed),
r
H:FILESYSMTR-27-3142:Spec ProvI-17.doc/RLM/tb Page 9
r
• Removal hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable ,
excavated material and the like,
• Excavation as needed, ,
• Boring or tunneling, "hole-hogging"to install new water service line,
• Furnishing and installing new corporation stops for 3/4-inch services,
• Furnishing and installing new 3/4-inch, copper water service lines, new meter setters and new meter
boxes,
• Testing,disinfecting and flushing of new service lines,
• Furnishing and installing approved couplers and adapters, '
• Final connection to the existing private water service lines behind the meters and property lines,
• Placing and compacting of bedding materials,
• Placing and compacting trench backfill,
• Replacing,protecting and/or maintaining existing utilities,
• Restoration of public and private properties,
Bid Items 8,9, 10
Class 52,Ductile Iron Water Pipe with Poly-wrap,and Ductile Iron Fittings,8-inch Diameter
Class 52,Ductile Iron Water Pipe with Poly-wrap,and Ductile Iron Fittings,6-inch Diameter
Class 52,Ductile Iron Water Pipe with Poly-wrap,and Ductile Iron Fittings,4-inch Diameter
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 shall be per linear foot for furnishing and installing water pipes and fittings of the size, type and ,
class specified shall cover the complete cost of providing all labor, materials, equipment required to
complete the work specified in the contract documents and plans, and shall include but not be limited to
the following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical location,
• Saw cutting, trench excavation,and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the
Engineer,
• Furnishing, installing, laying and jointing water pipes and fittings of the size, type and class shown,
polyethylene encasement, special fittings, horizontal and vertical bends, vertical crosses for poly-
pigging, shackle rods,temporary blow-off assemblies,and all incidentals, ,
• Furnishing bedding materials, (imported or suitable excavated) placing and compacting pipe bedding,
as shown on the plans,
• Placing and compacting trench backfill, '
• Testing,poly-pigging, disinfecting and flushing of water mains
• Replacing, protecting and/or maintaining existing utilities
• Furnish and install 8-mil polyethylene wrap around all water pipe and fittings
W FILES YS:WTR-27-3 142:Spec Provl-17.doc/RLM/tb Page 10
+c
Bid Items 11, 12- Gate Valve Assembly,8-inch & 4-inch
Measurement for furnishing and installing gate valve assemblies of the size and type specified will be per
.. each for each gate valve assembly installed in conformance with the Standard Plans, Contract
Specifications and Details.
.. Payment for furnishing and installing gate valve assemblies of the size and type specified shall be per
each and cover the complete cost of providing all labor, materials, equipment and all incidental work
necessary to complete the work specified in the contract documents and plans, and shall include but not
rr
be limited to the following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical location,
• Saw cutting, trench excavation, and dewatering(if needed),
` • Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the
Engineer,
• Furnishing, installing valves of the size and type shown, valve boxes and cover, stem extensions,
valve location marker, shackle rods, polyethylene encasement, adjustment to finished grade, and all
+� incidentals,
• Placing and compacting of bedding materials,
• Placing and compacting trench backfill,
0 Replacing,protecting and/or maintaining existing utilities
Bid Item 13-Fire Hydrant Assembly
Measurement for furnishing and installing fire hydrant assemblies will be per each for each fire hydrant
assembly installed in conformance with the Contract Documents.
Payment for furnishing and installing fire hydrant assemblies per each shall cover the complete cost of
providing all labor, materials, equipment to complete the work specified in the contract documents and
plans, and shall include but not be limited to the following:
• Locating existing utilities and potholing in advance to determine their horizontal and vertical location,
• Saw cutting, trench excavation, and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
0 Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the
Engineer,
• Furnishing and installing new 5.25 inch hydrant assembly, standpipe, shoe, Storz adapter, 6-inch DI
s piping, vertical extension and adjustment to finished grade,
• Furnishing and installing main line tee and shut-off gate valve, valve box and cover, valve stem
extension, valve and hydrant location marker, shackle rods and concrete blocking, polyethylene
,.. encasement, adjustment to finished grade, and all incidentals,
• Placing and compacting of bedding materials,
• Placing and compacting trench backfill,
• Testing, poly-pigging, disinfecting and flushing of new hydrants, Replacing, protecting and/or
maintaining existing utilities
• Furnish and install 8-mil polyethylene wrap around all water pipe and fittings
r.
H:FILESYS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page I 1
r
Bid Item 14- Connection to Existin g Water Mains
Measurement for connections to existing mains will be per each for each connection to an existing main
in conformance with the Contract Documents.
Payment for each connection to existing mains shall cover the complete cost of providing all labor,
materials, equipment to complete the final connection and all work specified in the contract documents
and plans,and shall include but not be limited to the following:
• Locating existing utilities and water mains and potholing in advance to determine their horizontal and t
vertical location,
• Saw cutting,trench excavation,and dewatering(if needed),
• Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus and unsuitable
excavated material and the like,
• Stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the ,
Engineer,
• Installation of concrete dead-man blocks around existing water mains in advance of the final
connections,
• Furnishing,installing,laying and jointing water pipes,fittings, and all necessary couplings of the size,
type and class shown, polyethylene encasement, special fittings, horizontal and vertical bends,
shackle rods, removal of temporary blocking and blow-off assemblies, disinfecting the pipes and
fittings and all incidentals to complete the connection according to the contract plans and
specifications,
• Furnishing bedding materials, placing and compacting pipe bedding, as shown on the plans,
• Placing and compacting trench backfill,
• Replacing,protecting and/or maintaining existing utilities
Bid Item 15- Concrete for Thrust Blocking,Dead-Man Anchor Blocks
Measurement for concrete for thrust blocking, dead-man anchor blocks will be per cubic yard for all 1
concrete installed for thrust blocking and dead-man anchor bolts in conformance with the Contract
Documents.
Payment for furnishing and installing concrete for thrust blocking, dead-man anchor blocks will be per
cubic yard and shall cover the complete cost of providing all labor,materials,equipment,excavation, haul
dispose of waste, dewatering, concrete vertical and horizontal blocks, dead-man anchor bolts, reinforcing
steel, shackle rods, clamp assembly, anchor bolts, and necessary form work. Concrete material weights •�
shall be verified by providing a copy of certified truck tickets, which will accompany each load.
Bid Item 16- 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 each load, a copy
of tickets shall be given to the ENGINEER daily. Wasted materials will not be included in the
measurement or payment.
Payment for removal and replacement of unsuitable foundation material will be made at the amount bid
per ton, which payment will be complete compensation for all, labor, materials,equipment, excavation,
H_FILESYS:WTR-27-3142:Spec Provl-l7.doc/RLM/tb Page 12
foundation materials, haul,placement, water, compaction,removal and disposal of waste material,etc.
required to complete this item of work in conformance with the Contract Documents.
.. Bid Item 17 -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, equipment, hauling, 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 18 - Crushed Surfacing Top Course and Crushed Rocks Backfill
Measurement for crushed surfacing top course and crushed rocks 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
W` 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 crushed surfacing top course and crushed rocks backfill will be made at the amount bid per
ton, which payment will be complete compensation for all labor, materials, equipment, hauling,
placement, water, compaction, removal and disposal of waste materials, etc. required to complete this
.. item of work in conformance with the Contract Documents.
.. Bid Item 19 - Asphalt Patch Class `B'
Measurement for asphalt concrete patch shall be per ton. Pavement repair measurement width shall be as
defined by the limit of trench patch payment shown in the Contract Documents, unless otherwise
approved by the ENGINEER. No additional payment will be made for work necessary to correct ACP
not installed in accordance with specifications. No separate payment will be made for the installation and
removal of the temporary asphalt patch.
Payment for asphalt concrete patch will be made at the amount bid per ton, which payment will be
complete compensation for all labor,materials, and equipment for:
s
• Furnishing,placing,and compacting asphalt concrete pavement(ACP),
• Furnishing, placing and compacting incidental ACP for pavement repair, dikes, berms, and wedge
curbing,
• Furnishing,placing and compacting pre-leveling, leveling and wearing courses,
• Feathering pavement and
• Furnishing and applying tack coat and crack sealing asphalt
• Furnishing and installing and removing temporary asphalt concrete pavement(cold-mix),
• Pavement saw cutting.
H:FILESYS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 13
Bid Item 20-Remove & Replace Concrete Sidewalk & Driveway ,
Measurement for replace concrete sidewalk and driveways shall be in square yards of sidewalk and
driveway repair for installation of utilities as shown in construction documents, unless otherwise
approved by the ENGINEER.
Payment for removal and replacement of concrete sidewalk and driveways will be made at the amount bid
per square yard, which payment will be complete compensation for all labor, equipment, materials,
hauling, preparation, forming, placement, finishing, cleanup, etc. required to compete this item in
conformance with the Contract Documents.
Bid Item 21 -Remove,Restore Lawn,Landscaping Restoration
Measurement for landscape restoration shall be per lump sum of landscape restored as required to
compete this item in conformance with the Contract Documents. This item includes construction and
restoration of all ditches and swales for surface water runoff control encountered during construction
activity and is considered incidental to this pa ice.
Payment for landscape restoration shall be per lump sum, which payment will be complete compensation
for all labor, equipment, materials, materials hauling, sod, topsoil, trees, shrubs, rockeries in kind,
fencing, mail box placement, preparation, forming, placement, finishing, watering, cleanup, etc. required
to compete this item in conformance with the Contract Documents.
