Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract r
Award Date: 8/;f/2005
Sanders General Construction Co. CAG 05-098
- 5188 NW Sammamish Rd
Issaquah, WA 98027
R E N T O N' $972,213.00
Bidding Requirements, City of Renton (Cq�Forms, Contract Forms, Conditions of the Contract, Plans and Specifications
r .
Maple Valley Highway (SR 169) Improvements:
Phase 1, Cedar River Park Access
Federal Aid Project
STP UL 0169 (19)
City of Renton = L
aw 1055 South Grady Way WA"s y
v i ti
Renton, WA 98055
.w ` -
.. General Bid Information: (425)430-7200
City Contact: Robert Lochmiller (425)430-7303
Consultant Contact: Carl Einfeld (425)252-7700 NAI
(Perteet Inc.) `•...._
:EXPIRES: 10/22/05
Printed on Recycled Paper
CITY OF RENTON
.� RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
Maple Valley Highway (SR 169)
aw Cedar River Park Access Improvement
ow Federal Aid Project
ST?UL 0169 (19)
or Project No. CAG-05-098
June 2005
.r
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
s
CITY OF RENTON
1055 South Grady Way
Renton, WA 98055
® Printed on Recycled Paper
li
CITY OF RENTON
- Table of Contents
I.CALL FOR BIDS
II. INTRODUCTION
1. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
i 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF
RENTON
4. SCOPE OF WORK
s
III.PROJECT PROPOSAL
1. BIDDER'S CHECKLIST
2. PROPOSAL
3. SCHEDULE OF PRICES
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. BID BOND FORM
6. CERTIFICATION FOR FEDERAL-AID CONTRACTS
7. CERTIFICATION OF EEO REPORT
` 8. NON-COLLUSION AND DEPARTMENT AFFADAVIT
9. ASSIGNMENT OF ANTITRUST CLAIMS
10. MINIMUM WAGE AFFIDAVIT FORMS
+► 11. SUBCONTRACTOR LIST FORM
IV. CONTRACT DOCUMENT FORMS
1. BOND TO THE CITY OF RENTON
2. CONTRACT AGREEMENT (FHWA)
3. CITY OF RENTON INSURANCE INFORMATION FORM
4. CITY OF RENTON STANDARD ENDORSEMENT FORM
5. CERTIFICATE OF INSURANCE ["ACORD FORM"] (SAMPLE)
i
VI. REQUIRED DOCUMENTS FOR FEDERAL-AID CONSTRUCTION CONTRACTS
1. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION
(AND AMENDMENT)
VI. CONTRACT SPECIFICATIONS
1. AMENDMENTS TO THE STANDARD SPECIFICATIONS
2. SPECIAL PROVISIONS
r
APPENDIX A-HOURLY MINIMUM WAGE RATES
APPENDIX B-STANDARD PLANS
APPENDIX B-PSE PLANS
s
i
i
i
i
i
i
i
fr
i
I. CALL FOR BIDS CITY OF RENTON
I
CALL FOR BIDS
Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
CITY OF RENTON CAG-05-098
CALL FOR BIDS
Maple Valley Highway(SR 169)
Cedar River Park Access Improvements
Sealed bids will be received until 2:30 p.m., Wednesday Jule 20, 2005, at the City Clerk's office, 7`h
floor, and will be opened and publicly read in the 5th floor conference room #521, Renton City Hall,
1055 Grady Way South,Renton,WA 98055, for the titled project.
The work to be performed within 60 WORKING days from the date of commencement, September 6,
2005; under this contract shall include but not be limited to:
Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto
(excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by
Owner or others), and performing all Work as required by the Contract in accordance with the
i' Contract Documents,all of which are made a part hereof.
The Work shall construct Cedar River Park access road, parking lot and signal improvements.
Project improvements include but not limited to roadway widening at the intersection approach with
Maple Valley Highway, construction of structural earth and ecology block walls, curb, gutter and
sidewalks, roadway excavation and gravel borrow, hot mix asphalt, storm drainage system including
• water quality vault, channelization, signing, fencing, traffic signals, illumination and landscaping are
included in the improvements
.� The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
For Information regarding this project contact Robert Lochmiller,Project Manager at(425)430-7303.
Approved plans and specifications and form of contract documents may be obtained at the Public Works
Department Customer Services counter on 6th floor of Renton City Hall (Tel. (425)430-7266),for a non-
refundable fee of$50.00 ($45.96, plus $4.04 sales tax) each set, plus $10.00 to cover postage, if mailed.
The mailing charge will also be non-refundable.
A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must
' accompany each bid.
The City of Renton hereby notifies all bidders that it will affirmatively insure that in any contract entered
into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity
to submit bids in response to this invitation and will not be discriminated against on the grounds of race,
color or national origin in consideration of an award.
r Bonnie Walton,City Clerk
Published:
.. Daily Journal of Commerce: June 22,2005,June 29,2005 &July 6, 2005
i
a- II. INTRODUCTION CITY OF RENTON
.w
`" II
INTRODUCTION
..
.n
oft
Maple Valley Highway(SR 169)
Cedar River Park Access
ww City of Renton
June 2005
INSTRUCTIONS TO BIDDERS
.s
1. Sealed bids for this,proposal will be received by the City of Renton at the office of the Renton City
Clerk,Renton City Hall,until the time and date specified in the Call for Bids.
+tr
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.
4W
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
.r
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
4W No oral statements by Owner,Engineer, or other representative of the owner shall,in any way, modify
the contract documents,whether made before or after letting the contract.
` 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City
reserves the right to add or to eliminate portions of that work as deemed necessary.
ow
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall
satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of that
item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
•
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
r 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
•• City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
.. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment
A herein and as identified within Specification Section 1-07.18.
Maple Valley Highway(SR 169) Improvements
Phase 1,Cedar River Park Access
r City of Renton
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
14 Before starting work under this contract,the Contractor is required to supply information to the City of
's Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing
City of Renton Employees.
.. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest,responsible,responsive
bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
.. considered responsive for award. The total price of all schedules will be used to determine the
successful low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid
to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation
.W that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW.
These requirements shall be included in the Bid Schedule as a separate item. The costs of trench
safety systems shall not be considered as incidental to any other contract item and any attempt to
.. include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
ar 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
r contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers,workmen,mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
�. 19. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with
.. the requirements of RCW 39.16.
20. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
•
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
Maple Valley Highway(SR 169) Improvements
Phase 1,Cedar River Park Access
r City of Renton
r
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.
.r
21. Standard Specifications
�r• All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions other sections of these contract documents. These standard
.� specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly,paragraph by paragraph,or not.
1. WSDOT/APWA"2004 Standard Specifications for Road, Bridge and Municipal Construction"
and"Division 1 APWA Supplement"hereinafter referred to by the abbreviated title"Standard
Specifications."
A. Any reference to"State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified
to read"City of Renton,"unless specifically referring to a standard specification or test
method.
1► B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14,Measurement
and Payment(added herein) shall govern.
.r.
22. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit their
bid. Upon approval of the City,the Bidder may make such subsurface explorations and investigations
as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and
�r other buried or surface improvements and shall restore the site to the satisfaction of the City.
23 Bidder's Checklist
r
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda,if any?
Maple Valley Highway(SR 169) Improvements
Phase 1,Cedar River Park Access
s City of Renton
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
4W 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,
i
non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the
following guidelines:
4W (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
„W criteria which does not discriminate against women, minorities and other protected
classes. Human resources decisions will be in accordance with individual
performance, staffing requirements, governing civil service rules, and labor contract
agreements.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS -The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
+�r 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 7 ttday of October, 1996.
wr
CTTY OF RENTON: RENTON CITY COUNCIL:
iiyor Council President
+r.
Attest: ` \
City Cler
Maple Valley Highway(SR 169) Improvements
Phase 1,Cedar River Park Access
City of Renton
CITY OF RENTON
SUMMARY OF AMERICANS WITH DISABIIITIFIF,SACT POLICY
ADOPTED BYRESOLU770NNO. 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 WTTH HUMAN RIGHTS ORGANIZATTONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities is
employment and receipt of City services,activities and programs.
(3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City,
including bid calls,and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
C RENTON RENTON CITY COUNCIL:
Mayor Council President
Attest
City Clerk
Maple Valley Highway(SR 169) Improvements
Phase 1,Cedar River Park Access
City of Renton
CITY OF RENTON
�. Maple Valley Highway (SR 169)
Cedar River Park Access Improvement
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:
4W
Construct Cedar River Park access road, parking lot signal improvements. Project improvements
include roadway widening at the intersection approach with Maple Valley Highway, construction of
'W structural earth and ecology block walls, curb, gutter, and sidewalks,roadway excavation and gravel
borrow, asphalt concrete pavement, storm drainage system including water quality vault,
channelization, signing, fencing, traffic signals, illumination and landscaping are included in the
Im improvments
VP
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
aw this contract document. A total of 60 working days will be allowed for the completion of this project.
M
MP
..
1
•
..
w►
MW
Maple Valley Highway(SR 169) Improvements
Phase 1,Cedar River Park Access
is City of Renton
�- III. Project Proposal CITY OF RENTON
`* PROJECT: Maple Valley Highway(SR 169) CAG NO.:
Cedar River Park Access Improvements
COMPANY: BID AMOUNT:
ADDRESS: TEL. NO.:
PROJECT PROPOSAL
Maple Valley Highway(SR 169)
Cedar River Park Access
�.. City of Renton
June 2005
III. Project Proposal CITY OF RENTON
PROJECT: Maple Valley Highway(SR 169) CAG NO.: D5- 048
Cedar River Park Access Improvements
COMPANY: gANDCRS "1214L 06f,6r BID AMOUNT: 7s zI 3
ADDRESS: 518 N(nl rnCc rn;sh 120 TEL. NO::
,)A 9'627
5
9P
T
n
f
71O
d
i
'-NapleFVal ey Higlitvay(SR 6
Cedar River Park Acc
City of Rent
June2005
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.
Signature
Know All Men by These Presents_
RAVELIfS SANDERS GENERAL CONSTRUCTION, LLC as Principal, and
snMpANV F aMFUTra _as Surety, are held and firmly bound unto the City of Renton,
as Obligee, in the penal sum of 5% OF AMOUNT BID******'*************Dollars, for the
payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns,jointly and severally, by these presents.
The condition of this obli tion i ch th t if the Obligee shall make any award to the Principal for
MAPLE VALLEY HIGHWKFa 9 CE AR
z F4p npu e; FCC MP nvF>� grin 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 Surcties 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 forbids,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 THYS 20TH DAY OF JULY 200-L.
.
SANDER GEN RAL CON TR ON, LLC
BY:
Principal
T VELERS CASU AND SURETY COMPANY OF AMERICA
S S ACY CUTBIRTH
AT ORNEY-IN-FACT
Received return of deposit in the sum of$
Maple Valley Highway(SR 169)
Cedar River Park ACWX
City of Renton
June 2(1(15
r.
Travelers
�M�
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Act"). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused
by certain acts of international terrorism. We are providing you
with this notice to inform you of the key features of the Act, and to
let you know what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losses caused by international acts of terrorism as defined
in the Act. The Act further provides that the Federal Government
will pay a share of such losses. Specifically, the Federal
Government will pay 90% of the amount of covered losses caused
by certain acts of terrorism which is in excess of Travelers'
statutorily established deductible for that year. The Act also caps
the amount of terrorism-related losses for which the Federal
Government or an insurer can be responsible at
$100,000,000,000.00, provided that the insurer has met its
deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
TRAVELERS CASUALTY AN])SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Eric Zimmerman, Joanne Reinkensmeyer, Karen Swanson,Kip W. Vandeventer, Stacy
Cutbirth, Lisa Kerstetter, Brent E. Heilesen, Whitney Norris, Anne E. Strieby, Kristine A. Lawrence, Kellie Hogan,James
B. Binder,Sarah Di Loreto,Jennifer Baumgartner,LuAnn Unrue,Peter J. Comfort, of Tacoma/Olympia,Washington, their
true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place
within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts
of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all
consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly
authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby
ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman,the President, any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in
the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(05-04)Unlimited
s
}uapisaad aoin JoivaS
T cJ\`wam i
ZIMM43S Jalad Y
�8 ?r a + Z v 'NNO'J m 7 'NNOO� a
• � g G� 'Oli0jllfdH a0
EE r>v/1 S-40 SOHY AIl'
hM•1•MN
Oz [
3o Sup Q't'.sry1 pa1u(I -lnopoouuoO 3o alu1S `PJOJVUH JO X1i3 aql ui `Xmedwoo aq�3o 001DO QIUGH agl]u paluaS puu au2is
�� vV '00103 ui MOU On `,(3uoglnv 3o oluOumaz)alp ui VO} r.
Jas su `sloloaliQ 3O sPluog aql 3o suopnlosa-d 2uipuslS aql lsgl `alouuoglln3 pus pa3lonal uaaq lou ssq pus oo1o3 IIn3 ui SU U 33
,iluoluny 3O alsomlla0 Pus XQUJOJJV 30 laenod pagOUJls pus 2uioSalO3 aql Nql AdIZldIID Agaua H OQ `lnoMmuoO 3O aJsls aq1
3o suoplejodloo 31001s`XAIddIAIO3 A.L IvflSV3 NiO,L-9MPJ Hd3 Pus AN VdlAtOO A.La HfIS (INIV A.L'IVaSd3 S a-laAVd L
`VORIHIIAIV AO ANVd O3 A.LIIRfIS G" )L,L'lVfISVO Sda'IHAV-dl 30 luapisaJd aaiA JoivaS `pau21slopun aql `I
g.Ld�L•II.L2Ig0
n..
llneaJlal•O ai1ew
oilgnd tie}oN gooZ 'OE aunt saJndxa uOissiwwOO AW
Go
3oalagl suoilnlosa-d 2uipuulS mp lapun oorjo 1aq/siq 3o)(luoglns
Xq suoilulodmo aql 3o 3lugoq uo lummnsui plus oql palnoaxo ogs/oq Imp puu `slsas oluJodloo qons an Juaumllsui pies aql of paxrjju
slsas agl imp `.suoilulodioo piss 3o sleas aql snnoml agspq legl `.luau n-gsui anoqu alp polnooxa goignA pus ui paquosap sunilejodjoo
aql `ANIVdIAI00 AlIdfISVZ) NO.LONIIPJUV3 Pus ANVaROO A.La2Has cimv Ai ivfISVO sda iaAVH.L `VORHaWV
AO ANPv'd NW A. mis (imv)L.L'Idflsv0 sua iaAVdi 3o luapisa.ad aaiA zoivaS si ags/aq Jugl :,bus puu asodap pip `Moms
Xlnp our Xq Suioq`oqm `umou)l our of NIOSdLiiOH.L 'M II0iloag sumo XIlsuoslad aiu alo3aq tioOZ `lagwZAO l30 XEp qll l sigl UO
+r.
luaplsaJd aoin JoivaS a" • ,�� a*`'� Tq, A"0"�`-,,,•„r
uosduJOtll •M a6JOa0 �¢'Sb� � ';Nrroa� s
�8 V Z 8 6 l p 'OklOj1HVH t-akiflitkiVli 2 a
Y�ffypdd� 0 67 J� J�'�. F�
nq*4 sANY Al�yCy b�yb
CrdOAlUVH 30.I.LIIf100
ANVdRoa A.L'rVIISVa NO.L9NaWHYA P1O3InH'SS(
ANWHOD AIMMS QNV A.L`IVfISV:)S'dHlaAV2H.L
VDPd3 IV AO ANVdb1IOO A. HUGS QNV A,L'rVf1SV3 SHH'I3AVal .LfJDUMMOO do alviS
-VOOZ`lagWOAON 3O Xup qll I sigl paxij3e olonil aq of slugs alulodloo haul pus luapisaJd aOiA JoivaS iiagl Xq pau2lis i
aq of lumiansui sigl posnso aneg ANIVdWOO A.H.'PvflSV3 NIO.LONIIAl2ida PUe ANIVdIAiO3 A La2H11S QNid A L'IVRSdO
sual Avui `v3r HgWv AO Amv(EK03 A.LIIZHas uNd A.L'IdfisvD sma lawn `30auanm Ssamum NII
i CITY OF RENTON
PROJECT NUMBER
PROJECT NAME
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
r 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.)
�An[ C5 6f-NVZRL VIl1S?f�uCTJaN
'w Printed Name: A I�e'1 t�t�BfS
Signature:
Address: 5 N W SA tH AA,0Ai,(5H
Names of Members of Partnership:
.. OR
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
r
Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
r
III. PROJECT PROPOSAL CITY OF RENTON
SCHEDULE OF PRICES
ALL ENTRIES(ISHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(Note: Unit prices tot a4ltlems,all extentions,and total amount of bid must be shown. Show unit prices in figures only.)
t
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts.
1 1 Minor Change 1-04.4(1)
CALC 0yl e- do I la-4— 1.00 1.00
per CALC (figures) (figures)
2 1 Final Cleanup 1-04.11
Ls 1; RwasakA4-Pr1ree hun4reol do 11,W5 5 300 5,300
per LS (figures) (figures)
3 1 Contractor Supplied Surveying 1-05.4(1
LS t� ! iR 50 0 !$ 50 0
per LS U (figures) (figures)
4 1 SPCC Plan 1-07.15(1)
LS `�dd r d we lw5 U0 0 $0 0
per LS U (figures) (figures)
5 1 Mobilization 1-09.7
LS `T�2,Z!4U-+7,,n 44Le-u4 3 2 0 0 0 3 2 000
per LS I (figures) (figure
6 1 Traffic Control 1-10.5
LS 71570o 711 500
per LS (figures) (figures)
7 360 Sequential Arrow Sign /1-_101.'5
HR w ���. CJl$-QP"5 12, 00 3 2.0
per HR (figures) (figures)
8 580 Traffic Control Supervisor 1-10.5
HR ,- ~lit-ti,,,, dX)-VGW5 414. 00 25157-0
per HR (figures) (figures)
9 580 Traffic Control Labor/1-10.5
HR �-�6 - �-117�1,t. C�Q QQ ci rS 44 4,O D 2-51520
per HR I (figures) (figures)
10 1 Roadside Cleanup 2-01.5
FA `f f,CTt"(,,,.,p( (�p-Q�Ar°5 _ 2,000.00 2,000
per FA (figures) (figures)
11 1 Removal of Structure and Obstruction 2-02.5
per LS U (figures) (figures)
12 1 Remove Catch Basin 2-02.5/
EA bKx z 150 150
per EA (figures) r(figures)
Maple Valley"¢,way
111. PROJECT PROPOSAL CITY OF RENTON
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cis. Dollars Cis.
13 220 Removing Existing Fence 2-02.5
LF —f Gv. d.o-aa.rs
per LF (figures) (figures)
14 920 Roadway Excavation Incl1.Haul 2-03.5
�l 1L�-J4�. Ot�f�.�a,✓S 1 �Q, OO rLO
CY
per CY (figures) (figures
15 3,220 Gravel Borrow Incl.Haul %
s 2-03.5 S /� C
TON �) lL�.,,. dCAAca'A 1',' J-w o J J O 3 CIO
per TON (figures) (figures)
16 50 Unsuitable Foundation Excavation Incl.Haul 2-03.5
CY J.t 7< �0 I fr-S (p•�D o
per CY (figures) (figures)
17 110 Structure Excavation Class B Incl. Haul 2-09.5
CY i �PR.r.- e-CQGi,I� Ito.
: 7 0
per CY (figures) (figures)
is 2,380 Shoring or Extra Excavation Class B 2-09.5 a
SF Tw4,+-q-ki ye- ca,-,,A 25 l
per SF U (figures) (figures)
19 12
CY Ditch�Excavation Incl.Haul 2-10.5 /
Ter CY T (figures) (figures)
20 770 Crushed Surfacing Base Course 4-04.5 f/
TON ( - � J& d�✓�
per TON (figures) (figures)
21 70 Crushed Surfacing Top Course 4-04.5
TON —{rLn4:11 -/1-pxxe t
per TON (figures)) (figures)
22 520 HMA Cl. 1/2 In.PG 64-22 5-04.5
TON D,� - h.t, �� a Q go
per TON (figures) (figures)
23 710 HMA Cl. 1 In.PG 64-22 5-04.5
TON ��C!<;� -1 Z,(hQ� 4C.ti-p�G��S _ ,o o l0 l
per TON (figures) (figures)
24 1 Job Mix Compliance Price Adjustment 5-04.5
CALC 0 VI J-*e Cg G-' _ 1.00 1.00
per CALC (figures) (figures)
25 1 Compaction Price Adjustment 5-04.5
CALC 0L a- � 1.00 1.00
per CALC (figures) (figures)
Maple Valley Hgnway
III. PROJECT PROPOSAL CITY OF RENTON
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts.
26 190 Concrete Barrier Type A 6-10.5
LF fj 1 �e�u .00
per LF (figures) (figures)
27 1,150 Structural Earth Wall 6-13.5
SF y -35,00____ 2-5v
per SF (figures) (figures)
28 210 Backfill for Structural Earth Wall Incl. Haul_6--13.5 �y n
CY p� �lr ' /J�°-V`eN9-C� S 37-00 l 0
per CY (figures) (figures)
29 200 Underdraiin Pipe 6 In.D 5
iam. 7-01.5 C
LF 4f' ,e J 0 ((0- - ,00 0
per LF (figures) (figures)
30 155 Gravel Backfill for Drain 7-01.5 h
CY Lt �P,rl D I X d"&yay-C, L.�O 00 4
per CY (figures) (figures)
31 470 HDPEE Storm
(Sewer
(Pipe 12 In.Diiam. 7-04.5 ( /
LF -f ffY77A- An, O�0-�0�+�S �'t,ao 2 o W o
per LF I U (figures) (figures)
32 85 Ductile Iron(Pipe 12 In.Diam. 7-04.5
LF 8
per LF (figures) (figures)
33 12 Catch Basin Type 1 7-05.5
EA � iso 200
per EA (figures) (figures)
34 3 Adjust Existing Manhole 7-05.5
EA `.4- t 500 SO(7
per (figures) (figures)
35 2 Adjust Existing Catch Basin 7-05.5 / I'
EA n!a Ol4-Q,Q�,.�s 17-00 4-o o
per EA (figures) (figures)
36 1 Connection to Drainage Structure 7-05.5 /
EA _ t l.,. /l D d _�zi s 10 50
per EA u U I (figures) (figures)
37 3 Adjust Existing Valve Box to Grade 7-12..5
EA Orr-,Q_ 0
per EA (figures) (figures)
38 60 ESC Lead 8-01.5
DAY 4iZli!71 /)QQ
S SO.00 0OO
per DAY U I (figures) (figures)
Maple Valley 4"ay
III. PROJECT PROPOSAL CITY OF RENTON
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
i
NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts.
39 33 Inlet Protection B-01.5
EA
per EA U I U (figures) (figures)
40 78 Straw Bale 8-01.5
EA ��( LC.v�. 6600,V-5 5 19•Do
per EA (figures) (figures)
41 1 Erosion/Water Pollution Control 8-011ff.5�� �,,�� �
FA Ire e. �LQ'yir� � C�OCJCLl�I('s 3,000 3,000
per FA (figures) (figures)
rr
42 530 Silt Fence 8-01.5
� A � r !/ ry r�v f
LF 27Uh_ 5 `� JO/�Ili 44 q.57Q 2 JD7
per LF (figures) (figures)
i
43 1 Property Restoration 8-02.5
FA a600—.1-S 2,000 2,000
r� per FA (figures) (figures)
44 0.10 Seeding,Fertilizing and Mulching 8-02.5
per AC (figures) (figures)
45 2 PSIPE Superform Maple(2"cal.) 8-02.5
ku.►� 4",- ,6�-v 310 Z0
EA per EA (figures) (figures)
_ 46 8 PSIPE Amold Promise Witchhazel(5gal.) &02.5
EA ey -57
per EA (figures) (figures)
47 } 620 PSIPE Stella D'Oro Daylily(1 gal.) 8-02.5
EA �i a�i t oLo a.�r5 g. 00 q&0
per EA (figures) (figures)
i 48 40 PSIPE Emerald Green Arborvitae(3'-4'nhL) ,8-02.5
EA 21" —A.Q�(x,r�. <16-acs 2-1-00 p 0
per EA (figures) (figures)
i
49 18 PSIPE Dwarf Strawberry Tree(5 gall) 8--02.5
EA p�e�'(,- 7 t�c�o QA�J�A.�s 3 z•o a
per EA (figures) (figures)
i
50 1,239 PSIPE Barren Strawberry(1 gal.)8-02.5
EA / -IrLQ d.0�
per EA (figures) (figures)
51 184 PSIPEE Kinnikinnick(1 gal.)8-02.5 I I
s EA Z.� 11. 00 �q
per EA U (figures) (figures)
rr
Maple Valley fthway
i
i .
III.PROJECT PROPOSAL CITY OF RENTON
i ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts.
52 28 Bark Mulch 8-02.5
CY d h7 �WS 00 I O
per CY (figures) (figures)
53 11 Sod Installation 8-02.5
i
SY ]D2 .f ! 30.00 330
per SY I (figures) (figures)
i 54 144 Topsoil Type A I f'' 8-0((2.5 2
CY 9 L1 CA-U-(�tC,�.y s 30.00 J 2
per CY (figures) (figures)
i
55 230 Topsoil Type B 8-02.5
CY
per CY I (figures) (figures)
i
56 1 Irrigation System 8-03.5
LS �,� 5 0 o 35, 500
i per LS j U s (figures) (figures)
57 r9Q1' Restoration of Existing Irrigation System 8-03.5
so FA � - ,.P +"a,.,2( 5000.00 5000.00
per FA (figures) (figures)
58 Cemen t Conc.Traffic Curb and Gutter 8-04.5
• LF 19 s .00 1 r7l 29 0
per LF (figures) (figures)
59 180 Cement Conc.Traffic Curb 8-04.5
G
LF — �)lQ, CJ�-CX 4'1'S 31-00 5 5 W
per LF (figures) (figures)
i 60 330 Extruded Curb 8-04.5
LF T(LU. �S 5'00 650
per LF (figures) (figures)
r
61 2 Raised Pavement Marker Type 1 8-09.5
HUND -TWC aI � e�&RJQ-CS 4010.00 `
o Q
per HUND (figures) (figures)
i
62 2 Raised Pavement Marker Type 2 8-09.5
HUND ZIAhL, 4OG," 4
o 0.40 ? 06
i per HUND (figures) (figures)
63 360 Chain Link Fence Type 3 8-12.5
LF Aa(OD^• dz-pj S 16-00 6.400
per LF (figures) (figures)
64 1 Double 20 Ft.Chain Link Gate 8-12.5
i EA On, - tnee 0 330
per EA - (figures) (figures)
Maple Valley Wghway
III.PROJECT PROPOSAL CITY OF RENTON
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts.
65 11 End Gate,Comer,and Pull Post for Chain Link Fence 8-12.5
EA o (41,Amt Q ,d1
per
U U (figures) (figures)
66 270 Cement Conc.Sidewalk 8-14.5
SY •'� - Pmt G s 38.00 /0; 2-1600
per SY (figures) (figures)
67 8 Cement Conc.Sidewalk Ramp Type 2A 8-14.5
EA 7 q upD
per EA s (figures) (figures)
68 5 Cement�Conc.Sidewalk Ramp Type 4A 8-14._5r �J- , /_
EA NIElA R. YJ, d4� &o L1, 20o
per EA j (figures) (figures)
69 2 Modified Cement Conc.Sidewalk Ramp Type 4A 8-14.5
EA 2 3 00 00
per EA (figures) (figures)
70 1 Traffic Signal System-SR169/Cedar Park Entrance
LS ygo .. /5& a 0 0 -5 0 0
per LS (figures) (figures)
71 1 Traffic Signal Sy tem Modification SR-169/Shari's Driv ay
LS 8-20.5 D D 00
per LS (figures) (figures)
72 100 Casing 8-20.5
LF � �—tw O(,�9-(.QC�f (JD.00 Ov
per LF 0 (figures) (figures)
73 1 Traffic Signal Interconnect System 8-20.5
LS C' 300 $ 340
per LS (figures) (figures)
74 1 Illumination System No.1 8-20.5
LS — q 500 560
per LS (figures) (figures)
75 1,120 install Power Conduit 8-20.5/J
LF _d znt/ !_ !_4( fO.r1. {x '00 ZO�
per LF (figures) (figures)
76 1 Install PSE Power Vault 8-20.5
ll
EA ( ry-LK 'Y'f/f�t �•u tQ 0 I 0 0
per EA (figure ) (figures)
77 2 Install PSE Large Power Vault 8_-20.-5Q j� G
EA G�►^61 1 D (DOC)
per EA (figures) (figures)
Maple Valley N49n—y
III. PROJECT PROPOSAL CITY OF RENTON
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
78 1 Permanent Signing 8-21.5
LS Q 2 �,,,o c�� '700
1 7 0 0
per—LS" (figures) (figures)
79 320 Paint Line 8-22.5 _ /fin _
LF ©tom Q_ ��'�9�N t. 0 0 32.6
per LF (figures) (figures)
80 100 Plastic Line 8-22.5 2
LF � 1 3 r 0 0 3 0o
per LF (figures) (figures)
81 130 Plastic Stop Line 8-22.5
LF Tdl.11t �A���1t/� 4,00 �jZv
per LF (figures) (figures)
82 850 Plastic Crosswalk Line 8-22.5
SF
per SF (figures) (figures)
83 2 Plastic Traffic Arrow 8-22.5
EA 5, a -
per EA (figures) (figures)
84 90 Gravity Block Wall 8-24.5
SF kv4a e. dks-Qla, , 16.00 1140
0
per SF (figures) (figures)
85 350 Glare Screen,Type 2 8-25.5
LF pef ryt X
�
(figures) (figures)
86 320 Construction Geotenxtile for Underground Drainage 8-31.5
� p
SY I '
MUn �GQ kaAh 14 21-5
o O ao
per SY (figures) (figures)
87 1 Water Quality Vault 8-35.5
LS I.K, 06 O 2 000
per L 1 D (figures) (figures)
Total: 19 72, 7-1
(figures)
Maple valley Hghway
6
s
z
3
s
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
jr
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
NO. _ DATE
NO. DATE
' NO. DATE
' SIGNED
TITLE
it
NAME OF COMPANY
ADDRESS 5 I S � A) M rjin-m�5(t 120
CITY/STATE/ZIP �SSC�R, Wfl 93027
TELEPHONE C Zr✓' � 7- Ll G ��
r
CITY OF RENTON STATE CONTR CTORS
BUSINESS LICENSE# t�!(CIJ IF, LICENSE#
' Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
' June 2005
Certification for Federal-Aid Contracts
The prospective participant certifies by signing and submitting
this bid or proposal, to the best of his or her knowledge and
belief, that:
(1) No Federal appropriated funds have been paid or will we paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
r influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract,the making of any
Federal grant, the making of any Federal loan,the entering into of any
"" cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan or cooperative agreement.
,. (2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
" with this Federal contract, grant, loan, or cooperative agreement,the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a prerequisite for making or entering into this transaction imposed
by Section 1352,Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than$10,000 and not
more than $100,000 for each failure.
The prospective participant also agrees by submitting his or her bid or proposal
that he or she shall require that the language of this certification be included in
all lower tier subcontracts, which exceed$100,000 and that all such
subrecipients shall certify and disclose accordingly.
DOT Form 27M40 EF
Revised e/98
� Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
' June 2005
CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY
REPORT
Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the
Equal Opportunity Clause and the filing of Required Reports.
The bidder_, proposed subcontractor_, hereby certifies that he has ✓ , has not_, participated
in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive
Orders 10925, 11114 or 11246, and that he has ✓, has not , filed with the Joint Reporting
' Committee the Director of the Office of Federal Contract Compliance, A Federal Government
contracting or administering agency, or the former President's Committee on Equal Employment
Opportunity, all reports due under the applicable filing requirements.
��� NDt�S ��N�t2ftL �DI�LST"fZ.�C,770N
' (Company)
By:
do '�-ZO-OS Vkci r Q-4ev-
Date: (Title)
Note: The above certification is required by the Equal Employment Opportunity Regulations of the
N Secretary of Labor (41 CFR 60-1.7 (b) (l), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the equal
opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are
exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or
•• subcontract subject to the Executive Orders and have not filed the required reports should note that 41
CFR 60-1.7 (b) (1) prevents the award of contracts and subcontractors unless such contractor submits
a report covering the delinquent period or such other period specified by the Federal Highways
r Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.
• Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
NON-COLLUSION AND DEBARMENT AFFIDAVIT
STATE OF WASHINGTON )
" COUNTY COUNTY OF li K I l,�61- )
{ r _ /�
I, the undersigned, an authorized representative of *** f}IU DERS LNEkAlL l: &6 , being
first duly sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either
directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in
restraint of free competitive bidding in connection with the project for which this proposal is submitted.
I further certify that, except as noted below, the firm, associated or corporation or any person in a controlling
capacity associated therewith or any position involving the administration of federal funds; is not currently under
r
suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been
suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does
not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against
�++ said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or
official misconduct within the past 3 years.
I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have agreed
to the provisions of this affidavit.
ayfc VcdleU Kivu LS2J&5) C'Qdar 2'v� P �. AcrP�s
I Name of Project
��iNO�K.S ��fJ�c.12pL �r�NSi 2uCTlofJ
Name of Bidder's Firm
.., Signature of Authorized Representative of Bidder
Date
I certify that I know or have satisfactory evidence that A lien&igoters is the person who appeared before me,
and said person acknowledged that (�/ �`�i tied this instrument and acknowledged it to be 61 her) free and
r. voluntary act for the uses and purposes m rt tie lhtlt�e instrument.
Ira Ar
Dated--_-7^20-OS
Notary Public in and for the State
of Washington residing at 7 SO4,U ,6
_Notary(print): SCandr;. L. is
! aO� My appointment expires: 3131108
NOTE: s a�,
Exceptions will not necessarily result in denial of award,but will be considered in determining bidder responsibility. For
t� any exception noted, indicate above to whom it applies, initiating agency, and dates of action. Providing false information may
result in criminal prosecution or administrative sanctions.
*A suspending or debarring official may grant an exception permitting a debarred,suspended,or excluded person to participate in a
particular transaction upon a written determination by such official stating the reason(s)for deviating form the Presidential policy
established by Executive order 12549..."(49 CFR Part 29 Section 29.215).
*If notarization of proposal takes place outside of Washington State,DELETE WASHINGTON.and enter appropriate State.
r
** Fill in county where notarization of proposal takes place.
*** Fill in firm name.
tr Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
r
�. CERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
r
STATE OF WASHINGTON )
.. ) SS
COUNTY OF KING )
Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser
any and all claims for such overcharges as to goods and materials purchased in connection with this
order or contract,except as to overcharges resulting from antitrust violations commencing after the
r date of the bid, quotation, or other event establishing the price under this order or contract. In
addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any
and all such claims to purchaser, subject to the aforementioned exception.
.. �l V ,lea �Lu CR � QeJC4.0 �V'U- 6,11 fG ACC-SS e
Name of Project
SWNO�fZS 6CnNCkAL (2ONS7't26tCa70/f
Name of Bidder's Firm
r Signature of Authorized Representative of Bidder
`7- Za - os�
Date
I certify that I know or have satisfactory evidence that A i lg Stn d er5 is the person who
appeared before me, and said person acknowledged that (wshe) signed this instrument and
acknowledged it to be /her) free and voluntary act for the uses and purposes mentioned in the
instrument.
Dated q-7-0-0-5-
��N`��'
NWS�l ary Public in and for the State
Washington residing at tt"
%orary (print): -5�Lt7Ark U. Wris
r
0 � My appointment expires:
.t.
r
+� Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
■r
MINIMUM WAGE AFFIDAVIT FORM
STATE OF WASHINGTON )
SS
COUNTY OF KING )
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or
mechanic employed in the performance of such work; not less than the prevailing rate of wage or not
less than the minimum rate of wages as specified in the principal contract; that I have read the above
wtr and foregoing statement and certificate, know the contents thereof and the substance as set forth
therein is true to my knowledge and belief.
f,lI (5 IZ R r
.r Name of Project
4�FgA(- l .0 NSTe y cm O N
Name of Bidder's Firm
Signature of thorized Representative of Bidder
2U � OS�
Date
I certify that I know or have satisfactory evidence that 'Allen ."',cede(- is the person who
appeared before me, and said person acknowledged that a she) signed this instrument and
acknowledged it to be 0/her) free and voluntary act for the uses and purposes mentioned in the
instrument. ���""'��'°'
Dated Yr�
g s otaryl"Public in and for the State
o ' ' ington residing at
v Print): L
M appointment expires: 3&f og
t �4a
r
Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
AM
SUBCONTRACTOR LIST FORM
dw
RCW 39.30-060 relfluires that for all public works contracts exceeding $1,000,000 the bidder shall
„r submit the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract
price.
The completed Subcontractor List form shall be submitted as part of the bid submittal. Failure to
submit the completed for shall render the bidder's bid nonresponsive and, therefore, void.
Complete one of the following for contracts that exceed$1,000,000:
A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the
contract price.
" Name: Title:
Signature:
B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract
price: (list subcontractor and bid item)
.r
Bid Item(s) `70 -
,.N Subcontractor Name Ykn- 6k e— r1 C
Address 145557}L -5 Nor*. Waq I / &YlA 6&nd, W %111-
,,, Phone No. c�ys�--SI�3 State Contractor's License No
Bid Item(s)
Subcontractor Name
Address
r
Phone No. State Contractor's License No
.. Bid Item(s)
Subcontractor Name
.+ Address
Phone No. State Contractor's License No
Bid Item(s)
Subcontractor Name
Address
Phone No. State Contractor's License No
i
r Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
INFORMATION ONLY
Iv
CONTRACT DOCUMENT FORMS
DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE
SUCCESSFUL BIDDER WITHIN TEN(10)DAYS FOLLOWING THE NOTICE OF AWARD.
3 1
q
Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
BOND TO THE CITY t=)F RENTON BOND NO. 104528777
KNOW ALL MEN BY THESE PRESENTS:
' That we, the undersigned SANDERS GENERAL CONSTRUCTION, LLC
' TRAVELERS CASUALTY AND SURETY -
as principal, and COMPANY OF AMERICA corporation or;anizod Arid existing
under the laws of the State of CONNFCTTCUT as a surety corporabL ;�--rid qualified
' under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the
penal sum of$ 972,213.00***for the payment of which sum on demand we hind ourselves and our
' successors,heirs, administrators or person representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance
' of the City of Renton.
Dated at TACOMA , Washington, this 1ST day of :AUGUST , 200-L.
.
' Nevertheless, the conditions of the above obligation are such chat:
WHEREAS, under and pursuant to Public Works Construction Contrast CAG-05-098 providing for
construction of Maple Valley Hitrhway Improvements: Phase 1, Cedar River Park Access
(project name)
the principal is required to furnish a bond for the faithful performance of the contract; and
1 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 extensidms of time as may be granted
.. under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
persons who shall supply said principal or subcontractors with provisions and supplies for the
carrying on of said work, and shall hold said City of Renton harmless from any loss or damage
occasioned to any person or property by rea-son of any carelessness or xiegligence 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 i)r 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.
TRAVELERS CASUALTY AND SURETY
SANDERS GENERAL CONSTRUCTION, LLC COMPANY OF AMERICA
Principal Surety
Signature Si.gnatur STACY CUTBIRTH
aju ATTORNEY-IN-FACT
Title Title
M:,yr.V.Iicyrugbway(SR 169)
ccdll Rjvre Pn);Acas IuprovpWCUI
rill or R 0100.
Jam YDD5
Travelers `M
' IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
■
' On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Act"). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused
by certain acts of international terrorism. We are providing you
■ with this notice to inform you of the key features of the Act, and to
let you know what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losses caused by international acts of terrorism as defined
in the Act. The Act further provides that the Federal Government
will pay a share of such losses. Specifically, the Federal
Government will pay 90% of the amount of covered losses caused
i
.. by certain acts of terrorism which is in excess of Travelers'
statutorily established deductible for that year. The Act also caps
the amount of terrorism-related losses for which the Federal
Government or an insurer can be responsible at
$100,000,000,000.00, provided that the insurer has met its
deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
• coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMNGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS)-IN-FACT
i
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
M corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Eric Zimmerman,Joanne Reinkensmeyer, Karen Swanson,Kip W. Vandeventer,Stacy
Cutbirth, Lisa Kerstetter, Brent E. Heilesen, Whitney Norris, Anne E. Strieby, Kristine A. Lawrence, Kellie Hogan,James
M B. Binder,Sarah Di Loreto,Jennifer Baumgartner,LuAnn Unrue,Peter J. Comfort,of Tacoma/Olympia,Washington,their
true and lawful Attorneys)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place
within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts
M of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all
consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly
authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby
ratified and confirmed.
i
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in
the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President,any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
+ authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
r
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for
+� purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
r
r
w (05-04)Unlimited
� I
Iuapisaad 931A JoivaS
* R
Z:PL'A loS Ja;ad
r2 AE3 Z v 'NNOO m � 'NNOO�l a
u Z 8 6 I 0 r 'OaOdlaVH s �� bao�ava g
'5r ke
Z' 7�)Y•nSV7 b'ONY AO'q� ' tllMtp�tNO� ' i
�Z` ��� V�� VIII
JO SEp snp palEQ -lnoiloouuoO 3o a;EIS `pioluEH JO 43 aql ui `iuEduioO agI�o aft p auioH a IB paieaS puE pougis
aoio3 ui mou On`,Cluoglnd 3o 01E3i3WO:)aql u1 gI1o3
los sE sloloaii(I 3o spiuog gill jo suoilnlosag 2uipuelS all 1811 `aiouuagl.m3 puu `po lmoi uaaq lou suq puu ooio3 lin3 ui suimivai
SluoglnV 3o a1EOUMOD puu XOulollV;o laneod PaiOellu PuE 2uTO9aio3 aql 1811 XMI-dgO Agauafj OQ `1noiloauu03 jo olEls gill
jo suoilEiodioo Nook`ANVduoa A.L-iVfISVO NO.LOAiIIIAIKVA Pug ANV&Noa AZaHIIS QNIV A.I.'IVfHSV3 SHH'IaAV2I.L
`V31daViV dO ANd ROD AlaHaS QNV A,L'IdIISVO Sda'IaAVH.L 30 ;uap!saad aoiA aoivaS `pau2isiapun oql `I
gJ.,`d�Id1.L2IgO
s
linear;al•o ai�eW
oilgnd tie;oN 90oZ 'oc aunt sandxa uoissiwwoo Aw
�l•4
3oaiagl suoilnlosag 2uipuEls ail;iapun ooiXo iai/siq 3o f1uoglnE
Xq suoTiriodioo ail 3o Ilugaq uo luoumilsui pres ail palnooxo ails/oq Iug1 puu `slugs oluiocbm guns aiu luaumilsui pius mp oI poxWe
slugs all Imp `suoileiodioo Pius 3n SILos ail snno"aqs/ail 1EiI `.luouim)sui anoqu ail polnoaxa goigA-.pue ui poquosap suopLuodioo
all `ANVdNO3 A1.'IvasvD NOZONIIinv3 Pug ANvd oa A.LaHas aNv A.L'ivasva sxa'IaAv-aL `varHawv
Ao AAIWHOO AlaHaS (INV)U'IdfISV3 Sda'IHAVujL 3o;uapisaad aalA aoivaS si ails/aq 1ug1 :Xus puu asodap pip `uaoms i
SITip oui Sq 2uioq`oqm`umou3l ow oil NOSd VoH.L •M g02I0g0 omuo Alluuosnd am aio;aq VOOZ `.iaquianoN 3o Xup 11i I sigl u0
;uaP!saad aoinJoivag 'a� . F'9 �aT�+ 'q� �P.c' ...'R''
uosdwoyl •M a6joa0 "• ,; NNOO NNW
Al, u pZ 8 6 i 'aaoAiadH q E'aa931�iVFi.
f'-vp��? b'JS Cyn ��8�•�Rg pH` ie
YrISV'� OMY A11�
n►
CPdO-U VH 30 AJA\If10O •
AAIYMOO AITvflsVO NOIOAIIK"a Pio%IRH•SS(
ANVdN0o AIMMS aNV AI'IVf1SVO Sa3'IaAVHI
VDIH3 V 3O ANVdWO3 AlaRaS aNV AI'IVaSV3 SHg'IHAVHI .L[lDuDaNNOO d0 alvis r
ti00Z `iaquianoN jo Xup q1I I sigl paxi}Ie olaiaq ail oI slugs aluiodloO hail pub;napisa.ad aw i ivaS nail Sq pou2is
oq of luamnnsui sigl posnuo anuq ANddIAI00 As.'IVfISV3 Nol-DAIIIVRIVA Pug ANWU00 A,LaUflS aNV A.L'IVRSVD err
SHa'IaAV-dL `VDIH'AIIAV 30 ANV ROO AlaHaS aNd A.LTvasvD S2HH'IHAviIZ `aoauanm ssami IM NI
FHWA FEDERAL-AID CONTRACTS ONLY
2-4 Tit go
THIS AGREEMENT, made and entered into this �— day of k4 4 , 2015 . by and
between THE CITY OF RENTON, Washington, a muni i a] corporation o the State of Washington,
hereinafter referred to as "CITY" and _%A2 Qrc2S etgS 2l4tL CP�s'hereinafter referred to as
"CONTRACTOR."
WITNESSETH:
rr
1) The Contractor shall within the time stipulated, (to-wit: within 60 working days from
date of commencement hereof as required by the Contract, of which this agreement is a
icomponent part)perform all the work and services required to be performed, and provide and
furnish all of the labor, materials, appliances, machines, tools, equipment, utility and
transportation services necessary to perform the Contract, and shall complete the construction
and installation work in a workmanlike manner, in connection with the City's Project
(identified as No.CAG 05-098)for improvement by construction and installation of:
Furnishing of materials, equipment,tools,labor, and other work or items incidental thereto
(excepting any materials, equipment, utilities, or service, if any specified herein to be
furnished by Owner or others), and performing all Work as required by the Contract in
1 accordance with the Contract Documents, all of which are made a part hereof.
The Work shall construct Cedar River Park access road, parking lot and signal
improvements. Project improvements include but not limited to roadway widening at the
intersection approach with Maple Valley Highway, construction of structural earth and
ecology block walls, curb, gutter and sidewalks, roadway excavation and gravel borrow,
hot mix asphalt, storm drainage system including water quality vault, channelization,
„ signing, fencing, traffic signals, illumination and landscaping are included in the
improvements and all other Work necessary to complete the project as specified and
shown in the Contract Documents.
rw. 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 thereof as if herein set out in full, and if not attached, as if hereto
attached.
a) This Agreement
b) Instruction to Bidders
c) Project Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
Maple Valley Highway(SR 169)
Cedar River Park Access Improvement
City of Renton
June 2005
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
60 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 (in accordance with Standard Specifications)
liquidated damages (and not as a penalty) for each such day, which shall be paid by the
Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use
of any installation provided for by this Contract shall relieve the Contractor of liability in
respect to any warranties or responsibility for faulty materials or workmanship. The Contractor
shall be under the duty to remedy any defects in the work and pay for any damage to other work
resulting therefrom which shall appear within the period of one (1) year from the date of final
` acceptance only that work listed in Group(s) none of the Summary of quantities in the Contract
Plans, i.e. the "Federal Non-participating Items," unless a longer period is specified. However,
all manufacturer's warranties or guarantees on electrical and mechanical equipment, consistent
with those provided as customary trade practice, shall be assigned to the City at the time of
project acceptance. The Contractor shall further be required to supply warranties or guarantees
providing for satisfactory in-service operation of any mechanical and electrical equipment and
related components involved in Group(s) none of the Summary of Quantities in the Contract
Plans, i.e. "Federal Participating Items" for a period not to exceed 6 months following project
1 acceptance. 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.
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.
,r
11) The total amount of this contract is the sum of # 412-r a 13 ,G>O
1 nuriBers
V i ii e k uriot;reA .5ecmA o -F Lous4K-d,_ o �dhea��Jr�l-ec� doges
which includes any required Washington State Sales Tax. Payments will be made to Contractor
as specified in the"Special Provisions" of this Contract.
Maple Valley Highway(SR 169)
Cedar River Park Access Improvement
(Ay of Renton
' lone 2005
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested
,r by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first
above-written.
CONTRACTOR CITY OF RENT N
President/Partner/Owner Mayor Kathy K e o l k e r-W h e e l e r
ATTEST
Secretary Michele Neumann , Deputy City Clerk
dba wt.3KNbk LS ��.NQ-V_4L &FP-ye-Tt0P
Firm Name
clteck one
O Individual • Partnership O Corporation Incorporated in
Attention:
.r. 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.
a
Mapie Valley Highway(SR 169)
Cedar River Park Access Irnprovement
City of Renton
June 2005
i
oti�cY o� City of Renton
Human Resources & Risk Management Department
Insurance Information Form
+. FOR:.�Je-V&I(e't yCs� Io)
PROJECT NUMBER:��- 05- 0$ STAFF CONTACT:
Certificate of Insurance indicates the coverages/limits specified in [B'Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? Dyes ❑ No
The Commercial General Liability policy form is an ISO 1993 ( 'Yes ❑ No
1 Occurrence Form or Equivalent?
(If no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* a Yes ❑ No
General Aggregate provided on a"per project basis (CG2503)?* a Yes ❑ No
' Additional Insured wording provided?* C3'Yes ❑ No
Coverage on a primary basis and non-contributing basis?* D Yes ❑ No
Waiver of Subrogation Clause applies?* [ Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? C3'Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* ayes ❑ No
*To be shown on certificate of insurance*
AM BEST'S RATING FOR CARRIER
GL #J, /f - Auto ,4 4 A Umb Professional
i This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
)3ra�-r u ok YKd d l e�9 n ::�Cc K C�►-G L ' pc..., i s
Agency/Broker Comp ted By(Type or Print Name)
o,o, 80.,r �9U. 7"�,Con,a 951 03'•
Address Completed By(Signature)
_ S-f�cy 0,(.,,4 (q I:L 5s7- 4 6 4(1
Name of pe son to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND
ATTACHED TO CERTIFICATE OF INSURANCE
t>s
Maple Valley Highway(SR 169)
Cedar River Park Access Improvement
City of Renton
June 2005
i
ENDORSEMENT 1
ncconsideration of the premium charged,it is hereby agreed and understood that Policy Numbe Se4 issued by
Insuranc Company, is amended to include the following terms and conditions as respe s Contract
C Number_Q3-Alsued by the(OWNER).
1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees,
1 subconsultants, and volunteers are included as additionally insured with regard to damages and defense of
claims arising from: (a) activities performed by or on behalf of the NAMED INSURED;or(b)products and
completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED
INSURED.
aW 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or
on behalf of the OWNER; or (b)products sold by the NAMED INSURED to the OWNER; or(c)premises
leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary
insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials,
employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED
INSURED'S scheduled underlying primary coverage. In either event, any other insurance maintained by the
OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or
volunteers shall be in excess of this insurance and shall not contribute with it.
3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not
affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other
Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same
manner as through a separate policy had been issued to each, except that nothing herein shall operate to
increase the company's liability beyond the amount or amounts for which the company would have been
liable had only one insured been named.
4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided,
canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by
certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a)
f the OWNER and(b)the CONTRACTOR.
As
5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed
with the OWNER.
6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the
above named contract for the above named OWNER.
t�11 c�S 5a ms.-a L., far rs
Date Authorized Representative '
Signature
Maple Valley I-lighway(SR 169)
Cedar River Park Access Improvement
City of Renton
Jum 2005
aw
CITY OF RENTON
CONSTRUCTION CONTRACTS
INSURANCE AND RELATED REQUIREMENTS
MINIMUM INSURANCE COVERAGES AND REQUIREMENTS
The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring
such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that
may be applicable to the(CONTRACTOR)under Contract Number (CONTRACTOR)shall assess
its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages.
Coverages
(1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include:
IPremises and Operations
• Explosion,Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense
coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
(2) Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
1 Hired Vehicles
(3) Workers'Compensation
• Statutory Benefits (Coverage A)-Show WA L&I Number
(4) Umbrella Liability
• Excess of Commercial General Liability and Automobile Liability. Coverage should be as
broad as primary.
(5) Professional Liability - (whenever the work under this Contract includes Professional Liability,
•r including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering
wrongful acts,errors and/or omissions of the(CONTRACTOR-for damage sustained by reason of or in
the course of operations under this Contract.
tr
(6) Pollution Liability - the City may require this coverage whenever work under this Contract involves
pollution risk to the environment. This coverage is to include sudden and gradual coverage for third
party liability including defense costs and completed operations.
.w
1 Maple valley Highway(SR 169)
Cedar River park Access Improvement
' City of Reoton
June 2005
0
S
i
LIMITS REQUIRED
The(CONTRACTOR)shall carry the following limits of liability as required below:
Commercial General Liabilitv
General Aggregate* $ 2,000,000
Products/Completed Operations Aggregate $ 2,000,000
Each Occurrence Limit $ 1,000,000
Personal/Advertising Injury $ 1,000,000
Fire Damage(Any One Fire) $ 50,000
Medical Payments (Any One Person) $ 5,000
Stop Gap Liability $ 1,000,000
*General Aggregate to apply per project(ISO Form CG2503 or equivalent)
Automobile Liability
Bodily Injury/Property Damage $ 1,000,000
(Each Accident)
' Workers'Compensation
Coverage A(Workers'Compensation)-Show WA L&I Number
Umbrella Liability
Each Occurrence Limit $ 1,000,000
1 General Aggregate Limit $ 1,000,000
Products/Completed Operations Aggregate $ 1,000,000
' Professional Liability(If required)
Each Occurrence/Incident/Claim $ 1,000,000
Aggregate $ 2,000,000
(The City may require the CONTRACTOR keep this policy in effect
for up to two(2)years after completion of the project)
Pollution Liability(If required) To apply on a per project basis
Per Loss $ 1,000,000
Aggregate $ 1,000,000
' Maple Valley Highway(SR 169)
Cedar River Park Access Improvement
City of Renton
June 2005
ADDITIONAL REQUIREMENTS
.+. (CONTRACTOR) shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers
as Additional Insureds (ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON
Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all
policies of insurance described above shall:
' 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried
by CITY OF RENTON.
2) Include a Waiver of Subrogation Clause.
r 3) Severability of Interest Clause(Cross Liability)
4) Policy may not be non-renewed, cancelled or materially changed or altered unless forty-five (45) days
prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF
RENTON by certified mail.
The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are
reduced for any reason, and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the
minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate
of insurance showing such coverage is in force.
The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for
two(2)years after completion of the project.
s
Maple Valky Highway(SR 169)
Cedv River Park Access Improvement
City of Renton
-- June 2005
V. CONTRACT SPECIFICATIONS CITY OF RENTON
V
REQUIRED DOCUMENTS FOR FEDERAL-AID
CONSTRUCTION CONTRACTS
t
Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
FHWA-1273 Electronic Version-March 10,1994(DOT 10/97)
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
I.General . .. . . . . .. .. .. .. .. .. . ... .. .. .. . .. .. . 6.Selection of Labor: During the performance of this
11. Nondiscrimination . . .. .. .. . . . .. .. .. . . . . . .. . . contract,the contractor shall not:a. discriminate against
111. Nonsegregated Facilities.. . . . .. .. .. . . . . . .. .. labor from any other State, possession,or territory of
IV. Payment of Predetermined Minimum Wage. .. .. . . the United States(except for employment preference
V.Statements and Payrolls. . .. .. . .. . . . . .. . . . .. . . for Appalachian contracts,when applicable,as
VI. Record of Materials,Supplies,and Labor.. . . . .. .. specified in Attachment A), or b.employ convict labor
VII. Subletting or Assigning the Contract. . .. .. . . .. .. . for any purpose within the limits of the project unless It
VIII.Safety:Accident Prevention.. . .. . . .. .. . . . . . . . is labor performed by convicts who are on parole,
IX. False Statements Concerning Highway Projects. supervised release,or probation.
X. Implementation of Clean Air Act and Federal IL NONDISCRIMINATION
Water Pollution Control Act.. . . . . . .. . . .. . . . .. . . ...
XI. Certification Regarding Debarment, Suspension, (Applicable to all Federal-aid construction contracts and
Ineligibility,and Voluntary Exclusion .. . . .. . . . .. . . .. to all related subcontracts of$10,000 or more.)
XII. Certification Regarding Use of Contract Funds for
Lobbying. . . .. .. . . . . . . . . .. . .. .. .. . . . . .. . . . . 1. Equal Employment Opportunity: Equal
employment opportunity(EEO) requirements not to
ATTACHMENTS discriminate and to take affirmative action to assure
A.Employment Preference for Appalachian Contracts equal opportunity as set forth under laws, executive
(included In Appalachian contracts only) orders, rules, regulations(28 CFR 35,29 CFR 1630
and 41 CFR 60)and orders of the Secretary of Labor
L GENERAL as modified by the provisions prescribed herein,and
imposed pursuant to 23 U.S.C. 140 shall constitute the
1.These contract provisions shall apply to all work EEO and specific affirmative action standards for the
performed on the contract by the contractor's own contractor's project activities under this contract.The
organization and with the assistance of workers under Equal Opportunity Construction Contract Specifications
the contractor's immediate superintendence and to all set forth under 41 CFR 60-4.3 and the provisions of the
work performed on the contract by piecework,station American Disabilities Act of 1990(42 U.S.C. 12101 et
work,or by subcontract. seq.)set forth under 28 CFR 35 and 29 CFR 1630 are
2. Except as otherwise provided for in each section,the incorporated by reference In this contract. In the
contractor shall insert in each subcontract all of the execution of this contract,the contractor agrees to
stipulations contained in these Required Contract comply with the following minimum specific requirement
Provisions,and further require their inclusion in any activities of EEO:
lower tier subcontract or purchase order that may in a.The contractor will work with the State highway
turn be made.The Required Contract provisions shall agency(SHA)and the Federal Government In
not be incorporated by reference in any case.The carrying out EEO obligations and in their review of
prime contractor shall be responsible for compliance by his/her activities under the contract.
any subcontractor or lower tier subcontractor with these
Required Contract Provisions. b.The contractor will accept as his operating policy
3.A breach of any of the stipulations contained in these the following statement:
Required Contract Provisions shall be sufficient "It is the policy of this Company to assure that
grounds for termination of the contract. applicants are employed,and that employees are
treated during employment, without regard to their
4.A breach of the following clauses of the Required race, religion, sex, color,national origin,age or
Contract Provisions may also be grounds for debarment disability.Such action shall Include:employment,
as provided in 29 CFR 5.12: upgrading,demotion,or transfer, recruitment or
Section I,paragraph 2; recruitment advertising;layoff or termination; rates of
pay or other forms of compensation;and selection for
Section IV, paragraphs 1,2,3,4,and 7; training,Including apprenticeship,preapprenticeship,
Section V, paragraphs 1 and 2a through 29. and/or on-the-job training."
2.EEO Officer:The contractor W III designate and
5. Disputes arising out of the labor standards provisions make known to the SHA contracting officers an EEO
of Section IV(except paragraph 5)and Section V of Officer who WIII have the responsibility for and must be
these Required Contract Provisions shall not be subject capable of effectively administering and promoting an
to the general disputes clause of this contract. Such active contractor program of EEO and who must be
disputes shall be resolved in accordance with the assigned adequate authority and responsibility to do so.
procedures of the U.S. Department of Labor(DOL)as
set forth In 29 CFR 5,6,and 7. Disputes within the 3. Dissemination of Policy:All members of the
meaning of this clause include disputes between the contractors staff who are authorized to hire,supervise,
contractor(or any of Its subcontractors)and the promote,and discharge charge employees,or who
contracting agency,the DOL,or the contractors recommend such action,or who are substantially
employees or their representatives. involved In such action,will be made fully cognizant of,
and will implement,the contractors EEO policy
I
andcontractual responsibilities to provide EEO In each including hiring, Upgrading,promotion,transfer,
grade and classification of employment.To ensure that demotion,layoff,and termination,shall be taken without
the above agreement will be met,the following actions regard to race,color, religion,sex,national origin,age
will be taken as a minimum: or disability. The following procedures shall be followed: '
a. Periodic meetings of supervisor and personnel a.The contractor will conduct periodic inspections of
office employees will be conducted before the start of project sites to insure that working conditions and
work and then not less often than once every six employee facilities do not indicate discriminatory
months,at which time the contractors EEO policy treatment of project site personnel. ,
and its implementation will be reviewed and
explained.The meetings will be conducted by the b.The contractor will periodically evaluate the spread
EEO Officer. of wages paid within each classification to determine
any evidence of discriminatory wage practices.
b.All new supervisory or personnel office employees
will be given a thorough indoctrination by the EEO c.The contractor will periodically review selected
Officer,covering all major aspects of the contractors personnel actions in depth to determine whether
EEO obligations within thirty days following their t here is evidence of discrimination.Where evidence is
reporting for duty with the contractor. found,the contractor will promptly take corrective
action. If the review indicates that the discrimination ,
c.All personnel who are engaged in direct may extend beyond the actions reviewed, such
recruitment for the project will be instructed by the corrective action shall include all affected persons.
EEO Officer in the contractors procedures for
locating and hiring minority group employees. d.The contractor will promptly investigate all
complaints of alleged discrimination made to the
d. Notices and posters setting forth the contractors contractor in connection with his obligations under
EEO policy will be placed in areas readily accessible this contract, will attempt to resolve such complaints,
to employees,applicants for employment and and will take appropriate corrective action within a
potential employees. reasonable time.If the investigation indicates that the
discrimination may affect persons other than the
e.The contractors EEO policy and the procedures to complainant, such corrective action shall include such
implement such policy will be brought to the attention other persons. Upon completion of each investigation,
of employees by means of meetings,employee the contractor will inform every complainant of all of
handbooks,or other appropriate means, his avenues of appeal.
4. Recruitment:When advertising for employees,the 6.Training and Promotion:
contractor will include in all advertisements for
employees the notation:"An Equal Opportunity a.The contractor will assist in locating,qualifying,and ,
Employer."All such advertisements will be placed in increasing the skills of minority group and women
publications having a large circulation among minority employees,and applicants for employment.
groups in the area from which the project work force
would normally be derived. b. Consistent with the contractors work force
requirements and as permissible under Federal and
a.The contractor will,unless precluded by a valid State regulations,the contractor shall make full use of
bargaining agreement,conduct systematic and direct training programs, i.e.,apprenticeship,and on-the-job
recruitment through public and private employee training programs for the geographical area of
referral sources likely to yield qualified minority group contract performance.Where feasible,25 percent of
applicants.To meet this requirement,the contractor apprentices or trainees in each occupation shall be in
will identify sources of potential minority group their first year of apprenticeship or training. In the
employees,and establish with such identified sources event a special provision for training is provided
procedures whereby minority group applicants may under this contract,this subparagraph will be
be referred to the contractor for employment superseded as indicated in the special provision.
consideration.
7.Unions: If the contractor relies in whole or in part
b. In the event the contractor has a valid bargaining upon unions as a source of employees,the contractor
agreement providing for exclusive hiring hall referrals, will use his/her best efforts to obtain the cooperation of
he is expected to observe the provisions of that such unions to increase opportunities for minority
agreement to the extent that the system permits the groups and women within the unions,and to effect
contractors compliance with EEO contract provisions. referrals by such unions of minority and female
(The DOL has held that where implementation of employees.Actions by the contractor either directly or
such agreements have the effect of discriminating through a contractors association acting as agent will
against minorities or women,or obligates the include the procedures set forth below:
contractor to do the same,such implementation a.The contractor will use best efforts to develop,in
violates Executive Order 11246,as amended.) cooperation with the unions,joint training programs
c.The contractor will encourage his present aimed toward qualifying more minority group ,
employees to refer minority group applicants for members and women for membership in the unions
employment. Information and procedures with regard and increasing the skills of minority group employees
to referring minority group applicants will be and women so that they may qualify for higher paying
discussed with employees. employment.
S.Personnel Actions:Wages,working conditions,and b.The contractor will use best efforts to incorporate
employee benefits shall be established and an EEO clause into each union agreement to the end
administered,and personnel actions of every type, that such union will be contractually bound to refer
2 '
applicants without regard to their race, color, religion, increase employment opportunities for minorities
sex, national origin,age or disability. and women;
c.The contractor is to obtain information as to the (3)The progress and efforts being made in
referral practices and policies of the labor union locating,hiring,training,qualifying,and upgrading
except that to the extent such information is within the minority and female employees;and
exclusive possession of the labor union and such (4)The progress and efforts being made in
labor union refuses to furnish such information to the securing the services of DBE subcontractors or
contractor,the contractor shall so certify to the SHA subcontractors with meaningful minority and
and shall set forth what efforts have been made to female representation among their employees.
obtain such information.
d. In the event the union is unable to provide the b.The contractors will submit an annual report to the
contractor with a reasonable flow of minority and SHA each July for the duration of the project,
women referrals within the time limit set forth in the indicating the number of minority,women,and non-
collective bargaining agreement,the contractor will, minority group employees currently engaged in each
through independent recruitment efforts,fill the work classification required by the contract work.This
employment vacancies without regard to race,color, information is to be reported on Form FHWA-1391.If
religion,sex,national origin,age or disability;making on-the job training is being required by special
full efforts to obtain qualified and/or qualifiable provision,the contractor will be required to collect and
minority group persons and women. (The DOL has report training data.
held that it shall be no excuse that the union with III.NONSEGREGATED FACILITIES
which the contractor has a collective bargaining
agreement providing for exclusive referral failed to (Applicable to all Federal-aid construction contracts and
refer minority employees.)In the event the union to all related subcontracts of$10,000 or more.)
referral practice prevents the contractor from meeting a.By submission of this bid,the execution of this
the obligations pursuant to Executive Order 11246,as contractor subcontract,or the consummation of this
amended,and these special provisions,such material supply agreement or purchase order,as
contractor shall immediately notify the SHA. appropriate,the bidder, Federalaid construction
8.Selection of Subcontractors,Procurement of contractor,subcontractor,material supplier,or vendor,
Materials and Leasing of Equipment:The contractor as appropriate,certifies that the firm does not maintain
shall not discriminate on the grounds of race,color, or provide for its employees any segregated facilities at
religion,sex,national origin,age or disability in the any of its establishments,and that the firm does not
selection and retention of subcontractors,including permit its employees to perform their services at any
procurement of materials and leases of equipment. location,under its control,where segregated facilities
are maintained.The firm agrees that a breach of this
a.The contractor shall notify all potential certification is a violation of the EEO provisions of this
subcontractors and suppliers of his/her EEO contract.The firm further certifies that no employee will
obligations under this contract. be denied access to adequate facilities on the basis of
b. Disadvantaged business enterprises(DBE),as sex or disability.
defined in 49 CFR 23,shall have equal opportunity to b.As used in this certification,the term"segregated
compete for and perform subcontracts which the facilities"means any waiting rooms,work areas,
contractor enters into pursuant to this contract.The restrooms and washrooms, restaurants and other
contractor will use his best efforts to solicit bids from eating areas,timeclocks, locker rooms,and other
and to utilize DBE subcontractors or subcontractors storage or dressing areas,parking lots,drinking
with meaningful minority group and female fountains, recreation or entertainment areas,
representation among their employees. Contractors transportation,and housing facilities provided for
shall obtain lists of DBE construction firms from SHA employees which are segregated by explicit directive,
personnel. or are,in fact,segregated on the basis of race,color,
c.The contractor will use his best efforts to ensure religion,national origin,age or disability, because of
subcontractor compliance with their EEO obligations. habit,local custom,or otherwise.The only exception
will be for the disabled when the demands for
9.Records and Reports:The contractor shall keep accessibility override(e.g.disabled parking).
such records as necessary to document compliance c.The contractor agrees that it has obtained or will
with the EEO requirements.Such records shall be obtain identical certification from proposed
retained for a period of three years following completion
of the contract work and shall be available at subcontractors or material suppliers prior to award of
reasonable times and places for inspection by subcontracts or consummation of material supply
authorized representatives of the SHA and the FHWA. agreements of$10,000 or more and that it will retain
such certifications in its files.
a.The records kept by the contractor shall document IV.PAYMENT OF PREDETERMINED MINIMUM
the following: WAGE
(1)The number of minority and non-minority group to all Federal-aid construction contracts
members and women employed in each work (Applicable classification on the project; exceeding$2,000 and to all related subcontracts,
except for projects located on roadways classified as
(2)The progress and efforts being made in local roads or rural minor collectors,which are exempt.)
cooperation with unions,when applicable,to 1.General:
3
a.All mechanics and laborers employed or working the wage rates contained in the wage ,
upon the site of the work will be paid unconditionally determination:and
and not less often than once a week and without (4)with respect to helpers,when such a
such payroll deductions as are permitted by regulations subsequent deduction or rebate any account except classification prevails in the area in which the work ,
(29 CFR 3)issued by the Secretary of Labor under the is performed.
Copeland Act(40 U.S.C.276c)J the full amounts of c. If the contractor or subcontractors,as appropriate,
wages and bona fide fringe benefits(or cash the laborers and mechanics(if known)to be employed '
equivalents thereof)due at time of payment.The in the additional classification or their representatives,
payment shall be computed at wage rates not less than and the contracting officer agree on the classification
those contained in the wage determination of the and wage rate(including the amount designated for
Secretary of Labor(hereinafter"the wage fringe benefits where appropriate),a report of the action
determination")which is attached hereto and made a taken shall be sent by the contracting officer to the
part hereof, regardless of any contractual relationship DOL,Administrator of the Wage and Hour Division,
which may be alleged to exist between the contractor or Employment Standards Administration,Washington,
its subcontractors and such laborers and mechanics. D.C.20210.The Wage and Hour Administrator,or an
The wage determination(including any additional authorized representative,will approve,modify,or ,
classifications and wage rates conformed under disapprove every additional classification action within
paragraph 2 of this Section IV and the DOL poster 30 days of receipt and so advise the contracting officer
(WH-1321)or Form FHWA-1495)shall be posted at all or will notify the contracting officer within the 30-day
times by the contractor and its subcontractors at the period that additional time is necessary.
site of the work in a prominent and accessible place
where it can be easily seen by the workers. For the d. In the event the contractor or subcontractors,as
purpose of this Section,contributions made or costs appropriate,the laborers or mechanics to be employed
reasonably anticipated for bona fide fringe benefits in the additional classification or their representatives,
under Section 1 (b)(2)of the Davis-Bacon Act(40 and the contracting officer do not agree on the ,
U.S.C.276a)on behalf of laborers or mechanics are proposed classification and wage rate(including the
considered wages paid to such laborers or mechanics, amount designated for fringe benefits,where
subject to the provisions of Section IV,paragraph 3b, appropriate),the contracting officer shall refer the
hereof. Also,for the purpose of this Section,regular questions,including the views of all interested parties
contributions made or costs incurred for more than a and the recommendation of the contracting officer,to ,
weekly period(but not less often than quarterly)under the Wage and Hour Administrator for determination.
plans,funds,or programs,which cover the particular Said Administrator,or an authorized representative,will
weekly period,are deemed to be constructively made issue a determination within 30 days of receipt and so
or incurred during such weekly period. Such laborers advise the contracting officer or will notify the ,
and mechanics shall be paid the appropriate wage rate contracting officer within the 30-day period that
and fringe benefits on the wage determination for the additional time is necessary.
classification of work actually performed,without regard
to skill,except as provided in paragraphs 4 and 5 of this e.The wage rate(including fringe benefits where
Section IV. appropriate)determined pursuantto paragraph 2c or2d '
b. Laborers or mechanics performing work in more than of this Section IV shall be paid to all workers performing
one classification may be compensated at the rate work in the additional classification from the first day on
specified for each classification for the time actually which work is performed in the classification.
worked therein,provided,that the employer's payroll 3. Payment of Fringe Benefits: ,
records accurately set forth the time spent in each
classification in which work is performed. a.Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes a
c.All rulings and interpretations of the Davis-Bacon Act fringe benefit which is not expressed as an hourly rate,
and related acts contained in 29 CFR 1,3,and 5 are the contractor or subcontractors,as appropriate,shall
herein incorporated by reference in this contract. either pay the benefit as stated in the wage
2.Classification: determination or shall pay another bona fide fringe
benefit or an hourly case equivalent thereof.
a.The SHA contracting officer shall require that any
class of laborers or mechanics employed under the b.If the contractor or subcontractor,as appropriate,
contract,which is not listed in the wage determination, does not make payments to a trustee or other third
shall be classified in conformance with the wage person,he/she may consider as a part of the wages of
determination. any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe
b.The contracting officer shall approve an additional benefits under a plan or program,provided,that the
classification,wage rate and fringe benefits only when Secretary of Labor has found,upon the written request
the following criteria have been met: of the contractor,that the applicable standards of the
Davis-Bacon Act have been met.The Secretary of
(1)the work to be performed by the additional Labor may require the contractor to set aside in a
classification requested is not performed by a separate account assets for the meeting of obligations
classificationin the wage determination; under the plan or program.
(2)the additional classification is utilized in the area 4.Apprentices and Trainees(Programs of the U.S. ,
by the construction industry; DOL)and Helpers:
(3)the proposed wage rate,including any bonafide a.Apprentices:
fringe benefits,bears a reasonable relationship to
4
(1)Apprentices will be permitted to work at less than certification by the DOL, Employment and Training
the predetermined rate for the work they performed Administration.
when they are employed pursuant to and individually
registered in a bona fide apprenticeship program e The ratio of trainees site
registered with the DOL, Employment and Training employees on the job site shall not by greater than
Administration, Bureau of Apprenticeship and Employment under the plan approved ra the
Training,or with a State apprenticeship agency Employment and Training Administration.Any helper
listed on the payroll at a trainee rate who is not
recognized by the Bureau, or if a person is employed
in his/her first 90 days of probationary employment as registered and participating in a training plan
an apprentice in such an apprenticeship program, approved by the Employment and Training
who is not individually registered in the program,but Administration shall be paid not less than the
who has been certified by the Bureau of applicable wage rate on the wage determination for
Apprenticeship and Training or a State apprenticeship the classification of work actually performed. In
)to be eligible for addition,any trainee performing work on the job site
agency(where appropriate
probationary employment ) an apprentice. in excess of the ratio permitted under the registered
program shall be paid not less than the applicable
(2)The allowable ratio of apprentices to journeyman- wage rate on the wage determination for the work
level employees on the job site in any craft actually performed.
classification shall not be greater than the ratio
permitted to the contractor as to the entire work force (3)Every trainee must be paid at not less than the
under the registered program.Any employee listed on rate specified the approved program for his/her
a payroll at an apprentice wage rate,who is not level of progress,expressed a percentage of the
registered or otherwise employed as stated above, joumeymanl hourly rate specified in the
shall be paid not less than the applicable wage rate applicable wage el determination.Trainees shall paid
listed in the wage determination for the classification fringe benefits in accordance with the provisions s of
of work actually performed. In addition,any the trainee program. If the trainee program does not
mention fringe benefits,trainees shall be paid the full
apprentice performing work on the job site in excess
amount
of the ratio permitted under the registered program fringe benefits listed on the wage
shall be paid not less than the applicable wage rate determinaa tion unless the Administrator of the Wage
on the wage determination for the work actually and Hour Division determines that there is an
performed.Where a contractor or subcontractor is apprenticeship program associated with the
performing construction on a project on a locality corresponding journeyman-level wage rate on the
other than that in which its program is registered,the wage determination which provides for less than full
r fringe benefits for apprentices,in which case such
ratios and wage rates(expressed in percentages of
the joumeyman-level hourly rate)specified in the trainees shall receive the same fringe benefits as
contractors or subcontractor's registered program apprentices.
shall be observed. (4)In the event the Employment and Training
(3)Every apprentice must be paid at not less than the Administration withdraws approval of a training
rate specified in the registered program for the program,the contractor or subcontractor will no
apprentice's level of progress,expressed as a longer be permitted to utilize trainees at less than the
percentage of the journeyman-level hourly rate applicable predetermined rate for the work performed
specified in the applicable wage determination. until an acceptable program is approved.
Apprentices shall be paid fringe benefits in c Helpers:
accordance with the provisions of the apprenticeship
program.If the apprenticeship program does not Helpers will be permitted to work on a project if the
specify fringe benefits,apprentices must be paid the helper classification is specified and defined on the
full amount of fringe benefits listed on the wage applicable wage determination or is approved pursuant
determination for the applicable classification.If the to the conformance procedure set forth in Section IV.2.
Administrator the Wage and Hour Division determines Any worker listed on a payroll at a helper wage rate,
that a different practice prevails for the applicable who is not a helper under a approved definition, shall
apprentice classification,fringes shall be paid in be paid not less than the applicable wage rate on the
accordance with that determination. wage determination for the classification of work
(4)In the event the Bureau of Apprenticeship and actually performed.
Training, or a State apprenticeship agency 5.Apprentices and Trainees(Programs of the U.S.
recognized by the Bureau, withdraws approval of an DOT):
apprenticeship program,the contractor or Apprentices and trainees working under apprenticeship
subcontractor will no longer be permitted to utilize
and skill training programs which have been certified by
apprentices at less than the applicable predetermined
the Secretary
rate for the comparable work performed by regular
employees until an acceptable program is approved. connection with h Federal-aid highway construction
Transportation as promoting EEO in
programs are not subject to the requirements of
b.Trainees: paragraph 4 of this Section IV.The straight time hourly
wage rates for apprentices and trainees under such
(1)Except as provided in 29 CFR 5.16,trainees programs will be established by the particular
willnot be permitted to work at less than the programs.The ratio of apprentices and trainees to
predetermined rate for the work performed unless journeymen shall not be greater than permitted by the
they are employed pursuant terms of the particular program.
to and individually registered in a program which has 6.Withholding:
received prior approval,evidenced by formal
5
The SHA shall upon its own action or upon written wages and liquidated damages as provided in the
request of an authorized representative of the DOL clause set forth in paragraph 8 above.
withhold,or cause to be withheld,from the contractor or V.STATEMENTS AND PAYROLLS
subcontractor under this contract or any other Federal ,
contract with the same prime contractor,or any other (Applicable to all Federal-aid construction contracts
Federally-assisted contract subject to Davis-Bacon exceeding$2,000 and to all related subcontracts,
prevailing wage requirements which is held by the except for projects located on roadways classified as
same prime contractor,as much of the accrued local roads or rural collectors,which are exempt.)
payments or advances as may be considered '
necessary to pay laborers and mechanics,including 1.Compliance with Copeland Regulations(29 CFR
apprentices,trainees,and helpers,employed by the 3):
contractor or any subcontractor the full amount of The contractor shall comply with the Copeland
wages required by the contract. In the event of failure to
pay any laborer or mechanic,including any apprentice, Regulations of the Secretary of Labor which are herein
trainee,or helper,employed or working on the site of incorporated by reference.
the work,all or part of the wages required by the 2. Payrolls and Payroll Records:
contract,the SHA contracting officer may,after written
notice to the contractor,take such action as may be a. Payrolls and basic records relating thereto shall be
necessary to cause the suspension of any further maintained by the contractor and each subcontractor
payment,advance,or guarantee of funds until such during the course of the work and preserved for a
violations have ceased. period of 3 years from the date of completion of the
contract for all laborers,mechanics,apprentices,
7.Overtime Requirements: trainees,watchmen,helpers,and guards working at
No contractor or subcontractor contracting for any part the site of the work.
of the contract work which may require or involve the b.The payroll records shall contain the name,social
employment of laborers,mechanics,watchmen,or security number,and address of each such ,
guards(including apprentices,trainees,and helpers employee;his or her correct classification; hourly
described in paragraphs 4 and 5 above)shall require or rates of wages paid(including rates of contributions
permit any laborer,mechanic,watchman, or guard in or costs anticipated for bona fide fringe benefits or
any workweek in which he/she is employed on such cash equivalent thereof the types described in
work,to work in excess of 40 hours in such workweek Section 1 (b)(2)(B)of the Davis Bacon Act);daily and
unless such laborer,mechanic,watchman,or guard weekly number of hours worked;deductions made;
receives compensation at a rate not less than one-and- and actual wages paid.In addition,for Appalachian
one-half times his/her basic rate of pay forall hours contracts,the payroll records shall contain a notation
worked in excess of 40 hours in such workweek. indicating whether the employee does,or does not, ,
S.Violation: normally reside in the labor area as defined in
Attachment A,paragraph 1.Whenever the Secretary
Liability for Unpaid Wages; Liquidated Damages:In the of Labor,pursuant to Section IV,paragraph 3b,has
event of any violation of the clause set forth in found that the wages of any laborer or mechanic ,
paragraph 7 above,the contractor and any include the amount of any costs reasonably
subcontractor responsible thereof shall be liable to the anticipated in providing benefits under a plan or
affected employee for his/her unpaid wages. In program de-scribed in Section 1 (b)(2)(B)of the Davis
addition,such contractor and subcontractor shall be Bacon Act,the contractor and each subcontractor
liable to the United States(in the case of work done shall maintain records which show that the
under contract for the District of Columbia or a territory, commitment to provide such benefits is enforceable,
to such District or to such territory)for liquidated that the plan or program is financially responsible,
damages.Such liquidated damages shall be computed that the plan or program has been communicated in
with respect to each individual laborer,mechanic, writing to the laborers or mechanics affected,and ,
watchman,or guard employed in violation of the clause show the cost anticipated or the actual cost incurred
set forth in paragraph 7,in the sum of$10 for each in providing benefits.Contractors or subcontractors
calendar day on which such employee was required or employing apprentices or trainees under approved
permitted to work in excess of the standard work week programs shall maintain written evidence of the
of 40 hours without payment of the overtime wages registration of apprentices and trainees,and ratios
required by the clause set forth in paragraph 7. and wagerates prescribed in the applicable programs.
9.Withholding for Unpaid Wages and Liquidated c. Each contractor and subcontractor shall furnish,
each week in which any contract work is performed, ,
Damages: to the SHA resident engineer a payroll of wages paid
The SHA shall upon its own action or upon written each of its employees(including apprentices,
request of any authorized representative of the DOL trainees,and helpers,described in Section IV,
withhold,or cause to be withheld,from any monies paragraphs 4 and 5,and watchmen and guards
payable on account of work performed by the contractor engaged on work during the preceding weekly payroll
or subcontractor under any such contract or any other period).The payroll submitted shall set out accurately
Federal contract with the same prime contractor,or any and completely all of the information required to be
other Federally-assisted contract subject to the maintained under paragraph 2b of this Section V.
Contract Work Hours and Safety Standards Act,which This information may be submitted in any form
is held by the same prime contractor,such sums as desired.Optional Form WH-347 is available for this
may be determined to be necessary to satisfy any purpose and may be purchased from the
liabilities of such contractor or subcontractor for unpaid Superintendent of Documents(Federal stock number
029-005-0014-11, U.S.Government Printing Office,
6 ,
Washington,D.C.20402.The prime contractor is Funds,"prior to the commencement of work under
responsible for the submission of copies of payrolls this contract.
by all subcontractors.
b. Maintain a record of the total cost of all materials
d. Each payroll submitted shall be accompanied by a and supplies purchased for and incorporated in the
"Statement of Compliance,"signed by the contractor work, and also of the quantities of those specific
or subcontractor or his/her agent who pays or materials and supplies listed on Form FHWA-47,and
supervises the payment of the persons employed in the units shown on Form FHWA-47.c. Fumish,
under the contract and shall certify the following: upon the completion of the contract,to the SHA
resident engineer on Form FHWA-47 together with
(1)that the payroll for the payroll period contains the data required in paragraph 1 b relative to
the information required to be maintained under materials and supplies,a final labor summary of all
paragraph 2b of this Section V and that such contract work indicating the total hours worked and
information is correct and complete; the total amount earned.
(2)that such laborer or mechanic(including each 2.At the prime contractor's option,either a single report
helper,apprentice,and trainee)employed on the covering all contract work or separate reports for the
contract during the payroll period has been paid the contractor and for each subcontract shall be submitted.
full weekly wages earned,without rebate,either
directly or indirectly,and that no deductions have VII.SUBLETTING OR ASSIGNING THE CONTRACT
been made either directly or indirectly from the full
wages earned,other than permissible deductions 1.The contractor shall perform with its own
as set forth in the Regulations,29 CFR 3;(3)that organization contract work amounting to not less than
each laborer or mechanic has been paid not less 30 percent(or a greater percentage if specified
that the applicable wage rate and fringe benefits or elsewhere in the contract)of the total original contract
cash equivalent for the classification of worked price,excluding any specialty items designated by the
performed,as specified in the applicable wage State. Specialty items may be performed by
determination incorporated into the contract. subcontract and the amount of any such specialty items
per-formed may be deducted from the total original
e.The weekly submission of a properly executed contract price before computing the amount of work
certification set forth on the reverse side of Optional required to be performed by the contractor's own
Form WH-347 shall satisfy the requirement for organization(23 CFR 635).
submission of the"Statement of Compliance"
= required by paragraph 2d of this Section V. a."Its own organization"shall be construed to include
only workers employed and paid directly by the prime
f.The falsification of any of the above certifications contractor and equipment owned or rented by the
may subject the contractor to civil or criminal prime contractor,with or without operators.Such term
prosecution under 18 U.S.C. 1001 and 31 U.S.C. does not include employees or equipment of a
231. subcontractor,assignee,or agent of the prime
contractor.
g.The contractor or subcontractor shall make the
records required under paragraph 2b of this Section V b."Specialty Items"shall be construed to be limited to
available for inspection,copying,or transcription by work that requires highly specialized knowledge,
authorized representatives of the SHA,the FHWA,or abilities,or equipment not ordinarily available in the
the DOL,and shall permit such representatives to type of contracting organizations qualified and
interview employees during working hours on the job. expected to bid on the contract as a whole and in
If the contractor or subcontractor fails to submit the general are to be limited to minor components of the
required records or to make them available,the SHA, overall contract.
the FHWA,the DOL,or all may,after written notice to
the contractor, sponsor,applicant,or owner,take 2.The contract amount upon which the requirements
set forth in paragraph 1 of Section VII f computed
such actions as may be necessary to cause the includes the cost
suspension of any further payment,advance,or material and manufactured
guarantee of funds.Furthermore,failure to submit the products which are a to be purchased or produced by the
contractor under the contract provisions.
required records upon request or to make such
records available may be grounds for debarment 3.The contractor shall furnish(a)a competent
action pursuant to 29 CFR 5.12. superintendent or supervisor who is employed by the
VI.RECORD OF MATERIALS,SUPPLIES,AND firm,has full authority to direct performance of the work
LABOR in accordance with the contract requirements,and is in
charge of all construction operations(regardless of who
1.On all Federal-aid contracts on the National Highway performs the work)and(b)such other of its own
System,except those which provide solely for the organizational resources(supervision,management,
installation of protective devices at railroad grade and engineering services)as the SHA contracting
crossings,those which are constructed on a force officer determines is necessary to assure the
account or direct labor basis,highway beautification performance of the contract.
contracts,and contracts for which the total final 4. No portion of the contract shall be sublet,assigned or
construction cost for roadway and bridge is less than
$1,000,000(23 CFR 635)the contractor shall: otherwise disposed of except with the written consent of
the SHA contracting officer,or authorized
a. Become familiar with the list of specific materials representative,and such consent when given shall not
and supplies contained in Form FHWA-47, be construed to relieve the contractor of any
"Statement of Materials and Labor Used by responsibility for the fulfillment of the contract.Written
Contractor of Highway Construction Involving Federal consent will be given only after the SHA has assured
7
that each subcontract is evidenced in writing and that it related project submitted for approval to the Secretary '
contains all pertinent provisions and requirements of of Transportation;or
the prime contract.
Whoever knowingly makes any false statement, false
VIII.SAFETY:ACCIDENT PREVENTION representation, false report or false claim with respect
to the character, quality, quantity, or cost of any work
1. In the performance of this contract the contractor performed or to be performed, or materials fumished or
shall comply with all applicable Federal,State,and local to be fumished, in connection with the construction of
laws governing safety,health,and sanitation(23 CFR any highway or related project approved by the '
635).The contractor shall provide all safeguards,safety Secretary of Transportation;or
devices and protective equipment and take any other
needed actions as it determines,or as the SHA Whoever knowingly makes any false statement or false
contracting officer may determine,to be reasonably representation as to material fact in any statement,
necessary to protect the life and health of employees certificate, or report submitted pursuant to provisions of
on the job and the safety of the public and to protect the Federal-aid Roads Act approved July/, 1916, (39
property in connection with the performance of the work Stat 355),as amended andsupplemented;
covered by the contract. Shall be fined not more than$10,000 or imprisoned not
2. It is a condition of this contract,and shall be made a more than 5 years or both."
condition of each subcontract,which the contractor X.IMPLEMENTATION OF CLEAN AIR ACT AND
enters into pursuant to this contract,that the contractor FEDERAL WATER POLLUTION CONTROL ACT
and any subcontractor shall not permit any employee,
in performance of the contract,to work in surroundings (Applicable to all Federal-aid construction contracts and
or under conditions which are unsanitary, hazardous or to all related subcontracts of$100,000 or more.)
dangerous to his/her health or safety,as determined
under construction safety and health standards(29 By submission of this bid or the execution of this
CFR 1926)promulgated by the Secretary of Labor,in contract,or subcontract,as appropriate,the bidder,
accordance with Section 107 of the Contract Work Federal-aid construction contractor,or subcontractor,
Hours and Safety Standards Act(40 U.S.C.333). as appropriate,will be deemed to have stipulated as
follows:
3. Pursuant to 29 CFR 1926.3,it is a condition of this
contract that the Secretary of Labor or authorized 1.That any facility that is or will be utilized in the ,
representative thereof,shall have right of entry to any performance of this contract,unless such contract is
site of contract performance to inspect or investigate exempt under the Clean Air Act,as amended(42
the matter of compliance with the construction safety U.S.C. 1857 at seq.,as amended by Pub.L.91-604),
and health standards and to carry out the duties of the and under the Federal Water Pollution Control Act,as
Secretary under Section 107 of the Contract Work amended(33 U.S.C. 1251 at seq.,as amended by
Hours and Safety Standards Act(40 U.S.C.333). Pub.L.92-500), Executive Order 11738,and
regulations in implementation thereof(40 CFR 15)is
IX. FALSE STATEMENTS CONCERNING HIGHWAY not listed,on the date of contract award,on the U.S.
PROJECTS Environmental Protection Agency(EPA)List of
In order to assure high quality and durable construction Violating Facilities pursuant to 40 CFR 15.20.
in conformity with approved plans and specifications 2.That the firm agrees to comply and remain in
and a high degree of reliability on statements and compliance with all the requirements of Section 1 14 of
representations made by engineers,contractors, the Clean Air Act and Section 308 of the Federal Water '
suppliers,and workers on Federal-aid highway projects, Pollution Control Act and all regulations and guidelines
it is essential that all persons concerned with the project listed thereunder.
perform their functions as carefully,thoroughly,and
honestly as possible.Willful falsification,distortion,or 3.That the firm shall promptly notify the SHA of the
misrepresentation with respect to any facts related to receipt of any communication from the Director,Office
the project is a violation of Federal law.To prevent any of Federal Activities, EPA,indicating that a facility that
misunderstanding regarding the seriousness of these is or will be utilized for the contract is under
and similar acts,the following notice shall be posted on consideration to be listed on the EPA List of Violating
each Federal-aid highway project(23 CFR 635)in one Facilities. ,
or more places where it is readily available to all
persons concerned with the project: 4.That the firm agrees to include or cause to be
included the requirements of paragraph 1 through 4 of
NOTICE TO ALL PERSONNEL ENGAGED ON this Section X in every nonexempt subcontract,and
FEDERAL-AID HIGHWAY PROJECTS further agrees to take such action as the government
18 U.S.C. 1020 reads as follows: may direct as a means of enforcing such requirements.
XI.CERTIFICATION REGARDING DEBARMENT,
"Whoever,being an officer,agent, or employee of the SUSPENSION,INELIGIBILITY AND VOLUNTARY
United States,or of any State or Territory, or whoever, EXCLUSION
whether a person, association, firm, or corporation,
knowingly makes any false statement, false 1. Instructions for Certification-Primary Covered
representation,or false report as to die character, Transactions:
quality, quantity, or cost of the material used or to be '
used, or the quantity or quality of the work performed or (Applicable to all Federal-aid contracts-49 CFR 29)
to be performed, or the cost thereof in connection with a. By signing and submitting this proposal,the
the submission of plans, maps,specifications, prospective primary participant is providing the
contracts, or costs of construction on any highway or certification set out below. ,
8
b.The inability of a person to provide the certification Procurement or Nonprocurement Programs"
set out below will not necessarily result in denial of (Nonprocurement List)which is compiled by the
participation in this covered transaction.The General Services Administration.
prospective participant shall submit an explanation of
why it cannot provide the certification set out below. i. Nothing contained in the foregoing shall be
The certification or explanation will be considered in construed to require establishment a system of
connection with the department or agency's records in order to render in good faith the
certification required by this clause.The knowledge
determination whether to enter into this transaction.
and information to
However,failure of the prospective primary exceed that which h participant is not required a
participant to fumish a certification or an explanation normally possessed
shall disqualify such a person from participation in prudent person in the ordinary course of business
a
dealings.
this transaction.
c.The certification in this clause is a material j. Except for transactions authorized under paragraph
representation of fact upon which reliance was placed f of these instructions,if a participant in a covered
when the department or agency determined to enter transaction knowingly enters into a lower tier covered
into this transaction. If it is later determined that the transaction with a person who is suspended,
prospective primary participant knowingly rendered debarred, ineligible,or voluntarily excluded from
an erroneous certification,in addition to other participation in this transaction,in addition to other
remedies available to the Federal Government,the remedies available to the Federal Government,the
departmentor agency may terminate this transaction depart-mentor agency may terminate this transaction
for cause of default. for cause or default.