Bid Item 22- Removal of Existing fire hydrants,valve boxes& other Appurtenances
Measurement for removal of existing fire hydrants, valve boxes &other appurtenances will be per lump
sum for removal of all existing fire hydrants,valve boxes&other appurtenances in conformance with the
Contract Documents.
Payment for removal of existing fire hydrants, valve boxes & other appurtenances per lump sum, which '
payment will be complete compensation for all labor, materials, equipment, dewatering, excavation,
replacement and compaction of backfill materials, capping existing pipes to be abandoned, removal and
disposal of existing pipes as shown on the plans, removal and disposal of valve boxes, removal and
delivery of existing salvaged hydrants and meter boxes to the City Shops, and final clean-up.
Bid Item 23-8-inch Dia. CPEP Storm Pipe t
CPEP storm water pipe shall be smooth interior wall meeting the requirements of Standard Specs.
Section 9-05.19 and 9-05.20. Water-tight joints shall be furnished and installed.
w1
Pipe bedding shall be placed from minimum of 6 inches below the pipe 12 inches above the top of the
pipe, and compacted to 95% of maximum density per ASTM D1557. The Contractor shall ensure proper
placement and compaction of pipe bedding under the pipe haunches. Payment to furnish and install
bedding material shall be included in the unit price for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular material meeting
the general requirements for select borrow material, the maximum particle size shall not exceed 3 inches,
and has a moisture content that will allow at least 95% compaction when placed. Payment for excavated
trench backfill shall be included in the unit price bid for pipe in place.
ad
ad
H:FILESYS:WTR-27-3142:Spec Prov I-17.doc/RLM/tb Page 14
Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This includes all soil,
asphalt, concrete, existing storm sewer pipe, and other excavated material. Payment to haul and dispose
of excavated material shall be included in the unit price for pipe in place.
Import Trench Backfill shall be used only if native material is found to be unsuitable for use as backfill,
and after approval by the City. Payment for Import Backfill shall be paid under that bid item.
r
Measurement of 8-inch Dia. CPEP Storm Pipe shall be per linear foot based on lineal footage measured
horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 8-Inch Dia. CPEP Storm Pipe shall be at the unit bid price per linear
foot which shall be complete compensation for all labor, materials, tools and equipment necessary to
complete the installation, including all pavement removal and disposal; storm sewer trench excavation;
dewatering (when required); furnishing and installing storm sewer pipe and fittings; pipe bedding;
backfill with native material; compaction; connection to new or existing storm sewers and structures, and
all appurtenances (such as special fittings, bends, connections, catch basin connectors, etc.), adjusting
inverts; haul and disposal of excess trench material including unsuitable material; clearing and testing;
and temporary patching asphalt to allow for the passage of traffic.
,., Bid Item 24- Catch Basin Type 1
Measurement for furnishing and installing Catch Basin Type 1 will be per each for each catch basin
s
installed in conformance with the Contract Documents.
This item includes all the different types of frames and grates (standard, vaned, rolled curb, other) for
CB's that may be shown on the plans.
r.
Payment for furnishing and installing Catch Basin Type 1 will be at the unit price per each, which
payment will be complete compensation for all labor, equipment, materials, hauling, pavement, cutting,
•• pavement removal, (asphalt, concrete and brick), dewatering, potholing for utility location, excavation,
removal and disposal of waste material including existing pipes and structures in the excavation,
foundation material, concrete base, precast concrete catch basin sections, gaskests, catch basin frame and
lid, installation, adjustment of frames to grade, appurtenances, connections to new and existing pipes,
placement of subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement
patching, and testing, etc. required to complete all catch basins in conformance with the Contract
.� Documents. Imported Backfill materials are included in other bid items.
s
r
H:FILES YS:WTR-27-3142:Spec Provl-17.doc/RLM/tb Page 15
DIVISION 2
EARTHWORK
ORK W
2-01 CLEARING,GRUBBING AND ROADSIDE CLEANUP
2-01.1 Description
Delete the first paragraph of this section and replace with the following:
The Contractor shall clear,grub, and cleanup those areas shown on the Contract Plans which are required
for the execution of construction activities. Trees and shrubs may be removed only after approval by the
City.
2-01.2 Disposal of Usable Material and Debris 1
Delete the third paragraph of this section and replace with the following:
Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be disposed of in
such manner as to meet all requirements of state, country and municipal regulations regarding health,
safety and public welfare.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
Supplement this section with the following:
The work shall consist of necessary removal and disposal of existing improvements, including pavements, I
concrete road structures,manholes, abandoned piping,and other items necessary for the completion of the
project.
All removal will be considered incidental to the work unless specifically identified as a bid item.
2-02.3 Construction Details
2-02.3(1) General Requirements '
Supplement this section with the following:
The removal(s) shall be conducted in such a manner as not to damage existing utilities, roadway, and t
other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore
damage resulting from his activities. The limits of removal for concrete or rigid materials shall be either
the edge of the structure,an existing construction joint,or a new saw cut.
The depth of saw cuts shall be such as will accomplish the intended purpose, and will be determined in
the field to the satisfaction of the Engineer. Sawing shall be considered incidental to the other bid items.
I
H:F I LESYS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 16 ,
2-02.3(1)A Salvage(New Section)
Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value shall be
carefully salvaged and delivered to the City in good condition, and as directed by the City. Materials and
items deemed of no value by the City shall be removed by the Contractor, and shall become the
Contractor's property to be disposed of at no additional cost to the City.
2-02.3(7)D Contractor Provided Disposal Site(Addition)
r Waste materials shall be hauled to a waste site secured by the Contractor and shall be disposed of in such
a manner as to meet all requirements of state, county and municipal regulations regarding health, safety
and public welfare.
2-02.5 Payment
s Delete entire section and replace with the following:
See bid items descriptions for units of measure and payment.
ors
r
as
it
rr
H:FILESYS:WTR-27-3142:Spec Provl-17.doc/RLM/tb Page 17
i
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 ASPHALT CONCRETE PAVEMENT
5-04.3 Construction Requirements
5-04.3(2)Hauling Equipment
Add the following to the first paragraph:
If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its
representative, reserves the right to reject the load. Rejection of load due to non-protection will not be
basis for any compensation.
5-04.3(5) Conditioning the Existing Surface '
The Contractor shall maintain existing surface contour during patching, unless instructed by City
Engineer.
5-04.3(5)Preparation of Existing Surface
The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the 1
project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is
applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind
the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all
streets made dirty by the CONTRACTOR's equipment. If the paving machine is "walked" from one site
to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay
site until given permission by the City's inspector.
All utilities shall be painted with a biodegradable"soap" to prevent the tack and ACP from sticking to the
lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack
and ACP from getting into catch basins. .r
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.
The Contractor shall locate and completely expose gas and water valves for access immediately after final
rolling.
The day following the start of application of ACP, utility adjustments must begin. The Contractor shall
have an adjustment crew adjusting utilities every workable working day until adjustments are complete.
H:FILESYS:WTR-27-3142:Spec ProvI-17.doc/RLM/tb Page 18
During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or
cracked shall be removed and replaced at the CONTRACTOR'S expense.
.. Utility adjustments must be completed within 15 working days after overlay is complete, and within the
specified working days.
Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete
the adjustments and is incidental to pay item for Asphalt Patch(1-09.14(AF)).
r
5-04.3(9) Spreading and Finishing
Supplement this section with the following:
AN
Asphalt Concrete Pavement(ACP) Class B
ACP Class B shall be placed to the compacted depths specified herein, equal to existing ACP thickness
for restored ACP, or as shown on the Contract Plans and City of Renton Standard Plan H032 as leveling
and wearing course. Asphalt over 3 inches in compacted depth shall be placed in two equal lifts.
Placement shall be in accordance with applicable provisions of Section 5-04.
5-04.5 Payment
See bid items descriptions for units of measure and payment.
r 5-04.6(2) Traffic Control:
Notifications
The Contractor shall be responsible for delivering notification twice to all properties that front on, or
s access from, any street on which the asphalt concrete is to be applied. The first notification shall be made
approximately one week prior to the day the work is scheduled to begin on the street and the second shall
be made twenty-four hours(24 hours)prior to the beginning work.
On streets to be overlaid, the Contractor shall post "No Parking" signs a minimum of 72 hours in advance
of the work to be taking place. The signs shall specify the date and hours that the parking restrictions will
be in effect. The Contractor shall obtain prior approval for the parking restrictions from the City of
Renton Department of Public Works Transportation Systems Division.
The Contractor shall be responsible for coordinating with the City's inspector and/or Police Department if
the need arises to tow any vehicle(s) violating a posted "No Parking" sign. However, the Contractor shall
first make an effort to contact the vehicle owner if it is likely the owner is in the area.
" The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all
times. The Federal Highway Administration's 1988 Manual On Uniform Traffic Control Devices for
streets and highways shall be the guideline used to determine adequate traffic control. Proper traffic
a. control and safety procedure will be used during all phases of the work,to include utility adjustments.
All work and materials associated with the notification procedures shall be incidental to the project,
r. unless a specific item for"Traffic Control" is included.
H:FILESYS:WTR-27-3142:Spec Provl-17.doc/RLMAb Page 19
ar
1
5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS (Additional Section) ,
5-06.1 Description(Additional Section)
Pavement areas that have been removed by construction activities must be restored by the Contractor
prior to the end of each working period,prior to use by vehicular traffic. Within paved streets, the ,
Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas.
Temporary pavement shall be placed around trench plates or others devices used to cover construction
activities in a manner that provides a smooth and safe transition between surfaces. '
Within road shoulders,the Contractor may use compacted backfill to allow vehicular traffic to travel over
construction areas. Trench plates or other devices used to cover construction activities shall be placed
and anchored in a manner that provides a smooth and safe transition between and across surfaces.
5-06.2 Materials(Additional Section)
Materials shall be `Hot Mix' of either Class B asphalt or Asphalt Treated Base(ATB).
The composition of other components of temporary asphalt pavement shall be determined by the ,
Contractor to provide a product suitable for the intended application. The contractor shall not use
materials that are safety or health hazard.
Temporary pavement material that does not form a consolidated surface after compaction shall be
considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be
disposed of offsite.
5-06.3 Construction Requirements(Additional Section)
The roadway sub-surfaces shall be prepared for the temporary pavement as defined in Section 2-06. 1
Temporary pavement areas greater than ten(10) square feet shall be a minimum of four(4) inches thick
and roller compacted to consolidation. The completed pavement shall be free from ridges,ruts,bumps,
depressions,objectionable marks,or other irregularities.
The contractor shall immediately repair,patch,or remove any temporary pavement that does not provide
a flat transition between existing pavement areas.
All temporary asphalt concrete pavement shall be removed from the site by the end of the project and
shall not be used as permanent asphalt pavement or sub-grade material.
a
.r
s
.it
.r
H:FILESYS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 20
is
—
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
,. WATER MAINS AND CONDUITS
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
—
7-08.3(1) E Trench Dewatering(Additional Section)
Dewatering may be required during construction of the water and storm lines.
If necessary,dewatering may consist of a combination of trench pumping,well points, and/or wells, and
must satisfy the following requirements:
—
• Prevent water from entering the trench and maintain dry trench conditions at the foundation level.
• Prevent caving of the trench walls related to water migration through the walls.
• Minimize turbidity in the effluent by utilizing properly sized filter pack materials on sumps,
— wells, and well points.
• Preserve strength of foundation soils.
• Recovery of water levels may be rapid if pumping is interrupted. The Contractor shall provide
standby equipment installed and ready to operate to ensure continuous pumping.
• When wells and/or well points are no longer required, they shall be removed, backfilled, and
abandoned. Wells can be left in place except the top three feet must be removed and provided
-
they are abandoned in accordance with Chapter 173-160 WAC.
• Turbid water must be treated if discharged to the storm system. Discharge of dewatering effluent
to the storm system must comply with DOE dewatering permit conditions. The Contractor is
r. required to obtain this permit prior to discharging dewatering effluent to the storm sewer system.
All costs necessary to treat and monitor the dewatering effluent in accordance with the permit
shall be the CONTRACTOR's responsibility.
The dewatering program must be completed in such a way as to avoid excessive dewatering related
settlement of adjacent facilities.
-
-
r
H:FILESYS:WTR-27-3142:Spec Prov1-17.doc/RLMAb Page 21
-
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL '
8-01.2 Materials
Supplement this section with the following: '
Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or approved equal. '
8-01.3(3) Miscellaneous Erosion Control(New Section)
Contractor shall take all necessary precautions to prevent sediment from construction activities from
entering into storm water systems or natural waterways and from being transported away from the
construction area by storm water.
8-04 CURBS,GUTTERS,AND SPILLWAYS ,
8-04.3 Construction Requirements '
Add the following:
Curb and gutters shall match the existing curb and gutter, including type and dimensions. Grade shall
meet adjacent curb and gutter in a smooth transition.
8-04.3(3) Width of Replacement(New Section) t
Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by '
the Engineer.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description(Revised Section)
n
Replace paragraph with the following:
This work shall consist of constructing replacement cement concrete sidewalks and driveways to restore
sidewalks and driveways removed or damaged by the work of this contract. Cement concrete sidewalks
and driveways shall be removed full width between existing joints. Replacement sidewalk and driveway
shall be constructed in conformance with the details shown in the Standard Plans as specified and in
conformity to lines and grades to match existing conditions.
8-14.3(2) Placing and Finishing Concrete
Add the following: rt
Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent sidewalks in a
smooth transition.
H:FILESYS:WTR-27-3142:Spec Prov1-17.doc/RLMAtb Page 22 '
8-14.3(5) Width of Replacement(New Section)
Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by the
.. Engineer.
8-22 PAVEMENT MARKING
8-22.1 Description
Supplement this section with the following:
All existing pavement markings and markers that are removed by the Contractor's activities related to this
project shall be replaced in the original location and shall be of similar type. Markings and markers shall
r be in accordance with the City of Renton Standard Plans.
r
+rr
r
r
H:FILESYS:WTR-27-3142:Spec Prov1-17.doc/RLM/tb Page 23
RCW 19.122 UNDERGROUND UTILITIES ,
19.122.010 Intent
It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping '
accurate records of utility locations, protecting and repairing damage to existing underground facilities,
and protecting the public health and safety from interruption in utility services caused by damage to ,
existing underground utility facilities (1984 c 144 1.)
19.122.020 Definitions
Unless the context clearly requires otherwise,the definitions in this section apply through out this chapter.
A. 'Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal ,
holiday.
B. "Damage" includes the substantial weakening of structural or lateral support of an underground '
facility, penetration, impairment, or destruction of any underground protective coating, housing,
or other protective device,or the severance,partial or complete,of any underground facility to the
extent that the project owner or the affected utility owner determines that repairs are required. '
C. "Emergency" means any condition constituting a clear and present danger to life or property, or a
customer service outage. '
D. 'Excavation" means any operation in which earth, rock, or other material on or below the ground
is moved or otherwise displaced by any means, except the tilling of soil less than twelve inches in '
depth for agricultural purposes, or road and ditch maintenance that does not change the original
road grade or ditch flow line.
E. 'Excavator" means any person who engages directly in excavation. ,
F. "Identified facility" means any underground facility, which is indicated in the project Plans as
being located within the area of proposed excavation. '
G. "Identified but un-locatable underground facility" means an underground facility, which has been
identified but cannot be located with reasonable accuracy.
H. "Locatable underground facility" means an underground facility, which can be field-marked with
reasonable accuracy.
1. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field
location of underground facilities, in accordance with the current color code standard of the
American Public Works Association. Markings shall include identification letters indicating the as
specific type of the underground facility.
J. "Person" means an individual, partnership, franchise holder, association, corporation, a state, a
city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal
representatives.
r
H:FILES YS:WTR-27-3142:Spec Provl-17.doc/RLM/tb Page 24
K. 'Reasonable accuracy" means location within twenty-four inches of the outside dimensions of
both sides of an underground facility.
L. "Underground facility" means any item buried or placed below for use in connection with the
storage or conveyance of water, sewage, electronic, telephonic or telegraphic communications,
cablevision, electronic energy, petroleum products, gas, gaseous vapors, hazardous liquid, or
other substances and including but not limited to pipes, sewers, conduits, cables, valves, lines,
wires,manholes,attachments, and those parts of poles or anchors below ground.
M. "One-number locator service" means a service through which a person can notify utilities and
request field marking of underground facilities. (1984 c 144 2.)
19.122.030 Notice of excavation to owners of underground facilities - One-number
locator service- Time for notice- Marking of underground facilities—Costs
Before commencing any excavation, the excavator shall provide notice of the scheduled commencement
.p of excavation to all owners of underground facilities through a one-number locator service. All owners of
underground facilities within a one-number locator service area shall subscribe to the service. One
number locator service rates for cable television companies will be based on the amount of their
,,. underground facilities. If no one-number locator service is available, notice shall be provided
individually to those owners of underground facilities known to or suspected of having underground
facilities within the area of proposed excavation. The notice shall be communicated to the owners of
underground facilities not less than two business days or more than ten business days before the
scheduled date for commencement of excavation, unless otherwise agreed by the parties.
Upon receipt of the notice provided for in this section, the owner of the underground facility shall provide
the excavator with reasonably accurate information as to its locatable underground facilities by surface-
marking the location of the facilities. If there are identified but un-locatable underground facilities, the
owner of such facilities shall provide the excavator with the best available information as to their
locations. The owner of the underground facility providing the information shall respond no later than
two business days after the receipt of the notice or before the excavation time, at the option of the owner,
unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been
.r marked. Once marked by the owner of the underground facility, the excavator is responsible for
maintaining the markings. Excavators shall have the right to receive compensation from the owner of the
underground facility for costs incurred if the owner of the underground facility does not locate its
No facilities in accordance with this section.
The Owner of the underground facility shall have the right to receive compensation for costs incurred in
so responding to excavation notices given less than two business days prior to the excavation from the
excavator.
An owner of underground facilities is not required to indicate the presence of existing service laterals or
so appurtenances if the presence of existing service laterals or appurtenances on the site of the construction
project can be determined from the presence of other visible facilities, such as buildings, manholes, or
meter and junction boxes on or adjacent to the construction site.