++t f
d.The prospective primary participant shall provide
immediate written notice to the department or agency Certification Regarding Debarment,Suspension,
to whom this proposal is submitted if any time the Ineligibility and Voluntary Exclusion-Primary
prospective primary participant learns that its Covered Transactions
certification was erroneous when submitted or has
become erroneous by reason of changed 1.The prospective primary participant certifies its
circumstances. knowledge and belief,that it and its principals: to the
best of its knowledge and belief,that is and its
e.The terns"covered transaction,""debarred," principals:
"suspended,""ineligible,""lower tier covered
transaction,""participant,""person,""primary covered a.Are not presently debarred, suspended, proposed
transaction,""principal,""proposal,"and`voluntarily for debarment,declared ineligible,or voluntarily
excluded,"as used in this clause, have the meanings excluded from covered transactions by any Federal
set out in the Definitions and Coverage sections of department or agency;
rules implementing Executive Order 12549.You may
contact the department or agency to which this b. Have not within a 3-year period preceding this
proposal been convicted of or had a civil judgement
proposal is submitted for assistance in obtaining a
copy of those regulations. rendered against them for commission of fraud or a
criminal offense in connection with obtaining,
f.The prospective primary participant agrees by attempting to obtain,or performing a public(Federal,
submitting this proposal that,should the proposed State or local)transaction or contract under a public
covered transaction be entered into,it shall not transaction;violation of Federal or State antitrust
knowingly enter into any lower tier covered statutes or commission of embezzlement,theft,
transaction with a person who is debarred, forgery,bribery,falsification or destruction of records,
suspended,declared ineligible,or voluntarily making false statements,or receiving stolen property;
excluded from participation in this covered c.Are not presently indicted for or otherwise
transaction,unless authorized by the department or criminally or civilly charged by a govern mental entity
agency entering into this transaction.
(Federal, State or local)with commission of any of the
g.The prospective primary participant further agrees offenses enumerated in paragraph 1 b of this
by submitting this proposal that it will include the certification;and
clause titled"Certification Regarding Debarment,
Suspension,Ineligibility and Voluntary Exclusion- d. Have not within a 3 year period preceding this
Lower Tier Covered Transaction,"provided by the transactions(Feder had one r l more public
department or agency entering into this covered transactions(Federal,State or local)terminated for
transaction,without modification,in all lower tier cause or default.
covered transactions and in all solicitations for lower 2.Where the prospective primary participant is unable
tier covered transactions, to certify to any of the statements in this certification,
h. A participant in a covered transaction may rely such prospective participant shall attach an explanation
upon a certification of a prospective participant in a to this proposal.
lower tier covered transaction that is not debarred, ++•+
suspended,ineligible,or voluntarily excluded from the
covered transaction, unless it knows that the 2.Instructions for Certification-Lower Tier
certification is erroneous.A participant may decide Covered Transactions:
the method and frequency by which it determines the (Applicable to all subcontracts,purchase orders and
eligibility of its principals. Each participant may, but is other lower tier transactions of$25,000 or more-49
not required to,check the nonprocurement portion of CFR 29)
the"Lists of Parties Excluded From Federal
9
a. By signing and submitting this proposal,the remedies available to the Federal Government,the '
prospective lower tier is providing the certification set department or agency with which this transaction
out below. originated may pursue available remedies,including
,
b.The certification in this clause is a material suspension and/or debarment.
representation of fact upon which reliance was placed
when this transaction was entered into. If it is later
determined that the prospective lower tier participant Certification Regarding Debarment Suspension,
knowingly rendered an erroneous certification, in Ineligibility Voluntary Exclusion—Lower Tier
addition to other remedies available to the Federal Covered Transactions:and
Government,the department,or agency with which 1.The prospective lower ter participant certifies,by
this transaction originated may pursue available submission of this proposal,that neither it nor its
remedies,including suspension and/or debarment. principals is presently debarred,suspended,proposed
c.The prospective lower tier participant shall provide for debarment,declared ineligible,or voluntarily
immediate written notice to the person to which this excluded from participation in this transaction by any
proposal is submitted if at any time the prospective Federal department or agency.
lower tier participant learns that its certification was 2.Where the prospective lower tier participant is unable ,
erroneous by reason of changed circumstances. to certify to any of the statements in this certification,
d.The terms"covered transaction,""debarred," such prospective participant shall attach an explanation
"suspended,""ineligible,""primary covered to this proposal.
transaction,""participant,""person,""principal," *..*• '
"proposal,"and"voluntarily excluded,"as used in this
clause,have the meanings set out in the Definitions XII.CERTIFICATION REGARDING USE OF
and Coverage sections of rules implementing CONTRACT FUNDS FOR LOBBYING
Executive Order 12549.You may contact the person (Applicable to all Federal-aid construction contracts and ,
to which this proposal is submitted for assistance in to all related subcontracts which exceed$100,000-49
obtaining a copy of those regulations. CFR 20)
e.The prospective lower tier participant agrees by 1.The prospective participant certifies,by signing and
submitting this proposal that,should the proposed ,
covered transaction be entered into, it shall not submitting this bid or proposal,to the best of his or her
knowingly enter into any lower tier covered knowledge and belief,that:
transaction with a person who is debarred, a. No Federal appropriated funds have been paid or
suspended,declared ineligible,orvoluntarily will be paid,by or on behalf of the undersigned,to '
excluded from participation in this covered any person for influencing or attempting to influence
transaction,unless authorized by the department or an officer or employee of any Federal agency,a
agency with which this transaction originated. Member of Congress,an officer or employee of
f.The prospective lower tier participant further Congress,or an employee of a Member of Congress ,
agrees by submitting this proposal that it will include in connection with the awarding of any Federal
this clause titled"Certification Regarding Debarment, contract,the making of any Federal grant,the making
Suspension,Ineligibility and Voluntary Exclusion- of any Federal loan,the entering into of any
Lower Tier Covered Transaction,"without cooperative agreement,and the extension,
modification,in all lower tier covered transactions and continuation, renewal,amendment,or modification of '
in all solicitations for lower tier covered transactions. any Federal contract,grant, loan,or cooperative
agreement.
g.A participant in a covered transaction may rely b.If any funds other than Federal appropriated funds
upon a certification of a prospective participant in a
lower tier covered transaction that is not debarred, have been paid or will be paid to any person for
suspended,ineligible,or voluntarily excluded from the influencing or attempting to influence an officer or
covered transaction,unless it knows that the employee of any Federal agency,a Member of
certification is erroneous.A participant may decide Congress,an officer or employee of Congress,or an
the method and frequency by which it determines the employee of a Member of Congress in connection
eligibility of its principals. Each participant may, but is with this Federal contract,grant,loan,or cooperative
not required to,check the Nonprocurement List. agreement,the undersigned shall complete and
submit Standard Form-LLL,"Disclosure Form to
h. Nothing contained in the foregoing shall be Report Lobbying,"in accordance with its instructions.
construed to require establishment of a system of
records in order to render in good faith the 2.This certification is a material representation of fact
certification required by this clause.The knowledge upon which reliance was placed when this transaction
and information of participant is not required to was made or entered into.Submission of this
exceed that which is normally possessed by a certification is a prerequisite for making or entering into
prudent person in the ordinary course of business this transaction imposed by 31 U.S.C. 1352.Any
dealings. person who fails to file the required certification shall
besubject to a civil penalty of not less than $10,000 and
i.Except for transactions authorized under paragraph not more than$100,000 for each such failure.
e of these instructions,if a participant in a covered
transaction knowingly enters into a lower tier covered 3.The prospective participant also agrees submitting
his t her bid or proposal that he or she shalll l require
transaction with a person who is suspended,
debarred,ineligible,or voluntarily excluded from that the language of this certification $included in all
participation in this transaction,in addition to other lower tier subcontracts,which exceed$100,000 and ,
10
that all such recipients shall certify and disclose subcontract for work which is,or reasonably may be,
accordingly. done as on-site work.
ATTACHMENT A-EMPLOYMENT PREFERENCE
FOR APPALACHIAN CONTRACTS
(Applicable to Appalachian contracts only.)
1. During the performance of this contract,the
contractor undertaking to do work which is,or
reasonably may be,done as on-site work, shall give
preference to qualified persons who regularly reside in
the labor area as designated by the DOL wherein the
contract work is situated,or the subregion,or the
Appalachian counties of the State wherein the contract
work is situated,except:
a. To the extent that qualified persons regularly
residing in the area are not available.
b. For the reasonable needs of the contractor to
employ supervisory or specially experienced
personnel necessary to assure an efficient execution
of the contract work.
c. For the obligation of the contractor to offer
employment to present or former employees as the
result of a lawful collective bargaining contract,
provided that the number of nonresident persons
employed under this subparagraph 1 c shall not
exceed 20 percent of the total number of employees
employed by the contractor on the contract work,
except as provided in subparagraph 4 below.
2.The contractor shall place a job order with the State
Employment Service indicating(a)the classifications of
the laborers,mechanics and other employees required
to perform the contract work, (b)the number of
employees required in each classification, (c)the date
on which he estimates such employees will be required,
and(d)any other pertinent information required by the
State Employment Service to complete the job order
form.The job order may be placed with the State
Employment Service in writing or by telephone. If during
the course of the contract work,the information
submitted by the contractor in the original job order is
substantially modified, he shall promptly notify the State
Employment Service.
3.The contractor shall give full consideration to all
qualified job applicants referred to him by the State
Employment Service.The contractor is not required to
grant employment to any job applicants who,in his
opinion,are not qualified to perform the classification of
work required.
4. If,within 1 week following the placing of a job order
by the contractor with the State Employment Service,
the State Employment Service is unable to refer any
qualified job applicants to the contractor,or less than
the number requested,the State Employment Service
will forward a certificate to the contractor indicating the
unavailability of applicants.Such certificate shall be
made a part of the contractor's permanent project
records. Upon receipt of this certificate,the contractor
may employ persons who do not normally reside in the
labor area to fill positions covered by the certificate,
notwithstanding the provisions of subparagraph 1 c
above.
S.The contractor shall include the provisions of
Sections 1 through 4 of this Attachment A in every
11
1
1
1
1
1
1
1
1
1 '
1
1
1
1
1
1 '
1
V. CONTRACT SPECIFICATIONS CITY OF RENTON
x
VI
CONTRACT SPECIFICATIONS
Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
i
TABLE OF CONTENTS
iINTRODUCTION........................................................................................................................................ 1
AMENDMENTS TO THE STANDARD SPECIFICATIONS................................................................. I
SECTION 1-07: LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.................... l
1-07.11(10)B: Required Records and Retention.................................................................................. 1
1-07.13(4): Repair of Damage............................................................................................................. 1
1-07.16(l): Private/Public Property 2
SECTION 1-09: MEASUREMENT AND PAYMENT............................................................................3
1-09.6: FORCE ACCOUNT...........................................................................................................................3
1-09.7: MOBILIZATION. '3
SECTION 1-10: TEMPORARY TRAFFIC CONTROL.........................................................................3
1-10.1: GENERAL.......................................................................................................................................3
1-10.1(1): Materials................ "3
.......................................................................................................""
1-10.1(2): Description.........................................................................................................................3
' 1-10.2: TRAFFIC CONTROL MANAGEMENT................................................................................................
1-10.2(1): General...................... ............... 5
..........................................................................................
1-10.2(1)A: Traffic Control Management............................................................................................ 5
' 1-10.2(1)B: Traffic Control Supervisor............................................................................................... 6
1-10.2(2): Traffic Control Plans........ "' 7
1-10.2(3): Conformance to Established Standards..............................................................................8
1-10.3: TRAFFIC CONTROL LABOR,PROCEDURES AND DEVICES...............................................................9
1-10.3(1): Traffic Control Labor....................................................................................................... 10
1-10.3(1)A: Flaggers and Spotters.................................................................................................... 10
1-10.3(1)B: Other Traffic Control Labor........................................................................................... 10
1-10.3(2): Traffic Control Procedures.............................................................................:................. 11
1-10.3(2)A: One-Way Traffic Control................................................................................................. 11
1-10.3(2)B: Rolling Slowdown........................................................................................................... 11
1-10.3(2)C: Lane Closure Setupl Takedown....................................................................................... 12
1-10.3(2)D: Mobile Operations......................................................................................................... 12
i 1-10.3(2)E: Patrol&Maintain Traffic Control Measures................................................................ 13
1-10.3(3): Traffic Control Devices.................................................................................................... 13
1-10.3(3)A: Construction Signs......................................................................................................... 13
1-10.3(3)B: Sequential Arrow Signs.................................................................................................. 14
dw
1-10.3(3)C: Portable Changeable Message Sign........................................................................... ... 4
1-10.3(3)D: Barricades...................................................................................................................... 14
1-10.3(3)E: Traffic Safety Drums...................................................................................................... 15
1-10.3(3)F. Barrier Drums................................................................................................................ 15
1-10.3(3)G: Traffic Cones.................................................................................................................. 16
1-10.3(3)H: Tubular Markers............................................................................................................ 16
rr
1-10.3(3)1: Warning Lights and Flashers.......................................................................................... 16
1-10.3(3)J.• Truck-Mounted Attenuator.............................................................................................. 17
1-10.4: MEASUREMENT........................................................................................................................... 17
1-10.4(1): Lump Sum Bid for Project(No Unit I tems).......................................................................
1-10.4(2): Item Bids with Lump Sum for Incidentals......................................................................... 17
1-10.4(3): Reinstating Unit Items with Lump Sum Traffic Control.................................................... 19
1-10.4(4): Owner-Provided Resources.............................................................................................. 19
u„ 1-10.5: PAYMENT.................................................................................................................................... 19
1-10.5(1): Lump Sum Bid for Project(No Unit Items)....................................................................... 19
1-10.5(2): Item Bids with Lump Sum for Incidentals......................................................................... 19
1
r
r
1-10.5(3): Reinstating Unit Items with Lump Sum Traffic Control.................................................... 21
rIf
SECTION 2-02: REMOVAL OF STRUCTURES AND OBSTRUCTIONS.......................................22
2-02.3(3): Removal of Pavement, Sidewalks, and Curbs...................................................................22
2-02.5: PAYMENT....................................................................................................................................22
SECTION 2-03: ROADWAY EXCAVATION AND EMBANKMENT...............................................22
2-03.3(14)D: Compaction and Moisture Control Tests..................................................................... 22 1
SECTION 2-09: STRUCTURE EXCAVATION....................................................................................23
2-09.3(1)E: Backfilling.................................................................................................................... 23
2-09.4: MEASUREMENT...........................................................................................................................23
SECTION 2-10: DITCH EXCAVATION...............................................................................................23
2-10.1: DESCRIPTION...............................................................................................................................23 '
SECTION 4-04: BALLAST AND CRUSHED SURFACING...............................................................23
4-04.3(5): Shaping and Compact ion..................................................................................................23 '
SECTION 5-04: HOT MIX ASPHALT...................................................................................................23
5-04.3(7)A: Mix Design.....................................................................................................................23 ,
5-04.3(8)A: Acceptance Sampling and Testing-HAM Mixture........................................................24
5-04.3(13): Surface Smoothness........................................................................................................25
5-04.4: MEASUREMENT...........................................................................................................................25
SECTION 6-02: CONCRETE STRUCTURES......................................................................................25
6-02.2: MATERIALS.............•...................................................................................................................25
6-01.3(2): Proportioning Materials...................................................................................................25 '
6-02.3(2)A: Contractor Mir Design...................................................................................................26
6-02.3(4): Ready-Mix Concrete.........................................................................................................26
6-02.3(4)A: Qualification of Concrete Suppliers...............................................................................26'
6-02.3(5)A: General.............
6-02.3(5)C: Conformance to Mix Design..........................................................................................27
6-02.3(6)A: Weather and Temperature Limits to Protect Concrete...................................................28
6-02.3(17)x: Concrete Forms on Steel Spans....................................................................................29
6-02.3(17)0: Early Concrete Test Cylinder Breaks..........................................................................29
6-02.3(19)A: Elastomeric Bearing Pads............................................................................................ 30
6-02.3(19)B: Bridge Bearing Assemblies........................................................................................... 30
6-02.3(20): Grout for Anchor Bolts and Bridge Bearings.................................................................30
6-02.3(21): Drainage of Box Girder Cells......................................................................................... 30
6-02.3(22): Drainage of Substructure................................................................................................30
6-02.3(24)C. Placing and Fastening................................................................................................. 30
6-02.3(24)E. Welding Reinforcing Steel............................................................................................ 30
6-02.3(25): Prestressed Concrete Girders.........................................................................................31
6-02.3(25)A: Shop Plans.................................................................................................................... 34
6-02.3(25)B: Casting..
6-02.3(25)C. Prestressing.................................................................................................................. 35
6-02.3(25)D: Curing..........................................................................................................................35
6-02.3(25)E: Contractors Control Strength.......................................................................................35 '
6-02.3(25)F.• Prestress Release.......................................................................................................... 36
6-02.3(25)G: Protection of Exposed Reinforcement..........................................................................37
6-02.3(25)H. Finishing......................................................................................................................37
6-02.3(25)1• Fabrication Tolerances................................................................................................. 37
6-02.3(25)J.• Horizontal Alignment.................................................................................................... 38
6-02.3(25)L: Handling and Storage...................................................................................................38
6-02.3(25)M.• Shipping....................................................................... ...39
.............................................
11
6-02.3(25)N. Prestressed Concrete Girder Erection......................................................................... 41
6-02.3(25)0: Deck Bulb Tee Girder Flange Connection................................................................... 42
6-02.3(26): Cast-in-Place Prestressed Concrete............................................................................... 42
6-02.3(26)C: Bearing Type Anchorages............................................................................................ 42
6-02.3(26)H: Grouting .................................................................... 42
...................................
6-02.3(27): Concrete for Precast Units............................................................................................. 43
SECTION6-03: STEEL STRUCTURES................................................................................................43
6-03.3(14): Edge Finishing................................................................................................................ 43
6-03.3(33): Bolted Connections......................................................................................................... 43
6-03.3(39): Swinging the Span........................................................................................................... 44
SECTION6-07: PAINTING.....................................................................................................................
6-07.3(2)A: Bridge Cleaning........... ............................................................................................... 44
SECTION 6-10: CONCRETE BARRIER...........................................................................
....................44
6-10.2: MATERIALS ..............................................................44
6-10.3: CONSTRUCTION REQUIREMENTS.................................................................................................44
6-10.3(2): Cast-in-Place Concrete Barrier........................................................................................ 45
...............................................................
6-10.4: MEASUREMENT ............................................................45
6-10.5: PAYMENT....................................................................................................................................45
SECTION 6-11: REINFORCED CONCRETE WALLS. 46
6-11.1: DESCRIPTION...............................................................................................................................46
6-11.2: MATERIALS.................................................................................................................................46
.....................................................................
6-11.3: CONSTRUCTION REQUIREMENTS ............................46
6-11.3(1): Submittals.........................................................................................................................46
6-11.3(2): Excavation and Foundation Preparation......................................................................... 47
r. 6-11.3(3): Precast Concrete Wall Stem Panel s..................................................................................47
6-11.3(4): Cast-in-Place Concrete Construction...............................................................................49
6-11.3(5): Backfill, Weepholes and Gutters....................................................................................... 49
6-11.3(6): Traffic Barrier and Pedestrian Barrier............................................................................ 49
6-11.4: MEASUREMENT ...................
6-11.5: PAYMENT ...............50
.....................................................................................................................
r
SECTION 6-13: STRUCTURAL EARTH WALLS...............................................................................50
6-13.1: DESCRIPTION...............................................................................................................................5
6-13.2: MATERIALS.................................................................................................................................50
6-13.3: CONSTRUCTION REQUIREMENTS ...."""""""
6-13.3(1): Quality Assurance............................................................................................................. 51
6-13.3(2): Submittals ............................................................................. 52
6-13.3(3): Excavation and Foundation Preparation......................................................................... 55
n,. 6-13.3(4): Precast Concrete Facing Panel and Concrete Block Fabrication.................................... 55
6-13.3(5): Precast Concrete Facing Panel and Concrete Block Erection.........................................57
6-13.3(6): Welded Wire Faced Structural Earth Wall Erection........................................................58
6-13.3(7): Backfill.............................................................................................................................. 58
6-13.3(8): Guardrail Pl acement........................................................................................................ 60
6-13.3(9): SEW Traffic Barrier and SEW Pedestrian Barrier........................................................... 60
6-13.4: MEASUREMENT...........................................................................................................................60
,. 6-13.5: PAYMENT....................................................................................................................................61
SECTION 7-05: MANHOLES,INLETS,CATCH BASINS,AND DRYWELLS...............................61
7-05.5: PAYMENT....................................................................................................................................61
r
SECTION 7-12: VALVES FOR WATER MAINS.................................................................................62
7-12.3: CONSTRUCTION REQUIREMENTS.................................................................................................62
111
r
SECTION 7-15: SERVICE CONNECTIONS........................................................................................62 '
7-15.3: CONSTRUCTION REQUIREMENTS
:...........................................................................62
SECTION 7-17: SANITARY SEWERS..................................................................................................62 '
7-17.3(2)B: 'Exfiltration Test........................................................... 62
7-17.3(2)C: Infiltration Test............................................................................................................... 62
7-17.3(2)E: Low Pressure Air Test for Sanitary Sewers Constructed ofAir Permeable Materials... 62 '
SECTION 8-01: EROSION CONTROL AND WATER POLLUTION CONTROL..........................62
8-01.3(1)B: Erosion and Sediment Control(ESC)Lead.................................................................... 62 !
SECTION 8-04: CURBS,GUTTERS,AND SPILLWAYS...................................................................63 At
8-04.3(1)A: Extruded Cement Concrete Curb................................................................................... 63
SECTION 8-12: CHAIN LINK FENCE AND WIRE FENCE..............................................................64
8-12.3(1)A: Posts............................................................................................................................... 64
SECTION 8-14: CEMENT CONCRETE SIDEWALKS......................................................................64 '
8-14.3(3): Placing and Finishing Concrete....................................................................................... 64
8-14.3(5): Ramp Detectable Warning Retrofit................................................................................... 64
8-14.4: MEASUREMENT...........................................................................................................................65 ,
8-14.5: PAYMENT........................................................................................................... .............65
SECTION 8-20: ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL............65
8-20.3(5): Conduit............................................................................................................................. 65
8-20.3(6): Junction Boxes, Cable Vaults, and Pull Boxes................................................................. 65
8-20.3(9): Bonding, Grounding......................................................................................................... 65
8-20.3(11): Testing..................................................................................................... ................ 66
SECTION 8-22: PAVEMENT MARKING.............................................................................................66
8-22.1: DESCRIPTION...............................................................................................................................66 '
8-22.3(2): Preparation of Roadway Surfaces.................................................................................... 67
8-22.3(3): Marking Application......................................................................................................... 68
8-22.4: MEASUREMENT...........................................................................................................................69
8-22.5: PAYMENT....................................................................................................................................69
SECTION 9-01: PORTLAND CEMENT................................................................................................70
9-01.2(1): Portland Cement............................................................................................................... 70 ,
9-01.2(4): Blended Hydraulic Cement............................................................................................... 70
SECTION 9-02: BITUMINOUS MATERIALS.....................................................................................71
9-02.1(3): Rapid-Curing(RC)Liquid Asphalt................................................................................... 71
9-02.1(4)A: Performance Graded Asphalt Binder.................................. .. 71
.........................................
SECTION9-03: AGGREGATES............................................................................................................72
9-03.1(4)C. Grading......................................................................................................................... 72 al
9-03.8(2): HAM Test Requirements................................................................................................... 72
9-03.12(4): Gravel Backfill for Drains............................................................ ......... 72
.........................
9-03.12(5): Gravel Backfll for Drywell s................................................
9-03.14: BORROW...................
9-03.14(1): Gravel Borrow.................................................................................. ......... 73
9-03.14(4): Gravel Borrow for Geosynthetic Retaining Wall............................................................ 73
9-03.21(2): Recycled Hot Mix Asphalt............................................................................................... 73
SECTION 9-04: JOINT AND CRACK SEALING MATERIALS.......................................................73
iv
.I
9-04.2(2): Poured Rubber Joint Sealer.............................................................................................. 73
SECTION 9-05: DRAINAGE STRUCTURES,CULVERTS,AND CONDUI TS...............................73
9-05.4(3): Protective Treatment......................................................................................................... 73
9-05.4(4): Asphalt Coatings and Paved I nverts................................................................................. 74
9-05.10: STEEL STORM SEWER PIPE........................................................................................................74
9-05.11: ALUMINUM STORM SEWER PIPE................................................................................................74
9-05.16: GRATE INLETS AND DROP INLETS..............................................................................................74
SECTION 9-06: STRUCTURAL STEEL AND RELATED MATERIALS........................................75
' 9-06.16: ROADSIDE SIGN STRUCTURES...................................................................................................
9-06.18: METAL RAILINGS ..............75
SECTION9-07: REINFORCING STEEL..............................................................................................75
9-07.3: EPDXY COATED STEEL REINFORCING BARS................................................................................75
9-07.10: PRESTRESSING REINFORCEMENT STRAND.................................................................................76
9-07.11: PRESTRESSING REINFORCEMENT BAR.......................................................................................76
SECTION9-08: PAINTS..........................................................................................................................76
9-08.2: PAINT FORMULAS-GENERAL......................................................................................................76
SECTION9-09: TIMBER AND LUMBER............................................................................................77
9-09.2: GRADE REQUIREMENTS...............................................................................................................77
SECTION 9-14: EROSION CONTROL AND ROADSIDE PLANTING............................................77
9-14.4(1): Straw............................................................................................................................... 77
9-14.4(8): Compost............................................................................................................................ 77
SECTION9-15: IRRIGATION SYSTEM..............................................................................................78
9-15.2: DRIP TUBING...............................................................................................................................78
SECTION 9-16: FENCE AND GUARDRAIL.......................................................................:................78
9-16.1: CHAIN LINK FENCE AND GATES
.................................
.................................................................
9-16.1(1): General............................................................................................................................. 78
9-16.1(1)A: Post Material for Chain Link Fence............................................................................... 78
r 9-16.1(I)B: Chain Link Fence Fabric................................................................................................ 79
9-16.1(1)C: Tension Wire.................................................................................................................. 79
9-16.1(1)D: Fittings and Hardware................................................................................................... 79
9-16.1(E): Chain Link Gates....................................... 79
.......................................................................
9-16.1(1)F. Concrete.�.:...................................................................................................................... 80
9-16.1(2): Approval...........................................................................................................................80
9-16.2: WIRE FENCE AND GATES.............................................................................................................80
.. 9-16.2(1): General.............................................................................................................................80
9-16.2(1)A: Steel Post Material.........................................................................................................80
9-16.2(1)B: Wood Fence Posts and Braces.......................................................................................81
9-16.2(1)C: Brace Wire..................................................................................................................... 82
9-16.2(1)D: Staples and Wire Cl amps...............................................
.� ................................................82
9-16.2(1)E: Barbed Wire................................................................................................................... 82
9-16.2(1)F: Wire Mesh...................................................................................................................... 82
9-16.2(1)G: Vertical Cinch Stays.......................................................................................................83
9-16.2(1)H. Miscellaneous Hardware...............................................................................................83
9-16.2(1)1: Wire Gates.......................................................................................................................83
9-16.2(1)J. Concrete..........................................................................................................................83
i 9-16.2(2): Approval..................................................... .................... 83
..................................................
9-16.3(1): Rail Element......................................................................................................................83
9-16.3(2): Posts and Blocks...............................................................................................................84
V
r
9-163(4): Hardware.......................................................................................................................... 84
9-163(5): Anchors..................................................:
SECTION 9-23: CONCRETE CURING MATERIALS AND ADMIXTURES..................................84
9-23.10: GROUND GRANULATED BLAST FURNACE SLAG........................... I
9-23.11: MICROSILICA FUME...................................................................................................................85
SECTION 9-28: SIGNING MATERIALS AND FABRICATION.......................................................85
9-28.1: GENERAL.....................................................................................................................................85
9-28.6: DESTINATION SIGN MESSAGES...................................................... _.....85
9-28.8: SHEET ALUMINUM SIGNS.............................................. ........................................................85
9-28.10: PLYWOOD SIGNS....................
9-28.11: HARDWARE...............................................................................................................................85
9-28.14(2): Steel Structures and Posts...............................................................................................85
SECTION 9-29: ILLUMINATION,SIGNALS,ELECTRICAL..........................................................86
9-29.3: CONDUCTORS,CABLE............................................................ ..........................86
9-29.6: LIGHT AND SIGNAL STANDARDS.................................................................................................87
9-29.6(1): Steel Light and Signal Standards...................................................................................... 87
9-29.6(2): Slip Base Hardware..........................................................................................................87
9-29.10: LUMINAIRES..............................................................................................................................88
9-29.13: TRAFFIC SIGNAL CONTROLLERS...........................................................................
9-29.13(6): Radio Interference Suppressers............................................ .................................... 89
9-29.13(7): Traffic-Actuated Controllers....................................... ............................. 89
9-29.13(7)B: Auxiliary Equipment for NEMA Controllers....................
9-29.13(7)D: NEMA Controller Cabinets........................................ .............. 90
9-29.13(7)E: Type 170E, 170E-HC-11, 2070,2070 Lite,ATC Controller Cabinets.........................92
9-29.16(2)A: Optical Units................................................................................................................96
9-29.19: PEDESTRIAN PUSH BUTTONS............................................................. ..........96
..............................
9-29.21: FLASHING BEACON....................................................................................................................96
9-29.24: SERVICE CABINETS....................................................................................................................97
9-29.25: AMPLIFIER,TRANSFORMER,AND TERMINAL CABINETS........................... ..........97
.............................
SECTION 9-30: WATER DISTRIBUTION MATERIALS.......................... 97
9-30.6(1): Saddles.............................................................................................................................. 97
9-30.6(2): Corporation Stops.............................................................................................................97
9-30.6(4): Service Fittings.................................................................................................................97
SECTION 9-33: CONSTRUCTION GEOSYNTHETIC......................... 98
9-33.1: GEOSYNTHETIC MATERIAL REQUIREMENTS................................................................................98
9-33.2: GEOSYNTHETIC PROPERTIES........................................................................................................99
9-33.2(1): Geotextile Properties........................................................................................................99
9-33.2(2): Geosynthetic Properties for Retaining Walls and Reinforced Slopes............................. 103
9-33.2(3): Prefabricated Drainage Mat.................................................. �
......................................... 104
9-33.3: AGGREGATE CUSHION OF PERMANENT EROSION CONTROL GEOTEXTILE................................. 104
9-33.4: GEOSYNTHETIC APPROVAL AND ACCEPTANCE................................................................ 105
9-33.4(1): Source Approval............................................................................................................. 105 as
9-33.4(3): Acceptance Samples...................................
9-33.4(4): Acceptance by Certificate of Compliance....................................................................... 106
9-33.4(5): Approval of,Seams................................ ......... 107 dW
SECTION 9-34: PAVEMENT MARKING MATERIAL............................ ........107
................................
9-34.5: TEMPORARY PAVEMENT MARKING TAPE............................................ ........ 107
..............................
SECTION 9-35: TEMPORARY TRAFFIC CONTROL MATERIALS.................................... as
........ 107
9-35.1: STOP/SLOW PADDLES.............................................................................................................. 108
V1
as
r
9-35.2: CONSTRUCTION SIGNS............................................................................................................... 108
!r
9-35.3: WOOD SIGN POSTS...................................................................................................................... 108
9-35.4: SEQU)NT1AL ARROW SIGNS...................................................................................................... 109
9-35.5: PORTABLE CHANGEABLE MESSAGE SIGNS.... ............................................................................ 109
ki 9-35.6: BARRICADES...................................
9-35.7: TRAFFIC SAFETY DRUMS........................................................................................................... l 1 1
9-35.8: BARRIER DRUMS....................................................................................................................... 1 11
9-35.9: TRAFFIC CONES......................................................................................................................... 112
9-35.10: TUBULAR MARKERS................................................................................................................ 112
9-35.1 1: WARNING LIGHTS AND FLASHERS........................................................................................... 112
9-35.12: TRUCK-MOUNTED ATTENTUATOR .......................................................................................... 112
Vll
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the
2004 Standard Specifications for Road, Bridge, and Municipal Construction. ,
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of
this
contract and supersede any conflicting provisions of the Standard Specifications. For
informational purposes,the date following each Amendment title indicates the
implementation date of the Amendment or the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
SECTION 1-07: LEGAL RELATIONS AND RESPONSIBILITIES TO THE I�
PUBLIC
April 4,2005
1-07.11(10)B Required Records and Retention
The third and fourth paragraphs are revised to read:
Monthly Employment Utilization Reports
WSDOT Form#820-010 or substitute form as approved by the Contracting Agency.
This form is required for all federally assisted projects if the contract is equal to or
greater then $10,000 and for every associated subcontract equal to or greater than
$10,000. These monthly reports are to be maintained in the respective Contractor or
subcontractor's records.
In addition, for contracts with a value of$100,000 or more, the Contractor shall
submit copies of the completed WSDOT form 820-010 or approved substitute to the
Contracting Agency by the fifth of each month throughout the term of the contract.
The Contractor shall also collect and submit these forms monthly from every
subcontractor who Bolds a subcontract with a value of$100,000 or more.
Failure to submit the required reports by their due dates may result in the
withholding ofprogress estimate payments.
1-07.13(4) Repair of Damage
This section is revised to read:
The Contractor shall promptly repair all damage to either temporary or permanent
work as directed by the Engineer. For damage qualifying for relief under Sections 1-
07.13(1), 1-07.13(2)or 1-07.13(3),payment will be made in accordance with
Section 1-04.4 using the estimated bid item "Reimbursement for Third Party
Damage". ..
1
In the event the Contracting Agency pays for damage to the Contractor's work or for
M damage to the Contractor's equipment caused by third parties, any claim the
Contractor had or may have had against the third party shall be deemed assigned to
the Contracting Agency, to the extent of the Contracting Agency's payment for such
damage.
Payment will be limited to repair of damaged work only. No payment will be made
for delay or disruption of work.
�i For the purpose of providing a common proposal for all bidders,the Contracting
Agency has entered an amount for"Reimbursement For Third Party Damage" in the
proposal to become a part of the total bid by the Contractor.
1-07.16(1) Private/Public Property
This section is revised to read:
The Contractor shall not use Contracting Agency owned or controlled property other
than that directly affected by the contract work without the approval of the Engineer.
If the Engineer grants such approval,the Contractor shall then vacate the area when
ordered to do so by the Engineer. Approval to temporarily use the property shall not
create any entitlement to further use or to compensation for any conditions or
requirements imposed.
The Contractor shall protect private or public property on or in the vicinity of the
W work site. The Contractor shall ensure that it is not removed,damaged, destroyed, or
prevented from being used unless the contract so specifies.
Property includes land,utilities,trees,landscaping, improvements legally on the
right-of-way,markers,monuments,buildings, structures,pipe, conduit, sewer or
water lines, signs, and other property of all description whether shown on the plans
or not.
If the Engineer orders ,or if otherwise necessary,the Contractor shall install
protection, acceptable to the Engineer, for property such as that listed in the previous
paragraph. The Contractor is responsible for locating and protecting all property that
is subject to damage by the construction operation.
If the Contractor(or agents/employees of the Contractor)damage, destroy, or
interfere with the use of such property,the Contractor shall restore it to original
.. condition. The Contractor shall also halt any interference with the property's use. If
the Contractor refuses or does not respond immediately,the Engineer may have such
property restored by other means and subtract the cost from money that will be or is
due the Contractor.
2
r
SECTION 1-09: MEASUREMENT AND PAYMENT
April 5, 2004
1-09.6 Force Account
On page 1-91, under "For Labor", the fourth and fifth sentences in the second paragraph
are deleted.
1-09.7 Mobilization
Under the second paragraph, item 3 is revised to read:
When the substantial completion date has been established for the
project,payment of
any amount bid for mobilization in excess of 10 percent of the total original contract
amount will be paid.
SECTION 1-10: TEMPORARY TRAFFIC CONTROL
December 6, 2004
Section 1-10 is revised in its entirety to read:
1-10.1 General
The Contractor, utilizing contractor labor and contractor-provided equipment and
materials (except when such labor, equipment or materials are to be provided by the
Contracting Agency as specifically identified herein), shall plan,manage, supervise
and perform all temporary traffic control activities needed to support the work of the
contract.
1-10.1(1) Materials
Materials shall meet the requirements of the following sections:
Stop/Slow Paddles 9-35.1
Construction Signs 9-35.2
Wood Sign Posts 9-35.3
Sequential Arrow Signs 9-35.4
Portable Changeable Message Signs 9-35.5
Barricades 9-35.6
Traffic Safety Drums 9-35.7
Barrier Drums 9-35.8
Traffic Cones 9-35.9
Tubular Markers 9-35.10
Warning Lights and Flashers 9-35.11
Truck-Mounted Attenuator 9-35.12
1-10.1(2) Description
The Contractor shall provide flaggers, spotters and all other personnel required for
labor for traffic control activities and not otherwise specified as being furnished by
the Contracting Agency. •r
3
The Contractor shall perform all procedures necessary to support the contract work.
The Contractor shall provide signs and other traffic control devices not otherwise
specified as being furnished by the Contracting Agency. The Contractor shall erect
and maintain all construction signs, warning signs, detour signs, and other traffic
control devices necessary to warn and protect the public at all times from injury or
damage as a result of the Contractor's operations which may occur on or adjacent to
highways, roads, or streets. No work shall be done on or adjacent to the roadway
until all necessary signs and traffic control devices are in place.
The traffic control resources and activities described shall be used for the safety of
the public,of the Contractor's employees, and of the Contracting Agency's
personnel and to facilitate the movement of the traveling public. Traffic control
resources and activities may be used for the separation or merging of public and
construction traffic when such use is in accordance with a specific approved traffic
control plan.
Upon failure of the Contractor to immediately provide flaggers; erect,maintain, and
remove signs; or provide, erect, maintain, and remove other traffic control devices
when ordered to do so by the Engineer,the Contracting Agency may,without further
notice to the Contractor or the Surety,perform any of the above and deduct all of the
costs from the Contractor's payments.
The Contractor shall be responsible for providing adequate labor, sufficient signs,
and other traffic control devices, and for performing traffic control procedures
needed for the protection of the work and the public at all times regardless of
whether or not the labor, devices or procedures have been ordered by the Engineer,
furnished by the Contracting Agency,or paid for by the Contracting Agency.
Wherever possible when performing contract work,the Contractor's equipment shall
follow normal and legal traffic movements. The Contractor's ingress and egress of
the work area shall be accomplished with as little disruption to traffic as possible.
Traffic control devices shall be removed by picking up the devices in a reverse
sequence to that used for installation. This may require moving backwards through
the workzone. When located behind barrier or at other locations shown on approved
r traffic control plans, equipment may operate in a direction opposite to adjacent
traffic.
err
The Contractor is advised that the Contracting Agency may have entered into
operating agreements with one or more law enforcement organizations for
cooperative activities. Under such agreements,at the sole discretion of the
Contracting Agency,law enforcement personnel may enter the workzone for
enforcement purposes and may participate in the Contractor's traffic control
activities. The responsibility under the contract for all traffic control resides with the
Contractor and any such participation by law enforcement personnel in Contractor
traffic control activities will be referenced in the Special Provisions or will be
4
i
preceded by an agreement and, if appropriate, a cost adjustment. Nothing in this
contract is intended to create an entitlement, on the part of the Contractor, to the
services or participation of the law enforcement organization.
1-10.2 Traffic Control Management
1-10.2(1) General
It is the Contractor's responsibility to plan,conduct and safely perform the work.
The Contractor shall manage temporary traffic control with his or her own staff.
Traffic control management responsibilities shall be formally assigned to one or
more company supervisors who are actively involved in the planning and
management of field contract activities. The Contractor shall provide the Engineer
with a copy of the formal assignment. The duties of traffic control management may
not be subcontracted.
The Contractor shall designate an individual or individuals to perform the duties of
the primary Traffic Control Supervisor(TCS). The designation shall also identify an
alternate TCS who can assume the duties of the primary TCS in the event of that
person's inability to perform. The TCS shall be responsible for safe implementation
of approved Traffic Control Plans provided by the Contractor.
The designated individuals shall be certified as worksite traffic control supervisors
by one of the organizations listed in the Special Provisions. Possession of a current
flagging card by the TCS is mandatory. A traffic control management assignment
and a TCS designation are required on all projects that will utilize traffic control.
The Contractor shall maintain 24-hour telephone numbers at which the Contractor's
assigned traffic control management personnel and the TCS can be contacted and be
available upon the Engineer's request at other than normal working hours. These
persons shall have the resources,ability and authority to expeditiously correct any
deficiency in the traffic control system.
1-10.2(1)A Traffic Control Management
The responsibilities of the Contractor's traffic control management personnel shall
include:
1. Overseeing and approving the actions of the Traffic Control Supervisor
(TCS)to ensure that proper safety and traffic control measures are
implemented and consistent with the specific requirements created by the
Contractor's workzones and the Contract. Some form of oversight shall be
in place and effective even when the traffic control management personnel
are not present at the jobsite.
2. Providing the Contractor's designated TCS with approved Traffic Control
Plans(TCPs)which are compatible with the work operations and traffic
control for which they will be implemented. Having the latest adopted
5
edition of the Manual On Uniform Traffic Control Devices for Streets and
Highways (MUTCD,) including the Washington State Modifications to the
�IUTCD and applicable standards and specifications available at all times
on the project.
3. Discussing proposed traffic control measures and coordinating
implementation of the Contractor-adopted traffic control plan(s)with the
Engineer.
4. Coordinating all traffic control operations, including those of
subcontractors and suppliers, with each other and with any adjacent
construction or maintenance operations.
5. Coordinating the project's activities (such as ramp closures,road closures,
and lane closures)with appropriate police, fire control agencies, city or
county engineering,medical emergency agencies, school districts, and
transit companies.
6. Overseeing all requirements of the contract that contribute to the
e g re q
convenience, safety,and orderly movement of vehicular and pedestrian
traffic.
7. Reviewing the TCS's diaries daily and being aware of field traffic control
operations.
8. Being present on-site a sufficient amount of time to adequately satisfy the
above-listed responsibilities.
Failure to carry out any of the above-listed responsibilities shall be a failure to
comply with the contract and may result in a suspension of work as described in
Section 1-08.6.
1-10.2(1)B Traffic Control Supervisor
A Traffic Control Supervisor(TCS) shall be present on the project whenever
flagging or spotting or other traffic control labor is being utilized or less frequently,
as authorized by the Engineer.
The TCS shall personally perform all the duties of the TCS. During nonwork
periods,the TCS shall be available to the job site within a 45-minute time period
after notification by the Engineer.
.. The TCS's duties shall include:
1. Having a current set of approved traffic control plans (TCPs), applicable
,. contract provisions as provided by the Contractor,the latest adopted edition
of the MUTCD, including the Washington State Modifications to the
6
d
MUTCD, the book Quality Guidelines for Work Zone Traffic Control
Devices, and applicable standards and specifications.
2. 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 at least once per hour during
working hours 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 shall 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). The TCS shall correct, or arrange to have
corrected, any deficiencies noted during these inspections.
3. Preparing a daily traffic control diary on each day that traffic control is
performed using DOT Forms 421-040A and 421-04013, and submitting
them to the Engineer no later than the end of the next working day. The
Contractor may use alternate forms if approved by the Engineer. Diary
entries shall include, but not be limited to:
a. Time of day 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.
4. Making minor revisions to the traffic control plan to accommodate site
conditions provided that the original intent of the traffic control plan is
maintained and the revision has the concurrence of both the Contractor and
the Engineer.
5. Attending traffic control coordinating meetings or coordination activities as
necessary for full understanding and effective performance.
6. Ensuring that all needed traffic control devices and equipment are available
and in good working condition prior to the need to install or utilize them.
The TCS may perform the work described in Section 1-I0.3(1)A Flaggers and
Spotters or in Section 1-10.3(1)B Other Traffic Control Labor provided that the
duties of the TCS are accomplished.
1-10.2(2) Traffic Control Plans
The traffic control plan or plans appearing in the contract documents show a method
of handling traffic. All construction signs, flaggers, spotters and other traffic control
devices are shown on the traffic control plan(s) except for emergency situations.
Where mainline contract traffic control plans are developed with the intent of
7
i
operating without the use of flaggers or spotters,the plans shall contain a note that
states, "NO FLAGGERS OR SPOTTERS". The use of flaggers or spotters to
supplement these traffic control plans will not be allowed except in a case where no
.M other means of traffic control can be used or in the event of an emergency. If the
Contractor proposes the use of flaggers or spotters with one of these plans, this will
constitute a modification requiring approval by the Engineer. The modified plans
.. shall show locations for all the required advance warning signs and a safe, protected
location for the flagging station. If flagging is to be performed during hours of
darkness,the plan shall include appropriate illumination for the flagging station.
When the Contractor's chosen method of performing the work in the contract
requires some form of temporary traffic control,the Contractor shall either: (I.)
designate and adopt, in writing,the traffic control plan or plans from the contract
documents that support that method; or(2.) submit a Contractor's plan that modifies,
supplements or replaces a plan from the contract documents. Any Contractor-
proposed modification, supplement or replacement shall show the necessary
construction signs, flaggers, spotters and other traffic control devices required to
support the work. Any Contractor-proposed traffic control plan shall conform to the
established standards for plan development as shown in the MUTCD, Part VI. The
Contractor's submittal, either designating and adopting a traffic control plan from
the contract documents or proposing a Contractor-developed plan, shall be provided
to the Engineer for approval at least ten calendar days in advance of the time the
signs and other traffic control devices are scheduled to be installed and utilized. The
Contractor shall be solely responsible for submitting any proposed traffic control
plan or modification, obtaining the Engineer's approval and providing copies of the
approved Traffic Control Plans to the Traffic Control Supervisor.
1-10.2(3) Conformance to Established Standards
Flagging, signs, and all other traffic control devices and procedures furnished or
provided shall conform to the standards established in the latest WSDOT adopted
edition of the Manual On Uniform Traffic Control Devices for Streets and Highways
(MUTCD)published by the U.S. Department of Transportation and the Washington
State Modifications to the MUTCD. Judgment of the quality of devices furnished
will be based upon Quality Guidelines for Work Zone Traffic Control Devices,
published by the American Traffic Safety Services Association. Copies of the
MUTCD and Quality Guidelines for Work Zone Traffic Control Devices may be
purchased from the American Traffic Safety Services Association, 15 Riverside
Parkway, Suite 100,Fredericksburg,Virginia 22406-1022. The Washington State
Modifications to the MUTCD may be obtained from the Department of
Transportation, Olympia, Washington 98504.
In addition to the standards of the MUTCD described above, the Contracting Agency
has scheduled the implementation of crashworthiness requirements for most
workzone devices. The National Cooperative Highway Research Project (NCHRP)
Report 350 has established requirements for crash testing. Workzone devices are
8
divided into four categories. Each of those categories and, where applicable, the
schedule for implementation is described below:
Category 1 includes those items that are small and lightweight, channelizing, and
delineating devices that have been in common use for many years and are known to
be crashworthy by crash testing of similar devices or years of demonstrable safe
performance. These include cones, tubular markers, flexible delineator posts, and
plastic drums. All Category 1 devices used on the project shall meet the
requirements of NCHRP 350 as certified by the manufacturer of the device.
•
Category 2 includes devices that are not expected to produce significant vehicular
velocity change,but may otherwise be hazardous. Examples of this class are
barricades,portable sign supports and signs, intrusion alarms and vertical panels. ,w
All new Category 2 devices purchased after October 1, 2000 shall meet the
requirements of NCHRP 350. Existing equipment, purchased prior to October 1,
2000,may be used on the project until December 31, 2007. For the purpose of
definition,a sign support and sign shall be considered a single unit. A new sign may
be purchased for an existing sign support and the entire unit will be defined as
"existing equipment."
Category 3 is for hardware expected.to cause significant velocity changes or other
potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports,
crash cushions,truck mounted attenuators (TMA's) and other work zone devices not
meeting the definitions of Category 1 or 2 are examples from this category. Many
Category 3 devices are defined in the design of the project. Where this is the case,
NCHRP 350 requirements have been incorporated into the design and the Contractor
complies with the requirements by constructing devices according to the plans and
specifications. Where the device is a product chosen by the Contractor,the device
chosen must be compliant with the requirements of NCHRP 350.
Category ry 4 includes portable or trailer-mounted devices such as arrow displays,
temporary traffic signals, area lighting supports, and portable changeable message
signs. There is presently no implementation schedule for mandatory crashworthiness
compliance for these devices.
The condition of signs and traffic control devices shall be acceptable or marginal as
defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and
will be accepted based on a visual inspection by the Engineer. The Engineer's
decision on the condition of a sign or traffic control device shall be final. A sign or
traffic control device determined to be unacceptable shall be removed from the
project and replaced within 12 hours of notification.
1-10.3 Traffic Control Labor,Procedures and Devices
9
1-10.3(1) Traffic Control Labor
The Contractor shall furnish all personnel for flagging, spotting, for the execution of
all procedures related to temporary traffic control and for the setup, maintenance and
removal of all temporary traffic control devices and construction signs necessary to
control traffic during construction operations.
Workers engaged as flaggers or spotters shall wear reflective vests and hard hats.
During hours of darkness, white coveralls or white or yellow rain gear shall also be
worn. The vests and other apparel shall be in conformance with Section 1-07.8.
1-10.3(1)A Flaggers and Spotters
Flaggers and Spotters shall be posted where shown on approved Traffic Control
Plans or where directed by the Engineer. All flaggers and spotters shall possess a
current flagging card issued by the State of Washington, Oregon, Montana, or Idaho.
The flagging card shall be immediately available and shown to the Contracting
Agency upon request.
iFlagging stations shall be shown on Traffic Control Plans at locations where
i construction operations require stopping or diverting public traffic. Flagging stations
shall be staffed only when flagging is required. This staffing may be continuous or
intermittent, depending on the nature of the construction activity. Whenever a
flagger is not required to stop or divert traffic, the flagger shall move away from the
flagging station to a safer location. During hours of darkness, flagging stations shall
be illuminated in a manner that insures that flaggers can easily be seen but that does
not cause glare to the traveling public. Flaggers shall be equipped with portable two-
way radios, with a range suitable for the project. The radios shall be capable of
having direct contact with project management(foremen, superintendents, etc.).
The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all
flagging operations. The specification for Stop/Slow paddles in Section 9-35.1
~` requires 24"paddles and all new paddles purchased for the project shall conform to
those provisions. Previously specified 18"paddles may be used at the request of the
Contractor until December 31, 2005.
Spotting stations shall be shown on Traffic Control Plans at locations where a spotter
can detect errant drivers or other hazards and provide an effective warning to other
workers. Spotting stations will not be allowed at locations where the spotter will be
in unnecessary danger. The Contractor shall furnish noise-makers or other effective
w, warning devices for spotting operations. The duties of a spotter shall not include
flagging.
1-10.3(1)B Other Traffic Control Labor
In addition to flagging or spotting duties,the Contractor shall provide personnel for
all other traffic control procedures required by the construction operations and for
the labor to install,maintain and remove any traffic control devices shown on Traffic
Control Plans.
10
1-10.3(2) Traffic Control Procedures
1-10.3(2)A One-Way Traffic Control
The project work may require that traffic be maintained on a portion of the roadway
during the progress of the work using one-way traffic control. If this is the case, the
Contractor's operation shall be confined to one-half the roadway,permitting traffic
on the other half. If shown on an approved traffic control plan or directed by the
Engineer, one-way traffic control, in accordance with the MUTCD, shall be provided
and shall also conform to the following requirements:
In any one-way traffic control configuration, side roads and approaches will be
closed or controlled by a flagger or by appropriate approved signing. A side road ..
flagger will coordinate with end flaggers where there is line of sight and with the
pilot car where the end flaggers cannot be seen.
Queues of vehicles will be allowed to take turns passing through the workzone in the
single open lane. When one-way traffic control is in effect, Contractor vehicles shall
not use the open traffic lane except while following the same rules and routes
required of the public traffic.
As conditions permit,the Contractor shall, at the end of each day, leave the work
area in such condition that it can be traveled without damage to the work, without
danger to traffic, and without one-way traffic control. If, in the opinion of the
Engineer, one-way traffic control cannot be dispensed with after working hours, then
the operation will be continued throughout the non-working hours.
1-10.3(2)B Rolling Slowdown
For work operations on multi-lane roadways that necessitate short-term roadway
closures of 15 minutes or less,the Contractor may implement a rolling slowdown.
Where included in an approved traffic control plan, a rolling slowdown shall be
accomplished using one traffic control vehicle with flashing amber lights for each
lane to be slowed down plus one control vehicle to serve as a chase vehicle for
traffic ahead of the'blockade. The traffic control vehicles shall enter the roadway
and form a moving blockade to reduce traffic speeds and create a clear area in front
of the moving blockade to accomplish the work without a total stoppage of traffic.
A portable changeable message sign shall be placed ahead of the starting point of the
traffic control to warn traffic of the slowdown. The sign shall be placed far enough
ahead of the work to avoid any expected backup of vehicles.
The location where the traffic control vehicles shall begin the slowdown and the
speed at which the moving blockade will be allowed to travel will be calculated to
accommodate the estimated time needed for closure. The chase control vehicle shall
follow the slowest vehicle ahead of the blockade. When the chase vehicle passes,
the Contractor may begin the work operation. In the event that the work operation is
11
not completed when the moving blockade reaches the site, all work except that
necessary to clear the roadway shall cease immediately and the roadway shall be
cleared and reopened as soon as possible.
All ramps and entrances to the roadway between the moving blockade and work
operation shall be temporarily closed using flaggers. Radio communications
between the work operation and the moving blockade shall be established and
utilized to adjust the speed of the blockade to accommodate the closure time needed.
1-10.3(2)C Lane Closure Setup/Takedown
Where allowed by the contract and where shown on approved traffic control plans or
directed by the Engineer, the Contractor shall set up traffic control measures to close
one or more lanes of a multi-lane facility. When this is to occur,the following
sequence shall be followed:
1. Advance warning signs are set up on the shoulder of the roadway opposite
the lane to be closed,
2. Advance warning signs are set up on the same shoulder as the lane to be
closed,
3. A truck-mounted attenuator, with arrow board, is moved into place at the
beginning of the closure taper,
4. Channelization devices are placed to mark the taper and the length of the
closure as shown on the traffic control plan.
Once the lane is closed,the TMA/arrow board combination may be
replaced with an arrow board without attenuator.
If additional lanes are to be closed,this shall be done in sequence with previous lane
closures using the same sequence of activities. A truck-mounted attenuator with
arrow board is required during the process of closing each additional lane and may
be replaced with an'-arrow board without attenuator after the lane is closed. Each
closed lane shall be marked with a separate arrow board at all times.
Traffic control for lane closures shall be removed in the reverse order of its
installation.
V. 1-10.3(2)D Mobile Operations
Where construction operations are such that movement along the length of a
roadway is continuous or near-continuous to the extent that a stationary traffic
control layout will not be effective,the Contractor shall implement a moving,or
mobile,traffic control scheme. Such moving control shall always be conducted in
the same direction as the adjacent traffic.
l..
12
Where shown on an approved traffic control plan or where directed by the Engineer,
mobile traffic control shall consist of portable equipment, moving with the operation.
A portable changeable message sign shall be established in advance of the operation,
far enough back to provide warning of both the operation and of any queue of traffic
that has formed during the operation. The advance sign shall be continuously moved
to stay near the back of the queue at all times. A truck-mounted attenuator, with
arrow board, shall be positioned and maintained at a fixed distance upstream of the
work. A shadow vehicle, with truck-mounted attenuator shall be positioned and
maintained immediately upstream of the work.
W
1-10.3(2)E Patrol & Maintain Traffic Control Measures
At all times,when temporary traffic control measures are in place,the Contractor
shall provide for patrolling and maintaining these measures. The work shall consist
of resetting mislocated devices, assuring visibility of all devices, cleaning and
repairing where necessary, providing maintenance for all equipment, including
replacing batteries and light bulbs as well as keeping motorized and electronic items
functioning,and adjusting the location of devices to respond to actual conditions,
such as queue length,unanticipated traffic conflicts and other areas where planned
traffic control has proven ineffective.
This work shall be performed by the Contractor, either by or under the direction of
the Traffic Control Supervisor. Personnel,with vehicles if necessary, shall be
dispatched so that all traffic control can be reviewed at least once per hour during
working hours and at least once during each non-working day.
1-10.3(3) Traffic Control Devices
1-10.3(3)A Construction Signs
All construction signs required by approved traffic control plans, as well as any other
appropriate signs directed by the Engineer shall be furnished by the Contractor. The
Contractor shall provide the posts or supports and erect and maintain the signs in a
clean, neat, and presentable condition until the need for them has ended. Post
mounted signs shall be installed as shown in Standard Plans G-1 and G-4a. Sign
attachment to posts shall conform to the applicable detail shown in Standard Plan G-
9b. When the need for construction signs has ended,the Contractor,upon approval
of the Engineer, shall remove all signs,posts, and supports from the project and they
shall remain the property of the Contractor.
No passing zones on the existing roadway that are marked with paint striping and
which striping is to be obliterated by construction operations shall be replaced by
"Do Not Pass"and"Pass With Care"signs. The Contractor shall provide and install
the posts and signs. The signs shall be maintained by the Contractor until they are
removed or until the contract is physically completed. When the project includes
striping by the Contractor,the signs and posts shall be removed by the Contractor
when the no passing zones are reestablished by striping. The signs and posts will
become the property of the Contractor. When the Contractor is not responsible for
13
,r striping and when the striping by others is not completed when the project is
physically completed,the posts and signs shall be left in place and shall become the
property of the Contracting Agency.
s
All existing signs, new permanent signs installed under this contract, and
construction signs installed under this contract that are inappropriate for the traffic
configuration at a given time shall be removed or completely covered with metal,
plywood, or an Engineer approved product specifically manufactured for sign
covering during periods when they are not needed.
Construction signs will be divided into two classes. Class A construction signs are
those signs that remain in service throughout the construction or during a major
phase of the work. They are mounted on posts, existing fixed structures, or
substantial supports of a semi-permanent nature. Class A signs will be designated as
such on the approved Traffic Control Plan. "Do Not Pass" and"Pass With Care"
signs are classified as Class A construction signs. Sign and support installation for
Class A signs shall be in accordance with the Contract Plans or the Standard Plans.
Class B construction signs are those signs that are placed and removed daily, or are
used for short durations which may extend for one or more days. They are mounted
on portable or temporary mountings.
Where it is necessary to add weight to signs for stability,the only allowed method
will be a bag of sand that will rupture on impact. The bag of sand shall have a
maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the
ground.
Signs,posts, or supports that are lost, stolen, damaged,destroyed, or which the
Engineer deems to be unacceptable while their use is required on the project shall be
replaced by the Contractor.
B Sequential Arrow Signs
ns q g
Where shown on an approved traffic control plan or where ordered by the Engineer,
jthe Contractor shall provide,operate and maintain sequential arrow signs. In some
locations,the sign will be shown as a unit with an attenuator. In other locations,the
plan will indicate a stand-alone unit.
1-10.3(3)C Portable Changeable Message Sign
Where shown on an approved traffic control plan or where ordered by the Engineer,
the Contractor shall provide,operate and maintain portable changeable message
signs. These signs shall be available, on-site, for the entire duration of their
projected use.
1-10.3(3)D Barricades
Where shown on an approved traffic control plan or where ordered by the Engineer,
the Contractor shall provide, install and maintain barricades. Barricades shall be
14
kept in good repair and shall be removed immediately when, in the opinion of the j
Engineer, they are no longer functioning as designed.
Where it is necessary to add weight to barricades for stability, the only allowed
method will be a bag of sand that will rupture on impact. The bag of sand shall have
a maximum weight of 40 pounds, and shall be suspended no more than 1 foot from
the ground.
1-10.3(3)E Traffic Safety Drums
Where shown on an approved Traffic Control Plan, or where ordered by the
Engineer,the Contractor shall provide, install and maintain traffic safety drums.
Used drums may be utilized,provided all drums used on the project are of essentially .r
the same configuration.
The drums shall be designed to resist overturning by means of a weighted lower unit
that will separate from the drum when impacted by a vehicle.
Drums shall be regularly maintained to ensure that they are clean and that the drum
and reflective material are in good condition. If the Engineer determines that a drum
has been damaged beyond usefulness, or provides inadequate reflectivity, a
replacement drum shall be furnished.
When the Engineer determines that the drums are no longer required,they shall be
removed from the project and shall remain the property of the Contractor.
1-10.3(3)F Barrier Drums
Where shown on approved Traffic Control Plans and as ordered by the Engineer,
barrier drums shall be placed on temporary concrete barrier at the following
approximate spacing:
Concrete Barrier Barrier Drum
Placement Spacing in Feet
Tangents %Z mire or lessl 2 times posted speed limit
Tangents greater than 'h mile1 4 times posted speed limit
Tapers and Curves posted speed limit
Note 1 A minimum of 3 barrier drums shall be used.
Note 2 A minimum of 5 barrier drums shall be used.
Temporary concrete barrier reflectors may be excluded when using barrier drums.
Both legs of the barrier drums shall be completely filled with sand. The top oval
should not be filled.
15
Used barrier drums may be used, provided all barrier drums used on the project are
of essentially the same configuration.
.. Barrier drums shall be regularly maintained to ensure that they are clean and that the
barrier drum and reflective material are in good condition. If the Engineer
determines that a barrier drum has been damaged beyond usefulness, or provides
inadequate reflectivity, a replacement barrier drum shall be furnished.
When the Engineer determines that the drums are no longer required,they shall be
removed from the project and.shall remain the property of the Contractor.
1-10.3(3)G Traffic Cones
Where shown on an approved traffic control plan or where ordered by the Engineer,
the Contractor shall provide, install and maintain traffic cones. Cones shall be kept
in good repair and shall be removed immediately when directed by the Engineer.
Where wind or moving traffic frequently displace cones, an effective method of
stabilizing cones, such as stacking two together at each location, shall be employed.
1-10.3(3)H Tubular Markers
Where shown on an approved traffic control plan or where ordered by the Engineer,
the Contractor shall provide, install and maintain tubular markers. Tubular markers
shall be kept in good repair and shall be removed immediately when directed by the
Engineer. Tubular markers are secondary devices and are not to be used as
substitutes for cones or other delineation devices without an approved traffic control
plan.
Where the Traffic Control Plan shows pavement-mounted tubular markers,the
adhesive used to fasten the base to the pavement shall be suitable for the purpose, as
approved by the Engineer. During the removal of pavement-mounted tubular
markers, care shall be taken to avoid damage to the existing pavement. Any such
damage shall be repaired by the Contractor at no cost to the Contracting Agency.
1-10.3(3)I Warning Lights and Flashers
Where shown attached to traffic control devices on an approved traffic control plan
or where ordered by the Engineer,the Contractor shall provide and maintain flashing
warning lights. Lights attached to advance warning signs shall be Type B, high-
intensity. Lights attached to traffic safety drums, barricades or other signs shall be
Type C, steady-burning low intensity or, where attention is to be directed to a
specific device, Type A, flashing low-intensity units.
1-10.3(3)J Truck-Mounted Attenuator
Where shown on an approved traffic control plan or where ordered by the Engineer,
the Contractor shall provide,operate and maintain truck-mounted impact attenuators
(TMA). These attenuators shall be available, on-site,for the entire duration of their
a projected use.
16
The TMA shall be positioned to separate and protect construction workzone
activities from normal traffic flow. m
During use,the attenuator shall be in the full down-and-locked position. For
stationary operations, the truck's parking brake shall be set.
1-10.4 Measurement
ar
1-10.4(1) Lump Sum Bid for Project(No Unit Items)
When the bid proposal contains the item "Project Temporary Traffic Control", there
will be no measurement of unit items for work defined by Section 140 except as
described in Section 1-10.4(3). Also, except as described in Section 1-10.4(3), all of
Sections 1-10.4(2)and 1-10.5(2) is deleted.
No specific unit of measurement will apply to the lump sum item of"Project
Temporary Traffic Control."
1-10.4(2) Item Bids with Lump Sum for Incidentals
When the bid proposal does not contain the item"Project Temporary Traffic
Control", Sections 1-10.4(1)and 1-10.5(1)are deleted and the bid proposal will
contain some or all of the following items,measured as noted.
rr
No specific unit of measurement will apply to the lump sum item of"Traffic Control
Supervisor."
"Flaggers and Spotters"will be measured by the hour. Hours will be measured for
each flagging or spotting station, shown on an approved Traffic Control Plan,when
that station is staffed in accordance with Section 1-10.3(1)A. When a flagging
station is staffed on an intermittent basis, no deduction will be made in measured
hours provided that the person staffing the station is in a standby mode and is not
performing other duties. u'
"Other Traffic Control Labor"will be measured by the hour. With the exception of
patrolling and maintaining,hours will be measured for each person engaged in any ar
one of the following activities:
❑ Operating a pilot vehicle during one-way piloted traffic control.
❑ Operating a traffic control vehicle or a chase vehicle during a rolling
slowdown operation.
❑ Operating a vehicle or placing/removing traffic control devices during the
setup or takedown of a lane closure. Performing preliminary work to
prepare for placing and removing these devices.
17
❑ Operating any of the moving traffic control equipment, or adjusting signing
during a mobile operation as described in Section 1-I0.3(2)D.
0 Patrolling and maintaining traffic control measures as described in Section
1-10.3(2)E. The hours of one person will be measured for each patrol route
necessary to accomplish the review frequency required by the provision,
regardless of the actual number of persons per route.
❑ Placing and removing Class B construction signs. Performing preliminary
work to prepare for placing and removing these signs.
❑ Relocation of Portable Changeable Message Signs within the project limits.
❑ Installing and removing Barricades, Traffic Safety Drums,Barrier Drums,
Cones, Tubular Markers and Warning Lights and Flashers to carry out
approved Traffic Control Plan(s). Performing preliminary work to prepare
for installing these devices.
Time spent on activities other than those listed will not be measured under this
item.
"Construction Signs, Class A"will be measured by the square foot of panel area for
each sign designated on an approved Traffic Control Plan as Class A or for each
construction sign installed as ordered by the Engineer and designated as Class A at
the time of the order. Class A signs may be used in more than one location and will
be measured for each new installation. Class B construction signs will not be
measured. Sign posts or supports will not be measured.
"Sequential Arrow Sign"will be measured by the hour for the time that each sign is
operating as shown on an approved Traffic Control Plan or as directed by the
Engineer.
"Portable Changeable Message Sign"will be measured per each one time only for
each portable changeable message sign used on the project. The final pay quantity
shall be the maximum number of such signs in place at any one time as approved by
the Engineer.
"Operation of Portable Changeable Message Sign"will be measured by the hour for
each hour of operation. The hours of operation will be determined by the Engineer.
Hours of operation in excess of those determined by the Engineer will be at the
Contractor's expense.
"Truck Mounted Impact Attenuator"will be measured per each one time only for
each truck with mounted impact attenuator used on the project. The final pay
quantity shall be the maximum number of truck-mounted impact attenuators in place
at any one time.
18
Operation of Truck-Mounted Impact Attenuator will be measured by the hour for
each truck-mounted attenuator manned and operated. Manned and operated shall be
when the truck-mounted impact attenuator has an operator and is required to move,
in operating position, with the construction operation or when moving the TMA
from one position to another on the project.
No specific unit of measurement will apply to the force account item of"Repair
Truck-Mounted Impact Attenuator".
No specific unit of measurement will apply to the lump sum item of"Other
Temporary Traffic Control".
1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control
The contract provisions may establish the project as lump sum, in accordance with
Section 1-10.4(l)and also include one or more of the items included above in
Section 1-10.4(2). When that occurs,the corresponding measurement provision in
Section 1-10.4(2)is not deleted and the work under that item will be measured as
specified.
1-10.4(4) Owner-Provided Resources
The contract provisions may call for specific items of labor,materials or equipment,
noted in Section 1-10 as the responsibility of the Contractor,to be supplied by the
Contracting Agency. When this occurs,there will be no adjustment in measurement
of unit quantities. •
1-10.5 Payment
1-10.5(l) Lump Sum Bid for Project(No Unit Items)
"Project Temporary Traffic Control", lump sum.
The lump sum contract payment shall be full compensation for all costs incurred by
the Contractor in performing the contract work defined in Section 1-10, except for
costs compensated by bid proposal items inserted through contract provisions as
described in Section 1-10.4(3).
1-10.5(2) Item Bids with Lump Sum for Incidentals j
"Traffic Control Supervisor", lump sum.
The lump sum contract payment shall be full compensation for all costs incurred by
the Contractor in performing the contract work defined in Section 1-I 0.2(1)B.
"Flaggers and Spotters", per hour.
The unit contract price,when applied to the number of units measured for this item
in accordance with Section 1-10.4(2), shall be full compensation for all costs
incurred by the Contractor in performing the contract work defined in Section 1-
10.3(1)A.
19
"Other Traffic Control Labor",per hour.
The unit contract price, when applied to the number of units measured for this item
in accordance with Section 1-10.4(2), shall be full compensation for all labor costs
incurred by the Contractor in performing the contract work specifically mentioned
for this item in Section 1-10.4(2).
., "Construction Signs Class A", per square foot.
The unit contract price, when applied to the number of units measured for this item
in accordance with Section 1-10.4(2), shall be full compensation for all costs of
.. labor, materials and equipment incurred by the Contractor in performing the contract
work described in Section 1-10.3(3)A. In the event that"Do Not Pass"and"Pass
With Care" signs must be left in place, a change order, as described in Section 1-
*• 04.4, will be required.
"Sequential Arrow Sign", per hour.
The unit contract price, when applied to the number of units measured for this item
in accordance with Section 1-10.4(2), shall be full compensation for all costs of
labor,materials and equipment incurred by the Contractor in performing the contract
work described in Section 1-10.3(3)B.
"Portable Changeable Message Sign",per each.
The unit contract price, when applied to the number of units measured for this item
in accordance with Section 1-10.4(2), shall be full compensation for all costs of
labor,materials and equipment incurred by the Contractor in procuring all portable
changeable message signs required for the project and for transporting these signs to
and from the project.
"Operation of Portable Changeable Message Sign",,P er hour.
The unit contract price, when applied to the number of units measured for this item
in accordance with Section 1-10.4(2), shall be full compensation for all costs of
labor, materials and equipment incurred by the Contractor in performing the contract
work described in Section 1-10.3(3)C except for costs compensated separately under
the items"Other Traffic Control Labor"and"Portable Changeable Message Sign".
"Truck-Mounted Impact Attenuator",per each.
The unit contract price, when applied to the number of units measured for this item
in accordance with Section 1-10.4(2), shall be full compensation for all costs of
labor,materials and equipment incurred by the Contractor in performing the contract
work described in Section 1-10.3(3))except for costs compensated separately under
the items"Operation of Truck-Mounted Impact Attenuator"and"Repair Truck-
Mounted Impact Attenuator".
"Operation of Truck-Mounted Impact Attenuator",per hour.
The unit contract price,when applied to the number of units measured for this item
in accordance with Section 1-10.4(2), shall be full compensation for all costs of
20
labor,materials and equipment incurred by the Contractor in operating truck-
mounted impact attenuators on the project.
"Repair Truck-Mounted Impact Attenuator",by force account.
All costs of repairing or replacing truck-mounted impact attenuators that are
damaged by the motoring public while in use as shown on an approved Traffic
Control Plan will be paid for by force account as specified in Section 1-09.6. To
provide a common proposal for all bidders, the Contracting Agency has estimated
the amount of force account for "Repair Truck-Mounted Impact Attenuator" and has
entered the amount in the Proposal to become a part of the total bid by the
Contractor. Truck-mounted attenuators damaged due to the Contractor's operation or
damaged in any manner when not in use shall be repaired or replaced by the
Contractor at no expense to the Contracting Agency.
"Other Temporary Traffic Control", lump sum.
The lump sum contract payment shall be full compensation for all costs incurred by
the Contractor in performing the contract work defined in Section 1-10, and which
costs are not compensated by one of the above-listed items.
1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control
The contract provisions may establish the project as lump sum, in accordance with
Section 1-10.4(1)and also reinstate the measurement of one or more of the items
described in Section 1-10.4(2). When that occurs,the corresponding payment
provision in Section 1-10.5(2)is not deleted and the work under that item will be
paid as specified.
.r
21
�. SECTION 2-02: REMOVAL OF STRUCTURES AND OBSTRUCTIONS
April 5,2004
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
The section title is revised to read:
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
The first sentence is revised to read:
.. In removing pavement, sidewalks, curbs, and gutters, the Contractor shall:
Item 3 is revised to read:
Mr.
3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or
gutter that is to remain and the portion to be removed.
2-02.5 Payment
The second paragraph is revised to read:
If pavements, sidewalks, curbs, or gutters lie within an excavation area, their
removal will be paid for as part of the quantity removed in excavation.
SECTION 2-03: ROADWAY EXCAVATION AND EMBANKMENT
January 5,2004
2-03.3(14)D Compaction and Moisture Control Tests
This section is revised to read:
Maximum density and optimum moisture content shall be determined by one of the
following methods:
1. materials with less than 30 percent by weight retained on the U.S. No. 4
sieve shall be determined using FOP for AASHTO T 99 Method A.
2. materials with 30 percent or more by weight retained on the U.S.No. 4
sieve and less than 30 percent retained on the 3/.4 inch sieve shall be
determined by WSDOT Test Method No. 606 or FOP for AASHTO T 180
Method D. The determination of which test procedure to use will be made
solely by the Contracting Agency.
3. materials with 30 percent or more retained on the 3/4 inch sieve shall be
determined by WSDOT Test Method No. 606.
In place density will be determined using Test Methods WSDOT FOP for AASHTO
T 310 and WSDOT SOP for T 615.
22
SECTION 2-09: STRUCTURE EXCAVATION ,
December 6, 2004
2-09.3(1)E Back-filling
The first paragraph under Timing is revised to read:
Backfill shall not be placed against any concrete structure until the concrete has
attained 90 percent of its design strength and a minimum age of 14 days, except that '
reinforced concrete retaining walls 15 feet in height or less may be backfilled after
the wall has attained 90 percent of its design compressive strength and curing
requirements of Section 6-02.3(11) are met. Footings and columns may be
backfilled as soon as forms have been removed, so long as the backfill is brought up
evenly on all sides.
2-09.4 Measurement
In the third paragraph,the width for pipes 18 inches and over is revised to (1.5 x
I.D.)+ 18 inches.
SECTION 2-10: DITCH EXCAVATION
April 5, 2004
2-10.1 Description
The second paragraph is supplemented with the following:
Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the
requirements of Section 2-03.3(14)M.
SECTION 4-04: BALLAST AND CRUSHED SURFACING
January 5,2004
4-04.3(5) Shaping and Compaction
In the first paragraph,the first sentence is revised to read:
Immediately following spreading and final shaping, each layer of surfacing shall be
compacted to at least 95 percent of the standard density determined by the
requirements of Section 2-03.3(14)D before the next succeeding layer of surfacing or
pavement is placed.
SECTION 5-04: HOT MIX ASPHALT
April 4,2005
5-04.3(7)A Mix Design
The first paragraph "1. General',is revised to read: a'
1. General. Prior to the production of HMA,the Contractor shall determine a
design aggregate structure and asphalt binder content in accordance with •
WSDOT Standard Operating Procedure 732. Once the design aggregate
23
.r�
structure and asphalt binder content have been determined,the Contractor shall
provide test data demonstrating that the design meets the requirements of
Sections 9-03.8(2) and 9-03.8(6) on WSDOT HMA Mix Design Submittal
form 350-042. In no case shall the paving begin before the determination of
anti-strip requirements has been made.
5-04.3(8)A Acceptance Sampling and Testing-HMA Mixture
In Item 2 (Aggregates)the second sentence is revised to read:
The acceptance criteria for aggregate properties of sand equivalent, fine aggregate
angularity and fracture will be their conformance to the requirements of Section 9-
03.8(2).
In item 3, C. (Test Results),the second and third paragraphs are revised to read:
Sublot sample test results(gradation and asphalt binder content)may be challenged
by the Contractor. For HMA mixture accepted by statistical evaluation with a mix
design that did not meet the verification tolerances, the test results in the test section
including the percent air voids (Va)may be challenged. To challenge test results,the
Contractor shall submit a written challenge within five working days after receipt of
the specific test results. A split of the original acceptance sample will be sent for
testing to either the Region Materials Lab or the State Materials Lab as determined
by the Project Engineer. The split of the sample with challenged results will not be
tested with the same equipment or by the same tester that ran the original acceptance
test. The challenge sample will be tested for a complete gradation analysis and for
asphalt binder content.
The results of the challenge sample will be compared to the original results of the
acceptance sample test and evaluated according to the following criteria:
Deviation
U.S.No. 4 sieve and larger Percent passing f4.0
U.S.No. 8 sieve Percent passing f2.0
U.S.No. 200 sieve Percent passing f0.4
Asphalt binder% Percent binder content±03
Va% Percent Va f0.7
Item 3,D. (Test Methods) is revised to read:
D. Test Methods
Testing of HMA for compliance of volumetric properties (VMA,VFA and Va)
will be by WSDOT Standard Operating Procedure SOP 731. Testing for
compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
308. Testing for compliance of gradation will be by WAQTC FOP for
AASHTO T 27/T 11.
i
24
In item 3,E (Test Section- HMA Mixture)the first sentence in the third paragraph is r
revised to read:
Ir
For a test section to be acceptable, with or without a verified mix design, the pay
factor(PFi) for each of gradation, asphalt binder, VMA, VFA and Va shall be 0.95
or greater, and the remaining test requirements in Section 9-03.8(2) (dust/asphalt
ratio, sand equivalent, fine aggregate angularity and fracture) shall conform to the
requirements of that Section.
5-04.3(13) Surface Smoothness - r
In the first paragraph,the second sentence is revised to read:
The completed surface of the wearing course shall not vary more than 1/8 inch from
the lower edge of a 10-foot straightedge placed on the surface parallel to the
centerline.
5-04.4 Measurement
The first sentence is revised to read:
HMA CL._PG_, HMA for_CL._PG and Commercial HMA will
be measured by the ton in accordance with Section 1-09.2,with no deduction being
made for the weight of asphalt binder,blending sand, mineral filler, or any other
component of the mixture.
SECTION 6-02: CONCRETE STRUCTURES
April 4,2005
6-02.2 Materials
This section is supplemented with the following:
Microsilica Fume 9-23.11
6-02.3(2) Proportioning Materials
This section is revised tv read:
The total water soluble Chloride ion(Cl-) content of the mixed concrete shall not ,
exceed 0.06 percent by weight of cementitious material for prestressed concrete nor
0.10 percent by weight of cementitious material for reinforced concrete. An initial
evaluation may be obtained by testing individual concrete ingredients for total
chloride ion content per AASHTO T 260 and totaling these to determine the total
water soluble Chloride ion(Cl-)or the total water soluble Chloride ion(Cl-) in
accordance with ASTM C 1218.
Unless otherwise specified,the Contractor shall use Type I or II Portland cement in
all concrete as defined in Section 9-01.2(1).
25
The use of fly ash is required for Class 4000D and 4000P concrete. The use of fly
ash and ground granulated blast furnace slag is optional for all other classes of
concrete.
Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious
material and shall conform to Section 9-23.9. Ground granulated blast furnace slag,
if used, shall not exceed 25 percent by weight of the total cementitious material and
shall conform to Section 9-23.10. When both ground granulated blast furnace slag
and fly ash are included in the concrete mix,the total weight of both these materials
is limited to 35 percent by weight of the total cementitious material.
The water/cement ratio shall be calculated on the total weight of cementitious
material. The following are considered cementitious materials: Portland cement, fly
ash, ground granulated blast furnace slag and microsilica.
As an alternative to the use of fly ash, ground granulated blast furnace sla g and
cement as separate components, a blended hydraulic cement that meets the
requirements of Section 9-01.2(4) Blended Hydraulic Cements may be used.
6-02.3(2)A Contractor Mix Design
The seventh paragraph is revised to read:
A high-range water reducer(superplasticizer)may be used in all mix designs.
Microsilica fume may be used in all mix designs. The use of a high-range water
reducer or microsilica fume shall be submitted as a part of the Contractor's concrete
mix design.
6-02.3(4) Ready-Mix Concrete
This section is revised to read:
All concrete, except commercial concrete and lean concrete shall be batched in a
prequalified manual, semi-automatic, or automatic plant as described in Section 6-
i 02.3(4)A. The Engineer is not responsible for any delays to the Contractor due to
problems in getting the plant certified.
6-02.3(4)A Qualification of Concrete Suppliers
The first paragraph is revised to read:
Prequalification may be obtained through an inspection conducted by the Plant
Manager, defined as the person directly responsible for the daily plant operation,
using the NRMCA or WSDOT checklist, through certification by NRMCA, or by an
independent evaluation certified by a professional engineer using NRMCA or
Contracting Agency guidelines. Information concerning NRMCA certification may
be obtained from the National Ready Mix Concrete Association at 900 Spring Street,
+r Silver Springs, MD 20910. The Contracting Agency and the NRMCA certification
have similar requirements for plant and delivery equipment. Whereas Plant Manager
MW
26
certification shall be done prior to the start of a project and every six months
throughout the life of the project, the NRMCA certification shall be good for a two
year period.
�r
If prequalification is done by the Plant Manager the following shall be performed:
1. The checklist cover page shall be signed by the Plant Manager and
notarized.
2. The signed and notarized cover page shall be submitted to the Project
Engineer with the concrete mix design(WSDOT Form 350-040), water
meter verification,truck list, and admixture dispensing certification.
w
3. The checklists shall be maintained by the Plant Manager and are subject to
review at any time by the Contracting Agency.
4. The water meter shall be verified every six months.
In the first sentence of the eighth paragraph, "Engineer" is revised to "Plant Manager".
6-02.3(5)A General
In the fourth paragraph, item 2 is revised to read: •
2. An individual strength test averaged with the two preceding individual strength
tests meets or exceeds specified strength (for the same class and exact mix I.D.
of concrete on the same contract).
6-02.3(5)C Conformance to Mix Design
This section is revised to read:
Cement, coarse and fine aggregate weights shall be within the following tolerances
of the mix design:
Batch Volumes less than or equal to 4 cubic yards
Cement +5% -1%
Aggregate +10% -2%
•
Batch Volumes more than 4 cubic yards
Cement +5% -1%
Aggregate +2% -2%
If the total cementitious material weight is made up of different components,
these component weights shall be within the following tolerances:
1. Portland cement weight plus 5%or minus 1 percent of that specified in
the mix design.
27
.r
2. Fly ash weight plus or minus 5 percent of that specified in the mix
design.
Microsilica weight plus or minus 10 percent of that specified in the
mix design.
Water shall not exceed the maximum water specified in the mix design.
6-02.3(6)A Weather and Temperature Limits to Protect Concrete
The section "Cold Weather Protection" is revised to read:
The Contractor is solely responsible for protecting concrete from inclement weather
during the entire curing period. The Contractor shall provide a written procedure for
cold weather concreting to the Engineer for review and approval. The procedure
shall detail how the Contractor will prevent the concrete temperature from falling
below 50°F. Extra protection shall be provided for areas especially vulnerable to
freezing(such as exposed top surfaces, corners and edges, thin sections, and concrete
placed into steel forms). Permission given by the Engineer to place concrete during
cold weather will in no way ensure acceptance of the work by the Contracting
Agency. Should the concrete placed under such conditions prove unsatisfactory in
any way,the Engineer shall still have the right to reject the work although the plan
and the work were carried out with the Engineer's permission.
If weather forecasts predict air temperatures below 35°F during the seven days just
after the concrete placement,the Contractor may place the concrete only if his
approved cold weather concreting plan is implemented.
The Contractor shall provide and maintain a maturity meter in the concrete at a
location specified by the Engineer for each concrete placement. During curing, data
from the maturity meter shall be readily available to the Engineer. The Contractor
shall record and provide time and temperature data on hourly intervals.
The Contractor shall not mix nor place concrete while the air temperature is below
35°F,unless the water or aggregates (or both) are heated to at least 70°F. The
aggregate shall not exceed 150°F. If the water is heated to more than 150°F, it shall
be mixed with the aggregates before the cement is added. Any equipment and
methods shall heat the materials evenly. Concrete placed in shafts and piles is
exempt from such preheating requirements.
The Contractor may warm stockpiled aggregates with dry heat or steam,but not by
applying flame directly or under sheet metal. If the aggregates are in bins, steam or
water coils or other heating methods may be used if aggregate quality is not affected.
Live steam heating is not permitted on or through aggregates in bins. If using dry
heat,the Contractor shall increase mixing time enough to permit the super-dry
aggregates to absorb moisture.
An concrete laced in air temperatures below 35°F shall be immediate) protected.
Y P P immediately
addition to the monitoring of the concrete temperature with a maturity meter the
28
Contractor shall provide recording thermometers or other approved devices to
monitor the surface temperature of the concrete. The concrete surface temperature
shall be maintained at or above 50°F and the relative humidity shall be maintained
above 80 percent. These conditions shall be maintained for a minimum of seven
days or for the cure period required by Section 6-02.3(11), whichever is longer. If
artificial heat is used to maintain the temperature inside an enclosure, moisture shall
be added to the enclosure to maintain the humidity as stated above. The Contractor ,,,,,
shall stop adding moisture 24 hours before removing the heat.
If at any period during curing the concrete temperature falls below 50°F on the maturity .r
meter or recording thermometer,no curing time is awarded for that day and the required
curing time will be extended day for day where the temperature falls below 50°F. '
Should the Contractor fail to adequately protect the concrete and the temperature of the
concrete falls below 35°F during curing,the Engineer may reject it.
6-02.3(11) Curing Concrete
In the first paragraph, item 3 is supplemented with the following:
When continuous moisture or wet curing is required,the Contractor shall keep the
concrete surfaces wet with water during curing.
In the second paragraph,the first sentence is revised to read:
The Contractor may provide continuous moisture by watering a covering of
heavy quilted blankets, by keeping concrete surfaces wet with water
continuously and covering with a white reflective type sheeting, or by wetting
the outside surfaces of wood forms.
6-02.3(17)K Concrete Forms on Steel Spans
The following new paragraph is inserted between the second and third paragraphs:
The compression member or bottom connection of cantilever formwork support
brackets shall bear either within six inches maximum vertically of the bottom flange
or within six inches-maximum horizontally of a vertical web stiffener. The
Contractor shall also furnish and install temporary struts and ties to prevent rotation
of the steel girder. Partial depth cantilever formwork support brackets that do not
conform to the above requirements shall not be used,unless the Contractor submits
details showing the additional formwork struts and ties used to brace the steel girder
against web distortion caused by the partial depth bracket, and receives the
Engineer's approval of the submittal.
6-023(17)0 Early Concrete Test Cylinder Breaks ,
The third sentence in the first paragraph is revised to read:
The Contractor shall retain a testing laboratory to perform this work.
The first paragraph is supplemented with the following:
29
Testing laboratories' equipment shall be calibrated within one year prior to testing
and testers must be ACI certified.
The first sentence in the fifth paragraph is revised to read:
The Contractor shall furnish the Engineer with all test results,proof of equipment
calibration, and tester's certification.
The sixth paragraph is deleted.
6-02.3(19)A Elastomeric Bearing Pads
This section including title is revised to read:
1 6-02.3(19)A Vacant
6-02.3(19)B Bridge Bearing Assemblies
Item 4 is deleted.
6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
The eighth paragraph is supplemented with the following:
The grout pad may be loaded when a minimum of 4000 psi compressive strength is
attained.
6-02.3(21) Drainage of Box Girder Cells
This section is supplemented with the following:
All drainage holes shall be screened in accordance with the Plan details.
6-02.3(22) Drainage of Substructure
The second sentence in the first paragraph is supplemented with the following:
so
Weep holes shall be covered with geotextile meeting the requirements of Section 9-
33.2, Table 2 Class C before backfilling. Geotextile screening shall be bonded to the
to concrete with an approved adhesive.
P! 6-02.3(24)C Placing and Fastening
The fifteenth paragraph beginning with "Reinforcing steel bars shall not vary..." is
supplemented with the following:
Drilled Shafts top of rebar cage elevation +6 in./-3 in.
6-02.3(24)E Welding Reinforcing Steel
The ninth paragraph is revised to read:
30
The minimum preheat and interpass temperature for welding Grade 60 reinforcing
bars shall be in accordance with AWS DIA Table 5.2 and mill certification of
carbon eg6ivalence,per lot of reinforcing. Preheating shall be applied to the
reinforcing bars and other splice members within 6 inches of the weld, unless limited
by the available lengths of the bars or splice member.
The twelfth paragraph is revised to read: .r
Under supervision of the State Materials and Fabrication Inspector,the welder shall
weld three test joints of the largest size reinforcing bar to be weld spliced, per type of .r
joint shown in the Plans. Two of the test welds shall be test loaded to no less than
125 percent of the minimum specified yield strength of the bar. The remaining test
weld shall be mechanically cut perpendicular to the direction of the welding and 4W
macroetched. The macroetch specimen for Flare V groove welds will be inspected
for the weld size and effective throat as shown in the Plans. Indirect butt splices
shall be cut mechanically at two locations to provide a transverse cross-section of
each of the bars spliced in the test assembly. The sections shall show the full cross-
section of the weldment,the root of the weld, and any reinforcement. The etched
cross-section shall have complete penetration and complete fusion with the base
metal and between successive passes in the weld. Groove welds of direct butt
splices and flare-groove welds shall not have reinforcement exceeding 1/8 inch in
height measured from the main body of the bar and shall have a gradual transition to
the base metal surface. No cracks will be allowed in either the weld metal or heat-
affected zone. All craters shall be filled to the full cross-section of the weld. Weld
metal shall be free from overlay. Undercutting deeper than 1/32 inch will not be
allowed except at points where welds intersect the raised pattern of deformations
where undercutting less than 1/16 inch deep will be acceptable. The sum of
diameters of piping porosity in groove welds shall not exceed 1/8 inch in any linear
inch of weld or exceed 9/16 inch in any 6-inch length of weld. Corrections to welds
with shielded metal arc, gas metal arc, or flux-cored arc welding processes shall be
made in accordance with Engineer's approval.
6-02.3(25) Prestressed Concrete Girders
The fourth paragraph is replaced with the following:
The various types of girders are:
Prestressed Concrete Girder-Refers to prestressed concrete girders of all
types, including prestressed concrete I girders,prestressed concrete wide flange
I girders,bulb tee girders, deck bulb tee girders,thin flange deck bulb tee
girders,precast prestressed concrete members, spliced prestressed concrete
girders, and prestressed concrete tub girders. .,
Prestressed Concrete I Girder-Refers to a prestressed concrete girder with a
flanged I shaped cross section,requiring a cast-in-place concrete deck to support r
�r
31
.ir
traffic loads. WSDOT standard girders in this category include Series W42G,
W50G, W58G, and W74G.
Prestressed Concrete Wide Flange I Girder- Refers to a prestressed concrete
girder with an I shaped cross section with wide top and bottom flanges,
requiring a cast-in-place concrete deck to support traffic loads. WSDOT
standard girders in this category include Series WF42G, WF50G, WF58G,
WF74G, W83G, and W95G.
Bulb Tee Girder-Refers to a prestressed concrete girder, with a wide top
flange requiring a cast-in-place concrete deck to support traffic loads. WSDOT
standard girders in this category include Series W3213TG, W3813TG, W5013TG,
and W62BTG.
I Deck Bulb Tee Girder- Refers to a bulb tee girder with a top flange designed
to support traffic loads, and designed to be mechanically connected at the flange
edges to adjacent girders at the job site. Except where specific requirements are
otherwise specified for these girders, deck bulb tee girders shall conform to all
requirements specified for bulb tee girders. WSDOT standard girders in this
category include Series W35DG, W4113G, W53DG, and W65DG.
Thin Flange Deck Bulb Tee Girder- Refers to a bulb tee girder with a to
g g P
flange width equal to the girder spacing and requiring a cast-in-place concrete
deck to support traffic loads. Except where specific requirements are otherwise
specified for these girders,thin flange deck bulb tee girders shall conform to all
requirements specified for bulb tee girders. WSDOT standard girders in this
category include Series W32TFG, W38TFG, W50TFG, W62TFG, and
W74TFG.
Precast Prestressed Member(PCPS Member)-Refers to a precast
prestressed slab,precast prestressed ribbed section,or a deck double tee girder.
PCPS members are designed to be mechanically connected at the flange or
member edges to adjacent PCPS members at the job site. Except where specific
requirements are otherwise specified for these girders,PCPS members shall
conform to all requirements specified for deck bulb tee girders.
Double Tee Girder-Refers to a hybrid PCPS member that is similar to a deck
double tee girder, except that the top surface is a thin top flange requiring a cast-
in-place concrete deck to support traffic loads. Double tee girders shall conform
to all requirements specified for bulb tee girders and PCPS members.
Spliced Prestressed Concrete Girder-Refers to prestressed concrete girders
initially fabricated in segments to be longitudinally spliced together with cast-
' in-place concrete closures at the job site. Except where specific requirements
are otherwise specified for these girders, spliced prestressed concrete girders
shall conform to all requirements specified for prestressed concrete girders.
32
Anchorages shall conform to Sections 6-02.3(26)B, 6-02.3(26)C, and 6-
02.3(26)D. Ducts shall conform to the Section 6-02.3(26)E requirements for
internal embedded installation, and shall be round, unless the Engineer approves
use of elliptical shaped ducts. Duct-wedge plate transitions shall conform to
Section 6-02.3(26)E. Prestressing reinforcement shall conform to Section 6-
02.3(26)F. WSDOT standard girders in this category include Series WF74PTG,
W83PTG, and W95PTG.
Prestressed Concrete Tub Girder- Refers to prestressed concrete trapezoidal ,
box or bathtub girders including those fabricated in segments to be spliced
together with cast-in-place concrete closures at the job site. Except where
specific requirements are otherwise specified for these girders,prestressed
concrete tub girders shall conform to all requirements specified for prestressed
concrete girders and spliced prestressed concrete girders. WSDOT standard
girders in this category include Series U**G* or Series OF**G*,where U
specifies webs without flanges,OF specifies webs with flanges, ** specifies the
girder height in inches, and * specifies the bottom flange width in feet.
6-02.3(25)A Shop Plans
The second, third and fourth paragraphs are revised to read:
Shop plans shall show the size and location of all cast-in holes for installation of
deck formwork hangers and/or temporary bracing. Holes for formwork hangers
shall match approved deck formwork plans designed in accordance with Section 6-
02.3(16). There shall be no field-drilled holes in prestressed concrete girders. Post-
tensioning ducts in spliced prestressed concrete girders shall be located so their
center of gravity is in accordance with the Plans. ,
The Contractor shall have the option to furnish Series W74G prestressed concrete
girders with minor dimensional differences from those shown in the Plans. The 2
5/8-inch top flange taper may be reduced to 15/8 inches and the bottom flange width
may be increased to 2 feet 2 inches. Other dimensions of the girder shall be adjusted ,
as necessary to accommodate the above mentioned changes. Reinforcing steel shall
be adjusted as necessary. The overall height and top flange width shall remain
unchanged.
If the Contractor elects to provide a prestressed concrete girder with an increased
web thickness, shop plans along with supporting design calculations shall be
submitted to the Engineer for approval prior to girder fabrication. The girder shall
be designed for at least the same load carrying capacity as the girder shown in the
Plans. The load carrying capacity of the mild steel reinforcement shall be the same ,
as that shown in the Plans.
The sixth paragraph is revised to read:
.r
33
The Contractor shall provide five copies of the shop plans to the Engineer for
approval, except as otherwise noted. Shop drawings for spliced prestressed concrete
girders shill conform to Section 6-02.3(26)A, and seven copies of the shop drawings
shall be submitted to the Engineer for approval. The shop drawings for spliced
prestressed concrete girders shall include all details related to the post-tensioning
operations in the field, including details of hardware required,tendon geometry,
blockout details, and details of additional or modified steel reinforcing bars required
in cast-in-place closures. Approval of shop plans means only that the Engineer
accepts the methods and materials. Approval does not imply correct dimensions.
6-02.3(25)B Casting
The first paragraph is revised to read:
Before casting girders,the Contractor shall have possession of an approved set of
shop drawings. Side forms shall be steel except that cast-in-place concrete closure
forms for spliced prestressed concrete girders, interior forms of prestressed concrete
tub girders, and end bulkhead forms of prestressed concrete girders may be plywood.
Interior voids for precast prestressed slabs with voids shall be formed by either wax
soaked cardboard or expanded polystyrene forms. The interior void forms shall be
secured in the position as shown in the Plans and shall remain in place.
The fourth ara ra h
p g p is revised to read:
Air-entrainment is not required in the concrete placed into prestressed precast
concrete girders, including cast-in-place concrete closures for spliced prestressed
concrete girders, unless otherwise noted. The Contractor shall use air-entrained
concrete in the top two inches,minimum, of the roadway deck flange of deck bulb-
tee girders, deck double tee girders, and precast prestressed ribbed sections. All
concrete for precast prestressed slabs shall be air entrained, except for slabs where
the Engineer approves use of air-entrained concrete in the top two inches, only.
Maximum and minimum air content shall be as specified in Section 6-02.3(2)A.
x The sixth paragraph is revised to read:
aw
The Contractor may form circular block-outs in the girder top flanges to receive
falsework hanger rods. These block-outs shall:
1. Not exceed 1 inch in diameter;
2. Be spaced no more than 72 inches apart longitudinally on the girder;
3. Be located 3 inches or more from the outside edge of the top flange on
Series W42G, W50G, and W58G girders, 6 inches or more for Series
W74G girders, and 7 inches or more for Series WF42G, WF50G, WF58G,
WF74G, WF74PTG, W83G, W83PTG, W95G, W95PTG, W32BTG,
W38BTG, W50BTG, W62BTG girders and other bulb tee girders.
34
6-02.3(25)C Prestressing
The sixth paragraph is revised to read: ,
Post-tensioning of spliced prestressed concrete girders shall conform to Section 6-
02.3(26)G, and the following requirements:
1. Before tensioning,the Contractor shall remove all side forms from the cast-
in-place concrete closures. From this point until 48 hours after grouting the
tendons, the Contractor shall keep all construction and other live loads off
the superstructure and shall keep the falsework supporting the
superstructure in place.
2. Once the post-tensioning steel is installed, no welds or welding grounds
shall be attached to metal forms, structural steel, or steel reinforcing bars of
the structural member.
3. The Contractor shall not tension the post-tensioning reinforcement until the
concrete in the cast-in-place closures reaches the minimum compressive
strength specified in the Plans(or 5,000 psi if the concrete strength is not
specified in the Plans). This strength shall be measured with concrete
cylinders made of the same concrete and cured under the same conditions
as the cast-in-place closures.
4. All post-tensioning shall be completed before placing the sidewalks and
i barriers on the superstructure.
�I 6-02.3(25)D Curing rr
The fourth paragraph is revised to read:
Curing of cast-in-place concrete closures for spliced prestressed concrete girders
shall conform to Section 6-02.3(11).
•
6-02.3(25)E Contractors Control Strength
The sixth through eleventh paragraphs are revised to read:
.r
For precast prestressed members, a test shall consist of four cores measuring 3
inches in diameter by 6 inches in height(for slabs)and by the thickness of the web
(for ribbed sections). Two cores shall be taken from each side of the member and on r,
each side of the member's span midpoint,at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid-depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands ,a
and steel reinforcing bars. The core locations for precast prestressed ribbed sections
shall be immediately beneath the top flange, within the middle third of the span
length, and shall avoid all prestressing strands and steel reinforcing bars. .�
ar
35
.w
For prestressed concrete tub girders, a test shall consist of four cores measuring 3
inches in diameter by the thickness of the web, taken from each web approximately
' three feet to the left and to the right of the center of the girder span. The cores shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores
measuring 3 inches in diameter by the thickness of the web and shall be removed
from just below the top flange; one at the midpoint of the girder's length and the
Iother two approximately 3 feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
' accordance with WSDOT FOP for AASHTO T 22. The Engineer may accept the
girder if the average compressive strength of the four cores from the precast
prestressed member, or prestressed concrete tub girder, or of the three cores from
any other prestressed concrete girder, is at least 85 percent of the specified
compressive strength with no one core less than75 percent of specified compressive
strength.
If the girder is cored to determine the release strength,
g the required patching and
curing of the patch shall be done prior to shipment. If there are more than three
holes or if they are not in a neutral location,the prestress steel shall not be released
i` until the holes are patched and the patch material has attained a minimum
compressive strength equal to the required release compressive strength or 4,000 psi,
whichever is larger.
The Contractor shall coat cored holes with an epoxy bonding agent and patch the
holes using the same type concrete as that in the girder, or a mix approved during the
annual plant review and approval. The epoxy bonding agent shall meet the
requirements of Section 9-26.1 for Type II, Grade 2 epoxy. The girder shall not be
shipped until tests show the patch material has attained a minimum compressive
strength of 4,000 psi.
r6-02.3(25)F Prestress Release
The third paragraph is revised to read:
The Contractor may request permission to release the prestressing reinforcement at a
minimum concrete compressive strength less than specified in the Plans. This
request shall be submitted to the Engineer for approval in accordance with Section 6-
01.9 and shall be accompanied with calculations'showing the adequacy of the
proposed release concrete compressive strength. The release strength shall not be
less than 3,500 psi,except that the release strength for spliced prestressed concrete
girders shall not be less than 4,000 psi. The calculated release strength shall meet
the requirements outlined in the Washington State Department of Transportation
Bridge Design Manual for tension and compression at release. The proposed
minimum concrete compressive strength at release will be evaluated by the
Contracting Agency. Fabrication of girders using the revised release strength shall
36
not begin until the Contracting Agency has provided written approval of the revised
release compressive strength. If a reduction of the minimum concrete compressive
strength at release is allowed, the Contractor shall bear any added cost that results ,
from the change.
6-02.3(25)G Protection of Exposed Reinforcement
The second paragraph is revised to read:
Grouting of post-tensioning ducts for spliced prestressed concrete girders shall
conform to Section 6-02.3(26)H.
6-02.3(25)H Finishing
The fourth paragraph is revised to read:
On the deck bulb tee girder section and all precast prestressed members,the ,
Contractor shall test the roadway deck surface portion for flatness. This test shall
occur after floating but while the concrete remains plastic. Testing shall be done
with a 10-foot straightedge parallel to the girder centerline and with a flange width
straightedge at right angles to the girder centerline. The Contractor shall fill
depressions, cut down high spots, and refinish to correct any deviation of more than
1/4 inch within the straightedge length. This section of the roadway surface shall be
finished to meet the requirements for finishing roadway slabs, as defined in Section
6-02.3(10)except that, if approved by the Engineer, a coarse stiff broom may be
used to provide the finish in lieu of a metal tined comb.
6-02.3(25)I Tolerances '
The title, first paragraph, and items 7, 10, and 21 following the first paragraph are revised
to read:
6-02.3(25)I Fabrication Tolerances
The girders shall be fabricated as shown in the Plans and shall meet the dimensional
tolerances listed below. Construction tolerances of cast-in-place closures for spliced
prestressed concrete girders shall conform to the tolerances specified for spliced
prestressed concrete girders. Actual acceptance or rejection will depend on how the
Engineer believes a defect outside these tolerances will affect the structure's strength
or appearance:
7. Flange Depth:
For I and Wide Flange I girders: ❑ 1/4 inch
For bulb tee and deck bulb tee girders: + 1/4 inch, - 1/8 inch
For PCPS members: + 1/4 inch, - 1/8 inch
10. Longitudinal Position of the Harping Point:
Single harping point ❑ 18 inches
Multiple bundled strand groups
37 ,
First bundled strand group 0 6 inches
Second bundled strand group ❑ 18 inches
Third bundled strand group 0 30 inches
21. Differential Camber Between Girders in a Span (measured in place at the
job site):
For I, Wide Flange 1, bulb tee, and
' spliced prestressed concrete girders: 1/8 inch per 10 feet of beam
length.
For deck bulb tee girders: Cambers shall be equalized
by
an approved method when the
differences in cambers
between
adjacent girders or stages
measured at mid-span
exceeds
1/4 inch.
For PCPS members: ❑ 1/4 inch per ten feet of
member
length measured at midspan,
but
not greater than ❑ 1/2 inch
total.
For prestressed
rconcrete tub girders: ❑ 1/4 inch per ten feet of
member
length measured at midspan,
but
not greater than ❑ 1/2 inch
total.
6-02.3(25)J HorizontatAlignment
The fourth paragraph is revised to read:
The maximum deviation of the side of the'precast prestressed slab, or the edge of the
I roadway deck slab of the deck double tee girder or the precast prestressed ribbed
section,measured from a chord that extends end to end of the member, shall be ❑
1/8 inch per 10 feet of member length, but not greater than 1/2 inch total.
.. 6-02.3(25)L Handling and Storage
The first and second paragraphs are revised to read:
® During handling and storage,each girder shall always be kept plumb and upright,
and each precast prestressed member and prestressed concrete tub girder shall
38
it
' 1
always be kept in the horizontal position as shown in the Plans. It shall be lifted
only by the lifting devices (strand lift loops or high-strength threaded steel bars) at
either end. For strand lift loops, a minimum 2 inch diameter straight pin of a shackle
shall be used through the loops. For high-strength threaded steel bars, the lifting
hardware that connects to the bars shall be designed, detailed, and furnished by the
Contractor. Series W42G, WF42G, W50G, WF50G, W58G, and WF58G girders,
and Series W32BTG, W38BTG, W50BTG, W62BTG, and W74G girders up to 145
feet in length, can be picked up at a minimum angle of 60 degrees from the top of the
girder. All other prestressed girders shall be picked up within 10 degrees of
perpendicular to the top of the girder. •
For some girders, straight temporary top flange strands may be specified in the
Plans. Pretensioned top temporary strands for full length prestressed concrete
girders shall be unbonded over all but the end 10 feet of the girder length. As an
alternative for full length prestressed concrete girders,temporary top strands may be
post-tensioned prior to shipment. When temporary top strands are specified for
spliced prestressed concrete girders,the temporary top strands shall be post-
tensioned prior to lifting the assembled girder. When the post-tensioned alternative
is used,the Contractor shall be responsible for properly sizing the anchorage plates,
and the reinforcement adjacent to the anchorage plates,to prevent bursting or
splitting of the concrete in the top flange. Temporary strands shall be cut or released '
in accordance with Section 6-02.3(25)N.
6-02.3(25)M Shipping ,
The third and fourth paragraphs are revised to read:
No double tee girder, deck double tee girder,precast prestressed slab or precast
prestressed ribbed section shall be shipped for at least three days after concrete
placement. No deck bulb tee girder or prestressed concrete tub girder shall be
shipped for at least seven days after concrete placement, except that deck bulb tee '
girders or prestressed concrete tub girders may be shipped three days after concrete
placement when L/(bd) is less than or equal to 5.0,where L equals the shipping
length of the girder,b equals the girder top flange width(for deck bulb tee girders)
or the bottom flange width(for prestressed concrete tub girders), and d equals the
girder depth, all in feet. No other girder shall be shipped for at least ten days after
concrete placement. .r
Girder support during shipping shall be located as follows unless otherwise shown in
the Plans: •�
Centerline Support Within
Type of Girder This Distance From Either End
Precast Prestressed Members 2 feet
Series W42G,WF42G, W50G and WF50G 3 feet
All bulb tee and
r
39
deck bulb tee girders, except as noted 3 feet
Series W58G, WF58G, and W62BTG 4 feet
' Series W14G and WF74G 5 feet
Series W83G and W95G 8 feet
Series WF74PTG, W83PTG, and W95PTG segments 4 feet
' Prestressed concrete tub girder segment 4 feet
The sixth, seventh and eighth paragraphs are revised to read:
If the Contractor elects to assemble spliced prestressed concrete g irders into
components of two or more segments prior to shipment, the Contractor shall submit
shipment support location working drawings with supporting calculations to the
Engineer in accordance with Section 6-01.9. The calculations shall show that
concrete stresses in the assembled girders will not exceed those listed below.
Lateral bracing for shipping is not required for prestressed concrete tub girders and
precast prestressed members. Other prestressed concrete girders of lengths equal or
shorter than the following will not require lateral bracing for shipping:
Maximum Length Not Requiring
Type of Girder Bracing for Shipping
Series W42G, WF42G, W32BTG, and W38BTG 80 feet
Series W50G and WF50G 100 feet
Series W58G, WF58G, W5013TG, and W62BTG 105 feet
All deck bulb tee girders 120 feet
Series W74G and WF74G 130 feet
' For all girders exceeding these lengths,and all Series WF74PTG, W83G, W83PTG,
W95G, and W95PTG girders,the Contractor shall provide bracing to control lateral
bending during shipping, unless the Contractor furnishes calculations in accordance
with Section 6-01.9 demonstrating that bracing is not necessary. External bracing
shall be attached securely to the top flange of the girder. The Contractor is cautioned
that more conservation guidelines for lateral bracing may be required for some
delivery routes. The Contractor shall submit a bracing plan, with supporting
calculations,to the Engineer for approval in accordance with Section 6-01.9. The
Contractor shall not begin shipping the girders until receiving the Engineer's
approval of the bracing plan, and shall perform all bracing operations at no
additional cost to the Contracting Agency.
Criteria for Checking Girder Stresses
At the Time of Lifting or Transporting and Erecting
Stresses at both support and harping points shall be satisfied based on these
•• criteria:
40
to
1. Allowable compression stress, fc= 0.60E cm
a. fcm= compressive strength at time of lifting or transporting
verified by test but shall not exceed design compressive strength ,
(f c) at 28 days in psi + 1,000 psi
2. Allowable tension stress, ksi
a. With no bonded reinforcement= 3 times square root(f cm) ❑
0.20 ksi
b. With bonded reinforcement to resist total tension force in the
concrete computed on the basis of an uncracked section 6.0 times
square root(f cm). The allowable tensile stress in the
reinforcement is 30 ksi (AASHTO M-31, Gr. 60)
3. Prestress losses
a. 1 day to 1 month= computed losses
b. 1 month to 1 year= 75 percent of computed final losses
c. 1 year or more=computed final losses
4. Impact on dead load
a. Lifting from casting beds=0 percent
b. Transporting and erecting=20 percent
6-02.3(25)N Prestressed Concrete Girder Erection
The fifth paragraph is revised to read:
The concrete in piers and crossbeams shall reach at least 80 percent of design
strength before girders are placed on them. The Contractor shall hoist girders only
by the lifting devices at the ends, always keeping the girders plumb and upright.
Once erected, the girders shall be braced to prevent tipping until the intermediate
diaphragms are cast and cured. When temporary strands in the top flange are
used,they shall be cut after the girders are braced and before the intermediate O°
diaphragms are cast. The Contractor shall place the cast-in-place deck on the
girders within 30 calendar days of cutting the temporary strands, except as otherwise
approved by the Engineer.
For situations where the Contractor proposes to delay placing the cast-in-place deck
on the girders beyond 30 calendar days after cutting the temporary strands,the
Contractor shall submit supporting girder camber calculations to the Engineer for
approval in accordance with Section 6-01.9. The Contractor shall not cut the
temporary strands until receiving the Engineer's approval of the girder camber
calculations.
The seventh paragraph is deleted
The eighth paragraph is revised to read: .r
The Contractor shall check the horizontal alignment of both the top and bottom
flanges of each girder after girder erection but before placing concrete in the bridge r.
diaphragms as described in Section 6-02.3(25)J.
41
6-02.3(25)0 Deck Bulb Tee Girder Flange Connection
' This section is revised to read:
The Contractor shall submit a method of equalizing deck bulb tee girder(and precast
prestressed member) deflections to the Engineer for approval in accordance with
Section 6-01.9, except that the submittal shall be made a minimum of 60 days prior
to field erection of the deck bulb tee girder. Deflection equalizing methods approved
for previous Contracting Agency contracts will be acceptable providing the bridge
configuration is similar and the previous method was satisfactory. A listing of the
previous Contracting Agency contract numbers for which the method was used shall
be included with the submittal. The weld-ties may be used as a component of the
equalizing system provided the Contractor's procedure outlines how the weld-ties
are to be used, and that the Contractor's submittal includes a list and description of
previous bridge projects where the Contractor has successfully used weld-ties as a
component of the equalizing system.
The concrete diaphragms for deck bulb tee girders shall attain a minimum
compressive strength of 2,500 psi before any camber equalizing equipment is
' removed.
On deck bulb tee girders, girder deflection shall be equalized utilizing the approved
method before girders are weld-tied and before keyways are filled. Keyways
between tee girders shall be filled flush with the surrounding surfaces with nonshrink
grout. This nonshrink grout shall have a compressive strength of 5,000 psi before
the equalizing equipment is removed. Compressive strength shall be determined by
fabricating and testing cubes in accordance with WSDOT Test Method 813 and
testing in accordance with WSDOT FOP for AASHTO T-106.
Welding ground shall be attached directly to the steel plates being welded when
welding the weld-ties on bulb tee girders.
No construction equipment shall be placed on the structure, other than equalizing
equipment,until the girders have been weld-tied and the keyway grout has attained a
compressive strength of 5,000 psi.
r
6-02.3(26) Cast-in-Place Prestressed Concrete
6-02.3(26)C Bearing Type Anchorages
Item 6 in the first paragraph is revised to read:
6. For transverse post-tensioning of roadway slabs,the bearing stress shall not
exceed 0.9fc at PJ.k of all strands(before seating) or 4,000 psi at service load
after all losses.
6-02.3(26)H Grouting
The first sentence in the sixth paragraph is revised to read:
..
42
rr
The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20
seconds as determined by WSDOT Test Method for ASTM C 939, Flow of Grout for
Preplaced Aggregate Concrete (Flow Cone Method).
The third sentence in the seventh paragraph is revised to read: ,
Cubes shall be made in accordance with WSDOT Test Method T 813 and stored in
accordance with WSDOT FOP for AASHTO T 23.
6-02.3(27) Concrete for Precast Units
This section is supplemented with the following: ,
Self compacting concrete (SCC)may be used for precast concrete barrier covered
under Section 6-10 and drainage items covered under Section 9-12. If self
compacting concrete has been approved for use the requirements of Section 6- .r
02.3(4)C consistency shall not apply. Self compacting concrete is concrete that is
able to flow under its own weight and completely fill the formwork,even in the
presence of dense reinforcement,without the need of any vibration,while
maintaining homogeneity. When using SCC modified testing procedures for air
content and compressive strength will be used. The modification shall be that molds
will be filled completely in one continuous lift without any rodding,vibration,
tamping or other consolidation methods other than lightly taping around the exterior
of the mold with a rubber mallet to allow entrapped air bubbles to escape. In
addition the fabricators QC testing shall include Slump Flow Test results, which do
not indicate segregation. As part of the plants approval for use of SCC the plant
fabricator shall cast one barrier, or drainage item and have that barrier or drainage
item sawed in half for examination by the Contracting Agency to determine that
segregation has not occurred.
.r
SECTION 6-03: STEEL STRUCTURES
December 6,2004
6-03.3(14) Edge Finishing
The first and second paragraphs are revised to read:
rr
All rolled, sheared, and thermal cut edges shall be true to line and free of rough
corners and projections. Corners along exposed edges shall be rounded to a
minimum radius of 1/16 inch. rr
Sheared edges on plates more than 5/8 inch thick shall be planed,milled, ground, or
thermal cut to a depth of at least 1/8 inch. u,r
6-03.3(33) Bolted Connections
Table 4 and the paragraph beneath it are revised to read: ur
■r
43
vrr
' Table 4 Turn-of-Nut Tightening Method Nut
Rotational from Snug-Tight Condition
Bolt Disposition of Outer Faces of Bolted Parts
Length
Condition Condition 2 Condition 3
' 1
L <= 4D 1/3 turn 1/2 turn 2/3 turn
4D < L<= 1/2 turn 2/3 turn 5/6 turn
8D
8D <L<= 2/3 turn 5/6 turn 1 turn
12D
Bolt length measured from underside of head to top of nut.
6-03.3(39) Swinging the Span
The second paragraph is revised to read:
After the falsework is released (spans swung free) the masonry plates, shoes, and
keeper plates are grouted, and before any load is applied,the Engineer will (or, if the
Contractor is specified as responsible for surveying,the Contractor shall) measure
elevations at the tenth points along the tops of girders and floorbeams.
The Engineer will compare steel mass camber elevations with the elevations measured
above, and will furnish the Contractor with new dead-load camber dimensions.
SECTION 6-07: PAINTING
August 2,2004
6-07.3(2)A Bridge Cleaning
The third sentence under Pressure Flushing is revised to read:
The pressure flushing equipment shall produce(at the nozzle)at least 3,000 psi with a
discharge of at least 4 gpm.
SECTION 6-10: CONCRETE BARRIER
April 4, 2005
6-10.2 Materials
The first sentence of the fourth paragraph is revised to read:
Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section
9-06.5(4) and be galvanized in accordance with AASHTO M 232, except that testing
for embrittlement after galvanizing is not required.
6-10.3 Construction Requirements
This section is supplemented with the following:
44
irr
Concrete barrier installed in conjunction with light standard foundations and sign
bridge foundations, regardless of the barrier shape, shall be cast-in-place using ,
stationary forms.
Concrete barrier transition Type 2 to bridge f-shape shall be precast.
6-10.3(2) Cast-in-Place Concrete Barrier
The first paragraph of this section is revised to read as follows: ,
Forms for cast-in-place concrete barrier, including traffic barrier,traffic-pedestrian
barrier, and pedestrian barrier on bridges and related structures, shall be made of
steel or exterior plywood coated with plastic. The Contractor may construct the
barrier by the slip-form method.
6-10.4 Measurement
r
This section is supplemented with the following: '
Concrete barrier transition Type 2 to bridge f-shape will be measured by the linear
foot installed. '
Single slope concrete barrier light standard foundation will be measured by the unit
for each light standard foundation installed.
.r
Traffic barrier,traffic pedestrian barrier, and pedestrian barrier will be measured as
specified for cast-in-place concrete barrier.
6-10.5 Payment
The following bid items are inserted to precede "Single Slope Concrete Barrier",per
linear foot. ..
"Traffic Barrier",per linear foot.
"Traffic Pedestrian Barrier",per linear foot.
"Pedestrian Barrier's per linear foot.
The unit contract price per linear foot for"Traffic Barrier","Traffic Pedestrian
Barrier", and"Pedestrian Barrier"shall be full pay for constructing the barrier on top
of the bridge deck, and associated bridge approach slabs, curtain walls and
wingwalls, excluding the steel reinforcing bars that extend from the bridge deck,
bridge approach slab, curtain walls, and wingwalls. rn
The new bid items listed below are inserted to precede "Cast-In-Place Cone. Barrier
Light Standard Section",per each.
"Conc. Barrier Transition Type 2 to Bridge F-Shape",per linear foot.
.r
45
The unit contract price per linear foot for"Conc. Barrier Transition Type 2 to Bridge
F-Shape" shall be full pay for performing the work as specified, excluding bridge
traffic barrier modifications necessary for this installation.
SECTION 6-11: PRECAST CONCRETE RETAINING WALL STEMS
' April 5,2004
This section including title is revised to read:
SECTION 6-11: REINFORCED CONCRETE WALLS
6-11.1 Description
This work consists of constructing reinforced concrete retaining walls, including
those shown in the Standard Plans, L walls, and counterfort walls.
6-11.2 Materials
Materials shall meet the requirements of the following sections:
Cement 9-01
Aggregates for Portland Cement Concrete 9-03.1
Gravel Backfill 9-03.12
Premolded Joint Filler 9-04.1(2)
Steel Reinforcing Bar 9-07.2
Epoxy-Coated Steel Reinforcing Bar 9-07.3
Concrete Curing Materials and Admixtures 9-23
Fly Ash 9-23.9
' Water 9-25
' Other materials required shall be as specified in the Special Provisions.
6-11.3 Construction Requirements
' 6-11.3(1) Submittals
The Contractor shall submit all excavation shoring plans to the Engineer for
approval in accordance with Section 2-09.3(3)D.
The Contractor shall submit all falsework and formwork plans to the Engineer for
' approval in accordance with Sections 6-02.3(16) and 6-02.3(17).
If the Contractor elects to fabricate and erect precast concrete wall stem panels,the
following information shall be submitted to the Engineer for approval in accordance
with Sections 6-01.9 and 6-02.3(28)A:
1. Working drawings for fabrication of the wall stem panels, showing
dimensions, steel reinforcing bars,joint and joint filler details, surface
finish details, lifting devices with the manufacturer's recommended safe
' working capacity, and material specifications.
46
t
2. Working drawings and design calculations for the erection of the wall stem
panels showing dimensions, support points, support footing sizes, erection
blockouts, member sizes, connections, and material specifications.
3. Design calculations for the precast wall stem panels, the connection
between the precast panels and the cast-in-place footing, and all
modifications to the cast-in-place footing details as shown in the Plans or
Standard Plans. ,
The Contractor shall not begin excavation and construction operations for the
retaining walls until receiving the Engineer's approval of the above submittals. ,
6-11.3(2) Excavation and Foundation Preparation
Excavation shall conform to Section 2-09.3(3), and to the limits and construction
stages shown in the Plans. Foundation soils found to be unsuitable shall be removed
and replaced in accordance with Section 2-09.3(1)C.
6-11.3(3) Precast Concrete Wall Stem Panels '
The Contractor may fabricate precast concrete wall stem panels for construction of
Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast '
concrete wall stem panels may be used for construction of non-Standard Plan
retaining walls if allowed by the Plans or Special Provisions. Precast concrete wall
stem panels shall conform to Section 6-02.3(28), and shall be cast with Class 4000
concrete.
The precast concrete wall stem panels shall be designed in accordance with the '
requirements for Load Factor Design in the following codes:
1. For all loads except as otherwise noted -AASHTO Standard Specifications '
for Highway Bridges, latest edition and current interims. The seismic
design shall use the acceleration coefficient and soil profile type as
specified in the Plans.
2. For all wind loads-AASHTO Guide Specifications for Structural Design
of Sound Barriers, latest edition and current interims.
The precast concrete wall stem panels shall be fabricated in accordance with the
dimensions and details shown in the Plans, except as modified in the shop drawings
as approved by the Engineer.
The precast concrete wall stem panels shall be fabricated full height, and shall be
fabricated in widths of 8 feet, 16 feet, and 24 feet.
The construction tolerances for the precast concrete wall stem panels shall be as
follows:
47 '
r
Height +1/4 inch
Width +1/4 inch
•• Thickness +1/4 inch
-1/8 inch
Concrete cover for steel reinforcing bar +3/8 inch
-1/8 inch
Width of precast concrete wall stem panel joints +1/4 inch
' Offset of precast concrete wall stem panels +1/4 inch
(Deviation from a straight line extending 5 feet on each side of the panel joint)
' The precast concrete wall stem panels shall be constructed with a mating shear key
between adjacent panels. The shear key shall have beveled corners and shall be 1-
1/2 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum
' and 5-1/2 inches maximum. The shear key shall be continuous and shall be of
uniform width over the entire height of the wall stem.
' The Contractor shall provide the specified surface finish as noted, and to the limits
shown, in the Plans to the exterior concrete surfaces. Special surface finishes
' achieved with form liners shall conform to Sections 602.2 and 6-023(14) as
supplemented in the Special Provisions. Rolled on textured finished shall not be
used. Precast concrete wall stem panels shall be cast in a vertical position if the
Plans call for a form liner texture on both sides of the wall stem panel.
The precast concrete wall stem panel shall be rigidly held in place during placement
' and curing of the footing concrete.
The precast concrete wall stem panels shall be placed a minimum of one inch into
the footing to provide a shear key. The base of the precast concrete wall stem panel
shall be sloped 1/2 inch per foot to facilitate proper concrete placement.
To ensure an even flow of concrete under and against the base of the wall panel, a
form shall be placed parallel to the precast concrete wall stem panel, above the
footing,to allow a minimum one foot head to develop in the concrete during
concrete placement.
The steel reinforcing bars shall be shifted to clear the erection blockouts in the
precast concrete wall stem panel by 1-1/2 inches minimum.
All precast concrete wall stem panel joints shall be constructed with joint filler
installed on the rear(backfill) side of the wall. The joint filler material shall extend
from two feet below the final ground level in front of the wall to the top of the wall.
The joint filler shall be a nonorganic flexible material and shall be installed to create
a waterproof seal at panel joints.
48
The soil bearing pressure beneath the falsework supports for the precast concrete ,
wall stem panels shall not exceed the maximum design soil pressure shown in the
Plans for the retaining wall. '
6-11.3(4) Cast-In-Place Concrete Construction
Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast, ,
cured, and finished in accordance with Section 6-02, and the details shown in the
Plans and Standard Plans. All cast-in-place concrete shall be Class 4000.
The Contractor shall P
rovide the specified surface finish as noted, and to the limits '
P
shown, in the Plans to the exterior concrete surfaces. Special surface finishes
achieved with formliners shall conform to Sections 6-02.2 and 6-02.3(14)as ,
supplemented in the Special Provisions.
Cast-in-place concrete for adjacent wall stem sections (between vertical expansion
joints) shall be formed and placed separately, with a minimum 12 hour time period r
between concrete placement operations.
Premolded joint filler, 1/2"thick, shall be placed full height of all vertical wall stem
expansion joints in accordance with Section 6-01.14.
6-11.3(5) Backfill,Weepholes and Gutters
Unless the Plans specify otherwise,backfill and weepholes shall be placed in
accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain ,
shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone
defined as bridge approach embankment in Section 1-01.3 shall be compacted in
accordance with Method C of Section 2-03.3(14)C. All other backfill shall be ,
compacted in accordance with Method B of Section 2-03.3(14)C,unless otherwise
specified. '
Cement concrete gutter shall be constructed as shown in the Standard Plans.
6-11.3(6) Traffic Barrier and Pedestrian Barrier ,
When shown in the flans,traffic barrier and pedestrian barrier shall be constructed
in accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the '
Plans and Standard Plans.
6-11.4 Measurement
Concrete Class 4000 for retaining wall will be measured as specified in Section 6-
02.4.
Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for
retaining wall will be measured as specified in Section 6-02.4.
Traffic barrier and pedestrian barrier will be measured as-specified in Section 6-10.4
for cast-in-place concrete barrier.
49
6-11.5 Payment
' Payment will be made in accordance with Section 1-04.1 for each of the following
bid items when they are included in the proposal:
"Conc. Class 4000 For Retaining Wall", per cubic yard.
All costs in connection with furnishing and installing weep holes and premolded
joint filler shall be included in the unit contract price per cubic yard for"Conc.
' Class 4000 for Retaining Wall".
"St. Reinf. Bar For Retaining Wall",per pound.
"Epoxy-Coated St. Reinf. Bar For Retaining Wall",per pound.
"Traffic Barrier", per linear foot.
' "Pedestrian Barrier", per linear foot.
The unit contract price per linear foot for"_Barrier" shall be full pay for
constructing the barrier on top of the retaining wall, except that when these bid
' items are not included in the proposal, all costs in connection with performing
the work as specified shall be included in the unit contract price per cubic yard
' for"Conc. Class 4000 For Retaining Wall", and the unit contract price per
pound for" Bar For Retaining Wall".
SECTION 6-13: STRUCTURAL EARTH WALLS
April 4,2005
6-13.1 Description
This work consists of constructing structural earth walls (SEW).
P 6-13.2 Materials
Materials shall meet the requirements of the following sections:
Cement 9-01
Aggregates for Portland Cement Concrete 9-03.1
Gravel Backfill 9-03.12(2)
Premolded Joint Filler 9-04.1(2)
Steel Reinforcing Bar 9-07.2
Epoxy-Coated Steel Reinforcing Bar 9-07.3
' Concrete Curing Materials and Admixtures 9-23
Fly Ash 9-23.9
Water 9-25
Other materials required shall be as specified in the Special Provisions.
6-13.3 Construction Requirements
.. Proprietary structural earth wall systems shall be as specified in the Special Provisions.
50
6-13.3(1) Quality Assurance '
The structural earth wall manufacturer shall provide a qualified and experienced
representative to resolve wall construction problems as approved by the Engineer. The ,
structural earth wall manufacturer's representative shall be present at the beginning of
wall construction activities, and at other times as needed throughout construction.
Recommendations made by the structural earth wall manufacturer's representative and '
approved by the Engineer shall be followed by the Contractor.
The completed wall shall meet the following tolerances: '
1. Deviation from the design batter and horizontal alignment,when measured
along a ten foot straight edge, shall not exceed the following: '
a. Welded wire faced structural earth wall: 2 inches
b. Precast concrete panel and
concrete block faced structural earth wall: 3/4 inch
2. Deviation from the overall design batter of the wall shall not exceed the r'
following per ten feet of wall height:
a. Welded wire faced structural earth wall: 1.5 inches
b. Precast concrete panel and ,
concrete block faced structural earth wall: 1/2 inch
3. The maximum outward bulge of the face between welded wire faced structural '
earth wall reinforcement layers shall not exceed two inches. The maximum
allowable offset in any precast concrete facing panel joint shall be 3/4 inch. The '
maximum allowable offset in any concrete block joint shall be 3/8 inch.
4. The base of the structural earth wall excavation shall be within three inches of '
the staked elevations,unless otherwise approved by the Engineer.
5. The external structural earth wall dimensions shall be placed within two inches '
of that staked on the ground.
6. The backfill reinforcement layers shall be located horizontally and vertically '
within one inch of the locations shown in the structural earth wall working
drawings as approved by the Engineer.
At least five working days prior to the Contractor beginning any structural earth wall ,
work at the site,a structural earth wall preconstruction conference shall be held to discuss
construction procedures, personnel, and equipment to be used, and other elements of '
structural earth wall construction. Those attending shall include:
51 ,
I. (representing the Contractor) The superintendent, on site supervisors, and all
foremen in charge of excavation, leveling pad placement, concrete block and
soil reinforcement placement, and structural earth wall backfill placement and
compaction.
2. (representing the Structural Earth Wall Manufacturer)The qualified and
experienced representative of the structural earth wall manufacturer as specified
at the beginning of this Section.
3. (representing the Contracting Agency) The Project Engineer, key inspection
personnel, and representatives from the WSDOT Construction Office and
Materials Laboratory Geotechnical Services Branch.
6-13.3(2) Submittals
The Contractor, or the supplier as the Contractor's agent, shall furnish to the Engineer a
Manufacturer's Certificate of Compliance in accordance with Section 1-06.3, certifying
that the structural earth wall materials conform to the specified material requirements.
This includes providing a Manufacturer's Certificate of Compliance for all concrete
admixtures, cement, fly ash, steel reinforcing bars, reinforcing strips, reinforcing mesh,
tie strips, fasteners,welded wire mats, backing mats, construction geotextile for wall
facing, drainage geosynthetic fabric,block connectors, and joint materials. The
Manufacturer's Certificate of Compliance for geogrid reinforcement shall include the
' information specified in Section 9-33.4(4) for each geogrid roll, and shall specify the
geogrid polymer types for each geogrid roll.
A copy of all test results,performed by the Contractor or the Contractor's supplier, which
are necessary to assure compliance with the specifications, shall submitted to the
Engineer along with each Manufacturer's Certificate of Compliance.
' Before fabrication,the Contractor shall submit a field construction manual for the
structural earth walls,prepared by the wall manufacturer,to the Engineer for approval in
' accordance with Section 6-01.9. This manual shall provide step-by-step directions for
construction of the wall system.
' The Contractor, or the supplier as the Contractor's agent, shall submit detailed design
calculations and working drawings to the Engineer for approval in accordance with
Section 6-01.9.
The design calculation and working drawing submittal shall include detailed design
calculations and all details, dimensions, quantities,and cross-sections necessary to
' construct the wall. The calculations shall include a detailed explanation of any symbols
and computer programs used in the design of the walls. All computer output submitted
shall be accompanied by supporting hand calculations detailing the calculation process.
The design calculations shall be based on the current AASHTO Standard Specifications
for Highway Bridges including current interims,and also based on the following:
� 52
1. The factor of safety for overturning and sliding are 2.0 and 1.5 respectively for
AASI4TO Load Group I, and 1.5 and 1.1 respectively for AASHTO Load '
Group VII.
2. The wall surcharge conditions (backfill slope) shown in the Plans. ,
3. If a highway is adjacent to and on top of the wall, a two foot surcharge shall be
used in the design. '
4. If the Plans detail a traffic barrier on top of the wall,the barrier and wall shall be
capable of resisting a 10,000 pound horizontal load applied at the top of the '
barrier.
5. The geotechnical design parameters for the wall shall be as specified in the
Special Provisions.
A minimum of six sets of working drawings shall be fully detailed and shall include,but
not be limited to,the following items:
1. A plan and elevation sheet or sheets for each wall,containing the following:
a. An elevation view of the wall which shall include the following:
at the to of the wall at all horizontal and '
i. the elevation p ,
vertical break points, and at least every 50 feet along the wall; '
ii. elevations at the base of welded wire mats or the top of
leveling pads and foundations, and the distance along the face
of the wall to all steps in the welded wire mats, foundations ,
and leveling pads;
iii. the designation as to the type of panel,block, or module; '
iv. the length, size,and number of geogrids or mesh or strips, '
and the distance along the face of the wall to where changes
in length of the geogrids or mesh or strips occur;or
v. the length, size,and wire sizes and spacings of the welded
wire mats and backing mats, and the distance along the face
of the wall to where changes in length, size,and wire sizes
and spacings of the welded wire mats and backing mats
occur; and
vi. the location of the original and final ground line.
53
.. b. A plan view of the wall which shall indicate the offset from the
construction centerline to the face of the wall at all changes in
horizontal alignment; the limit of the widest module, geogrid, mesh,
strip or welded wire mat, and the centerline of any drainage structure
or drainage pipe which is behind or passes under or through the wall.
c. General notes, if any, required for design and construction of the wall.
d. All horizontal and vertical curve data affecting wall construction.
e. A listing of the summary of quantities provided on the elevation sheet
' of each wall for all items including incidental items.
f. Cross-section showing limits of construction. In fill sections, the
' cross-section shall show the limits and extent of select granular
backfill material placed above original ground.
g. Limits and extent of reinforced soil volume.
' 2. All details including steel reinforcing bar bending details. Bar bending details
shall be in accordance with Section 9-07.1.
3. All details for foundations and leveling pads, including details for steps in the
foundations or leveling pads, as well as allowable and actual maximum bearing
pressures for AASHTO Load Groups I and VII.
' 4. All modules and facing elements shall be detailed. The details shall show all
dimensions necessary to construct the element, all steel reinforcing bars in the
' element, and the location of reinforcement element attachment devices
embedded in the precast concrete facing panel or concrete block.
' 5. All details for construction of the wall around drainage facilities, sign, signal,
luminaire, and noise barrier wall foundations, and structural abutment and
foundation elements shall be clearly shown.
6. All details for connections to traffic or pedestrian barriers, coping, parapets,
noise barrier walls, and attached lighting shall be shown.
7. All details for the traffic or pedestrian barrier attached to the top of the wall (if
shown in the Plans)including interaction with bridge approach slabs.
The Contractor shall not begin wall construction (including precast concrete facing panel
fabrication)until receiving the Engineer's written approval of the material certifications
and test results,design calculations and working drawing submittals.
54
6-13.3(3) Excavation and Foundation Preparation
Excavation shall conform to Section 2-09.3(4) and to the limits and construction stages
shown in the Plans. Foundation soils found to be unsuitable shall be removed and 1
replaced in accordance with Section 2-09.3(1)C. The foundation for the structure shall be
graded level for a width equal to or exceeding the length of reinforcing as shown in the
structural earth wall working drawings as approved by the Engineer and, for walls with
geogrid reinforcing, in accordance with Section 2-12.3. Prior to wall construction, the
foundation, if not in rock, shall be compacted as approved by the Engineer.
At the foundation level of the bottom course of precast concrete facing panels and ,
concrete blocks, an unreinforced concrete leveling pad shall be provided as shown in the
Plans. The leveling pad shall be cured a minimum of 12 hours and have a minimum
compressive strength of 1500 psi before placement of the precast concrete facing panels .r
or concrete blocks.
6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication
Concrete for precast concrete facing panels shall meet the following requirements:
1. Have a minimum 28 day compressive strength of 4,000 pounds per square inch, r
unless otherwise specified in the Special Provisions for specific proprietary wall
systems. '
2. Contain a water-reducing admixture meeting AASHTO M 194 Type A, D, F, or
G. '
3. Be air-entrained, 6 percent 0 1 1/2 percent. '
4. Have a maximum slump of four inches, or six inches if a Type F or G water
reducer is used. '
Concrete for dry cast concrete blocks shall meet the following requirements:
1. Have a minimum 28 day compressive strength of 4,000 psi. '
2. Conform to ASTM C 1372, except as otherwise specified.
3. The lot of blocks produced for use in this project shall conform to the following
freeze-thaw test requirements when tested in accordance with ASTM C 1262.
Minimum acceptable performance shall be defined as weight loss at the
conclusion of 150 freeze-thaw cycles not exceeding one percent of the block's
initial weight for a minimum of four of the five block specimens tested. ,
4. The concrete blocks shall have a maximum water absorption of one percent
above the water absorption content of the lot of blocks produced and
successfully tested for the freeze-thaw test specified in item 3 above.
55
.r Precast concrete facing panels and concrete blocks will be accepted based on successful
compressive strength tests and visual inspection. The precast concrete facing panels and
concrete blo*§ shall be considered acceptable regardless of curing age when
+� compressive t6st results indicate that the compressive strength conforms to the 28-day
requirements and when the visual inspection is satisfactorily completed. Testing and
' inspection of precast concrete facing panels shall conform to Section 6-02.3(28). Testing
and inspection of dry cast concrete blocks shall conform to ASTM C 140.
1 All precast concrete facing panels shall be five feet square, except:
1. for partial panels at the top, bottom, and ends of the wall, and
2. as otherwise shown in the Plans.
All precast concrete facing panels shall be manufactured within the following tolerances:
1. All dimensions ❑ 3/16 inch.
2. Squareness, as determined by the difference between the two diagonals, shall
not exceed 1/2 inch.
3. Surface defects on smooth formed surfaces measured on a length of 5 feet shall
' not exceed 1/8 inch. Surface defects on textured-finished surfaces measured on
a length of five feet shall not exceed 5/16 inch.
All concrete blocks shall be manufactured within the following tolerances:
1. Vertical dimensions shall be+ 1/16 inch of the plan dimension, and the rear
height shall not exceed the front height.
2. The dimensions of the grooves in the top and bottom faces of the concrete
blocks shall be formed within the tolerances specified by the proprietary wall
,,. manufacturer, for the fit required for the block connectors.
3. All other dimensions shall be+ 1/4 inch of the plan dimension.
Tie attachment devices, except for geosynthetic reinforcement, shall be set in place to the
dimensions and tolerances shown in the Plans prior to casting.
The forms forming precast concrete facing panels, including the forms for loop pockets
and access pockets, and the forms forming the concrete blocks, shall be removed in
accordance with the recommendations of the wall manufacturer,without damaging the
concrete.
The concrete surface for the precast concrete facing panel shall have the finish shown in
the Plans for the front face and an unformed finish for the rear face. The rear face of the
56
I
i
precast concrete facing panel shall be roughly screeded to eliminate open pockets of
aggregate and surface distortions in excess of 1/4 inch.
The concrete surface for the front face of the concrete block shall be flat, and shall be a ,
conventional "split face" finish in accordance with the wall manufacturer's
specifications. The concrete surface of all other faces shall be Class 2 in accordance with '
Section 6-02.3(14)B. The finish and appearance of the concrete blocks shall also
conform to ASTM C 1372. The color of the concrete block shall be concrete gray, unless
otherwise shown in the Plans. '
The date of manufacture, production lot number, and the piece-mark, shall be clearly
marked on the rear face of each precast concrete facing panel, and marked or tagged on
each pallet of concrete blocks.
All precast concrete facing panels and concrete blocks shall be handled, stored, and
shipped in accordance with Sections 6-02.3(28)G and 6-02.3(28)H to prevent chipping, +•
cracks, fractures, and excessive bending stresses.
Precast concrete facing panels in storage shall be supported on firm blocking located
immediately adjacent to tie strips to avoid bending the tie strips.
6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection
The precast concrete facing panels shall be placed vertically. During erection, precast
concrete facing panels shall be handled by means of a lifting device set into the upper
edge of the panels.
Concrete blocks shall be erected in a running bond fashion in accordance with the wall
manufacturer's field construction manual, and may be placed by hand. The top surface of
each course of concrete blocks, including all pockets and recesses, shall be.cleaned of
backfill and all extraneous materials prior to connecting the reinforcing strips or
geosynthetic reinforcing, and placing the next course of concrete blocks. Concrete blocks
receiving geosynthetic reinforcement shall be connected as specified in the Special
Provisions. Cap block top courses shall be bonded to the lower course of concrete blocks
as specified below. All other concrete blocks shall be connected with block connectors
or pins placed into the connector slots.
Precast concrete facing panels and concrete blocks shall be placed in successive
horizontal lifts as backfill placement proceeds in the sequence shown in the structural
earth wall working drawings as approved by the Engineer.
External bracing is required for the initial lift for precast concrete facing panels.
As backfill material is placed behind the precast concrete facing panels,the panels shall
be maintained in vertical position by means of temporary wooden wedges placed in the
joint at the junction of the two adjacent panels on the external side of the wall. ,..
57
Aw Reinforcing shall be placed normal to the face of the wall, unless otherwise shown in the
Plans or directed by the Engineer. Prior to placement of the reinforcing, backfill shall be
compacted.
Geosynthetic reinforcing shall be placed in accordance with Section 2-12.3 and as
' follows:
1. The Contractor shall stretch out the geosynthetic in the direction perpendicular
to the wall face to remove all slack and wrinkles, and shall hold the geosynthetic
in place with soil piles or other methods as recommended by the geosynthetic
manufacturer, before placing backfill material over the geosynthetic to the
specified cover.
2. The geosynthetic reinforcement shall be continuous in the direction
perpendicular to the wall face from the back face of the concrete panel to the
end of the geosynthetic or to the last geogrid node at the end of the specified
reinforcement length. Geosynthetic splices parallel to the wall face will not be
allowed.
At the completion of each course of concrete blocks and prior to installing any block
connectors or geosynthetic reinforcement at this level,the Contractor shall check the
blocks for level placement in all directions, and shall adjust the blocks by grinding or rear
face shimming, or other method as recommended by the structural earth wall
manufacturer's representative and as approved by the Engineer, to bring the blocks into a
level plane.
For concrete block wall systems receiving a cap block top course,the cap blocks shall be
bonded to the lower course with mortar, or with an adhesive capable of bonding the
concrete block courses together.
6-13.3(6) Welded Wire Faced Structural Earth Wall Erection
The Contractor shall erect the welded wire wall reinforcement in accordance with the
wall manufacturer's field construction manual and as approved by the Engineer.
Construction geotextile for wall facing shall be placed between the backfill material
within the reinforced zone and the coarse granular material immediately behind the
welded wire wall facing, as shown in the Plans and the structural earth wall working
drawings as approved by the Engineer.
6-13.3(7) Backfill
Backfill placement shall closely follow erection of each course of welded wire mats and
backing mats, precast concrete facing panels, or concrete blocks. Backfill shall be placed
.. in such a manner as to avoid any damage or disturbance to the wall materials or
misalignment of the welded wire mats and backing mats,precast concrete facing panels,
or concrete blocks. Backfill shall be placed in a manner that segregation does not occur.
58
1
The Contractor shall place wall backfill over geosynthetic reinforcement, or construction
geotextile for wall facing, in accordance with Section 2-12.3 and as follows:
1. The contractor shall ensure that six inches minimum of backfill shall be
between the geogrid reinforcement, or construction geotextile for wall facing,
and any construction vehicle or equipment tires or tracks at all times.
Misalignment or distortion of the precast concrete facing panels or concrete blocks due to
placement of backfill outside the limits of this specification shall be corrected in a
manner as approved by the Engineer.
The moisture content of the backfill material prior to and during compaction shall be
uniformly distributed throughout each layer of material. The moisture content of all .0
backfill material shall conform to Sections 2-03.3(14)C and 2-03.3(14)D.
Backfill shall be compacted in accordance with Method C of Section 2-03.3(14)C, except
as follows:
1. The maximum lift thickness after compaction shall not exceed ten inches.
2. The Contractor shall decrease this lift thickness, if necessary,to obtain the -�
specified density.
3. The Contractor shall not use sheepsfoot rollers or rollers with protrusions for
compacting backfill reinforced with geosynthetic layers, or for compacing the
first lift of backfill above the construction geosynthetic for wall facing for each
layer of welded wire mats. Rollers shall have sufficient capacity to achieve
compaction without causing distortion to the face of the wall in accordance with
the tolerances specified in Section 6-13.3(1).
4. The Contractor shall compact the zone within three feet of the back of the wall
facing panels without causing damage to or distortion of the wall facing
elements(welded wire mats,backing mats, construction geotextile for wall
facing, precast concrete facing panels, and concrete blocks)by using light
mechanical tampers as approved by the Engineer. No soil density tests will be
taken within this area.
5. For wall systems with geosynthetic reinforcement,the minimum compacted
backfill lift thickness of the first lift above each geosynthetic reinforcement ,r
layer shall be six inches.
At the end of each day's operation,the Contractor shall shape the last level of backfill to
permit runoff of rainwater away from the wall face. In addition,the Contractor shall not
allow surface runoff from adjacent areas to enter the wall construction site.
sr
59
.r
Wall materials damaged or disturbed during backfill placement shall be either removed
and replaced, or adjusted and repaired, by the Contractor as approved by the Engineer at
no additional expense to the Contracting Agency.
6-13.3(8) Guardrail Placement
Where guardrail posts are required, the Contractor shall not begin installing guardrail
posts until completing the structural earth wall to the top of wall elevation shown in the
Plans. The Contractor shall install the posts in a manner that prevents movement of the
precast concrete facing panels or concrete blocks, and prevents ripping,tearing, or
pulling of the wall reinforcement.
The Contractor may cut welded wire reinforcement of welded wire faced structural earth
walls to facilitate placing the guardrail posts, but only in the top two welded wire
reinforcement layers and only with the approval of the Engineer in a manner that prevents
bulging of the wall face and prevents ripping or pulling of the welded wire reinforcement.
Holes through the welded wire reinforcement shall be the minimum size necessary for the
post. The Contractor shall demonstrate to the Engineer prior to beginning guardrail post
installation that the installation method will not rip,tear, or pull the wall reinforcement.
The Contractor shall place guardrail posts between the reinforcing strips,reinforcing
mesh, and tie strips of the non-geosynthetic reinforced precast concrete panel or concrete
' block faced structural earth walls. Holes through the reinforcement of geosynthetic
reinforced walls, if necessary, shall be the minimum size necessary for the guardrail post.
6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with
Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth
wall working drawings as approved by the Engineer:
6-13.4 Measurement
Structural earth wall will be measured by the square foot of completed wall in place. The
bottom limits for vertical measurement will be the bottom of the bottom mat, for welded
wire faced structural earth walls, or the top of the leveling pad (or bottom of wall if no
leveling pad is present) for precast concrete panel or concrete block faced structural earth
walls. The top limit for vertical measurement will be the top of wall as shown in the
Plans. The horizontal limits for measurement are from the end of the wall to the end of
the wall.
Backfill for structural earth wall including haul will be measured by the cubic yard in
place determined by the limits shown in the Plans.
SEW traffic barrier, and SEW pedestrian barrier will be measured as specified in Section
6-10.4 for cast-in-place concrete barrier.
.. Structure excavation Class B, structure excavation Class B including haul, and shoring or
extra excavation Class B, will be measured in accordance with Section 2-09.4.
60
6-13.5 Payment
Payment will be made in accordance with Section 1-04.1 for each of the following bid
items when they are included in the proposal:
"Structural Earth Wall", per square foot.
All costs in connection with furnishing materials for, and constructing, structural
earth walls, including constructing leveling pads when specified, shall be included in
the unit contract price per square foot for"Structural Earth Wall".
"Backfill for Structural Earth Wall Incl. Haul",per cubic yard.
All costs in connection with furnishing and placing backfill for structural earth wall,
including hauling and compacting the backfill, and furnishing and placing the wall
facing backfill for welded wire faced structural earth walls, shall be included in the
unit contract price per cubic yard for`Backfill for Structural Earth Wall Incl. Haul".
"SEW Traffic Barrier",per linear foot.
"SEW Pedestrian Barrier",per linear foot.
The unit contract price per linear foot for"SEW_Barrier" shall be full pay for
constructing the barrier on top of the structural earth wall, except that when these bid
items are not included in the proposal, all costs in connection with performing the
work as specified shall be included in the unit contract price per square foot for
"Structural Earth Wall".
"Structure Excavation Class B",per cubic yard.
"Structure Excavation Class B Incl. Haul",per cubic yard.
"Shoring Or Extra Excavation Class B",per square foot.
SECTION 7-05: MANHOLES,INLETS, CATCH BASINS,AND DRYWELLS
August 2,2004
7-05.5 Payment
The sentence following "Catch Basin Type 2_In. Diam.",per each" is deleted.
The following is inserted after"Concrete Inlet",per each":
All costs associated with furnishing and installing gravel backfill for bedding
manholes, inlets and catch basins shall be included in the unit contract price for the
item installed. J
The following is inserted after"Precast Concrete Drywell",per each. 1'I
"Combination Inlet", per each.
All costs associated with furnishing and installing gravel backfill for bedding
manholes, inlets, and catch basins shall be in the unit contract price for the item
installed.
61
SECTION 7-12: VALVES FOR WATER MAINS
April 5,2004
7-12.3 Construction Requirements
In the third paragraph the reference to Section 7-10 is revised to Section 7-09.
In the fourth paragraph the reference to Section 7-11 is revised to Section 7-09.
SECTION 7-15: SERVICE CONNECTIONS
April 5,2004
7-15.3 Construction Requirements
In the second paragraph the reference to Section 7-10 is revised to Section 7-09.
SECTION 7-17: SANITARY SEWERS
April 5,2004
7-17.3(2)B Exfiltration Test
In the third paragraph, "Maximum leakage (in gallons per hour)"=0.28 x ❑H
xDx L
❑6 100 .
7-17.3(2)C Infiltration Test
In the second paragraph, "Maximum leakage (in gallons per hour)"=0.16 x ❑H x D x
L
+►
112
100 .
+" 7-17.3(2)E Low Pressure Air Test for Sanitary Sewers Constructed of Air-
Permeable Materials
In the seventh paragraph, the statement"If CT-1,then time=KT" is revised to"If CT< 1,
then time=KT."
In the seventh paragraph, the statement"If CT• 1.75,then time=KT/1.75"is revised to
"If CT> 1.75,then time=KT/1.75."
SECTION 8-01: EROSION CONTROL AND WATER POLLUTION CONTROL
` August 2,2004
8-01.3(1)B Erosion and Sediment Control (ESC) Lead
This section is revised to read:
The Contractor shall identify the ESC Lead at the preconstruction discussions. The
ESC Lead shall have, for the life of the contract, a current Certificate of Training in
Construction Site Erosion and Sediment Control from a course approved by
WSDOT's Statewide Erosion Control Coordinator.
62
The ESC Lead shall implement the Temporary Erosion and Sediment Control
(TESC)plan. Implementation shall include, but is not limited to:
1. Installing and maintaining all temporary erosion and sediment control Best
Management Practices (BMPs) included in the TESC plan to assure
continued performance of their intended function. Damaged or inadequate
TESC BMPs shall be corrected immediately.
2. Inspecting all on-site erosion and sediment control BMPs at least once
every five working days and each working day there is a runoff event.
Inspections shall occur within 24 hours of the runoff event. A TESC
Inspection Report shall be prepared for each inspection and shall be
included in the TESC file. A copy of each TESC Inspection Report shall
be submitted to the Engineer no later than the end of the next working day
following the inspection. The report shall include,but not be limited to:
a. When,where and how BMPs were installed,maintained,
modified, and removed;
b. Observations of BMP effectiveness and proper placement;
c. Recommendations for improving future BMP performance with
upgraded or replacement BMPs when inspections reveal TESC
plan inadequacies.
3. Updating and maintaining a TESC file on site that includes,but is not
limited to:
a. TESC Inspection Reports.
b. Temporary Erosion and Sediment Control (TESC)plan narrative.
c. National Pollutant Discharge Elimination System construction
permit(Notice of Intent).
d. Other applicable permits.
Upon request,the file shall be provided to the Engineer for review.
SECTION 8-04: CURBS, GUTTERS,AND SPILLWAYS
December 6,2004
8-04.3(1)A Extruded Cement Concrete Curb
The second and third paragraphs are revised to read:
The pavement shall be dry and cleaned of loose and deleterious material prior to
curb placement. Cement concrete curbs shall be anchored to the existing pavement
by placing steel tie bars 1 foot on each side of every joint.
Tie bars shall meet the dimensions shown in the Standard Plans.
63 ,
SECTION 8-12: CHAIN LINK FENCE AND WIRE FENCE
August 2,2004
8-12.3(1)A Posts
The seventh paragraph is revised to read:
Pullposts shall be spaced at 1,000-foot maximum intervals for Type 1, 3, and 6 fence, and
at 500-foot maximum intervals for Type 4 fence.
SECTION 8-14: CEMENT CONCRETE SIDEWALKS
April 4,2005
8-14.3(3) Placing and Finishing Concrete
The fourth paragraph is revised to read:
Sidewalk ramps shall be of the type specified in the Plans. The detectable warning
pattern shall have the truncated dome shape shown in the Standard Plans and may be
installed using a manufactured material before or after the concrete has cured, or by
installing masonry or ceramic tiles. Embossing or stamping the wet concrete to
achieve the truncated dome pattern or using a mold into which a catalyst hardened
material is applied shall not be allowed. Acceptable manufacturers' products are
shown on the Qualified Products List.
When masonry or ceramic tiles are used to create the detectable warning pattern,the
Contractor shall block out the detectable warning pattern area to the depth required
for installation of the tiles and finish the construction of the concrete ramp. After the
concrete has set and the forms have been removed, the Contractor shall install the
tiles using standard masonry practices.
The two-foot wide detectable warning pattern area on the ramp shall be yellow and
shall match Federal Standard 595a, color number 33538. When painting the
detectable warning pattern is required,paint shall conform to section 9-34.2(1).
8-14.3(5) Ramp Detectable Warning Retrofit
This section is supplemented with the following:
Where shown in the plans,the Contractor shall retrofit existing cement concrete
sidewalk ramps by installing a detectable warning pattern having the truncated dome
shape shown in the Standard Plans. The warning pattern shall be the width of the
ramp and cover the bottom two feet of the ramp. The truncated dome pattern shall
be perpendicular to the long axis of the ramp.
The Contractor shall use one of the detectable warning pattern products listed in the
Qualified Products List or submit another manufacturer's product for approval by the
Engineer. The warning pattern shall be capable of being bonded to an existing
cement concrete surface. The surface of the warning pattern, excluding the domes,
shall not be more than 3/8 inch above the surface of the concrete after installation.
64
8-14.4 Measurement
This section is supplemented with the following:
Ramp detectable warning retrofit will be measured by the square foot of truncated
dome material installed on the existing ramp.
8-14.5 Payment
The following new bid item is inserted after"Cement Conc. Sidewalk Ramp Type
per each.
"Ramp Detectable Warning Retrofit",per square foot.
SECTION 8-20: ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND
ELECTRICAL
April 5,2004
8-20.3(5) Conduit
The third sentence in the seventeenth paragraph is revised to read:
Grout shall obtain a minimum of 4000 psi compressive strength at 7 days.
8-20.3(6) Junction Boxes,Cable Vaults, and Pull boxes
This section is supplemented with the following:
Where conduit and junction boxes are placed in barrier,the Prime Contractor shall
coordinate the work of the Contractor constructing the barrier and the electrical
Contractor so that each junction box placed in the barrier is placed in correct
alignment with respect to the barrier,with the face of the box flush or uniformly
chamfered within '/Z inch of the barrier surface. If any point on the surface of the
junction box placed in barrier is recessed more than 1/2 inch from the surface of the
barrier,the Contractor shall install a box extension meeting the Engineer's approval
and grout around the extension or remove and replace the entire section of barrier.
8-20.3(9) Bonding,Grounding
The first paragraph is revised to read: to
All metallic appurtenances containing electrical conductors(luminaires, light
standards, cabinets,metallic conduit,non-metallic conduit,etc.) shall be made
mechanically and electrically secure to form a continuous systems which shall be
effectively grounded. Where metallic conduit systems are employed,the conduit
system constitutes the equipment grounding conductor. Where nonmetallic conduit
is installed,the installation shall include an equipment ground conductor, in addition
to the conductors noted in the contract. Bonding jumpers and equipment grounding
conductors shall be installed in accordance with Section 9-29.3. The equipment
ground conductor between the isolation switch and the sign lighter fixtures may be
No. 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a
65
common conduit,the equipment grounding conductor shall be sized by the rating of
the largest overcurrent device serving any circuit contained within the conduit.
8-20.311
( ) Testing
The fourth paragraph is revised to read:
When the project includes a traffic signal system, the Contractor shall conduct tests
noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a
minimum of five days advance written notice of the proposed traffic signal turn-on
date and time. The traffic signal turn-on procedure shall not begin until all required
channelization,pavement markings, illumination, signs, and sign lights are
substantially complete and operational unless otherwise allowed by the Engineer.
The Contractor shall provide traffic control to stop all traffic from entering the
intersection. The Contracting Agency electronics technician will program the
controller and enter the timing data, then turn the traffic signal system to its flash
mode to verify proper flash indications. The Contracting Agency electronics
technician will then conduct functional tests to demonstrate that each part of the
traffic signal system functions as specified. The Contractor shall conduct functional
tests to demonstrate that each part of the illumination system, or other electrical
system, functions as specified. These demonstration shall be conducted in the
presence of a Contracting Agency electronic technician,the Contracting Agency
electrical inspector, and Regional Traffic Engineer or his/her designee. The
Contracting Agency electronics technician will then turn the traffic signal to stop-
and-go operation for no less than one full cycle. Based on the results of the turn-on,
the Engineer will direct the Contracting Agency electronics technician to either turn
the traffic signal on to normal stop-and-go operation,to turn the signal to flash mode
for a period not to exceed five calendar days, or to turn the signal off and require the
Contractor to cover all signal displays and correct all deficiencies.
SECTION 8-22: PAVEMENT MARKING
April 4,2005
8-22.1 Description
Transverse Markings
This section is revised to read:
rr.
Crosswalk Line
A series of SOLID WHITE lines, 24 inches wide and 8 feet long,conforming to
details in the Standard Plans.
Stop Line
A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract.
Symbol Markings
This section is supplemented with the following:
66
Access Parking Space Symbol with Background
A WHITE marking with, a BLUE background and WHITE border conforming
to details in the Standard Plans that is used to a designate restricted parking stall
on cement concrete pavement surfaces. to
Yield Line Symbol
A series of WHITE markings conforming to details in the Standard Plans r,
forming a transverse line across a vehicle path and used to designate the point
when vehicles shall yield before entering a traffic lane.
Yield Ahead Symbol
A WHITE marking conforming to details in the Standard Plans that is used in
advance of a yield line. vp
Speed Bump Symbol
WHITE marking used to identify a speed bump placed in a traffic lane.
8-22.3(2) Preparation of Roadway Surfaces
This section is revised to read:
For the application of paint the pavement surface temperature and ambient
temperature shall be 500 F and rising. New and existing HMA pavement shall be
dry, clean and free of contaminants such as surface oils. Portland cement concrete
pavement shall have a minimum compressive strength of 2500 psi and shall be dry,
clean and free of contaminants. Contaminants shall be removed by approved
mechanical means.
For the application of plastic pavement marking material surface temperature and
ambient temperature shall be 500 F and rising. New and existing HMA pavement
shall be dry, clean, and free of contaminants such as surface oils and existing
pavement marking materials. Portland cement concrete pavement shall also be free
of contaminants including curing agents. Contaminants shall be removed by
approved mechanical means.
Pavement surfaces shall be prepared for plastic marking application in accordance
with the previous paragraph and the pavement marking material manufacturer's
recommendations. Manufacturers of Type D material also require a pavement cure
period prior to application. Typically,Type D material applied on hot mix asphalt
pavement requires a pavement cure period of 21 days. Typically, Type D material �r
applied on portland cement concrete pavement requires a pavement cure period of 28
days. These cure periods may be reduced if the manufacturer performs a successful
bond test. ar
Existing pavement marking material shall be removed, measured, and paid for in
accordance with the provisions in this section of the Standard Specifications.
67
.r
8-22.3(3) Marking Application
The first paragraph is revised to read:
Lane line and right edge line shall be white in color. Center line and left edge line
shall be yellow in color. All temporary pavement markings shall be retroreflective.
Paint and sprayed or extruded plastic material shall be applied with a top dressing of
glass breads. Two applications of paint will be required to complete all paint
markings. The time period between paint applications will vary depending on the
type of pavement and paint (low VOC waterborne, high VOC solvent, or low VOC
solvent) as follows:
Pavement Type Paint Type Time Period
Bituminous Surface Treatment Low VOC Waterborne 4 hours min.,48
hours max.
Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30
days max.
Cement Concrete Pavement Low VOC Waterborne 4 hours min., 30
days max.
Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48
hrs. max.
Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30
days max.
Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30
days max.
The first sentence of the second paragraph is revised to read:
Where paint is applied on centerline on two-way roads with bituminous surface
treatment or centerline rumble strips,the second paint application shall be applied in
the opposite direction as the first application.
The ninth and tenth paragraphs are revised to read:
Profiles are definectas that portion of the plastic line that is applied at a greater
thickness than the base line thickness. Profiles shall be applied using the extruded
method in the same application as the base line. See the Standard Plans for details.
Embossed plastic lines are defined as a plastic line applied with a transverse groove.
Embossed plastic lines may be applied with profiles. See the Standard Plans for
details.
,,. The last paragraph is revised to read:
When two or more spray applications are required to meet thickness requirements
w,. for Type A and Type D materials,top dressing with glass beads is only allowed on
the last application. Any loose beads, dirt or other debris shall be swept or blown off
68
the line prior to application of each successive application. Successive applications
shall be applied squarely on top of the preceding application.
8-22.4 Measurement
The sixth paragraph is revised to read:
Diagonal and chevron-shaped lines used to delineate medians, gore areas, and
parking stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the
color and pattern shown in the Standard Plans. These lines will be measured as
painted or plastic line or wide.line by the linear foot of line installed. Crosswalk line
will be measured by the square foot of marking installed.
The seventh paragraph is revised to read: •
Traffic arrows,traffic letters, access parking space symbols, HOV symbols, railroad
crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full,
and 1/2 markers, yield line symbols,yield ahead symbols, and speed bump symbols
will be measured per each. Type 1 through 6 traffic arrows will be measured as one
unit each,regardless of the number of arrow heads.
The ninth paragraph is revised to read:
Removal of traffic arrows,traffic letters, access parking space symbol, HOV lane
symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed M"
bump symbol will be measured per each. Removal of crosswalk lines will be
measured by the square foot of lines removed.
.r
8-22.5 Payment
The following items are deleted:
"Painted HOV Lane Symbol Type
"Plastic HOV Lane Symbol Type "
This section is supplemented with the following:
. ar
"Painted Access Parking Space Symbol with Background",per each.
"Plastic Access Parking Space Symbol with Background",per each.
"Painted HOV Lane Symbol",per each. W
"Plastic HOV Lane Symbol",per each.
"Painted Yield Line Symbol",per each.
"Plastic Yield Line Symbol",per each.
"Painted Yield Ahead Symbol",per each.
"Plastic Yield Ahead Symbol",per each.
"Painted Speed Bump Symbol", per each. yr
"Plastic Speed Bump Symbol",per each.
r
69
SECTION 9-01: PORTLAND CEMENT
December 6, 2004
9-01.2(1) Portland Cement
This section is revised to read:
Portland cement shall conform to the requirements for Types I, II, or III cement of
the Standard Specifications for Portland Cement, AASHTO M 85 or ASTM C 150,
except that the content of alkalis shall not exceed 0.75 percent by weight calculated
as Na2O plus 0.658 K20and except that the content of Tricalcium aluminate (C3A)
shall not exceed 8 percent by weight calculated as 2.650A1203 minus 1.6921'e203.
The total amount of processing additions used shall not exceed I%of the weight of
portland cement clinker. The type and amount of processing additions used shall be
shown on mill test reports.
The time of setting shall be determined by the Vicat Test method,AASHTO T 131
or ASTM C 191.
ar
9-01.2(4) Blended Hydraulic Cement
This section is revised to read:
Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I
(PM) (MS)cement conforming to AASHTO M 240 and meet the following
additional requirements:
1. Type IP(MS) Portland - Pozzolan Cement with moderate sulfate resistance.
This product shall be limited to Portland Cement and Pozzolan. Pozzolan
shall be limited to fly ash or ground granulated blast furnace slag. Fly ash
is limited between 15 percent and 35 percent by weight of the cementitious
material. Ground granulated blast furnace slag is limited between 15
percent and 25 percent by weight of the cementitious material.
2. Type I(SM) (MS) Slag Modified Portland Cement with moderate sulfate
resistance.
This product shall be limited to Portland Cement and ground granulated
blast furnace slag. The addition of ground granulated blast furnace slag
shall be limited to a maximum of 25 percent by weight of the cementitious
material.
3. Type I(PM)(MS)Pozzolan—Modified Portland Cement with moderate
sulfate resistance.
1W
70
The product shall be limited to Portland Cement and pozzolan. The
pozzolan shall be limited to fly ash or ground granulated blast furnace slag
at a maximum of 15 percent by weight of the cementitious material.
The source and weight of the fly ash or ground granulated blast furnace slag shall be
certified on the cement mill test certificate and shall be reported as a percent by
weight of the total cementitious material. The fly ash or ground granulated blast ,,,,r
furnace slag constituent content in the finished cement will not vary morethan plus
or minus 5 percent by weight of the finished cement from the certified value.
W
Fly ash shall meet the requirements of Section 9-23.9 of these Standard
Specifications.
Ground granulated blast furnace slag shall meet the requirements of Section 9-23.10
of these Standard Specifications.
SECTION 9-02: BITUMINOUS MATERIALS
August 2,2004
9-02.1(3) Rapid-Curing(RC)Liquid Asphalt
The column headings MC-70, MC-250,MC-800, and MC-3000 are revised to RC-70,
RC-250, RC-800, and RC-3000 respectively.
The RC-250 requirement for"Residue of 680°F distillation%volume by difference" is
revised from 67 to 65.
9-02.1(4)A Performance Grade (PG)Asphalt Cement W
This section including title is revised to read:
9-02.1(4)A Performance Graded Asphalt Binder
PG58 PG64 PG70 PG76
Performance Grade
--22 -28 -34 -22 1 -28 1 -34 -22 1 -28 -3-4-F-22 1 -28 a
Original Binder
Flash point temp,AASHTO 230
T48 Minimum°C
Viscosity,AASHTO T316
Maximum 3 Pa•s,test temp, l 35
°C
Dynamic shear,AASHTO
T315 G'/sins,minimum 58 C4 70 76 ap
1.00 kPa Test temp.@ 10
rad/s,*C
Rolling Thin Film Oven Residue (AASHTO T240)
•
Mass Change,Maximum, 1,00
percent
71
Dynamic shear,AASHTO
T315 G"/sins,minimum 58 64 70 76
2.20 kPa Test temp.@ 10
rad/s, 'C
Pressure Aging Vessel Residue (AASHTO R28)
PAV aging temperature, °C 100
Dynamic shear,AASHTO
T315 G'sinS,maximum
5000 kPa Test temp.@ 10 22 19 16 25 22 19 28 25 22 31 28
rad/s,°C
Creep stiffness,AASHTO
T313 S,maximum 300MPa, -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18
m-value,minimum 0.300
Test temp.@ 60 s, °C
All Performance Grade asphalt binders not included in this chart shall be determined
by Table 1-Performance Graded Asphalt Binder Specification in AASHTO M320.
SECTION 9-03: AGGREGATES
April 4,2005
9-03.1(4)C Grading
The third paragraph is revised to read:
In individual tests, a variation of four under the minimum percentages or over the
maximum percentages will be permitted,provided the average of three consecutive
tests is within the specification limits. Coarse aggregate shall contain no piece of
greater size than two times the maximum sieve size for the specified grading
measured along the line of greatest dimension.
9-03.8(2) HMA Test Requirements
Number 1 is revised to read:
Vacant.
The last paragraph of this section is revised to read:
When material is being produced and stockpiled for use on a specific contract or for
a future contract,the fine aggregate angularity, fracture, and sand equivalent
requirements shall apply at the time of stockpiling. When material is used from a
stockpile that has not been tested as provided above,the specifications for fine
aggregate angularity, fracture, and sand equivalents shall apply at the time of its
introduction to the cold feed of the mixing plant.
9-03.12(4) Gravel Backfill for Drains
The percent Passing for Sieve size 3/8" square is revised from "10 -40" to "0 -40".
72
9-03.12(5) Gravel Backfill for Drywells
The percent passing for sieve size 1" square is revised to "50-100".
9-03.14 Borrow rw
This section is supplemented with the following:
9-03.14(1) Gravel Borrow rr
Ballast may be substituted for gravel borrow for embankment construction.
9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall
All backfill material used in the reinforced soil zone of the geosynthetic retaining
wall shall conform to requirements of Section 9-03.14(1) and shall be free draining,
free from organic or otherwise deleterious material. The material shall be
substantially free of shale or other soft,poor durability particles, and shall not
contain recycled materials, such as glass, shredded tires, portland cement concrete
rubble, or asphaltic concrete rubble. The backfill material shall meet the following
requirements:
Property Test Method Allowable Test Value
Los Angeles Wear,
500 rev. AASHTO T 96 35 percent max.
Degradation WSDOT Test Method 113 15 min.
pH AASHTO T 289-91
** d 3 to 10 for temporary walls
4.5 to 9 for permanent walls an p ary
Wall backfill material satisfying these gradation, durability and chemical
requirements shall be classified as nonaggressive.
9-03.21(2) Recycled Hot Mix Asphalt
The Maximum Bitumen Content(Percent) for Gravel Borrow is revised from "0" to
nr
SECTION 9-04: JOINT AND CRACK SEALING MATERIALS
April 5,2004
sw
9-04.2(2) Two Component Poured Rubber Joint Sealer
The section title is revised to read:
r
9-04.2(2) Poured Rubber Joint Sealer
SECTION 9-05: DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS
April 5,2004
9-05.4(3) Protective Treatment
Treatments 3,4, and 6 are revised to read:
73
wr
This treatment is no longer available.
9-05.4(4) Asphalt Coatings and Paved Inverts
The second paragraph under item 2 is revised to read:
The paved invert for Treatment 2 shall consist of bituminous material applied in
such a manner that one or more smooth pavements will be formed in the invert
filling the corrugations for at least 40 percent of the circumference. The pavement
shall have a minimum thickness of 1/8 inch above the crest of the corrugations
except where the upper edges intercept the corrugation. The pavements shall be
applied following the coating with asphalt . Treatment 5 may be substituted for
Treatment 2, at the option of the Contractor.
9-05.10 Steel Storm Sewer Pipe
The first sentence is revised to read:
Steel storm sewer pipe shall conform to the requirements of Section 9-05.4 for steel
culvert pipe, except that protective coating shall be Treatment 1 or 5, and be
constructed of either helically corrugated lock seam or helically corrugated
continuous welded steel pipe.
.r
9-05.11 Aluminum Storm Sewer Pipe
The first sentence is revised to read:
Aluminum storm sewer pipe shall conform to the requirements of Section 9-05.5 for
aluminum culvert pipe, except that the protective coating shall be Treatment 1 or 5,
and the pipe shall be constructed of helically corrugated lock seam aluminum pipe.
9-05.16 Grate Inlets and Drop Inlets
The first and second paragraphs are revised to read:
Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36,
except structural tube shall conform to ASTM A 500, Grade B, and structural shapes
may conform to ASTM A 992. After fabrication,the steel shall be galvanized in
accordance with AASHTO M 111, or galvanized with a hot-sprayed (plasma flame
applied) 6 mil minimum thickness plasma coating.
Steel grating shall be fabricated by weld connections. Welds, welding procedures,
and welding materials shall conform with the AWS D1.1/151.1M, latest edition,
Structural Welding Code.
74
SECTION 9-06: STRUCTURAL STEEL AND RELATED MATERIALS
January 5, 2004
9-06.16 Roadside Sign Structures
The third paragraph is revised to read:
Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM
A 992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be
used as an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel
not otherwise specified shall conform to either ASTM A 36 or ASTM A 992.
9-06.18 Metal Railings
The first paragraph is revised to read:
Metal bridge railing shall conform to the type and material specifications set forth in
the Plans and Special Provisions. Steel used for metal railings,when galvanized
after fabrication in accordance with AASHTO M 111, shall have a controlled silicon
content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates
verifying the silicon content of the steel shall be submitted to both the galvanizer and
the Engineer prior to beginning galvanizing operations.
SECTION 9-07: REINFORCING STEEL
April 4,2005
9-07.3 Epoxy Coated Steel Reinforcing Bars
P Y
This section is revised to read:
Epoxy coated rebar shall be coated according to AASHTO M 284 with the additional
P Y
following modifications:
1. The list of steel reinforcing bars acceptable for coating shall include ASTM •
A 706.
2. The Contractor shall furnish a written certification that properly identifies
the material,the number of each batch of coating material used,quantity
represented,date of manufacture,name and address of manufacturer, and a
statement that the supplied coating material meets the requirements of
AASHTO M 284.
3. Prior to coating the bars, the Contractor shall submit to the Engineer for
review,the coating material manufacturer's recommendation on the proper
use and application requirements of the coating material. For Pre Approved
Epoxy Coating Facilities this information will be available to the
Fabrication Inspector upon request.
4. A certification stating that all bars have been coated in accordance with the
coating material manufacturer's recommendations and these Specifications
rs
75
shall be furnished with each shipment. This certification shall include for
each bar size the preheat temperatures, cure times, thickness checks,
holidays detected, and test results. Two copies of these certifications shall
be furnished to the Engineer.
5. The Contractor shall give advance notice to the Engineer of the coating
schedule in the coating plant so that Contracting Agency inspection may be
provided. The Engineer may inspect the coated bars at the coating plant for
approval.
6. The patching material, compatible with the coating material and inert in
concrete, shall be supplied with each shipment.
7. For projects where epoxy coated steel reinforcing bars are used in the top
mat of bridge decks only,the maximum amount of damage to the coating
shall not exceed 0.25 percent of the surface area of each bar.
8. The thickness of epoxy coating shall be 10 mils plus or minus 2 mils.
9. Samples, when required, shall be shipped to the Washington State
Department of-Transportation, Materials Laboratory, 1655 South 2nd Ave,
Tumwater, Washington 98504.
9-07.10 Prestressing Reinforcement Strand
The fourth paragraph is revised to read:
For every 5 reels furnished, one sample, not less than 5 feet long, shall be sent to the
Engineer for testing. Samples of the furnished reels with Manufacturer's Certificate
of Compliance, a mill certificate, and test report may be shipped directly by the
manufacturer to the Engineer. An independent inspector, approved by the
Contracting Agency, shall be present during sampling and shall provide a written
certification to the Engineer.
9-07.11 Prestressing R-einforcement Bar
The sixth paragraph is revised to read:
For each heat of steel for high-strength steel bar,the Contractor shall submit two
samples, each not less than 5 feet long,to the Engineer for testing.
SECTION 9-08: PAINTS
April 5,2004
9-08.2 Paint Formulas—General
The following paint formulas and associate specifications are deleted:
Formula A-6-86 Zinc Dust Zinc Oxide Primer
Formula H-2-83-White Masonry Paint for Precast Curbs
76
Formula H-3-83 Yellow Masonry Paint for Precast Curbs
SECTION 9-09: TIMBER AND LUMBER
January 5,2004
9-09.2 Grade Requirements
Under "Structures",the last sentence is revised to read:
Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or
better or Hem-Fir No. 1.
SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
August 2,2004
9-14.4(1) Straw
The first sentence is revised to read:
All straw material shall be in an air dried condition free of noxious weeds and other
materials detrimental to plant life.
9-14.4(8) Compost
The fourth paragraph is revised to read:
Compost production and quality shall comply with the Chapter 173-350 Section 220
WAC.
Under the fifth paragraph, item 1 is revised to read:
1. Compost material shall be tested in accordance with AASHTO Test Method
T87 and Section 7 of AASHTO T88.
Compost Type 1 shall meet the following:
100% shall pass through a 2 sieve
90%to 100%shall pass through a 1" sieve.
70%to 100%shall pass through a 3/4" sieve.
40%to 75%shall pass through a'/4" sieve. V
Maximum particle length of 6 inches.
ar
Compost Type 2 shall meet the following:
100%shall pass through a 3"sieve
90%to 100% shall pass through a 1"sieve.
70%to 100%shall pass through a3/4" sieve.
40%to 60% shall pass through a '/4" sieve.
Maximum particle length of 6 inches.
77
.r
ruv
In the seventh paragraph, the first sentence is revised to read:
Approval of sources for composted products shall be based on the following
submittals by the Contractor:
This section is supplemented with the following:
Acceptance will be based upon a satisfactory Test Report from the State Materials
Lab indicating that the lot (or lots)of compost meets the specification requirements.
SECTION 9-15: IRRIGATION SYSTEM
January 5, 2004
9-15.2 Drip Tubing
The second sentence is revised to read:
Drip tubing shall have a minimum wall thickness of 0.045 inch.
SECTION 9-16: FENCE AND GUARDRAIL
April 4, 2005
9-16.1 Chain Link Fence and Gates
All sub-sections under Section 9-16.1 are deleted and replaced with the following:
9-16.1(1) General
All material used in the construction of chain link fence and gates shall be new. Iron
or steel material shall be galvanized unless specified otherwise. Material upon
which serious abrasions of galvanizing occur shall not be acceptable.
9-16.1(1)A Post Material for Chain Link Fence
Except as noted otherwise, post material shall conform to the requirements of
AASHTO M 181, Type I (zinc-coated steel), Grade 1 or 2, and shall be understood
to include all round and roll-formed material (brace rails,top rails, line posts,brace
posts, end posts, carrier posts and pull posts).
Grade 1 post material shall conform to the weight per linear foot,minimum wall
thickness and detail requirements of Standard Plan L-2. Grade 1 post material that
exceeds the maximum wall thickness requirement of Standard Plan L-2 may be
accepted,provided it does not interfere with the proper construction of the fence.
Grade 2 post material shall meet the organic exterior coatings requirements of
AASHTO M 181 (Section 33) and the additional requirement that the interior coated
surface shall be capable of resisting 300 hours of exposure to salt fog with a
maximum of 5%red rust when tested in accordance with ASTM B 117.
4M
• Round Post Material
Round post material shall be Grade 1 or 2.
1W
78
r
• Roll Form Material
Roll-formed post material shall be Grade 1. Roll-formed end, corner, and
pull posts shall have integral fastening loops to connect to the fabric for the
full length of each post. Top rails and brace rails shall be open rectangular
sections with internal flanges as shown in Standard Plan L-2.
9-16.1(1)B Chain Link Fence Fabric
Chain link fabric shall consist of 11 gage wire for Types 3, 4, and 6 fence, and 9
gage wire for Type 1 fence. The fabric shall be zinc-coated steel wire conforming to i
AASHTO M 181, Class C.
The wire shall be woven into approximately 2-inch diamond mesh. The width and
top and bottom finish of the fabric shall be as specified in AASHTO M 181.
9-16.1( )
1 C Tension Wire
Tension wire shall meet the requirements of AASHTO M 181. Tension wire
galvanizing shall be Class 1.
9-16.1(1)D Fittings and Hardware
Except where indicated, fittings shall be malleable cast iron or pressed steel and shall
conform to the requirements of ASTM F626 or AASHTO M232, whichever is
applicable. Fittings for any particular fence shall be those furnished by the
manufacturer of the fence.
Tension truss rods shall be 3/8 inch round galvanized rods with drop forged
turnbuckles or other approved type of adjustment. Couplings for tubular sections
shall be outside sleeve type and shall be at least 6 inches long.
Eye bolts for attaching tension wire shall be 3/8 inch diameter and of sufficient
length to fasten to the type of post being used.
Tension bars shall be 3/16 inch by 3/4 inch nominal and cross sectional area shall be
0.141 in2+/- 5%.
Hog rings shall be 12 gage galvanized steel wire. Tie wire shall be 9 gage
galvanized steel wire or 9 gage aluminum wire meeting the requirements of ASTM
F626.
•
9-16.1(E) Chain Link Gates
Gate frames shall be constructed of not less that 11/2 inch(I.D.)hot-dipped
galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in
Section 9-16.1(1)A. The corners of the gate frame shall be fastened together and
reinforced with a malleable iron or pressed steel fitting designed for the purpose, or
they may be welded. Welding shall conform to the requirements of Section 6- r
03.3(25). All welds shall be ground smooth and painted with an A-9-73 or A-11-99
79
,r►
primer meeting the requirements of Section 9-08.2. The paint shall be applied in one
or more coats to provide a minimum dry film thickness of 3.5 mils.
1 Chain link fence fabric for filling the gate frame shall meet the requirements of
Section 9-16.1(1)B for the fence type being furnished.
Cross trussing shall be 5/16 inch steel adjustable rods galvanized in accordance with
Section 9-16.1(1)D.
Each gate shall be furnished complete with necessary hin es latch and drop bar
locking device designed for the type of gate posts and gate used on the project.
Gates shall have positive type latching devices with provisions for padlocking.
Hinges, latches, and locking devices shall be galvanized in accordance with Section
9-16.1(1)D.
Gate frames constructed of steel sections, other than pipe,that are fabricated in such
a manner as to form a gate of equal or better rigidity may be used provided they are
approved by the Engineer.
9-16.1(1)F Concrete
All concrete for chain link fence shall be as specified in Section 6-02.3(2)B.
9-16.1(2) Approval
Approval of materials for chain link fence shall be by evaluation of independent test
results from a certified testing laboratory or by QPL. Independent test results for
evaluation shall be submitted to the State Materials Engineer in Tumwater WA.