Emergency excavations are exempt from the time requirements for notification provided in this section.
If the excavator, while performing the contract, discovers underground facilities that are not identified the
excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or
operator of such facilities,or the one-number locator service. (1988 c99 1; 1984 c 144 3.)
H:FILES YS:WTR-27-3142:Spec Provl-17.doc/RLM/tb Page 25
19.122.040 Underground facilities identified in bid or contract-Excavator's duty of '
reasonable care - Liability for damages - Attorney's Fees.
A. Project owners shall indicate in bid or contract documents the existence of underground facilities
known by the project owner to be located within the proposed area of excavation. The following
shall be deemed changed or differing site conditions:
1. An underground facility not identified as required by this chapter or other provision of
I
law; and
2. An underground facility not located, as required by this chapter or other provision of law, ,
by the project owner or excavator if the project owner or excavator is also a utility.
B. An excavator shall use reasonable care to avoid damaging underground facilities. An excavator
shall: ,
1. Determine the precise location of underground facilities, which have been marked;
2. Plan the excavation to avoid damage to or minimize interference with underground ,
facilities in and near the excavation area; and
3. Provide such support for underground facilities in and near the construction area,
including during backfill operations, as may be reasonably necessary for the protection of
such facilities.
C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill '
an obligation under this chapter,the party failing to perform that obligation shall be liable for any
damages. Any clause in an excavation contract which attempts to allocate liability, or requires '
indemnification to shift the economic consequences of liability, different from the provisions of
the chapter is against public policy and unenforceable. Nothing in this chapter prevents the
parties to an excavation contract from contracting with respect to the allocation of risk for '
changed or differing site conditions.
D. In any action brought under this section, the prevailing party is entitled to reasonable attorney's
fees. (1984 c 144 4.)
19.122.05 Damage to underground facility - No notification b excavator - Repairs or
g g Y Y P
relocation of facility
A. An excavator who, in the course of excavation, contacts or damages an underground facility shall
notify the utility owning or operating such facility and the one-number locator service. If the
damage causes an emergency condition, the excavator causing the damage shall also alert the
appropriate local public safety agencies and take all appropriate steps to ensure the public safety.
No damaged underground facility may be buried until it is repaired or relocated.
B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as r
is practical or may permit the excavator to do necessary repairs or relocation at a mutually
acceptable price. (198 c 144 5).
H:FILESYS:WTR-27-3(42:Spec Prov1-17.doc/RLM/tb Page 26 ,
rrr
19.122.060 Exemption from notice and marking requirements for property owners
An excavation of less than twelve inches in vertical depth on private non-commercial property shall be
r exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or
an employee of the person who owns or occupies the property on which the excavation is being
performed. (1984 c 144 6.)
19.122.070 Civil penalties - Treble damages - Existing remedies not affected
A. Any person who violates any provision of this chapter, and which violation results in damage to
underground facilities, is subject to a civil penalty of not more than one thousand dollars for each
violation. All penalties recovered in such actions shall be deposited in the general fund.
r
B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be
liable for treble the costs incurred in repairing or relocating the facility. In those cases in which
an excavator fails to notify known underground facility owners or the one-number locator service,
any damage to the underground facility shall be deemed willful and malicious and shall be
subject to treble damages for costs incurred in repairing or relocating the facility.
r
C. The chapter does not affect any civil remedies for personal injury or for property damage,
including that to underground facilities, nor does this chapter crest any new civil remedies for
r. such damage. (1984 c 144 7.)
19.122.080 Waiver of notification and marking requirements
r
The notification and marking provisions of this chapter may be waived for one or more designated
persons by an underground facility owner with respect to all or part of that underground facility owner's
own underground facilities (1984 c 144 9.)
19.122.090 Severability— 1984 c 144
If any provisions of this act or its application to any person or circumstance is held invalid, the remainder
of the act or the application of the provision to other persons or circumstances is not affected. (1984 c
1449.)
w
�r
+r
r
H:FILES YS:WTR-27-3142:Spec Provl-17.doc/RLM/tb Page 27
..
Im
um
..W
un
..
STANDARD PLANS
!1
un
r
Y
r
um
S
r
1�
r '
•• Standard Detail
Table of Contents
Detail Dwg Name SP Page
Concrete Blocking Sizing Procedure BR26 B085
" Blocking for Convex Vertical Bend B22 B086
Shackle Rodding and Tie Bolts BR27 B089
Valve Operating Nut Extension BR46 B090
Hydrant Markers BR24A B 103
Fire Hydrant Assembly BR24 B 102
Temporary 2"Blow-Off Assembly BR25 B 104
3/4"& 1"Water Service Connection BR41-T B106
Vertical Cross for Polypigging BRX5 B114
r Raised Pavement Markers HR08 H007
Pavement Marking Details HR03 H008
r Thermoplastic Crosswalk HR13 H012
Monument Case&Cover HR04 H031
r Typical Patch for Flexible Pavement HR23 H032A
Trench Backfill &Pavement Detail N/A N/A
r Concrete Dead-man Anchor Detail N/A N/A
Typical Ditch Cross Section for Water N/A N/A
r
Service Connection
Concrete Inlet B-26 BO10
.. Catch Basin Type 1 B-01 B012
r
ar
rrr
r
>
o
p uo 3 c ■ ■■ 1■■■■■ .neop J�• 6'"�•°e>wo m
n3 1 , F•� � 3 = 3 ° ;oo;wsnow�o _nod __ oa _ _ o
°pa3
53p
>o = - I x O 3 .�°.P�.o� n'= F3
o _ o o n ■ q� io��je 5.,n+° i.'o °o=o<° _-«°i jO v
• n 3 � �`„ m r.11> O _ _ ■ oo �o.o ' o gip:• mo
of-nO• v
�° - • m ° - m O :v• vim: _ 0°°3 � �•°��o$n °c
:>ti43
3•
�-
j
O •
= s va
• o e `"
-
w j U.� •
OP•'.. I
r c x J > ~
nO x
� r
NIS
O •
_ Nln
D
� I 1 1 1 1 ■?; 1 1 I
m w I
-
r -
0 oio. _° _Q NNNNI.Ui,.l. v�°. i ■ •>e zip `s_�
°nn 00000NUw�
O '?•o 000 oouoouo°o°OO O° '�c _ o - i • o ° =3 - _ n
Z C O P ONOwO14�UU V n U P °_ON
7:0 _ 23 0 3 ■° uL=m NNloaoom� m -o - —o.o
< m s mon00000000� - n _ t - o u o3
wp
O oil 1
Z n
n - io io ool.ouUOOOO n _ , I I 1
003°_ ° ■
� < __ 00000000000 = °
�oemmiuUO.=rniv� m -`u 3� > _>
u - vm- omrnlou�000 ° ' ° 3I - ■ ° o
_O l.
j O 'OmPNlU
_O 6 u O D0000 0000 O a O 1
3 3° m vwuN----mw1.-m - - NIP ■ °
.Oww! .1mim(wP40 s� �U.." x �O _ ■ L � .
_ OPNNmwUN0000 s Ou OIN O j N ���
x OPUN� - 00000000 °N SOU�O O >O
OOOOo O Ups ■ 0
O 00 00
CD O OOO O o d l O mmNO N i�U00V 0 0 m r x rn - ■
{ < 00 O O O 000 000 n
D � N
D P i
� O
O
+ �^O
� -b Cyr m y ,
IL D O
no n
Z D..
v
0
[� wo
r*i + a n m D
o1 \ m
bJ X 410
N C� O
r cn n
CD
rn -tea> 3 d O rn -
o z� C
z Z>
41
v ;:o o m U,
c-d m °
cn um J m
C) m n�
0 w z N N cD z I
O
m o �°
M O \
-u n N
b Z m o
C) Z
D O O
G) C)
m m
CD d
O
OD �7
U� �
a
- - Pipe Size
Diameter - Inches
O
S
�r
Test Pressure p F -+
0 0 0 0 0 0 o PSI +o
vertical Bend � °"
Degrees o'
3 x m
Number of N , m Y ° 1
m N n a
Cubic Feel of m N>
Concrete Blocking - -
<a N ° o
r
°x . -
o L ° m
Side of Cube -m <n .+
m o feet o
m o
Diameter of � (7
v m m Tie Rods n ° > °
Inches
Depth of Rods m Undisturbed earth /
in Concrete
Inches N (/
Pip Size ,
° m Diameter e S Inches S
r °
m
Test Pressure
PSI
O (Z
vertical Bend
c
Number of to a) n ! n n-
I
Cubic Feet of ;a, A CD
Concrete Blocking "�r p
ox f7 0 d
Side of Cube 12 f ° - 1
V feet '^ Z m
m
Z L
Diometer of o I
'^ Tie Rods
Inches fA /• m
Depth of Rods
in Concrete Undisturbed earth
Inches „f
f.
i
W _ o
o-
O v
F- o
X Fj�LL. O +o
YmPK +�
nay F..,-4 Z i
ej LRr-0 o 0
> o O _. _
n a
b 0S i,QO� _
0 6 ct�71 .c
Q,m n o
O P ex 'o
00 �9 z sv< +
Q x
s
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 Notional Products, 1323 Holly Avenue, PO Box 258,
Columbus, Ohio 43216 unless on equal alternate is approved in
writing by the Engineer.