9-16.2 Wire Fence and Gates
All sub-sections under Section 9-16.2 are deleted and replaced with the following:
9-16.2(1) General
All materials used in the construction of the wire fence shall be new. All iron or
steel material shall be galvanized. Material upon which serious abrasions of
galvanizing occur will not be acceptable.
9-16.2(1)A Steel Post Material
• Round Post Material
Round post material shall conform to AASHTO M 181, Type 1, Grade 1.
• Angle Post Material (Channel, T,U, Y, or Other Approved Style)
All angle post material shall be hot-dipped galvanized in accordance with the
4W requirements of AASHTO M 111 grade 75. Galvanizing shall be 1.7 oz/ft2 of
surface area. Angle post used for end, corner, gate and pull post and brace shall
have a minimum weight of 3.1 lb/ft.
80
r
Posts shall be not less than 7 feet in length. A tolerance of-5%on the weight of
individual posts, braces or anchor plates will be permitted. One type of line post
shall be u*ed throughout the project. Line posts shall be studded, slotted, or properly
adapted fo'r attaching either wire or mesh in a manner that will not damage the
galvanizing of posts, wire or mesh during the fastening. Line posts shall have a
minimum weight of 1.33 lbs/ft and shall be provided with a tapered galvanized steel
anchor plate. The anchor plate shall be securely attached and have a surface area of
20+/-2 in2, a minimum weight of 0.67 pounds and 1.7 oz/ft2 galvanizing.
9-16.2(1)B Wood Fence Posts and Braces
Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of
wood fence posts and braces. The material shall be of good quality and approved by
the Engineer before use. Peeler cores shall not be used for round posts. Wood
fencing materials shall have sufficient sapwood in the outer periphery to obtain the
specified penetration of preservative. Western red cedar will not require
preservative treatment. Fencing materials shall be cut to the correct length before
pressure treatment.
Line P osts shall be 3 inch minimum diameter round posts or nominal 3 inch by 3
inch square sawed posts. If the posts are to be pointed for driving,they shall be
pointed before treatment. Line posts shall be at least 7 feet in length.
Pull posts and brace posts shall be 6 inch diameter round posts or nominal 6 inch by
6 inch material not less than 7 feet in length.
End, gate, and corner posts, and posts at an intersecting fence shall be 6 inch
diameter round posts or nominal 6 inch by 6 inch material not less than 7 feet 10
inches in length.
All sawed posts and timbers shall meet the requirements in the table under Section 9-
09.2.
The preservatives used to pressure treat wood fencing materials shall meet the
requirements of Section 9-09.3.
The retention and penetration of the preservative shall be as follows:
w
■r
•
r
81
•
Minimum Retention in Pounds Per Cubic Foot
Preservative Sawed Posts Round Posts
Creosote 10.00 8.00
Pentachlorophenol 0.50 0.40
ACA 0.40 0.40
ACZA 0.40 0.40
CCA 0.40 0.40
Minimum Penetration
for material 5"or less - 0.40 inches penetration and 90%of sapwood
for material 5" or greater- 0.50 inches penetration and 90% of sapwood
9-16.2(1)C Brace Wire
Ow Brace wire shall be 9 gage wire galvanized to meet the requirements of AASHTO M
279, Type Z, Class 1.
9-16.2(1)D Staples and Wire Clamps
The staples used to attach the wire fencing to wood posts shall be 9 gage wire, 1 1/2
inches long, galvanized to meet the requirements of AASHTO M 279, Type Z, Class
1.
The wire clamps used to attach the wire fencing to steel posts shall be 11 gage wire,
galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1.
9-16.2(1)E Barbed Wire
Barbed wire shall conform to the requirements of AASHTO M 280, Type Z and
shall consist of two strands of 12 1/2 gage wire,twisted with four point 14 gage
barbs with barbs spaced 5 inches apart (Design 12-4-5-14R). Galvanizing shall be
Class 3.
9-16.2(1)F Wire Mesh
Wire mesh shall conform to the requirements of AASHTO M 279, Type Z and shall
consist of eight horizontal wires with vertical stays spaced 6 inches apart. The top
and bottom wires shall be 10 gage, and the intermediate wires and vertical stays shall
be 12 1/2 gage. The mesh shall have a total width of 32 inches(Design 832-6-12
1/2). Galvanizing shall be Class 3.
"' The zinc coated wire as represented by the test specimens shall be capable of being
wrapped in a close helix at a rate not exceeding 15 turns/minute around a cylindrical
steel mandrel having a diameter the same as the specimen being tested, without
cracking or flaking the zinc coating to such an extent that any zinc can be removed
by rubbing with the bare fingers.
1W
82
up
9-16.2(1)G Vertical Cinch Stays
Vertical cinch stays shall be 10 gage galvanized wire meeting the requirements of
AASHTO M 279, Type Z, Class 1.
9-16.2(1)H Miscellaneous Hardware
Bolts,nuts,hinges, latches and other miscellaneous hardware shall be galvanized in
accordance with AASHTO M 232.
9-16.2(1)I Wire Gates
Gate frames shall be constructed of galvanized pipe with a nominal diameter of not
less than 1 inch. The pipe shall conform to the requirements of AASHTO M 181
Type I, Grade 1. Wire gates shall be not less than 48 inches in height and shall be rr
designed to fit openings of the width called for in the Plans or as indicated by the bid
items. Each gate shall be provided with two upright braces of the same material as
the frame, spaced at 1/3 points in the gate. All gates shall be provided with
adjustable 5/16 inch diameter galvanized diagonal truss rods from corner to corner.
Galvanizing shall be in accordance with Section 9-16.2(1)H.
w
The gate frame shall be provided with wire mesh conforming to the requirements
specified in Section 9-16.2(1)F, except that it shall consist of 10 horizontal wires and
have a total width of 47 inches.
Each gate shall be furnished complete with necessary galvanized hinges and latch
designed for use with the type of gate posts used on the project. The hinges shall be
so designed as to be securely attached to the gate post and to enable the gate to be
swing back against the fence. Double gates shall be hinged in the same manner as
single gates and shall be provided with an approved galvanized drop bar locking "r
device. Galvanizing for hinges, latches, and locking devices shall be in accordance
with Section 9-16.2(1)H.
9-16.2(1)) Concrete
All concrete for wire fence shall be as specified in Section 6-02.3(2)B.
9-16.2(2) Approval
Approval of materials for wire fence shall be by evaluation of independent test
results from a certified testing laboratory or by QPL. Independent test results for
evaluation shall be submitted to the State Materials Engineer in Tumwater WA.
9-16.3(1) Rail Element
The third paragraph is revised to read:
4W
The 6-inch channel rails and splice plates shall conform to ASTM A 36, except that
the channel rails may conform to ASTM A 992. All fabrication shall be complete
before galvanizing. r'
83
i 9-16.3(2) Posts and Blocks
The first sentence of the first paragraph is revised to read:
1 Posts and,blocks may be of creosote treated timber,pentachlorophenol treated
timber,waterborne chromated copper arsenate (CCA), ammoniacal copper arsenate
(ACA), or ammoniacal copper zinc arsenate (ACZA),treated timber or galvanized
steel; except only treated timber posts and blocks may be used for weathering steel
beam guardrail.
In the second paragraph, the treatment for Pentachloro henol is revised from
p 0601bs. pcf
to 0.60 lbs. pcf.
The fourth paragraph is revised to read:
Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36
or ASTM A 992, and shall be galvanized in accordance with AASHTO M 111.
Welding shall conform to Section 6-03.3(25). All fabrication shall be completed
prior to galvanizing.
9-16.3(4) Hardware
This section is revised to read:
Bolts,unless otherwise specified, shall comply with ASTM A 307 Grade A-
specifications. High strength bolts shall conform to the requirements of AASHTO M
164. Nuts,unless otherwise specified, shall comply with ASTM A 563 Grade A
specifications. Washers, unless otherwise specified, shall meet ASTM F 844
specifications. The Contractor shall submit a manufacturer's certificate of
compliance for high strength bolts, nuts, and washers prior to installing any of the
hardware. A307 Bolts will be accepted by field verification and documentation that
bolt heads are stamped 307A.
9-16.3(5) Anchors
The sixth paragraph is revised to read:
The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming
to the specifications of ASTM A 36, except that the W200 x 27 may conform to
ASTM A 992.
SECTION 9-23: CONCRETE CURING MATERIALS AND ADMIXTURES
April 4,2005
1W This section is supplemented with the following new sub-sections:
9-23.10 Ground Granulated Blast Furnace Slag
Ground granulated blast furnace slag shall meet the requirements of AASHTO M
302, Grade 100 or Grade 120. The grade of the ground granulated blast furnace slag,
84
to
the source, and type of manufacturing facility shall be certified on the cement mill
test certificate.
9-23.11 Microsilica Fume
Microsilica Fume shall conform to the requirements of AASHTO M 307. The
optional physical requirement for Reactivity with Cement Alkalies set forth in Table
3 will be required when Microsilica Fume is being used as an ASR mitigation
measure.
SECTION 9-28: SIGNING MATERIALS AND FABRICATION
December 6,2004
9-28.1 General
The third sentence in the first paragraph is deleted.
9-28.6 Destination Sign Messages
The second paragraph is deleted.
9-28.8 Sheet Aluminum Signs
The sheet thickness chart is revised to read:
Maximum Horizontal Dimension Sheet Aluminum Thickness
Overlay panels 0.050 inch
Up to 20 inches 0.063 inch
20 inches to 36 inches, inclusive 0.080 inch
Over 36 inches (Permanent Signs) 0.125 inch
The fourth paragraph is revised to
read:
Before placing aluminum in contact with untreated steel,the steel surfaces shall be
protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-
11-99 and two coats of aluminum paint D-1-57.
9-28.10 Plywood Signs-
This section is deleted.
•
9-28.11 Hardware
The entry for hardware item "Angle and"Z"Bar" in the table in this section is revised to
read: �►
Angle and"Z"Bar ASTM B 221 6061-T6 Aluminum
ASTM A 36 or ASTM A 992 Steel
9-28.14(2) Steel Structures and Posts
This section is revised to read: ..
85
Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for
sign bridge structures and cantilever sign structures shall conform to either ASTM A
1 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe
wall thickness shall be as shown in the Plans or Standard Plans. All other structural
steel for sign bridge structures and cantilever sign structures shall conform to either
ASTM A 36 or ASTM A 992. Truss member connection hardware shall conform to
Section 9-06.5(3).
Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade
B Type E or S, and shall be Schedule 40 unless otherwise specified. All other
structural steel for bridge mounted sign brackets shall conform to either ASTM A 36
or ASTM A 992. U bolts, and associated nuts and washers, shall be stainless steel
conforming to Section 9-28.11, and shall be fabricated hot.
Anchor rods for sign bridge and cantilever sign structure foundations shall conform
to ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5.
Nuts and washers for sign bridge and cantilever sign structure foundations shall
conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively.
Steel sign structures and posts shall be galvanized after fabrication in accordance
with AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and
washers shall be galvanized after fabrication in accordance with AASHTO M 232.
Unless otherwise specified in the Plans or Special Provisions,metal surfaces shall
not be painted.
Except as otherwise noted, steel used for sign structures and posts shall have a
controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If
the Plans or Special Provisions specify painting of the galvanized steel surfaces, then
the controlled silicon content requirement does not apply for those steel members.
Mill test certificates verifying the silicon content of the steel shall be submitted to
both the galvanizer and the Engineer prior to beginning galvanizing operations.
Minor fabricating and modifications necessary for galvanizing will be allowed if not
detrimental to the end product as determined by the Engineer. If such modifications
are contemplated,the Contractor shall submit to the Engineer, for approval, six
copies of the proposed modifications,prior to fabrication.
SECTION 9-29: ILLUMINATION, SIGNALS,ELECTRICAL
... April 4,2005
9-29.3 Conductors, Cable
Under the second paragraph, item 5 is revised to read:
5. Pole and bracket cable shall be a two-conductor cable rated for 600 volts. The
individual conductors shall be one red and one black 19-strand No. 10 AWG
copper, assembled parallel. The conductor insulation shall be 45-mil polyvinyl
chloride or a 600 volt rated cross-linked polyethylene. The Jacketing shall be
86
polyethylene or polyvinyl chloride not less than 45-mils thick. If luminaires
with remote ballasts are specified in the contract,this same cable shall be used
between luminaire and ballast for both timber and ornamental pole construction.
If the luminaire requires fixture wire temperatures greater than 75°C,the outer
jacket shall be stripped for that portion of the cable inside the luminaire. The
single conductors shall then be sheathed with braided fiberglass sleeving of the
temperature rating recommended by the luminaire manufacturer. ■r►
9-29.6 Light and Signal Standards
The first paragraph is supplemented with the following: 4"
Fabrication of light and signal standards shall conform to the applicable as
requirements of Section 6-03.3(14).
9-29.6(1) Light and Signal Standards
This section including title is revised to read:
9-29.6(1) Steel Light and Signal Standards
Steel plates and shapes for light and signal standards shall conform to ASTM A 36, •
except that structural shapes may conform to ASTM A 992. Shafts for light and
signal standards, except Type PPB signal standards, shall conform to ASTM A 572
Grade 50. Shafts and caps for Type PPB signal standards, slipfitters for type PS I,
FB, and RM signal standards, and all pipes shall conform to ASTM A 53 Grade B.
Base plates for light standards shall conform to ASTM A 572, Grade 50, except as
otherwise noted in the Standard plans for fixed base light standards. Base plates for
signal standards shall conform to ASTM A 36. Connecting bolts shall conform to
AASHTO M 164. Fasteners for handhole covers, bands on lighting brackets, and
connector attachment brackets shall conform to ASTM F 593.
Light and signal standards shall be hot-dipped galvanized in accordance with
AASHTO'M 111 and AASHTO M 232.
Steel used for light and signal standards shall have a controlled silicon content of
either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the
silicon content of the steel shall be submitted to both the galvanizer and the Engineer
prior to beginning galvanizing operations. ar
9-29.6(2) Slip Base Hardware
This section is revised to read: W
Slip plates and anchor plates for light standards and for Type FB and RM signal
standards shall conform to the requirements of ASTM A 572 Grade 50. The keeper W
plate shall be 28 gage, conforming to ASTM A 653 coating designation G 90.
Clamping bolts for slip base assemblies and slip base adapters shall conform to
AASHTO M 164. Studs and bolts for slip base adapters shall conform to AASHTO W
87
M 164. Nuts shall conform to AASHTO M 291 Grade DH. Hardened washers shall
conform to AASHTO M 293. Plate washers shall conform to ASTM A 36.
Galvanized bolts shall meet standard ec'
sp ification 9-06.5(4).
9-29.10 Luminaires
Under the first paragraph, the third sentence in item D is revised to read:
All internal luminaire assemblies shall be assembled on or fabricated from either
stainless steel or galvanized steel.
9-29.13 Traffic Signal Controllers
This section is supplemented with the following:
All Traffic Signal Control Equipment Shall be Tested As Follows.
The supplier shall:
1. Seven days prior to shi pp in g, arrange appointment for controller
cabinet assembly, and testing at the WSDOT Materials Laboratory or
the facility designated in the Special Provisions.
2. Assembly shall be defined as but not limited to tightening all screws,
nuts and bolts, verifying that all wiring is clear of moving parts and
properly secured, installing all pluggables, connecting all cables,
Verify that all contract required documents are present,proper
documentation is provided, and all equipment required by the contract
is installed.
3. The assembly shall be done at the designated WSDOT facility in the
presence of WSDOT personnel.
4. The supplier shall demonstrate that all of the functions required by this
specification and the contract Plans and Special Provisions perform as
intended. Demonstration shall include but not be limited to energizing
the cabinet and verifying that all 8 phases, 4 pedestrian movements,4
overlaps (as required by the Contract Provisions)operate per
Washington State Standard Specifications Section 9-29.13. The
supplier shall place the controller in minimum recall with interval
timing set at convenient value for testing purposes. Upon a
satisfactory demonstration the controller assembly will then be
accepted by WSDOT for testing.
5. If the assembly, and acceptance for testing is not complete within 5
working days of delivery,the Project Engineer may authorize the
88
return of the assembly to the supplier, with collect freight charges to
the supplier.
6. The Contractor will be notified when the testing is complete, and
where the assembly is to be picked-up for delivery to the project.
7. The supplier has 5 working days to repair or replace any components
that fail during the testing process at no cost to the Contracting
Agency. A failure shall be defined as a component that no longer
functions as intended under the conditions required or does not meet „r►
the requirements of the Contract Specifications and is at the soul
discretion of WSDOT.
8. Any part or component of the controller assembly, including the
cabinet that is rejected shall not be submitted for use by WSDOT or
any City or County in the State of Washington.
9-29.13(6) Radio Interference Suppressers ,
In the first paragraph,the second sentence is revised to read:
Interference suppressers shall be of a design which will minimize interference in
both broadcast and aircraft frequencies, and shall provide a minimum attenuation of
50 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in
connection with normal installations
9-29.13(7) Traffic-Actuated Controllers
In the first paragraph, item 3 is revised to read:
3. A minimum of four overlaps.
9-29.13(7)B Auxiliary Equipment for NEMA Controllers
Under the first paragraph, item 2 is supplemented with the following:
The controller cabinet shall have all cabinet wiring installed for eight vehicle phases,
four pedestrian phases, four emergency pre-empts,four overlaps (OL A, B, C,D).
•
Under the first paragraph, item 7 is revised to read:
7. A"Display Panel" when noted in the contract. The display panel shall depict a 40
generic eight-phase operation. The panel shall be mounted on the inside of the
front cabinet door and the mounting shall be of a design that allows positioning
of the panel in four orientations 90 degrees from each other. The mounting
shall be removable without use of any tools. Incandescent red, yellow, green,
walk and don't walk indicator lights shall be provided for each phase. The
indicator lights shall be connected to the associated field terminals. The
connecting cable shall be long enough to allow for any mounting orientation.
s
89
No diodes will be allowed in the display panel. A means of disconnectin g all
wiring entering the panel shall be provided. Switches shall be provided on the
pan�l with labels and functions as follows:
a. Display On= Signal indicator lamps will display the operation of the
intersection.
b. Test—All indicator lamps shall be energized.
c. Display Of—all signal indicator lamps shall be de-energized.
A "Detector Panel", as specified in Standard Specification Section 9-29.12(7)D,
shall be installed. The panel shall be mounted on the inside of the front cabinet
door. The detector panel shall be constructed as a single unit. Detector
switches with separate operate,test, and off positions shall be provided for each
field detector input circuit. A high intensity light emitting diode (LED) shall be
�W provided for each switch. The lamp shall energize upon vehicle, pedestrian or
test switch actuation. The test switch shall provide a spring loaded momentary
contact that will place a call into the controller. When in the OFF position,
respective detector circuits will be disconnected. In the operate position, each
respective detector circuit shall operate normally. Switches shall be provided on
the panel with labels and functions as follows:
a. Display On—Detector indicator lights shall operate consistent with
their respective switches.
b. Display Off—detector indicator lights shall be de-energized.
A means of disconnecting all wiring entering the panel shall be provided. The
disconnect shall include a means to jumper detection calls when the display
panel is disconnected. All switches on the panel shall be marked with its
associated plan detector number. All markers shall be permanent.
9-29.13(7)D NEMA Controller Cabinets
This section is revised to read:
Each traffic-actuated NEMA controller shall be housed in a weatherproof cabinet
conforming to the following requirements:
1. Construction shall be of 0.073-inch minimum thickness series 300 stainless
steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum.
The stainless steel shall be annealed or one-quarter-hardness complying
with ASTM A666 stainless steel sheet. Cabinets may be finished inside
with an approved finish coat of exterior white enamel. If no other coating
is specified in the Contract Provisions the exterior of all cabinets shall be
wr
90
bare metal. All controller cabinets shall be furnished with front and rear ,
doors.
2. The cabinet shall contain shelving, brackets, racks, etc.,to support the
controller and auxiliary equipment. All equipment shall set squarely on
shelves or be mounted in racks and shall be removable without turning, ,
tilting, or rotating or relocating one device to remove another. A 24 slot
rack or racks shall be installed. The rack(s) shall be wired for 2 channel
loop detectors and as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3,
4, & 5 phase 2 loop detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8,
9, & 10 phase 4 loop detectors. Slots 11 & 12 phase 5 loop deterctors.
Slots 13, 14, & 15 phase 6 loop detectors. Slots 16& 17 phase 7 loop
detectors. Slots 18, 19 & 20 phase 8 loop detectors. Slot 21 upper phase I
loop detector. Slot 21 lower phase 5 detector. Slot 22 wired for a 2
channel discriminator channels A, C. Slot 23 wired for a 2 channel
discriminator, channels B, D. Slot 24 wired for a 4 channel discriminator,
wired for channel A, B, C, D. All loop detector slots shall be wired for
presence/pulse detection/extension. If an external power supply is
required in order for the entire racks(s)to be powered it shall be installed.
All rack(s) slots shall be labeled with engraved identification strips.
3. Additional detection utilizing'n the "D"connector shall be installed in
accordance with the contract. The cabinet shall be of adequate size to
properly house the controller and all required appurtenances and auxiliary
equipment in an upright position with a clearance of at least 3 inches from
the vent fan and filter to allow for proper air flow. In no case shall more
than 70 percent of the cabinet volume be used. There shall be at least a 2-
inch clearance between shelf mounted equipment and the cabinet wall or
equipment mounted on the cabinet wall.
i
4. The cabinet shall have an air intake vent on the lower half of the front door,
with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in
place with a spring-loaded framework.
5. The cabinet door(s) shall be provided with:
rr
a. Spring loaded construction core locks capable of accepting a Best
type CX series six segment(core installed by others) shall be
installed in each door with the exception of the police panel door. 40
Cabinet doors shall each have a three point latch system.
b. A police panel assembly shall be installed in the front door and ,r
shall have a stainless steel hinge pin and a police panel lock. Two
police keys with shafts a minimum of 13/4 inches long shall be
provided with each cabinet. �•►
•
91
.r
c. All doors and police panel door shall have one piece closed cell,
neoprene gaskets.
d. A two position doorstop assembly. Front and rear interior light
control switches.
' 9-29.13(7)E Type 170E, 170E-HC-1 1, 2070,2070 Lite,ATC Controller Cabinets
This section is revised to read:
The above controllers shall be housed in a Models 332 Double 332 336 336S 303
ITS/ATC cabinets, or as specified in the contract. Each door shall be furnished with
a construction core lock conforming to Standard Specifications 9-29.13 (7)D 5a, b
and c above. A police panel with door, stainless steel hinge pin and lock shall be
provided. Two police keys with shafts a minimum of 13/4" long shall be provided
with each cabinet. Each of these cabinets shall be furnished with auxiliary
equipment described in Standard Specification 9-29.13(7)C. Type 334 cabinets for
traffic data station controller furnished shall meet current Caltrans 170E
specifications, as stated in Standard Specification 9-29.13(7) and as follows.
Camera control and DMS local control cabinets shall contain the equipment shown
in the Plans. The cabinet shall have the same external physical dimensions and
appearance of Model 334 cabinets.
1. The cabinet shall be fabricated of stainless steel or sheet aluminum in
accordance with Section 9-29.13(7)D, Item number 1. Painted steel,painted
or anodized aluminum is not allowed.
2. Cabinet doors shall have a three-point latch and two-position stop assembly
with spring loaded construction core lock capable of accepting a Best lock
company type,with 6-pin CX series core. The Contractor shall supply
construction cores. Upon contract completion,the Contractor shall deliver
two master keys to the Engineer.
3. Field wire terminals shall be labeled in accordance with the Field Wiring
Chart. -
4. A shatterproof fluorescent interior cabinet lights with self-starting ballast
shall be furnished,one fixture mounted on the rear rack near the top and the
second mounted at the top of the front rack. Door switches shall
automatically turn on both lights when either door is opened.
5. One controller unit shelf, which attaches to the front rails of the EIA rack,
shall be provided in lieu of the two controller unit support angles. The
shelf shall be fabricated from aluminum and shall be installed such that it
does not interfere with access to any terminal block. The shelf shall
contain a rollout flip-top drawer for storage of wiring diagrams and
manuals.
92
are
•
A disposable paper filter element of at least 180 square inches shall be provided in
lieu of a metal filter.
All traffic data and ramp meter cabinets shall include the following accessories:
1. Each cabinet shall be equipped with a fully operable controller equipped as
specified in the Contract Provisions.
2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each �►
using 133 millimeters of rack height.
3. Power Distribution Assembly shall be PDA#3 as detailed in the January
1989 Caltrans 170 specification,with all current amendments.
The PDA#3 shall contain three Model 200 Load Switches.
A transient voltage protection device shall be provided,which plugs into ,
the controller unit receptacle and in turn accepts the controller plug and
meets the electrical requirements of Section 9-29.13(7)B(3)item e.
A second transfer relay, Model 430, shall be mounted on the rear of the
PDA#3 and wired as shown in the Plans. ,
4. Police Panel shall contain only one DPDT toggle switch. The switch shall
be labeled POLICE CONTROL, ON-OFF.
5. Display Panel
A. General ,
Each cabinet shall be furnished with a display panel. The panel shall
be mounted, showing and providing detection for inputs and specified
controller outputs, at the top of the front rack above the controller unit.
The display panel shall be fabricated from brushed aluminum and
constructed according to the detail in the Plans.
.r
B. Text
All text on the display panel shall be black in color and silk screened
directly to the panel except the Phenolic detector and cabinet W
nameplates. A nameplate for each loop shall-be engraved with a 1/4
inch nominal text according to the ITS Field Wiring Charts. The
nameplates shall be permanently affixed to the display panel. .,
C. LEDs
The LEDs for the display panel shall meet the following specifications: ,r
93
Case size T 1-3/4
Viewing angle 50° minimum
Brightness 8 Milli candelas
LEDs with RED, YELLOW or GREEN as part of their labels shall be
red, yellow or green in color. All other LEDs shall be red. All LEDs
shall have tinted diffused lenses.
D. Detector Display Control Switch
Each display panel shall be equipped with one detector display control
switch on the panel with labels and functions as follows:
ON
Detector display LEDs shall operate consistent with their separate
switches.
OFF
All detector indicator LEDs shall be de-energized. Detector calls
shall continue to reach the controller.
' TEST
All detector indicator LEDs shall illuminate and no calls shall be
placed to the controller.
aw
E. Advance Warning Sign Control Switch
Each display panel shall be equipped with one advance warning sign
control switch on the panel with labels and functions as follows:
AUTOMATIC
Sign Relay shall energize upon ground true call from controller.
SIGN OFF
Sign Relay shall de-energize.
SIGN ON
Sign Relay shall energize.
F. Sign Relay
The sign relay shall be plugged into a socket installed on the rear of the
display panel. The relay shall be wired as shown in the Plans. The
relay coil shall draw(or sink) 50 milliamperes f 10%from the 170E
•• controller and have a DPDT contact rating not less than 10 amperes. A
1N4004 diode shall be placed across the relay coil to suppress voltage
spikes. The anode terminal shall be connected to terminal#7 of the
relay as labeled in the Plans. The relay shall energize when the
METERING indicator LED is lit.
94
G. Detector Input Indicators
One display LED and one spring-loaded two-position SPST toggle
switch shall be provided for each of the 40 detection inputs. These ,r
LEDs and switches shall function as follows:
TEST
When the switch is in the test position, a call shall be placed to the
controller and energize the associated LED. The switch shall
automatically return to the run position when it is released.
RUN
In the run position the LEDs shall illuminate for the duration of
each call to the controller.
H. Controller Output Indicators
The display panel shall contain a series of output indicator LEDs
mounted below the detection indicators. The layout shall be according '
to the detail in the Plans. These LEDs shall illuminate upon a ground
true output from the controller via the C5 connector.
The output indicator LEDs shall have resistors in series to drop the
voltage from 24 volts DC to their rated voltage and limit current below
their rated current. The anode connection of each LED to+24 VDC
shall be wired through the resistor.
1. Connectors
Connection to the display panel shall be made by three connectors, one
pin(labeled P2) and one socket(labeled P1) and one labeled C5. The
P1 and P2 connectors shall be 50-pin cannon D series, or equivalent 50
pin connectors and shall be compatible such that the two connectors
can be connected directly to one another to bypass the input detection.
Wiring for the PI,P2 and C5 connectors shall be as shown in the
Plans:
The Contractor shall install wire connectors PI,P2, CIP, C2, C4,C5 *r
and C6 according to the pin assignments shown in the Plans.
6. Model 204 Flasher Unit
Each Model 334 ramp meter cabinet shall be supplied with one Model 204
sign flasher unit mounted on the right rear side panel. The flasher shall be
powered from T1-2. The outputs from the flasher shall be wired to TI-5 .r
and T1-6.
7. Fiber Optic Patch Panel
95
.rr
The C rack-
mounted shall provide and install a rack mounted fiber optic patch
panel as identified in the Plans.
Cabinet Wiring
1. Terminal blocks TB 1 through T139 shall be installed on the Input
Panel. Layout and position assignment of the terminal blocks shall be
as noted in the Plans.
Terminals for field wiring in traffic data and/or ramp metering
controller cabinet shall be labeled, numbered and connected in
accordance with the following:
Terminal
Terminal and Connection
Block Pos. Wire Numbers Identification
TBS 501-502 AC Power,Neutral
T1-2 641 Sign on
1 T1-4 643 Sign off
TI-5 644 Flasher Output NC
T1-6 645 Flasher Output NO
T4-1 631 Lane 3 -Red
T4-2 632 Lane 3 - Yellow
T4-3 633 Lane 3 - Green
T44 621 Lane 2 - Red
T4-5 622 Lane 2 - Yellow
T4-6 623 Lane 2 - Green
T4-7 611 Lane 1 -Red
T4-8 612 Lane 1 - Yellow
T4-9 613 Lane 1 - Green
Loop lead-in cables shall be labeled and connected to cabinet terminals
according to the ITS Field Wiring Chart. This chart will be provided
by the Engineer within 20 days of the Contractor's request.
1W
9-29.16(2)A Optical Units
Under the first paragraph,number 4 (warranty) is deleted.
9-29.19 Pedestrian Push Buttons
The third paragraph is deleted
9-29.21 Flashing Beacon
This section is revised to read:
aw
Flashing beacons shall be installed as detailed in the Plans, as specified in the
Special Provisions, and as described below:
Controllers for flashing beacons shall be as specified in Section 9-29.15.
ow
96
Beacons shall consist of single section, 8-inch or 12-inch traffic signal heads,
three or four-way adjustable, meeting all of the applicable requirements of ,
Section 9-29.16. Displays (red or yellow) may be either LED type or
incandescent. 12 inch yellow displays shall be dimmed 50% after dark.
Mounting brackets, mountings, and installation shall meet all applicable .r
requirements of Section 9-29.17.
Lenses shall be either red-or amber, glass or polycarbonate as noted in the Plans .r►
or as determined by the Engineer.
9-29.24 Service Cabinets
Under the first paragraph, item F is revised to read:
F. The minimum size of control circuit conductors used in service cabinets shall be
No. 14 AWG stranded copper.
All electrical contactors shall have the loa
dside terminals toward the front (door
side) of the service cabinet.
Under the first paragraph,the fourth sentence of item I is revised to read:
No electrical devices shall be connected to the dead front panel.
9-29.25 Amplifier,Transformer, and Terminal Cabinets
Under the first paragraph,the fourth sentence of item 3 is revised to read:
The Contractor shall supply construction cores with two master keys. The keys shall
be delivered to the Engineer. •
SECTION 9-30: WATER DISTRIBUTION MATERIALS
August 2,2004 +�
9-30.6(1) Saddles
The first sentence is revised to read: rr
Saddles shall be ductile iron,bronze,brass, or stainless steel.
■r
9-30.6(2) Corporation Stops
The first sentence is revised to read:
Corporation stops shall be made of bronze or brass alloy.
9-30.6(4) Service Fittings •
The first sentence is revised to read:
•
97
•
Fittings used for service connections shall be made of bronze or brass alloy.
Y
SECTION 9-33: CONSTRUCTION GEOTEXTILE
April 5, 2004
This section including title is revised to read:
SECTION 9-33: CONSTRUCTION GEOSYNTHETIC
April 5, 2004
9-33.1 Geosynthetic Material Requirements
The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids,
.. and prefabricated drainage mats.
Geotextiles, including geotextiles attached to prefabricated drainage core to form a
fir prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns
formed into a stable network such that the fibers or yarns retain their position
relative to each other during handling,placement, and design service life. At least
95 percent by weight of the material shall be polyolefins or polyesters. The material
shall be free from defects or tears. The geotextile shall also be free of any treatment
or coating which might adversely alter its hydraulic or physical properties after
installation.
Geogrids shall consist of a regular network of integrally connected polymer tensile
1W elements with an aperture geometry sufficient to permit mechanical interlock with
the surrounding backfill. The long chain polymers in the geogrid tensile elements,
not including coatings, shall consist of at least 95 percent by mass of the material of
polyolefins or polyesters. The material shall be free of defects,cuts, and tears.
' Prefabricated drainage core shall consist of a three dimensional polymeric material
with a structure that permits flow along the core laterally,and which provides
support to the geotextiles attached to it.
The geosynthetic shall conform to the properties as indicated in Tables 1 through 8
in Section 9-33.2, and additional tables as required in the Special Provisions for each
use specified in the Plans. Specifically,the geosynthetic uses included in this section
and their associated tables of properties are as follows:
Applicable
Geotextile Application Property Tables
Underground Drainage, Low Survivability,
VW Classes A, B, and C Tables 1 and 2
Underground Drainage, Moderate Survivability,
Classes A, B, and C Tables 1 and 2
Separation Table 3
98
Soil Stabilization Table 3
Permanent Erosion Control, Moderate Survivability, ,
Classes A, B, and C Tables 4 and 5
Permanent Erosion Control, High Survivability '
Classes A,B, and C Tables 4 and 5
Ditch Lining Table 4
Temporary Silt Fence Table 6 '
Permanent Geosynthetic Retaining Wall Tables 7 and 9
Temporary Geosynthetic Retaining Wall Tables 7 and 10
Prefabricated Drainage Mat Table 8 ,
Tables 9 and 10 will be included in the Special Provisions.
n
Geogrid and geotextile reinforcement m geosyn thetic retaining walls shall conform
to the properties specified in Table 9 for permanent walls, and Table 10 for
temporary walls. ,
For geosynthetic retaining walls that use geogrid reinforcement,the geotextile
material placed at the wall face to retain the backfill material as shown in the Plans
shall conform to the properties for Construction Geotextile for Underground
Drainage, Moderate Survivability, Class A. ,
Thread used for sewing geotextiles shall consist of high strength polypropylene,
polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew
permanent erosion control geotextiles, and to sew geotextile seams in exposed faces
of temporary or permanent geosynthetic retaining walls, shall also be resistant to
ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile
itself.
9-33.2 Geosynthetic Properties
•
9-33.2(1) Geotextile Properties
Table 1: Geotextile for underground drainage strength properties for survivability.
.r
Geotextile Property Requirements)
Low Moderate
Survivability Survivability r
Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan
r
99
Grab Tensile Strength, ASTM D4632 180 lbs./115 lbs. min. 250 lbs./160 lbs.
min.
min. in machine and
x-machine direction
Grab Failure Strain, in ASTM D4632 <50 0/o/>_50% <50%/>50%
machine and x-machine
direction
Seam Breaking Strength ASTM D46323 1601bs./1001bs. min. 220
min.
Puncture Resistance ASTM D4833 3 671bs./40lbs. mm. 801bs./50 lbs. min.
Tear Strength,min. in ASTM D4533 67 lbs/40 lbs. min. 801bs./50lbs. min.
machine and x-machine
direction
Ultraviolet (UV) ASTM D4355 50% strength 50/
strength
Rediation stability retained min., retained min.,
after 500 hrs. in after 500 hrs. in
weatherometer weatherometer
Table 2: Geotextile for underground drainage filtration properties.
Geotextile Property Requirements
Geotextile Property Test Method= Class A Class B Class C
AOS ASTM D4751 .43 mm max. .25 mm max..18 mm max.
(#40 sieve) (#60 sieve) (#80 sieve)
Water Permittivity ASTM D4491 .5 sec I min. .4 sec I min. .3 sec I min.
,., Table 3: Geotextile for separation or soil stabilization.
Geotextile Property Requirements)
•• Separation Soil Stabilization
Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan
AOS ASTM D4751 .60 mm max. .43 mm max.
(#30 sieve) (#40 sieve)
Water Permittivity ASTM D4491 .02 sec-I min. .10 sec-1 min.
Grab Tensile Strength, ASTM D4632 2501bs./160 lbs. min. 3151bs./200lbs.
min.
VW min. in machine and
x-machine direction
AW
100
I
Grab Failure Strain, in ASTM D4632 <50%/>50% <50 0/o/>50%
machine and x-machine ,
direction
Seam Breaking Strength ASTM D46322 220 lbs./140 lbs. min. 2701bs./180 lbs. '
min.
Puncture Resistance ASTM D4833 801bs./50 lbs. min. 112 lbs./79 lbs. min.
Tear Strength,min. in ASTM D4533 80 lbs/501bs. min. 112 lbs./791bs. min.
machine and x-machine
direction 'r
Ultraviolet(UV) ASTM D4355 50% strength 50% strength
Rediation stability retained min., retained min., ••
after 500 hrs. in after 500 hrs. in
weatherometer weatherometer
Table 4: Geotextile for permanent erosion control and ditch lining.
Geotextile Property Requirements'
Permanent Erosion Control Ditch Lining
Moderate High '
Servicability Servicability
Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan
AOS ASTM D4751 See Table 5 See Table 5 .60 mm max(#30 sieve)
Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec' min. '
Grab Tensile Strength, ASTM D4632 2501bs./160 lbs.min. 315 lbs./200 tbs.min.250 lbs./160 tbs.min.
min.in machine and
x-machine direction s
Grab Failure Strain,in ASTM D4632 15%-50"/,h50% 15 0/6-50 0/o/?50% <50°/u/h50%
machine and x-machine
direction
Seam Breaking Strength (ASTM D46322 220 lbsJ1401bs.min. 270 lbsJ180 tbs.min.220 lbs./140 lbs.min.
Burst Strength ASTM D3785 400 pse/190 psi min. 500 psi/320 psi min.
Puncture Resistance ASTM D4833 80 lbs./50 tbs.min. 112 lbs./791bs.min. 80 lbs./50 tbs.min.
Tear Strength,min.in ASTM D4533 80 lbs/50 tbs.min. 112 lbs./791bs.min. 80 lbs./50 tbs.min.
machine and x-machine
direction
Ultraviolet(UV) ASTM D4355 70%strength 70%strength 701/6 strength
Rediation stability retained min., retained min., retained min.,
after 500 hrs.in after 500 hrs.in after 500 hrs.in
weatherometer weatherometer weatherometer
Table 5: Filtration properties for geotextile for permanent erosion control.
.r
101
Geotextile Property Requirements'
Geotextile Property Test Method 2 Class A Class B Class C
AOS ASTM D4751 .43 mm max. .25 mm max..22 mm max.
(#40 sieve) (460 sieve) (#70 sieve)
Water Permittivity ASTM D4491 .7 sec"' min. .4 sec"' min. .2 sec ' min.
Table 6: Geotextile for temporary silt fence.
Geotextile Property Requirements'
Supported
Between
Unsupported Posts with Wire or
' Geotextile Property Test Method 2 Between Posts Polymeric Mesh
AOS ASTM D4751 .60 mm max. for slit .60 mm max. for slit
I film wovens film wovens
(#30 sieve) (#30 sieve)
.30 mm max. for all .30 mm max. for all
' other geotextile other geotextile
types (#50 sieve) types(#50 sieve)
.15 mm min. .15 mm min.
(#100 sieve) (#100 sieve)
1. Water Permittivity ASTM D4491 .02 sec' min. .02 sec-' min.
Grab Tensile Strength, ASTM D4632 180 lbs. min. in 100lbs. min.
min. in machine and machine direction,
x-machine direction 100 lbs. min. in
x-machine direction
Grab Failure Strain, in ASTM D4632 30%max. at 180 lbs.
machine and x-machine or more
direction
Ultraviolet(UV) ASTM D4355 70%strength 70% strength
Rediation stability retained min., retained min.,
after 500 hrs. in after 500 hrs. in
weatherometer weatherometer
'All geotextile properties in Tables 1 through 6 are minimum average roll values
.. (i.e., the test result for any sampled roll in a lot shall meet or exceed the values
shown in the table).
2The test procedures used are essentially in conformance with the most recently
approved ASTM geotextile test procedures, except for geotextile sampling and
VO
102
specimen conditioning, which are in accordance with WSDOT Test Methods 914 ,
and 915, respectively. Copies of these test methods are available at the State
Materials Laboratory in Tumwater.
3With seam located in the center of 8-inch long specimen oriented parallel to grip
faces. '
9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes
All geotextile properties provided in Table 7 are minimum average roll values. The
average test results for any sampled roll in a lot shall meet or exceed the values
shown in the table. The test procedures specified in the Table are in conformance
with the most recently approved ASTM geotextile test procedures, except for '
geotextile sampling and specimen conditioning, which are in accordance with
WSDOT Test Methods 914 and 915, respectively.
Table 7: Minimum properties required for geotextile reinforcement used in
geosynthetic reinforced slopes and retaining walls.
Geotextile Property '
Requirements
Geotextile Property Test Method Woven/Nonwoven
Water Permittivity ASTM D4491 .02 sec.-1 min. ,
AOS ASTM D4751 .84 mm max.
(No.20 Sieve) '
Grab Tensile Strength,min. in ASTM D4632 200 lbs/120 lbs min.
machine and x-machine
direction
Grab Failure Strain, ASTM D4632 <50%/>50%
in machine and x-machine ,
direction
Seam Breaking Strength ASTM D4632 160 lbs/100 lbs min.
Puncture Resistance ASTM D4833 63 lbs/50 lbs min. ,
Tear Strength,min. ASTM D4533 63 lbs/50 lbs min.
in machine and x-machine
direction
Ultraviolet(UV)Radiation ASTM D4355 70%(for polypropylene �►
Stability and polyethyelene)and
50%(for polyester)
Strength Retained min.,
after 500 Hr. in
weatherometer
1r
103
.r
1 Applies only to seams perpendicular to the wall face.
The ultraviolet (UV)radiation stability, ASTM D4355, shall be a minimum of 70%
strength retained after 500 hours in the weatherometer for polypropylene and
' polyethylene geogrids and geotextiles, and 50% strength retained after 500 hours in
the weatherometer for polyester geogrids and geotextiles.
9-33.2(3) Prefabricated Drainage Mat
Prefabricated drainage mat shall have a single or double dimpled polymeric core
with a geotextile attached and shall meet the following requirements:
' Table 8: Minimum properties required for prefabricated drainage mats.
' Property Test Method Prefabricated Drainage
Material/Geotextile
Property Requirements
Width 12 inches min.
Thickness ASTM D 5199 0.4 inches min.
Compressive Strength at
Yield ASTM D 1621 100 psi min.
In Plan Flow Rate ASTM D 4716
Gradient=0.1,
Pressure= 5.5 psi 5.0 gal. /min./ft.
Gradient= 1.0,
Pressure= 14.5 psi 15.0 gal. /min./ft.
Geotextile -AOS ASTM D 4751 460 US Sieve max.
Geotextile -Permittivity ASTM D 4491 > 0.4 SEC -1
•• Geotextile- Grab Strength ASTM D 4632 Nonwoven- 110 lb.
min.
Prefabricated drainage mats will be accepted based on the manufacturer's certificate
of compliance that the material furnished conforms to these specifications. The
Contractor shall submit the manufacturer's certificate of compliance to the Engineer
in accordance with Section 1-06.3.
9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
Aggregate cushion for permanent erosion control geotextile, Class A shall meet the
requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control
104
geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9- '
03.9(2).
9-33.4 Geosynthetic Approval and Acceptance rr
9-33.4(1) Source Approval
The Contractor shall submit to the Engineer the following information regarding rr
each geosynthetic proposed for use:
Manufacturer's name and current address, •
Full product name,
Geotextile structure, including fiber/yarn type,
Geosynthetic polymer type(s) (for temporary and permanent geosynthetic
retaining walls), and
Proposed geotextile use(s). ,
If the geosynthetic source has not been previously evaluated, or is not listed in the
current WSDOT Qualified Products List (QPL), a sample of each proposed ,
geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for
evaluation. After the sample and required information for each geosynthetic type
have arrived at the State Materials Laboratory in Tumwater, a maximum of 14
calendar days will be required for this testing. Source approval will be based on
conformance to the applicable values from Tables 1 through 8 in Section 9-33.2 and
additional tables as specified in the Special Provisions. Source approval shall not be
the basis of acceptance of specific lots of material unless the lot sampled can be
clearly identified and the number of samples tested and approved meet the
requirements of WSDOT Test Method 914.
r
Geogrid and geotextile products that are qualified for use in permanent geosynthetic
retaining walls and reinforced slopes (Classes 1, 2, or both)are listed in the current r
WSDOT QPL.
For geogrid and geotextile products proposed for use in permanent geosynthetic
retaining walls or reinforced slopes that are not listed in the current QPL, the
Contractor shall submit test information and the calculations used in the
determination of Tai performed in accordance with WSDOT Standard Practice T925
to the State Materials Laboratory in Tumwater for evaluation. The Contracting
Agency will require up to 30 calendar days after receipt of the information to
complete the evaluation. •r
9-33.4(3) Acceptance Samples
Samples will be randomly taken by the Engineer at the job site to corm that the •
geosynthetic meets the property values specified.
Approval will be based on testing of samples from each lot. A"lot" shall be defined
for the purposes of this specification as all geosynthetic rolls within the consignment
105
'
(i.e. all rolls sent the project site)that were produced by the same manufacturer
during a continuous period of production at the same manufacturing plant and have
the same product name. After the samples have arrived at the State Materials
Laboratory in Tumwater, a maximum of 14 calendar days will be required for this
testing.
If the results of the testing show that a geosynthetic lot as defined, does not meet the
properties required for the specified use as indicated in Tables 1 through 8 in Section
' 9-33.2, and additional tables as specified in the Special Provisions, the roll or rolls
which were sampled will be rejected. Geogrids and geotextiles for temporary
geosynthetic retaining walls shall meet the requirements of Table 7, and Table 10 in
the Special Provisions. Geogrids and geotextiles for permanent geosynthetic
retaining wall shall meet the requirements of Table 7, and Table 9 in the Special
Provisions, and both geotextile and geogrid acceptance testing shall meet the
required ultimate tensile strength TUit as provided in the current QPL for the selected
product(s). If the selected product(s) are not listed in the current QPL,the result of
the testing for T„it shall be greater than or equal to Tuft as determined from the
product data submitted and approved by the State Materials Laboratory during
source approval.
Two additional rolls for each roll tested which failed from the lot previously tested
will then be selected at random by the Engineer for sampling and retesting. If the
retesting shows that any of the additional rolls tested do not meet the required
properties, the entire lot will be rejected. If the test results from all the rolls retested
meet the required properties,the entire lot minus the roll(s)that failed will be
accepted. All geosynthetic that has defects, deterioration, or damage, as determined
by the Engineer,will also be rejected. All rejected geosynthetic shall be replaced at
no additional expense to the Contracting Agency.
9-33.4(4) Acceptance by Certificate of Compliance
When the quantities of geosynthetic proposed for use in each geosynthetic
application are less than or equal to the following amounts, acceptance shall be by
Manufacturer's Certificate of Compliance:
Application Geotextile Quantity
Underground Drainage 600 sq. yards
Soil Stabilization and Separation 1,800 sq. yards
Permanent Erosion Control 1,200 sq. yards
•• Temporary Silt Fence All quantities
Temp. or Perm. Geosynthetic Retaining Wall Not required
Prefabricated Drainage Mat All quantities
The Manufacturer's Certificate of Compliance shall include the following
information about each geosynthetic roll to be used:
aw
Manufacturer's name and current address,
106
Full product name,
Geosynthetic structure, including fiber/yarn type,
Polymer type (for all temporary and permanent geosynthetic retaining walls ,
only),
Geosynthetic roll number,
Proposed geosynthetic use(s), and '
Certified test results.
9-33.4(5) Approval of Seams ,
If the geotextile seams are to be sewn in the field,the Contractor shall provide a section
of sewn seam which can be sampled by the Engineer before the geotextile is installed.
shall be sewn using the same equipment and procedures as
The seam sewn forsampling S
will be used to sew the production seams. If production seams will be sewn in both the
machine and cross-machine directions,the Contractor must provide sewn seams for
sampling which are oriented in both the machine and cross-machine directions. The
seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If
the seams are sewn in the factory,the Engineer will obtain samples of the factory seam at
random from any of the rolls to be used. The seam assembly description shall be
submitted by the Contractor to the Engineer and will be included with the seam sample ,
obtained for testing. This description shall include the seam type, stitch type, sewing
thread type(s), and stitch density.
SECTION 9-34: PAVEMENT MARKING MATERIAL ,
August 2,2004
9-34.5 Temporary Pavement Marking Tape '
This section is supplemented with the following:
Pavement marking masking tape shall conform to ASTM D 4592 Type 1 '
(removable), except that material shall be black, non-retroreflective and non-glaring.
SECTION 9-35: TEMPORARY TRAFFIC CONTROL MATERIALS ,
December 6,2004
Temporary traffic control materials in this section consist of various traffic
communication, channelization and protection items described in Section 1-10 and listed
below:
ar
Stop/Slow Paddles
Construction Signs
Wood Sign Posts r►
Sequential Arrow Signs
Portable Changeable Message Signs
Barricades
Traffic Safety Drums
Barrier Drums
■r
107
■r
' Traffic Cones
Tubular Markers
Warning Lights and Flashers
Truck-Mounted Attenuator
The basis for acceptance of temporary traffic control devices and materials shall be visual
inspection by the Engineer's representative. No sampling or testing will be done except
that deemed necessary to support the visual inspection. Requests for Approval of
Material and Qualified Products List submittals are not required. Certification for
crashworthiness according to NCHRP 350 will be required as described in Section 1-
10.2(3).
"MUTCD,"as used in this section, shall refer to the latest WSDOT adopted edition of the
Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of
conflicts between the MUTCD and the contract provisions,then the provisions shall
govern.
9-35.1 Stop/Slow Paddles
+` Paddles shall conform to the requirements of the MUTCD, except that the minimum
width shall be 24 inches.
9-35.2 Construction Signs
Construction signs shall conform to the requirements of the MUTCD and shall meet the
requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any
sign/sign stand combination that satisfies these requirements will be acceptable.
Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of
0.080 inches and a maximum thickness of 0.125 inches.
All orange background signs shall be fabricated with Type X reflective sheeting. All
post-mounted signs with Type X sheeting shall use a nylon washer between the twist
fasteners (screw heads, bolts or nuts)and the reflective sheeting.
Soft, fabric,roll-up signg will not be acceptable. Any fabric sign which otherwise meets
the requirements of this section and was purchased prior to July 1, 2004, may be utilized
.� until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type
VI reflective sheeting.
.� 9-35.3 Wood Sign Posts
Use the charts below to determine post size for construction signs.
One Post Installation
Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
4x4 - 16.0
4x6 17.0 20.0
108
6x6 21.0 25.0 ,
6x8 26.0 31.J0
Two Post Installation
(For signs 5 feet or greater in width) '
Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
4x4 - 16.0 ,
4x6 17.0 36.0
6x6 37.0 46.0
6x8 47.0 75.0 * I
* The Engineer shall determine post size for signs greater than 75 square feet.
the grades and usage listed below. Grades shall be ,
Sign posts shall conform to g g
determined by the current standards of the West Coast Lumber Inspection Bureau
(WCLIB)or the Western Wood Products Association(WWPA).
4 x 4 Construction grade (Light Framing,
Section 122-b WCLIB)or(Section ,
40.11 WWPA)
4 x 6 No. 1 and better, grade (Structural ,
Joists and Planks, Section 123-b
WCLIB) or(Section 62.11 WWPA)
6 x 6, 6 x 8, 8 x 10 No. 1 and better, grade(Posts and '
Timbers, Section 131-b WCLIB)or
(Section 80.11 WWPA)
6 x 10, 6 x 12 No. 1 and better, grade (Beams and ,
Stringers, Section 130-b WCLIB) or
(Section 70.11 WWPA) i
9-35.4 Sequential Arrow Signs !
Sequential Arrow Signs°shall meet the requirements of the MUTCD supplemented with
the following:
Sequential arrow signs furnished for stationary lane closures on this project shall be
Type C.
The color of the light emitted shall be yellow. .r
The dimming feature shall be automatic,reacting to changes in light without a
requirement for manual adjustment.
9-35.5 Portable Changeable Message Signs
Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
and the following:
109
•
' The PCMS shall employ one of the following technologies:
' 1. Fiber optic/shutter
2. Light emitting diode
3. Light emitting diode/shutter
4. Flip disk
Regardless of the technology, the PCMS shall meet the following general requirements:
• Be light emitting g and must not rely solely on reflected light. The emitted light
shall be generated using fiber optic or LED technology.
• Have a display consisting of individually controlled pixels no larger than 2 1/2
inch by 2 1/2 inch. If the display is composed of individual character modules,
the space between modules must be minimized so alphanumeric characters of
any size specified below can be displayed at any location within the matrix.
„•, • When activated,the pixels shall display a yellow or orange image. When not
activated,the pixels shall display a flat black image that matches the
background of the sign face.
• Be capable of displaying alphanumeric characters that are a minimum of 18
inches in height. The width of alphanumeric characters shall be appropriate for
the font. The PCMS shall be capable of displaying three lines of eight
characters per line with a minimum of one pixel separation between each line.
• The PCMS message,using 18-inch characters, shall be legible by a person with
20/20 corrected vision from a distance of not less than 800 feet centered on an
P axis perpendicular to the sign face.
• The sign display shall be covered by a stable, impact resistant polycarbonate
face. The sign face shall be non-glare from all angles and shall not degrade due
to face.
exposure to ultraviolet light.
am • Be capable of simultaneously activating all pixels for the purpose of pixel
diagnostics. Any sign that employs flip disk or shutter technology shall be
programmable to activate the disks/shutters once a day to clean the electrical
4 components. This feature shall not occur when the sign is displaying an active
message.
• The light source shall be energized only when the sign is displaying an active
message.
The PCMS panels and related equipment shall be permanently mounted on a trailer with
all controls and power generating equipment.
110
a controller that provides the following functions: '
The PCMS shall be operated by P
1. Select any preprogrammed message by entering a code. ,
2. Sequence the display of at least five messages.
3. Blank the sign.
4. Program a new message, which may include animated arrows and '
chevrons.
5. Mirror the message currently being displayed or programmed.
9-35.6 Barricades
Barricades shall conform to the requirements of the MUTCD supplemented by the further
requirements of Standard Plan H-2.
9-35.7 Traffic Safety Drums
Traffic safety drums shall conform to the requirements of the MUTCD and the following:
The drums shall have the following additional physical characteristics:
Material Fabricated from low-density polyethylene that meets the
requirements of ASTM D 4976 and is UV stabilized.
,
Overall Width 18-inch minimum in the direction(s)of tra ffic flow.
Shape Rectangular,hexagonal, circular, or flat-sided semi- '
circular.
Color The base color of the drum shall be fade resistant safety '
orange.
The traffic safety drums shall be designed to accommodate at least one portable light
unit. The method of attachment shall ensure that the light does not separate from the
drum upon impact.
•
Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as
described in Section 1-10.2(3).
r
When recommended by the manufacturer, drums shall be treated to ensure proper
adhesion of the reflective sheeting.
9-35.8 Barrier Drums
Barrier drums shall be small traffic safety drums, manufactured specifically for traffic
control purposes to straddle a concrete barrier and shall be fabricated from low-density .►
polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized.
The barrier drums shall meet the following general specifications: •
..
111
.r
Total height 22 in., ± I in.
Cross-section hollow oval
►;
10 in. X 14 in., ± I in.
Formed support legs length 13 in., ± 1 in.
Space between legs 6 1/4 in. min.
(taper to fit conc. barrier)
Weight 33 lb. ±4 lb.
with legs filled with sand.
Color Fade resistant safety orange.
Barrier drums shall have three 4-inch reflective white stripes, (one complete and two
r
partial). Stripes shall be fabricated from Type III or Type IV reflective sheeting.
When recommended by the manufacturer, barrier drums shall be treated to ensure proper
.. adhesion of the reflective sheeting.
9-35.9 Traffic Cones
ap Cones shall conform to the requirements of the MUTCD, except that the minimum height
shall be 28 inches.
aw 9-35.10 Tubular Markers
Tubular markers shall conform to the requirements of the MUTCD, except that the
minimum height shall be 28 inches.
Pavement-mounted tubular markers shall consist of a surface-mounted assembly which
uses a separate base with a detachable tubular marker held in place by means of a locking
.. device.
9-35.11 Warning Lights and Flashers
Warning lights and flashers shall conform to the requirements of the MUTCD.
9-35.12 Truck-Mounted Attenuator
M• The Truck-Mounted Attenuator(TMA) shall be selected from the approved units listed
on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum
weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's
recommendations. Ballast used to obtain the minimum weight requirement, or any other
object that is placed on the vehicle shall be securely anchored such that it will be retained
on the vehicle during an impact. The Contractor shall provide certification that the unit
complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must
comply with NCHRP 350 requirements.
The TMA shall have an adjustable height so that it can be placed at the correct elevation
during usage and to a safe height for transporting. If needed,the Contractor shall install
additional lights to provide fully visible brake lights at all times.
112
The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron ,
pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and
reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the"V" at the '
center of the unit.
r
r
err
r
.r
113
t
SPECIAL PROVISIO
Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
.. TABLE OF CONTENTS
DIVISION l: GENERAL REQUIREMENTS........................................................................................1
1-01: DEFINITIONS AND TERMS................................................................................................................ 1
1-01.1: General(RC)........................................................................................................................... 1
1-01.3: Definitions............................................................................................................................... I
1-02: BID PROCEDURES AND CONDITIONS................................................................................................2
1-02.4: Examination of Plans, Specifications and Site of Work..........................................................2
1-02.6: Preparation of Proposals(RC)...............................................................................................2
1-02.6(1): Proprietary Information(RC)..........................................................................................................3
1-02.12: Public Opening of Proposals(RC).......................................................................................3
1-03: AWARD AND EXECUTION OF CONTRACT.........................................................................................3
1-03.1: Consideration of Bids(RC).....................................................................................................3
1-03.2: Award of Contract(RC)...................................................... .............3
.......................................
1-03.3: Execution of Contract(APWA,RC)........................................................................................4
1-04: SCOPE OF WORK.............................................................................................................................4
1-04.2: Coordination of Contract Documents,Plans,Special Provisions Specifications, and Addenda
(RC)......................................................................................................................................................4
1-04.4: Changes(RC)..........................................................................................................................5
1-04.8: Progress Estimates and Payments(RC)..................................................................................5 -
,,. 1-04.11: Final Cleanup.......................................................................................................................5
1-05: CONTROL OF W ORK........................................................................................................................5
1-05.4: Conformity With and Deviations from Plans and Stakes(APWA,RC)...................................5
1-05.4(1): Contractor Supplied Surveying(RC)..............................................................................................6
'r 1-05.4(2): Contractor Provided As-Built Information(RC).............................................................................7
1-05.14: Cooperation with Other Contractors....................................................................................8
1-06: CONTROL OF MATERIAL..................................................................................................................8
1-06.2(2): Statistical Evaluation of Materials for Acceptance..........................................................................8
1-06.5: Foreign Made Materials.........................................................................................................9
1-07: LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC...............................................................9
1-07.2: State Taxes.............................................................................................9
1-07.9(1): General.......................................................................................................................................... 10
1-07.11: Equal Employment Opportunity Responsibilities............................................................... 10
1-07.11(11): City of Renton Affidavit of Compliance(RC)...........................................................................24
1-07.12: Federal Agency Inspection.................................................................................................25 ;
1-07.13(1): General........................................................................................................................................25
1-07.16: Protection and Restoration of Property..............................................................................25
1-07.16(1): Private/Public Property(RC)....................................................................................................25
1-07.16(5): Fences,Mailboxes,Incidentals....................................................................................................27
1-07.16(3): Payment.......................................................................................................................................27
1-07.17: Utilities and Similar Facilities............................................................................................27
1-07.17(1): Potholing.....................................................................................................................................29
1-07.18: Public Liability and Property Damage Insurance(RC) .......29
..............................................
1-07.18(1): General(RC)...............................................................................................................................29
1-07.18(2): Coverages(RC)...........................................................................................................................30
1-07.18(3): Limits(RC).................................................................................................................................32
1-07.18(4): Evidence of Insurance
1-07.22: Use of Explosives................................................................................................................33 =
1-07.23: Public Convenience and Safety...........................................................................................33
1-07.23(l): Construction Under Traffic(RC)................................................................................................33
1-08: PROSECUTION AND PROGRESS......................................................................................................34
1-08.0: Preliminary Matters(APWA)................................................................................................34
1-08.0(1): Preconstruction Conference(APWA)...........................................................................................34
1-08.3: Order of Work.......................................................................................................................35
1-08.5: Time for Completion(APIVA,RC)........................................................................................36
-i-
•
1-08.11: Contractor's Plant and Equipment(RC).............................................................................37
1-08.12: Attention to Work(RC)........................................................................................................37
1-09: MEASUREMENT AND PAYMENT.....................................................................................................38
1-09.1: Measurement of Quantities(RC)...........................................................................................38
1-09.2(1): General Requirements for Weighing RC ..................................................................38
1-09.3: Scope of Payment(RC).........................................................................................................39
1-09.6: Force Account.......................................................................................................................39
1-09.7: Mobilization..........................................................................................................................40 r
1-09.11: Disputes and Claims...............................................................................:...........................40
1-09.11(2): Claims.........................................................................................................................................40
1-09.13: Claims Resolution...............................................................................................................40
1-09.13(3)B: Procedures to Pursue Arbitration(RC).....................................................................................40
1-10: TEMPORARY TRAFFIC CONTROL...................................................................................................41
1-10.1: General(RC).........................................................................................................................41
1-10.2: Traffic Control Management................................................................................................42
1-10.2(2): Traffic Control Plans.....................................................................................................................42
1-10.2(3): Conformance to Established Standards.........................................................................................42
1-10.3: Flagging, Signs, and All Other Traffic Control Devices.......................................................44
1-10.3(1): Traffic Control Labor....................................................................................................................44
1-10.3(3): Construction Signs........................................................................................................................44
1-10.3(5): Temporary Traffic Control Devices...............................................................................................46
1-10.4: Measurement.........................................................................................................................46 _
1-10.5: Payment
1-11: RENTON SURVEYING STANDARDS.................................................................................................48
1 11.1(1): Responsibility for Surveys(RC)....................................................................................................48
1-11.1(2): Survey Datum and Precision(RC)................................................................................................48
1-11.1(3): Subdivision Information(RC).......................................................................................................49
1-11.1(4): Field Notes(RC)...........................................................................................................................49
1-11.1(5): Comers and Monuments(RC)......................................................................................................49
1-11.1(6): Control or Base Line Survey(RC)................................................................................................49
1-11.1(7): Precision Levels(RC)...................................................................................................................50
1-11.1(8): Radial and Station-Offset Topography(RC)...............................................................................50
1-11.1(9): Radial Topography(RC)..............................................................................................I.................51
1-11.1(10): Station-Offset Topography(RC)...............................................................................................51 a�
1 11.1(11): As-Built Survey(RC)..................................................................................................................51
1-11.1(12): Monument Setting and Referencing(RC)...................................................................................51
1-11.2: Materials...............................................................................................................................52
1-11.2(1): Property t Lot Corners(RC)......................................... .............................52 `rr
....................................
1-11.2(2): Monuments(RC)...........................................................................................................................52
1-11.2(3): Monument Case and Cover(RC)..................................................................................................52
DIVISION2: EARTHWORK......................................................»»......................................................53
2-01: CLEARING GRUBBING AND ROADSIDE CLEANUP...........................................................................53
2-01.1: Description............................................................................................................................53
2-01.2(1): Disposal Method No. 1 -Open Burning............................................ ......54
.......................................
2-01.2(2): Disposal Method No.2-Waste Site.............................................................................................54
2-01.5: Payment................................................................................................................................54
2-02: REMOVAL OF STRUCTURES AND OBSTRUCTIONS..........................................................................55 r
2-02.1: Description............................................................................................................................55
2-02.3(3): Removal of Pavement,Sidewalks,and Curbs...............................................................................56
2-02.3(5): Remove Existing Fence.................................................................................................................56
2-02.3(6): Removing Catch Basin..................................................................................................................57
2-02.4: Measurement.........................................................................................................................57
2-02.5: Payment................................................................................................................................57
2-03: ROADWAY EXCAVATION AND E1viBANKMENT...............................................................................58
2-03.3: Construction Requirements RC r
2-03.4: Measurement.........................................................................................................................59
r
-ii-
r
2-04: HAUL............................................................................................................................................60
aw 2-04.5: Payment RC ...................................................... 60
2-06: SUBGRADE PREPARATION.............................................................................................................60
2-06.5: Measurement and Payment(RC).......................................................................................... 60
2-09: STRUCTURE EXCAVATION.............................................................................................................60
2-09.1: Description............................................................................................................................ 60
2-09.3: Construction Requirements................................................................................................... 60
2-09.3(1)D: Disposal of Excavated Material(RC).........................................................................................60
2-09.4: Measurement(RC)................................................................................................................ 61
2-09.5: Payment................................................................................................................................ 61
DIVISION4: BASES...............................................................................................................................62
4-03: BALLAST AND CRUSHED SURFACING............................................................................................62
4-04.1: Description............................................................................................................................ 62
4-04.5: Payment................................................................................................................................ 62
DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS........................................................63
5-04: HOTMix ASPHALT........................................................................................................................63
w. 5-04.3(7)A: Mix Design.................................................................................................................................63
5-04.3(8)A: Acceptance Sampling and Testing-HMA Mixture....................................................................63
5-04.3(13): Surface Smoothness....................................................................................................................63
5-04.5: Payment................................................................................................................................64
5-04.5(1)A: Price Adjustments for Quality of HMA......................................................................................64
5-04.5(1)B: Price Adjustments for Quality of HMA Compaction..................................................................65
DIVISION6: STRUCTURES.................................................»..............................................................66
r.
6-10: CONCRETE BARRIER.....................................................................................................................66
6-10.3(2): Cast-In-Place Concrete Barrier......................................................................................................66
6-10.4: Measurement.........................................................................................................................66
6-10.5: Payment................................................................................................................................66
DIVISION 7: DRAINAGE STRUCTURES,STORM SEWERS,SANITARY SEWERS,WATER
MAINS,AND CONDUITS......................................................................................................................67
7-01: DRAINS.........................................................................................................................................67
7-01.2: Materials(RC)......................................................................................................................67
7-01.3: Construction Requirements(RC)..........................................................................................67
7-04: STORM SEWERS
7-04.1: Description............................................................................................................................67
7-04.2: Materials...............................................................................................................................68
7-04.3(1)B: Exfiltration Test-Storm Sewers.................................................................................................70
7-04.3(1)G: Pipe Markings.............................................................................................................................70
7-04.3(1)H: Pipeline Requirements(for aquifer protection areas).................................................................71
7-04.4: Measurement(RC)................................................................................................................ 75
o. 7-04.5: Payment................................................................................................................................ 75
7-05: MANHOLES,INLETS,AND CATCH BASINS.....................................................................................76
7-05.3: Construction Requirements................................................................................................... 76
7-05.3(1): Adjusting Manholes and Catch Basins to Grade(RC)..................................................................76
7-05.3(2): Abandon Existing Manholes(RC)................................................................................................77
7-05.3(3): Connections to Existing Manhol es................................................................................................78
7-05.4: Measurement(RC)................................................................................................................ 78
7-05.5: Payment................................................................................................................................ 78
7-08: GENERAL PIPE INSTALLATION REQUIREMENTS.............................................................................79
7-08.3: Construction Requirements................................................................................................... 79
7-08.3(1)C: Bedding the Pipe(RC)(SA).......................................................................................................79
�w 7-08.3(2): Laying Pipe.................................................................. ...79
..............................................................
7-08.3(2)A: Survey Line and Grade...............................................................................................................79
-iii-
7-08.3(2)B: Pipe Laying-General(RC)........................................................................................................80
7-08.3(2)E: Rubber Gasketed Joints(RC)......................................................................................................80
7-08.3(2)J: Placing PVC Pipe(RC)...............................................................................................................81
7-08.4: Measurement......................................................................................................................... 81
7-08.5: Payment................................................................................................................................ 81
7-12: VALVES FOR WATER MAINS.........................................................................................................82
7-12.3(1): Installation of Valve Marker Post(RC).........................................................................................82
7-12.3(2): Adjust Existing Valve Box to Grade.............................................................................................82
7-12.4: Measurement.........................................................................................................................82
DIVISION 8: MISCELLANEOUS CONSTRUCTION.......................................................................84
8-01: EROSION CONTROL AND WATER POLLUTION CONTROL................................................................84
8-01.4: Measurement......................................................................................................................... 84
8-01.5: Payment................................................................................................................................84
8-02: ROADSIDE RESTORATION..............................................................................................................85
8-02.1: Description............................................................................................................................85
8-02.2: Materials............................................................................................................................... 85
8-02.3(1): Responsibility During Construction..............................................................................................85
8-02.3(2): Roadside Work Pl an......................................................................................................................85
8-02.3(4)A: Topsoil Type"A\........................................................................................................................86
8-02.3(5): Planting Area Preparation.............................................................................................................86
8-02.3(6): Soil Amendments..........................................................................................................................86
8-02.3(7): Layout of Planting.........................................................................................................................87
8-02.3(8): Planting.........................................................................................................................................87
8-02.3(10: Fertilizer.......................................................................................................................................88
8-02.3(11): Bark or Wood Chip Mulch..........................................................................................................88
8-02.3(12): Completion of Initial Planting ...............................................................................88
8-02.3(19): Property Restoration....................................................................................................................88
8-02.4: Measurement......................................................................................................................... 89
8-02.5: Payment................................................................................................................................ 89 r
8-03: IRRIGATION SYSTEM.....................................................................................................................90
8-03.1: Description............................................................................................................................ 90
8-03.3(13): Existing Irrigation System Restoration.........................................................................................90
8-03.5: Payment................................................................................................................................90 s
8-04: CURBS,GUTTERS,AND SPILLWAYS..............................................................................................90
8-09: RAISED PAVEMENT MARKERS ......................................................................................................91
8-09.5: Payment(RC)(SA)................................................................................................................ 91
8-12: CHAIN LINK FENCE AND WIRE FENCE...........................................................................................91
8-12.5: Payment................................................................................................................................91
8-13: MONUMENT CASES.......................................................................................................................91
8-13.1: Description(RC)...................... ...........91
..................................................................................
8-13.3: Construction Requirements...................................................................................................91
8-13.4: Measurement.........................................................................................................................92
8-13.5: Payment................................................................................................................................92 ,..
8-14: CEMENT CONCRETE SIDEWALKS...................................................................................................92
8-14.3(4): Curing(RC)...................................................................................................................................92
8-14.4: Measurement(RC)................................................................................................................ 92
8-14.5: Payment ......93
..........................................................................................................................
8-20: ILLumlNATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL......................................................93
8-20.1: Description............................................................................................................................ 93
8-20.2: Materials...............................................................................................................................94 ■r
8-20.2(l): Equipment List and Drawings.......................................................................................................94
8-20.3(1): General..........................................................................................................................................94
8-20.3(2): Excavating and Backfilling(RC)...................................................................................................95
8-20.3(4): Foundations(RC)..........................................................................................................................96 wr
8-20.3(5): Conduit(RC).................................................................................................................................96
8-20.3(6): Junction Boxes..............................................................................................................................97
ur
-iv-
r
8-20.3(9): Bonding.Grounding(RC).............................................................................................................98
op8-20.3(10): Service(RC)................................................................................................................................98
8-20.3(11): Field Test(RC)............................................................................................................................98
8-20.3(13): Illumination Systems...................................................................................................................99
8-20.3(13)A: Light Standards.........................................................................................................................99
8-20.3(14): Signal Systems(RC).................................................................................................................. 100
8-20.3(14)D: Test fpr Induction Loops and Lead-In Cable(RC)................................................................. 101
8-20.3(14)E: Signal Standards(RC)............................................................................................................ 101
8-20.3(14)F: Opticom Priority Control Systems(RC)................................................................................. 101
8-20.3(15): Grout(RC)................................................................................................................................ 101
8-20.3(19): Modify Existing Signal Systems............................................................................................... 102
8-20.3(20): Traffic Signal Interconnect System........................................................................................... 102
8-20.4: Measurement....................................................................................................................... 103
8-20.5: Payment
.............................................................................................................................. 103
8-20.6: Undergrounding of Overhead Utilities............................................................................... 103
8-20.6(1): Description.................................................................................................................................. 104
8-20.6(2): Construction Requirements......................................................................................................... 105
8-20.6(3): Measurement...............................................................................................................................105
8-20.6(4): Payment....................................................................................................................................... 105
8-21: PERMANENT SIGNING.................................................................................................................. 106
8-22: PAVEMENTMARKING................................................................................................................. 106
8-22.1: Description.......................................................................................................................... 106
8-22.3(5): Tolerances for Line Stripes(RC).................................................................................................107
8-22.3(6): Installation Instructions(RC)......................................................................................................107
8-22.3(7): Removal of Pavement Markings(RC).........................................................................................107
8-22.4: Measurement(RC)(SA)...................................................................................................... 108
8-22.5: Payment.............................................................................................................................. 108
+� 8-23: TEMPORARY PAVEMENT MARKINGS........................................................................................... 109
8-23.5: Payment(RC)...................................................................................................................... 109
8-24: ROCK AND GRAVITY BLOCK WAIL AND GABION CRIBBING....................................................... 109
r8-24.5: Payment.............................................................................................................................. 109
8-25: GLARE SCREEN........................................................................................................................... 109
8-25.5: Payment.............................................................................................................................. 109
8-31: CONSTRUCTION GEOTEXTILE...................................................................................................... 109
'. 8-31.1: Description.......................................................................................................................... 109
8-31.2: Materials............................................................................................................................. 109
8-31.2(1): Geotextile Approval and Acceptance.......................................................................................... 109
r 8-31.3: Construction Requirements................................................................................................. 110
8-31.3(1): Shipment and Storage..................................................................................................................110
8-31.3(2): General Construction Requirements............................................................................................ 110
8-31.3(3): Specific Construction Requirements...........................................................................................111
8-31.3(4): Underground Drainage................................................................................................................111
8-31.4: Measurement..::................................................................................................................... III
8-31.5: Payment.............................................................................................................................. 111
8-35: STORM VAULTS........................................................................................................................... 111
"f 8-35.1: Description...................................................:...................................................................... 111
8-35.2: Materials............................................................................................................................. 112
8-35.2(1): General........................................................................................................................................112
8-35.2(2): Vaults..........................................................................................................................................112
8-35.2(3): Ladders and Steps........................................................................................................................113
8-35.2(4): Outlet Structures,Pipes and Fittings...........................................................................................113
8-35.2(5): Hatch Openings...........................................................................................................................114
.r 8-35.3: Construction........................................................................................................................ 115
8-35.3(1): Structural Plans...........................................................................................................................115
8-35.3(2): Vaults..........................................................................................................................................115
8-35.4: Measurement.......................................................................................................................117
Aw 8-35.5: Payment ................................................. 118
.............................................................................
-v-
w
DIVISION9: MATERIALS.................................................................................................................119
ar
9-00: DEFINITIONS AND TESTS ............................................................................................................. 119
9-00(A): Recycled Materials(RC)............................................................................................................... 119
9-02: BITUMINOUS MATERIALS............................................................................................................ 119
9-02.1: Asphalt Material, General.................................................................................................. 119 XV
9-02.1(10): Loop Sealant(RC)..................................................................................................................... 119
9-03: AGGREGATES.............................................................................................................................. 119
9-03.8(2): HMA Test Requirements............................................................................................................. 119
9-03.8(7): HMA Tolerances and Adjustments............................................................................................. 120
9-05: DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS................................................................ 120
9-05.4: Steel Culvert Pipe and Pipe Arch(RC)............................................................................... 120
9-05.7(2): Reinforced Concrete Storm Sewer Pipe(RC)............................................................................. 120 t•
9-05.7(2)A: Basis for Acceptance(RC)....................................................................................................... 121
9-05.7(3): Concrete Storm Sewer Pipe Joints..............................................................................................121
9-05.7(4): Testing Concrete Storm Sewer Pipe Joints.................................................................................. 121
9-05.9: Steel Spiral Rib Storm Sewer Pipe(RC)............................................................................. 121
9-05.12(3): CPEP Sewer Pipe(RC)............................................................................................................. 122
9-05.17: Aluminum Spiral Rib Storm Sewer Pipe(RC)................................................................... 122
9-06: STRUCTURAL STEEL AND RELATED MATERIALS......................................................................... 123
9-06.5: Bolts.................................................................................................................................... 123
9-06.5(4): Anchor Bolts............................................................................................................................... 123
9-08: PAINTS........................................................................................................................................ 123
9-08.8: Manhole Coating System Products(RC)............................................................................ 123 Aw
9-08.8(1): Coating System Specification(RC)............................................................................................. 123
9-08.8(2): Coating Systems..........................................................................................................................124
9-14: EROSION CONTROL..................................................................................................................... 124
9-14.1(1): Topsoil Type A................................. .........124 rrr
..................................................................................
9-14.3: Fertilizer............................................................................................................................. 125
9-14.6(5): Inspection.................................................................................................................................... 125
9-14.6(7): Temporary Storage...................................................................................................................... 126 av
9-14.6(8): Sod.............................................................................................................................................. 127
9-23: CONCRETE CURING MATERIALS AND ADMIXTURES.................................................................... 127
9-23.9: Fly Ash(RC)....................................................................................................................... 127
9-29: ILLUMINATION,SIGNALS,ELECTRICAL....................................................................................... 127 •
9-29.1: Conduit(RC)....................................................................................................................... 127
9-29.2(1): Standard Junction Box(RC)....................................................................................................... 127
9-29.2(3): Structure Mounted Junction Box.................................................................................................128
9-29.3: Conductors, Cable(RC) 'r
( )...................................................................................................... 128
9-29.6(1): Steel Light and Signal Standards................................................................................................. 129
9-29.6(1)A: Decorative Light Standards...................................................................................................... 135
9-29.9: Ballast, Transformers(RC)................................................................................................. 135 40
9-29.10: Luminaires(RC)................................................................................................................ 135
9-29.10(2): Decorative Luminaires.............................................................................................................. 135
9-29.11: Control Equipment............................................................................................................ 136
9-29.11(2): Photoelectric Controls(RC)......................................................................................................136 4n
9-29.12(2): Traffic Signal Splice Material................................................................................................... 136
9-29.13(2): Flashing Operations(RC)..........................................................................................................136
9-29.13(3): Emergency Pre-emption(RC)................................................................................................... 137 aw
9-29.13(4): Wiring Diagrams(RC)......................................... ........ 138
.............................................................
9-29.13(6): Radio Interference Suppressors................................................................................................. 138
9-29.13(7): Traffic-Actuated Controllers(RC)............................................................................................ 138
9-29.13(7)A: Environmental,Performance and Test Standards for Solid-State Traffic Controllers(RC)... 158 ,r
9-29.13(7)B: Auxiliary Equipment for NEMA Controllers.......................................................................... 159
9-29.13(7)D: NEMA Controller Cabinets.................................................................................................... 171
9-29.16(2): Conventional Traffic Signal Heads(RC)................................................................................... 173
9-29.16(2)A: Optical Units(RC).................................................................................................................. 173 r�s
9-29.16(2)B: Signal Housing(RC).............................................................................................................. 173
9-29.16(2)D: Back Plates(RC).................................................................................................................... 173
-vi-
ar
9-29.16(2)E: Painting Signal Heads(RC).................................................................................................... 174
9-29.17: Signal Head Mounting Brackets and Fittings(RC).......................................................... 174
9-29.24(1): Painting(RC)............................................................................................................................ 175
9-29.24(2): Electrical Circuit Breakers and Contactors(RC)....................................................................... 175
9-29.25: Amplifier, Transformer, and Terminal Cabinets............................................................... 175
up
w
vp
s
s
vo
s -vii-
s
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS up
DIVISION 1 +�*
GENERAL REQUIREMENTS
a
1-01 DEFINITIONS AND TERMS
SECTION 1-01.1 IS REVISED BY ADDING THE FOLLOWING: ..
1-01.1 General (RC)
Whenever reference is made to the State, Commission, Department of
Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer,
such reference shall be deemed to mean the City of Renton acting through its City
Council,employees, and duly authorized representatives for all contracts administered by '
the City of Renton.
SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY THE FOLLOWING:
1-01.3 Definitions (RC,APWA)
Act of god (RC) +
"Act of God" means an earthquake,flood, cyclone, or other cataclysmic
phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of •
unusual intensity for the specific locality of the work, which might reasonably have been
anticipated from historical records of the general locality of the work, shall not be
construed as an act of god.
Consulting Engineer (RC)
The Contracting Agency's design consultant, who may or may not administer the
construction program for the Contracting Agency.
Day (RC)
Unless otherwise designated,day(s)as used in the Contract Documents, shall be
understood to mean working days.
Or Equal (RC) _
Where the term "or equal" is used herein,the Contracting Agency, or the
Contracting Agency on recommendation of the engineer, shall be the sole judge of the f
quality and suitability of the proposed substitution. The responsibility and cost of
furnishing necessary evidence, demonstrations, or other information required to obtain
the approval of alternative materials or processes by the Owner shall be entirely borne by +
the Contractor.
Owner (RC)
The City of Renton, or its authorized representative. Also referred to as
Contracting Agency.
ar
i,. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Plans (RC)
The contract plans and/or standard plans which show location, character, and
dimensions of prescribed work including layouts, profiles, cross-sections, and other
details. Drawings may either be bound in the same book as the balance of the Contract
Documents or bound in separate sets, and are a part of the Contract Documents,
regardless of the method of binding. The terms "Standard Drawings" or "Standard
Details" generally used in specifications refers to drawings bound either with the
specification documents or included with the Plans or the City of Renton Standard Plans.
Secretary,Secretary of Transportation (RC)
The chief executive officer of the Department and other authorized
representatives. The chief executive officer to the Department shall also refer to the
Department of Planning/Building/Public Works Administrator.
Special Provisions (RC)
Modifications to the standard specifications and supplemental specifications that
apply to an individual project. The special provisions may describe work the
specifications do not cover. Such work shall comply first with the special provisions and
then with any specifications that apply. The Contractor shall include all costs of doing
this work within the bid prices.
State (RC)
The state of Washington acting through its representatives. The State shall also
refer to The City of Renton and its authorized representatives where applicable.
1-02 BID PROCEDURES AND CONDITIONS
•r
SECTION 1-02.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
1-02.4 Examination of Plans,Specifications and Site of Work
The soils information used for study and design of this project is available for
review by the bidder at the following address:
City of Renton
1055 South Grady Way
Renton, WA 98055
SECTION 1-02.6 IS SUPPLEMENTED BY REVISING THE FOLLOWING:
1-02.6 Preparation of Proposal (RC)
All prices shall be in legible figures and words written in ink or typed. The
proposal shall include:
1. A unit price for each item (omitting digits more than four places to the
.. right of the decimal point), each unit price shall also be written in words;
where a conflict arises the written words shall prevail.
w
-2-
V. CONTRACT SPECIFICATIONS CITY OF RENTON •
SPECIAL PROVISIONS
(September 5, 1995)
On this project,the bidder will not be required to submit with the bid a list of:
1. Subcontractors, and
2. The work the subcontractors will perform.
SECTION 1-02.6(1)IS AN ADDED SUPPLEMENTAL SECTION.
1-02.6(1) Proprietary Information (RC)
Vendors should, in the bid proposal, identify clearly any material(s) which +
constitute "(valuable) formula, designs, drawings, and research data" so as to be exempt
from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be
exempt, along with a Statement of the basis for such claim of exemption. The
Department (or State)will give notice to the vendor of any request for disclosure of such
information received within 5 (five) years from the date of submission. Failure to so
label such materials or failure to timely respond after notice of request for public r'
disclosure has been given shall be deemed a waiver by the submitting vendor of any claim
that such materials are, in fact,so exempt.
+
SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
1-02.12 Public Opening of Proposals (RC) +
The Contracting Agency reserves the right to postpone the date and time for bid
opening. Notification to bidder will be by addenda. •►
1-03 AWARD AND EXECUTION OF CONTRACT
rt
SECTION 1-03.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
1-03.1 Consideration of Bids(RC) ..
All bids will be based on total sum of all schedules of prices. No partial bids will
be accepted unless so stated in the call for bids or special provisions. The City reserves
the right however to award all or any schedule of a bid to the lowest bidder at its
discretion.
SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
1-03.2 Award of Contract(RC)
The contract,bond form, and all other forms requiring execution, together with a
list of all other forms or documents required to be submitted by the successful bidder,will
be forwarded to the successful bidder within 10 days of the award. The number of copies .�
to be executed by the Contractor shall be determined by the Contracting Agency.
-3 -
i
V. CONTRACT SPECIFICATIONS CITY OF RENTON
M' SPECIAL PROVISIONS
SECTION 1-03.3 IS REVISED AS FOLLOWS:
..
1-03.3 Execution of Contract (APWA, RC)
Within 10 calendar days after receipt from the City of the forms and documents
required to be completed by the Contractor, the successful bidder shall return the signed
Contracting Agency-prepared contract, an insurance certification as required by Section
1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution
of the contract by the Contracting Agency, the successful bidder shall provide any pre-
award information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
.. and for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return
of the contract documents within 10 calendar days after the award date, the Contracting
r Agency may grant up to a maximum of 10 additional calendar days for return of the
documents, provided the Contracting Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a
contract with a Contractor who is not registered or licensed as required by the laws of the
state. In addition,the Contracting Agency requires persons doing business with the
Contracting Agency to possess a valid City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington
State Contractors registration number, or both the Bidder shall insert such information in
the spaces provided. The Contracting Agency requires legible copies of the Contractor's
.w Registration and business license be submitted to the Engineer as part of the Contracting
Agency's post-award information and evaluation activities.
1-04 SCOPE'OF THE WORK
SECTION 1-04.2 IS REVISED AS FOLLOWS:
1-04.2 Coordination of Contract Documents,Plans, Special Provisions
Specifications, and Addenda (RC)
Any inconsistency in the parts of the contract shall be resolved by following this
order of precedence (e.g., 1 presiding over 2, 3, 4, 5, 6, and 7; 2 presiding over 3, 4, 5, 6,
and 7; and so forth):
1. Addenda
2. Proposal Form
3. Special Provisions
4. Contract Plans
5. City of Renton Supplemental Specifications
6. Amendments to the Standard Specifications (Listed in WSDOT
Amendments)
7. Standard Specifications
8. Standard Plans
�" -4 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 1-04.4: THE LAST TWO PARAGRAPHS ARE REPLACED WITH THE
FOLLOWING: '
1-04.4 Changes (RC)
Renton does not have a formal policy or guidelines on cost reduction alternatives,
but will evaluate such proposals by the Contractor on a case-by-case basis.
SECTION 1-04.8 IS SUPPLEMENTED AS FOLLOWS:
1-04.8 Progress Estimates and Payments (RC)
The Contractor is encouraged to provide to the Engineer prior to progress
payments an estimate of lump sum work accomplished to date. The Engineer's
calculations and decisions shall be final in regard to the actual percentage of any lump
sum pay item accomplished and eligible for payment unless another specific method of
calculating lump sum payments is provided elsewhere in the specifications.
�r
SECTION 1-04.11, PARAGRAPH I IS SUPPLEMENTED AS FOLLOWS:
1-04.11 Final Cleanup (RC) ..
3. All salvage material as noted on the plans and taken from any of the
discarded facilities shall, at.the engineer's discretion,be carefully salvaged
and delivered to the City shops. Any cost incurred in salvaging and ~"
delivering such items shall be considered incidental to the project and no
compensation will be made.
The lump sum contract price for "Final Cleanup"shall be full compensation for
all work, equipment and materials required to perform final cleanup. If this pay item does
not appear in the contract documents then final clean up shall be considered incidental to
the contract and to other pay item and no further compensation shall be made.
1-05 CONTROL OF WORK
SECTION 1-05.4 IS SUPPLEMENTED WITH THE FOLLOWING:
1-05.4 Conformity With and Deviations from Plans and Stakes (APWA, RC)
If the project calls for Contractor supplied surveying, the Contractor shall provide
all required survey work, including such work as mentioned in Sections 1-05.4, 1-11 and
elsewhere in these specifications as being provided by the Engineer. All costs for this
survey work shall be included in "Contractor Supplied Surveying," per lump sum.
The Engineer or Contractor supplied surveyor will provide construction stakes
and marks establishing lines,slopes, and grades as stipulated in Sections 1-05.4 and will
perform such work per Section 1-11. The Contractor shall assume full responsibility for
detailed dimensions,elevations, and excavation slopes measured from the Engineer or
Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site which has been prepared to permit
construction staking to proceed in a safe and orderly manner. The Contractor shall keep
-5-
V. CONTRACT SPECIFICATIONS ' CITY OF RENTON
"W SPECIAL PROVISIONS
the Engineer or Contractor supplied surveyor informed of staking requirements and
" provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor
adequate time for setting stakes.
Stakes, marks, and other reference points, including existing monumentation, set
by Contracting Agency forces shall be carefully preserved by the Contractor. The
Contractor will be charged for the costs of replacing stakes, markers and monumentation
that were not to be disturbed but were destroyed or damaged by the Contractor's
operations. This charge will be deducted from monies due or to become due to the
Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or
reconstruction work allegedly due to error in the Engineer's line and grade, will not be
allowed unless the original control points set by the Engineer still exist, or unless other
.. satisfactory substantiating evidence to prove the error is furnished the Engineer. Three
consecutive points set on line or grade shall be the minimum points used to determine any
variation from a straight line or grade. Any such variation shall, upon discovery, be
.. reported to the Engineer. In the absence of such report the Contractor shall be liable for
any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed
go by the Engineer. All survey work shall be done in accordance with Section 1-11
SURVEYING STANDARDS of these specifications.
The Contractor shall keep updated survey field notes in a standard field book and
'" in a format set by the Engineer, per Section 1-11.1(3). These field notes shall include all
survey work performed by the Contractor's surveyor in establishing line, grade and slopes
for the construction work. Copies of these field notes shall be provided the Engineer upon
request and upon completion of the contract work the field book or books shall be
submitted to the Engineer and become the property of the Contracting Agency.
If the survey work provided by the Contractor does not meet the standards of the
Engineer,then the Contractor shall, upon the Engineer's written request, remove the
individual or individuals doing the survey work and the survey work will be completed by
„w the Engineer at the Contractor's expense. Costs for completing the survey work required
by the Engineer will be deducted from monies due or to become due the Contractor.
All costs for survey work required to be performed by the Contractor shall be
4W included in the prices bid for the various items which comprise the improvement or be
included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is
included in the contracts.
SECTION 1-05.4(1)IS A NEW SECTION
.. 1-05.4(1) Contractor Supplied Surveying (RC)
When the contract provides for Contractor Supplied Surveying, the Contractor
shall supply the survey work required for the project. The Contractor shall retain as a part
of the Contractor Organization an experienced team of surveyors under the direct
supervision of a professional land surveyor licensed by the State of Washington. All
survey work shall be done in accordance with Section 1-05.4.
"' -6-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
The Contractor and/or Surveyor shall inform the Engineer in writing of any errors,
discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor
from constructing the project in a manner satisfactory to the Engineer. All errors,
discrepancies, and omissions must be corrected to the satisfaction of the Engineer before
the survey work may be continued.
The Contractor shall coordinate his work with the Surveyor and perform his
operations in a manner to protect all survey stakes from harm. The Contractor shall
inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points
before physically removing them.
The surveyor shall be responsible for maintaining As-Built records for the project. „w
The Contractor shall coordinate his operations and assist the Surveyor in maintaining
accurate As-Built records for the project.
If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or r
these plans and specifications, accurate As-Built records and other work the Engineer
deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to
provide all As-Built records and other work as directed by the Engineer. The Engineer
shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed to
the Contractor.
Payment per Section 1-04.1 for all work and materials required for the full and
complete survey work required to complete the project and as-built drawings shall be
included in the lump sum price for "Contractor Supplied Surveying."
SECTION 1-05.4(2)IS A NEW SECTION
1-05.4(2) Contractor Provided As-Built Information (RC)
It shall be the contractors responsibility to record the location prior to the
backfilling of the trenches, by centerline station, offset, and depth below pavement, of all
existing utilities uncovered or crossed during his work as covered under this project.
It shall be the contractors responsibility to have his surveyor locate by centerline
station, offset and elevation each major item of work done under this contract per the ..
survey standard of Section 1-11.. Major items of work shall include but not be limited to:
Manholes, Catch basins and Inlets,Valves,vertical and Horizontal Bends, Junction
boxes, Cleanouts, Side Sewers, Street lights& Standards,Hydrants, Major Changes in +•
Design Grade,Vaults,Culverts, Signal Poles,Electrical Cabinets.
After the completion of the work covered by this contract, the contractors
surveyor shall provide to the City the hard covered field book(s) containing the as-built
notes and one set of white prints of the project drawings upon which he has plotted the
notes of the contractor locating existing utilities, and one set of white prints of the project
drawings upon which he has plotted the as-built location of the new work as he recorded
in the field book(s). This drawing shall bear the surveyors seal and signature certifying
its accuracy.
All costs for as-built work shall be included in the contract item "Contractor
Supplied Surveying."
•
-7 - '
.r
an V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 1-05.14 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
1-05.14 Cooperation With Other Contractors
The Contractor shall afford the Owner and other contractors working in the area
reasonable opportunity for the introduction and storage of their materials and the
�. execution of their respective work and shall properly connect and coordinate the
Contractor's work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the
project area are:
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. Qwest Communications
4. City of Renton (water, sewer, transportation)
5. Soos Creek Water District
6. Private contractors employed by adjacent property owners
Puget Sound Energy(PSE) will remove an existing gas regulator and install a new
one on the west side of the new access road at approximately station 10+80. The
Contractor shall coordinate with PSE to allow them to install pipe sleeves for new gas
... lines under the proposed retaining wall prior to construction of the wall. The Contractor
shall install new electrical vaults and conduit for PSE as specified elsewhere in these
specifications. The Contractor shall coordinate with PSE to allow them to replace the
existing medium angle transmission pole to a self-supporting pole at approximately
station 12+75.
.. Qwest will relocate existing and place new Qwest utilities within the project
limits. The Contractor shall coordinate with Qwest to allow them to construct their
needed utilities.
The Contractor shall coordinate with the City of Renton on tying into any existing
electrical service cabinet.
1-06 CONTROL OF MATERIAL
SECTION I-06.02(2)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
v 1-06.2(2) Statistical Evaluation of Materials for Acceptance
UNLESS STATED OTHERWISE IN THE SPECIAL PROVISIONS
STATISTICAL EVALUATION WILL NOT BE USED BY THE CITY OF RENTON.
-8 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 1-06 IS SUPPLEMENTED WITH THE FOLLOWING:
1-06.5 Foreign Made Materials r
(March 13, 1995)
The major quantities of steel and iron construction material that is permanently
incorporated into the project shall consist of American-made materials only.
The Contractor may utilize minor amounts of foreign steel and iron in this project
provided the cost of the foreign material used does not exceed one-tenth of one percent of
the total contract cost or$2,500.00, whichever is greater.
American-made material is defined as material having all manufacturing
processes occur in the United States. The action of applying a coating to steel or iron is
deemed a manufacturing process. Coating includes epoxy coating, galvanizing, r
aluminizing, painting, and any other coating that protects or enhances the value of steel or
iron. Any process from the original reduction from ore to the finished product constitutes
a manufacturing process for iron. The following are considered to be steel manufacturing
processes:
r
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen. ..
C. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing. +�
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
C. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or
containing, steel or iron construction materials prior to such items being incorporated into
the permanent work. The certification shall be on DOT Form 350-109 provided by the
Engineer, or such other form the Contractor chooses, provided it contains the same
information as DOT Form 350-109.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
SECTION 1-07.2 IS SUPPLEMENTED BY THE FOLLOWING: '
State Taxes
Section 1-07.2 is supplemented with the following: r
(March 13, 1995)
-9-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
The work on this contract is to be performed upon lands whose ownership
obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1)
apply-
aw
SECTION 1-07.9(1)IS SUPPLEMENTED WITH THE FOLLOWING:
1-07.9(1) General
ow
(October 6, 2003)
The federal wage rates incorporated in this contract have been established by the
Secretary of Labor under United States Department of Labor General Decision No.
WA030001.
.. (January 7,2002)
Application of Wage Rates for the Occupation of Landscape Construction
.. State prevailing wage rates for public works contracts are included in this contract
and show a separate listing for the occupation:
Landscape Construction, which includes several different occupation
descriptions such as: Irrigation and Landscape Plumbers, Irrigation and
Landscape Power Equipment Operators, and Landscaping or Planting
'" Laborers.
In addition, Federal wage rates that are included in this contract may also include
occupation descriptions in Federal Occupational groups for work also specifically
identified with landscaping such as:
4W Laborers with the occupation description, Landscaping or Planting, or
aw Power Equipment Operators with the occupation description, Mulch
Seeding Operator.
r. If Federal wage rates include one or more rates specified as applicable to
landscaping work, then-Federal wage rates for all occupation descriptions, specific or
general, must be considered and compared with corresponding State wage rates. The
.w higher wage rate, either State or Federal, becomes the minimum wage rate for the work
performed in that occupation.
If Federal wage rates do not include any rates specified as applicable to
.. landscaping work, the Contractor shall assume the Federal wage rates did not take
landscaping into consideration. In these instances the minimum wage rate shall be the
State wage rate for the occupations specified as applicable to landscape construction.
SECTION 1-07.11 IS SUPPLEMENTED WITH THE FOLLOWING:
1-07.11 Equal Employment Opportunity Responsibilities
(March 6, 2000)
_ 10-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS w
Requirement For Affirmative Action to Ensure Equal Employment Opportunity
(Executive Order 11246)
1. The Contractor's attention is called to the Equal Opportunity Clause and the
Standard Federal Equal Employment Opportunity Construction Contract
Specifications set forth herein.
2. The goals and timetables for minority and female participation set by the Office
of Federal Contract Compliance Programs, expressed in percentage terms for the
Contractor's aggregate work force in each construction craft and in each trade on
all construction work in the covered area, are as follows:
Women - Statewide
Timetable Goal
Until further notice 6.9%
Minorities-by Standard Metropolitan Statistical Area(SMSA)
Spokane, WA:
SMSA Counties:
Spokane,WA 2.8
WA Spokane.
Non-SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA
Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA
Whitman.
Richland, WA
SMSA Counties:
Richland Kennewick,WA 5.4
WA Benton;WA Franklin.
Non-SMSA Counties 3.6 ••
WA Walla Walla.
Yakima,WA:
SMSA Counties:
Yakima, WA 9.7
WA Yakima.
Non-SMSA Counties 7.2
WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA
Okanogan.
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Seattle, WA:
SMSA Counties:
Seattle Everett, WA 7.2
WA King; WA Snohomish.
Tacoma, WA 6.2
WA Pierce.
Non-SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA
Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA
Skagit; WA Thurston;WA Whatcom.
Portland, OR:
.. SMSA Counties:
Portland, OR-WA 4.5
WA Clark.
Non-SMSA Counties 3.8
WA Cowlitz; WA Klickitat; WA Skamania; WA
Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on-site
construction workforce, regardless of whether or not part of that workforce is
aw performing work on a Federal, or federally assisted project, contract, or
subcontract until further notice. Compliance with these goals and time tables is
aw enforced by the Office of Federal Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations
in 41 CFR Part 60-4 shall be based on its implementation of the Equal
Opportunity Clause, specific affirmative action obligations required by the
specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals.
The hours of minority and female employment and training must be
or substantially uniform throughout the length of the contract, in each construction
craft and in each trade, and the Contractor shall make a good faith effort to
employ minorities and women evenly on each of its projects. The transfer of
.. minority or female employees or trainees from Contractor to Contractor or from
project to project for the sole purpose of meeting the Contractor's goal shall be a
violation of the contract, the Executive Order and the regulations in 41 CFR Part
60-4. Compliance with the goals will be measured against the total work hours
performed.
3. The Contractor shall provide written notification to the Engineer within 10
working days of award of any construction subcontract in excess of$10,000 or
more that are Federally funded, at any tier for construction work under the
contract resulting from this solicitation. The notification shall list the name,
address and telephone number of the subcontractor; employer identification
number of the subcontractor; estimated dollar amount of the subcontract;
estimated starting and completion dates of the subcontract; and the geographical
area in which the contract is to be performed.
`� - 12-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
r
SPECIAL PROVISIONS
4. As used in this Notice, and in the contract resulting from this solicitation, the
Covered Area is as designated herein.
Standard Federal Equal Employment Opportunity Construction Contract
.r
Specifications (Executive Order l 1246)
1. As used in these specifications:
a. Covered Area means the geographical area described in the solicitation
from which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance ..
Programs, United States Department of Labor, or any person to whom
the Director delegates authority;
c. Employer Identification Number means the Federal Social Security r
number used on the Employer's Quarterly Federal Tax Return, U. S.
Treasury Department Form 941;
d. Minority includes: •
(1) Black, a person having origins in any of the Black Racial
Groups of Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed
person of Mexican, Puerto Rican, Cuban, Central American,
South American, or other Spanish origin.
r
(3) Asian or Pacific Islander, a person having origins in any of
the original peoples of the Pacific rim or the Pacific Islands,
the Hawaiian Islands and Samoa.
(4) American Indian or Alaskan Native, a person having origins
in any of the original peoples of North America, and who ,.
maintain cultural identification through tribal affiliation or
community recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a r
portion of the work involving any construction trade, it shall physically include
in each subcontract in excess of $10,000 the provisions of these specifications
and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract
resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown
Plan approved by the U.S. Department of Labor in the covered area either
individually or through an association, its affirmative action obligations on all
work in the Plan area (including goals and timetables) shall be in accordance ..
with that Plan for those trades which have unions participating in the Plan.
Contractors must be able to demonstrate their participation in and compliance
with the provisions of any such Hometown Plan. Each Contractor or
- 13- w.r
_ V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
aw Subcontractor participating in an approved Plan is individually required to
comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has
_ employees. The overall good faith performance by other Contractors or
Subcontractors toward a goal in an approved Plan does not excuse any covered
Contractor's or Subcontractor's failure to take good faith effort to achieve the
Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards
provided in paragraphs 7a through 7p of this Special Provision. The goals set
forth in the solicitation from which this contract resulted are expressed as
percentages of the total hours of employment and training of minority and
female utilization the Contractor should reasonably be able to achieve in each
construction trade in which it has employees in the covered area. Covered
construction contractors performing construction work in geographical areas
where they do not have a Federal or federally assisted construction contract shall
apply the minority and female goals established for the geographical area where
the work is being performed. The Contractor is expected to make substantially
uniform progress in meeting its goals in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by
a union with whom the Contractor has a collective bargaining agreement, to
refer either minorities or women shall excuse the Contractor's obligations under
these specifications, Executive Order 11246, or the regulations promulgated
pursuant thereto.
aw 6. In order for the nonworking training hours of apprentices and trainees to be
counted in meeting the goals, such apprentices and trainees must be employed
by the Contractor during the training period, and the Contractor must have made
a commitment to employ the apprentices and trainees at the completion of their
training, subject to the availability of employment opportunities. Trainees must
be trained pursuant to training programs approved by the U.S. Department of
.. Labor.
7. The Contractor shall take specific affirmative actions to ensure equal
employment opportunity. The evaluation of the Contractor's compliance with
these specifications shall be based upon its effort to achieve maximum results
from its action. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment,
intimidation, and coercion at all sites, and in all facilities at which the
Contractor's employees are assigned to work. The Contractor, where
possible, will assign two or more women to each construction project.
The Contractor shall specifically ensure that all foremen,
_ superintendents, and other on-site supervisory personnel are aware of
and carry out the Contractor's obligation to maintain such a working
environment, with specific attention to minority or female individuals
sw working at such sites or in such facilities.
- 14-
V. CONTRACT SPECIFICATIONS CITY OF RENTON �r
SPECIAL PROVISIONS
b. Establish and maintain a current list of minority and female
recruitment sources, provide written notification to minority and
female recruitment sources and to community organizations when the
Contractor or its unions have employment opportunities available, and ..
maintain a record of the organizations'responses.
c. Maintain a current file of the names, addresses and telephone numbers
of each minority and female off-the-street applicant and minority or
female referral from a union, a recruitment source or community
organization and of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall for
referral and was not referred back to the Contractor by the union or, if
referred, not employed by the Contractor, this shall be documented in
the file with the reason therefor, along with whatever additional actions `~
the Contractor may have taken.
d. Provide immediate written notification to the Director when the union
or unions with which the Contractor has a collective bargaining
agreement has not referred to the Contractor a minority person or
woman sent by the Contractor, or when the Contractor has other
information that the union referral process has impeded the
Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunity and/or participate in training ..
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee programs
relevant to the Contractor's employment needs, especially those ..
programs funded or approved by the U.S. Department of Labor. The
Contractor shall provide notice of these programs to the sources
compiled under 7b above. .r
f. Disseminate the Contractor's EEO policy by providing notice of the
policy to unions and training programs and requesting their
cooperation in assisting the Contractor in meeting its EEO obligations; `!
by including it in any policy manual and collective bargaining
agreement; by publicizing it in the company newspaper, annual report,
etc.; by specific review of the policy with all management personnel
and with all minority and female employees at least once a year; and by
posting the company EEO policy on bulletin boards accessible to all
employees at each location where construction work is performed.
g. Review, at least annually, the company's EEO policy and affinnative
action obligations under these specifications with all employees having
any responsibility for hiring, assignment, layoff, termination or other
employment decisions including specific review of these items with
on-site supervisory personnel such as Superintendents, General .►
Foremen, etc., prior to the initiation of construction work at any job
site. A written record shall be made and maintained identifying the
time and place of these meetings, persons attending, subject matter
discussed, and disposition of the subject matter.
•
- 15-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
h. Disseminate the Contractor's EEO policy externally by including it in
any advertising in the news media, specifically including minority and
female news media, and providing written notification to and
discussing the Contractor's EEO policy with other Contractors and
Subcontractors with whom the Contractor does or anticipates doing
business.
i. Direct its recruitment efforts, both oral and written to minority, female
and community organizations, to schools with minority and female
students and to minority and female recruitment and training
organizations serving the Contractor's recruitment area and
employment needs. Not later than one month prior to the date for the
acceptance of applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written notification to
organizations such as the above, describing the openings, screening
procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other
minority persons and women and where reasonable, provide after
"' school, summer and vacation employment to minority and female
youth both on the site and in other areas of a Contractor's work force.
k. Validate all tests and other selection requirements where there is an
MW obligation to do so under 41 CFR Part 60-3.
1. Conduct, at least annually, an inventory and evaluation of all minority
and female personnel for promotional opportunities and encourage
these employees to seek or to prepare for, through appropriate training,
etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments
and other personnel practices, do not have a discriminatory effect by
continually monitoring all personnel and employment related activities
to ensure that the EEO policy and the Contractor's obligations under
these specifications are being carried out.
n. Ensure that all facilities and company activities are nonsegregated
except that separate or single-user toilet and necessary changing
facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for
subcontracts from minority and female construction contractors and
suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
low p. Conduct a review, at least annually, of all supervisors'adherence to and
performance under the Contractor's EEO policies and affirmative
action obligations.
8. Contractors are encouraged to participate in voluntary associations which assist
in fulfilling one or more of their affirmative action obligations (7a through 7p).
The efforts of a contractor association, joint contractor-union, contractor-
community, or other similar group of which the Contractor is a member and
participant, may be asserted as fulfilling any one or more of the obligations
- 16-
•
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
under 7a through 7p of this Special Provision provided that the Contractor ..
actively participates in the group, makes every effort to assure that the group has
a positive impact on the employment of minorities and women in the industry,
ensure that the concrete benefits of the program are reflected in the Contractor's
minority and female work-force participation, makes a good faith effort to meet
its individual goals and timetables, and can provide access to documentation ..
which demonstrate the effectiveness of actions taken on behalf of the
Contractor. The obligation to comply, however, is the Contractor's and failure
of such a group to fulfill an obligation shall not be a defense for the Contractor's
noncompliance.
9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal employment
opportunity and to take affirmative action for all minority groups, both male and
female, and all women, both minority and non-minority. Consequently, the
Contractor may be in violation of the Executive Order if a particular group is
employed in substantially disparate manner (for example, even though the
Contractor has achieved its goals for women generally, the Contractor may be in
violation of the Executive Order if a specific minority group of women is r
underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action
r
standards to discriminate against any person because of race,color, religion, sex,
or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm
debarred from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspensions, ..
terminations and cancellations of existing subcontracts as may be imposed or
ordered pursuant to Executive Order 11246, as amended, and its implementing
regulations by the Office of Federal Contract Compliance Programs. Any
Contractor who fails to carry out such sanctions and penalties shall be in
violation of these specifications and Executive Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall
implement specific affirmative action steps, at least as extensive as those
standards prescribed in paragraph 7 of this Special Provision, so as to achieve
maximum results from its efforts to ensure equal employment opportunity. If
the Contractor fails to comply with the requirements of the Executive Order, the
implementing regulations, or these specifications, the Director shall proceed in
accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment
related activity to ensure that the company EEO policy is being carried out, to
submit reports relating to the provisions hereof as may be required by the
government and to keep records. Records shall at least include, for each
employee, their name, address, telephone numbers, construction trade, union
affiliation if any, employee identification number when assigned, social security
number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer),
- 17-
1W V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
dates of changes in status, hours worked per week in the indicated trade, rate of
pay, and locations at which the work was performed. Records shall be
maintained in an easily understandable and retrievable form; however, to the
degree that existing records satisfy this requirement, the Contractors will not be
required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application
of other laws which establish different standards of compliance or upon the
application of requirements for the hiring of local or other area residents (e.g.,
those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
(August 2, 2004)
Disadvantaged Business Enterprise Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26
apply to this contract. The requirements of this contract are to encourage DBE
participation, supply a bidder's list, and to report race neutral accomplishments
quarterly as described in this special provision. No preference will be included in the
evaluation of bids/proposals,no minimum level of DBE participation shall be
required as a condition for receiving an award and bids/proposals will not be rejected
or considered non-responsive on that basis.
aw DBE Goals
No DBE goals have been assigned as a part of this contract.
IM Affirmative Efforts to Solicit DBE Participation
DBE firms shall have equal opportunity to compete for and perform
subcontracts which the Contractor enters into pursuant to this contract.
' Contractors are encouraged to:
1. Advertise opportunities for Subcontractors or suppliers in a manner
reasonably designed to provide DBEs capable of performing the work
with timely notice of such opportunities. All advertisements should
include a provision encouraging participation by DBE firms and may
"` be done through general advertisements (e.g. newspapers,journals,
etc.) or by soliciting bids/proposals directly from DBEs.
aw
2. Utilize the services of available minority community-based
organizations, minority contractor groups, local minority assistance
offices and organizations that provide assistance in the recruitment and
placement of DBEs and other small businesses.
+� In addition, the Office of Minority and Women's Business Enterprises
has two DBE Supportive Services Offices available to assist you as
follows:
Seattle: (206) 553-7356
- I8-
V. CONTRACT SPECIFICATIONS CITY OF RENTON irr
SPECIAL PROVISIONS
Tacoma: (253) 680-7393
3. Establish delivery schedules, where requirements of the contract allow,
that encourage participation by DBEs and other small businesses. .
4. Achieve attainment through joint ventures.
In the absence of a mandatory goal, all DBE participation that is attained on this
project will be considered as "race neutral" participation and will be reported as
such. 4W
DBE Eligibility (for reporting purposes only)
Selection of DBEs:
DBEs utilized on the contract will be eligible to be counted as race neutral
participation only if the firm is identified as a DBE on the current list of
firms certified by the Office of Minority and Women's Business
Enterprises (OMWBE), the DBE firm is certified in the corresponding
NAICS code(s) for the type of work to be performed, and the DBE firm ow
performs a commercially useful function. A list of firms certified by
OMWBE, including the NAICS codes for which they are certified, is
available from that office and on line through their website „p
(www.omwbe.wa.gov/directory/directory.htm) or by telephone at(360)
704-1181.
..
Counting DBE Participation For Reporting Race Neutral Accomplishments
When a DBE firm participates in a contract, only the value of the work actually
performed by the DBE will be counted as race-neutral participation. ■•
1. Count the entire amount of the portion of the contract that is performed
by the DBE's own forces. Include the cost of supplies and materials am
obtained by the DBE for the work of the contract, including supplies
purchased or equipment leased by the DBE(except supplies and
equipment the DBE Subcontractor purchases or leases from the Prime
Contractor or its affiliate, unless the Prime Contractor is also a DBE).
Work performed by a DBE, utilizing resources of the Prime Contractor
or its affiliates will not be counted as race-neutral participation. In
very rare situations, a DBE firm may utilize equipment and/or
personnel from a non-DBE firm other than the Prime Contractor or its
affiliates. Should this situation arise, the arrangement must be short-
term and have prior written approval from the Contracting Agency.
The arrangement must not erode a DBE fine's ability to perform a
Commercially Useful Function (See discussion of CUF, below).
2. Count the entire amount of fees or commissions charged by a DBE •.
firm for providing a bona tide service, such as professional,
- 19-
` V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
technical, consultant, or managerial services, or for providing
bonds or insurance.
3. When a DBE subcontracts part of the work of its contract to
another firm, the value of the subcontracted work may be counted
as race neutral participation only if the DBE's lower tier
Subcontractor is also a DBE. Work that a DBE Subcontracts to a
non-DBE firm does not count as race neutral participation.
a.
4. When a non-DBE subcontractor further subcontracts to a lower-
tier subcontractor or supplier who is a certified DBE, then that
,., portion of the work further subcontracted may be counted toward
the DBE goal, so long as it is a distinct clearly defined portion of
the work of the subcontract that the DBE is performing with its
aw own forces in a commercially useful function.
DBE Prime Contractor
a. A DBE prime Contractor may only count the work performed with its own
forces and the work performed by DBE Subcontractors and DBE suppliers.
Joint Venture
When a DBE performs as a participant in a joint venture, only that portion of the
total dollar value of the contract equal to the distinct, clearly defined portion of
the work that the DBE performs with its own forces will count as race neutral
participation.
a. Commercially Useful Function
Payments to a DBE firm will count as race neutral participation only if the DBE
a.
is performing a commercially useful function on the contract.
1. A DBE performs a commercially useful function when it is responsible
for execution of the work of the contract and is carrying out its
responsibilities by actually performing,managing, and supervising the
work involved. To perform a commercially useful function, the DBE
aw must also be responsible, with,respect to materials and supplies used
on the contract, for negotiating price, determining quality and quantity,
ordering the material, installing (if applicable) and paying for the
IMF material itself.
2. A DBE does not perform a commercially useful function if its role is
` limited to that of an extra participant in a transaction, contract, or
project through which funds are passed in order to obtain the
appearance of DBE participation.
IM
a.
-20-
IM
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Trucking
Use the following factors in determining whether a DBE trucking company is
performing a commercially useful function:
1. The DBE must be responsible for the management and supervision of
the entire trucking operation for which it is listed on a particular
contract.
2. The DBE must itself own and, with its own workforce, operate at least ..
one fully licensed, insured, and operational truck used on the contract.
3. The DBE receives credit only for the total value of the transportation ..
services it provides on the contract using trucks it owns or leases,
insures, and operates with drivers it employs.
4. For purposes of this paragraph a lease must indicate that the DBE has
exclusive use of and control over the truck. This does not preclude the
leased truck from working for others during the term of the lease with
the consent of the DBE, so long as the lease gives the DBE absolute
priority for use of the leased truck. Leased trucks must display the
name and identification number of the DBE.
5. The DBE may lease trucks from another DBE firm, including an _
owner-operator who is certified as a DBE. The DBE who leases trucks
from another DBE may report race-neutral participation for the total
value of the transportation services the lessee DBE provides on the
contract.
6. The DBE may also lease trucks from a non-DBE firm and may enter an
agreement with an owner-operator who is a non-DBE. The DBE who
leases trucks from a non-DBE or employs a non-DBE owner-operator
is entitled to count race-neutral participation only for the fee or ..
commission it receives as a result of the lease arrangement. The DBE
may not count the total value of the transportation services provided by
the lessee, since these services are not provided by a DBE.
7. In any lease or owner-operator situation, as described in paragraphs 5
& 6 above, the following rules shall apply:
• The DBE is limited to leasing or renting two additional trucks _
for each truck owned by the DBE trucking firm. The total
number of leased or rented trucks shall include owner-
operator arrangements. ,r
-21 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
• A written lease/rental agreement on all trucks leased or
rented, showing the true ownership and the terms of the rental
must be submitted and approved by the Contracting Agency
prior to the beginning of the work. The agreement must show
the lessor's name, trucks to be leased, and agreed upon
amount or method of payment (hour, ton, or per load). All
.. lease agreements shall be for a long-term relationship, rather
than for the individual project. Does not apply to owner-
operator arrangements.
Only the vehicle, (not the operator) is leased or rented. Does
not apply to owner-operator arrangements.
8. In order for payments to be counted as race-neutral participation, DBE
trucking firms must be covered by a subcontract or a written agreement
"r approved by WSDOT prior to performing their portion of the work.
Expenditures paid to other DBEs
Expenditures paid to other DBEs for materials or supplies may be counted
toward race neutral participation as provided in the following:
Manufacturer
1. Counting
.. If the materials or supplies are obtained from a DBE manufacturer,
count 100 percent of the cost of the materials or supplies toward race
neutral participation.
r
2. Definition
To be a manufacturer, the firm operates or maintains a factory or
M establishment that produces, on the premises, the materials, supplies,
articles, or equipment required under the contract and of the general
character described by the specifications.
3. In order to receive credit as a DBE manufacturer, the firm must have
received an "on-site"review and been approved by WSDOT-OEO to
operate as a DBE Manufacturing firm. To schedule a review, the
manufacturing firm must submit a written request to WSDOT/OEO
and may not receive race neutral credit, until the completion of the
review. Once a firm's manufacturing process has been approved in
writing, it is not necessary to resubmit the firm for approval unless the
manufacturing process has substantially changed. Information on
approved manufacturers may be obtained from WSDOT-OEO.
Regular Dealer
1. Counting
-22-
V. CONTRACT SPECIFICATIONS CITY OF RENTON •
SPECIAL PROVISIONS
If the materials or supplies are purchased from a DBE regular dealer, �.
60 percent of the cost of the materials or supplies will count toward
race neutral participation.
2. Definition
a) To be a regular dealer, the firm must own, operate or maintain a
store, warehouse, or other establishment in which the materials,
supplies, articles or equipment of the general character described
by the specifications and required under the contract are bought,
kept in stock, and regularly sold or leased to the public in the usual
course of business. It must also be an established, regular business
that engages, as its principal business and under its own name, in
the purchase and sale or lease of the products in question.
b) A person may be a regular dealer in such bulk items as petroleum
products, steel, cement, gravel,stone, or asphalt without owning,
operating, or maintaining a place of business, as provided
elsewhere in this specification, if the person both owns and
operates distribution equipment for the products. Any
supplementing of regular dealers' own distribution equipment
shall be by a long-term lease agreement and not on an ad hoc or .w
contract-by-contract basis.
c) Packagers, brokers, manufacturers'representatives, or other ••
persons who arrange or expedite transactions are not regular
dealers.
3. Regular dealer status is granted on a contract-by-contract basis. To
obtain regular dealer status, a formal written request must be made by
the interested supplier(potential regular dealer) to WSDOT/OEO.
Included in the request shall be a full description of the project, type of
business operated by the DBE, and the manner the DBE will operate as
a regular dealer on the specific contract. Rules applicable to regular
dealer status are contained in 49 CFR Part 26.55.e.2. Once the request
is reviewed by WSDOT-OEO, the DBE supplier requesting it will be
notified in writing whether regular dealer status was approved.
Materials or Supplies Purchased from a DBE
With respect to materials or supplies purchased from a DBE who is neither
a manufacturer nor a regular dealer, the entire amount of fees or
commissions charged for assistance in the procurement of the materials and ..
supplies or fees or transportation charges for the delivery of materials or
supplies required on a job site may be counted as race neutral participation.
No part of the cost of the materials and supplies themselves may be applied r
as race neutral participation.
up
-23-
or
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Procedures Between Award and Execution
After award of the contract, the successful bidder shall provide the additional
information described below. A failure to comply shall result in the forfeiture of
the bidder's proposal bond or deposit.
A list of all firms who submitted a bid or quote in an attempt to participate in
this project whether they were successful or not. Include the correct business
name, federal employer identification number (optional) and a mailing address.
The firms identified by the Contractor may be contacted to solicit general
information as follows:
1. age of the firm
2. average of its gross annual receipts over the past three-years
Procedures After Execution
Reporting
The Contractor shall submit a"Quarterly Report of Amounts Credited as
DBE Participation" (actual payments) on a quarterly basis for any calendar
quarter in which DBE work is accomplished or upon completion of the
MW project, as appropriate. The quarterly reports are due on January 20'h' April
20th, July 20'h, and October 20th of each year. The dollars reported will be
in accordance with the "Counting DBE Participation For Reporting
Race Neutral Participation" section of this specification.
In the event that the payments to a DBE have been made by an entity other
than the Prime Contractor(as in the case of a lower-tier subcontractor or
supplier), then the Prime Contractor shall obtain the quarterly report,
including the signed affidavit, from the paying entity and submit the report
... to the Contracting Agency.
Payment
s Compensation for all costs involved with complying with the conditions of this
specification and any associated DBE requirements is included in payment for
the associated contract items of work.
SECTION 1-07.11(11)IS NEW
1-07.11(11) City of Renton Affidavit of Compliance (RC)
i, Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and
submit a copy of the"City of Renton Fair Practices Policy Affidavit of Compliance". A
copy of this document will be bound in the bid documents.
-24-
.r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 1-07.12 IS SUPPLEMENTED WITH THE FOLLOWING: .r
1-07.12 Federal Agency Inspection
(March 13, 1995)
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA ..
1273) and the amendments thereto supersede any conflicting provisions of the Standard
Specifications and are made a part of this contract; provided, however, that if any of the
provisions of FHWA 1273, as amended, are less restrictive than Washington State Law,
then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that
the Contractor insert the FHWA 1273 and amendments thereto in each subcontract,
together with the wage rates which are part of the FHWA 1273, as amended. Also, a
clause shall be included in each subcontract requiring the subcontractors to insert the
FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the
wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL
AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier
subcontractors. For this purpose, upon request to the Project Engineer, the Contractor
will be provided with extra copies of the FHWA 1273, the amendments thereto, the
applicable wage rates, and this Special Provision.
SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS:
r
1-07.13(1) General (RC)
During unfavorable weather and other conditions, the contractor shall pursue only
such portions of the work as shall not be damaged thereby. ..
No portion of the work whose satisfactory quality or efficiency will be affected by
unfavorable conditions shall be constructed while these conditions exist,unless by special ••
means or precautions acceptable to the engineer, the contractor shall be able to overcome
them.
1-07.16 Protection and Restoration of Property
SECTION 1-07.16(1)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
1-07.16(1) Private/Public Property(RC)
i
The Contracting Agency will obtain all easements and franchises required for the
project. The contractor shall limit his operation to the areas obtained and shall not
trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection
with the work under the contract together with the right of access to such lands. The
contractor shall not unreasonably encumber the premises with his equipment or materials.
The contractor shall provide,with no liability to the Contracting Agency, any
additional land and access thereto not shown or described that may be required for
i
-25-
r V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
temporary construction facilities or storage of materials. He shall construct all access
roads, detour roads, or other temporary work as required by his operations. The
contractor shall confine his equipment, storage of material, and operation of his workers
.. to those areas shown and described and such additional areas as he may provide.
A. General. All construction work under this contract on easements, right-of-way, over
private property or franchise, shall be confined to the limits of such easements, right-
of-way or franchise. All work shall be accomplished so as to cause the least amount
of disturbance and a minimum amount of damage. The contractor shall schedule his
work so that trenches across easements shall not be left open during weekends or
holidays and trenches shall not be open for more than 48 hours.
B. Structures. The contractor shall remove such existing structures as may be necessary
for the performance of the work and, if required, shall rebuild the structures thus
removed in as good a condition as found. He shall also repair all existing structures
which may be damaged as a result of the work under this contract.
C. Easements. Cultivated areas and other surface improvements. All cultivated areas,
r either agricultural or lawns, and other surface improvements which are damaged by
actions of the contractor shall be restored as nearly as possible to their original
condition.
Prior to excavation on an easement or private right-of-way, the contractor shall strip
topsoil from the trench or construction area and stockpile it in such a manner that it
aw may be replaced by him,upon completion of construction. Ornamental trees and
shrubbery shall be carefully removed with the earth surrounding their roots wrapped
in burlap and replanted in their original positions within 48 hours.
r All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with
material of equal quality at no additional cost to the Contracting Agency. In the event
that it is necessary to trench through any lawn area, the sod shall be carefully cut and
r rolled and replaced after the trenches have been backfilled. The lawn area shall be
cleaned by sweeping or other means, of all earth and debris.
The contractor shall use rubber wheel equipment similar to the small tractor-type
backhoes used by side sewer contractors for all work,including excavation and
backfill, on easements or rights-of-way which have lawn areas. All fences,markers,
mailboxes, or other temporary obstacles shall be removed by the contractor and
immediately replace, after the trench is backfilled, in their original position. The
contractor shall notify the Contracting Agency and property Owner at least 24 hours
in advance of any work done on easements or rights-of-way.
Damage to existing structures outside of easement areas that may result from
dewatering and/or other construction activity under this contract shall be restored to
their original condition or better. The original condition shall be established by
photographs taken and/or inspection made prior to construction. All such work shall
be done to the satisfaction of the property Owners and the Contracting Agency at the
.. expense of the contractor.
D. Streets. The contractor will assume all responsibility of restoration of the surface of
all streets traveled ways) used by him if damaged.
In the event the contractor does not have labor or material immediately available
to make necessary repairs, the contractor shall so inform the Contracting Agency. The
r
-26-
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Contracting Agency will make the necessary repairs and the cost of such repairs shall be
paid by the contractor.
The contractor is responsible for identifying and documenting any damage that is
pre-existing or,caused by others. Restoration of excavation in City streets shall be done
in accordance with the City of Renton Trench Restoration Requirements, which is
available at the Public Works Department Customer Services counter on the 4th floor,
Renton City Hall, 1055 South Grady Way.
SECTION 1-07.16(3)IS SUPPLEMENTED ADDING THE FOLLOWING:
1-07.16(5) Fences,Mailboxes, Incidentals
Before construction operations begin, the Contractor shall install 6' high
prefabricated panel portable chain-link enclosure. Install fencing as shown in the plans or
as directed by the Engineer. Install in a manner that will secure the park maintenance and
Stoneway Concrete sites adjacent to the project. Set fence posts in concrete bases and tie
all fence posts together with minimum four ties.
SECTION 1-07.16(5)IS SUPPLEMENTED ADDING THE FOLLOWING:
1-07.16(3) Payment ..
All costs associated with constructing, maintaining and removal of temporary
construction fencing shall be included in the bid prices for various other items of the
contract.
SECTION 1-07.17IS SUPPLEMENTED BY ADDING: •
1-07.17 Utilities and Similar Facilities
In addition to the other requirements pursuant to RCW 19.122, an act relating to ..
underground utilities and prescribing penalties, the Contractor shall:
1. call the utilities underground location center for field location of the utilities;
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
and
2. not begin excavation until all known underground facilities in the vicinity of the ..
proposed excavation have been located and marked.
3. Location and dimensions shown on the Plans for existing facilities are in accordance
with available information without uncovering, measuring, or other verification. If a
utility is known or suspected of having underground facilities within the area of the
proposed excavation, and that utility is not a subscriber to the utilities underground
location center then the Contractor shall give individual notice to that utility.
-27-
MW V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
If, in the prosecution of the work, it becomes necessary to interrupt existing
surface drainage, sewers, underdrains, conduit, utilities, similar underground structures,
or parts thereof, the contractor shall be responsible for, and shall take all necessary
precautions to protect and provide temporary services for same.
The contractor shall, at his own expense, repair all damage to such facilities or
structures due to this construction operation to the satisfaction of the City;except for City
owned facilities which will be repaired by the utility department at contractor's expense,
or by the contractor as directed by the City.
Locations and dimensions shown in the Plans for existing facilities are in
accordance with available information obtained without uncovering, measuring, or other
verification.
Public and private utilities, or their contractors, will furnish all work necessary to
adjust, relocate, replace, or construct their facilities unless otherwise provided for in the
Plans or these Special Provisions. Such adjustment, relocation,replacement, or
construction will be done during the prosecution of the work for this project.
The Contractor shall call the Utility Location Request Center(One Call Center),
for field location, not less than two nor more than ten business days before the scheduled
.. date for commencement of excavation which may affect underground utility facilities,
unless otherwise agreed upon by the parties involved. A business day is defined as any
day other than Saturday, Sunday, or a legal local, State, or Federal holiday. The
telephone number for the One Call Center for this project may be obtained from the
Engineer. If no one-number locator service is available, notice shall be provided
individually to those owners known to or suspected of having underground facilities
within the area of proposed excavation.
The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating
to underground utilities. Any cost to the Contractor incurred as a result of this law shall
` be at the Contractor's expense.
No excavation shall begin until all known facilities, in the vicinity of the
excavation area, have been located and marked.
Utilities of record are shown on the construction plans insofar as it is possible to
do so. Failure of the Owner to show the existence of subsurface objects or installation on
the plans shall not relieve the Contractor from his responsibility to make an independent
check on the ground,not relieve him from all liability for damages resulting from his
operation unless otherwise provided in the Special Provisions.
It shall be entirely the responsibility of the Contractor to give proper notification
to the agencies that have utilities in place and to coordinate with these agencies in the
protection and relocation of the various underground installations. These agencies will
•• give assistance in the location of the various utilities, but this shall not relieve the
Contractor from responsibility for any damage incurred. The City shall require a
notification of at least 5 working days. The Contractor shall not hold the City harmless
against any claim of any nature resulting from delays in attending to same.
The following address and telephone numbers of utility companies known or
suspected of having facilities within the project limits are supplied for the Contractors
convenience:
-28-
err
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
,.r
Puget Sound Energy (Gas) WorldCom
Contact: Jeff McMeekin Contact: Louise Popelka
Municipal Construction Planning Dept. 411 1081h Avenue NE, Suite 1030 ..
PO Box 90868— Mail Stop: XRD-1 W Bellevue,WA 98004
Bellevue, WA 98009-0868 Ph.: 425-201-0901
Ph.: 425-462-3824 Cell: 425-766-1740
Cell: 206-604-3924
Qwest Cedar River Water and Sewer
Contact: Melanie Wheeler Contact: Larry Keall
23315 66`' Avenue South 18300 SE Lake Youngs Rd.
Kent, WA 98032 Renton,WA 98058-9799
Ph.: 206-345-4055 Ph.: 425-255-6370
City of Renton Water Utility Comcast
Contact: Abdoul Gafour Contact: Jim Nies
Renton City Hall—5`h Floor 410 Valley Avenue NW
1055 South Grady Way Puyallup,WA 98371
Renton,WA 98055 Ph.: 253-864-4382 o"
Ph.: 425-430-7210
King County Metro Puget Sound Energy (Power)
Contact: Eric Davidson Contact: Brian Swart
Wastewater Treatment Division Ph: 253-395-6839
Department of Natural Resources and Parks Pager: 206-621-8012
KSC-NR-0508
201 S. Jackson Street
Seattle,WA 98104-3855 ..
Ph.: 206-684-1707
SECTION 1-07.17(1)IS A NEW SECTION
1-07.17(1) Potholing
The cost for the Contractor to locate the existing utilities and their respective
depths by potholing shall be considered incidental to and included in the various unit bid
items.
SECTION 1-07.18 IS DELETED AND REPLACED BY THE FOLLOWING:
1-07.18 Public Liability and Property Damage Insurance (RC)
Replace Section 1-07.18 of the Standard Specifications with the following:
1-07.18(1) General (RC)
The contractor shall obtain and maintain in full force and effect, from the Contract
Execution Date to the Completion Date, public liability and property damage insurance
-29-
..
MW V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
with an insurance company (ies) or through sources approved by the State Insurance
Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until the required
insurance has been obtained and approved by the Contracting Agency. Insurance shall
provide coverage to the Contractor, all subcontractors, Contracting Agency and the
Contracting Agency's consultant. The coverage shall protect against claims for bodily
injuries, personal injuries, including accidental death, as well as claims for property
damages which may arise from any act or omission of the Contractor or the subcontractor,
or by anyone directly or indirectly employed by either of them.
If warranted work is required the Contractor shall provide the City proof that
insurance coverage and limits established under the term of the Contract for work are in
full force and effect during the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for
each insurance policy effecting coverage(s) required on the contract prior to the date work
ow commences. Failure of the Contractor to fully comply during the term of the Contract
with the requirements described herein will be considered a material breach of contract
and shall be caused for immediate termination of the Contract at the option of the
Contracting Agency.
1-07.18(2) Coverages (RC)
aw As part of the response to this proposal, the Contractor shall submit a completed
City of Renton Insurance Information form which details specific coverage and limits for
this contract.
All coverage provided by the Contractor shall be in a form and underwritten by a
company acceptable to the Contracting Agency. The City requires that all insurers:
1) Be licensed to do business within.the State of Washington.
2) Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may also
require proof of professional liability coverage be provided for up to two (2) years
after the completion of the project.
3) The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences. -
4) Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is
preferred.) If any insurance carrier possesses a rating of less than AVII, the City
may make an exception.
The City reserves the right to approve the security of the insurance coverage
provided by the insurance company (ies), terms, conditions, and the Certificate of
Insurance. Failure of the Contractor to fully comply during the term of the contract with
these requirements will be considered a material breach of contract and shall be cause for
immediate termination of the contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth
below. By requiring such minimum insurance, the City of Renton shall not be deemed or
construed to have assessed the risks that may be applicable to the Contractor. The
-30-
rn
V. CONTRACT SPECIFICATIONS CITY OF RENTON •
SPECIAL PROVISIONS
Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain ..
higher limits and/or broader coverage.
Coverage shall include:
(1) Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be ..
written on an occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable).
• Explosion,Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
• Broad Form Property Damage
wo
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
(2)Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
(3) Workers' Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor&Industries Number ••
(4) Umbrella Liability(when necessary)
• Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
(5) Professional Liability - (whenever the work under this Contract includes
Professional Liability, (i.e. architectural, engineering, advertising, or computer
programming) the CONTRACTOR shall maintain professional liability covering
wrongful acts, errors and/or omissions of the CONTRACTOR for damage sustained
by reason of or in the course of operations under this Contract.
(6) The Contracting Agency reserves the right to request and/or require additional
coverages as may be appropriate based on work performed (i.e. pollution liability).
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, ..
agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or
equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of
Insurance prior to commencement of work. The City reserves the right to request copies
of insurance policies, if at their sole discretion it is deemed appropriate. Further, all
policies of insurance described above shall:
1) Be on a primary basis not contributory with any other insurance coverage and/or
self-insurance carried by CITY OF RENTON.
2) Include a Waiver of Subrogation Clause. r
3) Severability of Interest Clause (Cross Liability)
4) Policy may not be non-renewed, canceled or materially changed or altered unless
forty-five (45) days prior written notice is provided to CITY OF RENTON.
Notification shall be provided to CITY OF RENTON by certified mail.
w
-31 -
a.
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
1-07.18(3) Limits (RC)
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve
the contractor from liability in excess of such limits. The CONTRACTOR shall
carry the following limits of liability as required below:
Commercial General Liability
General Aggregate* $2,000,000 **
Products/Completed $2,000,000 **
Operations Aggregate
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage (Any One Fire) $50,000
Medical Payments (Any One $5,000
Person)
Stop Gap Liability $1,000,000
wo * General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property $1,000,000
Damage
. (Each Accident)
Workers' Compensation
Statutory Benefits - Coverage Variable
A
(Show Washington Labor and Industries
Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed _ $1,000,000
Operations Aggregate
Professional Liability(If
'w re wired
Each Occurrence/ $1,000,000
Incident/Claim
Aggregate $2,000,000
.. The City may require the CONTRACTOR to keep professional liability
coverage in effect for up to two (2) years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in writing in the
event any general aggregate or other aggregate limits are reduced. At their own expense,
the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and
r
-32-
ern
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a
new Certificate of Insurance showing such coverage is in force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the contract the CONTRACTOR shall provide
evidence of insurance by submitting to the CONTRACTING AGENCY the following:
1) City of Renton Insurance Information Form (attached herein) without modification.
2) Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as
specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3). as revised above.
Other requirements are as follows:
a. Strike the following or similar wording: "This Certificate is issued as a matter
of information only and confers no rights upon the Certificate Holder";
b. Strike the wording regarding cancellation notification to the City: "Failure to
mail such notice shall impose no obligation or liability of any kind upon the
company, its agents or representatives".
c. Amend the cancellation clause to state: "Policy may not be non-renewed,
canceled or materially changed or altered unless 45 days prior written notice is
provided to the City". Notification shall be provided to the City by certified
mail.
For Professional Liability coverage only,instead of the cancellation language
specified above,the City will accept a written agreement that the consultant's ••
broker will provide the required notification.
SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING:
1-07.22 Use of Explosives (RC)
Explosives shall not be used without specific authority of the Engineer, and then
only under such restrictions as may be required by the proper authorities. Explosives shall
be handled and used in strict compliance with WAC 296-52 and such local laws, rules
and regulations that may-apply. The individual in charge of the blasting shall have a
current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as
are necessary in conjunction with blasting operations.
1-07.23 Public Convenience and Safety
SECTION 1-07.23(1)IS SUPPLEMENTED BY ADDING THE FOLLOWING
PARAGRAPH
1-07.23(1) Construction Under Traffic (RC)
The contractor shall be responsible for controlling dust and mud within the project
limits and on any street which is utilized by his equipment for the duration of the project.
-33-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
The contractor shall be prepared to use watering trucks, power sweepers, and other pieces
of equipment as deemed necessary by the engineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project, and no
compensation will be made for this section.
Complaints of dust, mud or unsafe practices and/or property damage to private
.. Ownership will be transmitted to the contractor and prompt action in correcting them will
be required by the contractor.
(April 5, 2004)
The construction safety zone will be determined as follows:
When the posted speed is 35 MPH or under, the safety zone will be 10 feet from
the outside edge of traveled way or 2 feet beyond the outside edge of the sidewalk.
When the posted speed is from 40 to 55 MPH the safety zone will be 15 feet from
the outside edge of traveled way.
When the posted speed is 60 MPH or over the safety zone will be 30 feet from the
outside edge of traveled way.
During nonworking hours equipment or materials shall not be within the safety
zone unless it is protected by permanent guardrail or temporary concrete barrier. The use
of temporary concrete barrier shall be permitted only if the Engineer approves the
installation and location.
,,. During the actual hours of work, unless protected as described above, only
materials absolutely necessary to construction shall be within the safety zone and only
construction vehicles absolutely necessary to construction shall be allowed within the
.. safety zone or allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be
permitted to park within the safety zone at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written approval.
1-08 PROSECUTION AND PROGRESS
SECTION I-08.0 IS A NEW SECTION.
1-08.0 Preliminary Matters (APWA)
1-08.0(1)Preconstruction Conference(APWA)
The Engineer will furnish the Contractor with up to 5 copies of the Contract
Documents. Additional documents may be furnished upon request at the cost of
reproduction. Prior to undertaking each part of the Work the Contractor shall carefully
.. study and compare the Contract Documents and check and verify pertinent figures shown
therein and all applicable field measurements. The Contractor shall promptly report in
writing to the Engineer any conflict, error or discrepancy, which the Contractor may
,. discover. After the Contract has been executed, but prior to the Contractor beginning the
Work, a preconstruction conference will be held between the Contractor, the Engineer
-34-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
and such other interested parties as may be invited. The Contractor shall prepare and
submit at the preconstruction meeting a project schedule.
SECTION 1-08.3 IS SUPPLEMENTED WITH THE FOLLOWING:
SECTION 1-08.3 ORDER OF WORK
The Contractor shall include in his schedule the performance of the following
items as part of the first order of work under this contract:
A) Submit shop drawings for signal equipment, retaining wall and stormwater
vault.
B) Order signal equipment.
C) Install signs in accordance with the traffic control plan prepared by the
Contractor for approval by the Engineer, and with the applicable provisions
included in the sections CONSTRUCTION UNDER TRAFFIC and
TEMPORARY TRAFFIC CONTROL.
D) Install erosion/water pollution facilities in accordance with the Plans and
construction sequencing plans, or alternate plan prepared by the Contractor
for approval by the Engineer, or as directed by the Engineer.
E) Assure positive drainage for any and all exposed subgrade at all times.
The Contractor is hereby notified that a site specific traffic control plan must
be prepared and updated to reflect the applicable permit requirements described in
these specifications and requirements, as well as work restrictions and schedules,
associated with the "Cooperation With Other Contractors" and"Utilities and
Similar Facilities"sections found elsewhere in these Special Provisions.
For all stages of construction, the Contractor shall maintain two westbound and
two eastbound through lanes (11-foot width minimum) except for short-term lane �.
closures between 9:00 a.m. and 3:00 p.m. during the day as approved by the Engineer.
Detour routes are not available for use by the Contractor. Applicable traffic control
standard plans for use by the Contractor in preparing a site specific traffic control plan are
included in the Appendik.
All work associated with mobilization, working areas, installation of traffic
control devices, erosion control, and clearing and grubbing shall be substantially
complete in a specific area before commencing work in another area. All anticipated
utility franchise work in a given area shall be substantially complete prior to grading to
subgrade.
The paving of the final lift of asphalt (wearing course) shall not be permitted until ..
the leveling course is completed on the entire project.
Periodic suspensions of work are anticipated to provide for utility relocations in a
specific area of work. The Contractor shall plan for demobilization and remobilization of
resources.
-35-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Measurement and Payment
No specific unit of measurement and payment will be provided for compliance
with this Special Provision. Costs for compliance with this Special Provision and for
coordination of utility work shall be considered incidental to and included in the lump
sum contract price for"Mobilization" included in the proposal.
SECTION I-08.5: THE FIRST FIVE PARAGRAPHS ARE DELETED AND
REPLACED WITH THE FOLLOWING:
1-08.5 Time For Completion (APWA, RC)
The Work shall be physically completed in its entirety within the time specified in
the Contract Documents or as extended by the Engineer. The Contract Time will be stated
in "working days", shall begin on September 6, 2005 (the Notice To Proceed Date), and
.. shall end on the Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day on which the contract
specifically suspends work, or one of these holidays: January 1, Memorial Day,July 4,
Labor Day, November 11,Thanksgiving Day, the day after Thanksgiving, and Christmas
Day.The day before Christmas shall be a holiday when Christmas Day occurs on a
Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day
occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a
Saturday, the two preceding working days shall be observed as holidays. When
Christmas day occurs on a Sunday, the two working days following shall be observed as
holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday
will be counted as a non-working day and when they fall on a Sunday the following
Monday will be counted as a non-working day. The Contract Time has been established
to allow for periods of normal inclement weather which, from historical records, is to be
expected during the Contract Time, and during which periods, work is anticipated to be
aw performed. Each successive working day, beginning with the Notice to Proceed Date and
ending with the Physical Completion Date, shall be charged to the Contract Time as it
occurs except a day or part of a day which is designated a nonworking day or an Engineer
determined unworkable day.
The Engineer will furnish the Contractor a weekly report showing (1) the number
of working days charged against the Contract Time for the preceding week; (2) the
.. Contract Time in working days; (3) the number of working days remaining in the
Contract Time; (4)the number of nonworking days; and (5) any partial or whole days the
Engineer declared unworkable the previous week. This weekly report will be correlated
with the Contractor's current approved progress schedule. If the Contractor elects to work
10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which
a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of
that week will be charged as a working day whether or not the Contractor works on that
day.
The Contractor will be allowed 10 calendar days from the date of each report in
which to file a written protest of an alleged discrepancy in the Contract Time as reported.
Otherwise, the report will be deemed to have been accepted by the Contractor as correct.
..
-36-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
The requirements for scheduling the Final Inspection and establishing the
Substantial Completion, Physical Completion, and Completion Dates are specified in
Sections 1-05.11 and 1-05.12.
SECTION 1-08.5 IS SUPPLEMENTED AS FOLLOWS:
Within 10 calendar days after execution of the Contract by the Contracting
Agency, Contractor shall provide the Contracting Agency with copies of purchase orders
for all equipment items deemed critical by the Contracting Agency, including but not
limited to signal controller materials, lighting standards, and signal standards required for 'r
the physical completion of the contract. Such purchase orders shall disclose the estimated
delivery dates for the equipment.
All items of work which can be performed without delivery of the critical items
shall start and be completed as soon as possible. At that time, Engineer may suspend the
work upon request of Contractor until the critical items are delivered to Contractor, if the
Contracting Agency received a purchase order within 10 calendar days after execution of
the Contract by the Contracting Agency.
Contractor will be entitled to only one such suspension of time during the
performance of the work and during such suspension shall not perform any additional
work on the project. Upon delivery of the critical items, contract time will resume and
continue to be charged in accordance with Section 1-08. ,.
SECTION 1-08.11 IS A NEW SECTION.
.r
1-08.11 Contractor's Plant and Equipment (RC)
The contractor alone shall at all times be responsible for the adequacy, efficiency,
and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have
the right to make use of the contractor's plant and equipment in the performance of any
work on the site of the work.
The use by the Owner of such plant and equipment shall be considered as extra
work and paid for accordingly.
Neither the Owner nor the engineer assume any responsibility, at any time, for the
security of the site from the time contractor's operations have commenced until final
acceptance of the work by the engineer and the Owner. The contractor shall employ such
measures as additional fencing, barricades, and watchmen service, as he deems necessary
for the public safety and for the protection of the site and his plant and equipment. The
Owner will be provided keys for all fenced, secured areas.
SECTION 1-08.12 IS A NEW SECTION.
1-08.12 Attention to Work (RC) rf
The contractor shall give his personal attention to and shall supervise the work to
the end that it shall be prosecuted faithfully, and when he is not personally present on the
work site, he shall at all times be represented by a competent superintendent who shall •
have full authority to execute the same, and to supply materials, tools, and labor without
-37-
ow
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
r delay, and who shall be the legal representative of the contractor. The contractor shall be
liable for the faithful observance of any instructions delivered to him or to his authorized
representative.
1-09 MEASUREMENT AND PAYMENT
.. SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
1-09.1 Measurement of Quantities (RC)
r
When items are specified to be paid for by ton, it will be the Contractor's
responsibility to see that a certified weight ticket is given to the Inspector on the project at
the time of delivery of materials for each truckload delivered. Pay quantities will be
prepared on the basis of said tally tickets, delivered to the Inspector at the time of delivery
of materials. Tickets not receipt by the Inspector will not be honored for payment.
r The Contractor shall submit a breakdown of costs for each lump sum Bid Item.
The breakdown shall list the items included in the lump sum together with a unit price of
labor, materials and equipment for each item. The summation of the detailed unit prices
for each item shall add up to the lump sum Bid. The unit price values may be used as a
guideline for determining progress payments or deductions or additions in payment for
ordered work changes. The detailed cost breakdown of each lump sum item shall be
submitted to the Engineer prior to the Preconstruction Conference.
1-09.2(1) General Requirements for Weighing (RC)
SECTION I-09.2(1), PARAGRAPH 5("TRUCKS AND TICKETS")IS
SUPPLEMENTED BY ADDING THE FOLLOWING:
Where items are specified to be paid by the ton, the following system will be
.. used:
Each truck shall be clearly numbered to the satisfaction of the Engineer and there
shall be no duplication of numbers.
r Duplicate tickets shall be prepared to accompany each truckload of material delivered
to the project. The tickets shall bear at least the following information:
1. Truck Number.
2. Truck tare weight(stamped at source).
3. Gross truckload weight in tons (stamped at source).
4. Net load weight (stamped at source).
5. Driver's name and date.
6. Location for delivery.
7. Pay item number.
8. Contract number and/or name.
r
it
-38-
s
.r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: i
1-09.3 Scope of Payment (RC)
Unless modified otherwise in the Contract Provisions, the Bid Items listed or
referenced in the "Payment"clause of each Section of the Standard Specifications, will be
the only items for which compensation will be made for the Work described in or ■•
specified in that particular Section when the Contractor performs the specified Work.
Should a Bid Item be listed in a"Payment"clause but not in the Proposal Form, and
Work for that item is performed by the Contractor and the work is not stated as included
in or incidental to a pay item in the contract and is not work that would be required to
complete the intent of the Contract per Section 1-04.1, then payment for that Work will
be made as for Extra Work pursuant to a Change Order.
The words"Bid Item," "Contract Item," and "Pay Item," and similar terms used
throughout the Contract Documents are synonymous.
If the"payment"clause in the Specifications relating to any unit Bid Item price in
the Proposal Form requires that said unit Bid Item price cover and be considered
compensation for certain work or material essential to the item, then the work or material
will not be measured or paid for under any other Unit Bid Item which may appear
elsewhere in the Proposal Form or Specifications.
Pluralized unit Bid Items appearing in these Specifications are changed to singular
form.
Payment for Bid Items listed or referenced in the "Payment" clause of any
particular Section of the Specifications shall be considered as including all of the Work ..
required, specified, or described in that particular Section. Payment items will generally
be listed generically in the Specifications, and specifically in the bid form. When items
are to be"furnished"under one payment item and "installed" under another payment
item, such items shall be furnished FOB project site, or, if specified in the Special
Provisions, delivered to a designated site. Materials to be "furnished," or"furnished and
installed"under these conditions, shall be the responsibility of the Contractor with regard a'
to storage until such items are incorporated into the Work or, if such items are not to be
incorporated into the work, delivered to the applicable Contracting Agency storage site
when provided for in the Specifications. Payment for material "furnished," but not yet
incorporated into the Work, may be made on monthly estimates to the extent allowed.
SECTION 1-09.6 IS SUPPLEMENTED ADDING THE FOLLOWING: r
1-09.6 Force Account
The Contractor shall submit to the Engineer an Equipment List form containing
pertinent information as to the type of equipment to be used, i.e., make, model, year,
horsepower,serial numbers, optional attachments, capacity, etc. The Contractor shall
obtain the Equipment List form from the Engineer. No force account payment will be
made until the Engineer had received the completed Equipment List.
The following work shall be paid for under the bid item "Force Account"per
estimate:
• Minor Change
an
-39-
i
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
• Roadside Cleanup
• Erosion/Water Pollution Control
• Property Restoration
,. • Restoration of Existing Irrigation System
• Other Activities as deemed necessary and directed by the
Engineer.
To provide a common proposal basis for all bidders the City has estimated the
amount of force account for above identified work and has arbitrarily entered that amount
in the proposal to become a part of the Contractor's total bid.
SECTION I-09.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
1-09.7 Mobilization
Obtaining a site for the Contractor's mobilization, storage of materials and other
general operations shall be the responsibility of the Contractor. All costs associated with
securing sites shall be incidental to other bid items on the project and no other
.. compensation will be made for this item.
The lump sum contract price for"Mobilization"shall be full pay for all labor,
equipment, material and overhead costs associated with mobilization in accordance with
• the Standard Specifications and these Special Provisions.
1-09.11 Disputes and Claims
w
SECTION I-09.11(2), PARAGRAPH 5 IS REVISED AS FOLLOWS:
1-09.11(2) Claims (RC)
Failure to submit with the Final Application for Payment such information and
details as described in this section for any claim shall operate as a waiver of the claims by
the Contractor as provided in Section 1-09.9.
1-09.13 Claims Resolution
SECTION I-09.13(3)B IS SUPPLEMENTED BY ADDING:
1-09.13(3)B Procedures to Pursue Arbitration (RC)
The findings and decision of the board of arbitrators shall be final and binding on
.. the parties, unless the aggrieved party, within 10 days, challenges the findings and
decision by serving and filing a petition for review by the superior court of King County,
Washington. The grounds for the petition for review are limited to showing that the
findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof,
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the
issues submitted to arbitration. The board of arbitrators shall support its decision by
faw
-40-
V. CONTRACT SPECIFICATIONS CITY OF RENTON .r
SPECIAL PROVISIONS
setting forth in writing their findings and conclusions based on the evidence adduced
at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of
Washington and court decisions governing such procedure. .
The costs of such arbitration shall be borne equally by the City and the contractor
unless it is the board's majority opinion that the contractor's filing of the protest or action
is capricious or without reasonable foundation. In the latter case, all costs shall be borne ••
by the contractor.
1-10 TEMPORARY TRAFFIC CONTROL
SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
1-10.1 General (RC)
When the bid proposal includes an item for "Traffic Control," the work required
for this item shall be all items described in Section 1-10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing and
other channelization devices, unless a pay item is in the bid proposal for any
specific device and the Special Provisions specify furnishing, maintaining, and
payment in a different manner for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all
traffic control labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B
construction signs and other traffic control devices; ..
4. Furnishing labor and vehicles for patrolling and maintaining in position all of
the construction signs and the traffic control devices, unless a pay item is in
the bid proposal to specifically pay for this work; and ••
5. Furnishing labor, material, and equipment necessary for cleaning up,
removing, and replacing of the construction signs and the traffic control
devices destroyed or damaged during the life of the project.
6. Removing existing signs as specified or a directed by the engineer and
delivering to the City Shops or storing and reinstalling as directed by the
Engineer.
7. Preparing a traffic control plan for the project and designating the person
responsible for traffic control at the work site. The traffic control plan shall
include descriptions of the traffic control methods and devices to be used by
the prime contractor, and subcontractors, shall be submitted at or before the
preconstruction conference, and shall be subject to review and approval of the
Engineer.
8. Contacting police, fire,911, and ambulance services to notify them in advance
of any work that will affect and traveled portion of a roadway. ..
9. Assuring that all traveled portions of roadways are open to traffic during peak
traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as
specified in the special provisions, or as directed by the Engineer. ..
-41 -
..r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
10. Promptly removing or covering all nonapplicable signs during periods when
they are not needed.
If no bid item "Traffic Control" appears in the proposal then all work required by
.. these sections will be considered incidental and their cost shall be included in the other
items of work.
If the Engineer requires the Contractor to furnish additional channelizing devices,
pieces of equipment, or services which could not be usually anticipated by a prudent
contractor for the maintenance and protection of traffic, then a new item or items may be
established to pay for such items. Further limitations for consideration of payment for
these items are that they are not covered by other pay items in the bid proposal, they are
not specified in the Special Provisions as incidental, and the accumulative cost for the use
of each individual channelizing device, piece of equipment, or service must exceed $200
in total cost for the duration of their need. In the event of disputes, the Engineer will
determine what is usually anticipated by a prudent contractor. The cost for these items
will be by agreed price, price established by the Engineer, or by force account.
Additional items required as a result of the contractor's modification to the traffic control
plan(s) appearing in the contract shall not be covered by the provisions in this paragraph.
If the total cost of all the work under the contract increases or decreases by
more than 25 percent, an equitable adjustment will be considered for the item
"Traffic Control" to address the increase or decrease.
1-10.2 Traffic Control Management
'w SECTION 1-10.2(2) TRAFFIC CONTROL PLANS IS REVISED AND
SUPPLEMENTED AS FOLLOWS:
1-10.2(2)Traffic Control Plans
The Contractor shall be responsible for preparing the traffic control plan or plans
and for assuring that traffic control is installed and maintained in conformance to
established standards. The Contractor shall continuously evaluate the operation of the
traffic control plan and take prompt action to correct any problems that become evident
during operation.
The sixth sentence of Section 1-10.2(2) is revised to read:
The Contractor's letter designating and adopting the specific traffic control plan(s)
or any proposed modified plan(s) shall be submitted to the Engineer for approval at least
ten calendar days in advance of the time the new plan will be implemented.
SECTION 1-10.2(3)IS SUPPLEMENTED WITH THE FOLLOWING:
1-10.2(3) Conformance to Established Standards
(April 30, 2001)
The following devices are deemed compliant with the crashworthiness
requirements of NCHRP 350 and are approved for use on the project:
-42-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Approved Category H Devices
Type I & II Barricades
Manufacturer Model Number
WLI Industries Safety Cade Type II
Bent Manufacturing Unicade
Bent Manufacturing Waffle Barricade
Bent Manufacturing Type II Plywood or Plastic Panel
Eastern Metal Type I& II Barricades
Plasticade Products Fibercade Type II
Plasticade Products Plasticade Type II
Dicke Tool Company Type I Plastic Barricade
TrafFix Devices, Inc. Plastic Folding Type I Barricade
The Roadmaker Company Type II Plastic Barricade _
Three D Traffic Works, Inc. TD2000 Works Barricade
Protection Services, Inc. Type I&II Barricades
Flex-O-Lite Type I Barricade
United Rentals Highways Type I & II Barricades
Bureau of Highway Safety Penn. Type III Barricade
The Cortina Companies Type I Plastic Barricades
Type III Barricades
Manufacturer Model Number
Bent Manufacturing Type III Barricade
Recycled Plastic Products Hollow Core Plastic Barricade
Yodock Wall Company Yodock 2001 in Type III Barricade
Cantel of Medford, Inc. EZ-UP Type III Barricade
Davidson Plastics Corp. T313 Type III Barricade
Approved Portable Signs and Stands
Manufacturer Model Number
Montana DOT DWG#618-02(Plywood)
WI-1 SafetyCor Sign System (Plastic)
Texas DOT Skid Mounted Sign Support (Plywood)
Reflexite/Eastern Metals DF 400 &DF 4700 TX (Endurance ..
plastic)
(Aluminum signs are not approved for use with the above listed stands ••
at this time)
•
-43-
.. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
1-10.3 Flagging, Signs, and All Other Traffic Control Devices
SECTION 1- ;0.3(1)IS SUPPLEMENTED WITH THE FOLLOWING:
1-10.3(1) Traffic Control Labor
(September 30, 1996)
Flaggers shall be equipped with portable two-way radios, with a range suitable for
the project. The radios shall be capable of having direct contact with project management
(foremen, superintendents, etc.).
SECTION 1-10.3(3)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
1-10.3(3) Construction Signs
(Revise the first paragraph as follows:)
All signs required by the approved traffic control plan(s) as well as any other
appropriate signs prescribed by the Engineer, or required to conform with established
standards, will be furnished by the Contractor.
-44-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
(Revise the fourth paragraph as follows:) ..
No separate pay item will be provided in the bid proposal for Class A or Class B
construction signs. All costs for the work to provide Class A or Class B construction
signs shall be included in the unit contract price for the various other items of the work in r*
the bid proposal.
All signs required by the approved traffic control plan(s) as well as any other
appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The
Contractor shall provide the posts or supports and erect and maintain the signs in a clean,
neat, and presentable condition until the necessity for them has ceased. All nonapplicable
signs shall be removed or completely covered with metal, plywood, or an Engineer
approved product specifically manufactured for sign covering during periods when they
are not needed. When the need for these signs has ceased, the Contractor, upon approval
of the Engineer, shall remove all signs, posts, and supports from the project and they shall "r
remain the property of the Contractor.
All orange background signs shall utilize materials, and be fabricated in r
accordance with, Section 9-28. All orange background signs shall be fabricated with
Type X fluorescent orange sign sheeting.
All post mounted signs with Type X sheeting shall use a nylon washer between
the twist fasteners (screw heads,bolts, or nuts) and the reflective sheeting.
There shall be no intermixing of signs with non-fluorescent orange reflective sign
sheeting and signs with fluorescent orange reflective sign sheeting on the same sign post.
Construction signs will 'be divided into two classes. Class A construction signs
are those signs that remain in service throughout the construction or during a major phase
of the work. They are mounted on posts, existing fixed structures, or substantial supports •
of a semi-permanent nature. Sign and support installation for Class A signs shall be in
accordance with the Contract Plans or the Standard Plans. Class B construction signs are
those signs that are placed and removed daily, or are used for short durations which may op
extend for one or more days. They are mounted on portable or temporary mountings. In
the event of disputes, the Engineer will determine if a construction sign is considered as a
Class A or B construction sign.
If it is necessary to add weight to signs for stability, only a bag of sand that will
rupture on impact shall be used. . The bag of sand shall: (1) be furnished by the
Contractor, (2) have a maximum weight of 40 pounds, and (3)be suspended no more than
1 foot from the ground.
Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
Engineer deems to be unacceptable while their use is required on the project, shall be
replaced by the Contractor without additional compensation.
•
-45-
i
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Wood Sign Posts
Use the below charts to determine post size for Class A construction signs.
One Post Installation
r
Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
4x4 - 16.0
4x6 17.0 20.0
,,. 6x6 21.0 25.0
6x8 26.0 31.0
.. Two Post Installation
(For signs 5 feet or greater in width)
4x4 - 16.0
4x6 17.0 36.0
6x6 37.0 46.0
6x8 47.0 75.0
* The Engineer shall determine post size for signs greater than 75 square
feet.
aw
SECTION I-10.3(5)IS SUPPLEMENTED WITH THE FOLLOWING:
1-10.3(5) Temporary Traffic Control Devices
(September 30, 1996)
Sequential Arrow Sign
M„ The MUTCD requirements are supplemented with the following:
Sequential arrow signs furnished for this project shall be Type A.
The color of the light emitted shall be yellow.
The power source for the sign shall be capable of operating the lamps at
their optimum light level for the entire period of operation. The power source will
be subject to the approval of the Engineer prior to use.
A control panel, using solid-state circuitry, shall be enclosed in a ventilated,
vandal-resistant box. A photoelectric control, with manual override, shall automatically
dim the lights during hours of darkness. Arrow panels shall be capable of a minimum of
50 percent dimming from their rated lamps.
i, DELETE SECTION 1-10.4 AND REPLACE WITH.
1-10.4 Measurement (RC)
No specific unit of measurement will apply to the lump sum item of "Traffic
Control'.
-46-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Measurement will be by the hour of operation for sequential arrow sign. The
hours of operation will be determined by the Engineer. Operation over and above those
hours shall be at the Contractor's expense.
r
SECTION 1-10.5 IS REPLACED AS FOLLOWS:
1-10.5 Payment
Payment for all labor, materials, and equipment described in Section 1-10 will be
made in accordance with Section 1-04.1, for the following bid items when included in the
proposal:
"Traffic Control,"lump sum.
"Traffic Control Labor", per hour.
"Sequential Arrow Sign", per hour.
The lump sum contract price for "Traffic Control' shall be full pay for all costs
not covered by other specific pay items in the bid proposal for furnishing, installing, i
maintaining, and removing traffic control devices and temporary pavement striping
required by the contract and as directed by the Engineer in conformance with accepted
standards and in such a manner as to maximize safety, and minimize disruption and s
inconvenience to the public.
Progress payment for the lump sum item "Traffic Control"will be made as follows:
a. When in initial warning signs for the beginning of the project and the end of
construction signs are installed and approved by the Engineer, 30 percent of the
amount bid for the item will be paid.
b. Payment for the remaining 70 percent of the amount bid for the item will be paid �►
on a prorated basis in accordance with the total job progress as determined by
progress payments.
The item "Traffic Control" will be considered for an equitable adjustment per
Section 1-04.6 only when the total contract price increases or decreases by more than 25
percent.
The lump sum contract price for "Traffic Control" shall be full pay for all costs
involved in furnishing the vehicle or vehicles for the work described in Sections 1-
10.2(1)B and 1-10.3(2).
The lump sum contract price for "Traffic Control" shall be full pay for all costs
for performing the work described in Section 1-10.3(3) and Section 1-10.3(4). This
payment will include all labor, equipment, and vehicles necessary for the initial
acquisition, the initial installation of Class A signs, and ultimate return of all Contracting
Agency-furnished signs.
The unit contract price per hour for "Traffic Control Labor" shall be full pay �.
for all costs for the labor provided for performing those construction operations described
in Section 1-10.3(1) and as authorized by the Engineer. Payment under this item shall be
limited to the hours the worker is actually performing the work. ••
The unit contract price per hour for "Traffic Control Supervisor" shall be full
pay for each hour a person performs the duties described in Section 1-10.2(1)B including
when performing traffic control labor duties.
-47-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
THE FOLLOWING IS A NEW SECTION.
1-11 RENTON SURVEYING STANDARDS
1-11.1(1) Responsibility for surveys (RC)
All surveys and survey reports shall be prepared under the direct supervision of a
person registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the
requirements established by the Board of Registration for Professional Engineers and
Land Surveyors under the provisions of Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision (RC)
The horizontal component of all surveys shall have as its coordinate base: The
North American Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a
minimum of two of the City of Renton's Survey Control Network monuments. The
source of the coordinate values used will be shown on the survey drawing per RCW
58.09.070.
The horizontal component of all surveys shall meet or exceed the closure
requirements of WAC 332-130-060. The control base lines for all surveys shall meet or
exceed the requirements for a Class A survey revealed in Table 2 of the Minimum
Standard Detail Requirements for ALTAIACSM Land Title Surveys jointly established
and adopted by ALTA and ACSM in 1992 or comparable classification in future editions
of said document. The angular and linear closure and precision ratio of traverses used for
survey control shall be revealed on the face of the survey drawing, as shall the method of
adjustment.
The horizontal component of the control system for surveys using global
positioning system methodology shall exhibit at least 1 part in 50,000 precision in line
length dependent error analysis at a 95 percent confidence level and performed pursuant
to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined
in Geometric Geodetic Accuracy Standards &Specifications for Using GPS Relative
Positioning Techniques dated August 1, 1989 or comparable classification in future
editions of said document..
The vertical component of all surveys shall be based on NAVD 1988, the North
American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey
Control Network benchmarks. If there are two such benchmarks within 3000 feet of the
.. project site a tie to both shall be made. The benchmark(s)used will be shown on the
drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one
must be set on or near the project in a permanent manner that will remain intact
throughout the duration of the project. Source of elevations (benchmark) will be shown
on the drawing, as well as a description of any bench marks established.
-48-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
1-11.1(3) Subdivision Information (RC)
Those purveys dependent on section subdivision shall reveal the controlling
monuments used and the subdivision of the applicable quarter section. ••
Those surveys dependent on retracement of a plat or short plat shall reveal the
controlling monuments, measurements, and methodology used in that retracement.
1-11.1(4) Field Notes (RC)
Field notes shall be kept in conventional format in a standard bound field book
with waterproof pages. In cases where an electronic data collector is used field notes
must also be kept with a sketch and a record of control and base line traverses describing
station occupations and what measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point
numbers shall be unique within a complete job. The preferred method of point
numbering is field notebook,page and point set on that page. Example: The first point ..
set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the
second point would be 348.16.02,etc.
Upon completion of a City of Renton project,either the field notebook(s)
provided by the City or the original field notebook(s)used by the surveyor will be given
to the City. For all other work, surveyors will provide a copy of the notes to the City
upon request. In those cases where an electronic data collector is used, a hard copy print
out in ASCII text format will accompany the field notes.
1-11.1(5) Corners and Monuments (RC)
Corner A point on a land boundary, at the juncture of two or more boundary
lines. A monument is usually set at such points to physically reference a corner's location
on the ground.
Monument Any physical object or structure of record which marks or accurately
references:
• A corner or other survey point established by or under the supervision of an individual
per section 1-11.1(1) and any corner or monument established by the General Land ..
Office and its successor the Bureau of Land Management including section
subdivision corners down to and including one-sixteenth corners; and
• Any permanently monumented boundary, right of way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey (RC)
Control or Base Line Surveys shall be established for all construction projects that
will create permanent structures such as roads, sidewalks, bridges, utility lines or
appurtenances, signal or light poles, or any non-single family building. Control or Base
Line Surveys shall consist of such number of permanent monuments as are required such
that every structure may be observed for staking or "as-builting" while occupying one
-49-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
such monument and sighting another such monument. A minimum of two of these
permanent monuments shall be existing monuments, recognized and on record with the
City of Renton;. The Control or Base Line Survey shall occupy each monument in turn,
and shall satisfy all applicable requirements of Section 1-11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an
appropriate scale. North orientation should be clearly presented and the scale shown
graphically as well as noted. The drawing must be of such quality that a reduction thereof
to one-half original scale remains legible.
If recording of the survey with the King County Recorder is required, it will be
prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter
58.09 RCW. A photographic mylar of the drawing will be submitted to the City of
Renton and,upon their review and acceptance per the specific requirements of the
project, the original will be recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34
inch mylar, and the original or a photographic mylar thereof will be submitted to the City
of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050
and shall conform to the City of Renton's Drafting Standards. American Public Works
Association symbols shall be used whenever possible, and a legend shall identify all
symbols used if each point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be
submitted with each drawing. The listing should include the point number designation
(corresponding with that in the field notes), a brief description of the point, and northing,
easting, and elevation (if applicable)values, all in ASCII format, on IBM PC compatible
media.
1-11.1(7) Precision Levels (RC)
Vertical Surveys for the establishment of bench marks shall satisfy all applicable
requirements of section 1-05 and 1-11.1.
Vertical surveys for the establishment of bench marks shall meet or exceed the
standards, specifications and procedures of third order elevation accuracy established by
the Federal Geodetic Control Committee.
Bench marks must possess both permanence and vertical stability. Descriptions
of bench marks must be complete to insure both recoverability and positive identification
on recovery.
1-11.1(8) Radial and Station -- Offset Topography (RC)
Topographic surveys shall satisfy all applicable requirements of section 1-11.1
herein.
All points occupied or back sighted in developing radial topography or
establishing baselines for station -- offset topography shall meet the requirements of
section 1-11.1 herein.
The drawing and electronic listing requirements set forth in section 1-11.1 herein
shall be observed for all topographic surveys.
-50-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
it
1-11.1(9) Radial Topography (RC)
-Elevations for the points occupied or back sighted in a radial topographic survey
shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or "
Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2)
trigonometric leveling with elevation differences determined in at least two directions for
each point and with misclosure of the circuit not to exceed 0.1 feet.
1-11.1(10) Station--Offset Topography (RC)
Elevations of the baseline and topographic points shall be determined by spirit
leveling and shall satisfy Federal Geodetic Control Committee specifications as to the
turn points and shall not exceed 0.1 foot's error as to side shots. ..
1-11.1(11) As-Built Survey (RC)
All improvements required to be "as-built" (post construction survey) per City of
Renton Codes,TITLE 4 Building Regulations and TITLE 9 Public Ways and Property,
must be located both horizontally and vertically by a Radial survey or by a Station offset
survey. The "as-built" survey must be based on the same base line or control survey used
for the construction staking survey for the improvements being "as-built". The "as-built"
survey for all subsurface improvements should occur prior to backfilling. Close _
cooperation between the installing contractor and the "as-builting" surveyor is therefore
required.
All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein
and shall be based upon control or base line surveys made in conformance with these
Specifications.
The field notes for"as-built" shall meet the requirements of section 1-11.1(4) ,.
herein and submitted with stamped and signed "as-built" drawings which includes a
statement certifying the accuracy of the "as built".
The drawing and electronic listing requirements set forth in section 1-11.1(6)
herein shall be observed for all "as-built" surveys.
1-11.1(12) Monumgnt Setting and Referencing (RC)
All property or lot corners, as defined in 1-11.1(5),established or
reestablished on a plat or other recorded survey shall be referenced by a permanent ••
marker at the corner point per 1-11.2(1). In situations where such markers are impractical
or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be
set. In most cases,this will be the extension of the lot line to a tack in lead in the curb.
The relationship between the witness monuments and their respective corners shall be
shown or described on the face of the plat or survey of record,e.g., "Tacks in lead on the
extension of the lot side lines have been set in the curbs on the extension of said line with
the curb." In all other cases the corner shall meet the requirements of section 1-11.2(1)
herein.
All non corner monuments, as defined in 1-11.1(5),shall meet the
requirements of section 1-11.2(2) herein. If the monument falls with in a paved portion
of a right of way or other area, the monument shall be set below the ground surface and
-51 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
` contained within a lidded case kept separate from the monument and flush with the
pavement surface, per section 1-11.2(3).
In the case of right of way centerline monuments all points of curvature (PC),
points of tangency (PT), street intersections, center points of cul de sacs shall be set. If
the point of intersection, PI, for the tangents of a curve fall within the paved portion of the
right of way, a monument can be set at the PI instead of the PC and PT of the curve.
For all non corner monuments set while under contract to the City of Renton
or as part of a City of Renton approved subdivision of property, a City of Renton
.. Monument Card (furnished by the city) identifying the monument; point of intersection
(PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat
monument, street intersection,etc.,complete with a description of the monument, a
•• minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation
shall be filled out and filed with the city.
1-11.2 Materials
1-11.2(1) Property/Lot Corners (RC)
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch
diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and
permanently marked or tagged with the surveyor's identification number. The specific
nature of the marker used can be determined by the surveyor at the time of installation.
.. 1-11.2(2) Monuments (RC)
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of
Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's
identification number.
1-11.2(3) Monument Case and Cover(RC)
Materials shall meet the requirements of section 9-22 and City of Renton Standard
Plans page H031.
4W
-52-
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
.r
DIVISION 2
EARTHWORK
2-01 CLEARING GRUBBING AND ROADSIDE CLEANUP
SECTION 2-01.1 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
2-01.1 Description �.
Clearing and grubbing shall be as shown on the plans or as directed by the
Engineer.
This item shall include, but not be limited to, the removal of all trees, brush,
debris and other such material as shown in the plans or as directed by the engineer, and as
described in Section 2-01 of the Standard Specifications, which must be removed in order ..
to construct the new facilities as shown on the plans.
The Contractor shall not disturb or damage existing plant material designated for
preservation and shall contact the Engineer if there is any conflict between the Plans and
field conditions. All costs of protecting from damage those plants designated to be saved
shall be incidental to construction and included in the various unit bid items.
The Contractor shall remove all plants and/or sod within the area to be cleared
that are to designated for preservation. Prior to cleaning operations, the Contractor shall
flag all trees over 15 feet high or six-inch caliper or greater (measured six inches above
ground line) that are to be removed. The Contractor shall notify engineer after flagging is
completed and arrange a meeting prior to the removal of any existing trees on the project.
At this meeting the contractor and engineer shall inspect those trees designated for
removal and make any necessary changes.
If the Contractor removes or damages any existing plant or plants not designated
for removal because of any act, omission, neglect, or misconduct in the execution of the ..
work, such plant(s) shall be restored or replaced by the Contractor to a condition similar
or equal to that existing before such damage or removal.
All replacements shall be inspected and approved prior to planting. Planting
procedures will be subject to approval. All replacements shall be guaranteed to survive in
a healthy condition.
The Contractor shall be responsible for the protection of tops,trunks, and roots of ..
existing trees that are to remain on the project site. Existing trees subject to construction
damage shall be boxed,fenced, or otherwise protected before any work is started. Do not
permit heavy equipment or stockpiles within branch canopy. Remove interfering
branches without injury to trunks.
Grading Around Trees: Where excavation, or filling within the branch spread of
trees that are to remain, the work shall be performed as follows:
1. Trenching: When trenching occurs around trees to remain, the tree roots hall
not be cut,but the trench shall be tunneled under or around the roots by
careful hand digging and without injury to the roods.
•
-53-
.r V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
2. Raising Grades: When the existing grade at tree is below the new finished
grade, and fill not exceeding 16-inches is required, clean washed gravel
graded from one- to two- inch size shall be placed directly around the tree
trunk.
Trees marked for preservation that are buried in fills over 16-inches deep shall
have an open dry well of durable masonry(without mortar) situated at least
12-inches from the tree trunk. All wells are to be properly drained. Before
fills of over 16-inches are made upon the tree root areas, it is advisable to
spread at least a six-inch layer of broken stone or coarse gravel covered by
inverted sods to facilitate proper drainage and aeration.
3. Lowered Grades: Existing trees in areas where the new finished grade is to be
lowered, shall have regarding work done by hand to elevation as indicated
roots as required shall be cut cleanly three inches below finished grade and
cuts covered. Trees marked for preservation that are located more than six
inches above proposed grades shall stand on broad rounded mounds and be
graded smoothly into the lower level. Exposed or broken roots shall be cut
clean and covered with topsoil.
The disposal of all material shall be the responsibility of the Contractor. Any
salvageable material shall be the property of the Contractor.
SECTION 2-01.2(1)IS SUPPLEMENTED AS FOLLOWS:
2-01.2(1) Disposal Method No. 1 —Open Burning
Open burning will not be permitted on this project.
SECTION 2-01.2(2)IS SUPPLEMENTED AS FOLLOWS:
2-01.2(2) Disposal Method No. 2—Waste Site
No waste site has been provided for the disposal of excess material. The
Contractor shall make his own arrangements for obtaining waste sites. The contractor
shall provide the Engineer copies of all permits necessary for the disposal of surplus
materials before removing materials from the construction site. All costs shall be
aw incidental to the bid item(s).
SECTION 2-01.5 IS SUPPLEMENTED AS FOLLOWS:
Im
2-01.5 Payment
All costs associated with "Clearing and Grubbing"shall be considered
incidental to construction and included in the various unit bid items.
-54-
V. CONTRACT SPECIFICATIONS CITY OF RENTON •n
SPECIAL PROVISIONS
"Roadside Cleanup"shall be paid for by force account as provided in Section ,.
1-09.6. To provide a common proposal for all bidders, the Contracting Agency has
entered an amdunt in the proposal to become a part of the Contractors' total bid.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
SECTION 2-02.1 IS REVISED AND SUPPLEMENTED AS FOLLOWS: �.
2-02.1 Description
The work shall consist of the removal and disposal of various existing
improvements,such as structures, foundations, and other items necessary for the
accomplishment of the improvement.
The following items shall be removed and disposed of in accordance with the
requirements of Section 2-02:
Item Approximate Location (Station)
Conc. Retaining Wall 13+75 t. &Lt.)
Conc. Retaining Wall and Steel Handrail 1538 +97 to 1540+47 Lt.)
Block Retaining Wall 1540+10 to 1540+47
Building Foundation 10+46 to 12+71 (Lt.) ..
Concrete Pavement 10+16 to 10+46 t.)
Removal of existing asphalt pavement, concrete pavement, sidewalk, asphalt and •'
concrete curbs and gutters, and other structures within the roadway prism to be
reconstructed or widened shall be considered part of the quantity removed as excavation,
in accordance with Section 2-03 of these Special Provisions. The roadway prism shall
extend from back of sidewalk to back of sidewalk. In areas where there is no sidewalk,
the roadway prism shall extend from the edge of pavement to the edge of pavement.
Removal of block walls shall be to the extent shown on the plans and as directed
by the Engineer to construct the proposed improvements. Any wall drainage system
associated with the wall shall also be removed. Block wall removal shall not damage ..
items, buildings,fences-or landscaping designated to remain.
The Contractor shall remove the existing building foundation designated for
removal in the plans within the limits of right of way and easement or as designated by
the Engineer. This work includes any sawcutting necessary or required by the Engineer
during removal of the foundation. The remains of the foundation shall be removed in
their entirety from the site and disposed of by the Contractor in accordance with the ..
Standard Specifications and these Special Provisions. Hazardous materials have not been
identified at the foundation site. It shall be the Contractor's responsibility to confine the
presence of any hazardous materials present at the foundation site and the required means
for removal and disposal.
The Contractor shall backfill voids resulting from the removal operations by
placing and compacting structure excavation materials from adjacent project areas to the
lines and grades as staked by the County, utilizing Method B compaction. The cost of
-55-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
placing and compacting material for backfilling voids shall be included in the lump sum
cost for"Removal Of Structure And Obstruction". If the structure excavation material is
deemed unsuitable by the Engineer, gravel borrow shall be utilized and paid for as
described in Section 2-03.5.
Removal and disposal of pavement, including concrete slabs and reinforcement
within the project limits, but outside the limits of roadway excavation described
elsewhere in these Special Provisions, shall be included in the lump sum bid item
"Removal of Structure and Obstruction".
SECTION 2-02.3(3)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
In removing pavement, sidewalks, and curbs, the Contractor shall:
1. Haul broken-up pieces to an off-project site.
5. When an area where pavement has been removed is to be opened to traffic before
pavement patching has been completed, temporary mix asphalt concrete patch
.. shall be required. Temporary patching shall be placed to a minimum depth of 2
inches immediately after backfilling and compaction are complete, and before the
road is opened to traffic. MC cold or MC hot mix shall be used at the
discretion of the Engineer.
6. If asphalt pavement, curb, gutter and/or sidewalk lies within an excavation area,
its removal will be paid for as part of the quantity removed in excavation. Asphalt
pavement curb, gutter and/or sidewalk removal within an excavation area shall be
considered incidental to and included in the unit contract price for"Roadway
Excavation Including Haul".
7. The location of the sawcut line for asphalt and concrete shall be as shown on the
plans and approved by the Engineer prior to the cut being made.
SECTION 2-02.3(5)IS A NEW SECTION.
_ 2-02.3(5) Remove Existing Fence
Description
Where shown in the Plans or as directed by the Engineer, the Contractor shall
remove existing fences including line posts, corner posts, post anchors and gates. After
removal, any fence materials not designated by the Engineer for relocation or
reconstruction shall become the property of the Contractor. The material shall be
disposed of outside the project limits as specified in 2-02. Any;naterial disposed of by
the Contractor, which is necessary for the restoration of the fence, shall be replaced by the
Contractor at his or her expense.
Construction Requirements
The Contractor shall schedule existing fence removal and new fence construction
aw in such a manner as to minimize the duration that any property boundary is unprotected
by fencing.
-56-
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Care shall be taken in removing fence so as not to damage any portion, which has
been designated to remain. If the limit of fence removal is located between existing
posts, a new post shall be constructed at that limit, and the portion of the remaining fence
shall be connected to it. The connection and any portion of restored fence shall be
similar,so as to match the size and appearance that of the remaining fence. Concrete
foundations and posts shall be removed entirely.
This item of work includes removal of all gate and posts found within the limits of
fence removal not covered in other sections.
SECTION 2-02.3(6)IS A NEW SECTION
2-02.3(6) Removing Catch Basin ..
Where shown on the plans or as directed by the Engineer, the Contractor shall
completely remove existing catch basins, including connecting pipe, where applicable.
Damaged or broken pipe designated to remain shall be replaced by the Contractor at no
additional cost to the project. All debris shall become the property of the Contractor and
shall be removed form the project limits. ..
The Contractor shall backfill voids resulting from the removal operations by
placing and compacting Gravel Borrow including Haul to the lines and grades as staked
or directed by the Engineer,utilizing Method B compaction. Abandoned pipe shall be
plugged in accordance with Section 7-08.3(4), Plugging Existing Pipe.
The Contractor shall maintain existing drainage, where designated by the
Engineer,until the new drainage system is completely installed and functioning to the
satisfaction of the Engineer.
SECTION 2-02.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
2-02.4 Measurement
Removal of catch basins will be measured per each facility removed. Removal of
any related pipes, as shown in the Plans or as directed by the Engineer, will be included in
the unit price per each for"Removing Catch Basin". .
Measurement of fence removal shall be by the linear foot, along the original
ground line prior to fence removal.
r
SECTION 2-02.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
2-02.5 Payment
The lump sum unit price for"Removal of Structure and Obstruction" shall be
full pay for removal of items described in these Special Provisions.
The unit price per each for"Removing Catch Basin" shall be full pay for
performing the work as specified, including plugging pipes and removal of associated
pipes as noted on plans. The cost to remove connecting pipe as shown in the Plans or as
directed by the Engineer, and to replace broken or damaged pipe to remain shall be
considered incidental and included in the unit price for"Removing Catch Basin".