Materials
Steel Types:
High strength low—alloy steel (cor—ten),
ASTM A588 heat—treated.
1.Tiebolt
ASTM A588, Grade B, Cor—Ten, equal to SuperStor Tielbolt Installation:
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 Manufacturers
SST 7 3/4" for 4" to 12" M.J. with eye for 3/4" rod instructions so all joints ore mechanically locked together to prevent joint
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 Tiebolts 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 not the M.J. follower. Torque nuts at 75-90 foot pounds for 3/4" nuts.
SST 778: 1" for 30" to 36" M.J. with eye for 1" rod
Install tiecouplings with both rods threaded equal distance into
2.Tienut: Hex Nut tiecouplings. Arrange tierods symmetrically around the pipe.
ASTM A588, Grade B, Cor—Ten, equal to SuperStor Tienut
SS8 for 5/8", 3/4', 7/8", 1" Tiebolt and Tierod Where a 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 o Flange by
ASTM A588, Grade B, Cor—Ten, equal to SuperStor Tiecoupling mechanical joint adaptor shall be used instead, so as to provide adequate
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 terod
ASTM A588, Grade B, Cor—Ten, equal to Superstar Tierod lengths to the 60 foot maximum.
SS12 for 5/8", 3/4", 7/8", 1"
Pipe used in continuously restrained runs shall be mechanical joint pipe
5.Tiewasher and tiebolts shall be installed as rod guides at each joint.
ASTM A588, Grade 8, Cor—Ten, equal to Superstar Tiewosher
SS17 for 5/8", 3/4", 7/8", 1" round flat washer
Pipe Test
Size Pressure Number and Size of Rods
Inches PSI 2 4 6 8 10 12 14 24
2 250 3/4"
3 250 3/4"
4 250 3/4"
6 250 3/4"
8 250 3V4"
10 250 314"
12 250 314"
14 250 314"
16 250 3/4"
18 250 3/4"
20 250 3/4"
24 250 314"
30 200 314"
36 200 1"
42 200 1'
48 200 1"
2 5
3 4 1
SHACKLE RODDING AND TIE BOLTS
G1CY p� ADOPTED
CITY OF RENTON
STANDARD PLANS
N O IST DATE:04/04
DATE REVISION I BY PPR'D DWG. NAME: BR27 SP PAGE: B089
A PLAN VIEW A
WATER
VALVE BOX LID WITH
L E
EARS IN DIRECTION OF 2" SQUARE
WATER MAIN AND WORD OPERATING NUT
"WATER" CAST INTO IT
12' MIN.
4" CONCRETE COLLAR FOR
18' MAX.
VALVES IN PAVED AREAS 4-1/4" DIA.
12' 1/8' MIN. THICKNESS
SEE DETAIL (� 2 PIECE CAST IRON VALVE
I� BOX, RICH-SEATTLE TYPE 1" STEEL
I) OR OLYMPIC FOUNDRY
LENGTH AS REQUIRED
1/8" MIN. THICKNESS
//
2-1/4" INSIDE MEASUREMENT
2-1/4" DEPTH
VALVE OPERATING NUT
SECTION A-A EXTENSION
• 1
3�
VALVE OPERATION NUT EXTENSION NOTE: 3,g1
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 62" t
OF STEEL, SIZED AS NOTED, AND PAINTED -I
WITH TWO COATS OF METAL PAINT.
24"
VALVE MARKER NOTES:
VALVE MARKERS SHALL BE EQUAL TO
CARSONITE UTILITY MARKER
VALVE MARKER POST TO BE USED FOR ALL VALVE MARKER POST
MAIN LINE VALVES OUTSIDE PAVED AREAS
WATER
VALVE OPERATING NUT EXTENSION
AND VALVE MARKER POST
GtiT Y 0� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE=04/04
DATE REVISION BY APPR' DWG. NAME: BR46 SP PAGE: 6090
FIRE HYDRANT SHALL BE COREY-TYPE EQUAL TO IOWA F-5110 OR
COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER
SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL
JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2"
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
STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO
BE PAINTED WITH TWO COATS OF PAINT. KELLY-MOORE/PRESERVATIVE
PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR
APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS
DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO
BE USED IF REQUIRED.
18" TO 20" BEHIND BACK OF
CURB OR 12" BEHIND BACK OF
SIDEWALK THAT IS ADJACENT TO
CURB
TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER.
EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION
4.875" x 5" STORZ WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT
o EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090).
8
MAX 4° RAISED PAVEMENT MARKER TYPE 88
MIN 2"1 A8 STIMSONITE TWO-WAY BLUE.
42" MIN CONCRETE BLOCKING
BURY
MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET.
6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT
6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT
16" x 8" x 4" 2-3/4" COR-TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS,
MININUM CONCRETE
BLOCK UNDER
HYDRANT —112 YARD WASHED DRAIN ROCK (3"TO 3/8") MIN.
1' ABOVE BOOT FLANGE. PLACE 8 MIL POLYETH
YLENE FILM AROUND TOP AND SIDES OF GRAVEL_
FIRE HYDRANT ASSEMBLY
LEVEL ALL GROUND
MIN 3' RADIUS
LEVEL ALL GROUND
MIN 3' RADIUS
1 4.875" x 5"
�6 1 STORZ
1 ONE MAN ROCK
1 ,
� 6
FI LL
CUT
FIRE HYDRANT ASSEMBLY DETAIL
HYDRANT LOCATION IN CUT OR FILL
Y p� ADOPTED
.A� CITY OF RENTON
♦
ANN
STANDARD PLANS
L�jV T O LST DATE:04/04
DATE REVISION BY APPR' DWG. NAME: BR24 SP PAGE: B102
c
0
m
w
0
w Q
CL
J
m a (L
FY Q x z z N
V y� Q F �\
< I Qw Q o
QO a
:2 3: z H� aF
~ p,o 00
ZW a Q af- Q
:2z A dv aid
a a� x Of
�m UUYG+co
ao o
w
o_
0
a
0-
Q
m
w
Y
of
Of Q
QLWm� 1. D'
a M< fro< 0 F-n
wo w o�-LQ05_
0 } N Z W .. . . .. . . Q(h W O
�2N� °� �WS��W (n
O
W WWOM w�_==D' Z w
Q _
vF wF-�Q Q w
I-- Q _1Fww� p
F- ww Q WW Ld
O=cnZwZ >(f)
�~ . . . . . . . . OZOV)o
O
w
Q
0
o'
w
Y
Q
W F-
� Q
Q �
T =
a'
W
Y
cr
. . Q ..
OOW-QQw * °WF-Hp_LJ
O W S p J ~ Q°
w of U> p . . . . . . . OO� Apo
Y LJ p �W Q�w
Q zQ3F-``� LLJaf <
g Qm W- Z zQ = � Q
J W W cr F-- J
H F- Q Q-
t O W Q�vd J W W p
F-�U(nZO� . . . . _LJ
oow O D(f) Z
ou, LL E)
-O 0
o
II
CONCRETE DEAD MAN BLOCKING WITH SHACKLE RODS TO
CAP, BLOCK SHALL BE POURED AGAINST UNDISTURBED
EARTH, SIZE OF BLOCK TO BE DETERMINED BASED ON TEST
PRESSURE OF WATER LINE AND SOIL CHARACTERISTICS.
�' rl CAST IRON CAP OR PLUG WITH 2"
IPS TAP SHALL BE A ROCKWELL
I I
482 END CAP COUPLING.
I
WATER MAIN I 2" GALVANIZED IRON PIPE
AS REQUIRED.
2" CLOSE NIPPLE J
2" 90' ELBOW 2" GALVANIZED IRON PIPE, 12" LONG.
PLAN
TWO PIECE CAST IRON VALVE BOX VALVE NUT EXTENSION IF REQUIRED
EQUAL TO RICH VALVE CO. STANDARD (SEE DWG BR46 / PAGE B090)
8" TOP SECTION, WITH REGULAR
BASE SECTION LENGTH TO FIT. INSTALL 2" 90' ELBOW, SCREWED
__F 2"2" PLUG, SCREWED
18"
2" GALVANIZED IRON PIPE 12" LONG 2" GALVANIZED IRON PIPE
AS REQUIRED.
2RESILIENT GATE VE, SCREWED INSTALL 2" 90' ELBOW,
SCREWED
2" GALVANIZED IRON
PIPE AS REQUIRED.
ELEVATION
TEMPORARY 2" BLOW-OFF ASSEMBLY
OAT Y p� ADOPTED
A CITY OF RENTON
+ ; STANDARD PLANS
LST DATE:04/04
DATE REVISION I BY PPR'D DWG. NAME: BR25 SP PAGE: 13104
15"x27" PLASTIC METER BOX EQUAL TO MID-STATES PLASTIC,
INC. BCF SERIES MSBCF 1527-18 WITH 1.75" THICK DUCTILE ❑iy PwVATE
IRON DIAMOND PLATE COVER 16"x27" EQUAL TO MID-STATES PIPING PWINC
PLASTICS, INC. MSCOC-1527-R WITH READER LID AND 1-5/8°
DRILLED HOLE FOR TOUCHREAD PIT LID (SEE -A)
z I IN UNIMPROVED RIGHT OF Z'
J _----WAY INSTALL METER BOX AT J"
r( PROPERTY LINE WITH 12"
w. LONG COPPER TAILPIECE. w.