-57-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
All costs associated with sawcutting existing pavement, sidewalks and curb shall
be incidental to and included in the various unit bid items included in the Proposal.
r
The unit price per linear foot for"Removing Existing Fence" shall be full pay
for performing the work as specified, including the cost for removal of all gate, posts and
foundations found within the limits of fence removal not covered in other sections.
Pavement for curb, gutter and/or sidewalk removal and disposal, including
sawcut, shall be included as "Roadway Excavation Including Haul". The cost of disposal
for broken up pavement and sidewalk shall be considered incidental to and included in
.. the unit price for"Roadway Excavation Incl. Haul".
2-03 ROADWAY EXCAVATION AND EMBANKMENT
SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
2-03.3 Construction Requirements (RC)
Roadway excavation shall include the removal of all materials excavated from
within the limits shown on the plans. Suitable excavated material shall be used for
embankments, while surplus excavated material or unsuitable material shall be disposed
of by the Contractor.
.. Earthwork quantities and changes will be computed, either manually or by means
of electronic data processing equipment,by use of the average end area method. Any
changes to the proposed work as directed by the Engineer that would alter these quantities
shall be calculated by the Engineer and submitted to the Contractor for his review and
verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless
ordered by the Engineer, shall not be paid for. All work and material required to return
these areas to their original conditions, as directed by the Engineer, shall be provided by
the Contractor at his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with
the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin
during the placement and the compaction of the final layer. In cut sections, fine grading
shall begin within the final six (6) inches of cut. Final grading shall produce a surface
which is smooth and even, without abrupt changes in grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to
the cross sections, grades and elevations shown. Care shall be taken not to excavate
below the specified grades. The contractor shall maintain all excavations free from
detrimental quantities of leaves, brush, sticks,trash and other debris until final acceptance
of the Work.
Following removal of topsoil or excavation to grade and before placement of fills
.. or base course, the subgrade under the roadway shall be proofrolled to identify any soft or
loose areas which may warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the
subgrade free from standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills.
Care shall be taken to place excavated material at the optimum moisture content to
-58-
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
achieve the specified compaction. Any native material used for fill shall be free of
organics and debris and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from
becoming saturated with water. The measures may include sloping to drain, compacting
the native materials, and diverting runoff away from the materials. If the Contractor fails
to take such preventative measures, any costs or delay related to drying the materials shall
be at his own expense.
If the native materials become saturated, it shall be the responsibility of the
Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable
native soils are not available to complete construction of the roadway embankment,
Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 ..
shall apply as though a subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not
available to complete construction of the roadway embankment, Gravel Borrow meeting
the requirements of Section 9-03.14 of the Standard Specifications shall be used.
SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
2-03.4 Measurement
The Contracting Agency will use the following methods to measure work
performed unless specific exceptions in other sections provide otherwise:
1. At the discretion of the engineer, roadway excavation, borrow excavation,
and unsuitable foundation excavation - by the cubic yard (adjusted for
swell)may be measured by truck in the hauling vehicle at the point of
loading. The contractor shall provide truck tickets for each load removed.
Each ticket shall have the truck number, time and date, and be approved by
the engineer.
SECTION 2-03.5 IS REVISED AS FOLLOWS:
2-03.5 Payment
Payment will be made for the following bid item when it is included in the
proposal: "Roadway Excavation Incl. Haul",per cubic yard.
When the Engineer orders excavation below subgrade,the unit contract price for
roadway excavation including haul shall apply, unless the work and/or equipment to
perform the work differs materially from the excavation above subgrade, then payment
will be in accordance with Section 1-04.4.
The unit contract price per cubic yard for"Roadway Excavation Incl. Haul"shall
be full pay for excavating,loading,placing,hauling, or otherwise disposing of the
material.
The unit contract price per ton for"Gravel Borrow Incl. Haul' shall be full pay
for excavating, loading,hauling,placing, or otherwise disposing of the material. This
price includes pay for removing from the surface of a borrow site, disposing of, wasting,
or stockpiling any material not suitable for embankment.
-59-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
w SPECIAL PROVISIONS
The unit contract price per cubic yard for"Unsuitable Foundation Excavation
Incl. Haul"shall be full pay for excavating, loading, hauling, and disposing of the
material. The unit contract price per cubic yard shall include haul.
Payment for embankment compaction will not be made as a separate item. All
w costs for embankment compaction shall be included in other bid items involved.
2-04 HAUL
w
SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
2-04.5 Payment (RC)
All costs for the hauling of material to, from, or on the job site shall be considered
.. incidental to and included in the unit price of other units of work.
2-06 SUBGRADE PREPARATION
SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
w 2-06.5 Measurement and Payment (RC)
Subgrade preparation and maintenance including watering shall be considered as
incidental to the construction and all costs thereof shall be included in the appropriate
unit or lump sum contract bid prices.
2-09 STRUCTURE EXCAVATION
w
SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
•• 2-09.1 Description (RC)
This work also includes the excavation,haul, and disposal of all unsuitable
materials such as peat, muck, swampy or unsuitable materials including buried logs and
w
stumps.
2-09.3 Construction Requirements
w
SECTION 2-09.3(I)D IS REVISED AS FOLLOWS:
w 2-09.3(1)D Disposal of Excavated Material (RC)
All costs for disposing of excavated material within the project limits shall be
w
included in the unit contract price for structure excavation, Class A or B. If the contract
includes structure excavation, Class A or B, including haul, the unit contract price shall
include all costs for loading and hauling the material the full required distance, otherwise
all such disposal costs shall be considered incidental to the work.
w
-60-
w
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
2-09.4 Measurement (RC)
Gravel backfill
Gravel backfill except when used as bedding for culvert, storm sewer, sanitary
sewer, manholes, and catch basins, will be measured by the cubic yard in place
determined by the neat lines required by the Plans as measured in conformance with
section 1-09.
SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
2-09.5 Payment
Payment will be made for the following bid items when they are included in the
proposal:
"Structure Excavation Class B Incl. Haul", per cubic yard.
Payment for reconstruction of surfacing and paving within the limits of structure
excavation will be at the applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in
the plans, the unit contract price per cubic yard for"Structure Excavation Class B Incl.
Haul" will apply. But if the Contractor excavates deeper than the plans or Engineer
requires, the Contracting Agency will not pay for material removed from below the
required elevations. In this case, the Contractor, at no expense to the Contracting
Agency, shall replace such material with concrete or other material the Engineer
approves. The unit contract price per cubic yard for"Structure Excavation Class B Incl.
Haul" shall be full pay for all labor, materials, tools,equipment, and pumping.
"Shoring or Extra Excavation Class B", per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill,
compaction, and other work required when extra excavation is used in lieu of constructing
shoring. If select backfill material is required for backfilling within the limits of the
structure excavation,it shall also be required as backfill material for the extra excavation
at the Contractor's expense. Any excavation or backfill material being paid by unit price
shall be calculated by the Engineer only for the neat line measurement of the excavation
and shall not include the extra excavation beyond the neat line.
"Gravel Backfill (Kind) for(Type of Excavation)", per cubic yard.
r
-61 - �`
„. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
DIVISION 4
BASES
4-03 BALLAST AND CRUSHED SURFACING
SECTION 4-04.1 IS SUPPLEMENTED WITH THE FOLLOWING:
r
4-04.1 Description
Where shown in the plans or directed by the Engineer, the Contractor shall place,
smooth, and compact crushed surfacing top course or base course for temporary traffic
access to streets during construction, as a base for pavement patches, as a base for paved
roadway, paved driveway aprons, walkways, and similar uses.
The quantity shown in the proposal is an estimate for the purpose of establishing a
unit price only. Actual quantities will be measured as construction progresses. The
Engineer may require that some or all of the crushed surfacing be removed because of
contamination or to meet final grades. Removal shall be considered incidental to
"Crushed Surfacing Top Course” and "Crushed Surfacing Base Course".
SECTION 4-04.51S SUPPLEMENTED WITH THE FOLLOWING:
4-04.5 Payment
Payment shall be in accordance with Section 4-04.5 of the Standard Specifications
for"Crushed Surfacing Top Course" and "Crushed Surfacing Base Course" per ton.
NP
-62-
V. CONTRACT SPECIFICATIONS CITY OF RENTON �.
SPECIAL PROVISIONS
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT
SECTION 5-043(7)A IS SUPPLEMENTED WITH THE FOLLOWING:
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
1. Nonstatistical HMA Evaluation. The contractor shall submit a
certification that the mix design submitted meets the requirements of Sections 9-
03.8(2) and 9-03.8(6). The contractor must submit the mix design using DOT
Form 350-042 EF. Verification of the mix design by the Contracting Agency is
not needed. The Project Engineer will determine anti-strip requirements for the
HMA.
The mix design will be the initial job mix formula (JMF) for the class of
mix. Any additional adjustments to the JMF will require the approval of the
Project Engineer and may be made per Section 9-03.8(7).
ITEM I OF SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE
FOLLOWING:
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
1. General. Acceptance of HMA shall be as provided under nonstatistical or
commercial evaluation.
Commercial evaluation will be used for Commercial HMA and for other classes
of HMA in the following applications: sidewalks, road approaches, ditches,
slopes, paths, trails, gores and other nonstructural applications as approved by the
Engineer. Sampling and testing of HMA accepted by commercial evaluation will
be at the option of the Engineer. The proposal quantity of HMA that is accepted
by commercial evaluation will be excluded from the quantities used in the
determination of nonstatistical evaluation.
ITEM 3.E OF SECTION 5-04.3(8)A IS DELETED
SECTION 5-04.3(13)IS REVISED AS FOLLOWS:
5-04.3(13) Surface Smoothness
Section 5-04.3(13) is revised to read:
-63-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
The completed surface of the wearing course shall not vary more than 'A inch from the
lower edge of a 10-foot straight edge placed on the surface parallel to centerline.
SECTION 5-04.5 IS SUPPLEMENTED WITH THE FOLLOWING:
5-04.5 Payment
_ Payment for an asphalt berm around the catch basins where shown in the plans, shall be
included in the unit bid price for"HMA C 1 'h In. PG 64-22".
SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH THE FOLLOWING:
5-04.5(1)A Price Adjustments for Quality of HMA
Statistical analysis of quality of gradation and asphalt content will be performed
based on Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor"f'
All aggregate passing: 1 V2", 1",3/a",
'/z", 3/8" and No. 4 sieves 2
All aggregate passing No. 8, No 16,
No. 30, No. 50, No. 100 3
All aggregate passing No. 200 sieve 20
Asphalt binder 52
A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class
of HMA and for the asphalt binder.
_ 1. Nonstatistical Evaluation. Each lot of HMA produced under
Nonstatisical Evaluation and having all constituents falling within the
tolerance limits of the job mix formula shall be accepted at the unit
contract price with no further evaluation. When one or more constituents
fall outside the nonstatistical acceptance tolerance limits in Section 9-
03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to
determine the appropriate CPF. The nonstatistical tolerance limits will be
used in the calculation of the CPF and the maximum CPF shall be 1.00.
When less than three sublots exist, backup samples of the existing sublots
or samples from the street shall be tested to provide a minimum of three
sets of results for evaluation.
2. Commercial Evaluation. If sampled and tested, HMA produced under
Commercial Evaluation and having all constituents falling within the
tolerance limits of the job mix formula shall be accepted at the unit
contract proce with no further evaluation. When one or more constituents
fall outside the commercial acceptance tolerance limits in Section 9-
03.8(7), the lot shall be evaluated to determine the appropriate CPF. The
-64-
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
commercial tolerance limits will be used in the calculation of the CPF and
the maximum CPF shall be 1.00. When less than three sublots exist,
backup samples of the existing sublots or samples from the street shall be
tested to provide a minimum of three sets of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation
when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be
determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied
by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the .
product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price
per ton of the mix.
If a constituent is not measured in accordance with these Specifications, its
individual pay factor will be considered 1.00 in calculating the composite pay factor.
SECTION 5-04.5(I)B IS DELETED AND REPLACED WITH THE FOLLOWING:
5-04.5(1)B Price Adjustments for Quality of HMA Compaction
r
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a
Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF
equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent.
The Compaction Compliance Price Adjustment will be calculated as the product
of the NCFF, the quantity of HMA in the lot in tons and the unit contract price
per ton of the mix. ,.
i
-65-
r V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
.. DIVISION 6
STRUCTURES
•. 6-10 CONCRETE BARRIER
SECTION 6-10.3(2)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
6-10.3(2) Cast-In-Place Concrete Barrier
SECTION 6-10.3(2)IS SUPPLEMENTED WITH AS FOLLOWS:
Concrete Barrier Type A shall be constructed in accordance with the requirements
for cast-in-place concrete barrier, and shall be cured and finished in accordance with
Sections 6-02.3(11)A and 6-02.3(14) respectively.
Concrete Barrier Type A shall consist of a reaction slab, the top surface of which
'" is the sidewalk, and vertical barrier wall. Only the reinforcing shall be placed for the
barrier. The concrete for the barrier is not included.
SECTION 6-10.415 REVISED AND SUPPLEMENTED AS FOLLOWS:
6-10.4 Measurement
Concrete Barrier Type A will be measured by the linear foot along the completed
line and slope.
SECTION 6-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
6-10.5 Payment
r
The unit contract price per linear foot for"Concrete Barrier Type A"shall be
full pay for performing the work as specified including structural sidewalk.
Signal standard mounting and anchorage systems integrated with the sidewalk
reaction slab shall be included in the unit contract price per linear foot for"Concrete
Barrier Type A".
-66-
i
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
DIVISION 7
DRAINAGE STRUCTURES,STORM SEWERS, SANITARY SEWERS, WATER
MAINS,AND CONDUITS
7-01 DRAINS
SECTION 7-01.2 IS REVISED AS FOLLOWS: ..
7-01.2 Materials (RC)
Drain pipes may be concrete, zinc coated (galvanized)corrugated iron with
Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt
Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated
aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option
of the Contractor unless the Plans specify the type to be used.
SECTION 7-01.3 IS REVISED AS FOLLOWS:
7-01.3 Construction Requirements (RC)
PVC drain pipe shall be jointed with a bell and spigot joint using a flexible
elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or
ABS drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as
recommended by the manufacturer of the tubing.
PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as
described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the
option of the Contractor unless otherwise specified in the Plans. The bell shall be laid
upstream. PE or ABS drainage tubing underdrain pipe shall be jointed with snap-on, ..
screw-on, or wraparound coupling bands, as recommended by the manufacturer of the
tubing.
SECTION 7-01.5 IS SUPPLEMENTED AS FOLLOWS:
Payment will be made in accordance with Section 1-04.1 for the following bid ..
items included in the proposal:
"Underdrain Pipe 6 In. Diam."per linear foot.
"Gravel Backfill for Drain"per cubic yard.
7-04 STORM SEWERS
SECTION 7-04.1 IS REVISED AS FOLLOWS:
7-04.1 Description
Ductile iron pipe Standard Thickness Class 50 shall be used for gravity storm
sewer pipe where shown in the plans.
-67-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 7-04.2 IS REVISED AS FOLLOWS:
7-04.2 Materials
Where shown on the Plans or where directed by the Engineer, ductile iron storm sewer
pipe shall be Standard Thickness Class 50. Materials and methods of construction shall
.�. comply with the following standards:
1. American Water Works Association (AWWA)
2. American Society for Testing and materials (ASTM)
3. WSDOT Standard Specifications—9-30 "Water Distribution
Materials"
Ductile iron pipe shall have a cement-motor lining meeting the requirements of
AWWA C104.
Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA
C151.
Where steel or aluminum are referred to in this Section in regard to a kind of
storm sewer pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt
Treatment I Coated corrugated iron or steel and aluminum is corrugated aluminum alloy
as specified in Sections 9-05.4 and 9-05.5.
Unless otherwise shown on the Plans or where directed by the Engineer, storm
sewer pipe shall be high density polyethylene (HDPE)pipe. All pipe sizes as shown on
the Plans and specified herein are in reference to minimum inside diameters. The pipe
shall be made form polyethylene resin compound qualified as Type III, Category 5, Class
aw C, Grade P34 in ASTM D 1248. This material shall have a long-term hydrostatic strength
of 1600 psi when tested and analyzed by ASTM D2837.
The raw material shall contain a minimum of 2 percent carbon black, well
•. dispersed. Additives which can be conclusively proven not to be detrimental to the pipe
may also be used, provided the pipe produced meets the requirements of this standard.
The pipe shall contain no recycled compound except that generated in the
manufacturer's own plan from resin of the same specification from the same raw material
supplier. Resin shall be compounded and not blended in the plant.
The cell construction shall exceed the requirements of PE 345434C, manufactured
from PE 3408 resin in accordance with ASTM D3350/F714-81.
The polyethylene pipe shall be homogeneous throughout and free of visible
cracks, holes, foreign inclusions, or other injurious defects. Any pipe with nicks, scrapes,
" or gouges deeper than 5 percent of the nominal wall thickness shall be rejected. The pipe
shall be uniform in color, opacity, density, and other physical properties.
Pipe shall have a working pressure exceeding 51 psi at 73.4°F and SDR 32.5. It
shall also meet the following specifications:
aw
..
-68-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
PROPERTY SPECIFICATION UNITS EXTRUDED
PIPE
Material Designation PPUASTM --------------------- PE3408
Material Classification ASTM D — 1248 --------------------- III C 5 P34
Cell Classification ASTM D — 3350 --------------------- 345434C
Density (3) ASTM D — 1505 m/cm3 0.955
Melt Flow (4) ASTM D — 1238 m/10 min. <0.14 @ 2.16k
Flex Modulus (5) ASTM D —790 psi 135,000
Tensile Str. (4) ASTM D — 638 psi 3200
ESCR (3) ASTM D — 1693 Fo, firs Fo > 5000
HDB @ 73° F (4) ASTM D — 2837 psi 1600
U-V Stabilizer (C) ASTM D — 1603 % C 2.5
Hardness ASTM D —2240 Shore "D" 64
Compressive Strength ASTM D —695 psi 1600
(Yield)
Tensile Strength @ yield ASTM D —638 psi 3200
(Type IV Spec.) (2"/MIN)
Elongation @ Yield ASTM D — 638 %, Min 8
Tensile Strength @ Break ASTM D —638 psi 5000
(Type IV Spec.)
Elongation @ Break ASTM D—638 %, Min 750
Modulus of Elasticity ASTM D - 638 psi 130,000
ESCR:
(Cond A, B, C: Mold. Slab) ASTM D — 1693 Fo, firs Fo> 5000
Compressed Ring (Pipe) ASTM D — 1248 F5o, hrs F50> 1000
Slow Crack Growth Battelle Method Days to Failure Fo > 32
Impact Strength (IZOD) ASTM D —256 in-lb/in 42
(.125" THK) (Method A) Notch
Fatigue Endurance Battelle Rotary Cycles @ Fo > 2,000
+/- 1600
psi @
9rpm
Linear Thermal Expansion ASTM D-696 in/in/° F 1.2 x 10-4
Thermal Conductivity ASTM C - 177 BTU —in 2.7
/Ft2/hrs/
OF
Brittleness Temp. ASTM D —746 OF <-180° F
Vicat Soft. Temp. ASTM D — 1525 ° F +257
Heat Fusion Cond. --------------------- psi@0 F 75 @ 400° F
NSF Listing Standard #14 --------------------- "Listed"
-69-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Compliance with the requirements of these specifications shall be certified in
writing by the pipe manufacturer.
Joints: Unless otherwise shown on the Plans, the PE pipe shall be joined by the
method of thermal butt-fusion, as outlined in ASTM D2657, Heat Joining Polyolefin Pipe
and Fittings. Butt-fusion joining of pipe and fittings shall be performed in accordance
with the procedures recommended by the manufacturer.
" Thermal butt-fusion of the pipe shall be performed by an experienced technician,
certified by the pipe manufacturer in the jointing of high-density polyethylene pipe in
accordance with Title 49 CFR 192.285. The pipe manufacturer or his authorized
.. representative shall submit descriptive information about the fusion equipment to be used
and the qualifications of the jointing technician. Written certification of the individual
.. welders shall be required prior to the performance of any welding.
A minimum of two test joints shall be fused and cut from each pipe size and each
SDR prior to beginning joining the pipe system. The test joints shall be visually
examined in accordance with Title 49 CFR 192.285. The Engineer reserves the right to
request that no more than 10 additional samples be cut from the pipe during the jointing
process at no additional cost to the owner, to document the integrity of the fusion process.
.. Fittings: The standard HDPE fittings shall be standard commercial products
manufactured by injection molding or by extrusion and machining, or, shall be fabricated
from PE pipe conforming to this Specification. The fittings shall be fully pressure rated
by the manufacturer to provide a working pressure equal to the pipe for 50 years service
at 73.4° F with an included 2:1 safety factor. The fittings shall be manufactured from the
same resin as the pipe itself. The manufacture of the fittings shall be in accordance with
good commercial practice to provide fittings homogenous throughout and free from
cracks, holes, foreign inclusions, voids, or other injurious defects. The fitting shall be as
uniform as commercially practicable in color, opacity, density, and other physical
properties. The minimum "quick-burst" strength of the fittings shall not be less than that
of the pipe with which the fittings is to be used.
4M
SECTION 7-04.3(1)B IS SUPPLEMENTED AS FOLLOWS:
7-04.3(1)B Exfiltration Test—Storm Sewers
For HDPE pipe, section 7-04.3(1)B is revised as follows:
The first sentence is deleted.
SECTION 7-04.3(l)G IS A NETV SECTION
7-04.3(1)G Pipe Markings
UW For HDPE pipe, section 7-04.3(1)A is revised as follows:
The following information shall be continuously marked on the pipe or
spaced at intervals not exceeding 5 feet:
-70-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
1) Name and/or trademark of the pipe manufacturer.
2) Nominal pipe size.
3) Standard Dimensional Ratio (SDR). �.
4) PE 3408
5) Manufacturing Standard Reference.
6) A production code from which the date and place of manufacture
can be determined.
SECTION 7-04.3(1)H IS A NEW SECTION
7-04.3(1)H Pipeline Requirements (for aquifer protection areas): ..
Aquifer protection area requirements shall be in accordance with these Special
Provisions and applicable City of Renton Standards and Code requirements specified
herein.
A. Pipeline Requirements—Zone 1: (Maple Valley Highway(SR 169) —
Vicinity of I-405)
i. All new and existing pipelines in Zone 1 shall be constructed or
repaired in accordance with material specifications contained in
subsection S of this Section, Pipeline Material. All existing ..
product pipelines in Zone 1 shall be repaired and maintained in
accordance with best management practices and best available
technology. �.
ii. All new pipelines constructed in Zone 1 shall be tested for leakage.
in conformance with the following provisions prior to being placed
into service.
(1) Pipeline leakage testing shall be conducted in accordance
with best available technology, to the satisfaction of the
Department.
(2) Pipeline leakage testing methods shall be submitted to the
Department for review prior to testing and shall include: a
detailed description of the testing methods and technical
assumptions; accuracy and precision of the test; proposed
testing durations, pressures, and lengths of pipeline to be
tested; and scale drawings of the pipeline(s) to be tested.
(3) Upon completion of testing,pipeline leakage testing results
shall be submitted to the Department and shall include: i
record of testing durations, pressures, and lengths of pipeline
tested; and weather conditions at the time of testing.
(4) Routine leakage testing of new pipelines constructed in Zone •
1 may be required by the Department.
iii. If the Department has reason to believe that the operation or
proposed operation of an existing pipeline in Zone 1 of an APA •"
may degrade ground water quality, the Department may require
-71 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
•. leakage testing of the existing pipeline in accordance with
subsection A(ii) of the Section; and installation, sampling, and
sample analysis of monitoring wells. Routine leakage testing of
existing pipelines in Zone 1 may be required by the Department.
Criteria for this determination is specified under subsection
D2b(ii), Potential to Degrade Groundwater— Zone 2, Criteria.
" iv. Should pipeline leakage testing reveal any leakage at any level then
the Department shall require immediate repairs to the pipeline to
the satisfaction of the Department such that no infiltration of water
into the pipeline or exfiltration of substances conveyed in the
pipeline shall occur. Any repairs which are made shall be tested
for leakage pursuant to subsection A(ii) of this Section.
r
..
-72-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
B. Pipeline Material:
1. PIPELINE MATERIAL REQUIREMENT
Pipe Diameter in Inches
Pipe Material <4 4-8 10-12 14-20 24-30 36-54 Suggested Considerations
Material Spec (See subsection
S2
Ductile Iron,Rubber Gaskets AWWA C151,
Cement Mortar-Lined 1,2 1,2 1,2 1,2 1,2 C104 abcdnopr
Polyethylene Lined 1,2 1,2 1,2 1,2 1,2 AWWA C151 abcdnopr
Ductile Iron,Nitrile Gaskets
Cement Mortar-Lined 1,2 1,2 1,2 1,2 1,2 AWWA C151 bcdinopr
Polyethylene-Lined 1,2,3 1,2,3 1,2,3 1,2,3 1,2,3 C104 bcdeinopr
AWWA C151
PVC,Rubber Gasket Joints
CL 150 or 200 1,2 1,2 1,2 AWWA C900 abjlnoprt
SDR 35 1 1 ASTM D3034
PVC,Nitrile Gasket Joints 1,2,3 1,2,3 AWWA C900 bijlnoprt
CL 150 or 200
PVC,Solvent Welded Joints ASTM D1784 hjklnoprt
Sch 80 2,3 1,2,3 1,2,3 D1785
AWWA C200.
Welded Steel,Rubber 1,2 1,2 C205 i
Gaskets 1,2 1,2 AWWA C200 abfghnopr
Cement Mortar-Lined 1,2 1,2 1,2 C210 abfghnopr
Dielectric-Lined 1,2 1,2 1,2 1,2 1,2 i
Welded Steel,Welded Joints 1,2,3 1,2,3 AWWA C200, fghnopr
Cement Mortar-Lined C205 fghnopr
Dielectric-Lined AWWA C200,
C210
High Density Polyethylene ASTM D1248
Pipe 1,2 1,2 1,2 1,2 1,2 1 and D3350 hkpqu
Corrugated High Density ASTM D1248 I
Polyethylene Pipe-Smooth 1 1 1 1 1 1 and AASHTO kpqsu
Interior
Slip Form Liner e 4,5 4,5 4,5 4,5 4,5 ASTM D638 mnopqr
PIPELINE SERVICE
1.Storm Sewer
2.Sanitary Sewer and Side
Sewer
3.Leachate Pipeline
4. Rehab Existing Storm
Sewer
5.Rehab Existing Sanitary
Sewer
-73-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
2.CONSIDERATIONS ON SELECTION OF PIPE MATERIALS
The Utility maintains a list of materials meeting performance standards. Other materials meeting similar performance
standards or developed as the result of new technology may be approved by the Utility.
a.Rubber gaskets may be severely damaged by petroleum products,particularly in prolonged exposures to concentrated
flows containing little or no storm water or sanitary sewage. In cases where heavy concentrations of petroleum products
may be experience, nitrile Nitrile-Butadiene;i.e.,NBR gaskets should be used.
b.Gasketed joints may not be leak-proof at zero or low pressures,if improperly installed.
c.Mechanical joints may be less likely to leak at low pressures than push-on joints.
d.May need protective coatings and/or cathodic protection against external corrosion.
e.Considered most reliable gasket and lining material for ductile iron leachate pipeline.
f.Very difficult to repair linings on inside of joints in pipe smaller than 24-inch diameter.
g.Almost always needs protective coatings and cathodic protection against external corrosion.
h. Properly made joints are considered leak-proof.
i.Nitrile gaskets may require long delivery time.
j.Requires special attention to bedding and backfill depth to avoid structural failure of pipe.
k.Large thermal expansion coefficient. May need to limit solvent welded joints to 4-inch and smaller pipe. May require
careful evaluation of pipe installation temperature and temperature of piped liquids to ensure joint integrity.
1.Pipe not available over 12-inch diameter.
m.Slip form lining is available in 6-inch diameter for almost any pressure,if sufficient pipe cross-sectional area is available.
'* n.Pressure grouts and gels are not acceptable for rehabilitation or patching of storm and sanitary_sewers.
o. Suitability of pipe lining gasket material to resist chemical attack by conveyed fluids must be determined for each pipeline
service considered.
,,. p.All storm and sanitary sewer manholes,catch basins,and inlets should be equipped with precast concrete bottom and
sidewalls with rubber gasketed joints between sections,water-tight epoxy grout or other approved pipe entrances through
walls,and approved waterproof coating of all interior floor and wall surfaces.Manholes,catch basins,and inlets should
have no leakage when hydrostatically tested at atmospheric pressure.
.Has good resistance to a number of chemicals,petroleum products,and hydrogen sulfide corrosion.
r. "Zero leakage"test requirement may be impossible to achieve under the best conditions for any pipe materials because
trapped air may distort test results,even in a drop-tight pipe.Pressure and leakage test requirements should consider
.. whether the pipe has steel slope or will stand full of liquid.Pipelines should be tested with the intent to prevent or
minimize leakage.Air testing should not be allowed;hydrostatic testing should be as stringent as any found in the
industry.
Pipe materials,without regard for chemical attack,corrosion,or puncture,are generally ranked as follows,in decreasing
.�. order of liquid-tight reliability:
Welded steel with welded joints
PVC with solvent welded joints s
r slip form liner
ductile iron with viton or rubber gaskets
welded steel with rubber gasketed joints
PVC with viton or rubber gasketed joints
s.Joints should consist of"heat shrink"wrap,standard corrugated coupling,and full pipe band clamps.
t.The use of PVC may be restricted by other Utility policy in regards to depth of pipe cover.
u.HDPE may be adversely affected by solvents;its use is not recommended where contact with solvents may occur.
C. Administration and Interpretation:
1. General Provisions—All Critical Areas:
a. Duties of Administrator: The Planning/Building/Public Works
Administrator(the Department Administrator) or his/her duly
.. authorized representative, shall have the power and authority to enforce
the provisions of this Section. For such purposes, he/she shall have the
power of a law enforcement officer.
-74-
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
b. Interpretation: The Department Administrator shall have the power to
render interpretations of this Section and to adopt and enforce rules and
regulations supplemental to this Section as he/she may deem necessary
in order to clarify the application of the provisions of this Code. Such
interpretations, rules and regulations shall be in conformity with the
intent and purpose of this Section.
c. Compliance: Unless specifically exempted by this Section, the City
shall not grant any approval or permit any regulated activity in a critical
area or associated buffer prior to fulfilling the requirements of this
Section.
d. Reviewing Official: Where ever referenced in this Section, Reviewing
Official refers to the decision making official or body authorized to ..
grant permit approval for an activity.
2. Aquifer Protection:
a. Inspection Authorized: The DepartmSnt Administrator and his/her ••
designee shall have the right to conduct inspections of facilities at all
reasonable times to determine compliance with this Section.
i. Annual Inspections: All permitted facilities in an APA will be
subject to a minimum of one inspection per year by a
Department inspector designee.
ii. Monthly Inspections: All permitted facilities in Zone 1 of the
aquifer protection area will be subject to monthly inspections to
determine compliance with the provisions of the Section.
SECTION 7-04.4 IS REVISED AS FOLLOWS:
7-04.4 Measurement (RC)
The length of storm sewer pipe including ductile iron pipe will be the number of
linear feet of completed installation measured along the invert and will include the length
through elbows, tees, and fittings. The number of linear feet will be measured from the
center of manhole or from the center of catch basin to center of catch basins and similar ..
type structures.
Gravel backfill outside the pipe zone shall be measured per Section 7-01.4.
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS FOLLOWS:
7-04.5 Payment +
"HDPE Storm Sewer Pipe 12 In. Diam." and "Ductile Iron Pipe 12 In. Diam."
per linear foot.
The unit contract price per linear foot for storm sewer pipe of the kind and size
specified shall be full pay for all work to complete the installation, including trench
excavation, and adjustment of inverts to manholes. When no bid item "gravel backfill for
pipe bedding" is included in the Schedule of Prices, pipe bedding, as shown in the
standard plans, shall be considered incidental to the pipe and no additional payment shall
-75-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
aw SPECIAL PROVISIONS
be made. All costs associated with backfilling outside the pipe zone shall be included in
the unit bid price for"Gravel Backfill for Drain".
Testing of storm sewer pipe, if required by the Engineer, shall be considered
incidental to and included in the unit contract prices for other items.
7-05 MANHOLES, INLETS, AND CATCH BASINS
SECTION 7-05.31S SUPPLEMENTED WITH THE FOLLOWING:
7-05.3 Construction Requirements
+� All storm and sanitary sewer manholes, catch basins, and inlets should be
equipped with precast concrete bottom and sidewalls with rubber gasketed joints between
sections, water-tight epoxy grout or other approved pipe entrances through walls, and
approved waterproof coating of all interior floor and wall surfaces. Manholes, catch
basins, and inlets should gave no leakage when hydrostatically tested at atmospheric
pressure.
SECTION 7-05.3(1)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
�► 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC)
The existing cast iron ring and cover on manholes and the catch basin frame and
grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation.
From that point, the existing structure shall be raised or lowered to the required elevation.
In unpaved streets: Manholes, catch basins and similar structures in areas to be
surfaced with crushed rock or gravel shall be constructed to a point approximately eight
inches below the subgrade and covered with a temporary wood cover. Existing manholes
shall be cut off and covered in a similar manner. The contractor shall carefully reference
•. each manhole so that they may be easily found upon completion of the street work. After
placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be
constructed to the finished grade of the roadway surface. Excavation necessary for
bringing manholes to grade shall center about the manhole and be held to the minimum
area necessary. At the completion of the manhole adjustment,the void around the
manhole shall be backfilled with materials which result in the section required on the
typical roadway section, and be thoroughly compacted.
In cement concrete pavement: Manholes,catch basins and similar structures shall
be constructed and adjusted in the same manner as outlined above except that the final
adjustment shall be made and cast iron frame be set after forms have been placed and
checked. In placing the concrete pavement, extreme care shall be taken not to alter the
position of the casting in any way.
In asphalt concrete pavement: Manholes shall not be adjusted until the pavement
is completed, at which time the center of each manhole shall be carefully relocated from
,. references previously established by the contractor. The pavement shall be cut in a
restricted area and base material be removed to permit removal of the cover. The
"" -76-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
manhole shall then be brought to proper grade utilizing the same methods of construction
as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and
wedged up to top desired grade. The asphalt concrete pavement shall be cut and removed
to a neat circle, the diameter of which shall be equal to the outside diameter of the cast
iron frame plus two feet. The base materials and crushed rock shall be removed and
Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire
volume of the excavation is replaced up to within but not to exceed 2 inches of the
finished pavement surface. On the day following placement of the concrete, the edge of
the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot
asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand
tampers and a patching roller. The complete patch shall match the existing paved surface
for texture, density, and uniformity of grade. The joint between the patch and the existing
pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and ..
shall be immediately covered with dry paving sand before the asphalt cement solidifies.
The inside throat of the manhole shall be thoroughly mortared and plastered.
Adjustment of inlets: The final alignment and grade of cast iron frames for new
and old inlets to be adjusted to grade will be established from the forms or adjacent
pavement surfaces. The final adjustment of the top of the inlet will be performed in
similar manner to the above for manholes. On asphalt concrete paving projects using curb
and gutter section, that portion of the cast iron frame not embedded in the gutter section
shall be solidly embedded in concrete also. The concrete shall extend a minimum of six
inches beyond the edge of the casting and shall be left 2 inches below the top of the frame
so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The
existing concrete pavement and edge of the casting shall be painted with hot asphalt
cement. Adjustments in the inlet structure shall be constructed in the same manner and of `+
the same material as that required for new inlets. The inside of the inlets shall be
mortared and plastered.
Monuments and cast iron frame and cover: Monuments and monument castings
shall be adjusted to grade in the same manner as for manholes.
Valve box castings: Adjustments of valve box castings shall be made in the same
manner as for manholes.
SECTION 7-05.3(2)IS REVISED AS FOLLOWS:
7-05.3(2) Abandon Existing Manholes (RC)
Where it is required that an existing manhole be abandoned, the structure shall be
broken down to a depth of at least 4 feet below the revised surface elevation, all
connections plugged,the manhole base shall be fractured to prevent standing water, and
the manhole filled with sand and compacted to 90 percent density as specified in ..
Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may
be mixed with the sand subject to the approval of the Engineer. The ring and cover shall
be salvaged and all other surplus material disposed of.
i
-77-
r V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 7-05.3(3)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-05.3(3) Connections to Existing Manholes (RC)
Where Shown on the plans, new drain pipes shall be connected to existing line,
catch basin, curb inlets and/or manholes. The contractor shall be required to core drill
into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike
manner. Where directed by the engineer or where shown on the plans, additional
structure channeling will be required.
A "connection to existing" item will be allowed at any connection of a new line to
an existing structure, or the connection of a new structure to a existing line. No
"connection to existing" will be accepted at the location of new installation, relocation
and adjustment of line manholes,catch basins or curb inlets.
.. Any damage to existing pipe or structure that is to remain in place resulting from
the Contractor's operations shall be repaired or replaced at his own expense.
The unit bid price per each shall be full compensation for all labor, materials and
,,. equipment required.
SECTION 7-05.4 IS REVISED AS FOLLOWS:
.. 7-05.4 Measurement(RC)
Manholes will be measured per each. Measurement of manhole heights for
payment purposes will be the distance from finished rim elevation to the invert of the
lowest outlet pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall
be considered incidental to the unit contract price of the new item and no further
'W compensation shall be made.
Adjustment of existing structures and miscellaneous items such as valve boxes
ow shall be measured by "Adjust Existing_," per each which shall be full pay for all
labor and materials including all concrete for the completed adjustment in accordance
with Section 7-05.3(1) and the City of Renton Standard Details.
Connection to existing pipes and structures shall be measured per each.
SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
7-05.5 Payment .
The unit contract price per each for "Adjust Existing Manhole"and "Adjust
Existing Catch Basin"shall be full pay for all costs necessary to make the adjustment
including restoration of adjacent areas in a manner acceptable to the Engineer.
The unit contract price per each for"Catch Basin Type 1" shall be full
compensation for furnishing all labor, materials, tools, and equipment necessary to
complete each unit according to the Plans and Specifications, including the catch basin,
structure excavation Cl. B, dewatering, backfill, bedding, removal and disposal of
.w existing catch basins, as well as furnishing and placing of all accessories, such as cast iron
rings, cover, trap, steps, grating, and other items.
The unit contract price per each for"Connection to Drainage Structure" shall
be full compensation to connect new drainage structures to existing pipes. The unit
contract price shall include all costs or expenses necessary to furnish and install resilient
-78-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
connectors, rigid sleeves, and tees as required, work shall also include restoration of
adjacent areas, in a manner acceptable to the Engineer.
All costs or expenses necessary to furnish and install a new frame and locking
solid cover shall be included in the unit cost of the associated structure including any ..
adjustments and restoration of adjacent areas, in a manner acceptable to the Engineer.
Existing grates shall be the responsibility of the Contractor.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
SECTION 7-08.3(l)C IS SUPPLEMENTED BY ADDING THE FOLLOWING:
i
7-08.3(1)C Bedding the Pipe (RC)(SA)
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel
consistent with section 9-03.12(3). It shall be placed to a depth of 6" over and 6" under
the exterior walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be
required. Hand compaction shall be accomplished by using a suitable tamping tool to
firmly tamp bedding material under the haunches of the pipe. Care shall be taken to
avoid displacement of the pipe during the compaction effort.
Pipe bedding shall be considered incidental to the pipe and no further
compensation shall be made.
SECTION 7-08.3 IS SUPPLEMENTED AS FOLLOWS:
7-08.3(2) Laying Pipe
With respect to HDPE pipe, Section 7-08.3(2)is supplemented with the following:
Pipe shall be laid in accordance with the manufacture's recommendations.
At locations where pipe cover to subgrade is less than two (2) feet,the pipe trench
shall be backfilled with crushed surfacing top course. The Contractor shall be responsible
to adequately anchor the_.pipe to prevent it from floating during backfilling and
compaction.
Pipe shall be connected to catch basins and inlets using manhole adaptor gaskets
as shown in the Plans.
SECTION 7-08.3(2)A IS REVISED AS FOLLOWS:
7-08.3(2)A Survey Line and Grade ..
Survey line and grade control shall be provided in accordance with Sections I- ,r
05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by
means of a laser beam using 50 foot minimum intervals for grade staking. Any other ..
procedure shall have the written approval of the Engineer.
-79-
am V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
g
SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-08.3(2)B Pipe Laying—General (RC)
Checking of the invert elevation of the pipe may be made by calculations from
measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which
indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a
larger size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless
otherwise approved by the Engineer.
All pipe, fittings,etc. shall be carefully handled and protected against damage,
r
impact shocks, and free fall. All pipe handling equipment shall be acceptable to the
ENGINEER. Pipe shall not be placed directly on rough ground but shall be supported in
a manner which will protect the pipe against injury whenever stored at the trench site or
elsewhere. No pipe shall be installed where the lining or coating show defects that may
be harmful as determined by the ENGINEER. Such damaged lining or coating shall be
repaired, or a new undamaged pipe shall be furnished and installed.
,. The CONTRACTOR shall inspect each pipe and fitting prior to installation to
insure that there are not damaged portions of the pipe. Any defective, damaged or
unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed
from the interior of the pipe before lowering into position in the trench. Pipe shall be
kept clean during and after laying. All openings in the pipe line shall be closed with
water tight expandable type sewer plugs at the end of each day's operation or whenever
the pipe openings are left unattended. The use of burlap, wood, or other similar
temporary plugs will not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other
causes, the ENGINEER may change the alignment and/or the grades. Except for short
runs which may be permitted by the ENGINEER, pipes shall be laid uphill on grades
exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in
place until sufficient support is furnished by the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in
alignment and at uniform grade between changes in grade. For concrete pipes with
+ elliptical reinforcement;-the pipe shall be placed with the minor axis of the reinforcement
in a vertical position.
Immediately after the pipe joints has been made, proper gasket placement shall be
checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket
placement.
SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS:
7-08.3(2)E Rubber Gasketed Joints(RC)
In laying pipe with rubber gaskets, the pipe shall be handled carefully to avoid
knocking the gasket out of position or contaminating it with foreign material. Any gasket
so disturbed shall be removed, cleaned, relubricated if required, and replaced before
joining the sections.
aw
-80-
i
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
The pipe shall be properly aligned before joints are forced home. Sufficient
pressure shall be applied in making the joint to ensure that the joint is home, as defined in
the standard installation instructions provided by the pipe manufacturer. The Contractor
may use any method acceptable to the Engineer for pulling the pipe together, except that
driving or ramming by hand or machinery will not be permitted. Any pipe damaged
during joining and joint tightening shall be removed and replaced at no expense to the
Contracting Agency.
Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and
damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor ••
at his expense.
Care shall be taken to properly align the pipe before joints are entirely forced
home. During insertion of the tongue or spigot, the pipe shall be partially supported by
hand, sling or crane to minimize unequal lateral pressure on the gasket and to maintain
concentricity until the gasket is properly positioned. Since most gasketed joints tend to
creep apart when the end of the pipe is deflected and straightened, such movement shall
be held to a minimum once the joint is home.
SECTION 7-08.3(2)J IS AN ADDED NEW SECTION.
7-08.3(2)) Placing PVC Pipe (RC)
In the trench,prepared as specified in Section 7-02.3(1) PVC pipe shall be laid
beginning at the lower end,with the bell end upgrade. Pea gravel will be used as the
bedding material and extend from 6" below the bottom of the pipe to 6" above the top of
the pipe. When it is necessary to connect to a structure with a mudded joint a rubber
gasketed concrete adapter-collar will be used at the point of connection.
SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
7-08.4 Measurement
Gravel backfill outside the pipe zone shall be measured per Section 7-01.4.
There will be no specific unit of measure for any material placed in the pipe zone
in the installation of culvert, storm sewer, and sanitary sewer pipes or trench excavation. ..
The cost of these items shall be included in the linear foot cost of the pipe.
Embankment construction before culvert placement under the applicable
provisions of Section 7-08.3(1)A will be measured in accordance with Section 2-03.
Shoring or extra excavation class B will be measured as specified in Section
2-09.4.
SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
7-08.5 Payment
Payment will be made in accordance with Section 1-04.1 for each of the following
bid items that are included in the proposal:
All costs associated with furnishing and installing bedding and backfill material
within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes,
-81 -
.. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
and trench excavation, shall be included in the unit contract price for the type and size of
pipe installed. All costs associated with backfilling outside the pipe zone shall be
included in the unit bid price for "Gravel Backfill for Drain".
Unless specifically identified and provided as separate items, structure excavation,
and dewatering shall be incidental to pipe installation and no further compensation shall
be made.
.. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be
included in the unit contract price per foot for the size and type of pipe being jointed.
7-12 VALVES FOR WATER MAINS
SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS:
7-12.3(1) Installation of Valve Marker Post (RC)
Where required, a valve marker post shall be furnished and installed with each
valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the
valve and be set with 18 inches of the post exposed above grade.
■• SECTION 7-12.3(2)IS A NEW SECTION.
7-12.3(2) Adjust Existing Valve Box to Grade (RC)
Valve boxes shall be adjusted to grade in the same manner as for manholes, as
detailed in Section 7-05.3(1) of the Renton Standards. Valve box adjustments shall
include, but not be limited to, the locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished
grades. The final installation shall be made in accordance with the applicable portions of
Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the
Contractor shall use whatever means necessary to remove such debris, leaving the valve
installation in a fully operable condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to
one-half inch (1/2") below finished grade.
SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
�. 7-12.4 Measurement
Adjustment of existing valve boxes to grade shall be measured per each, if
included as a separate pay item in the Contract; if not a separate pay item but required to
complete the work, then value box adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly
and will not be included in this measurement item.
SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING:
The contract bid price per each for "Adjust Existing Valve Box to Grade"
above shall be full compensation for all labor, material, tools and equipment necessary to
-82-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
satisfactorily complete the work as defined in the Contract Documents, including all ..
incidental work. If not included as a separate pay item in the Contract, but required to
complete other+Work in the Contract, then adjustment of valve boxes shall be considered
incidental to other items of work and no further compensation shall be made. r
r
r
.r
r
r
r
r
r
i
.r
-83-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
w DIVISION 8
MISCELLANEOUS CONSTRUCTION
w
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
SECTION 8-01.4 IS SUPPLEMENTED AS FOLLOWS:
8-01.4 Measurement
w
ESC lead will be measured by the day, for each day that an inspection is made and
a report is filed.
Inlet protection will be measured per each for each installation at a drainage
structure.
SECTION 8-01.5 IS SUPPLEMENTED AS FOLLOWS:
8-01.5 Payment
Payment will be made in accordance with Section 1-04.1,for each of the
.. following bid items that are included in the proposal:
"ESC Lead", per day.
The unit contract price for"Silt Fence,"per linear foot,shall be full pay for
•• furnishing and assembling in place the completed installation of the silt fence and
removal of the silt fence as shown in the plans and drawing details, or as directed by the
Engineer.
"Erosion/Water Pollution Control", by force account as provided in Section 1-
09.6. Maintenance and removal of erosion and water pollution control devices including
removal and disposal of sediment, and any additional work or items deemed necessary by
w the Engineer to control erosion and water pollution will be paid for by force account
under the item "Erosion/Water Pollution Control",unless otherwise provided for by
separate pay items contained in these Special Provisions.
To provide a common proposal for all bidders, the Contracting Agency had
entered an amount in the proposal to become a part of the Contractor's total bid.
w
The unit price per each for"Inlet Protection" shall be full compensation for
furnishing all labor, materials, tools and equipment necessary to construct and maintain
each installation.
The unit price per each for"Straw Bale" shall be full compensation for
furnishing all labor,materials, tools and equipment necessary to construct and maintain
each installation.
w
w
w
-84-
.r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
r
8-02 ROADSIDE RESTORATION
r
SECTION 8-02.1 IS SUPPLEMENTED ADDING THE FOLLOWING:
8-02.1 Description
Trees,shrubs, groundcovers and sod shall be installed in accordance with these
Specifications and as shown on Plans, or as directed by the Engineer.
SECTION 8-02.2 IS SUPPLEMENTED ADDING THE FOLLOWING:
r
8-02.2 Materials
Sod 9-14.6(8)
SECTION 8-02.3(1)IS SUPPLEMENTED ADDING THE FOLLOWING:
8-02.3(1) Responsibility During Construction
Landscape construction is anticipated to begin after all curbs, sidewalks, walls,
and associated roadside work is completed. Landscape materials shall not be installed
until weather permits and installation has been authorized by the Engineer.
Throughout planting operations, the Contractor shall keep the premises clean, free
of excess soils, plants, and other materials, including refuse and debris, resulting from the
Contractor's work. At the end of each work day, and as each planting area is completed, r
it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to
the satisfaction of the Engineer. At the conclusion of work,he Contractor shall remove
surplus soils, materials, and debris from the construction site and shall leave the project in
a condition acceptable to the Engineer.
SECTION 8-02.3(2)IS SUPPLEMENTED ADDING THE FOLLOWING:
8-02.3(2) Roadside Work Plan
Within fourteen (14)calendar days after award of Contract, submit written
documentation to the Engineer that all specified plant materials have been ordered.
Documentation shall include list of suppliers' names, addresses, and phone numbers
along with a list of respective growing or storage locations with addresses.
The Contractor shall provide all plants of the size, species, variety, and quality
noted and specified. The Contractor shall contract grow plant materials, if necessary, to r
ensure that the required size, species, variety, and quality of plant materials shall be
provided.
r
r
-85-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
The use of chemical herbicides shall be considered on a case-by-case basis. The
Contractor must submit, as part of the Work Plan, the intent to use chemical herbicides to
the Engineer for approval prior to use.
SECTION 8-02.3(4)A IS SUPPLEMENTED ADDING THE FOLLOWING:
8-02.3(4)A Topsoil Type "A"
Engineer to approve topsoil and amendments prior to placement. Topsoil Type
"A" shall meet all specifications from 9-14(1). Provide and install Topsoil Type "A" to a
uniform ten (10) inch depth in all tree,shrub, groundcover, sod planting and bark only
areas.
SECTION 8-02.3(5)IS SUPPLEMENTED ADDING THE FOLLOWING:
8-02.3(5)Planting Area Preparation
• Planting areas to receive plant materials shall be cleared, grubbed, and cultivated
to a depth of six (6) inches prior to receiving Topsoil Type "A." Notify Engineer of
possible poor draining or heavily compacted soil conditions prior to proceeding with
• construction. All debris, including stumps, sticks, roots, and rocks larger than one (1)
inch, shall be removed and disposed of off the project site before Topsoil Type "A" is
placed.
After the subgrade of the planting areas have been graded and cleaned, spread 1/2
the depth of specified Topsoil Type "A", four(4) inch depth, along with fertilizer and/or
soil conditioners as specified in the Project Manual, and rototill eight(8) inches into the
previously cultivated soil. Soil shall be lightly compacted,then spread the remainder of
Topsoil Type"A", additional four(4) inch depth required, to establish proper finish
grade. Lightly compact soil again. Topsoil Type"A" shall not be placed when ground is
frozen, excessively wet, or in the opinion of the Engineer,in a condition detrimental to
the work. Planting areas shall be brought to a uniform finish grade of one (1) inch for sod
and two (2) inches for shrub and groundcover planting areas below walks, curbs,junction
and valve boxes, catch 15asins and driveways.
SECTION 8-02.3(6)IS SUPPLEMENTED ADDING THE FOLLOWING
8-02.3(6)Soil Amendments
Soil tests of the subgrade soil shall be made by the Contractor to determine
MECHANICAL ANALYSIS (per USDA Particle Size and Organic Matter Test) and
FERTILITY ANALYSIS (to determine magnesium,nitrogen, potassium, and phosphorus
levels; soluble salts/conductivity and pH). Contractor shall send a minimum of three (3)
representative samples of subgrade soil to an approved soil testing laboratory (state
laboratory or recognized commercial laboratory). The cost for testing must be borne by
the Contractor. The contractor shall be paid for the soil additives at a unit price basis and
-86-
ow
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
agreed upon by a Change Order prior to commencement of work. TEST RESULTS AND
LABORATORY RECOMMENDATIONS FOR ORNAMENTAL PLANT GROWTH
must be submitted to the Engineer for approval prior to incorporating soil additives into ..
the subgrade and placing Topsoil Type A.
SECTION 8-02.3(7)IS SUPPLEMENTED ADDING THE FOLLOWING:
8-02.3(7) Layout of Planting
..
The Contractor is responsible for determining final quantities of plant material to
complete the Landscape Plan as shown based on the actual clearing and grading limits,
and notify the Engineer of any discrepancy prior to planting. The Contractor shall
coordinate with the Engineer the final location for all plant materials prior to site delivery.
The Contractor shall neither deliver to the site nor install planting materials until
authorized by the Engineer. The contractor shall provide the Engineer with at least one
week notice prior to preparing plants for shipping.
The Contractor shall place plantings starting from the perimeter of the bed area
and progressing to the center. Field adjustments for plant layout shall be approved by the
Engineer.
SECTION 8-02.3(8)IS SUPPLEMENTED ADDING THE FOLLOWING: .r
8-02.3(8) Planting
Where the drainage of planting holes is limited or non-existent because of heavy
clay, hardpan, or rock, it is the responsibility of the contractor to advise the Engineer who
will determine if the drainage is adequate for planting. The engineer will determine the
method and extent of improved drainage required.
All trees, shrubs, and groundcover shall be planted as detailed on the Plans. �.
When performing the following work, do not injure the root system. Do not over-
excavate planting pit depth;however, over-excavation of planting pit width is desirable.
Trees and shrubs shall be handled by the rootball, not by the trunk. Plant trees ••
and shrubs upright, and rotate to give the best appearance or relationship to adjacent
plants,topography, and structures. Hold plant rigidly in position until topsoil has been
backfilled and tamped firmly around the ball or roots.
When pit is backfilled halfway, place the specified quantity of fertilizer plant
tablets and stakes,if necessary, as shown on the Plans. Evenly space the fertilizer tablets
around the perimeter of and immediately adjacent to the root system. Carefully place,
water, and compact planting topsoil, and fill all voids.
When planting pit is three-quarters (3/4) backfilled,fill with water and allow
water to soak away. Fill pits with additional topsoil to finish grade, and continue
backfilling as detailed on the Plans. Water immediately after planting.
-87-
..
.. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 8-02.3(10)IS SUPPLEMENTED ADDING THE FOLLOWING:
.. 8-02.3(10) Fertilizer
Fertilizer shall be added to topsoil as defined in Section 9-14.1(1), Topsoil Type
"A"of the Special Provisions. The cost for fertilizer soil amendments shall be
considered incidental to and included in the unit contract price for Topsoil Type "A".
Fertilizer for trees, shrubs and groundcovers shall be applied per manufacturers
recommendations.
SECTION 8-02.3(11)IS SUPPLEMENTED ADDING THE FOLLOWING:
8-02.3(11) Bark or Wood Chip Mulch
Bark mulch shall be placed over all planting beds to a uniform two (2) inch depth.
Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants
immediately after application. Bark mulch shall be medium grade fir or hemlock.
SECTION 8-02.3(12)IS SUPPLEMENTED ADDING THE FOLLOWING:
8-02.3(12) Completion of Initial Planting
.. When the Contractor feels that the initial planting is complete, the Contractor
shall notify the Engineer and request an inspection, after which the Engineer will make an
inspection and prepare a list of all planting items that remain to be completed. The
Contractor shall then complete or correct all items identified by the Engineer within
fifteen (15) working days and request another inspections. The Engineer shall then
provide the contractor with written notification of acceptance of initial planting, at which
point the plant establishment period shall begin. The Contractor shall continue to
maintain all plantings until such notification has been provided.
Completion of initial planting includes the following:
1. Installation of all required planting materials (trees, shrubs, groundcovers, and
lawn sod areas.)
ow 2. Planting area cleanup.
3. Full operation of the irrigation system, complete bark coverage, and all
planting areas in a weed free condition.
8-02.3(19) Property Restoration
.� The Contractor shall blend the new construction into developed private property
adjacent to the project using similar materials to those existing, (e.g. sod shall be used to
match into lawn areas, bark shall be used to match into planting areas, topsoil shall be
,. used to match into garden areas etc.).
-88-
V. CONTRACT SPECIFICATIONS CITY OF RENTON •
SPECIAL PROVISIONS
There will be no separate payment for restoration or property adjacent to the ..
project when the items used for the restoration have pay items in the contract. In the case,
all cost and expense of restoration shall be incidental to limit contract price materials
used in construction.
If restoration of adjacent property requires use of materials that have no pay items,
payment will be by force account under item "Property Restoration".
.r
SECTION 8-02.4 IS SUPPLEMENTED WITH THE FOLLOWING:
8-02.4 Measurement
Seeding, fertilizing, liming,mulching, mowing, and soil binder or tacking agent
will be measured in acres by ground slope measurement or through the use of design data.
SECTION 8-02.5 IS SUPPLEMENTED WITH THE FOLLOWING:
8-02.5 Payment
The unit price contract price per acre for"Seeding,Fertilizing and Mulching"
shall be considered full compensation for all labor, material, tools and equipment
necessary or incidental to complete the work as specified in the plans or as directed by the ..
Engineer.
Payment for"Property Restoration" shall be by force account as described in
Section 1-09.6 of the Standard Specifications and no other compensation will be allowed. ..
For the purpose of providing a common bid proposal for all bidders and for that
purpose only, the estimated cost of this bid item has been arbitrarily entered in the
proposal to become part of the total bid by the Contractor.
The unit contract price per cubic yard for"Topsoil Type All and "Topsoil Type
B"shall be full pay for providing the source of material for Topsoil Type A,excavation,
loading, hauling,intermediate windrowing, stockpiling, weed control and removal,
placing, spreading, processing, cultivating, and compacting Topsoil Type B at the
locations shown in the Plans or as directed by the Engineer.
"PSIPE " per each. (PSIPE is Plant Selection Including Plant
Establishment).
The unit contract price per each for"PSIPE "shall be full pay for all
materials, labor, tools,equipment, and supplies necessary for weed control within the
planting area, planting area preparation,fine grading,planting, cultivating, and cleanup
for the particular items called for in the Plans.
"Bark Mulch" per cubic yard.
"Sod Installation"per square yard.
-89-
.r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
ow SPECIAL PROVISIONS
8-03 IRRIGATION SYSTEM
r
SECTION 8-03.1 IS SUPPLEMENTED ADDING THE FOLLOWING:
8-03.1 Description
The work shall include providing water and power service connections at the
locations shown on the plans. The Contractor will coordinate with the respective utility
companies as necessary to provide for these connections.
SECTION 8-03.3(13)IS A NEW ADDITIONAL SECTION
8-03.3(13) Existing Irrigation System Restoration
The engineer shall verify, in the presence of the Engineer, the operation,location,
and existing pressure capabilities and continuity of existing irrigation systems prior to
excavation and removal. "Restoration of Existing Irrigation System"shall be per
Engineer field directive and Section 1-09.6 force account.
SECTION 8-03.5 IS SUPPLEMENTED ADDING THE FOLLOWING:
8-03.5 Payment
` "Irrigation System", per lump sum.
Irrigation system shall be full pay for the furnishing, installing, and testing of all
pipes, fittings, sprinkler heads, valves, valve boxes, controllers, conduit quick couplers,
backflow preventers, pedestals, double check valve assembly and power and water
service connections, including any applicable connection service and/or meter fees,
excavation, backfill, surface restoration, road and driveway crossings, sleeves, and
junction boxes.
aw 8-04 CURBS, GUTTERS,AND SPILLWAYS
SECTION 8-04.5 IS SUPPLEMENTED WITH THE FOLLOWING:
Payment will be made in accordance with Section 1-04.1 for each of the following
bid items that are included in the proposal:
"Cement Cone. Traffic Curb", per linear foot.
"Cement Cone. Traffic Curb and Gutter", per linear foot.
"Extruded Curb"per linear foot.
aw
"" -90-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
8-09 RAISED PAVEMENT MARKERS
•
SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS:
8-09.5 Payment (RC) (SA)
Payment will be made for each of the following bid items that are included in the
proposal:
"Raised Pavement Marker Type 111,per hundred.
"Raised Pavement Marker Type 2", per hundred.
The unit contract price per hundred for"Raised Pavement Marker Type 1" and •
"Raised Pavement Marker Type 2", shall be full pay for all labor,materials, and
equipment necessary for furnishing and installing the markers in accordance with these
Specifications including all cost involved with traffic control unless traffic control is
listed in the contract as a separate pay item.
8-12 CHAIN LINK FENCE AND WIRE FENCE
SECTION 8-12.5 IS SUPPLEMENTED AS FOLLOWS:
•
8-12.5 Payment
Payment will be made in accordance with Section 1-04.1 for each of the following •
bid items that are included in the proposal:
"Chain Link Fence Type ",per each.
"End, Gate, Corner,and Pull Post for Chain Link Fence",per each.
"Double 20 Ft. Chain Link Gate",per each.
8-13 MONUMENT CASES
SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
•
8-13.1 Description (RC)
This work shall consist of furnishing and placing monument cases and covers, in
accordance with the Standard Plans and these Specifications, in conformity with the lines
and locations shown in the Plans or as staked by the Engineer or by the Contractor
supplied surveyor.
SECTION 8-13.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8-13.3 Construction Requirements "'
The monument will be furnished and set by the Engineer or by the Contractor
supplied surveyor.
When existing monuments will be impacted by a project, the Contractor shall be
responsible for assuring that a registered surveyor references the existing monuments
prior to construction. After construction is complete, the monuments shall be re- ••
established by the surveyor in accordance with RCW58.09.130.
91
ME V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
•• SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-13.4 Measurement
All costs for surveying and resetting existing monuments impacted by
construction shall be considered incidental to the contract unless specifically called out
to be paid as a bid item.
SECTION 8-13.51S SUPPLEMENTED BY ADDING THE FOLLOWING:
8-13.5 Payment
Resetting an existing monument impacted by construction shall be incidental
unless included as a pay item in the Schedule of Prices.
8-14 CEMENT CONCRETE SIDEWALKS
SECTION 8-14.3(4)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-14.3(4) Curing (RC)
The Contractor shall have readily available sufficient protective covering, such as
waterproof paper or plastic membrane, to cover the pour of an entire day in the event of
.. rain or other unsuitable weather.
The Contractor shall be responsible for barricading,patrolling,or otherwise
protecting newly placed concrete. Damaged, vandalized, or unsightly concrete shall be
.� removed and replaced at the expense of the Contractor.
SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-14.4 Measurement (RC)
When the contract contains a pay item for"Cement Concrete Sidewalk Ramp
Type_", or"Modified Cement Concrete Sidewalk Ramp Type_"the per each
measurement shall include all costs for the complete installation per the plans and
_ standard details including expansion joint material, curb and gutter and ramped sidewalk
section. Sawcutting, removal and disposal of excavated materials including existing
pavement and sidewalk, crushed surfacing base materials and all other work, materials
and equipment required per Section 8-14 shall be included in the per each price for
"Cement Concrete Sidewalk Ramp Type_"unless any of these other items are listed
and specified to be paid as separate pay items.
If the contract does not provide a pay item for"Cement Concrete Sidewalk Ramp
Type_", or"Modified Cement Concrete Sidewalk Ramp Type_"but the plans call
for such installation, then quantities shall be measured with and paid for under the bid
items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to
be constructed of asphalt concrete,the payment shall be included in the pay item for
"HMA Cl. A PG64-22."
-92-
w
1W
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-14.5 Payment
r
"Cement Concrete Sidewalk Ramp Type_",per each.
"Modified Cement Concrete Sidewalk Ramp Type 4A", per each.
"Cement Cone. Sidewalk", per square yard. ..
Payment for excavation of material not related to the construction of the sidewalk
but necessary before the sidewalk can be placed, when and if shown in the Plans, will be
made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall
make all excavations including haul and disposal, regardless of the depth required for
constructing the sidewalk to the lines and grades shown, and shall include all costs
thereof in the unit contract price per square yard for"Cement Conc. Sidewalk" and the
per each contract price for"Cement Concrete Sidewalk Ramp Type " or"Modified
Cement Concrete Sidewalk Ramp Type 4A". The cost to install the commercial concrete
where specified in the traffic islands,in accordance with the Plans or as directed by the
Engineer, shall be paid for by the square yard as "Cement Concrete Sidewalk."
8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL
SECTION 8-20.1 HAS BEEN SUPPLEMENTED WTH THE FOLLOWING:
8-20.1 Description
This section includes complete operating traffic signal and illumination systems
for the following locations:
1. Installation of a new signal system at Maple Valley Highway/Cedar River
Park.
2. Modification of the existing signal system at Maple Valley ..
Highway/Shari's Driveway.
3. Installation of a new illumination system for the parking lot within Cedar
River Park. ..
4. Installation of a signal interconnect system along Maple Valley Highway
at Cedar River Park.
Work shall include:
1. The furnishing and installation of fully functional traffic signal systems
including traffic signal and pedestrian poles,vehicle and pedestrian signal
heads, preemption detectors,junction boxes, conduit, conductors, and
other incidental materials as may be required to comply with the plans
and these specifications.
2. Removal of existing heads, pushbuttons, preemption, conductors, and r
other incidental materials as may be required to comply with the plans
and these specifications.
-93-
■. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
8-20.2 Materials
SECTION 8-20.2(1)HAS BEEN SUPPLEMENTED WITH THE FOLLOWING:
8-20.2(1) Equipment List and Drawings
Paragraphs four of Section 8-20.2(1) are revised and supplemented with the
following:
The Contractor shall submit for approval six sets of shop drawings for each of the
following types of standards called for on this project:
1. Light standards with Or without pre-approved plans.
2. Signal standards with or without pre-approved plans.
3. t rt i�_riffs i SiL-na'..an 1m i vL, f-andards.
4. 'vl;trll Stlalra Poll
Paragraph five of Section 8-20.2(1) is deleted.
Paragraph six of Section 8-20.2(1) is deleted.
The Contractor ei iser on. the sienz st::t lard shop dr�i
'Ifl�S or
atta-C11", t. > Elt .sr�?c il.1 s It la it sl.t;,, dl;Wirt'�s :.t1.1 ;.Inrrl.r,rl:5 � its w?Cleilr€v s to tlzu s° ?::Y°:i:
,�
r in 1. aJ.'i t niout~?.t:i 1te�.Ffltt.art:l � '?€till. tt;C�1Tt EE:i;ltl.iitxs f�33'each=l.S?°1cd1 :`? r: .`? be. iftSt.al.€c't�-
..........................................................................................................................j...............................................
SECTION 8-20.3(1)HAS BEEN SUPPLEMENTED AS FOLLOWS:
8-20.3(1) General
Vehicular Signal Heads
Alignment of vehicular and pedestrian signal heads shall be approved by the
Engineer prior to system turn-on.
The type of mounting hardware specified for the mast arm mounted vehicle signal
heads may require modification at the time of installation to accommodate as-built
` conditions. After the pole assembly has been installed and leveled, the Contractor shall
measure the distance between each mounting point on the arm and the roadway. A type
_ of mounting bracket different from that specified on the plans shall be provided and
installed by the Contractor if necessary to achieve the following criteria:
1. Red indication shall be in as straight a line as possible.
2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above
the pavement.
Removal of Existing Signal Equipment:
The Contractor shall remove the existing signal equipment including vehicle and
.. pedestrian heads,pedestrian push buttons, wire and all other materials associated with the
operation of the existing system that are not to be reused for the new system as indicated
i
-94-
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
in the plans. The following materials shall be delivered undamaged to the City of Renton ..
Shops:
1. Vehicle and pedestrian heads with mounting hardware.
2. Opticom equipment.
Switchover to New Signal Equipment:
Short-term shutdowns of signal operations will be allowed during normal daytime
working hours for replacement or switchover to new signal equipment. No overnight
shutdowns will be allowed.
SECTION 8-20.3(2)HAS BEEN SUPPLEMENTED BY ADDING THE
FOLLOWING:
8-20.3(2) Excavating and Backfilling(RC)
The contractor shall supply trench within the unit widths and to the specified
depths at the locations indicated on the contract plans or as directed by the engineer.
The contractor shall have approved compaction equipment on site before ..
beginning any excavation; compaction shall be performed at the time of the initial
backfilling of the trench unless directed otherwise by the engineer.
Trenching for conduit runs shall be done in a neat manner with the trench bottom ..
graded to provide a uniform grade. No work shall be covered until it has been examined
by the engineer. Backfill material used for fill around and over this conduit system shall
be free of rocks greater than two inches in diameter to a depth of six inches above the
conduit.
Trench within the roadway area shall use select trench backfill which shall consist
of 5/8th inch minus crushed surfacing top course or other material as indicated in the
special provisions or schedule of prices and directed for use by the engineer. The source
and quality of the material shall be subject to approval by the engineer. Trench backfill
within the sidewalk area shall be made with acceptable materials from the excavation '
subject to the Engineer's approval of the material and shall be considered a necessary part
and incidental to the excavation in accordance with the standard specifications.
Unsuitable material shall-be removed and backfill shall be select material approved by the ..
Engineer. The City reserves the right to make additions or deletions to the trench which
prove necessary for the completion of the project. ..
The minimum width for the trench will be at the option of the contractor. Trench
width will, however,be of sufficient size so that all of the necessary conduit can be
installed within the depths specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall be compacted to
95% of the material's maximum density, per Section 2-03.3(14)D.
-95-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS:
8-20.3(4) Foundations (RC)
Where obstructions prevent construction of planned foundations, the Contractor
shall construct an effective foundation satisfactory to the Engineer.
The contractor shall provide all material for and construct the foundations for and
to the dimensions specified in the plans. The anchor bolts shall match that of the device
to be installed thereon.
All excess materials are to be removed from the foundation construction site and
disposed of at the contractor's expense.
Concrete shall be placed against undisturbed earth if possible. Disturbed earth or
backfill material shall be compacted to 95 percent of the material's maximum density.
Before placing the concrete the contractor shall block-out around any other underground
utilities that lie in the excavated base so that the concrete will not adhere to the utility
line. Concrete foundations shall be troweled, brushed,edged and finished in a
workmanship-like manner. Concrete shall be promptly cleaned from the exposed portion
.. of the anchor bolts and conduit after placement. Foundation shall all be Class 3000
concrete. After the specified curing period, the contractor may install the applicable
device thereon.
All concrete foundations shall be constructed in the manner specified below:
1. Where sidewalk or raised islands are to be constructed as a part of this
project, the top of the foundation shall be made flush with the top of the
.. sidewalk or island. (See detail sheet)
2. Where no sidewalks are to be installed, the grade for the top of the
foundation shall be as specified by the engineer. (See detail sheet)
All concrete foundations shall be located as per stationing on the plans or as
located by the engineer in the field.
SECTION 8-20.3(5)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8-20.3(5) Conduit (RC)
When the Contractor encounters obstructions or is unable to install conduit
because of soil conditions, as determined by the Engineer, additional work to place the
conduit will be paid in accordance with Section 1-04.4.
When open trenching is allowed, trench construction shall conform to the
following:
1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts shall be parallel
to each other and extend one (1)foot beyond the edge of the trench.
2. Pavement shall be removed in an approved manner.
3. Trench depth shall provide 24 inches minimum cover over conduits below the
roadbed, and 18 inches below finished grade in all other areas..
5. Trenches located within paved roadway areas shall be restored per the Renton
Standard Detail.
Pull Wires shall be installed.
r
-96-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
All conduit shall be rigid non-metallic unless noted otherwise in the Plans or
Special Provisions.
All conduit openings shall be fitted with approved bellends or Bushings. Wall
thickness of conduit shall be consistent within continuous conduit runs with no mixing of
different schedule types between terminations.
The contractor shall provide and install all conduit and necessary fittings at the .r
locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit
schedule shown on plans.
Conduit to be provided and installed shall be of the type indicated below:
1. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used
whenever the conduit is to be placed other than within the roadway area.
2. Schedule 80 extra heavy wall pvc Conforming to ASTM standards shall be used when ,.
the conduit is to be placed within the roadway area.
All joints shall be made with strict compliance to the manufacturer's
recommendations regarding cement used and environmental conditions. r
Conduit fittings for steel conduit shall be coated with galvanizing repair paint in
the same manner as conduit couplings. Electroplated fittings are not allowed.
Steel conduit entering concrete shall be wrapped in 2-inch wide pipe wrap tape
with a minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe
wrap tape shall be installed per the manufactures recommendations.
Expansion fittings, deflection fittings, and expansion/deflection fittings shall be '
from the Qualified Products List.
SECTION 8-20.3(6)IS SUPPLEMENTED BYADDING THE FOLLOWING: ..
8-20.3(6) Junction Boxes
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.
The inscription on the covers of all junction boxes shall be as indicated below:
1. Street lighting only: "Lighting" '
2. Signal only: "Signals"
3. Traffic signal and street lighting: "TS-LT"
4. Telemetry only: "Telemetry"
Inscriptions on junction boxes performing the same function,i.e. street lighting,
traffic 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.
All Type 1, 2 and 3 junction boxes shall have galvanized steel lids and frames. ..
The junction boxes and associated concrete pads shall be installed on compacted
subgrade which shall include six inches of 5/8th-inch minus crushed surfacing top course
material installed under and around the base of the junction box. Concrete shall be
promptly cleaned from the junction box frame and lid.
..
-97-
i
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
i
SECTION 8-20.3(9)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8-20.3(9) Bonding, Grounding (RC)
Identification of the equipment-grounding conductor shall conform to all Code
requirements.
Grounding of conduit and neutral at the service point shall be accomplished as
required under the Code. Grounding of the neutral shall be accomplished only at the
service.
All street light standards, signal poles and other standards on which electrical
equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in
diameter x 8'0" in length complete with a#8 AWG bare copper bonding strap located in
.. the nearest junction box. All signal controller cabinets and signal/lighting service
cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic
ground rod located in the nearest junction box with a bare copper bonding strap sized in
' accordance with the plans, specifications and applicable codes.
Ground rods are considered miscellaneous items and all costs are to be included
with the system or conductors. Ground straps are also miscellaneous items unless a
separate pay item is provided in the "Schedule of prices."
SECTION 8-20.3(10)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8-20.3(10) Service (RC)
Power sources shown in the Plans are approximate only; exact location will be
determined in the field.
Upon request of the Contractor, the Engineer will make the necessary
arrangements with the serving utility to complete the service connections. Electrical
energy used prior to completion of 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 City.
The power service point shall be as noted on the plans and shall be verified by the
electrical servicing utility.
The service cabinet shall be marked with the service agreement letters and
numbers. The markings shall be installed on the outside cabinet door near the top of the
cabinet. The markings shall be series C using stencils and black enamel alkyd gloss paint
conforming to Federal Specification TT-E-489.
SECTION 8-20.3(11)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8-20.3(11) Field Test(RC)
i No change to stop and go operation will be allowed after 2 p.m. on any day nor
will the change be allowed on Friday, weekends,holidays, or the day preceding a holiday.
1. Requests for traffic signal turn on will not be considered until a pre-turn on inspection
of signal system has taken place.
2. All discrepancies and deficiencies must be corrected by the contractor and re-
inspected prior to requesting signal turn on date.
-98-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
3. Requests for signal turn on shall not be considered until electrical service to the s
intersection has been provided and has been energized by the electric utility.
4. A minimum of three (3) working days notice will be required for signal turn on.
5. Channelization at the intersection must be complete per plan before requesting signal
turn on date. Any deletions of channelization prior to turn on must be approved by
the engineer.
6. City forces shall provide, post and maintain proper signing warning of new signal
ahead.
8-20.3(13) Illumination Systems
SECTION 8-20.3(13)A IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8-20.3(13)A Light Standards (RC) (SA)
1. Anchor bolts shall extend through the top heavy-hex nut two full threads to the
extent possible while conforming to the specified slip base clearance requirements.
Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in accordance
with Sections 6-03.3(33) and 8-20.3(4).
2. Anchor bolts damaged after the foundation concrete is placed shall not be repaired by
bending or welding. The Contractor's repair procedure is to be submitted to the
Engineer for approval prior to making any repairs. The procedure is to include
removing the damaged portion of the anchor bolt, cutting threads on the undamaged
portion to remain,the installation of an approved threaded sleeve nut and stud, and
repairing the foundation with epoxy concrete repair.
3. The grout pad shall not extend above the elevation of the bottom of the slip base.
4. Anchor bolts shall be installed plumb, ± 1 degree.
In setting timber poles, the Contractor shall provide a minimum burial of
10 percent of the total pole length plus 2 feet and shall plumb or rake the poles as directed
by the Engineer. s
The hand hole shall be located at 90 degrees to the davit arm on the side away
from traffic. A grounding lug or nut shall be provided in the hand hole frame or inside
the hand hole frame or inside the pole shaft to attach a ground bonding strap.
All poles and davit arms shall be designed to support a luminaire weight of 501bs.
or more and to withstand pressures caused by wind loads of 85 m.p.h. with gust factor of
1.3. All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of
weight load and 2.33 p.s.i. for basic wind pressure.
Davit Arms:
The davit style arm shall incorporate a 59" radius bend as measured from the
centerline of the shaft. The outer portion of the arm shall be nearly horizontal to +2'
above horizontal and shall be furnished with a 2" diameter shipfitter with a maximum
length of 8 inches to fit the luminaire specified. The pole end of the davit arm tube shall
be fastened securely to the top of the shaft producing a flush joint with an even profile.
Anchor Base: .
A one-piece anchor base of adequate strength, shape and size shall be secured to
the lower end of the shaft so that the base shall be capable of resisting at its yield point
-99-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
the bending moment of the shaft at its yield point. The base shall be provided with four
slotted or round holes to receive the anchor bolts. Nut covers shall be provided with each
pole.
Anchor Bolts:
Four steel anchor bolts, each fitted with two hexnuts and two washers shall be
furnished with the pole. Anchor bolts shall meet the requirements of Section 9-06.5(3)
and 9-06.5(4). The anchor bolt yield point shall be capable of resisting the bending
moment of the pole shaft at its yield point. The contractor shall assure that all anchor
bolts conform to the recommended ASTM specifications of the pole manufacturer and
shall secure and submit to the City for approval all manufacturer data on pole bending
moment, anchor bolt fabrication data, test results and any other data that may be required
to confirm that the anchor bolts meet these specifications.
Miscellaneous Hardware:
All hardware (bolts, nuts, screws, washers, etc.)needed to complete the
.. installation shall be stainless steel.
I.D. (Identification for poles):
The contractor shall supply and install a combination of 4-digits and one letter on
each pole, whether individual luminaire or signal pole with luminair. The letter and
numbers combination 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 reflectorized 2 inch legend on a black background. The I.D. number will be
assigned to each pole at the end of the contract or project by the City traffic engineering
" office. Cost for the decals shall be considered incidental to the contract bid.
Light standards shall be spun aluminum davit style and shall meet the pole detail
requirements indicated below and the detail sheets at the end of these specifications.
The pole shaft shall be provided with a 4" x 6" flush hand hole near the base and a
matching metal cover secured with stainless steel screws or bolts.
The pole shall be adjusted for plumb after all needed equipment has been installed
thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using
proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other
tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size
to achieve adequate torquing of the nuts. The space between the concrete foundation and
the bottom of the pole base plate shall be filled with a dry pack mortar grout and trowled
to a smooth finish conforming to the contour of the pole base plate.
Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine
sand with just enough water so that the mixture will stick together on being molded into a
ball by hand, and will not exude moisture when so pressed. A one half-inch drain hole
shall be left in the bottom of the grout pad as shown on the standard detail.
SECTION 8-20.3(14)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-20.3(14) Signal Systems (RC)
All signal conductors shall be stranded copper and shall have 600-volt insulation
and be of the sizes noted on the plans. All multi-conductors used for the signal system
- too-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
shall conform to division 9-29.3 and shall be of the sizes noted on the signal wiring
schedule and wiring diagram. All stranded wires terminated at a terminal block shall
have an open end, crimp style soderless terminal connector, and all solid wires terminated
at a terminal block shall have an open end soldered terminal connector. All terminals '
shall be installed with a tool designed for the installation of the correct type of connector
and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the
controller cabinet shall be trimmed and cabled together to make a neat,clean appearing
installation. No splicing of any traffic signal conductor shall be permitted unless
otherwise indicated on the plans. All conductor runs shall be attached to appropriate
signal terminal boards with pressure type binding posts. The only exceptions shall be the
splices for detector loops at the nearest junction box to the loops.
SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-20.3(14)D Test for Induction Loops and Lead-in Cable(RC)
The Contractor shall keep records of field testing and shall furnish the engineer
with a copy of the results.
SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8-20.3(14)E Signal Standards (RC)
15. Installation of all nuts and bolts shall be performed with proper sized sockets,
open end or box wrenches. Use of pipe 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).
Traffic Signal Standards
Traffic signal standards shall be furnished by the contracting agency and installed
in accordance with the methods and materials noted in the applicable Standard Plans, pre-
approved plans, or special design plans.
SECTION 8-20.3(14)F.FS AN ADDED NEW SECTION.
8-20.3(14)F Opticom Priority Control Systems (RC)
All new Opticom Priority System components shall be 700 Series, or approved
equal. The Contractor shall supply one copy of the manufacturer's software on original
disks. Controller cabinets shall have the 562 harness wired into the cabinet by the
supplier.
SECTION 8-20.3(15)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-20.3(15) Grout(RC)
After the pole is plumbed the space between the concrete foundation and the �.
bottom of the pole base plate shall be filled with a dry pack mortar grout trowled to a
smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout
- 101 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so
that the mixture will stick together on being molded into a ball by hand and will not
exude moisture when so pressed. A one half-inch drain hole shall be left in the bottom of
Tw the grout pad as shown on the standard detail.
SECTION 8-20.3(19)IS A NEW SECTION.
1W
8-20.3(19) Modify Existing Signal Systems
.,, Materials
Materials shall conform to the applicable portions of amended Section 8-20.2 of
the amended Standard Specifications and Special Provisions, except as modified herein.
.r Construction Requirements
Modifications to the existing signal system shall be performed as shown on the
plans in accordance with these Special Provisions. Applicable field tests and turn-on
procedures shall be performed before and after the work is done to assure the Engineer
and the Contractor of the signal system condition before and after the work is done. The
Contractor shall pretest the system and flag any problems before proceeding with the
modifications. The final performance of the system as a unit will be the responsibility of
the Contractor.
All work shall be coordinated in a manner that does not disrupt the public safety
and traffic flow through the project. The existing system at the intersection shall be in
operation at all times.
SECTION 8-20.3(20)IS A NEW SECTION.
8-20.3(20) Traffic Signal Interconnect System
Description
This work shall consist of supplying and installing a traffic signal interconnect
system between the intersections of SR-169 with the Cedar River Park Entrance and
Shari's driveway.
.� Materials
Materials shall -conform to the applicable portions of Section 8-20.2 of the
amended Standard Specifications and Special Provisions, except as modified herein.
Construction Requirements
Installation of the interconnect system shall be performed as shown on the plans
and in accordance with these Special Provisions. The work includes all conduits,
junction boxes, interconnect cables, and connections to the controllers at each
intersection. Field tests shall be performed after the work is done to assure successful
operation of the system. The final performance of the system as a unit will be the
responsibility of the Contractor.
All work shall be coordinated in a manner that does not disrupt the public safety
and traffic flow through the project. Existing systems at these intersections shall be in
operation at all times.
QW
- 102 -
V. CONTRACT SPECIFICATIONS
CITY OF RENTON
SPECIAL PROVISIONS
SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8-20.4 Measurement (RC)
When shown as lump sum in the Plans or in the proposal as illumination system
or traffic signal system no specific unit of measurement will apply, but measurement will
be for the sum total of all items for a complete system to be furnished and installed.
Traffic Signal Interconnect System shall be measured lump sum for the
interconnect system installed complete per the Plans, amended Standard Specifications,
and Special Provisions.
Casing will be measured by the linear foot for the actual length of casing placed.
SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS FOLLOWS: ,.
8-20.5 Payment
Payment will be made for each of the following bid items that are included in the
proposal:
"Illumination System_", per lump sum.
"Traffic Signal System ",per lump sum.
The lump sum contract price for"Illumination System No._", and "Traffic
Signal System ", shall be full pay for furnishing all labor, materials, tools, and
equipment necessary for the construction of the complete electrical system, including
modifying existing systems, or removing existing systems, as shown in the Plans and
herein specified including excavation, backfilling, concrete foundations, conduit, wiring, ..
restoring facilities destroyed or damaged during construction, salvaging existing
materials, and for making all required tests. All additional materials and labor,not shown
in the plans or called for herein and which are required to complete the electrical system, .r
shall be included in the lump sum contract price.
The lump sum contract price for"Traffic Signal Interconnect System" shall be
full compensation for all labor,tools, materials, and equipment required to submit
materials, provide and install interconnect system,test and turn on the system as specified.
All costs for the associated electrical inspections shall also be included in the lump
sum contract price for the "Traffic Signal Interconnect System"item.
"Casing", per linear foot.
The unit contract price per linear foot for"Casing"shall be full payment for
boring,jacking or drilling for installing casing, and backfilling any voids around the casing #
and pits or backfilling of the trenches required to install the casing. This cost will also
include any restoration of native vegetation disturbed by the operation.
SECTION 8-20.6 IS A NEW SECTION AS FOLLOWS:
8-20.6 Undergrounding of Overhead Utilities
SECTION 8-20.6(1)IS A NEW SECTION AS FOLLOWS: ..
- 103-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
•• 8-20.6(1)Description
The work of this section includes the installation of conduit and vaults for the conversion
of overhead utilities to underground facilities and relocation of existing utilities. Using
• the information shown in Appendix C, the contractor will coordinate closely with Puget
Sound Energy to develop a detailed trenching plan, removing of existing PSE utilities,
PSE construction responsibilities and sequence of construction to perform the.following:
1. The contractor shall sawcut pavement as required by the plans in
Appendix C and excavate trenches for underground facilities for Puget Sound
Energy (PSE), where practical the contractor shall utilize same trench for the
signal system, interconnect and illumination conduits.
2. The contractor shall install conduit, handholes and vaults provided by
PSE. All material shall be placed according to utility agency's standards. The
contractor shall notify the contracting agency a minimum of 15 business days
prior to installation, to allow the contracting agency to order the material from
PSE. PSE will provide and install cable.
4
3. The contractor shall provide conduit bedding and backfill trenches for
PSE.
4. Stage construction to minimize the impacts to PSE electrical operations
Work to be performed shall include,but not limited to, the following items:
" 1. Installing conduit, conduit bends, connections, pole risers,junction boxes,
vaults, handholes, and sonotube as required by PSE plans and contract
documents in appendix C.
s
Conduits Vaults
4- 4" conduit from VO4 to IP1 5106 Switch Vault at
' V03
1- 2"conduit from V05 to IP2 575 3-Phase J-Box at
VO4
1 —2" conduit from VO4 to V05 1-Phase Mini-pad Tfr. at V05
2—4" conduit from VO4 to V03
2 —6" conduit from VO1 to V03
2 —6" conduit from V03 to POI
2. Connecting conduits to existing vaults
3. Installing ground rods, ground plates, conduit risers and other electricial
hardware furnished by PSE and required by the Plans and Contract documents.
- 104-
V. CONTRACT SPECIFICATIONS CITY OF RENTON o'
SPECIAL PROVISIONS
4. Cutting and capping conduit
5. lClearing of structures and testing of conduit
6. Other work indicated on the plans and contract documents
7. Provide excavation for PSE vaults located at sites V03, VO4 & V05, as
shown on the plans in appendix C.
8. Remove existing switch cabinet and vault lid, replace with 5'x9' lid with
42 inch manhole cover at site VO1 as shown on the plans in appendix C.
SECTION 8-20.6(2)IS A NEW SECTION AS FOLLOWS:
8-20.6(2) Construction Requirements
All material shall be placed in accordance to PSE plans provided in appendix C, ,r
PSE standards and Standard specifications. All work shall be inspected and
verified by PSE and the Contracting Agency , before acceptance and payment for s
the work.
The exact locations and grades of the vaults shall be determined and staked by the ..
contractor, to ensure no conflicts exist with their placement. The contracting
agency and utility agency will verify the locations with the contractor.
SECTION 8-20.6(3)IS A NEW SECTION AS FOLLOWS:
8-20.6(3) Measurement •
"Install Power Conduit"will be measured by the linear foot.
"Install -PSE Power Vault" will be measured per each, installed completed in
place.
"Install PSE Large Power Vault" will be measured per each installed completed
in place.
SECTION 4)IS 8-20.6(4) SECTION AS FOLLOWS:
8-20.6(4)Payment
Payment will be made in accordance with Section 1-04.1 of the Standard
Specifications,for the following bid items in the proposal:
"Install Power Conduit", per linear foot
The unit price per linear foot for "Install Power Conduit", shall be full pay for all
labor, equipment and materials for placing the conduit in accordance with the
- 105-
r
+r V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
above provisions, including all excavation, conduit bedding, trench backfilling,
connection to existing vaults, and for making all required tests.
t
"Install APSE Power Vault", per each
The unit price per each for "Install Power Conduit", shall be full pay for all labor,
equipment and materials for placing the vault in accordance with the above
' provisions, including all excavation, vault bedding, trench backfilling, grouting
conduit entrances, and for making all required tests.
"Install PSE Large Power Vault", per each
The unit price per each for "Install Power Conduit", shall be full pay for all labor,
equipment and materials for placing the vault in accordance with the above
provisions, including all excavation, vault bedding, trench backfilling, grouting
conduit entrances, and for making all required tests.
w.
+' 8-21 PERMANENT SIGNING
SECTION 8-21.5 IS SUPPLEMENTED AND REVISED AS FOLLOWS:
..
Payment will be made in accordance with Section 1-04.1 for each of the following
bid items that are included in the proposal:
"Permanent Signing",per lump sum.
8-22 PAVEMENT MARKING
SECTION 8-22.1 IS REVISED AS FOLLOWS:
8-22.1 Description (RC)
r
Skip Center Stripe
A BROKEN YELLOW line 4-inches wide. The broken or"skip" pattern shall be
,., based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center stripe is
used as center line delintation on two lane or three lane, two way highways.
Double Yellow Center Stripe
Two SOLID YELLOW lines,each 4-inches wide, separated by a 4-inch space.
Double yellow center stripe is used as centerline delineation on multilane, two way
highways and for channelization.
Approach Stripe
A SOLID WHITE line, 8 inches wide, used to separate left and right turning
movements from through movements, to separate high occupancy vehicle lanes from
ow general purpose lanes,for islands,hash marks, and other applications. Hash mark stripes
shall be placed on 45 degree angle and 10 feet apart.
Dotted Approach Stripe
- 106-
V. CONTRACT SPECIFICATIONS ~`
CITY OF RENTON
SPECIAL PROVISIONS
A BROKEN WHITE line, 8-inches wide, used for high occupancy vehicle lane
applications on arterials. The broken line pattern will be based on a 2-foot marking with a
4-foot gap.
Lane Stripe
A BROKEN WHITE line,4-inches wide, used to delineate adjacent lanes
travelling in the same direction. The broken or"skip" pattern shall be based on a24-foot
unit consisting of a 9-foot line and a 15-foot gap.
Drop Lane Stripe (Skip Approach Line)
A BROKEN WHITE line, 8-inches wide, used to delineate a lane that ends. The .,
broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a
15-foot gap.
Two Way Left Turn Stripe
A SOLID YELLOW line,4-inches wide, with a BROKEN YELLOW line,4-
inches wide, separated by a 4-inch space. The broken or"skip" pattern shall be based on a
24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be •
installed to the right of the broken line in the direction of travel.
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to
another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs
on lane lines and the center of lanes. See detail sheet.
Stop Bar
A SOLID WHITE line, 12, 18 or 24 inches wide as noted on the Contract plans.
Traffic Legend
A WHITE marking using alphabetical letters.
See contract plans and detail sheets.
SECTION 8-22.3(5)IS REVISED AS FOLLOWS: ..
8-22.3(5) Tolerances for Line Stripes (RC)
Length of Stripe: The longitudinal accumulative error within a 24-foot length of
skip stripe shall not exceed plus or minus 1 inch.
SECTION 8-22.3(6)IS REVISED AS FOLLOWS:
8-22.3(6) Installation Instructions (RC)
Installation instructions for plastic markings shall be provided for both the
Contractor and the Engineer. All materials shall be installed according to the
manufacturer's recommendations.
SECTION 8-22.3(7)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-22.3(7) Removal of Pavement Markings (RC)
The work to remove all old or conflicting stripes, lines, buttons, or markers as
required to complete the channelization of the project as shown on the plans or detail
sheets shall be considered incidental to other contract pay items and no further
compensation shall be made unless a separate pay item or items are provided for such
removal.
- 107-
a„ V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Q.
SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8-22.4 Measurement(RC) (SA)
.. Skip center stripe, skip center stripe with no pass stripe, double yellow center
stripe,edge stripe, dotted extension stripe, lane stripe, double no-pass stripe, reversible
lane stripe, and two-way left-turn stripe will be measured by the completed linear foot as
.. "Paint Stripe" or"Plastic Stripe."
The measurement for"Paint Stripe" will be based on a marking system capable of
simultaneous application of three 4-inch lines with two 4-inch spaces. No deduction will
be made for the unmarked area when the marking includes a skip line such as skip center
stripe, skip center stripe with no-pass stripe, lane stripe, reversible lane stripe, or two-way
left-turn stripe. No additional measurement will be allowed when more than one line can
be installed on a single pass such as skip center stripe with no-pass stripe, double yellow
center stripe, double no-pass stripe, reversible lane stripe, or two-way left-turn stripe.
_ The measurement for"Plastic Stripe" will be based on the total length of each 4-
inch wide plastic stripe installed. No deduction will be made for the unmarked area when
the marking includes a skip line, such as skip center stripe, skip center stripe with no-pass
stripe, lane stripe, reversible lane stripe, or two-way left-turn stripe.
Approach stripe, dotted approach stripe, skip approach stripe, drop lane stripe,
barrier stripe, and stop bar will be measured by the completed linear foot of each marking
,,. type. No deduction will be made for the unmarked area when the marking includes a gap
such as dotted approach stripe, or drop lane stripe.
Crosswalk stripe will be measured by the square foot of marking installed.
1W Traffic arrows will be measured by the unit with each arrow head defined as a
unit.
Traffic legends, handicapped parking stall symbols,preferential lane symbols,
.. railroad crossing symbols, drainage markings, cycle detector symbols, aerial surveillance
full marker, and aerial surveillance 1 /2 marker will be measured by the unit.
Measurement for paint/plastic stripe line removed shall be by the linear foot of
"' "...." wide line or shall be included in the lump sum price for"remove existing traffic
markings" unless specified to be paid as a separate pay item. If not specified as a separate
pay item, then removal of existing traffic markings shall be considered incidental to the
4W payment for other items.of work and no further compensation shall be made.
SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8-22.5 Payment
"Paint Line", per linear foot.
"Plastic Line", per linear foot.
"Plastic Crosswalk Line",per linear foot.
"Plastic Stop Line", per linear foot.
"Plastic Traffic Arrow",per each.
If"Remove Paint Line", "Remove Plastic Line"or"Remove Existing Traffic
Markings" pay items do not appear in the contract schedule of prices, then the removal of
old or conflicting traffic markings required to complete the channelization of the project
- 108-
V. CONTRACT SPECIFICATIONS CITY OF RENTON �r
SPECIAL PROVISIONS
as shown on the plans or detail sheets shall be considered incidental to other items in the
contract and no further compensation shall be made. The unit contract prices for the
above listed bid items shall be full pay for furnishing all labor, tools, material, and
equipment necessary for the completion of the work as specified.
8-23 TEMPORARY PAVEMENT MARKINGS
SECTION 8-23.5 IS SUPPLEMENTED WITH THE FOLLOWING: '
8-23.5 Payment(RC)
If no pay item is included in the contract for installation or for removal of
temporary pavement markings then all costs associated with these items are considered
incidental to other items in the contract or included under "Traffic Control," if that item is
included as a bid item.
8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING '
SECTION 8-24.5 US SUPPLEMENTED AS FOLLOWS:
UP
8-24.5 Payment
"Gravity Block Wall", per square foot.
8-25 GLARE SCREEN
SECTION 8-25.5 IS SUPPLEMENTED AS FOLLOWS:
8-25.5 Payment
"Glare Screen Type 211,per linear foot.
SECTION 8-31 IS A NEW SECTION.
8-31 CONSTRUCTION GEOTEXTILE
8-31.1 Description
The Contractor shall fumish and place construction geotextile in accordance with
the details shown in the plans.
8-31.2 Materials
Geotextile for underground drainage shall be in accordance with Section 9-33 of
the Standard Specifications.
8-31.2(1) Geotextile Approval and Acceptance
•
- 109-
ow V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
°" Source approval, geotextile samples, acceptance samples, acceptance by certified
of compliance and approval of seams shall be in accordance with Section 9-33.4 of the
w.
Standard Specifications.
8-31.3 Construction Requirements
8-31.3(1) Shipment and Storage
During periods of shipment and storage, the geotextile shall be kept dry at all
• times and shall be stored off the ground. Under no circumstances, either during shipment
or storage, shall the material be exposed to sunlight, or other form of light which contains
ultraviolet rays, for more than five calendar days.
8-31.3(2) General Construction Requirements
The area to be covered by the geotextile shall be graded to a smooth, uniform
condition free from ruts,potholes, and protruding objects such as rocks or sticks. The
geotextile shall be spread immediately ahead of the covering operation. The geotextile
. shall not be left exposed to sunlight during installation for a total of more than five
-calendar days. The geotextile shall be laid smooth without excessive wrinkles. Under no
circumstances shall the geotextile be dragged through mud or over sharp objects which
could damage the geotextile. The cover material shall be placed on the geotextile in such
a manner that a minimum of 12 to 18 inches of material, depending on the survivability
of the geotextile, will be between equipment tires or tracks and the geotextile at all times.
Construction vehicles shall be limited in size and weight such that rutting in the initial lift
above the geotextile is not greater than 3 inches deep, to prevent over stressing the
geotextile. Turning of vehicles on the first lift above the geotextile will not be permitted.
End dumping the cover material directly on the geotextile will not be permitted.
Compaction of the first lift above the geotextile shall be limited to routing of placement
and spreading equipment only. No vibratory compaction will be allowed on the first lift.
Pegs, pins, or the manufacturer's recommended method shall be used as needed to hold
the geotextile in place until the specified cover material is placed. Should the geotextile
be torn or punctured or the overlaps or sewn joints disturbed, as evidenced by visible
geotextile damage, subgrade pumping,'intrusion, or roadbed distortion, the backfill
around the damaged or displaced area shall be removed and the damaged area repaired or
.. replaced by the Contractor at no cost to the City. The repair shall consist of a patch of the
same kind of geotextile placed over the damaged area. The patch shall overlap the
existing geotextile a minimum of 2 feet from the edge of any part of the damaged area.
•• If geotextile seams are to be sewn in the field or at the factory, the seams shall
consist of two parallel rows of stitching. The two rows of stitching shall be 0.5 inch apart
with a tolerance of+/- 0.25 inch and shall not cross, except for restitching. The stitching
shall be a lock type stitch. The minimum seam allowance, i.e., the minimum distance
from the geotextile edge to the stitch line nearest to that edge, shall be 1.5 inches is a flat
or prayer seam,Type SSA-2, is used. The minimum seam allowance for all other seam
types shall be 1.0 inch. The seam, stitch type, and the equipment used to perform the
- 110-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
stitching shall be recommended by the manufacturer of the geotextile and as approved by
the Engineer.
The seams shall be sewn in such a manner that the seam can be inspected readily
by the Engineer or his representative. The seam strength will be tested and shall meet the
requirements stated in the Special Provision.
8-31.3(3) Specific Construction Requirements
The construction requirements which follow shall apply in addition to the
general construction requirements previously stated.
8-31.3(4) Underground Drainage
The geotextile shall either be overlapped a minimum of 1 foot at all
longitudinal and transverse joints, or the geotextile joints shall be sewn. In those cases
where the trench width is less than 1 foot, the minimum overlap shall be the trench width.
In those cases where the trench width is less than 1 foot, the minimum overlap shall be
the trench width. Either low survivability or moderate survivability geotextile shall be
used, meeting the property requirements specified in Table I of Section 9-33. Low ...
survivability geotextile may be used in trench drains if the trench walls are smooth,
stable, and less than 10 feet in depth. Moderate survivability geotextile shall be used if
the trench depth is greater than equal to 10 feet. .r
An area drain is defined as a geotextile layer placed over or under a horizontal
or near horizontal layer of drainage aggregate. The geotextile shall be overlapped a
minimum of 2 feet at all longitudinal and transverse joints in an area drain, or the
geotextile joints shall be sewn together. The minimum initial lift thickness over the
geotextile shall be 18 inches if low survivability geotextile is used and shall be 12 if
moderate survivability geotextile is used.
8-31.4 Measurement
A
Construction geotextile for underground drainage used in trench drains will be
measured by the square yard for the perimeter of the drain actually covered.
r
8-31.5 Payment
The unit contract price per square yard for"Construction Geotextile for
Underground Drainage"as included in the proposal shall be full pay to complete the
work as specified.
8-35 STORM VAULTS
8-35.1 Description
This work consists of constructing a water quality storm vaults, with each
includes a chamber,concrete baffle,ladders, pipes, fittings and appurtenances within the
chamber, in accordance with these Specifications and in accordance with the plans or as
established by the Engineer.
4W
ar
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
.. The plans and specifications shall be considered and used together. Anything
appearing as a requirement of either shall be accepted as applicable to both even though
not so stated therein or shown. It is understood that the plans are schematic and do not
show all details of the work required. It shall be the Contractor's responsibility to
determine the full extent of all labor, materials and equipment required to accomplish the
intent of the plans and to accomplish said intent in accordance with accepted trade
practices.
8-35.2 Materials
8-35.2(1) General
This section is a partial list of materials needed for the storm vaults. It shall be the
Contractor's responsibility to determine the full extent of all materials required to provide
complete and operational storm vaults, which is in accordance with the plans, applicable
state requirements, and these specifications. It shall be the Contractor's responsibility to
ensure that all lids, grates and openings are designed for H2O traffic loading.
8-35.2(2) Vaults
The vaults shall each be a precast concrete structure manufactured by Utility Vault
Company, a Division of Oldcastle Precast, Inc., or approved equivalent, and subject to the
requirements in the plans and these specifications.
Formwork for fabrication: Provide forms and, where required, form facing
materials of metal, plastic, wood or another acceptable material that is nonreactive with
concrete and will produce smooth finish surfaces.
w Vault Design:
Loads: AASHTO HS-20 wheel loading and traffic loading on the concrete lid
because the vaults shall be located beneath a maintenance drive subject to vehicular
traffic. Minimum of 30% impact loading. 80 pcf E.F.P. lateral soil pressure due potential
high water table.
Standards: ASTM C857 "Minimum Structural Design Loading For Underground
Precast Concrete Utility Structures", and ACI-318-02 Building Code
Reinforcement:
Reinforcing Bars: ASTM A 615, Grade 60 (ASTM A 615M, Grade 40),
deformed.
Steel-Welded Wire Fabric: ASTM A 185, plain, cold drawn.
Supports for Reinforcement: Provide supports for reinforcement, including
bolsters, chairs, spacers and other devices for spacing, supporting and fastening
reinforcing, complying with CRSI recommendations.
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
r
Concrete Materials:
Portland Cement: ASTM C 150,Type III.
Use only one brand and type of cement throughout project, unless otherwise •
acceptable to Engineer.
Normal-Weight Aggregates: ASTM C 33, Class 5S. Provide aggregates from a
single source. •
Water: Potable.
Admixtures, General: Provide admixtures for concrete that contain not more than
0.1 percent chloride ions by mass of Portland cement or cementitious material. '
Air-Entraining Admixture: ASTM C 260, certified by manufacturer to be
compatible with other required admixtures.
Water-Reducing Admixture: ASTM C 494, Type A.
High-Range,Water-Reducing Admixture: ASTM C 494,Type F.
Water-Reducing and Accelerating Admixture: ASTM C 494, Type E.
Water-Reducing and Retarding Admixture: ASTM C 494,Type D.
8-35.2(3)Ladders and Steps
Materials and construction shall be in accordance with the WSDOT Standard
Specifications 7-05 and WSDOT Standard Plan B-1 z, and made of non-corrosive
materials. +
8-35.2(4) Outlet Structures,Pipes and Fittings
The catch basins for the outlet control structures shall be constructed in '
accordance with the Plans, these Specifications, and the Standard Plans, in conformity
with the lines and grades staked. The pipes for the outlet structures shall be manufactured
with corrugated steel pipe in conformance with Section 7-04.2 of the Special Provisions.
All metal parts shall be galvanized or aluminum coated.
•
•
w
- 113-
` V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
8-35.2(5) Hatch Opening
A hatch access door shall be provided in the vault at the locations shown in the
plans. The hatch access door shall be Type JD-AL H2O, size 6 ft. x 8 ft. length, as
manufactured by Bilco Company, (New Haven, CT) or approved equivalent. Length
denotes hinge side. The vault access door shall be single leaf. The vault access door
shall be pre-assembled from the manufacturer.
Performance Characteristics:
A. 1. Covers: Shall be reinforced to support AASHTO H-20 wheel load
.• with a maximum deflection of 1/1501h of the span. Manufacturer to
provide structural calculations stamped by a registered professional
engineer upon request.
2. Operation of the covers shall be smooth and easy with controlled
operation throughout the entire arc of opening and closing.
3. Operation of the covers shall not be affected by temperature.
4. Entire door, including all hardware components, shall be highly
corrosion resistant. Please consult the manufacturer when doors are to be
installed in unusually harsh environments or extremely corrosive
conditions.
B. Covers: Shall be 1/4" (6.3 mm) aluminum diamond pattern.
1. Hinges: Heavy forged aluminum hinges, each having a minimum 1/4"
(6.3 mm) diameter Type 316 stainless steel pin, shall be provided and
shall pivot so the cover does not protrude into the channel frame.
no 2. Covers shall be equipped with a hold open arm, which automatically
locks the covers in the open position.
3. Covers shall be fitted with the required number and size of
compression spring operators. Springs shall have an electorcoated acrylic
finish. Spring tubes shall be constructed of a reinforced nylon 6/6 based
engineered composite material.
ON 4. A Type 316 stainless steel snap lock with fixed handle shall be
mounted on the underside of the cover.
5. Hardware: Shall be anticorrosion throughout.
.W C. Finishes: Factory finish shall be mill finish aluminum with bituminous
coating applied to the exterior of the frame.
law Frame: Channel frame shall be 1/4"minimum extruded aluminum with bend down
anchor tabs around perimeter. A continuous EPDM gasket shall be mechanically
attached to the aluminum frame to create a barrier around the entire perimeter of the
cover and significantly reduce the amount of dirt and debris that may enter the entire
frame.
Hinges: The hinges shall be specifically designed to horizontal installation and
shall be through bolted to the cover with tamperproof Type 316 stainless steel lock bolts
a„ and shall be through bolted to the frame with Type 316 stainless steel bolts and locknuts.
- 114 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON ■r
SPECIAL PROVISIONS
Lifting Mechanisms: Manufacturer shall provide the required number and size of
compression spring operators enclosed in telescopic tubes to provide smooth, easy, and
controlled cover operation throughout the entire arc of opening and act as a check in
retarding downward motion of the cover when closing. The upper tube shall be the outer
tube to prevent accumulation of moisture, grit, and debris inside the lower tube assembly.
The lower tube shall be interlocked with a flanged support shoe fastened to formed '/a"
gusset support plate. ..
A removable exterior turn/lift handle with a spring loaded ball detent shall be
provided to open the cover and latch release shall be protected by a flush, gasketed,
removable screw plug.
8-35.3 Construction
8-35.3(1)Structural Plans
The Contractor shall coordinate the design of the precast concrete vault
manufacturer, and shall have structural plans of the vaults prepared and stamped by a
licensed structural engineer. The structural plans and calculations shall be submitted to
the Engineer, and the Contractor shall obtain approval from the Engineer prior to factory
construction of the precast vaults. Submittal of working drawings shall be in accordance
with Section 6-01.9 of the Standard Specifications. Six sets of drawings shall be
submitted unless otherwise directed by the Engineer.
8-35.3(2) Vaults
The vaults when constructed shall be free of leaks and construction joints shall be
provided with water stops.
Concrete Mixes for Vaults:
Prepare design mixes for each type of concrete required. Limit use of fly ash and
silica fume to not exceed, in aggregate, 25 percent of the Portland cement by weight. ..
Design mixes may be prepared by qualified precast manufacturing plant personnel or at
the precast fabricator's option, a qualified independent testing agency. Normal-Weight
Concrete: Proportion mixes by either laboratory trial batch or field test data methods #'
according to ACI 211.1 and ACI 301,using materials to be used on the Project, to
provide normal-weight concrete with the following properties: Compressive Strength
(28-Day): 4500 psi (41.4 MPa) minimum.
Add air-entraining admixture at manufacturer's prescribed rate to result in
normal-weight concrete at point of placement having an air content as follows, with a
tolerance of plus or minus 1-1/2 percent: Air Content: 5 percent for 3/4-inch minus (19-
mm) maximum aggregate.
r
.. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Other Admixtures: Use water-reducing, high-range water-reducing, water
reducing and accelerating, or water-reducing and retarding admixtures according to
manufacturer's directions.
Concrete-Mix Adjustments: Concrete-mix design adjustments may be proposed
when characteristics of materials, project conditions, weather, test results, or other
circumstances warrant.
Fabrication of Precast Concrete Vault:
..� Formwork: Accurately construct forms, mortar tight, of sufficient strength to
withstand pressures due to concrete placing operations and temperature changes.
Maintain formwork to provide completed precast concrete units of shapes, lines, and
dimensions indicated.
Reinforcement: Comply with the recommendations of CRSI's "Manual of
Standard Practice"for fabricating, placing, and supporting reinforcement. Clean
reinforcement of loose rust and mill scale, earth, and other materials that reduce or
destroy the bond with concrete. Accurately position, support and secure reinforcement
., against displacement by formwork, construction, or concrete placement operations.
Locate and support reinforcement by metal chairs, runners, bolsters, spacers and hangers,
as required. Place reinforcement to obtain at least the minimum coverages for concrete
.. protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement
in position while placing concrete. Set wire ties so ends are directed into concrete, not
toward exposed concrete surfaces. Install welded wire fabric in lengths as long as
practicable. Lap adjoining pieces at least one full mesh and lace splices with wire. Offset
laps of adjoining widths to prevent continuous laps in either direction.
Concrete Mixing: Comply with requirements and with ASTM C 94. Following
concrete batching, no additional water may be added.
Concrete Placement: Place concrete in a continuous operation to prevent seams or
planes of weakness from forming in precast units. Comply with requirements of ACI
304R for measuring, mixing, transporting, and placing concrete. Thoroughly consolidate
placed concrete by internal and external vibration without dislocating or damaging
reinforcement and built-in items. Use equipment and procedures complying with ACI
309R
.. Identify pickup points of precast concrete units and orientation in structure with
permanent markings, complying with markings indicated on final shop drawings. Imprint
casting date on each precast unit on a surface that will not show in the finished structure.
.. Finish formed surfaces of precast concrete as indicated for each type of unit, and
as follows:
• Standard Finish: Normal plant-run finish produced in forms that impart a smooth
finish to concrete. Small surface holes caused by air bubbles, normal color
variations, and form joint marks, and minor chips and spalls will be tolerated.
Major or unsightly imperfections, honeycombs, irregular surfaces, or structural
defects are not permitted.
- 116-
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON .r
SPECIAL PROVISIONS
Examination:
Prior to installation of the precast concrete vaults, the Contractor shall examine
the vaults for compliance with dimensional and size requirements, including installation .r
tolerances, true and level bearing surfaces, and other conditions affecting performance of
precast concrete units. Any dimensional sizes and finishes not in accordance with the
requirements shall be corrected by the Contractor prior to installation.
Excavation for Vaults and Installation• .•
The excavated area for the vaults shall be dug with a minimum of 3 feet clearance
around all walls to avoid obstructions when setting the vaults. Temporary shoring or
extra excavation shall be provided by the Contractor in accordance with Section 7-
08.3(1)B of the Standard Specifications. Extra care shall be taken to protect nearby utility
mains from damage or disturbance.
The vaults shall be placed upon 6 inches minimum compacted thickness of
crushed surfacing top course, as a gravel foundation. Install precast units level,plumb,
square, and true. Shore and brace precast concrete units to maintain location, stability,
and alignment until permanent connections are installed. The correct placement of the
storm vaults is important in order to form a smooth surface.
Backfill around vaults should consist of good compactable material such as pea ,.
gravel, sand or select backfill material. In no case shall the material be saturated soil, or
contain rocks in excess of 1-1/2" size, or organic materials. No voids should remain
between the vault walls and backfill material. 4W
Backfilling should be done after vaults are completely assembled making certain
to compact the backfill progressively from the bottom to the top surface. Compaction of
backfill shall be in accordance with Section 2-03.3(14)C, Method C, of the Standard ..
Specifications.
Grouting of all risers, covers, conduit of specific sections of vaults is the
responsibility of the Contractor. A recommended cement grout consists of two parts sand "
and one part cement and sufficient water to form a plastic slurry. Apply in a manner to
insure filling of all voids in the joint being sealed. Add sufficient water to form a plastic
slurry.
8-35.4 Measurement
Measurement for"Water Quality Vault"shall be lump sum.
No measurement for payment will be made for structure excavation for the storm
vault.
The horizontal limits for excavation of the vaults will be 3 ft. away from the
outside perimeter of the structure. The lower limits for excavation of the vaults will
follow a line parallel to the bottom and be 1 foot below the outside of the structure. If the
Contractor excavates outside of these limits or performs extra excavation as described in
Section 2-09.3(3)B of the Standard Specifications, measurement will be made for
"Shoring or Extra Excavation Class B", per square foot.
No measurement for payment will be made for trench excavation.
4W
- 117-
'w V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
No measurement for payment will be made for the crushed gravel foundation
beneath the vault.
8-35.5 Payment
Payment will be made in accordance with Section 1-04.1 of the Standard
Specifications for the following bid items in the proposal:
The lump sum pay item for"Water Quality Vault" shall be full pay for all
labor, materials, and equipment necessary to provide a complete and functional vault.
"'w The lump sum pay item includes the construction of the pre-cast concrete vault and gravel
foundation, baffle, pipes, riser, ladders, fittings and appurtenances within the vault, the
access openings and lids, and all work necessary to provide a complete and functional
vault, including excavation, backfill and compaction.
If the Contractor excavates outside of the excavation limits per Section 8-35.4 of
these special provisions or performs extra excavation as described in Section 2-09.3(3)B
of the Standard Specifications, it shall be considered for the Contractor's benefit and shall
be included in the unit price of"Shoring or Extra Excavation Class B."
MW
- 118-
V. CONTRACT SPECIFICATIONS CITY OF RENTON i
SPECIAL PROVISIONS
�r
DIVISION 9
MATERIALS
9-00 DEFINITIONS AND TESTS
SECTION 9-00 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-00(A) Recycled Materials (RC)
The City encourages the use of recycled materials whenever practicable, provided up
that those materials meet or exceed all applicable requirements described elsewhere in the
contract specifications. Should recycled materials be utilized, the City requires that a
Recycled Product Reporting Form be completed by the Contractor. ,,,,,,
9-02 BITUMINOUS MATERIALS
9-02.1 Asphalt Material, General
SECTION 9-02.1(10)IS A NEW SECTION.
9-02.1(10) Loop Sealant (RC)
Unless specified otherwise in the contract or permitted by the Engineer upon
request from the Contractor,loop sealant shall be hot-melt, rubberized asphalt sealant
(Crafco Loop Detector Sealant or approved equal), shall meet the penetration,flow and
resilience specifications of ASTM D3407.
The Contractor shall request and obtain approval from the Engineer for the type of
loop sealant to be used before installing detector loops and shall submit manufacturer ..
cutsheets or other data if requested by the Engineer in order to enable the Engineer to
determine the acceptability of the sealant.
9-03 AGGREGATES
SECTION 9-03.8(2)IS SUPPLEMENTED WITH THE FOLLOWING: ..
9-03.8(2) HMA Test Requirements
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be 14.31
million. ..
ITEM 1 OF SECTION 9-03.8(7)IS DELETED AND REPLACED WITH.
- 119-
.. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
.. 9-03.8(7) HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances. After the JMF is determined as required
•.. in 5-04.3(7)A, the constituents of the mixture at the time of acceptance
shall conform to the following tolerances:
Nonstatistical Commercial
Evaluation Evaluation
Aggregate, percent passing
1",3/a", lh", and 3/8" sieves ±6% ±8%
U.S. No. 4 sieve ±6% ±8%
U.S. No. 8 sieve ±6% ±8%
U.S. No. 16 sieve ±4% ±6%
U.S. No. 30 sieve ±4% ±6%
U.S. No. 50 sieve ±4% ±6%
.. U.S. No. 100 sieve ±3% ±5%
U.S. No. 200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.3% ±0.7%
..
VMA I% below minimum value in 9-03.8(2)
VFA min. and max. as listed in 9-03.8(2)
Va 2.5% minimum and 5.5% maximum
These tolerance limits constitute the allowable limits as described in Section l-
06.2. The tolerance limit for aggregate shall not exceed the limits of the control points
section, except the tolerance limits for sieves designated as 100% passing will be 99-100.
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
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 AASHTO M 36,
Type I and Type 11. Welded seam aluminum coated (aluminized) corrugated steel pipe
and pipe arch with metallized coating applied inside and out following welding is
acceptable and shall be asphalt treatment coated.
SECTION 9-05.7(2)IS DELETED AND REPLACED BY THE FOLLOWING:
Y
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of
ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced
concrete pipe shall be Type 11 in conformance with ASTM C150. No admixture shall be
used unless otherwise specified.
- 120-
V. CONTRACT SPECIFICATIONS CITY OF RENTON •
SPECIAL PROVISIONS
SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE FOLLOWING: ••
9-05.7(2)A Basis for Acceptance (RC)
All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in •
accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in
accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi.
SECTION 9-05.7(3)IS DELETED AND REPLACED BY THE FOLLOWING:
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) '
Joint assembly design shall be reinforced concrete bell and spigot type
incorporating a fully retained single rubber gasket in accordance with ASTM C361 or •r
AWWA C302. Rubber gasket material shall be neoprene.
SECTION 9-05.7(4)IS SUPPLEMENTED BY THE FOLLOWING: •
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Hydrostatic testing of rubber gasket joints shall be performed in accordance with •
ASTM C361 or AWWA C302 except test pressure shall be 5 psi.
SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS FOLLOWS: '
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a •
Manufacturer's Certificate of Compliance stating that the materials furnished comply in
all respects with these Specifications. The Engineer may require additional information or ..
tests to be performed by the Contractor at no expense to the State.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with
pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut •
evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam
or a continuous helical welded seam paralleling the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated •
(aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-
05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs
shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t)
plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high •
(measured as the minimum vertical distance from the outside of pipe wall immediately
adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of
the ribs shall be 11.75 inches center to center(measured normal to the direction of the
ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of
0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not
contain a lockseam, a stiffener shall be included midway between ribs, having a nominal
- 121 -
•
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe.
Pipe shall be fabricated with ends that can be effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous
treated or paved. The bituminous treatment for spiral rib pipe shall conform to the
requirements of Sections 9-05.4(3) and 9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly
from the smooth pipe wall and shall be fabricated from a single thickness of material.
The ribs shall be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum
of.4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80
inches center to center(measured normal to the direction of the ribs). The radius of bend
of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of
+ 10 percent.
SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION.
aw
9-05.12(3) CPEP Sewer Pipe (RC)
CPEP - Smooth interior pipe and fittings shall be manufactured from high density
polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4
or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply
with all material and stiffness requirements of AASHTO M294.
SECTION 9-05.141S DELETED
SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe(RC)
MW Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with
pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut
evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a
ow seam gasket.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs
aw shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to
center. Pipe shall be fabricated with ends that can be effectively jointed with coupling
Im
bands.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly
from the smooth pipe wall and shall be fabricated from a single thickness of material.
ow The ribs shall be 0.375 inch± 1/8 inch wide (measured outside to outside) and a
minimum spacing of ribs shall be 4.80 inches center to center(measured normal to the
direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be
.. 0.0625 inch with an allowable tolerance of± 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly
from the smooth pipe wall and shall be fabricated from a single thickness of material.
The ribs shall be 3/4 inch± 1/8 inch wide (measured outside to outside) and a minimum
of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe
wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center
- 122-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
to center(measured normal to the direction of the ribs). The radius of bend of the metal
at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of± 10 percent.
9-06 STRUCTURAL STEEL AND RELATED MATERIALS
9-06.5 BOLTS
r
SECTION 9-06.5(4)HAS BEEN SUPPLEMENTED BY ADDING:
9-06.5(4) Anchor Bolts (RC)
All anchor bolts, nuts, washers and anchor plates for signal poles, street light
poles,strain poles or other types of poles shall meet the recommended specifications of
the pole manufacturer. The Contractor shall be responsible for providing to the Engineer
any and all data concerning fabrication, strength test results, mill certification and other
data required to confirm that the anchor bolts meet those specifications.
The following standard specifications shall apply to anchor bolts for street light,
signal and strain poles provided that the Contractor can submit documentation from the .r
manufacturer affirming that anchor bolts meeting these specifications are recommended
for the pole to be installed thereon:
1. The standard anchor bolt for aluminum street light poles shall be 42 inches in length
and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft of the
anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend
on the bottom end and a minimum of six inches of die-cut threads on the top end. ..
2. The anchor bolts for signal poles and strain poles shall meet the specifications as
designated on the approved manufacturer's pole plans and/or supplemental plans or
specifications provided by the manufacturer. ..
All anchor bolts,nuts and washers shall meet the pole manufacturer's
specifications and shall be hot dipped galvanized unless such galvanization is not
permitted for the type of steel as per Section 9-06.5(4). •r
9-08 PAINTS
SECTION 9-08.8 IS A NEW SECTION:
9-08.8 Manhole Coating System Products (RC) ..
9-08.8(1) Coating System Specification (RC)
The following coating system specifications shall be used'for coating (sealing)
interior concrete (including the channel) surfaces of sanitary sewer manholes when
required. .,
Coating System Specification
A. General ..
1. Buried Manhole
2. Surface Color Paint System
- 123 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
+r.
a. Buried, and White C-1
exposed
concrete
surfaces.
9-08.8(2) Coating Systems
A. High Solids Urethane
r
Coating System: Cl
Coating High Solids Urethane
.. Material:
Surfaces: Concrete
Surface In accordance with
Preparation: SSPC SP-7 (Sweep or
brush off blast)
Application: Shop/Field The drying
time between coats
shall not exceed
24hours in any case
System 6.0 mils dry film
Thickness:
Coatings: Primer: One coat of
Wasser MC-Conseal
high solids urethane
(2.0 DFT) Finish: Two
or more coats of
Wasser MC-Conseal
M„ (min. 4.0 DFT)
9-14 EROSION CONTROL
SECTION 9-14.1(])19-SUPPLEMENTED ADDING THE FOLLOWING:
9-14.1(1) Topsoil Type A
Topsoil Type A mix shall be a mixture of compost and sand.
Compost shall comply with requirements of 9-14.4(8).
Sand shall be "Washed Building Sand" and meet the following chemical and
mechanical analysis:
Size Sieve Percent Passim
No. 4 ASTM E-11 100
No. 270 ASTM E-11 0- 2
r
- 124 -
...
V. CONTRACT SPECIFICATIONS CITY OF RENTON go
SPECIAL PROVISIONS
PERMISSIBLE RANGE •
Salinity(millimhos per centimeter of
saturation extract @ 25°C) Nil —3.0
Boron (saturation extract
concentration) Nil — 1.0 ppm
Sodium (sodium absorption ratio—SAR) Nil —6.0
Topsoil Type A shall be a two-way mix soil consisting of forty(40) percent sand
and sixty (60) percent compost by volume, thoroughly mixed together. Mixed soil shall ..
have pH range of 5.0 to 6.5 with dolomite limestone added as necessary to attain this
range. Contractor shall send minimum of one (1) representative sample of MIXED SOIL
to an approved soil-testing laboratory (state or commercial laboratory) to determine .•
FERTILITY ANALYSIS (to determine magnesium, nitrogen, potassium, phosphorus
levels, calcium, minor elements, soluble salts/conductivity and pH). The results shall be
submitted to the Engineer (WITH TEST RESULTS AND LABORATORY
RECOMMENDATIONS FOR ORNAMENTAL PLANT GROWTH) for approval prior
to use on the project site. The Contractor shall be responsible for whatever soil additives
may be required, as recommended by the testing laboratory. The cost for testing and soil
additions must be borne by the Contractor.
Submit sand and mixed soil laboratory tests and supplier's certification of
material for Engineer's review and approval prior to use on project site.
SECTION 9-14.3 IS SUPPLEMENTED ADDING THE FOLLOWING:
9-14.3 Fertilizer
General: Fertilizers must be delivered to job sites,mixed as specified, and in
standard size unopened containers showing weight, analysis, and name of manufacturer.
Material shall be uniform in composition, free-flowing, and suitable for application by .,
mechanical equipment. All elements shall be protected from the weather,particularly
moisture,both on and off the job site.
Fertilizer for the trees, shrubs, and groundcover shall be 21-gram Agriform tablets .r
20-10-5.
Fertilizer for topsoil shall be per Specification Section 9-14.1(1) Topsoil Type
•
SECTION 9-14.6(5)IS SUPPLEMENTED ADDING THE FOLLOWING:
•
9-14.6(5) Inspection
- 125 -
r
.. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
,., The review and approval of all plant materials by the Engineer, prior to planting,
is mandatory. The Contractor shall submit plant samples to the Engineer's office and/or
have samples available at the project site for review during scheduled site visits.
The Contracting Agency reserves the right to reject, through his/her agent, any or
all plant material at any time until final inspection and acceptance. Contractor is to
remove rejected plants immediately from site.
SECTION 9-14.6(7)IS SUPPLEMENTED ADDING THE FOLLOWING:
9-14.6(7) Temporary Storage
Ball and burlapped plants that cannot be planted within one (1) day after arrival
are to be heeled-in or otherwise temporarily stored, as specified and in accordance with
accepted horticultural practice and as specified herewithin.
aw
..
up
r
..
- 126-
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 9-14.6(8)IS SUPPLEMENTED ADDING THE FOLLOWING:
9-14.6(8) Sod ..
Sod shall be one year old from a seeding of 65% Perennial Turf Type Ryegrass,
and 35% Fine Fescue. Cut one (1) inch or less in mowing height prior to being lifted
from field. Sod shall be dense, in vigorous condition, dark green in color, and free from
disease and harmful insects. Sod available at Emerald Turf Farm, Sumner, Washington—
Phone (253) 863-1003, or approved equal.
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
SECTION 9-23.9 IS REVISED AS FOLLOWS:
9-23.9 Fly Ash (RC)
Fly ash shall not be used around water lines. .r
9-29 ILLUMINATION, SIGNALS,ELECTRICAL
SECTION 9-29.1 IS SUPPLEMENTED BYADDING THE FOLLOWING:
9-29.1 Conduit (RC) ..
The conduit P.V.C. - non-metallic shall be of the two types indicated below:
1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be used
in all installations, where specified, under roadways.
2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards.
3. PVC solvent cement shall be medium-bodied gray and shall meet ASTM D 2564 ..
including note 8 (label to show pipe sizes for which the cement is recommended).
SECTION 9-29.2(1)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-29.2(1) Standard Junction Box (RC)
Standard junction boxes shall be reinforced concrete with galvanized steel from •
anchored in place and galvanized steel cover plate (Diamond pattern) as indicated on
detail sheets.
The inscriptions on the covers of the junction boxes shall be as follows:
1. Signal only: "Signals"
2. Street Lighting only: "lighting"
3. Traffic Signal and Street lighting Facilities: "TS-LT"
The above inscriptions shall not be higher than the top surface of the cover plates.
•
- 127-
.r
.. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 9-?9.2(3)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
` 9-29.2(3) Structure Mounted Junction Box
_ NEMA 4X Stainless Steel Junction Boxes
NEMA 4X stainless tell junction boxes shall meet the following requirements:
Cover screws shall be stainless steel. Junction boxes installed on exterior
of structures shall have an external hinge. Junction boxes shall be labeled with the
appropriate designation. See Standard Plans for traffic signal system and illumination
system labeling. Communication system boxes shall be labeled in the same manner,
with the exception that the label shall be COMM.
Polyethylene drain tubes for junction boxes mounted in structures shall be 3/8-
inch diameter with a wall thickness of.062 inches and shall be rated for a 110 psi
.. working pressure at 73°F.
SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
9-29.3 Conductors, Cable (RC)
Each wire shall be numbered at each terminal end with a wrap-around type
numbering strip bearing the circuit number shown on the plans.
No splicing of any traffic signal conductor shall be permitted unless otherwise
indicated on the plans. All conductor runs shall be pulled to the appropriate signal
terminal compartment board with pressure type binding posts. The only exceptions shall
be the splices for detector loops at the nearest junction box to the loops.
The Contractor shall provide and install all the necessary wiring, fuses and fittings
so as to complete the installation of the signal and lighting equipment as shown on the
plans. All materials and installation methods, except as noted otherwise herein, shall
.w comply with applicable sections of the National Electrical Code.
7. Two conductor shielded (2CS) cable shall have No. 14 AWG (minimum)
conductors and shall conform to I.M.S.A. specification No. 50-2.
8. Detector loops installed at the 140th Way SE intersection shall use No. 14 stranded
copper conductors, Class B, with Type XLP/USE insulation.
�- All other detector loop wire shall be No. 12 AWG stranded copper wire, Class B,
with chemically cross-linked polyethylene type RHH-RHW insulation of code thickness.
11. Communication cable installed between the 140`h Way SE and 131St Avenue SE
intersections shall be as specified in Section 9-29.3 Item 11,except it shall be 22 gauge,
and the number of cable pairs shall be as shown in the Plans.
ow All other communications cable shall meet REA specification PE-39 and shall
have No. 19 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The
cable shall have a petroleum compound completely filling the inside of the cable.
The shielded communications/signal interconnect cable shall meet the following:
- 128-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
r
1. Conductors: Solid, soft drawn, annealed copper, size 19 AWG.
2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone
industry color coding.
3. Cable core assembly: insulated conductors are twisted into pairs with varying lays
(twist lengths) to minimize cross talk and meet strict capacitance limits.
4. Shielding: A corrosion/oxidation resistant tinted ethylene copolymer coated (both
sides) .008" thick corrugated aluminum tape shield is applied longitudinally with
shielding coverage. A .005 corrugated tape applied in the same manner is acceptable. .,
5. Outer jacket: A black, low density high molecular weight virgin polyethylene
(compounded to withstand sunlight, temperature variations and other environmental
conditions plus abuse during installation) is extruded overall to provide a continuous
covering.
6. Footage markings: footage markings must be printed sequentially a minimum of 2'
along the outer jacket. ..
7. Filling: the entire cable within the outer jacket is flooded with petroleum-polyethylene
gel filling compound including the area between the outer jacket and the shield.
SECTION 9-29.6(l), INCLUDING THE HEADING, IS REVISED AS FOLLOWS:
9-29.6(1) Steel Light and Signal Standards
Steel plates and shapes for light and signal standards shall conform to the
requirements of ASTM A 36. Shafts for light and signal standards, except Type PPB ..
signal standards, shall conform to ASTM A 572, Grade 50. Shafts and caps for Type
PPB signal standards,slipfitters for Type PS, I,FB, and RM signal standards, and all ow
pipes shall conform to ASTM A 53, Grade B. Base plates for light standards shall
conform to ASTM A 572, Grade 50,except as otherwise noted in the Standard Plans for
fixed base light standards. Base plates for signal standards shall conform to ASTM A 36. ..
Connecting bolts shall conform to AASHTO M 164. Fasteners for handhole covers,
bands on lighting brackets, and conductor attachment brackets shall conform to ASTM F
593. ,r
Light and signal standards shall be hot-dipped galvanized in accordance with
AASHTO M 111 and AASHTO M 232. Galvanized steel light and signal standards shall
not be painted. r.
Traffic Signal Standards
Traffic signal standards shall be furnished and installed in accordance with the
methods and materials noted in the applicable Standard Plans, pre-approved plans, or
special design plans.
All welds shall comply with the latest AASHTO Standard Specifications for
Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding ..
inspection shall comply with Section 6-03.3(25)A Welding Inspection.
- 129-
` V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
r. Hardened washers shall be used with all signal arm connecting bolts instead of
lockwashers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40
percent of proof load.
Traffic signal standard types and applicable characteristics are as follows:
Type PPB Pedestrian push button posts shall conform to Standard Plan
J-7a or to one of the following pre-approved plans:
Fabricator Drawing No.
Northwest Signal NWS 3530 or NWS 3530B
Supply Inc.
Valmont Ind. Inc. DB00655 Rev. B
Ameron Pole M3723 Rev. D
Prod. Div.
Type PS Pedestrian signal standards shall conform to Standard Plan J-
7a or to one of the following pre-approved plans:
Fabricator Drawing No.
Northwest Signal NWS 3530 or NWS 3530B
Supply Inc.
Valmont Ind. Inc. DB00655 Rev. B
Ameron Pole M3723 Rev. D or W3539
Prod. Div.
Union Metal Corp. TA-10025 Rev. 11
Type I - Type I vehicle signal standards shall conform to Standard Plan
J-7a or to one of the following pre-approved plans:
Fabricator Drawing No.
Northwest Signal NWS 3530 or NWS 3530B
Supply Inc.
Valmont Ind. Inc. DB00655 Rev. B
Ameron Pole M3723 Rev. D or W3539
Prod. Div
Union Metal Corp. TA-10025
- 130-
rr
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Rev. 11
Type FB Type FB flashing beacon standard shall conform to Standard
Plan J-7a or the following pre-approved plan:
Fabricator Drawing No.
Union Metal Corp 50200-1358, Slits. 1 & 2
Valmont Ind. Inc. DB00655 Rev. B
Ameron Pole W3539 Rev. B
Prod. Div.
Northwest Signal NWS 3535 or NWS 3535B
Supply, Inc.
Type RM Type RM ramp meter standard shall conform to Standard Plan
J-7a or the following pre-approved plan: ..
Fabricator Drawing No.
Union Metal Corp 50200-B58, Shts. 1 & 2
Valmont Ind. Inc. DB00655 Rev. B
Ameron Pole W3539
Prod. Div.
Northwest Signal NWS 3535 or NWS 3535B
Supply, Inc.
Type II Characteristics:
- Luminaire mounting height N.A.
Luminaire arms N.A.
Luminaire arm length N.A.
Signal arms One Only
Type II standards shall conform to one of the following pre-approved plans,
provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z)
signal arm loadings in cubic feet are noted after fabricator.
4W
- 131 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Signal Arm
aw Length (max) Fabricator-(x) (y) (z) Drawing No.
65 ft. Valmont Ind. Inc.-(2894) DB00625-Rev. D,
Shts. 1, 2 & 3
65 ft. Union Metal Corp. (2900) 71026-1386 Rev. 4
shts. 1, 2, & 3
65 ft. Ameron Pole-(2900) W3724-1 Rev. A &
Prod. Div. W3724-2 Rev. C
65 ft. Northwest Signal-(2802) NWS 3500 Rev. 10/14/03
Supply Inc. or NWS 3500B
Rev. 10/14/03
45 ft. American Pole(1875) WS-T2-L Rev. 1
Structures, Inc.
65 ft. American Pole (2913) WS-T2-H Rev. 1
Structures, Inc.
Type III Characteristics:
Luminaire mounting height 30 ft.,
35 ft.,
40 ft.,
or 50 ft.
Luminaire arms One Only
Luminaire arm type Type 1
Luminaire arm length (max.) 16 ft.
Signal arms One Only
Type III standards shall conform to one of the following pre-approved plans,
provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z)
signal arm loadings in cubic feet are noted after fabricator.
Signal Arm
Length (max) Fabricator-(x) (y) (z) Drawing No.
65 ft. Valmont Ind. Inc.-(2947) DB00625-Rev. D,
Shts. 1, 2 & 3
and "J" luminaire arm
1W
- 132-
...
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
65 ft. Union Metal Corp.. (2900) 71026-1387 Rev. 4
Shts. 1, 2 & 3
65 ft. Ameron Pole-(2900) W3724-1 Rev. A &
Prod. Div. W3724-2 Rev. C
and "J" luminaire arm
65 ft. Northwest Signal-(2802) NWS 3500 Rev. 10/14/03
Supply Inc. or NWS 3500B r
Rev. 10/14/03
45 ft. American Pole (1875) WS-T3J-L, Rev. 1, Shts. 1 &2 ,.
Structures, Inc.
65 ft. American Pole (2913) WS-T3J-H Rev. 1, Shts. 1 & 2 .
Structures, Inc.
Type IV Type IV strain pole standards shall be consistent with details
in the plans and Standard Plan J-7c or one of the following
pre-approved plans:
Fabricator Drawing No.
Northwest Signal NWS 3520 or NWS 352013,
Supply Inc.
Valmont Ind. Inc. 5000-4
.r
Ameron Pole M3650 Rev. A
Prod. Div.
Union Metal Corp. EA-10224 Rev. 6
American Pole 9000-12-037 Rev. A
Structures, Inc.
•
Type V Type V combination strain pole and lighting standards shall
be consistent with details in the plans and Standard Plan J-7c
or one of the following pre-approved plans: ..
Fabricator Drawing No.
Northwest Signal NWS 3520 or NWS 3520B
Supply Inc.
Valmont Ind. Inc. 5000-4 ~
.rr
- 133-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Ameron Pole M3650 Rev. A
Prod. Div.
Union Metal Corp. EA-10225, Rev. 6
Shts. 1 & 2
r
American Pole 9020-12-007 Rev. B
Structures, Inc.
The luminaire arm shall be Type 1, 16 foot maximum and the luminaire mounting
height shall be 40 feet or 50 feet as noted in the plans.
Type SD Type SD standards require special design. All special design
shall be based on the latest AASHTO Standard Specifications
for Structural Supports for Highway Signs, Luminaires and
Traffic Signals and pre-approved plans and as follows:
1. A 90 mph wind loading shall be used.
2. The Design Life and Recurrence Interval shall be 50
years for luminaire support structures exceeding 50
feet in height, and 25 years for all other luminaire
support structures.
3. Fatigue design shall conform to AASHTO Section
11,Table 114 using fatigue category III.
Complete calculations for structural design, including anchor bolt details, shall be
prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington,
in the branch of Civil or Structural Engineering or by an individual holding valid
registration in another state as a civil or structural Engineer.
All shop drawings and the cover page of all calculation submittals shall carry the
Professional Engineer's original signature, date of signature, original seal, registration
number, and date of expiration. The cover page shall include the contract number,
contract title, and sequential index to calculation page numbers. Two copies of the
associated design calculations shall be submitted for approval along with shop drawings.
Details for handholes and luminaire arm connections are available from the
Bridges and Structures Office.
Foundations for various types of standards shall be as follows:
Type PPB As noted on Standard Plan J-7a.
Type PS As noted on Standard Plan J-7a.
- 134-
r..
•
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Type I As noted on Standard Plan J-7a.
Type FB As noted on Standard Plan J-7a
Type RM As noted on Standard Plan J-7a
Type 11 As noted in the Plans. r
Type III As noted in the Plans.
Type IV As noted in the Plans and Standard Plan J-7c.
Type V As noted in the Plans and Standard Plan J-7c.
Type SD As noted in the Plans.
SECTION 9-29.6(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-29.6(1)A Decorative Light Standards ..
Decorative light standards shall be KIM lighting poles matching those installed
for the Renton Aquatic Center. The poles shall be round, aluminum, non-tapered with
custom color matching aquatic center poles.
SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-29.9 Ballast,Transformers (RC)
The Ballast shall be pre-wired to the lamp socket and terminal board.
SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
i
9-29.10 Luminaires (RC)
Conventional highway luminaires shall be high-pressure sodium Type III medium qW
cut-off.
The refractor or flat lens shall be mounted in a doorframe assembly, which shall
be hinged to the luminaire and secured in the closed position to the luminaire by means of ••
an automatic latch. The refractor or flat lens and doorframe assembly, when closed, shall
exert pressure against a gasket seat. Gaskets shall be composed of material capable of
withstanding temperatures involved and shall be securely held in place. •
All other luminaires shall meet the following specifications:
The filter shall be charcoal with elast-omer gasket.
Luminaires shall have a cast aluminum housing of the cobra head style with a
glass ovate refractor.
The manufacturer's name or symbol shall be clearly marked on each luminaire.
9-29.10(2) Decorative Luminaires
Decorative luminaires shall be large structural KIM lighting fixtures. The fixtures shall
be truss mounted with custom color matching the Renton Aquatic Center luminaries.
Mounting configurations and distribution type shall be as shown in the plans.
- 135 -
.r
` V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
9-29.11 Control Equipment
SECTION 9-29.11(2)IS DELETED AND REPLACED WITH:
9-29.11(2) Photoelectric Controls (RC)
'! Photoelectric controls shall be a plug-in device, rated to operate on 120 volts,
60 Hz. The unit shall consist of a light sensitive element connected to necessary control
relays. The unit shall be so designed that a failure of any electronic component will
energize the lighting circuit. The photo cell shall be a solid state device with stable
turn-on values in the temperature range of-55 degrees C to +70 degrees C. The photo
cell shall be mounted externally on top of the luminaire. In a contactor controlled system,
the photo cell to control the system shall be mounted on the luminaire nearest to the
servicelcontactor cabinet. The photocell shall be capable of switching "ON" 1,000 watts
of incandescent load as a minimum.
SECTION 9-29.12(2)IS SUPPLEMENTED WITH THE FOLLOWING:
aw
9-29.12(2) Traffic Signal Splice Material
.. Induction loop splices shall be either mastik type, or moisture resistant two way
heat shrink type meeting Mil Spec I-23053, or re-enterable type with semi-hardening
epoxy filling compound that remains semi-flexible enclosed in a re-enterable rigid mold
with end cap seals.
SECTION 9-29.13(2)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
9-29.13(2) Flashing Operations (RC)
2. Police Panel Switch. When the flash-automatic switch located behind the
police panel door is turned to the flash position, the signals shall immediately
revert to flash and remove power from the controller. When the switch is placed
on automatic,power shall be applied to the controller to initiate start-up sequence.
3. Cabinet Switches. When the flash-automatic switch located inside the
controller cabinet is placed in the flask operation Controller Cabinet Switches.
When the flash-automatic switch located inside the controller cabinet is placed in
the flash position, the signals shall immediately revert to flash; however, the
controller shall continue to function. When the flash-automatic switch is placed in
the automatic position, the controller shall immediately resume normal cyclic
operation. Adjacent to the flash-automatic switch shall be a controller on-off
switch. If the flash-automatic switch is in the automatic position and the controller
.. on-off switch is placed in the OFF position, the signals shall immediately revert to
flash.
5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation
voltages, the conflict monitor shall immediately cause the signal to revert to flash;
however, the controller shall stop time at the point of conflict. After the conflict
- 136-
..
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
monitor has been reset, the controller shall immediately take command of the
signal displays.
The following is a supplement:
6. Flash unit shall be a two-circuit type, capable of switching loads up to 1000
watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or
minus two flashes per minute.
SECTION 9-29.13(3)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
9-29.13(3) Emergency Pre-emption (RC)
Immediately after a valid call has been received, the preemption controls shall
cause the signals to display the required clearance intervals and subsequent preemption
intervals. Preemption shall sequence as noted in the contract. Preemption equipment shall
be installed so that internal wiring of the controller, as normally furnished by the
manufacturer, is not altered.
Emergency vehicle pre-emption shall be furnished as modules that plug directly
into a rack wired to accept 3-M discriminator type units. The pre-emption system
operation shall be compatible with the 700 Series 3M company "opticom" system which
the City of Renton is currently using and shall be capable of being activated by the same
transmitters.
The optical signal discriminator system shall enable an authorized vehicle to
remotely control traffic control signals from a distance of up to 1800 feet(0.54
kilometers) along an unobstructed "line of sight" path. The system shall cause the traffic
signals controller to move into an appropriate fire pre-emption program. this optical
discriminator shall interface to the 562 software, for field programmability. It shall
r
consist of the following components:
1. Optical energy detectors which shall be mounted on the traffic signal mast arms
and shall receive the optical energy emitter's signal.
2. Discriminators which shall cause the signal controller to go into internal pre-
emption which will give the authorized vehicle the right of way in the manner
shown on the phase sequence diagram. ..
3. Pre-emption Indicator Lights.
Optical Detector
1. Shall be of solid state construction. ••
2. Fittings shall meet the specifications of the system manufacturer to facilitate ease
of installation.
3. Shall operate over an ambient temperature range of-40°F to +180°F(-40°C to •
+85°C).
4. Shall have internal circuitry encapsulated in a semi-flexible compound and shall
be impervious to moisture.
5. Shall respond to the optical energy impulses generated by a pulsed Xenon source
with a pulse energy density of 0.8 micro joule per square meter at the detector, a
rise time less than one microsecond and half power point pulse width on not less
than thirty microseconds.
r
- 137-
.rr
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Discriminator
Each module shall do the following:
1. Shall provide for a minimum of two channels of optical detector input.
2. 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.
.. When the phase selector is responding to one detector, it shall not respond to any
other detector until calls from the first detector are satisfied. Indicator lights shall
indicate power on, signal being received, channel called. Switches shall control system
.. power and simulate detector calls for each phase.
SECTION 9-29.13(4)IS SUPPLEMENTED BYADDING THE FOLLOWING:
r
9-29.13(4) Wiring Diagrams (RC)
The controller cabinet shall have a waterproof envelope with a side access
attached to the inside of the cabinet door. At the time of delivery the envelope shall have
four complete sets of schematics and manuals for all assemblies and sub-assemblies.
The controller cabinet shall have a waterproof envelope with a side access
attached to the inside of the cabinet door. There shall be four(4) complete sets of
controller cabinet schematics as well as manuals for all assemblies and sub-assemblies.
The controller cabinet schematics shall include the intersection name, and an intersection
diagram that shall include intersection phasing and loop assignments. There shall be a
digital compact disk (CD) containing the controller cabinet schematics in autocad digital
r
file format.
SECTION 9-29.13(6)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-29.13(6) Radio Interference Suppressors
A Cornell-Dubiler radio interference filter NF 10801-130 amps or equivalent
shall be used to filter the A.C. power. Additionally, all power supplies shall have noise
immunity from other devices within the cabinet.
SECTION 9-29.13(7)IS REVISED AND SUPPLEMENTED AS FOLLOWS:
9-29.13(7) Traffic-Actuated Controllers (RC)
�1��I:� '1'raf#ic.Si�ral t:'c�ntr��lle�•s: I
1. The NEMA controller shall be an Eagle Model EPAC300-M50 or equal
_ and shall meet the following specifications:
1.1 Required Standards
Traffic signal controller shall meet or exceed all requirement of the
NEMA TS2-1998 specification. Equipment supplier shall provide a letter
from an independent testing laboratory certifying controller compliance to
the NEMA TS2-1998 specification.
- 138-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
1.2 Standard NEMA Configurations
Two Input/ Output configurations shall be provided:
4. NEMA TS-2 Type 1 for serial connection to cabinet Bus Interface
Unit
b. NEMA TS-2 Type 2 for direct parallel connection to load switches
and detectors
1.3 Central Processor Unit (CPU)
In addition to NEMA requirements, the CPU shall provide the following:
a. Microware OS-9 Operating System with runtime license
b. Motorola 68360 microprocessor, 25 Mhz version
c. 4 Megabytes minimum dynamic random-access memory (DRAM)
d. 8 Megabytes minimum FLASH memory organized as a disk drive ..
e. 512 Kilobytes minimum static random-access memory(SRAM)
f. Time of Day (TOD)clock with hours, minutes, seconds, month, year,
and automatic daylight savings time adjustment. TOD may be .
implemented in the CPU via electronic circuitry, operating system
software, or a combination.
g. During power failures, the SRAM and TOD shall be powered by
STANDBY voltage from the power supply.
1.4 Power Supply
In addition to NEMA requirements, the Power Supply shall provide the
following:
a. Line Frequency Reference signal shall be generated by a crystal
oscillator, which shall synchronize to the 60-Hz VAC incoming
power line at 120 and 300 degrees. A continuous square wave signal
shall be +5 VDC amplitude, 8.333 ms half-cycle pulse duration, and
50 +/- I% duty cycle. The Line Frequency Reference shall
compensate for missing pulses and line noise during normal
operation. The Line Frequency Reference shall continue through 500
mS power interruptions.
b. STANDBY voltage via supercapacitor for backup power during loss
of service voltage shall be provided. Supercapacitor shall have a
minimum of 15-farad nominal size. No batteries of any type are
allowed.
1.5 Keyboard and Display
In addition to NEMA requirements, Keyboard and Display shall provide the
following:
a. Removable by pulling off, installed by pushing on, without use of
tools
b. Stowed extension cord to allow remote use of keyboard and display
c. Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard
d. Key quantity and function per Joint NEMA/AASHTO/TTE ATC
Standard
e. Liquid Crystal Display (LCD) with 8 lines of 40 characters
f. LCD contrast adjustment accomplished via the keypad, no contrast
knob allowed.
- 139-
,m V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
g. Light-emitting diode backlight for the LCD.
h. Audible electronic bell.
i. 'Connector compatible with C60 of Joint NEMA/AASHTO/ITE ATC
Standard, with the addition of+5VDC supplied by the controller on
C60, Pin 1
j. Keyboard and display may be deleted for cost savings by the Agency.
.. 1.6 Communications
In addition to NEMA requirements, the controller shall provide the
following:
a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front
panel
b. Built-in Internet Protocol (IP) address assigned by Institute of
,,. Electrical and Electronic Engineers (IEEE), one unique IP address for
each controller.
c. Built-in Infared (IR) wireless port compatible with Microsoft
,. Windows for Pocket PC Infrared RAW mode.
d. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is
optional per Agency specification. Choice of 2 or 4 wire operation
per Agency specification.
e. Built-in EIA-232 port for uploading and downloading applications
software, as well as to update the operating system.
f. Built-in C60 connector for use with removable Keyboard and Display,
Personal Computer COM1 or Personal Digital Assistant (PDA). C60
protocol per Joint NEMA/AASHTO/ITE ATC standard.
1.7 Controller Housing
In addition to NEMA requirements, the controller housing shall provide the
following:
.. a. Seven slots with card guides for standard 3U size Versa Module
Europe expansion modules. The expansion modules and mating back
plane board in controller are o tional,_per Agency specification.
b. Two slots with card guides for standard Joint N specification.
ATC modems. The modems and mating back plane board in the
controller are optional, per Agency specification.
c. Polycarbonate construction, except back panel, rear mounting tabs and
power supply mounting plate shall be aluminum for electrical
grounding.
d. Built-in carrying handle
e. Two adjustable front mounting feet, used to raise the front cables and
vary the display viewing-angle.
1.8 Traffic Control Software Functions
In addition to NEMA requirements, the controller shall provide the
following:
a. 16 Vehicle Phases
b. 16 Pedestrian Phases
c. 4 Timing Rings
d. 16 Overlaps
e. 80 Detectors
f. Status: Ring Timers, Coord Timers, Preempt Timers, Time Base,
Communication, Detector Diagnostics, Intersection, Input/Output
- 140-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
g. Reports: Local Alarm Logg, Comm Fault Log, Detector Fault Log,
System Detector Log, MOE Log, Speed Log, Volume Count Log,
Cycle MOE Log
h. Coordination Modes: Permissive Mode, Yield Mode, Permissive Yield
Mode, Permissive Omit Mode, Sequential Omit Mode, Full Actuated
Mode.
i. Adaptive Traffic Control: Adaptive Maximum Routines, Adaptive
Protected / Permissive Routines, Conditional Virtual Split Routines,
Coordinated Adaptive Split Routines. •
J Preemption/ Priority Routines
k. Standard Reports
1. Built-In Diagonstics
Time Base Control: 99 Day Programs, 10 Week Programs, 250 Events
NENIA 'rrafn sil nal cop..troller Firmware:
1. The controller shall have Eagle SE-PAC firmware or equal installed.
2. Operating Displays shall be via front panel and laptop computer.
2.1 The dynamic displays listed below shall be provided to show the
operational status of the controller. Additional displays shall be offered for `o
programming.
2.1.1 An intersection status display shall indicate the active status of all
signal driver outputs and vehicle plus pedestrian calls. When this
display is active,vehicle and/or pedestrian calls may be placed
from the keyboard.
2.1.2 An active timer display shall show a summary of ring, phase,
coordination, preemption and time-based control status. The menu
shall provide for the selection of any combination of the rings for
display(R 1 + R2,R3 +R4, R 1 +R3, etc.). This active timer
display shall indicate current interval,pedestrian, density, passage,
and maximum timing by phase and ring. The status of vehicle and
pedestrian phases shall be displayed in combination with vehicle
and pedestrian calls. Operational modes shall also be displayed e.g.
Time Base, Interconnected, System, Backup, Manual, System ..
Flash, Start Flash, Stoptime,Preempt,Priority, Diagnostic Flash,
etc. When this display is active vehicle and/or pedestrian calls may
be placed.
2.1.3 A coord timers display shall allow viewing of the real time status
of coordination timer(s) and parameters for the active pattern. The
coord timers display shall indicate the command source,current
pattern information,local/system cycle count, offset mode, offset
correction, time-based control status, coord mode,max mode,
force-off mode, phase pattern &mode and permitted phase &
control data.
2.1.4 A preempt timers display shall indicate preemption (railroad,fire,
emergency) and low priority (bus) status. When a preemptor is
active, the display shall also indicate preemptor interval and timer
countdown as well as priority lockout and max call time out.
- 141 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
.. 2.1.5 A time base status display shall indicate the current time and date,
the current day and week program, the active programmed
selections of the coordination pattern and auxiliary functions.
2.1.6 A detector status display shall indicate the current status for up to
80 detectors. The display shall show the status as determined by the
detector diagnostics capability of the controller. The condition will
be reported as one of the following states: on-line, failed open
loop,failed shorted loop, failed excessive inductance change, failed
max presence diagnostic, failed no activity diagnostic, failed erratic
counts diagnostic, BIU frame fault, not supported or"LWD" (not
detector, detector failure or detector watchdog timeout).
2.1.7 A conflict monitor display shall indicate the current status of the
conflict monitor, all channel RYG inputs, and up to six (6) faults
simultaneously.
3. Programming
3.1 Programming displays shall use front panel and laptop computer and shall meet
the following requirements:
3.1.1 Programming displays in the form of menus shall aid the operator
in entering data from the front-panel keyboard (if controller has a
keyboard).
3.1.2 A main menu shall allow the user to select a major function of the
controller. A submenu shall then be displayed to allow the user to
select a sub-function within the major function.
3.1.3 English language and traffic engineering terminology shall be used
throughout to facilitate programming. The display organization
shall allow traffic personnel to program the controller without
„p using reference cards or manuals.
3.1.4 Programming entries shall consist of alpha or numerical values.
During program entry, the new data shall be displayed as it is
entered. Entries shall only be validated and stored when the
ENTER (`B")key or the cursor key is pressed.
3.2 Programming Methods
3.2.1 The methods listed below shall be available for controller
programming.The manufacturer shall be able to provide as off-the-
shelf items all of the firmware and software required to affect the
.. listed programming methods and to implement network operation
with system masters and host PC's.
a. Manual data entry via the front panel keyboard.
b. Data downloading via telemetry from a system master connected
to a host PC in a closed-loop system.
c. Data downloading from a portable PC-compatible computer via
null-modem cable.
d. Data downloading from a PC-compatible computer via modem.
e. Data downloading from one controller to another using a serial
port on each controller.
3.3 Programming Security
3.3.1 The firmware shall prevent the alteration of keypad set unit
variables prior to the user having entered a specific code. No access
- 142 -
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
code shall be required to display data. Access codes shall initially
be set at"0000". Entry of a code of"9999" shall prevent access
from being turned off.
3.4 Programming Utility Functions
3.4.1 A copy function shall permit copying all timing data from one
phase to another. It shall also permit copying all coordination
pattern data from one pattern to another. This feature shall facilitate "
data entry when programming any two or more phases with the
same timing values and/or two or more coordination patterns with
the same pattern data.
3.4.2 The firmware shall contain a backup database stored in nonvolatile
memory. A copy function shall permit transferring the backup
database to the active database. An alternate database for
interchange control operation shall be selectable.
3.4.3 A print function shall allow the printing of firmware data and
detector count, detector failure, and event logs. The firmware shall
be capable of interfacing with any printer with an RS-232 interface
and capable of a minimum width of 80 columns. The printer .►
configuration shall provide user selection of baud rate (1200, 2400,
4800, 7200, 9600, & 19200), data bits (7 or 8), and parity(odd,
even, and none).
3.4.4 A display or laptop computer screen shall allow the user to view
the controller software version number.
3.4.5 A display or laptop computer screen shall assist the user in
programming the conflict monitor programming card based on the
controller unit ring structure and overlap programming.
4. Actuated Control Functions shall provide:
4.1 Phase sequence
4.1.1 The phase sequence of the controller shall be programmable in
most any combination of sixteen phases and four timing rings. ..
4.1.2 Phase sequence information shall be changeable and shall be stored
in FLASH memory.
4.1.3 The standard phase sequence of the controller also shall be capable
of being altered by coordination, time-of-day or external alternate
sequence command. Each of the fifteen alternate sequence
commands shall allow reversing the normal phase sequence of
eight phase pairs. The sixteen total sequences shall offer every
combination of lead-lag on an eight phase quad-left application.
4.1.4 The firmware shall provide an adaptive protected/permissive
sequence capability which measures the volume of left turn vehicle
traffic and available gap windows in the opposing through vehicle
traffic to determine whether the turn should operate in protected or ..
permissive mode.
4.1.5 The firmware shall provide the ability to inhibit service of a phase
based on another phase being ON.
ow
- 143-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
r
4.1.6 The firmware shall provide control of five-section,
protected/permissive left turn heads. When selected, this feature
shall cause the through (even) phase yellow to inhibit display of the
,r left turn (odd) phase yellow.
4.2 Timing intervals
4.2.1 Timing intervals shall be programmable from 0-999 in one second
.,, increments or from 0-99.9 in one-tenth second increments,
depending on the function.
4.2.2 Guaranteed minimum interval values of 3.0 seconds shall be set for
all yellow clearance timings (normal and preempt routines).
4.2.3 Cars before reduction shall provide a user-specified number of
actuations, or cars waiting,that must occur before starting gap
reduction. Gap reduction shall be initiated by either time before
reduction or cars before reduction, whichever reaches its maximum
value first.
4.2.4 The firmware shall be capable of alternate passage/maximum
timings for each phase. Up to three alternate passage timings and
maximum green timings shall be selectable based on time of day.
4.2.5 The firmware shall be capable of dynamically extending the
maximum green time for each phase based on vehicle demand. Up
mv to three dynamic maximum green intervals shall be selectable per
phase based on time-of-day. The initial interval shall be selectable
as either Max 1 or Max 2. If the phase terminates due to max-out
for two successive cycles, then the maximum green time in effect
shall automatically be extended by one dynamic step interval on
each successive cycle until it is equal to the selected Max. If the
phase gaps out for two successive cycles, then the maximum green
time shall be reduced by one dynamic step interval until such
subtraction would mean the adaptive max was less than the smaller
•• of the normal max or the dynamic max value.
4.3 Overlaps
4.3.1 The firmware shall provide sixteen internally-generated overlaps
(A through P). These shall be individually programmable.
4.3.2 Each overlap shall be individually programmable to enable the
green to remain on following termination of the parent phase green
(trailing operation). The firmware timing for the trailing operation
shall include green (0-999 seconds), yellow (0-99.9 seconds) and
red (0-99.9 seconds) timing intervals for each overlap.
4.3.3 Each overlap shall provide an entry(phase number) that will omit
the overlap trailing operation when the entered phase is ON.
4.3.4 Each overlap shall provide an entry(phase number) that will omit
the overlap trailing operation when the entered phase is NEXT.
4.3.5 Each overlap shall provide an entry(phase number) that will
prevent the overlap from outputting a green when the entered phase
- 144-
V. CONTRACT SPECIFICATIONS CITY OF RENTON i
SPECIAL PROVISIONS
is outputting a green and outputting a yellow when the entered
phase is outputting a yellow.
4.3.6 ' Each overlap shall provide an entry (phase number) that will
prevent the overlap from outputting a green until the the entered
phase is outputting a green.
4.4 Conditional Service
4.4.1 The firmware shall provide a programmable conditional service
feature. When selected, the controller shall service an odd-
numbered phase once normal service to that phase has been
completed and enough time for additional service exists on the
concurrent even phase.
4.5 Additional Features
4.5.1 The following features shall be programmable for each phase:
a. Phase in use
b. Locking/non-locking detector memory
C. Vehicle recall (Minimum, Maximum, and Soft)
d. Pedestrian recall
e. Recall Delay
4.5.2 Soft recall shall return the firmware to the programmed phase
when a conflicting phase is in green or red dwell and there are no
serviceable conflicting calls.
4.5.3 Recall delay shall cause the programmed recall (min, max, soft,
and ped) to occur the programmed seconds (0-999) after the phase
termination. r,
4.5.4 The firmware shall permit power-up start and external start to be
programmed by phase and interval. Start intervals shall be green,
yellow or red. .►
4.5.5 During a power-up start condition, the firmware shall be capable of
timing an all-red or flash interval before the start phase(s) and
interval are displayed.
4.5.6 The firmware shall provide last-car passage operation on a per
phase basis. When selected, this feature shall provide a full passage
(vehicle extension) interval when a phase gaps out with a gap in
effect less than the vehicle extension interval (preset gap).
4.5.7 The firmware shall provide both single and dual entry operation.
When selected, dual entry shall cause the firmware to ensure that "
one phase is timing in each ring.
4.5.8 The firmware shall provide the following additional selectable
pedestrian functions:
a. Actuated phase Rest In Walk.
b. Flashing WALK output.
C. Pedestrian Clearance protection during manual control.
d. Pedestrian Clearance through yellow or through yellow and
red clear. .�
4.5.9 The firmware shall provide a programmable simultaneous gap
termination feature. When programmed, phases in both rings shall
+r
- 145-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
gap out together in order to terminate the green interval and cross
the barrier.
4.5.10 The firmware shall provide automatic flash selection per the
„a requirements of the MUTCD. Both the flash entrance and exit
phases shall be programmable, and flashing shall be controlled by
either setting the voltage monitor output to be FALSE or by
.. flashing through the load switch driver outputs. Automatic flash
shall be selectable by external input, system command, or time of
day.
-� 4.5.11 The firmware shall provide dimming for selectable load switch
outputs. Dimming shall be accomplished by inhibiting the selected
outputs for alternate half cycles of the 120 VAC line. Dimming
shall be controllable by time of day and an external input.
Programming shall permit individual dimming of the Green/Walk,
Yellow/Ped Clear, Red/Don't Walk outputs for each load switch.
5. Coordination
Coordination functions to control intersection cycle lengths, system offset
relationships, and phase split percentages shall be provided as a standard feature,
with no need for additional modules or software.
5.1 Coordination Modes
The normal coordination mode shall be selectable. Each pattern
shall be capable of overriding the normal coordination mode with an
aw individually selectable coordination mode for that pattern.
5.1.1 Permissive Mode -The coordinated phase(s)shall operate as non-
actuated when coordinated. The coordinator shall provide for a
controlled release (permissive period) from the coordinated
phase(s) to each of the remaining phases in sequence. When a call
is not present for the phase to be serviced next in sequence, the
coordinator shall re-allocate that phase's time to the end of the
coordinated phase.
The first part of each permissive period shall consist of a
vehicle permissive period. The length of the period shall be
determined by the phase split and the vehicle minimum service
time.
The second part of each permissive period shall consist of a
pedestrian permissive concurrent with the vehicle permissive. The
length of this period shall be determined by the phase split and the
pedestrian minimum service time.
Prior to the beginning of the first permissive period, the
•• coordinated phase pedestrian shall display the Pedestrain Clear
indication and dwell Dont Walk. This wilt expand each subsequent
phase permissive due to the absence of coordinated phase
Pedestrian Clear time in each. The coordinated phase pedestrian
shall dwell Dont Walk until such time as the coordinated phase
terminates and returns to Green or the last permissive period in the
cycle is complete without the coordinated phase terminating.
- 146-
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
5.1.2 Yield Mode - The coordinated phases(s) shall operate as non-
actuated when coordinated. The coordinator shall provide for a
single release from the coordinated phases(s) to the remaining
phases in sequence. "
5.1.3 Permissive Yield Mode - The operation shall be similar to
Permissive Mode above with the following exceptions:
1. The coordinated phase pedestrian shall be actuated. •
2. Immediately prior to the first permissive, the coordinator
will provide a variable period for the coordinated phase
extension (Permissive Yield Point). 40
3. The amount of coordinated phase extension shall be
distributed proportionally.
A limitation shall be set on Sequential Omit mode in that it shall
apply only to controller units running with no more than two rings
in a cluster.
5.1.4 Permissive Omit Mode -The operation shall be equal to
Permissive Yield Mode above except that once the coordinated
phase has terminated to service a call, it shall not occur again until
after the last phase permissive has terminated or a phase is on that
is compatible with the coordinated phase.
A limitation shall be set on Sequential Omit mode in that it
shall apply only to controller units running with no more than two
rings in a cluster.
5.1.5 Sequential Omit Mode-The operation shall be equal to Permissive
Yield Mode with the following exceptions:
1. Sequential Omit Mode provides a phase by phase sliding :
window of service (lifted omit). One and only one phase in
a ring will have the omit lifted at any time.
2. Following the Permissive Yield Period, the coordinated
phase shall be omitted until the last permissive is over.
3. Following the Permissive Yield Period, the opening of a
permissive shall occur concurrent with the closing of the
prior permissive. The closing of each permissive shall ,m
occur at its normal position in the cycle.
A limitation shall be set on Sequential Omit mode in that it shall
apply only to controller units running with no more than two rings
in a cluster.
5.1.6 Full Actuated Mode - the operation shall be as defined in
Permissive Yield Mode with the following exceptions:
1. Following the Permissive Yield Period, any phase may be
served in the standard sequence provided the permissive
period for that phase has not expired.
2. Following the Permissive Yield Period, any phase may be
reserviced in the standard sequence provided the permissive
period for that phase has not expired.
3. Following the Permissive Yield Period and prior to the end
of the permissive for the phase before the first coordinated
phase, the coordinated phase shall operate as an actuated
phase.
- 147-
r
go V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
.. A limitation shall be set on Full Actuated mode in that it shall apply
only to controller units running with no more than two rings in a
cluster.
5.2 Timing Plans
5.2.1 A minimum of 16 Timing Plans (Dial/Split) shall be provided. The
Timing Plans shall be selected using telemetry (system), hardwire,
or non-interconnected (time base) commands.
5.3 Cycle Length
5.3.1 One cycle length shall be provided for each Timing Plan. The cycle
.. shall be adjustable over a range of 30-999 seconds in 1 second
increments.
The cycle time of each Timing Plan should be equal to the sum of
�. the phase times of the longest path between barriers in all rings in
the firmware.
5.4 Synchronization
5.4.1 For systems with a single system sync pulse, coordination timing
shall be synchronized to the leading edge of that pulse, which shall
serve as the master zero reference for all offset timing.
5.4.2 For hardwire systems with multiple sync pulses, the coordinator
shall lock onto the correct sync by checking for reoccurrence based
on the running cycle length.
5.4.3 After a valid system sync pulse has been received the coordinator
shall check for the proper occurrence of the system sync pulse
during each subsequent cycle. If a sync pulse does not occur for
two consecutive cycles, the coordinator shall revert to "sync
monitor free"operation (may be replaced by a TBC event).
5.5 Offset
5.5.1 Offset shall normally be defined as the time period from the system
sync pulse to the beginning of the leading coordinated phase green
., (local zero). The coordinator shall also be capable of referencing
the offset to the end of the coordinated phase green.
5.5.2 Offsets shall be programmable in seconds. The range shall be from
.. 0-999 seconds in 1 second increments. The coordinator shall
provide three offsets per Timing Plan.
5.5.3 Offset changes shall be achieved by adding or subtracting cycle
time over multiple cycle periods to allow a smooth transition to the
new offset. Offset correction using dwell shall also be selectable.
5.6 Split
.. 5.6.1 Each split shall provide a split interval for each phase. The split
interval shall be programmable using seconds. The range shall be
from 0-400 seconds in 1 second increments.
5.6.2 Split interval settings shall determine the maximum time, including
vehicle clearance (yellow and red), for a non-coordinated phase, or
the minimum time for a coordinated phase.
5.6.3 The firmware shall provide a `fixed' forced mode that terminates a
phase based on the plan timing. Each phase shall be forced the split
- 148-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
time after it becomes active to enable all unused time phase by "
phase to the beginning of the coordinated phase.
5.6.4 The firmware shall provide a `floating' force mode that terminates
a phase based on the cycle timing. Each phase shall be forced at a
fixed position in the background cycle to enable unused time phase
by phase to the next phase that has vehicle traffic that is capable of
taking it.
5.6.5 The firmware shall provide the ability to inhibit the internal
maximum green timing from terminating a phase during
coordinated operation or force the concurrent operation of
Maximum Green 1 /Maximum Green 2 during coordinated
operation.
5.7 Transition Cycles
5.7.1 The firmware shall provide a smooth and orderly transition when
changing from free operation to coordinated operation and from ..
one coordination command to another.
5.7.2 During a free-to-coordinated transition,the firmware shall initiate a
pick-up cycle beginning upon receipt of a valid coordination "
command. The firmware shall then enter coordination mode at the
beginning of the coordinated phase greens.
5.7.3 Each coordination command shall select a cycle, offset and split. •
Cycle, offset and split changes shall not take effect until local zero.
5.8 Absolute Sync
5.8.1 The firmware shall provide a sync reference method in which each 'r
cycle will be individually referenced to a single point in time. This
operation shall allow the firmware to keep in step with a free
running cycle counter,particularly one which does not divide ..
evenly into 24 hours,such as a 70 second cycle.
Following a power outage, the firmware shall automatically update
the absolute sync reference points. The firmware shall be capable
of updating the reference points following a power outage of up to
seven days without being reset. ,r
5.9 Local Split Demand
5.9.1 The coordinator shall provide a minimum of two queue selection
routines (four detectors per routine assigned from system detectors) �.
which shall allow the selection of a preferred coordination pattern
based upon intersection demand.
5.9.2 The queue routines shall be capable of selecting tasks other than "
patterns when the demand level exceeds the thresholds. As a
minimum, the alternate passage/maximum operation and adaptive
maximum operaton as specified above shall be selected via the
queue routines.
5.10 Free Mode
5.10.1 The coordinator shall provide a free mode of operation, where all •
coordination control is removed.
- 149-
«. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
,. 5.10.2 Free mode operation shall be selectable by coordination
commands.
5.10.3 The coordinator shall revert to the free mode when active
+. controller inputs or functions would interfere with coordination.
Such inputs or functions shall include the following:
a. Manual control enable
b. Stop time
C. Automatic flash
d. Preemption
5.11 Manual Control
The firmware shall allow manual override of the current
coordination command. The manual command shall allow
selection of any coordination pattern to be in effect.
,. 5.12 Interconnect Modes
5.12.4 The coordinator shall be capable of operating with any of the
following interconnect types:
a. Telemetry
.. b. Non-interconnected coordination (time-based)
C. Hardwired
5.12.5 The coordinator shall be compatible with fixed-time interconnect,
O. which provides the sync pulse superimposed on the offset lines.
The non-interconnected coordination mode shall serve as a backup
when using telemetry or hardwired interconnect.
5.13 Master Coordinator
.. 5.13.1 The coordinator shall output the coordination command, including
sync pulse. This feature shall permit the firmware to be used as a
time-of-day master in a hardwired interconnected system.
"' 5.13.2 The firmware shall provide a user selectable option of interruptor
sync pulses on the active offset output. Interruptor sync pulses shall
provide the true sync pulse plus additional pulses at intervals equal
'P to 20% and 25% of the cycle on alternate cycles.
6 Preemption
The firmware shall provide a minimum of six preemption
q. sequences. Preemption capabilit y hall be standard and shall not
require additional modules or software.
6.1 Railroad-Fire-Emergency Vehicle Preemption
6.1.1 The six preemptors shall be selectable as to priority one to another
and any preempt to automatic flash.
6.1.2 Each preemptor shall provide a locking and non-locking memory
feature for preemptor calls. If a preemptor is in the non-locking
.� mode and a call is received and dropped during the delay time, the
preemptor shall not be serviced.
6.1.3 Preemptor timing intervals shall be programmable from 0-999 in
one second increments or 0-9.99 in one-tenth second increments,
depending on function.
6.1.4 A programmable delay time interval shall be provided to inhibit the
start of the preemption sequence. This time shall be programmable
,. from 0-999 in one second increments. This interval shall begin
timing upon receipt of a preemption call.
6.1.5 A programmable extend time shall be provided to stretch the call
duration from the point of termination of the actuation. This time
shall be programmable from 0-999 in one second increments.
- 150-
UW
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
6.1.6 A programmable duration time shall be provided to control the ,.
minimum time that a preemptor remains active. This time shall be
programmable from 0-999 in one second increments.
6.1.7 A programmable maximum call time shall be provided to control
the maximum time that a preemptor remains in control. This time
shall be programmable from 0-999 in one second increments. The
preemptor maximum call time interval shall be inhibited when set
to zero.
6.1.8 A programmable lockout time shall be provided to prevent entering
a Low Priority routine following exit from preempt. This time shall
be programmable from 0-999 in one second increments. If a
lockout time has not been entered (zero entry) then all phases with ,.
a call when leaving the sequence shall be serviced before the low-
priority routine may be serviced.
6.1.9 Signal displays in effect at the beginning of a preemption sequence
shall not be terminated unless the respective green/walk has been .�
in effect for a minimum time. If the respective green/walk has been
active for longer than the programmed minimum GREEN/WALK
time, the firmware shall immediately advance to the next interval.
Minimum times shall be programmable for the GREEN/WALK
interval on a per ring basis. This time shall be programmable from
0-999 in one second increments.
6.1.10 A phase shall advance to pedestrian clearance if it has timed the ..
minimum GREEN/WALK interval at the beginning of a
preemption sequence. The programmed preempt pedestrian
clearance will then be timed . During preemption, Track Green and
Dwell, pedestrian signals shall be individually selectable as being a ..
solid DON'T WALK, solid WALK, flashing WALK, OFF (blank),
or cycling (dwell).
6.1.11 During preempt, Track Green and Dwell, vehicle signals (phase
and overlap) shall be individually selectable as being a solid Red,
solid green, flashing Red, flashing Yellow, or cycling (dwell).
6.1.12 Each preemptor shall provide user-programmable Track Green and
Dwell intervals with appropriate clearance intervals.
6.1.13 During the track green period, the preemptor shall time the track
green, yellow and red intervals once, and then advance to the dwell
interval. If track green timing is not selected (Track Green set to
zero) the track green and clearance intervals shall be omitted from .•
the preempt sequence.
6.1.14 The preemption dwell interval shall remain in effect until the
preemptor duration time and dwell times have elapsed and the
preemptor call has been removed or the preemptor maximum time
has been exceeded.
6.1.15 Exit phases shall be selectable to time after the preemption
sequence has been completed. These shall serve as transition ,.
phases to return the controller to normal operation. It shall also be
possible to place calls on selected phases upon exiting preemption.
6.1.16 Preemptor linking shall permit preemption sequences, where
lower-priority preemptors may call the higher-priority preemptors •
upon termination of their preemption sequence.
6.1.17 Preemptor active outputs shall be provided for each of the
preemptors. The output shall be set to ON when the corresponding r
Eor low-priority routine is in control. Additionally, it shall
be possible to program the non-active, preemptor outputs to flash
while another preemptor is active. An additional output ("priority
active") shall be active when a priority routine is in control.
6.2 Low Priority Routines
ar
- 151 -
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
6.2.1 Six low-priority routine routines shall provide control for bus or
other low-pnority vehicles. The low-priority routines shall be
overridden by preempt (railroad-fire-emergency vehicle) calls.
6.2.2 An oscillating signal (1 to 6.25 hz - pulse-per-second) signal with a
50% duty cycle shall identify a low-priority call. Low-priority calls
shall be capable of call memory and shall be served in the order
received.
6.2.3 Low-priority timing intervals shall be programmable from 0-999 in
one second increments.
6.2.4 A lockout time shall be provided to avoid excessive utilization of
the same low-priority routine. If a call is received before the
,. lockout time has elapsed, the low priority routine shall not be
reserviced. If a lockout time has not been entered (zero entry) then
all phases with a call when leaving the sequence shall be serviced
before the low-priority routine may be served again.
6.2.5 Low-priority routines shall provide delay, extend, duration, and
maximum call time functions similar to those for railroad-fire-
emergency vehicle preemptors described above.
6.2.6 The low-priority routine shall advance to the green dwell interval.
.. During this interval, permissive phases shall be selectable to
remain green until the dwell time has elapsed and the low-priority
routine call has been removed or the preemptor maximum call time
.. has been exceeded.
6.2.7 The low priority routine shall advance to the dwell interval as if
Force Off were active. This shall preclude early termination of a
Green interval rior to the completion of Minimum Green,
" Maximum Initial, Walk , or Ped Clear time. The ability to Skip
ft' during this transition shall be provide as a user option.
6.2.8 It shall be possible to program the controller to allow concurrent
phases to be serviced for a low-priority routine with only one phase
selected as the dwell phase.
6.2.9 It shall also be possible to place calls on selected phases upon
exiting a low priority routine.
.► 6.2.10 Low Priority routines shall not disable or lockout coordination.
Coordination shall continue to run during the low priority routine
and shall determine the phase(s) to follow based on the current
allowed phase(s) in the background cycle.
7 Preemption Safeguards
7.1 If a preemptor call is active when power is restored to a controller,
the firmware shall maintain the start-up condition for the duration
of the preempt input and start-up time. Similarly, if external start is
ap plied during a preemption sequence, the controller shall revert to
Start-up rather than the initialization condition. The start-up
condition shall remain in effect for the duration of the external
start, preempt input and/or start-up time.
8 Time-based Control & Non-interconnected Coordination
The firmware shall include time-based control.
8.1 Time-based Control
8.1.1 A minimum of 250 different traffic and/or auxiliary events shall be
capable of being programmed over a 99 year time frame.
8.1.2 A program day is the list of traffic and/or auxiliary events to occur
' in a 24 hour period. The TBC program shall provide for 99
program days to be defined.
8.1.3 The normal day-of-week (Sunday through Saturday) event listing
,.. will utilize program days 01 through 07 with Sunday being
program day 01.
- 152-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
8.1.4 The exceptions to the normal day-of-week event listings (special
days) will utilize program days 01 through 99. Program days 01
through 49 will be utilized for special day programs which occur
on the same date (month and month day) every year. Program days
50 through 99 shall be utilized for special days which occur on one ••
date (year, month and month day).
8.1.5 It shall be possible to equate program days which require the same
event listing to effectively multiply the event capacity. It shall be
possible to transfer (copy) an entire program day event listing to
another program day to permit data editing to create a similar but
different program day event listing.
8.2 Traffic Functions .•
8.2.1 The TBC scheduler shall provide for the programming of traffic
and auxiliary events to implement non-interconnected
coordination. These shall not have to be entered in any special •
sequence. Each of the traffic events shall permit selection of the
following functions:
a. Time of occurrence (Hour, minute and program day)
b. Coordination (TBC pattern or interconnect
c. Free (No Coordination)
d. Flashing
e. Maximum 2 Timing by phase
f. Phase Omit by phase
gg Ped Omit by phase
h. Maximum Vehicle Recall by phase ow
i. Minimum Vehicle Recall by phase
J Pedestrian Recall by phase
8.2.2 Selection of TBC on-line by external input shall allow the
coordination pattern selected by the hardwire system to override 4W
the current TBC coordination pattern.
8.2.3 When operating in the non-interconnected coordination mode the
synchronization point for all cycles shall be referenced to a user
selected reference time (hour and minute) or the event time. The •
sync reference time is that time from which all cycle zeros shall be
calculated. The synchronization point for the cycle selected by the
current event, shall be computed using the present time, sync
reference time, and cycle length. The synchronization point shall
occur whenever the present time is such that an even number of
cycle length periods have occurred since the sync reference time.
8.3 Auxiliary Functions
8.3.1 These events shall be separate from the non-interconnected traffic
events described above. Auxiliary events shall not have to be
entered in any special sequence. Each of the events shall permit r
selection of the following functions:
a. Day program assignment
b. Start time
C. Auxiliary outputs *
e. Dimming
gg Detector logging
h. Detector diagnostic plan
i. Control of eight special functions
8.4 Time Of Year Functions
8.4.1 The firmware shall be capable of implementing exception day
programs and alternate week programs on a Month, Month Day,
and Year basis. A minimum of nine (9) alternate week programs
shall be capable of being defined.
- 153 -
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
.• 9 Detector Functions
9.1 The firmware shall provide a minimum of 72 vehicle detector
inputs. Each input shall be assignable to any phase and be
aw programmable as to detector function. Extend and delay timing
shall be provided for each detector.
9.2 The firmware shall provide detector cross switching, which permits
all vehicle detectors to alternately place calls on their assigned
phases and their assigned cross-switch phases. If the assigned
phase is not green and the cross-switch phase is green, the detector
shall place calls on the cross switch phase.
9.3 Each vehicle detector shall be user-programmable to operate as one
of the following 7 detector types:
a. Type 0 (VEH) - Detector shall operate as a standard
detector providing one call per actuation.
b. Type 1 (PED): The detector input operates as a standard
.. pedestrian detector.
C. Type 2 (ONE): The detector input operates as a vehicle
detector that is operational while the phase is not green
until a call is received on the assigned phase.
d. Type 3 (SBA): Detector shall operate as follows: Vehicle
calls shall be accepted only when the phase is not green.
When a call is detected, it shall be held until the detection
area is empty. The extend timer shall begin timing with the
phase green. Once the extend timer times-out OR the
detection area is empty, no further calls shall be accepted
until the hase is again not green.
e. Type 4 (SBB): Detector shall operate as follows: Vehicle
calls shall be accepted only when the phase is not green.
When a call is detected, it shall be held until the detection
area is empty (if the extend timer is set to zero).The extend
.. timer shall begin timing with the phase green. If a call is
received before the extend timer has timed-out, the timer
shall be reset. Timer reset shall occur until a gap between
the calls is large enough to allow the extend timer to time-
out. Once time-out has occurred, no further calls shall be
accepted until the green terminates.
f. Type 5 (PPL): The detector input operates as a turn vehicle
.. detector Adaptive Protected/Permissive routine.
g. Type 6 (PPT): The detector input operates as a through
vehicle detector Adaptive Protected/Permissive routine.
9.4 Each detector input shall be capable of functioning as one of 8
system detectors.
9.5 Vehicle detectors shall be capable of being assigned to a minimum
of 2 speed trap detector sets. Speed shall be detected using a two
detector configuration. Speed shall be computed using a keyboard
entered loop spacing distance (11 ft. or 22 ft.).
9.6 The firmware shall provide a minimum of 8 hardware-denoted
pedestrian detector inputs. Each pedestrian detector shall be
assignable to any phase.
.. 10 System Communications
- 154 -
...
V. CONTRACT SPECIFICATIONS CITY OF RENTON r
SPECIAL PROVISIONS
10.1 The firmware shall be capable of communicating with an on-street +�
system master or directly to a central office computer-based system
master. This capability shall be provided by a separate telemetry
module, which shall be included in the controller when required by
the plans and specifications. The telemetry module shall receive
system commands and data transmissions. In addition, it shall
transmit the controller status, data base and system detector
information to the system master.