9" MIN 0I SIDEWALK a-1 m 12" MAX
FINISH GRADE
?<W TOUCHREAD WATER
> METER TO BE 12"
o o SUPPLIED BY THE a w
36° MIN COVER N CITY >
TYPE "K" SOFT o�
COPPER TUBING
22-1/2'
NEW DUCTILE
IRON
WATERMAIN
IF SERVICE LINE TO HOUSE IS 3/4" OR 1"
TO BE INSTALLED IN THE FUTURE GALVANIZED
INSTALL FORD C14-33 OR 44 FIDT PLUG
x COMPRESSION COUPLING
LOOP DOWN TO CENTERLINE
OF WATER MAIN TO
PROVIDE SLACK IN COPPER COPPERSETTER FOR "x3 " METER FORD
SERVICE LINE TO METER. VBH72-15W-44-33G, OR McDONALD BRASS: 21-215WCQQ33, OR
MUELLER: B-1427-3/4 WITH ANGLE BALL VALVE ON INLET AND
SINGLE CHECK VALVE ON OUTLET
CORPORATION STOP. FORD TAPERED THREAD COPPERSETTER FOR 1" METER: FORD VBH72-15W-44-44G, OR
(CC). PACK JOINT McDONALD BRASS: 21-415WCQ044, OR MUELLER: 8-1427-1
(3/4" F1000-3-G) OR AY MCDONALD 4701Q BOTH INLET AND OUTLET WITH PACK JOINT WITH GRIPPER.
(1" F1000-4-G) OR AY MCDONALD 47010 PADLOCK WINGS ON INLET ANGLE BALL VALVE AND SINGLE CHECK
VALVE ON OUTLET. ALL PACK-JOINT FITTINGS SHALL BE WITH
GRIPPER.
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.
A— A DRILL 1-5/8" DIA. HOLE FOR AMR
(AUTOMATIC METER READ) TOUCHREAD DEVICE
L _ _ _ 2-1/2" MIN. FROM NEAREST
AND FRONT EDGE OF PIT LID
F -
TYPICAL i
RIB J NOTE:
THE CENTER OF THE HOLE MUST BE AT LEAST 1" FROM
UNDERNEATH RIBS UNLESS THE RIB SPACING ALLOWS THE
NUT TO TIGHTEN AGAINST THE OPEN SIDE OF MORE THAN
ONE RIB.
3/4" & 1" WATER SERVICE
.a
tiCY p ADOPTED r
CITY OF RENTON
♦ 1
STANDARD PLANS t
N T O LST DATE:04/04
GATE REVISION BY APPR' DWG. NAME: BR41 SP PAGE:8106
t
•
z -
� m -
H
- a Q
o a.
a
z o
o W
E-. F.
> ° U] Qw R QO
W p Qom' E'-' C=.. F
W V) U }O. La q
0 -< a Q E» � H
a z
0 a
Li 3v
_ U + LL)
Z m °
t� W J U C Z
o
z 2 W
Q :2 m W +
w O
4 _ W a
Z O N
U W V)
N Q N C)
~ Ul a M ft�
to tQ- a Z0 a �
w � � Q t` OZ Q
0 > Y (7 NN oW
Z O U Z a = J > CO
_ L J
� 0 } OJ 0W �:- "Vi w ~ �
D Z m w O
S N Z w m
�W > O W CL ~ V) O W
N _t J Q � F- � w 0 °WN m O
Q O W W _► m UZON Z O
> W OZ � W Z ' '� a� aza� Z � w
W Q 0 0 0 LLJ
Q Q C7 UO � Q O �' Ned �F
o �aQ o z ONIi ° VW,°m °O�Q O 4 z
NN t`0 = U Q (nm � 0a0W n La 0
(n
0 U Z (n v i, W O W (n
aaz w
Q Q J J� I N H ° � Q rn aza Oj Z O z°W O L
O Qm� � .� Q W U � NJ3J�OZO o
W F W v F- m 0 W o i`vU Q z z o
IL N a-F-- J W _
.2 d ZOL, W Q > O ° m° rV) O a
W -t-Q z zOa�f CCQ v
F W > W U W Q J >---- J d m W L - O
> O Z F 0 O m O m a O W a W
O U W F W m a°z Q Ir
U L,J N z W Z Z J N
Z J N > 0—WC) O Q° W
Z_ M Cal f
Q W o W
�y > N Q
c)
� n
0 0
W o
ca
w
u C7
ao a.
A to-
co Q Q
CD CD
co
U (> x
w - > w w d E Z
C7
b
N -
00 T
p Cr
3 O
+1
b N 0:: ol
ul
} (n
x
N N O a o -0 c
m wU Op O
X
y� 0
o v ° la > ?� n� 0 3 W
U CL �>- 3
w W } LU
Q O U v m
_ � N N N N N
m co a a ui
C; cn
+1
LLJ
w o ++
N
c
r
r
_m r
f
O
Q W °
to
CL-4 W a. (3-�
A
Q �° oQ ID
a
Q
w
ca
N W 0
Q `O 3
-
�
O LLJ p o ('
L �� Q
= W (7
Z
o •i Z Of
cy J
} 3
Q U
0
o 0
c Q
Cl) C�
0 r
r
o � �
1
_�-.9
N
O
x x
CD
CD
az %
v W 0 a
m a oC °' cii
A
0 00 � ¢
A � zQ c
w
0- M�-
w z
cn w Q
cn
z
- v Q W
W
Z t co Z cr F
Li
C7 = 7
cr
j
Iw CD :Cli
W 2Lj
-Cf Cy—
MIN J r-
-1 0
yW
W I W w �CYj vj V)
Z4I 7 — N H Q >- w Q a'
Jlul J `i Z© Z
�UWQ
0 cn►_ ��
Q V) LAJ
- - O w; > -
J Q F_
^ CL 7 �f
i LY
O52; a
U) W 0w0
4/ � w �_ U z ��H �
z �- Z z - - Q
U t-- uJ
-i' t-"~ w w
IZ ZW
JJ�— Q WUz
U w W O
W in Q.. Q �-w
Y
- - — W O� Q F— �WZ3
F— J
(rw w
OD
U U` U Vj
r.
cl:
0
rr �
U
> D rn Q
o z a0 o..
v W Z W W
ur 143 w
a Qm O. W
U � O < Q
sr Q z A o
Qu L
LLI
0
z
cc
co
0
y. Q lJ
_ r E
V V 1\ .--• U� p
U W lL
O N WOZ /-
\` iJ W T I.L O U
F- OCOV W
Q
V-Q_ • O
Co
aw
_ n O •--- Z N O d li
•�-' Q � C N W O[Y r W
X11 ..<_• V � d V=Q�NN
W =V W W N J
T O Q V T W Q
=O 2 W
\`\`\ W a u Lo CL _
/ 1 Q I N ilxcl:NOM
JQWI-JOd'
6 Z N Z W Z N
i Q W zdpr
—C4 2 Z
F-W W r W
^F-
" O V U Z S U N
on O Z O Z V
I,� - <�W W O W Z W•7
I� F-O•S Swx OW O
V N<
� J -
.�'" Cl
Z N n Q
V
w E- N
(n W O
(Y S
D 6i
m O W >
O O
z 0 a
w o z waz
a
U) p►— O w °° a
V) k W z N
L' O W U H o z m
U U �mOp z W W� a
`'
'Q a o ri
d Ulai V) O 0.W. pL,0 00
Z Q - � O J D 0. W A M
w
Of a z o
Z a W 6 _
x w
d 04 !
Lo
- Z
� a
a
_ Z a
m Cr
►- O
G!f Z N
O W (n W
:2 Q Z_
0,- > U J Z_
UQ- I wJ s
N w N
00 w Z
U
w W
U C)
Q p
li W
l w
L_
W o
_Z O
w
• O Q �
Ln Z F <(
CV d U Cl)
w �
1 cn � Q
Z N
O
- Z
•- p Of
Z_
C7
Ln
O
m � w m I
_ m
O (n� V) =
(n F cn O(n
cn Q Q ZUZ
Q N U U ?:
U * p
N w
w
(n
SAWCUT FINAL JOINT
TYP. EACH SIDE
EXIST. ASPH. CONC. PAVEMENT, TYP.
12 4" CL 'B' ASPHALT CONCRETE PATCH
TYP (2 LIFTS)
6" CRUSHED SURFACING TOP COURSE
TRENCH
SUBSEQUENT BACKFILL
(SEE BEDDING/BACKFILL DETAIL)
PAY LIMIT OF TRENCH
PATCH PAYMENT
5'-0" FOR MAINLINE
6'-6" STREET CROSSINGS PERPENDICULAR MAIN LINE
ASPHALT CONCRETE PAVEMENT
RESTORATION DETAIL
NOT TO SCALE
PAY LIMIT SEE DETAIL #1 FOR STREET
TRENCH BACKFILL RESTORATION REQUIREMENTS
11.5 X PIPE O.D. MAINLINE
2'-0" WATER SERVICES & HYDRA LATERALS
I I
SUBSEQUENT BACKFILL MATERIAL
(NATIVE IF APPROVED BY ENGINEER)
OR IMPORT PER SECTION 9-03.14(1)
GRAVEL BORROW
PROPOSED WATER MAIN WITH POLYWRAP
6" PIPE ZONE MATERIAL PER SECTION 9-03.12(3)
GRAVEL BACKFILL FOR PIPE ZONE BEDDING
(INCIDENTAL TO PIPE BID ITEM)
EXCAVATION AND BACKFILL OF
6 UNSUITABLE FOUNDATION MATERIAL (IF NECESSARY)
DEPTH AS REQ'D DEPTH AS APPROVED BY ENGINEER
MATERIAL SHALL MEET SECTION
9-03.9(1) BALLAST
WATER MAIN/ WATER SERVICES
TYPICAL TRENCH BEDDING BACKFILL
PLACE CONCRETE
AGAINST UNDISTURBED
EARTH BOTH FACES
ry
8" PIPE
1.5 MIN.
_ t
SHACKLE RODS
(AS REQUIRED)
CLASS 5 1/2 SACK
PLAN VIEW CONCRETE
3000 PSI MIN
4- 3/4' SHACKLE RODS
FOR 8" PIPE
#4 REBAR 8" O.C. E.W.
CENTER IN CONCRETE
12" MIN.
4'
w�
4' MIN. TO 5' MAX. _
r
TYPICAL CONCRETE DEADMAN ANCHOR
D ETA I L
CONCRETE DEADMAN BLOCK SHALL BE POURED
& CURED FOR MIN. 5 DAYS PRIOR TO CONNECTION
TO PRESSUREIZED WATER MAINS.
i
PROPERTY LINE
RESTORE GRASS/VEGETATION
& REGRADE TO MATCH EXISTING
FLOW LINE
WIDTH VARIES
IIII III IIIIIIII III IIII III WIDTH
III VARIES IIII II IIII II IIIIUilllllllllllll llllllllllillilllllllll 11111111111111111111
DEPTH
1 1 I II 1 1 II VARIES
12"
36" M N COVER 30" MIN
COVER PRIVATE SERVICE LINE
INSTALL 12" LONG
COPPER TAIL PIECE
0 CONNECT TO EX.
PRIVATE SERVICE LINE
TYPICAL DITCH
CROSS SECTION
PROPERTY LINE
RESTORE GRASS/VEGETATION
& REGRADE TO MATCH EXISTING
FLOW LINE
WIDTH VARIES
(MATCH EXISTING)
1111111 I II i 111 I 1 1 311111 II IIII .11111111111 IIIII 11111111111111111 II II II IIIIIIIIIIIIIIIII 11111111111111111111
I I I I 1 1 6"�MIN.
12"
36" M N COVER 30" MIN
COVER PRIVATE SERVICE LINE
I
INSTALL 12" LONG
COPPER TAIL PIECE
0 CONNECT TO EX.
PRIVATE SERVICE LINE
TYPICAL DITCH
CROSS SECTION
t
+ • w
O w W
G
co
j- p (D
Q O
(D o
Q O 7 ;
O O 00 O W w
-1 _
(D
p Om 00 fl= CE)
N ( 3 -• O
N s Q (D
Q w o s_ o
o c s_CE) 0 0
+o
Co
Cv
\ \ fl fl
�O 1 fl• \.0 4 A
�_ � titi oti oti
25'
/Z
(D -I N (ND
7
O 0 0(D
C O x 0 3
(D + O
m ,y (D Vl In O O Q
u (D (D (D _•D
C (O
QO o o -
v w + (D { + N O
°< < (D + o O O (D
7 + CK,
e (D -
n p
� � O
u o
N
m .
LP W N
� v �• Z
-
� G
s m �
777 :7 O -fi
a a o a(D
o
-+3 (D �-+0 -+0 +E
CD + +—o x 7Q Q-•
> > o (n v —0 -.0 (D-I
+D M (D om(Df x� -m
O a 7 -1 -
A(n 0 -9
o
A
-ID( (n O _.3 O 3 O.(A
-•� N7 +C 70 a0 (D7
in O 0 7 C) Q
• 3 O� cD OO- � J
+ (D c
° O (n (D O (D Cr +(A
n lG (n -- U1-0 -1 -• (DO 7(D
Q p (D CL •n ,
10 7 1 (D N Cl
O
(D -(n (D (n (D 0 0 -0
c -I co :1(n
o wov (n 0
> D -+, a+ on
(n o +—o m �-I
+ ++ acs --c oL o
O 7 DZ (D 7 0 CO
b
- (D (D X Q U
- x a (D (n +
**Lm. 0 (D O-0 _.x O (D
i 0 £ ao +x C,
L O N C a 7
r -I
r 7 D (n (D O m
a d p +S[f Z 0 - 0 N
to F° ro 0 rri > > +N m - +
Fri w o m m o
0 -�- Q c
10 p D —
� � z
= W 00
W o
w
Cl) o
0 7 N N
l 0
(D A i
O O 7
Z 7 AO
O
G (DD
0 s- O7 s_
0
O p
v
Ir-
v' v'
21"
0 �
0 N ••' {A �1
N A N (D
O C 0
i N - O
U
.n '}N
p (D t N 7 7 n
(D N �O.
N
a n cp+ n .} -f-
0 �0 _ O O O ry
n' n p 7 7
u 0 7
o ♦ 0
J a
� P
J O
u 0
z 0 Q1 Ln d W N ,- Z
O �
m
n A � � -i, -•-1 Q,�N 7c a 1 7--• l/1
0� -•7 77 - 777 0-h ..
'*3 ID p (D 3 A'D O +p +
u O 7 + 73 pf-
70 La 10 +0X Q c 0 O O(D
+7. (1) (D 1 -t + �+ V
i O 0. A •1 m 3 to N 0 -3
j 7 to -r 0 (T 3 • V 3 7 3 n vi
- 3 07 c (00 a0 CD7
Cl^ N O 7 , w m -4,lc - d
�.o ID+ + O/D O-+ 3 -
'7 fD N 7 -0 A -O Q O + -•LO
7(D + 0 7
Q cD 7 c
O -Ul A 1n N O O" �N
Q 7 N -• O d
l I'D
cD 0tA 3 O�v7i � OA x0
+ tnuf +- c O Din
z ���♦>la 0 '7" X O+ � 7 0 0+ �-* N O
o n + o + £ - DC aQ
o m 7 o n-1 o 0
♦ 3 = ma v +� 7a N CD
£ m ��0 to o
fT7 -• o a no A- + +
�• W { o --+ 0 m
R n J O(D
rn cn _n > 'i V1 Q 0 NOl< + 0 Dr W
b o O m m �l•c -oi o m
i N,0 - Q
u b [drj a A + •O _c Q l
O + 7 is cD 7 0
Q N z 7 O N X(+D.Q
D 3 +
�3
O 0 7 U 7 O a
N z rn
a o c -
•.. 3 -
r
TRAFFIC CONTROL
uw
r
r
,.
..
on
CITY OF RENTON
TRANSPORTATION SYSTEMS-TRAFFIC OPERATIONS
TRAFFIC CONTROL PLAN
CONSTRUCTION COMPANY: Y S M CorUST APPL.DATE:
ADDRESS: )a4 01 aW PL dl� PERMIT#:
f LAV,tovyk W(�_ I t O 5 3 ` PHONE#: YkS S(9—ri 06 Co
CONSTRUCTION SUPERINTENDENT: i Lk Z' t MOB./CELL:# N a2S 941 N3(
'tea PROJECT NAME: TA t,&T H i U- W kTc►- MAi N FAX#: C aS-) 8 47 90 qN
_
PROJECT LOCATION: 1 S t J M 1 kc^ N/E/S/W/OF:
.� WORK TIME: 3m Am To 4 l�I" APPROVED BY: JuM C , /�.e.Squ��l_,
WORK DATE: 5TAfT I vA )LooS APPROVAL DATE: 07- Z 6-o5
I NOTES: 1. WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON
M1v UNIFORM TRAFFIC CONTROL DEVICES(MUTCD).
2. CALL 911 (USING A LOCAL PHONE)OR 253-252-2121 (USING A CELL PHONE),FIRE AND
1 POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY.
3. CALL METRO TRANSIT CONTROL CENTER AT 206-684-2732 AT LEAST TWENTY-FOUR(24)
HOURS BEFORE ANY STREET OR LANE CLOSER AND 30 MINUTES BEFORE THE ACTUAL
CLOSURE.
t4. THIS PLAN MUST BE SUBMITTED AT LEAST THREE(3)WORKING DAYS PRIOR TO WORK.
5. APROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS.
6. ANY VEHICLE AND/OR EUQIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF
WAY MUST DISPLAY A COMPANY LOGO(ANY LEGALLY ACCEPTABLE SIGN SHOWING A
COMPANY NAME,ADDRESS,AND TELEPHONE NUMBER)AT A CONSPITCUOUS PLACE ON
THE VEHICLE OR EQUIPMENT.
COMMENTS: '!'1��S W&-1- A I c-A L Tr A c Co Ail-rot Fo r S i
' c A v e. S I ' T S k ArrAck Avg S w ;TTuJorT ri'S -r
5 M ITh er S AA S. SKETCH S 6E RTTAc�'l e N
' ♦�o"C'� S'EE d.T'fAC_14SD GtT`( STb.001b.Rp
3 v
S I S ST Q Q
o V00 K, nktIA, dC?
c�
Q FL-i9cr or 7vs-r SrgN's
I have been informed of my responsibilities for traffic control and OFFICE COPY T- �0 9
agree to comply with all traffic regulations of the City of Renton. CONTRACTOR VTM C.o S
INSPECTOR K.KITTRICK/
SIGNATURE: DATE: POLICE a CL
FIRE JIM GRAY/STA.4"
r
I, ili�Jc.Ga/T S MAZZ.APIr/Y) ,representing S M Caysy Co
agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and
obtain City approval of that plan. That plan shall be implemented for all street and lane closures,and the
plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify
emergency services twenty-four(24)hours before any street or lane closures. I understand any lane or
street closures not in conformance with the approved traffic control plan and/or without notification of
emergency services may result in my receiving a citation for violation of R.C.W.47.36.200 through
47.36.220,9A.36.050 Reckless Endangerment,and other applicable State and City codes.
'' I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W.
j 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other applicable State and City
codes.
i NAME: Vl'ill C-e_AJT AZZAAre
D.O.B. .' /C� SS#:
HOME ADDRESS: I R V 0 9 a 3o Pt A16
�a.
WORICADDRESS: MgOrf a30 P`Ale
e-A hA-O w UYk- �I
I
WORK PHONE CW v%FS-9066 HOME PHONE: (7�S,I 86 0 `�O66
COLOR EYES: (_w4 WEIGHT: a0? HEIGHT: 5-/0 COLOR HAIR:_&Lk
WASHINGTON STATE DRIVERS LICENSE NUMBER: M A2_4 AV 7 5 6 a IJ a
I
f
I
N
1
1
' datacenter/pw/trafcontroAh
Z
•- - - J
r N
>. D v `O °
'. v ^LL
o v c c
E O O O
L D p 7 V c D 3 >
E
Of
O 07 EC r`04 7 N n ~ O w`e c9 CC
cr
o
C L > O n N V 4>
Cb L bb= — n • C 09L ¢CY
N 7 Y--1-m
F n
g+- O M O L
1,�e■ aU-� r N
O C— O M O%- n n.0 � S
— N?
¢ }` PQ L ¢ C <b
vb o `
Ow +- C _O O: - D Y
L-+- O O O n °c O
CA 0 C N ^ ° r n a
C- L >aN >
�[ OM L 7 b UN O n n L S '^
L p b L-- O O N N on L 0-4A
E •C L L F-'F O n p Qb>�- U O
� 4' j a7 M b s- _ �- t
N Q v P a ca 00 •
O O v
s
C N p O
¢ a
b pa O O►+ttE ON 4 C
V P - 4- • O b L O o r r a
rl O M > a n <
n M M 'OBOE ` O. .n o r m N .Zi }
pO- °
••- t C> t
b b v Q f CF > Q C C p o
O C O= O
�a Qp re o v c °o?v+o-3o` CC!! O Z
oor a + 0*-CL c 00 4- O L O
o wvi N IL CC
.0 y s
'
L
i�•
v c coo
ou v
"b Et 4 .216 3 O L.
41 N U. —,O'D N V) q n
W 0
w
1-
Y r 0 a n j
O • • • • < 0 y
N �
o g
N V
CL 4x
x { o
•
L °
r �
°oo VV°
`f W �y
m 'x x x x O
CL 9L
J� 1- p x x Z
/ \ O r n n O O
.o n ri
OS n a n c
^ N O
d N
� 2 b6 C
O
O
' M • y O
KO A N, T p O 4- N -D
~ O
/`fib D°o Y o c ovmL :^
•X p awOM
LX J l l4C- C
-00 s o` O
u-
\/04, vo
pe _ c V t 4
eee \ C 41 L
r 4 O O O 1 b
u� o v O L
v
` 4
N^. P O Tp_ °o
>
O O L O
W C P
V� O O n4 N
C
O V S O r N O O •-
u 0 a,
CL, o
o+
T Z
� Q o
v •°n � — M
r
V
N D
E L V C x Op�F- O uOi O J �_ W
0 oN v
ix ~
100 d0 O U N h an h N v �i LPL{
C F N � •n CL
O O —4,
♦C- —O Z 0 b LL O 4-U r-4- N
OL LN7 v
Uv Oil. LL-
0 V! T OT u to• L p C
pp V I
.-b p IVL p r13 O L tt—t
p� C` �t V 3C -
lL CO Z0 O0 OL
♦-•O LqE �v LX n L coca °
V 0 p? L K 7 OK C) i
ob Oe t0 i
FD CV L
7 C „
co M
O� O f-L .�••.
O M
S M �
Z j J
O S S
% r = m v t0 O
� f
tUJa _ O
N
t
0
M
M
N •O s ' � - O
p 2 �
I X
r
� � C
O
n
`W
,Y o
.w
s v
v
C:
0
T
I u
_T D
OC
1 O
O
c
0
T Lt T
3
a
C� Q 0
W C U O:
1 p1O
p —
C
l.-
r Z 'n 0 `O C
? NNi m O
a0 f M V 4
• O •p T Q
S
O O
W
U U
W
era
construction,Inc.12409 230th PI.NE•Redmond,WA 98053•Phone(425)868-9066•Fax(425)868-9074
Q 9 N a 7 3(Y©
1-4 J?
a
i
w
1
n D
a o �
F�9gc� v r �usT s+gN S
-r��'�;� CvA)Tro L,
60b 0o OA Art Ne-LiZilu� pGv�`ccs
p Lpf K). 5►g� $p�c.,N,g - x
of Q,,0TD� urbp� sf
for City �;�i r,�� a s/35 MPS
aso ' F posse
SURVEY INFORMATION
MONUMENTAION
raw
V
r
F3 18 T23N RSE BE 1/4
+ 002
393
�i3a-+-- 60 4,32
1- 9-+1278+576 + 4*2284 '2 276
34 127
/+ +2285
760 j +1 1 2 V7Y
+2283
1025
i 25(91
+
814
1277
+
96
100
1020
724+ +
(Z)
15+11
198
49
Z�
S Renton Village, Pi. z
76 \ `�
....................
1856
856 64+
F Z/)
4
0
F
15th 5f.-- 244 f i 1597+
-+66 772 1' ,
65 +319 +67
T-
4-
19 T23N R5E BE V4 LEGEND
CITY OF RENTON lill
SURVEY CONTROL NETWORK 0 Horizontcd & Verticcd
MONUMENTS & BENCHMARKS 2 8 222 Horizontcd Only
•® TECHNICAL SERVICES 3333
• PLANNING/BUELDING/PUBLIC WORKS 4D Vertical Only
02/14/00 monument
450 Renton City LWts G 3
1 1131 6.
1:54 19 T23N R5E NE 1/4
19 =N M NE 1/4
\A
its 1 15th S t. 15+97'I
4156 +65 +319 +67 772___\
J. - -- --- -------
+ 15
1549 ------
A.In
147 377+
148 1415+
t s 19th
T
Z 2596 1465 14 12j3
612
............
Z. 1547
-41
4, 20
4 6 r) 2'8
2
811
1574
4
282 +
242
Q
573 __S -2-1-s't +►i
-281 +
923
I CO.+ 65
+."1546 1, CL) -C!
l 2820 i
+21,11
128*
81 ......
2801 J280 1280 4 1
0- 860
263'2;�2262 2. 1\ -S"'2 St. : 2
- '261 7
k�10-+7-T51,3+ +130 +2802 -1534- +
3 1'9 1 8 8 +
289
1 1 ,Ci,���
H3 - 30 T23N RSE NE 1/4
LEGEND
CITY OF RENTON 1111
SURVEY CONTROL NETWORK
® Horizontal & Vertical
2222
MONUMENTS & BENCHMARKS ® Horizontal Only
TECHNICAL SERVICES 3 333
PLANNING/BUI]LDING/PUBLIC WORKS Q Vertical Only
0244/00 -+t"-* Monument
0 4-50 9w --- Renton City Units G 3 I
I:54W 19 T23N R5E SE 1/4
SECTION 19 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
476
Location: Top of 1/2" iron pin in concrete monument in case 15'east of centerline
intersection of Shattuck Avenue and South 15th Street.
Monument: 1/2 IN IRON PIN IN CONC MON IN CASE
NORTHING: 52799.569 EASTING: 396025.653 ELEVATION: 40.495
659
Location: Found a 1/8" bronze pin and concrete plug in 2" inside diameter steel pipe
down 0.5' in a monument case at the constructed intersection of S Puget
Drive& Benson Drive S. This mark is an alternate to the quarter corner to
sections 19 &20, T23N, R5E.
Monument: 1/8 IN BRONZE PIN & CONC PLUG IN 2 IN STEEL PIPE, IN CASE, DN. 0.5'
NORTHING: 52798.357 EASTING: 396377.308 ELEVATION: 26.055
754
Location: Found a 1/2" brass plug with a punch mark grouted in on easterly side of a
4'x4"concrete post monument down 0.6' in a monument case at the
constructed intersection of SW 7th Street& Seneca Avenue SE.
Monument: 1/2 IN BRASS PLUG W/PUNCH ON CONC MON, IN CASE, DN. 0.6'
NORTHING: 53620.647 EASTING: 395016.102 ELEVATION: 6.801
G3-2