10.2 System Commands _
10.2.1 The telemetry module shall allow the firmware to receive, as a
minimum, the following commands:
a. Cycle, offset, and split(coordination pattern)
b. Timing parameter downloading and verification
C. Special function commands (minimum of eight)
d. Coordinated, Free, standby and flash mode commands
e. Time and date
f. Request for local status
10.2.2 In the absence of being polled by the master, within a user-defined
period (1-255 minutes), the local will revert to backup TBC and
coordination mode. When again polled by the master the local will
return to the system mode and transition to the master-called
program.
10.3 Status Data
10.3.1 The status of each of the following functions shall be transmitted to
the system master in response to a local status request:
a. Green and yellow status for all phases and overlaps
b. Walk and pedestrian clearance status for all phases
C. Vehicle and pedestrian detector status
d. Phase termination status •
e. Local time
f. Coordination status
(1) Command source
(2) Sync or transitioning status of coordinator M`
gg Conflict flash status
h. Local flash status
I. Automatic flash status ,.
-j.- Local Free
k. Preempt activity and calls
1. Volume and occupancy data from a minimum of 8 system
detectors :
m. Speed data from a minimum of two speed detectors
n. Status of six user-defined alarms
10.4 Upload/Download Capability
10.4.1 The telemetry module shall provide the capability to
upload/download the entire intersection data base.
10.5 Telemetry ..
10.5.1 Telemetry shall utilize TDM/FSK data transmission at 1200 baud
over a single pair of wires. These may be leased lines (Type 3002,
voice grade, unconditioned) or dedicated cable. Optional fiber
optic communications capability shall also be available.
r
- 155-
r
WA V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
,. 10.5.2 The nominal transmitter output level shall be 0 dbm into a 600
ohm load. The receiver sensitivity-shall be 3 to -40 dbm.
10.5.3 There shall be a communications status display to show telemetry
activity as follows: on or off line, carrier active or inactive,
transmit active/inactive and response returned (ACK or NAK) ,
receive active and data valid or invalid.
.. 11 Diagnostic Features
11.1 The 2070 controller provides the SE-PAC firmware with a
Validation Suite that consists of resident diagnostic capabilities,
some automatic and some user initiated, describing its own internal
state.
The automatic Validation Suite routines run continuously in a loop
until stopped by the user. The user-initiated routines are executed
on command by a front panel or laptop key entry. Some of the
_ tests require installation of wrap-around or loop-back cables.
11.2 Automatic tests performed on the controller include: Real Time
Clock, RAM memory,FLASH memory, Input/Output wrap-
,,, around, SDLC packet, and Timers.
11.3 User-initiated tests performed on the controller include: Keypads
and Displays, Data Key Validation, and Terminal Validation.
.. 11.4 Detector Diagnostics
11.4.1 Time-of-day controlled detector diagnostics shall be provided that
allow testing vehicle and pedestrian detectors for no activity,
�* maximum presence, and erratic output.
11.1.2 A minimum of two detector diagnostic plans shall be provided.
These plans shall be selectable on a time-of-day basis. This shall
allow varying the detector diagnostic values to correspond with
changes in detector activity.
11.1.3 If a detector is diagnosed as failed, the associated phase shall be
placed on minimum recall until such time as the detector is
classified as "on-line".
11.1.4 Diagnostics for detectors connected to the controller using a Bus
.� Interface Unit (BIU) shall also include detection of watchdog, open
and shorted loop, and excessive inductance change failures.
12 Logging Features
The firmware shall be capable of logging and reporting activity, failures,
and the occurrence of selected events or alarms.
12.1 Communications Fault Logging
12.1.1 The firmware shall include a communications fault log capable of
storing a minimum of 60 time and date-stamped communications
.. fault events. Once logged,communications fault events shall
remain in the log until cleared or the log capacity is exceeded at
which time the oldest communications fault events shall be
overwritten.
12.2 Detector History Logging
- 156-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
12.2.1 The firmware shall include a detector history log capable of ..
logging raw and average volume and raw and average occupancy
for up to 8 system detectors. The log shall be capable of storing a
minimum of 96 time and date stamped detector history events. •
Once logged, detector history events shall remain in the log until
cleared or the log capacity is exceeded at which time the oldest
detector history events shall be overwritten.
12.2.2 The detector logging shall be controlled as TBC programmed
events.
12.3 Detector Fault Logging
12.3.1 The firmware shall include a detector fault log capable of storing a
minimum of 60 time and date-stamped detector fault events. Once _
logged, detector fault events shall remain in the log until cleared or
the log capacity is exceeded at which time the oldest detector fault
events shall be overwritten.
12.3.2 All detector diagnostic faults shall be recorded in the detector fault
log including: no activity, maximum presence, erratic counts,
watchdog failure, open loop, shorted loop, and excessive ..
inductance change. If a detector recovers after a diagnostic fault, a
detector on-line event shall be stored in the detector fault log.
12.4 Event Logging ..
12.4.1 The firmware shall include an event log capable of storing a
minimum of 120 time and date-stamped events or alarms. Once
logged, events shall remain in the log until cleared or the log ..
capacity is exceeded at which time the oldest events shall be
overwritten.
12.4.2 At a minimum the following events shall be logged: •
communication failures, coordination faults, conflict monitor and
local flash status, preempt, power ON/OFF, data change (from
keyboard), data change(from remote), processor faults, EPROM
and EEPROM diagnostic faults, invalid configuration. Up to 86
different messages shall be available. An event shall be logged
when an event or alarm returns to normal status.
12.5 MOE Logging
The firmware shall capture information on a coordination cycle by cycle
basis noting:
a. Volume (Per cycle average number of actuations)
b. Stops (Per cycle average number of actuation received during the ..
non-green time of the phase)
C. Delay(Per cycle average time of the delay on each phase - delay
accumulates based on cars waiting and elapsed time)
d. Utilization (Per cycle average green time used on each phase)
The above information shall be included in a moe log capable of storing a
minimum of 24 time and date-stamped moe events. Once logged,
moe events shall remain in the log until cleared or the log capacity
- 157-
w
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
is exceeded at which time the oldest moe events shall be
overwritten.
12.6 Speed Logging
The firmware shall capture the average speed trap speed for the duration a
coordination pattern is active for inclusion in a speed log capable
of storing a minimum of 24 time and date-stamped speed events.
Once logged, speed events shall remain in the log until cleared or
the log capacity is exceeded at which time the oldest speed events
shall be overwritten.
12.7 Cycle MOE Logging
The firmware shall capture coordination information on a cycle by cycle
basis for each noting the force status, green utilization plus/minus
from split, and whether there was a offset correction in that cycle
for inclusion in a cycle moe log capable of storing a minimum of
ow 60 time and date-stamped cycle moe events. Once logged, cycle
moe events shall remain in the log until cleared or the log capacity
is exceeded at which time the oldest cycle moe events shall be
.. overwritten.
12.8 Volume Count Logging
The firmware shall be capable of using up to 24 vehicle or
�. pedestrian detector inputs for a Volume Count log capable of
storing a minimum of 72 time and date-stamped Volume Count
events. Once logged, Volume Count events shall remain in the log
until cleared or the log capacity is exceeded at which time the
oldest Volume Count events shall be overwritten.
The Volume Count log interval shall be user selectable within the
range 0-120 minutes. Each Volume Count event in the log shall
denote if an assigned detector was diagnosed as failed at any time
during the log interval. When a power down occurs in a log
interval, all detectors shall be marked as failed to prevent the data
being used in error.
9-29.13(7)A Environmental,Performance and Test Standards for Solid-State
Traffic Controllers (RC)
SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING:
.,
The..LfUffil..si lal.c(mtrollfl;-a to ;r( '��.ii1el_id -ag,tif',F�;C��.�.;>lwfri,(.
control er, auxiii g control equ pmetn and ca-bingi shall bd shoo toted to the sat:.slao;6' n
the Engine Tesbn<_f aw-11 cheek-out l al him c is-tsitS 1=hasuag,anct sign-al
... q"donshall: at tile Cjtvof 1 ...................................rtc. �?:�l ......sr,, v�:�111t ti}tt. Tt e 5i �1
a
-l-i ....i.*l , � ?ace.uaj_tat= �: is the r �itrE4('u-n Ic- r f-- .r til-,tin �,
. ........................ ... ...:s:�... . . . 1ir,d test
:shall a serlbk-- the cabinet,a la€e:l sizilal
control e u pnIer: n ady for testira:- A coo plet4, -.fir.?n tra.ti(m by the
I;F:i51.`tii..c l a.'.irlik'ar?.;od E:tJqI.pi}i e...)ts sill >�::�i:�_(ie;�ly fu7.t+.:Lopi.t'2a't $.h.idj. `'ztart dj..)
..._ ... .............................................................
\wr
- 158-
"W
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
te-st per. Any in alfun-c't,ll shall stor,etc -i-cst pori0d ul-il :jl 1-%;
IirW. Tbe 1. st shall exu-n&d tm:ij � rninirm-11r) 01-7- lioul-s C().-,)U*-f113o.1'1,;';
....................................:;......................................:.�.....................
....... .......................................................................
InIcual."I SY M.' -,D d-inonsti-aied. The
'S a Lvs fac t i i--nanc,� 6-, --91-0 11.,1 -)C;: %. ..
...................... ..............................................*......... ......*"**"*..........*'***"*,*,*-**........ ...................
m ctor to the of all com , i i"n i 11 g-,
per-ts funct
Po.
,ro:Per1h:shall not rchs,!%1C1 tile Ofany respx*)r,!.,)ib;:j_:1V rckauve to :111c
........................... ... ...... .....
p d ge,ai' W.hgl field ins:Udle'd.
--�.icti 0 p i,.) o I I :"W
................. %............................................................................................
9-29.13(7)B Auxiliary Equipment for NEMA Controllers
SECTION 9-29.13(7)B IS REVISED AND SUPPLEMENTED AS FOLLOWS:
The following auxiliary equipment shall be furnished and installed in each
cabinet for NEMA traffic-actuated controllers:
1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will
cut in the flasher and isolate the controller from light circuits. See Section
9-29.13(2) for operational requirements. The flasher shall be two circuit
with indicator lights. The unit shall be rated for fifteen (15) amps per
circuit through the entire NEMA temperature range.
2. Modular solid state relay load switches of sufficient number to provide for
each vehicle phase (including future phases if shown in the plans), each
pedestrian phase and preemption sequence indicated in the contract. Type
P& R cabinets shall include a fully wired 16-position back panel. Solid-
state load switches shall conform to NEMA standards except only
optically isolated load switches will be allowed. Load switches shall
include indicator lights on the input and output circuits.
3. A power panel with:
a. A control-display breaker sized to provide 125 percent overload
protection for all control equipment and signal displays, 30 ampere
minimum.
b. A 20 ampere accessory breaker wired parallel to the control display
breaker. The breaker will carry accessory loads, including vent fan,
cabinet light, plug receptacle, etc.
C. A-busbar isolated from ground and unfused for the neutral side of
power supply.
d. A radio interference suppresser to the output side of the control
display breaker. See Section 9-29.13(6) for other requirements.
e. A transient voltage protection device connected to the controller
power circuit for protection against voltage abnormalities of I •
cycle or less duration. The protector shall be a solid state high
energy circuit containing no spark gap, gas tube, or crow bar
component. The current rating of the device shall be 15 amps
minimum. The device shall provide transient protection between
neutral and ground, line and ground, as well as line and neutral. If
the protection circuits fail, they shall fail to an open circuit
condition. The device shall meet all requirements of UL standard
- 159-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
1449. The suppressed voltage rating shall be 600 volts or less when
subjected to an impulse of 6,000 volts, 3,000 amp source
impedance, 8.0/20 microsecond waveform as described in UL
1449. In addition, the device shall withstand, without failure or
permanent damage, one full cycle at 264 volts RMS. The device
shall contain circuitry to prevent self-induced regenerative ringing.
" There shall be a failure warning indictor light which shall
illuminate when the device has failed and is no longer operable.
VW f. Cabinet ground bulbar independent (150K ohms minimum) of
neutral.
Sections 4 - 13 are replaced with the following:
GENERAL
All mounting hardware used in the cabinet, whether it is used to secure equipment or
VW some portion of the cabinet itself, shall be stainless steel or nickel plated brass.
FAIT, S- 'FE' 1 NIT I
W. 1. INTRODUCTION
This specification sets forth the minimum requirements for a shelf-
mountable, sixteen channel, solid-state Malfunction Management Unit
(MMU). The MMU shall meet, as a minimum, all applicable sections
of the NEMA Standards Publication No. TS2-1998. Where differences
occur, this specification shall govern.
2. MONITORING FUNCTIONS
The following monitoring functions shall be provided in addition
to those required by the NEMA Standard Section 4.
2.1 DUAL INDICATION MONITOR
Dual Indication monitoring shall detect simultaneous input
ap combinations of active Green (Walk), Yellow, or Red (Dont Walk)
field signal inputs on the same channel. In Type 12 mode this
monitoring function detects simultaneous input combinations of
active Green and Yellow, Green and Red, Yellow and Red, Walk
and Yellow, or Walk and Red field signal inputs on the same
channel.
2.1.1 DUAL INDICATION MONITORING
.� Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall
be provided on the MMU front panel to enable Dual Indication
Monitoring on a per channel basis. The Dual Indication Monitor
function shall provide two modes of operation, Dual Indication Fault
and GY-Dual . Indication Fault.
When voltages on two inputs of a vehicle channel are sensed as
active for more than 450 msec, the MMU shall enter the fault mode,
transfer the OUTPUT relay contacts to the Fault position, and
~' illuminate the DUAL INDICATION indicator. The MMU shall remain
in the fault mode until the unit is reset by the RESET button or the
EXTERNAL RESET input. When voltages on two inputs of a vehicle
.. channel are sensed as active for less than 200 msec, the MMU shall not
transfer the OUTPUT relay contacts to the Fault position.
When operating in the Type 16 mode with Port 1 communications
enabled, Bit #68 (Spare Bit#2) of the Type #129 response frame shall
be set to indicate a Dual Indication fault has been detected.
Dual Indication Monitoring shall be disabled when the RED
ENABLE input is not active.
- 160-
V. CONTRACT SPECIFICATIONS CITY OF RENTON '
SPECIAL PROVISIONS
2.1.2 GY-DUAL INDICATION MONITOR ..
GY-Dual Indication monitoring shall detect simultaneous inputs of
active Green and Yellow field signal inputs on the same channel. It
+ will be used to monitor channels which have an unused Red field
signal input tied to AC LINE such as a five section signal head.
GY-Dual Indication Monitoring shall be enabled by a front panel
option switch. When the GY-Dual Indication Monitoring option is
enabled, all channels which have the front panel FIELD
CHECK/DUAL ENABLE switches OFF shall be individually
monitored for simultaneous active Green and Yellow field signal
inputs. All channels which have the front panel FIELD CHECK/DUAL
ENABLE switches ON (i.e. enabled for Dual Indication Monitoring) ••
shall function as described above in Dual Indication Monitoring.
2.2 FIELD CHECK MONITORING
Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall
be provided on the MMU front panel to enable Field Check
Monitoring on a per channel basis. The Field Check Monitor function
shall provide two modes of operation, Field Check Fault and Field
Check Status.
Field Check Monitoring shall be disabled when the RED ENABLE
input is not active. The Field Check Monitoring function shall be
disabled in the Type 12 mode.
2.2.1 FIELD CHECK MONITOR •
In the Field Check Fault mode,when the field signal input states
sensed as active or inactive by the MMU do not correspond with the
data provided by the Controller Unit in the Type#0 message for 10
consecutive messages, the MMU shall enter the fault mode, transfer
the OUTPUT relay contacts to the Fault position, and illuminate the
FIELD CHECK FAIL indicator. The Channel Status Display shall
indicate the channels on which the Field Check fault was detected. Bit
#67 (Spare Bit#1) of the Type#129 response frame shall be set to
indicate a Field Check fault has been detected. The MMU shall remain
in the fault mode until the unit is reset by the RESET button or the
EXTERNAL RESET input. ..
2.2.2 FIELD CHECK STATUS
The Field Check Status mode shall work in combination with the
other fault monitoring functions of the MMU. When a Conflict, Red
Fail,Clearance Fail, or Dual Indication Fail triggers the MMU, the
Channel Status Display and Fault Status Display shall correspond to
that detected fault. If Field Check errors were detected while the fault
was being timed, the inputs on which the Field Check errors were
detected shall double pulse at the same time as the FIELD CHECK
STATUS indicator. Bit#67 (Spare Bit#1) of the Type#129 response
frame shall also be set to indicate Field Check errors have been
detected.
2.3 RECURRENT PULSE MONITORING
The Signal Monitor shall detect Conflict, Red Fail, and Dual
Indication faults that result from intermittent or flickering field signal
inputs. These recurring pulses shall result in a latching fault with the
RECURRENT PULSE STATUS indicator illuminated along with the
resulting Conflict, Red Fail, or Dual Indication indicator. An option
switch shall be provided to disable the RP detect function for testing
purposes.
When operating in the Type 16 mode with Port 1 communications
enabled, Bit#69 (Spare Bit#3) of the Type#129 response frame shall
be set to indicate a Recurrent Pulse status has been detected.
2.4 EXTERNAL WATCHDOG MONITOR
The MMU shall provide the capability to monitor an optional
r
- 161 -
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
.. external logic level output from a Controller Unit or other external
cabinet circuitry. If the MMU does not receive a change in state on the
EXTERNAL WATCHDOG input for 1500 msec (±100 msec), the
+ MMU shall enter the fault mode, transfer the OUTPUT relay contacts
to the Fault position, and illuminate the CVM/WATCHDOG indicator.
The MMU shall remain in the fault mode until the unit is reset by the
RESET button or the EXTERNAL RESET input. An MMU Power
Failure shall reset the CVM/WATCHDOG fault state of the monitor.
'r The EXTERNAL WATCHDOG input shall be wired to connector
MSB-S.
When operating in the Type 16 mode with Port I communications
aw enabled, Bit#70 (Spare Bit 44) of the Type#129 response frame shall
be set to indicate an External Watchdog fault has been detected.
2.5 WALK DISABLE OPTION
The MMU shall provide the cap to exclude the Walk inputs
from the Red Fail fault detection algorithm when operating in the Type
12 mode. When the option is selected, the absence of signals on the
Green, Yellow, and Red field outputs of a channel will place the
MMU-16 unit into the fault mode, transfer the OUTPUT relay contacts
to the Fault position, and illuminate the RED FAIL indicator.
2.6 TYPE FAULT MONITOR
The MMU shall verify at power-up that the Type 12 or Type 16
operating mode as determined by the TYPE SELECT input is
consistent with the mode set by the last external reset.
Detection of a Type Fault shall place the MMU into the fault
mode, transfer the OUTPUT relay contacts to the Fault position,
illuminate the DIAGNOSTIC indicator, and flash the TYPE 12
indicator at a 2Hz rate. The MMU shall remain in the fault mode until
the unit is reset by the RESET button or the EXTERNAL RESET
input. An MMU Power Failure shall reset the Type Fault state of the
monitor.
2.7 CONFIGURATION CHANGE MONITOR'
On power-up,reset, and periodical) during operation, the Signal
.. Monitor shall compare the current configuration settings with the
previously stored value. If the settings have changed, the Signal
Monitor shall automatically log the new setting. These settings shall
include the Program Card jumpers and all switches.
A programming option shall be provided such that any change in
the configuration parameters shall cause the Signal Monitor to enter
the fault mode causing the Output relay contacts to close and enabling
the Stop-Time output to the controller. To indicate this fault mode the
PGM CARD/CF indicator shall flash at a 4 Hz rate. Depressing the
Reset button for 3 seconds shall be required to clear this fault and log
the new configuration parameters.
4. If the programming option is not selected, the unit shall not set the
fault mode but will still log the configuration change.
2.8 CVM LOG DISABLE
The MMU shall provide a means to disable the logging of CVM
fault events.
3 DISPLAY FUNCTIONS
The following display functions shall be provided in addition to
those required by the NEMA Standard Section 4.
3.1 FULL INTERSECTION CHANNEL STATUS DISPLAY
A separate Red, Yellow, and Green indicator shall be provided for
each channel to show full intersection status simultaneously. For Type
aw 12 mode operation the Walk input status shall be shown on channel
indicators 13 through 16.
- 162 -
...
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
3.2 FAULT CHANNEL STATUS DISPLAY ••
During normal operation the 48 Channel Status indicators shall
display all active signals. In the fault mode the Channel Status
indicators shall display all signals active at the time of the fault for six aw
seconds and then indicate the channels involved in the fault for 2
seconds.
3.3 FIELD CHECK STATUS DISPLAY
The FIELD CHECK FAIL indicator shall illuminate when a Field „
Check Fault is detected. The Channel Status display shall show the
channels on which the Field Check fault occurred.
If Field Check errors occurred during a Conflict Fault,Red Fail,
Clearance Fail, or Dual Indication Fail the FIELD CHECK STATUS
indicator shall illuminate. The channels on which the Field Check
Status was detected during the fault shall double pulse on the Channel
Status Display at the same time as the FIELD CHECK STATUS
indicator.
3.4 RECURRENT PULSE STATUS DISPLAY
If Recurrent Pulse inputs were detected during a Conflict Fault,
Red Fail, or Dual Indication Fail the RECURRENT PULSE STATUS „
indicator shall illuminate. The channels on which the Recurrent Pulse
Status was detected during the fault shall double pulse on the Channel
Status Display at the same time as the RECURRENT PULSE
STATUS indicator.
3.5 DISPLAY INDICATORS
The following display indicators shall be provided in addition to
those required by the NEMA Standard Section 4.
3.5.1 Type 12 Mode Indicator
The TYPE 12 indicator shall illuminate when the MMU is
programmed for Type 12 operation. If a Type Fault is detected the
DIAGNOSTIC indicator shall illuminate and the TYPE 12 indicator
shall flash at a rate of 2Hz.
3.5.2 Dual Indication Indicator
The DUAL INDICATION indicator shall illuminate when a DUAL
INDICATION Fault is detected. The Channel Status display shall show
the channels which were detected as DUAL INDICATION.
3.5.3 Power Indicator
The POWER indicator shall flash at a rate of 2Hz when the AC
LINE voltage is below the drop-out level. It shall illuminate steadily
when the AC LINE voltage returns above the restore level.
3.5.4 Port 1 Receive Indicator
The RECEIVE indicator shall illuminate for a 33 msec pulse each aw
time a Port 1 message is correctly received from the Controller Unit.
3.5.5 Port 1 Transmit Indicator
The TRANSMIT indicator shall illuminate for a 33 msec pulse
each time a Port 1 message is transmitted from the MMU.
3.5.6 RS232 Receive Indicator
The COMM indicator shall illuminate for a 33 msec pulse each
time a message is correctly received on the RS-232 port.
3.5.7 Program Card/CF Indicator
The PGM CARD indicator shall illuminate if the Programming
Card is absent or not seated properlyy in the edge connector. The PGM
CARD indicator shall flash at a 4 Hz rate if the MMU has been .
triggered by a Configuration Change fault
3.5.8 Y+R Clearance Indicator
The Y+R CLEARANCE indicator shall illuminate when the MMU
has been triggered by a Yellow Change plus Red Clearance fault. •
.r
- 163-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
3.5.9 Field Check Fail Indicator
The FIELD CHECK FAIL indicator shall illuminate when the
MMU has been triggered by a Field Check fault.
3.6 OPERATING MODES
The MMU shall operate in both the Type 12 mode and Type 16
mode as required by the NEMA Standard.
4 HARDWARE
4.1 ENCLOSURE
4.1.1 The MMU shall be compact so as to fit in limited cabinet space. It
shall be possible to install on a shelf that is at least 7" deep. Overall
dimensions, including mating connectors and harness, shall not exceed
.. 10.5" x4.5" x11" (HxWxD).
4.1.2 The enclosure shall be constructed of sheet aluminum with a
minimum thickness of 0.062", and shall be finished with an attractive
and durable protective coating. Model, serial number, and program
information shall be permanently displayed on the top surface.
4.2 ELECTRONICS
4.2.1 A microprocessor shall be used for all timing and control
functions. Continuing operation of the microprocessor shall be verified
by an independent monitor circuit, which shall force the OUTPUT
RELAY to the de-energized "fault" state and indicate an error message
if a pulse is not received from the microprocessor within a defined
.. period not to exceed 500 ms.
4.2.2 High speed sampling techniques shall be used to determine the true
RMS value of the AC field inputs. Each AC input shall be sampled at
least 32 times per line cycle. The RMS voltage measurement shall be
insensitive to phase, frequency, and waveform distortion.
4.2.3 In the interest of reliability, only the PROM memory device for the
microprocessor firmware shall be socket mounted. The PROM
Memory socket shall be a precision screw machine type socket with a
gold contact finish providing a reliable gas tight seal. Low insertion
force sockets or sockets with "wiper" type contacts shall not be
acceptable.
.. 4.2.4 All user programmed configuration settings shall be stored in an
electrically erasable programmable read-only memory (EEPROM) or
front panel DIP switches. Designs using a battery to maintain
configuration data shall not be acceptable.
4.2.5 All 120 VAC field terminal inputs shall provide an input
impedance of at least 150K ohms and be terminated with a resistor
having a power dissipation rating of 0.5 Watts or greater.
4.2.6 All electrical components used in the MMU shall be rated by the
component manufacturer to operate over the full NEMA temperature
range of-34oC to +74oC.
4.2.7 All printed circuit boards shall meet the requirements of the
.. NEMA Standard plus the following requirements to enhance
reliability:
a. All plated-through holes and exposed circuit traces shall be plated
with solder.
b. Both sides of the printed circuit board shall be covered with a
solder mask material.
c. The circuit reference designation for all components and the
,w polarity of all capacitors and diodes shall be clearly marked
adjacent to the component. Pin#I for all integrated circuit
packages shall be designated on both sides of all printed circuit
boards.
d. All electrical mating surfaces shall be gold plated.
e. All printed circuit board assemblies shall be coated on both sides
with a clear moisture-proof and fungus-proof sealant.
..
- 164 -
aw
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
4.3 FRONT PANEL& CONNECTORS no
4.3.1 All displays, configuration switches, and connectors shall be
mounted on the front panel of the MMU. All MMU configuration
inputs beyond those required by the NEMA Standard shall be provided
by front panel mounted DIP switches and shall be clearly labeled. ""
Configuration DIP switches shall be provided for the following
functions:
a. Field Check/ Dual Enables 1-16
b. GY-Dual Indication Enable (GY ENABLE)
c. Recurrent Pulse Test Disable (RP DISABLE)
d. External Watchdog Enable (WD ENABLE)
e. Walk Disable (Type 12) .►
f. Configuration Change Fault Enable (CF ENABLE)
g. CVM Log Disable
4.3.2 MS CONNECTORS
The MS connectors on the MMU shall have a metallic shell and be
attached to the chassis internally. The connectors shall be mounted on
the front of the unit in accordance with the following: Connector A
shall intermate with a MS 3116 22-55 SZ, and Connector B shall
intermate with a MS 3116 16-26 S.
In the interest of reliability and repair ability, printed circuit board
mounted MS connectors shall not be acceptable. Internal MS harness
wire shall be a minimum of AWG#22, 19 strands. 4W
4.3.3 EIA-232 Port
The EIA-232 port shall be electrically isolated from the MMU
electronics using optical couplers. The connector shall be an AMP
9721A or equivalent 9 pin metal shell D subminiature type with female
contacts. Pin assignments shall be as shown in the following table:
PIN FUNCTION
1 DCD*
2 TX DATA
3 RX DATA
4 DTR (Data Terminal Ready)
5 SIGNAL GROUND ••
6 DSR*
7 DSR*
8 CTS*
9 NC
*Jumper options shall be provided to allow the connection of Pin#4 to
be made with Pin#7, and the connection of Pin#8 to be made with Pin
#1 and or Pin #6.
5 EVENT LOGGING FUNCTIONS
The Signal Monitor shall be capable of storing in non-volatile
memory a minimum of 100 events. Each event shall be marked with
the time and date of the event. These events shall consist of fault •
events,AC Line events, reset events, and configuration change events.
The capability to assign a four digit identification number and 30
character description to the unit shall be provided. The event logs shall
be uploaded to a PC using the serial port of the Signal Monitor and
Windows 9x based software provided by the manufacturer.
Each event log report shall contain the following information:
a) Monitor ID#: a four digit (0000-9999) ID number and 30 character .
description assigned to the monitor.
b) Time and Date: time and date of occurrence.
c) Event Number: identifies the record number in the log. Event#1 is
the most recent event. •
5.1 Monitor Status Report (CS)
The Current Status report shall contain the following information:
-165 -
r
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
a) Fault Type: the fault type descripption.
b) Field Status: the current GYRR) field status and field RMS
voltages if the monitor is not in the fault state, or the latched field
status and field RMS voltages and fault channel status at the time
of the fault.
c) Cabinet Temperature: the current temperature if the monitor is not
in the fault state, or the latched temperature at the time of the fault.
d) AC Line Voltage: the current AC Line voltage and frequency if
the monitor is not in the fault state, or the AC Line voltage and
frequency at the time of the fault.
e) Control Input Status: the current state and RMS voltages of the
r.. Red Enable input & Load Switch Flash bit input if the monitor is
not in the fault state, or the status latched at the time of the fault.
5.2 Previous Fault Log (PF)
The Previous Fault log shall contain the following information:
a) Fault Type: the fault type description.
b) Field Status: the latched field status with RMS voltages, fault
channel status, RP Detect status and Field Check status at the time
of the fault.
c) Cabinet Temperature: the latched temperature at the time of the
fault.
d) AC Line Voltage: the AC Line voltage & frequency at the time of
the fault.
e) Control Input Status: the latched state of the Red Enable input at
the time of the fault.
5.3 AC Line Event Log (AC)
The AC Line log shall contain the following information:
a) Event Tune: describes the type of AC Line event that occurred.
Power-up - AC on, monitor performed a cold start
Interrupt- AC Line < Brownout level
` Restore- AC restored from AC brown-out or AC
interruption (AC Off), no cold start
b) AC Line Voltage: the AC Line voltage &frequency at the time of
.. the event.
5.4 Monitor Reset Log (MR)
The Monitor Reset log shall contain the following information:
a) The monitor was reset from a fault by the front panel Reset button,
or External Reset input, or a non-latched event clear.
5.5 Configuration Change Log (CF)
The Configuration Change log shall contain the following information:
a. The status of all configuration programming including the
contents of the Program Card, all configuration dip switches and
option switches.
b. Any configuration programming inputs such as 24V Inhibit, Port 1
Disable, Type select.
c. Configuration CRC: A unique CRC value which is based on the
configuration of items#a and#b above.
The log shall also indicate which items have been changed since the last log
entry.
5.6 Signal Sequence Log (SSQ)
A log shall be provided that graphically displays all field signal
states for up to 30 seconds prior to the current fault trigger event. The
resolution of the display shall be at least 50 milliseconds.
MW
- 166-
..
W
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
40
jRQE'11RQT*E'('T(.')R 'LIGH"INN(ji ARIZES"FE10
kooi iu-,,::101, shell hkwe an invu: Volla"'e am'!e
- ' v io), .1i, - - _r'rotector
.11P CODU-0.11tr _'T"Url AJI 40
J�iaiaoc :'Jile col)trol;'cr or
.................................................................
its
.................................
F11--1,13 W LKING INA!- 40
T�enl sball be, it tern-jinal strip for fit.,Id wirinLF in J11-controllitff ct,01M.1t•
i-n- n.corchaice, wi:,Ii the icheinatic, wir-ml
:ia.gr...l..l oll .te..pl.as.....I...a.d.if...fer ..q 11al..l-.A.b..fin. s.y s'erl).is sod .f.o.r.. th.-,..c. .b'il e"N..... . .. ................... n ...... ......... .......... . .. . . .... . ...... ... .. ... .. ... . .a ..
kirj.-Itl tilen b'utb ticu-nbors shall falvIl eacb terpnipa; ea-id the cabirif.11 WBU12
.. ....... .............................................................................................................................................................
sch-g.rnatic dlrawing, dial: inc'wde the wirim, uj-ib- s whre -h- t;rmjpal
L n er
of
';tril) k I V . I .3 terminus anda rr
1Wd. A coninion ' us bg-wi-th i-mininnin, ,
=!Allel buir With a pullifouln of 6 ten-11inal-S ijiallj"ez? pruvjth�j.
............ ............................................................. ..............................
...........................
.......................................................... rr
Interta-C.-coll.linuilication deviems shall N!,desivx-d as se.narateurilLs or es
.........................:................:.......................................................................................................................
modules that plug direr-dy ina, he co.-Itrollu'r casg. The conirn,unication devices
shall of di-e in:einsecdi n and sh,-d! be
-.all bi- used for •
.�j!j-.,..of transinitting itil dog!,.ctor and siLmal staLUS r
& **.................................................. .............. .........r....................-•-.............. .... ..................................... .........
and decodin
t Y fron-i ffie comn-tef all :,Ti con."ormance avid
��!t"'*...***.... ...................................I......................................................................
withi-11 the capa.Nhtv of the multisonic ma-stor cgomputer unit or other central
system as specified in the plans and specifications 1gtd the interconnect Cables.
DOOR SWITCH
A door switch shall be provided on the signal cabinet door interfacing with
the signal conflict monitor. In the event that the conflict monitor has been left
disconnected,the signal display shall immediately flash when the signal cabinet QW
door is closed. The signal display shall remain in flash when the cabinet door is
reopened. The signal display shall also remain in flash if a power recovery
occurs with the door open and if the conflict monitor is not installed. A reset
switch located on the load-bay shall be provided to clear both of these flashing
conditions. A second door switch shall be provided to operate the cabinet light.
UNIVERSAL DETECTOR INPUT PANEL
A universal detector input panel shall be provided on the left sidewall of
the cabinet. This panel shall be usable with any NEMA TS I Controller and shall
include a detector matrix to assign detector outs to any controller detector input
on the A,B, C or D cable.
4W
WIRE COLOR SCHEME
All 120VAC circuits shall use black wire. All other circuits shall not use
black wires. Color traces shall be used to identify functions. Red wire is to be
used for all 24VDC circuits, and blue for logic ground circuits.
PREEMPTION INDICATOR LIGHT
The preemption indicator light shall be energized when the emergency 4W
vehicle preemption system is in operation. Said light shall turn on when a phase
ow
- 167-
ow
r V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
is preempted and the priority green is displayed. There shall be one indicator
light for each of the four emergency vehicle preempt channels.
POWER REQUIREMENTS
The controller cabinet and all associated equipment shall be designed for
use on 120 volts, 60 Hz., single phase alternating current.
LOADBAY
The controller cabinet shall contain a loadbay panel with the following
minimum requirements:
1. The loadbay shall be wired for 8 vehicle phases, 4 pedestrian phases, 4
overlap phases and 16 loadswitch positions.
2. The loadbay shall incorporate a swing down design to facilitate ease of
maintenance and repair. It shall have service loops with sufficient slack to
allow for the load bay to swing down without any of the harnesses being
unsecured. Panels mounted on the sides, and shelves shall not interfere
with the swing down operation. The loadbay width shall not exceed 34".
To obtain this size, loadswitch sockets may be on 1.9375"centers.
3. The loadbay shall be located in the front of the rear wall of the cabinet.
•• 4. Terminal blocks for terminating field wiring shall be supplied. No wires
are permitted on the field side of the blocks. This includes wires for flash
control.
5. Flash programming shall be done with the use of 9 pin Molex connectors.
The connectors shall also provide a means to select which flasher circuit is
used. The pin assignments of these connectors shall comply with existing
standards.
6. The loadbay shall be designed with an intuitive layout to facilitate
aw maintenance. A vertical terminal block for each phase will be mounted
above the corresponding phase loadswitch. All controller functions for that
phase will terminate on that terminal block.
7. The loadbay shall be designed to incorporate the use of supplemental loads.
These loads shall be chassis mounted. The use of"sky hooks" to mount
components is unacceptable. Supplemental load resistors are to be provided
r
for all odd phase's red, yellow and green.
8. All pedestrian monitor input wires shall be terminated on banana jacks to
allow easy reprogramming in the future.
9. All load switches, flasher, and flash transfer relay sockets shall be mounted
with screws. Clip mounting is unacceptable.
10. The loadbay shall incorporate a relay to remove 24VDC from the load
switches during flash. Immediately below this relay there shall be mounted
a NC push button switch to reapply the 24VDC for trouble shooting
purposes.
11. All wiring shall be color-coded. Wire with a black base color shall be used
for all 120VAC circuits; all other circuits will not use black. Red, yellow
and green traces shall be used to identify related functions on both black
and not black wires. Red shall be used for 24VDC circuits
- 168 -
w
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
12. The loadbay shall be a Cascade Signal Corporation assembly#361 or a pre- ..
approved equal.
TECHNICIAN TEST PANEL
The maintenance panel shall be hinged for easy interior access. The
maintenance panel shall have the 20 AMP GFI and have the following switches
and indicators:
Flash/Automatic
Stop Time - 3-position switch, On - OFF- On Flash (with Stop Time
indicator light, LED).
Controller Power - On/Off
Vehicle Call - Push buttons -Phase 1 through 8
Ped Call -Push buttons - Phase 2, 4, 6 & 8
Preemption-Test push buttons-A, B, C, &D
LIGHT,FAN AND THERMOSTAT ASSEMBLY
The fan and thermostat assemblies shall be located on the top inside of the
cabinet and shall be attached to the plenum. One (1) complete fan assembly
shall be furnished in each cabinet. The cabinet light is to be an fluorescent and
operated by a NC door operated switch.
The fan shall be rated at 100-CFM minimum and shall have ball bearings.
Sleeve bearings are expressly forbidden. The fan shall have screened covers.
The thermostat shall be 120 VAC and have a temperature rating of 70 to
120 degrees Fahrenheit. An RC network shall be provided across the positive
and negative inputs to the fan.
- 169-
r
.. V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
FLASH TRANSFER RELAY
Flash transfer relays shall be provided with each cabinet. Six (6) each
shall be supplied with the Type `P' cabinet. A thin copper disc called a non-
freeze pin shall be included in the relay design to combat the residual magnetism
phenomena. The uses of tape, plastic or dimples are not acceptable solutions.
LOADSWITCHES
The load switches shall be a three-(3) function NEMA and shall have LED
indicator lights that show the input side of the relay. The unit shall be rated for
a minimum of ten (10) amps per circuit through the entire NEMA temperature
range.
DETECTOR CARD CAGE
The detector card cage shall be a completely enclosed assembly. It shall
have 12 positions and wired for two channel detector amps as specified in
section 9-29.18. The last two card cage slots shall be wired for the emergency
pre-em tion modules described in section 9-29.13(3). The detector power
supplyFS) shall occupy the first two slots of the card cage.
UNIVERSAL PROGRAM PANEL
The controller cabinet shall be provided with a raised universal Program
Panel, with connectors attached in lieu of a"D" cable. A cable shall be provided
to work with the controller specified. The attached connectors and pin
assignments shall be consistent with existing standards. The panel shall contain 2
dual surge suppressors, SRA64. These are to be wired for protection of the
telemetry lines. The panel shall contain ten 20 position feed through terminal
blocks, and one 6 position terminal block. The function and layout of these
terminal blocks shall be consistent with existing standards. The first block shall
` be used to input to the controllers normal 8 phase inputs on the A, B and C cables.
Pull up resistors shall be provided on this block to insure compatibility with both
qW TS 1 and TS2 detectors. The second and third blocks shall be the detector out puts
from the card cage(s). The fourth block shall be the detector inputs to the "D"
cable. The fifth and seventh blocks shall be the green inputs into the card cages.
The sixth block shall have the controller greens and reds. The remaining blocks
shall have miscellaneous"D" functions laid out consistent with existing standards.
The panel shall be a Cascade Signal Corporation assembly#564 or a pre-
., approved equal. The "D"cable provided must work with an Eagle M-50
controller.
„ The table below indicates the standard field detector numbers and the
standard controller detector numbers.
TABLE—Traffic signal Controller Input
•. (From the Detector Field Termination Panel through the Universal Program
Panel to Controller
DetectorController Detector ControAer Detector Controller Detector Controller
# Input# # Input# # Input# # Input#
1 1 9 9
- 170-
V. CONTRACT SPECIFICATIONS CITY OF RENTON r'
SPECIAL PROVISIONS
2 2 10 10
3 3 11 11
4 4 12 12
5 5 13 13
6 6 14 14 'r
7 7 15 15
8 8 16 16
CABINET QUALITY
The cabinet shall be compliant to both mechanical and function specification prior to
being shipped to owner. ..
1. Cabinet and hardware will comply with project specification.
2. Function compliance will be tested with power applied.
3. All cabinet and loadbay functions will pass point-to-point tests including
expansion requirements.
4. All field detector inputs must be checked from field connection point to
controller.
Cabinet issues and clarifications need to be documented and addressed prior to delivery.
This agency will NOT provide QA or testing service for the delivered cabinet. Testing
done by this agency is not in lieu of manufacturer test requirements.
SECTION 9-29.13(7)D IS REPLACED WITH:
9-29.13(7)D NEMA Controller Cabinets
General
Cabinets for traffic signals and safety lighting shall comply with Section 9-29 of
the Standard Specifications for Road, Bridge and Municipal construction 2000,except as
supplemented by the requirements herein. The cabinet shall be anodized aluminum and
painted white inside, with a minimum thickness of 0.080 or 0.125 inches as indicated
herein.The cabinet shall be fabricated from flat aluminum and welded. The riveted type
fabrication will not be permitted. All cabinets shall be supplied with a standard Best CX-
1 Lock, Red Construction Core. All control cabinets shall include but not be limited to
switches, relays,flashers,power supply,component racks, terminals, wiring harnesses,
lights,interior and exterior hardware and/or related components, and when specified on
the plans and special provisions,shall include operating components, such as controller,
modems,loop amplifiers, load switches, preempt module, and signal monitor.
NEMA TS1 Type `P' Traffic Signal Controller Cabinets
.r
GENERAL
The standard traffic signal controller cabinet shall be a NEMA TS 1 Type `P'. The
traffic signal cabinet(s)built to NEMA TS standards shall be supplied in compliance
with Section 9-29.13,Traffic Signal Cabinet of the Standard Specification 2000 and
modified as stated herein.
All new traffic signals located within a signal interconnect system shall be
connected to said system.
.r
- l71 -
..y
aw V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
.. The following are requirements for all cabinets:
1. The cabinet shall be anodized aluminum, with a minimum thickness of
0.125 inches.
2. All sheet metal products incorporated within this cabinet are to be
aluminum, shall be a minimum thickness of 0.090 inches and are to be
powder coated white.
3. The dimensions shall be 55"High x 44" Wide x 26" Deep.
4. No vertical seams shall be allowed except for the attachment of the panels
above and below the door. The cabinet sides and back shall be fabricated
of one continuous piece of sheet aluminum. All interior seams shall be
continuously welded.
5. The roof shall be fabricated of one (1) continuous piece of sheet aluminum
and shall incorporate a plenum to which the fan will be mounted from the
inside of the cabinet to provide forced air ventilation. The ventilation
exhaust opening of the unit shall be underneath the front overhang and
shall have a screen. The roof section shall be continuously welded to the
,,. main cabinet body.
6. The cabinet interior shall be painted white and the shelves shall be white.
The inside of the cabinet door does not need to be white.
.. 7. The Cabinet shall be base mounted. The Type `P' cabinets shall have four
(4) mounting holes on the bottom of the unit. The mounting holes will
be:
'W Center to center width: 40- 5/8"
Center to center in depth: 18-1/2"
"' 8. The main door of the cabinet shall include a police door. Stainless steel
hinges shall support both the main door and police door.
9. The main door shall be equipped with a three (3) point latching
mechanism,fabricated from heavy gauge steel with steel locking rods and
twin nylon rollers. This mechanism is to be cadmium plated. Main door
r
shall be provided with a doorstop to securely hold the door open at
approximately 90 degrees, 120 degrees, and 180 degrees.
10. Included with the main door shall be a replaceable filter, 12"x 16" x I",
which shall be located behind the louvered vents and secured with a
aluminum cover, holding clips and spring.
11. Door handle shall be made of stainless steel and have a provision for
.. padlocking.
12. Two (2) shelves or more shall be included and shall be of sufficient depth
to store equipment, and be powder coated white.
ow 13. A pullout shelf with an internal document storage compartment mounted
under the controller shelf shall be supplied. The document drawer shall
have a nominal storage area of approximately 17"W x 12"D x 1" H as
mv approved by the Engineer.
- 172 -
ON
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
14. All mounting hardware used in the cabinet, whether it is used to secure .r
equipment or some portion of the cabinet itself, shall be stainless steel or
nickel plated brass.
15. The cabinet shall be supplied with a standard Lock, Best CX-1, Red
Construction Core for the main door and a standard police lock for the
police door. Two (2) keys for each lock shall be included.
SECTION 9-29.16(2)IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-29.16(2) Conventional Traffic Signal Heads (RC)
Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on
the signal plans.
Each signal head shall have a 1/4 inch drain hole in its base.
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 and such that the bottom of the housing of a signal head shall not be less
than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the
roadway.
SECTION 9-29.16(2)A HAS BEEN REVISED AS FOLLOWS:
9-29.16(2)A Optical Units (RC)
Light Emitting Diode (LED) light sources are rejected for all displays.
SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS:
9-29.16(2)B Signal Housing(RC)
Each lens shall be protected with a removable visor. The visor shall be tunnel type .,
unless noted otherwise in the contract. Tunnel,cap, and cut away type visors shall be
made of aluminum throughout. Visors shall be flat black in color inside and shall be
yellow baked enamel on the outside. Visors shall have attaching ears for installation to ••
the housing door. The signal display shall have square doors. End caps shall be made
from aluminum and shall be installed with fittings to provide a watertight seal. A bead of
silicone sealant shall be applied around the perimeter of all top end cap openings prior to
installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with
seal and wing nut. End caps shall have the same color as the signal housing.
.r
SECTION 9-29.16(2)D SUPPLEMENTED WITH THE FOLLOWING:
9-29.16(2)D Back Plates (RC)
The following specifications apply to all intersections except 140th Way SE:
Back plates shall be furnished and attached to the signal heads. Back plates shall
be constructed of anodized, 3-S half-hard aluminum sheet, 0.058-inch minimum
thickness,with 5-inch square cut border and painted black in front and yellow in back.
r
- 173-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 9-29.16(2)E HAS BEEN REVISED AS FOLLOWS:
9-29.16(2)E Painting Signal Heads (RC)
The following specifications apply to all intersections except 140`, Way SE:
Traffic signal heads shall be finished with two coats of factory applied traffic
signal federal yellow baked enamel or shall be finished with a traffic signal federal
yellow oven baked powder coating comprised of resins and pigments. Aluminum end
caps and the back of back plates shall be painted to match the color of the signal housing.
The inside of visors, front of back plates, and louvers shall be finished with two coats of
factory applied flat black enamel.
SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS:
9-29.17 Signal Head Mounting Brackets and Fittings (RC)
Mounting hardware will provide for a rigid connection between the signal head
and mast arm. All mounting hardware will be of the top-mount plumbizer type as shown
on the standard plans, unless specified otherwise on the plans.
„W Vehicle and pedestrian signal head mountings shall be as detailed in the Standard
Plans. Material requirements for signal head mounts are as follows:
Aluminum
r 1. Hinge fittings for Type E mount.
2. Arms and slotted tube fittings for Type N mount.
3. Plumbizer, tapered adjustment washers and flange adapter fittings for Type M mount.
The plumbizer shall be cast from tenzalloy AAA No. 713.
4. Tube clamp and female clamp assembly for Type N mount.
Bronze
1. Terminal compartments for Type A,B,C,F, H, and K mounts.
2. Collars for Type C, D, and F mounts.
3. Ell fittings for Type L and LE mounts.
4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts.
5. Balance adjuster for Type Q,R, and S mounts.
..
Galvanized Steel
1. Washers for Type A, B, C, D, F, H, and K mounts.
2. Fasteners for Type A,B,E, H, and K mounts.
Stainless Steel
1. All set screws and cotter Keys.
2. Bands for Type N mount.
3. Hinge pins for Type E mount.
4. Bolts, nuts and washers for Type M mount.
5. Bolt, nut and washers for Type L mount.
6. Bolts, nuts, washers, and screw buckle swivels.
Steel
1. Center pipes, nipples,elbow and tee fittings for Type A, B, C, F,H, and K mounts.
2. Multi-head mounting assemblies and spider assemblies for Type Q, R, and S mounts.
3. Nipples for Type L, LE, P, Q, R, and S mounts.
- 174-
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
All other miscellaneous hardware shall be stainless steel.
All hardware for mounts shall be painted with two coats of factory applied traffic
signal federal yellow baked enamel.
Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter.
Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12
section terminal block.
All hardware for mounts shall be painted with two coats of factory applied traffic
signal Federal yellow baked enamel.
SECTION 9-29.24(1)IS DELETED AND REPLACED WITH THE FOLLOWING:
9-29.24(1) Painting(RC) r
The finish coat shall be a factory baked on enamel light grey in color. The
galvanized surface shall be etched before the baked on enamel is applied. The interior r
shall be given a finish coat of exterior grade of white metal enamel.
Painting shall be done in conformance with the provisions of Section 8-20.3(12).
�r
SECTION 9-29.24(2)IS DELETED AND REPLACED WITH THE FOLLOWING:
9-29.24(2) Electrical Circuit Breakers and Contactors (RC)
r
The electrical circuit breakers and contactors shall be as indicated on the contract
plans and detail sheets. The following equipment shall be featured within the cabinet.
1. Main circuit breaker
2. Branch circuit breakers
3. Utility plug (120 volt-20 Amp rated) G.F.I. Type
4. Light control test switch (120 volt-15 Amp)
5. Contactor relay for each circuit
6. Double pole branch breaker(s) for lighting circuits (240 volt) ..
7. One 120 volt,20 Amp single pole branch breaker(for utility plugs)
8. Type 3-single phase 120/240 volt grounded neutral service
9. One 120 volt 40 Amp single pole branch breaker(signal service)
10. Complete provisions-for 16 breaker poles
11. Nameplates phenolic black with white engraving except the main breaker, which shall
be red with white lettering. All nameplates shall be attached by S.S. screws. ..
12. Meter base sections are unnecessary
SECTION 9-29.25 IS DELETED AND REPLACED WITH THE FOLLOWING: ..
9-29.25 Amplifier,Transformer, and Terminal Cabinets
The pole mounted terminal box shall be made of molded fiberglass, be grey in
color, be approximately 16" high x 13-7/8" wide x 5-7/8" deep and have a minimum of
16 terminals on the terminal blocks. The box shall be weather tight, have a single door
with continuous hinge on one side and screw hold downs on the door locking side. All
- 175 -
s
V. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
hardware will be stainless steel. All mounting hardware shall be stainless steel and shall
be incidental to the unit price of terminal box.
Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be
separated by a marker strip. The marker strip shall be permanently marked with the
circuit number indicated in the Plans. Each connector shall be a screw type with No. 10
post capable of accepting no less than 3 #12 AWG wires fitted with spade tips.
`! Cabinet doors shall be gasketed with a one-piece closed cell neoprene gasket and
shall have a stainless steel piano hinge.
One spare 12 position terminal block shall be installed in each terminal cabinet
and amplifier cabinet.
Mounting shall be as noted in the contract.
Interconnect splice tower cabinets shall be Type F, with nominal dimensions of
22" high x 13" wide x 11" deep and constructed of cast aluminum and fitted with a Best
internal lock.
- 176 -
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
APPENDIX A-WAGE RATES CITY OF RENTON
APPENDIX A
HOURLY MINIMUM WAGE RATES
Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
r
III
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Boa 44540,Olympia,WA 985044540
Washington State Prevailing Wage Rates For public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects,workers'wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $32.61 IN 5D
BOILERMAKERS
JOURNEY LEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $39.87 1M 5A
CABINET MAKERS ON SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $39.11 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $38.95 IM 5D
CARPENTER $38.95 1M 5D
CREOSOTED MATERS $39.05 1M 5D
DRYWALL APPLICATOR $39.63 1M 5D
FLOOR FINISHER $39.08 1M 5D
FLOOR LAYER $39.08 1M 5D
FLOOR SANDER $39.08 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $39.95 1M 5D
PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $39.15 1M 5D
SAWFILER $39.08 1M 5D
SHINGLER $39.08 1M 5D
STATIONARY POWER SAW OPERATOR $39.08 1M 5D
STATIONARY WOODWORKING TOOLS $39.08 IM 5D
CEMENT MASONS
JOURNEY LEVEL $40.01 1M 5D
DIVERS&TENDERS
DIVER $80.62 IM 5D BA
DIVER TENDER $41.72 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $39.52 1B 5D 8L
ASSISTANT MATE(DECKHAND) $38.76 1 B 5D 8L
BOATMEN $39.52 1 B 5D 8L
ENGINEER WELDER $39.57 1B 5D 8L
LEVERMAN,HYDRAULIC $41.04 1B 5D 8L
MAINTENANCE $38.76 1B 5D 8L
MATES. $39.52 1 B 5D. 8L
OILER $39.16 1B 5D 8L
DRYWALL
JOURNEIiEL..a_„ fCts$,., $39.44 .
ELECTRICIANS-INSIDE
CABLE SPLICER $49.51 1D 6H
CABLE SPLICER'(TUNNEL) $53.31 1D 6H
CERTIFIED WELDER $47.79 1D 6H
CERTIFIED WELDER(TUNNEL) $51.41 1D 6H
CONSTRUCTION STOCK PERSON $24.33 1D 6H
JOURNEY LEVEL $46.06 1D 6H
JOURNEY LEVEL(TUNNEL) $49.51 1D 6H
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $50.84 4A 5A
CERTIFIED LINE WELDER $46.37 4A 5A
GROUNDPERSON $33.64 4A 5A
HEAD GROUNDPERSON $35.46 4A 5A
Page 1
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAIUNG Tune Holiday Note
Classification WAGE Code Code Code
HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A
JACKHAMMER OPERATOR $35.46 4A 5A
JOURNEY LEVEL LINEPERSON $46.37 4A 5A
LINE EQUIPMENT OPERATOR $39.50 4A 5A
POLE SPRAYER $46.37 4A 5A
POWDERPERSON $35.46 4A 5A
ELECTRONIC&TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS ,
MECHANIC $52.27 4A 6Q
MECHANIC IN CHARGE $57.41 4A 6Q
FENCE ERECTORS
FENCE ERECTOR $18.71 1 ,
FENCE LABORER $12.77 t
FLAGGERS
JOURNEY LEVEL $27.93 IN 5D
GLAZIERS
JOURNEY LEVEL $39.96 2E 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $41.93 1F 5E
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $33.09 IN 5D
INLAND BOATMEN
CAPTAIN $35.14 1K 5B
COOK $30.11 1 K 5B
DECKHAND $29.09 1K 5B
ENGINEER/DECKHAND $31.66 1K -5B
MATE,LAUNCH OPERATOR $33.24 1K 5B
INSULATION APPLICATORS
JOURNEYLEVEL $38.95 1M 5D
IRONWORKERS
JOURNEY LEVEL $43.12 1B 5A
LABORERS
ASPHALT RAKER $33.09 IN 513
BALLAST REGULATOR MACHINE $32.61 IN 5D
BATCH WEIGHMAN $27.93 IN 5D
BRUSH CUTTER $32.61 IN 5D
BRUSH HOG FEEDER $32.61 IN 5D
BURNERS $32.61 1 N 51)
CARPENTER TENDER $32.61 IN 5D
CASSION WORKER $33.45 IN 5D
CEMENT DUMPER/PAVING $33.09 IN 5D
CEMENT FINISHER TENDER• $32.61 IN . 5D-
CHANGE-HOUSE MAN OR DRY SHACKMAN. . $32.61 IN SD
CHIPPING.GUN(OVER 30 LBS)...., ,.,
. •, ;- � . , ,�� ,:_ t,, ,_ ...: ... .:, .533.09 1N •::,�f,5p - .
CHIPPING GUN(UNDER.30 LBS) $32.61 IN 5D
CHOKER"SETTER $32.61 IN 5D
CHUCK TENDER $32.61 1N. 5D
CLEAN-UP LABORER $32.61 IN 5D
CONCRETE DUMPER/CHUTE OPERATOR $33.09 IN 5D
CONCRETE FORM STRIPPER $3261 IN 5D
CONCRETE SAW OPERATOR $33.09 IN 5D
CRUSHER FEEDER $27.93 IN 5D
CURING LABORER •$32.61 IN 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $32.61 1 N 5D
DITCH DIGGER $32.61 IN 5D
DIVER $33.45 IN 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.09 1 N 51)
Page 2
KING COUNTY
Effective 03-03-05
(See Benefit Code Key)
Over
PREVAIUNG Time Holiday Note
Classification WAGE Code Code Code
DRILL OPERATOR,AIRTRAC $33.45 IN 5D
DUMPMAN $3261 IN 5D
EPDXY TECHNICIAN $32.61 1N 5D
EROSION CONTROL WORKER $3261 1N 5D
FALLER/BUCKER,CHAIN SAW $33.09 1N 5D
FINAL DETAIL CLEANUP(.e.,dusting,vacuuming,window cleaning;NOT $25.61 IN 5D
construction debris cleanup)
FINE GRADERS $32.61 IN 5D
FIRE WATCH $27.93 1N 5D
FORM SETTER $32.61 IN 5D
GABION BASKET BUILDER $32.61 IN 5D
GENERAL LABORER $32.61 IN 5D
GRADE CHECKER&TRANSIT PERSON $33.09 IN 5D
GRINDERS $32.61 IN 5D
GROUT MACHINE TENDER X32.61 IN 5D
GUARDRAIL ERECTOR $32.61 IN 5D
HAZARDOUS WASTE WORKER LEVEL $33.45 1N 5D
HAZARDOUS WASTE WORKER LEVEL B $33.09 1N 5D
HAZARDOUS WASTE WORKER LEVEL C $32.61 1N 5D
HIGH SCALER $33.45 IN 5D
HOD CARRIER/MORTARMAN $33.09 IN 5D
JACKHAMMER $33.09 IN 5D
LASER BEAM OPERATOR $33.09 IN 5D
MANHOLE BUILDER-MUDMAN $33.09 IN 5D
MATERIAL YARDMAN $32.61 IN 5D
MINER $33.45 IN 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.09 IN 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $33.09 IN 5D
PILOT CAR $27.93 IN 5D
PIPE POT TENDER $33.09 IN 5D
PIPE RELINER(NOT INSERT TYPE) $33.09 IN 5D
PIPELAYER&CAULKER $33.09 IN 5D
PIPELAYER&CAULKER(LEAD) $33.45 IN 5D
PIPEWRAPPER $33.09 IN 5D
POT TENDER $3261 1 N 5D
POWDERMAN $33.45 1N 5D
POWDERMAN HELPER $32.61 IN 5D
POWERJACKS $33.09 IN 5D
RAILROAD SPIKE PULLER(POWER) $33.09 IN 5D
RE-TIMBERMAN 45 IN 5D
-RIPRAP MAN t) a,<. `.` + ►x.61 1N bD
t RODDER' 1 N
• .°'in >,.; ;��:?3Ca';1'tist':*1'�€»:_,�,'�++; .09.., ,,r -,r 6D �trr,�,tr':
SCAFFOLD ERECTOR $3261. IN , 3D
SCALE PERSON $32.61 -1N 5D
SIGNALMAN $32.61 1 N 5D
SLOPER(OVER 20') $33.09 1 N 5D
SLOPER SPRAYMAN $32.61 1 N 5D
SPREADER(GLARY POWER OR SIMILAR TYPES) $33.09 1 N 5D
SPREADER(CONCRETE) $33.09 IN 5D
STAKE HOPPER X3261 IN 5D
STOCKPILER .$3261 IN 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.09 IN 5D
TAMPER(MULTIPLE&SELF PROPELLED) $33.09 IN 5D
TOOLROOM MAN(AT JOB SITE) $32.61 IN 5D
TOPPER-TAILER $32.61 1 N 5D
TRACK LABORER $32.61 1 N 5D
Page 3
KING COUNTY
Effective 03-03-05
w r«*...*.,r•k ««+.*�•«.,t,r++r.•*. �,k,r*.•.•,r«*«.•�• w,tt«ir*«.•«.ter*,�••�,r«*«*«.tk,�w•,rw•«
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRACK LINER(POWER) $33.09 IN 5D
TRUCK SPOTTER $32.61 1 N 5D
TUGGER OPERATOR $33.09 1 N 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $32.61 1 N 5D
VIBRATOR $33.09 1N 5D
VINYL SEAMER $32.61 IN 5D
WELDER $32.61 IN 5D
WELL-POINT LABORER $33.09 1 N 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS
ERNE'LEVEL $39.63 1M 5D
PAINTERS
JOURNEY LEVEL $30.76 2B 5A
PLASTERERS
JOURNEY LEVEL $39.93 1R 5A
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $51.01 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $3726 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $39.88 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $40.34 1T 5D 8L
BACKHOE,EXCAVATOR.SHOVEL(6 YD AND OVER WITH $40.86 IT 5D 8L
BACKHOES, (75 HP&UNDER) $39.49 IT 5D 8L
BACKHOES, (OVER 75 HP) $39.88 IT -__5D 8L
BARRIER MACHINE(ZIPPER) $39.88 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $39.88 IT 5D 8L
BELT LOADERS(ELEVATING TYPE) $39.49 IT 5D 8L
BOBCAT(SKID STEER) $37.26 IT 5D 8L
BROOMS $37.26 IT 5D 8L
BUMP CUTTER $39.88 IT 5D 8L
CABLEWAYS $40.34 IT 5D 8L
CHIPPER $39.88 IT 5D 8L
COMPRESSORS $37.26 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $37.26 IT 5D 8L
CONCRETE PUMPS $39.49 IT 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 IT 5D 8L
CONVEYORS $39.49 IT 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $39.49 1 T 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $39.88 IT 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $40.34 IT 5D ;8L.
JIB WITH ATACHMENTS)
CRANES,X100 TONS-i 199T0NS,OR 1j4' T OF B0OM ONCL.UDING JIB $40.86 IT 5D"rj.`t ESL
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $41.40 IT 5D 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $37.26 IT 5D 8L
CRANES,A-FRAME,OVER 10 TON $39.49 IT 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $41.92 1 T 5D 8L
ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $39.88 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) .$40.34 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $40.86 IT 5D 8L
CRANES,TOWER CRANE UP TO 175 IN HEIGHT,BASE TO BOOM $40.86 IT SD 8L
CRANES,TOWER CRANE OVER 1751N HEIGHT,BASE TO BOOM $41.40 IT 5D 8L
CRUSHERS $39.88 IT 5D 8L
Page 4
KING COUNTY
Effective 03-03-05
««* . .,► ,�,t*.,k k. �+�r«,t«r. ,t t►t t*k t k t t,t*%
!, (See Benefit Code Key)
Over
PREVAILING Tiff Holiday Note
Classification WAGE Code Code Code
DECK ENGINEER/DECK WINCHES(POWER) $39.88 IT 5D 8L
DERRICK,BUILDING $40.34 IT 5D 8L
DOZERS,D-9&UNDER $39.49 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $39.49 IT 5D 8L
DRILLING MACHINE $39.88 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $37.26 IT 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $39.49 IT 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.88 IT 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $39.49 IT 5D 8L
FORK LIFTS,(UNDER 3000 LBS) $37.26 IT 5D 8L
GRADE ENGINEER $39.49 IT 5D 8L
GRADECHECKER AND STAKEMAN $37.26 IT 5D 8L
GUARDRAIL PUNCH $39.88 IT 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $39.49 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $39.49 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $39.88 IT 5D 8L
HYDRALIFTSBOOM TRUCKS(10 TON&UNDER) $3726 IT 5D 8L
HYDRAUFTSBOOM TRUCKS(OVER 10 TON) $39.49 IT 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $40.34 IT 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $40.86 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $39.88 IT 5D 8L
LOCOMOTIVES,ALL $39.88 IT 5D 8L
MECHANICS,ALL $40.34 IT 5D 8L
MIXERS,ASPHALT PLANT $39.88 IT 5D 8L
MOTOR PATROL GRADER(FINISHING) $39.88 IT 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $39.49 IT •-5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $40.34 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $3726 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $37.26 IT 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $39.88 IT 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $39.49 IT 5D 8L
POSTHOLE DIGGER MECHANICAL $37.26 IT 5D 8L
POWER PLANT $3726 IT 5D 8L
PUMPS,WATER $37.26 IT 5D 8L
QUAD 9,D-10,AND HD-41 $40.34 IT 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 IT 5D 8L
EQUIP
RIGGER AND BELLMAN $37.26 IT 5D 8L
ROLLAGON $40.34 IT 5D 8L
ROLLER,OTHER THAN PLANT ROAD Mix $37.26 IT 5D 8L
ROLLERS,�PLA IX OR MULTILIFT MATERIALS $39.49 IT 5D 8L
ROTO-MIEN,ROTO.GRINDER .$39.88 IT 513 8L.
SAWS.;CONCRETE., ` '30:4J sa { rs i p, r:= s 81
SCRAPERS:SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $39.88 IT 5D 8L"
OFF-ROAD EQUIPMENT(UNDER 46 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $40.34 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRYALL $39.49 IT 5D 8L
SCREED MAN $39.88 IT 5D 8L
SHOTCRETE GUNITE $37.26 IT 5D 8L
SUPFORM PAVERS $40.34 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX •$39.88 IT 5D 8L
SUBGRADE TRIMMER $39.88 IT 5D 8L
TOWER BUCKET ELEVATORS $39.49 1T 5D 8L
TRACTORS,(75 HP&UNDER) $39.49 IT 5D 8L
TRACTORS,(OVER 75 HP) $39.88 IT 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $39.88 IT 5D 8L
Page 5
KING COUNTY
Effective 03-03-05 i
�A�f*ft+t««.nk.r�**t,.*«***,f.•*#•�rt«*�.t.lr..«**,t«««*�#�r«.t r r«�t+•rt�t***#•�•/r*�Fir,t�tNrrirt.�,k«««,t.t
(See Benefit Code Key)
(, Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $40.34 IT 5D 8L
TRENCHING MACHINES $39.49 IT 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $39.49 IT 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $39.88 IT 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $39.88 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE $37.26 IT 5D 8L
YO YO PAY DOZER $39.88 IT 5D 8L
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $33.06 4A 5A
SPRAY PERSON $31.34 4A 5A
TREE EQUIPMENT OPERATOR $31.76 4A 5A
TREE TRIMMER $29.48 4A 5A
TREE TRIMMER GROUNDPERSON $21.94 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $48.21 1G 5A
ROOFERS '
JOURNEY LEVEL $34.53 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOD $46.74 11 6L
SOFT FLOOR LAYERS
JOURNEY LEVEL $3224 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $49.19 1B 5C
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $28.31 2B 5A
HOLE DIGGER/GROUND PERSON $15.92 2B 5A
INSTALLER(REPAIRER) $27.16 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $26.34 2B 5A
SPECIAL APPARATUS INSTALLER 1 $28.31 2B 5A
SPECIAL APPARATUS INSTALLER 11 $27.74 2B 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.31 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.34 2B 5A
TELEVISION GROUND PERSON $15.12 2B 5A
TELEVISION LINEPERSON/INSTALLER $20.05 2B 5A
TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A.
TELEVISION TECHNICIAN $21.45 _ _ 2B bA
:�'#•REE TRIMMER $26.34 2B 5A; d
.rERRA7zo vy RKERSi&TILE SETTERS
JOURNEY LEVEL $37.03 1H .5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $30.86 1H 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $31.90 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $36.89 IT 5D 81.
ASPHALT MIX(OVER 16 YARDS) $37.47 IT 5D 8L
DUMP TRUCK $36.89 IT 5D 8L
DUMP TRUCK&TRAILER $37.47 IT 5D 8L
OTHER TRUCKS $37.47 IT 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
Page 6
KING COUNTY
Effective 03-03-05
.w,rw*�rrwww•,M•�r,�•,r««w,r,�,kw«.r+.«,rirr�,Ne«*«w,r«,nr«.y.««,ttr,t+�*«,r,�x*«««.+**«,t,.«**+„r�«*«rt-k«,r«**«,rrww�,t�r�,r*,rt«,ax�,�***,�-k**
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
OILER $12.97 1
WELL DRILLER $17.68 1
Page 7
1
1
1
1
1
1
1
1
1
1
1
1
A
1
i
1
i
1
1
BENEFIT CODE KEY-EFFECTIVE 03-03-05
♦sssss ssss■s sssssrsssssssrsssssrrrsssssrssssssssrrrssssssessssssrrssssssssssssssssrsssrsssssrsssssssssssrssssssssssrsrss
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE-PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE—HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE—HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE—HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE — EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8)
HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,IN A FOUR—TEN HOUR SCHEDULE,SHALL BE
PAID AT ONE AND ONE—HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8)
HOURS PER DAY ON SATURDAY;ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS IN A FIFTH CALENDAR
WEEKDAY OF A FOUR — TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY
MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
w THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE
FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE—HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE—HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR —TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE—HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE—HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE—HALF THE HOURLY RATE OF WAGE.
WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED
wr ON A HOLIDAY SHALL BE PAID ONE AND ONE—HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED
PLUS EIGHT(8)HOURS OF STRAIGHT TIME FOR THE HOLIDAY.
s J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE—HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
__ .-: .,. ..•. -.. � ,:.: - .�:, ,�. r: trs;:> A, t3"jF�Y '{r �':!. `�v r�tar ors-''t:�t`i;o rifi�1�_ - .. .a�.,eai:
.r A�
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.,
L. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
�, THE HOURLY RATE OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 03-03-05
—2—
I. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND
ONE-HALF TIMES THE HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLY RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX(6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, air
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 03-03-05
-3-
2. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID
AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
ar
HOLIDAY CODES
�r
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
• AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
w
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
f4r E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS
DAY(9).
,w G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).'
1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, AND
CHRISTMAS DAY(6).
rr N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(6).
P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
• THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS.;
V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8).
Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
BENEFIT CODE KEY-EFFECTIVE 03-03-05
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY(9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY(9).
H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING 1R. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
1. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY.(8)
Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS'DAY.
S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8).
T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY,CHRISTMAS DAY(9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE(10).
W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS
DAY,DAY BEFORE CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(I I).
NOTE CODES
8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE: .
OVER 50'TO 100'-$I_.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 175'-$2.25 PER FOOT FOR EACHTOOT OVER 100 FEET
OVER 175'TO 250'-S5.50 PER FOOT FOR EACH FOOT OVER 175 FEET +r
OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET �*
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
.r
BENEFIT CODE KEY-EFFECTIVE 03-03-05
-5-
8. D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75,
LEVEL B:$0.50, AND LEVEL C:$0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A& B: $1.00,
LEVELS C&D:$0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00,
LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25.
1
1
1
1
i
1
1
1
1
1
A
t
1
i
1
t
1
1
1
General Decision Number: WA030001 04/22/2005 WAl
Superseded General Decision Number: WA020001 '
State: Washington
Construction Types: Heavy (Heavy, and Dredging) and Highway
Counties: Washington Statewide.
HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes
D.O.E. Hanford Site in Benton and Franklin Counties)
Modification Number Publication Date
0 06/13/2003
1 01/23/2004
2 02/06/2004
3 02/13/2004
4 03/05/2004
5 03/12/2004
6 04/16/2004
7 05/14/2004
8 06/18/2004
9 06/25/2004
10 07/02/2004
11 07/23/2004
12 08/06/2004
13 08/20/2004
14 09/03/2004
15 10/01/2004
16 10/15/2004
17 10/22/2004
18 11/05/2004
19 11/19/2004
20 12/03/2004
21 01/14/2005
22 02/18/2005
23 03/18/2005
24 03/25/2005
25 04/01/2005
26 04/22/2005
CARP0001-008 06/01/2004
Rates Fringes
Carpenters:
COLUMBIA RIVER AREA.-i- -
ADAMS, BENTON'—COLUMBIA, -
DOUGLAS (EAST OF. THE 120TH
MERIDIAN) , FERRY,
X11► FRANKLIN, GRANT, OKANOGAN
(EAST OF THE 120TH
MERIDIAN) AND WALLA WALLA
COUNTIES
GROUP 1: . . . . . . . . . . . . . . . . . . .$ 23 .88 7.45
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 24.99 7.45
GROUP 3 : . . . . . . . . . . . . . . . . . . .$ 24.15 7.45
. . . . . . . . . . . . . . . . . .
GROUP 4: .$ 23.88 7.45
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 59.17 7.45
GROUP 6: . . . . . . . . . . . . . . . . . . .$ 28.02 7.45
WA030001 Modification 26 1
Federal Wage Determinations
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN,. PEND OREILLE, SPOKANE,
STEVENS AND WHITMAN COUNTIES
GROUP 1: . . . . . . . . . . . . . . . . . . .$ 23.21 7.45
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 24.31 7.45
GROUP 3: . . . . . . . . . . . . . . . . . . .$ 23.47 7.45
GROUP 4: . . . . . . . . . . . . . . . . . . .$ 23.21 7.45
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 57.50 7.45
GROUP 6: . . . . . . . . . . . . . . . . . . .$ 27.30 7.45
CARPENTERS CLASSIFICATIONS
GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler;
Insulators (all types) , Acoustical, Drywall and Metal
Studs, Metal Panels and Partitions; Floor Layer, Sander,
Finisher and Astro Turf; Layout Carpenters; Form Builder;
Rough Framer; Outside or Inside Finisher, including doors,
windows, and jams; Sawfiler; Shingler (wood, composition)
Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and
Dismantling; Stationary Saw-Off Bearer; Wire, Wood and
Metal Lather Applicator
GROUP 2: Millwright, machine erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, dock and wharf carpenters
GROUP 5: Divers
GROUP 6: Divers Tender
DEPTH PAYY FOR DIVERS:
Each foot over 50-100 feet $1.00
Each foot over 100-175 feet 2.25
Each foot over 175-250 feet 5.50
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task) , where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest-level of
protection-' No respirator is used and skin
�. minimal. .
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit" .
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------- ----------------------------------
WA030001 Modification 26 2
Federal Wage Determinations
CARP0003-006 06/01/2004
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only) , PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean) , SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
ZONE 1:
Rates Fringes
Carpenters:
CARPENTERS; ACOUSTICAL. . . . . .$ 27.72 10.70
DIVERS TENDERS. . . . . . . . . . . . . .$ 30.27 10.70
DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 65.51 10.70
DRYWALL. . . . . . . . . . . . . . . . . . . . .$ 27.72 10.70
FLOOR LAYERS & FLOOR
FINISHERS (the laying of
all hardwood floors nailed
and mastic set, parquet
and wood-type tiles, and
block floors, the sanding
and finishing of floors,
the preparation of old and
new floors when the
materials mentioned above
are to be installed) ;
INSULATORS (fiberglass and
similar irritating
materils. . . . . . . . . . . . . . . . . . . .$ 27.87 10.70
MILLWRIGHTS. . . . . . . . . . . . . . . . .$ 28.22 10.70
PILEDRIVERS. . . . . . . . . . . . . . . . .$ 28.22 10.70
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET
150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET
fir►
Zone Differential (Add up Zone 1 rates) :
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1,70
Zone 5 2.00
Zone 6 3_00
WA030001 Modification 26 3
Federal Wage Determinations
l
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point. )
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
--city_of-the-above-mentioned-cities
CARP0770-003 06/01/2004
Rates Fringes
Carpenters:
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN) ,
KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
ACCOUSTICAL WORKERS. . . . . . . .$ 20.98 10.27
CARPENTERS AND DRYWALL
APPLICATORS. . . . . . . . . . . . . . . .$ 20.72 10.27
CARPENTERS ON CREOSOTE
MATERIAL. . . . . . . . . . . . . . . . . . .$ 20.82 10.27
DIVERS TENDER. . . . . . . . . . . . . .$ 31.17 10.55 ,
DIVERS. . . . . . . . . . . . . . . . . . . . .$ 70.07 10.55
INSULATION APPLICATORS. . . . .$ 20.72 10.27
MILLWRIGHT AND MACHINE
ERECTORS. . . . . . . . . . . . . . . . . . .$ 29.40 10.27
PILEDRIVER, BRIDGE DOCK
AND WHARF CARPENTERS. . . . . . .$ 28.40 10.27
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING," WELDING. -"
OR CRESOTE TREATED
MATERIAL, ALL PILING. . . . . . .$ 28.60 10,27
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . .$ 20.85 10.27
WA030001 Modification 26 4
Federal Wage Determinations
WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS (excludes piledrivers only) , MASON, PACIFIC (North of a
straight line made by extending the north boundary line of Wahkiakum
County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM COUNTIES
ACOUSTICAL WORKERS. . . . . . . . .$ 28.56 10.55
CARPENTERS AND DRYWALL
APPLICATORS. . . . . . . ... . . . . . . .$ 28.40 10.55
CARPENTERS ON CREOSOTE
MATERIAL. . . . . . . . . . . . . . . . . . .$ 28.50 10.55
DIVERS TENDER. . . . . . . . . . . . . .$ 31.17 10.55
DIVERS. . . . . . . . . . . . . . . . . . . . .$ 70.07 10.55
INSULATION APPLICATORS. . . . .$ 28.40 10.55
MILLWRIGHT AND MACHINE
ERECTORS. . . . . . . . . . . . . . . . . . .$ 29.40 10.55
PILEDRIVER, BRIDGE, DOCK
& WHARF CARPENTERS. . . . . . . . .$ 28.40 10.55
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING. . . . . . .$ 28.60 10.55
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. ... . . . . . . . . . . . . . . . . . . .$ 28.53 10.55
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan ,.Pt. Townsend
Zone Pay:
0 -25 radius miles Free
25-35 radius miles $1.00/hour
35-45 radius miles $1.15/hour
45-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
WA030001 Modification 26 5
Federal Wage Determinations
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
25-45 radius miles $ .70/hour `
Over 45 radius miles $1.50/hour
-----------------------
-----------------------------------------
ELEC0046-001 06/01/2004
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 36.85 3%+11.55
Electrician. . . . . . . . . . . . . . . . . . . .$ 33.50 3%+11.55
----------------------------------------------------------------
ELEC0048-003 01/01/2005
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 31.60 3%+$13.05
Electrician. . . . . . . . . . . . . . . . . . . .$ 31.35 3%+$13.05
-----------------------
----------------------------------------- !
ELECO073-001 07/01/2004
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 24.07 3%+11.58
Electrician. . . . . . . . . . . . . . . . . . . .$ 23.67 3%+11.58
----------------------------------------------------------------
ELEC0076-002 09/01/2004
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
r
Rates _ -F]Cinges
Cable splicer. . . . . . . . . . . . .. . . .$ 34.13 3%+12.56
Electrician. . . . . . . . . . . . . . . . . . . .$ 30.75 3%+12.56
----------------------------------------------------------------
WA030001 Modification 26 6
Federal Wage Determinations
ELECO077-002 02/01/2005
Rates Fringes
Line Construction:
CABLE SPLICERS. . . . . . . . . . . . . .$ 39.48 3.875%+9.75
GROUNDMEN. . . . . . . . . . . . . . . . . . .$ 24.68 3.875%+8.00
LINE EQUIPMENT MEN. . . . . . . . . .$ 30.32 3 .875%+8.00
LINEMEN, POLE SPRAYERS,
HEAVY LINE EQUIPMENT MAN. . . .$ 35.25 3.875%+9.75
POWDERMEN, JACKHAMMERMEN. . . .$ 26.44 3 .875%+8.00
TREE TRIMMER. . . . . . . . . . . . . . . .$ 20.98 3.875$+7 .94
----------------------------------------------------------------
ELEC0112-005 06/01/2004
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 31.24 3%+12.28
Electrician. . . . . . . . . . . . . . . . . . . .$ 29.75 3%+12.28
----------------------------------------------------------------
ELEC0191-003 09/01/2004
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 33 .72 3%+10.33
Electrician. . . . . . . . . . . . . . . . . . . .$ 30.66 3%+10.33
----------------------------------------------------------------
ELEC0191-004 09/01/2004
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 29.33 3%+10.28
Electrician. . . . . . . . . . . . . . . . . . . .$ 26.66 3%+10.28
----------------------------------------------------------------
ELEC0970-001 06/01/2004
COWLITZ AND WAHKIAKUM COUNTIES
Rates Fringes
- Cable splicer. . . . . . . . . . . . . . . . . .$ 31.57 3%+9.40
Electrician. . . . . . . . . . . . . . . . . . . .$ 28.70 3%+9.40
----------------------------------------------------------------
a.
WA030001 Modification 26 7
Federal Wage Determinations
ENGI0302-003 06/01/2004
CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) ,
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS
SHOWN BELOW)
Zone 1 (0-25 radius miles) :
Rates Fringes
Power equipment operators:
Group 1A. . . . . . . . . . . . . . . . . . .$ 30.61 10.25
Group 1AA. . . . . . . . . . . . . . . . . .$ 31.15 10.25
Group 1AAA. . . . . . . . . . . . . . . . .$ 31.67 10.25
Group 1. . . . . . . . . . . . . . . . . . . . .$ 30.09 10.25
Group 2. . . . . . . . . . . . . . . . . . . . .$ 29.63 10.25
Group 3. . . . . . . . . . . . . . . . . . . . .$ 29.24 10.25
Group 4. . . . . . . . . . . . . . . . . . . . .$ 27.01 10.25
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton,
Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments) ; Tower crane over 175 ft in
height, base to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments) ; Crane-overhead, bridge
type, 100 tons and over;. Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards .and over; Shovels,
excavator, ..backhoes-6. yards and over with attachments
GROUP 1 - Cableway; Cranes 45_ tons thru 99 tons, under 150 ft
of boom (including jib with attachments) ; Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building work;
Excavator, shovel, backhoes over 3 yards and under 6 yards;
Hard tail end dump articulating off-road equipment 45 yards
and over; Loader- overhead 6 yards to, but not including 8
yards; Mucking machine, mole, tunnel, drill and/or shield;
Quad 9, HD 41, D-10; Remote control operator on rubber tired
earth moving equipment; Rollagon; Scrapers-self propelled 45
yards and over; Slipform pavers; Transporters, all truck or
track type
WA030001 Modification 26 8
Federal Wage Determinations
GROUP 2 - Barrier machine (zipper) ; Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru" 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power) ;
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant feed;
Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor
patrol graders-finishing; Piledriver (other than crane
mount) ; Roto-mill,roto-grinder; Screedman, spreader, topside
operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar
Green; Scraper-self propelled, hard tail end dump,
articulating off-road equipment-under 45 yards; Subgrade
trimmer; Tractors, backhoes-over 75 hp; Transfer material
service machine-shuttle buggy, blaw knox-roadtec; Truck crane
oiler/driver-100 tons and over; Truck Mount portable
conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck or
crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill locator;
Outside hoists-(elevators and manlifts) , air tuggers, strato
tower bucket elevators; Hydralifts/boom trucks over 10 tons;
Loader-elevating type, belt; Motor patrol
grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrpers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes-A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding operator;
Pavement breaker; Posthole digger, mechanical; Power plant;
Pumps, water; Rigger and Bellman; Roller-other than plant
mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment
operator
WA030001 Modification 26 9
Federal Wage Determinations
CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH
GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A
PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED
RATES MAY BE PAID ON THE FOLLOWING:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5
million excluding mechanical, electrical, and utility portions
of the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving including, but
utilities excluded.
3 . Marine projects (docks, wharfs, ect. ) less than $150, 000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft
classifications subject to working inside a federally designed
hazardous perimeter shall be elgible for compensation in
accordance with the following group schedule relative to the
level of hazardous waste as outlined in the specific hazardous
waste project site safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing.
H-2 .Class "C" Suit - Base wage rate plus $.25 per hour.
H-3 Class 'B" Suit - Base wage rate plus $.50 per hour.
H-4 Class 'A' Suit - Base wage rate plus $.75 per hour.
----------------------------------------------------------------
ENGI0302-009 06/01/2004
CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) ,
SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
WORK PERFORMED ON HYDRAULIC DREDDGES:
Zone 1 (0-25 radius miles) :
Rates. Fringes
Power equipment operators:"
GROUP 1
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 28.80 10.25 �.
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 26.96 8.40
GROUP 2
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 28.91 10.25
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 27.06 8.40
WA030001 Modification 26 10
Federal Wage Determinations
GROUP 3
TOTAL PROJECT COST ••
$300, 000 AND OVER. . . . . . . . . .$ 29.27 10.25
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 27.38 8.40
GROUP 4
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 29.32 10.25
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 27.43 8.40
GROUP 5
TOATL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 30.79 10.25
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 28.75 8.40
GROUP 6
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 28.80 10.25
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 26.96 8.40
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
® Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton,
Wenatchee, Yakima
WA030001 Modification 26 11
Federal Wage Determinations
I `"
POWER EQUIPMENT OPERATORS CLASSIFICATIONS t
GROUP 1 - ASSISTANT MATE (DECKHAND) '
GROUP 2 - OILER
GROUP 3 - ASSISTANT ENGINEER (ELECTRIC, DIESEL, STEAM OR
BOOSTER PUMP) ; MATES AND BOATMEN
GROUP 4 - CRANEMAN, ENGINEER WELDER ,
GROUP 5 - LEVERMAN, HYDRAULIC
GROUP 6 - MAINTENANCE
CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH
GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A
PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES
MAY BE PAID ON THE FOLLOWING:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of the
contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving including, but utilities
excluded.
3. Marine projects (docks, wharfs, ect. ) less than $150,000.
HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE
AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft
classifications subject to working inside a federally designed
hazardous perimeter shall be elgible for compensation in
accordance with the following group schedule relative to the
level of hazardous waste as outlined in the specific hazardous
waste project site safety plan.
H-1 Base wage rate when on a hazardous waste site when not ,
outfitted with protective clothing.
H-2 Class "C" Suit - Base wage rate plus $.25 per hour.
H-3 Class "B" Suit - Base wage rate plus $.50 per hour.
H-4-Class "A" Suit - Base wage rate plus $.75 per hour.
--------------------------------------------------
.s
WA030001 Modification 26 12
Federal Wage Determinations
ENGI0370-002 08/30/2004
ADAMS, AS9TIN, BENTON, CHELAN (EAST 'OF THE 120TH MERIDIAN) ,
COLUMBIA, ,bOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY,
FRANKLIN, 'GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
Rates Fringes
Power equipment operators:
GROUP 1A. . . . . . . . . . . . . . . . . . .$ 21.34 7.62
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 21.89 7.62
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 22.21 7.62
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 22.82 7.62
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 22.98 7.62
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 23.14 7.62
GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 23.42 7.62
GROUP 7. . . . . . . . . . . . . . . . . . . . .$ 23.69 7.62
GROUP 8. . . . . . . . . . . . . . . . . . . . .$ 24.79 7.62
ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco,
Washington; Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Moses Lake,
Pasco, Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power) ; Deck
Hand; Drillers Helper (Assist driller in making drill rod
connections, service drill engine and air compressor,
repair drill rig and drill tools, drive drill support truck
to and on the job site, remove drill cuttings from around
bore hole and inspect drill rig while in operation) ;
Fireman & Heater Tender; Grade Checker; Hydro-seeder,
Mulcher, Nozzlemanl- Oiler Driver, & table Tender, Mucking
Machine; -Pumpman;- Rollers, Aa11-•,types:.on Subgrade.e:- including
seal and chip coatings (farm type, Case,- John Deere &
similar, or Compacting Vibrator) ,_ except when pulled by
Dozer with operable blade; Welding Machine
i
WA030001 Modification 26 13
Federal Wage Determinations
GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration t
Plant (under 1000 ton) ; Assistant Plant Operator, Fireman
or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt
Finishi{hg Machine; Blower Operator (cement) ; Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power) ; Concrete Saw (multiple cut) ; Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated) ; Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline) ;
Hoist, single drum; Loaders (bucket elevators and
conveyors) ; Longitudinal Float; Mixer (portable-concrete) ;
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled) ;
Railroad Power Tamper Operator (self-propelled) ; Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete) ; Spreader Box (self-propelled) ; Straddle Buggy
(Ross & similar on construction job only) ; Tractor (Farm
type R/T with attachment, except Backhoe) ; Tugger Operator
' GROUP 3: A-frame Truck (2 or more drums) ; Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton) ;
Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix
Operator, single unit (concrete) ; Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar) ;
Bending Machine; Bob Cat; Boring Machine (earth) ; Boring
Machine (rock under 8 inch bit) (Quarry Master, Joy or
similar) ; Bump Cutter (Wayne, Saginau or similar) ; Canal
Lining Machine (concrete) ; Chipper (without crane) ;
Cleaning & Doping Machine (pipeline) ; Deck Engineer;
Elevating Belt-type Loader (Euclid, Barber Green &
similar) ; Elevating Grader-type Loader (Dumor, Adams or
similar) ; Generator Plant Engineers (diesel or electric) ;
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet) ; Soil Stabilizer (P & H or
similar) ; Spreader Machine; Tractor (to D-6 or equivalent) '
and Traxcavator; Traverse Finish Machine; Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar) ; Curb Extruder (asphalt or
concrete) ; Drills (churn, core, calyx or diamond) (operate
drilling machine, drive or transport drill rig to and on
job site and weld well casing); Equipment Serviceman;
Greaser & .Oiler; Hoist (2 or more drums or Tower Hoist};.
Loaders ..(overhead, &t front-end:z.;=der.,A .yds... ,R/T)
Refrigeration Plant Engineer (under 1000 ton) ; Rubber-tired
Skidders (R/T'with or without attachments) ; Surface Heater
& Plant Machine; Trenching Machines (under 7 ft. depth
capacity) ; Turnhead (with re-screening) ; Vacuum Drill
(reverse circulation drill under 8 inch bit)
WA030001 Modification 26 14
i
Federal Wage Determinations
GROUP 5: Backhoe (under 45, 000 gw) ; Backhoe & Hoe Ram (under
3/4 yd. ) ; Carrydeck & Boom Truck (under 25•tons) ; Cranes
(25 tons & under) , all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons) ; Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar) (operates drilling machine, drive or transport
drill rig to and on job site and weld well casing) ; Hoe
Ram; Piledriving Engineers; Paving (dual drum) ; Railroad
Track Liner Operaotr (self-propelled) ; Refrigeration Plant
Engineer (1000 tons & over) ; Signalman (Whirleys, Highline
Hammerheads or similar)
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade
wire) ; Backhoe (45,000 gw and over to 110,000 gw) ; Backhoes
& Hoe Ram (3/4 yd. to 3 yd. ) ; Batch Plant (over 4 units) ;
Batch & Wet Mix Operator (multiple units, 2 & incl. 4) ;
Blade Operator (motor patrol & attachments, Athey & Huber) ;
Boom Cats (side) ; Cable Controller (dispatcher) ; Clamshell
Operator (under 3 yds. ) ; Compactor (self-propelled with
blade) ; Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons) , all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar;
Draglines (under 3 yds. ) ; Drill Doctor; H.D. Mechanic; H.D.
Welder; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds. ) ; Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete) ; Quad-Track or similar
equipment; Rollerman (finishing asphalt pavement) ; Roto
Mill (pavement grinder) ; Scrapers, all, rubber-tired;
Screed Operator; Shovel(under 3 yds.) ; Tractors (D-6 &
equilvalent & over) ; Trenching Machines (7 ft. depth &
over) ; Tug Boat Operator Vactor guzzler, super sucker
GROUP 7: Backhoe (over 110,000 gw) ; Backhoes & Hoe Ram (3 yds
& over) ; Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons) , all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over) ; Elevating Belt
(Holland type) ; Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar) ;
Loaders (overhead & front-end,- over 8 yds. to 10 yds. ) ; .
Rubber-tired.-Scrapers (multiple engine with three or more
scrapers) ; Shovels (3 yds. & over) ; Whirleys && Hammerheads,
ALL
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower) , all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over) ; Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .30 over scale
Over 250 ft $ .60 over scale
WA030001 Modification 26 15
Federal Wage Determinations
NOTE: '
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
--Anyone-working-on-HAZMAT-jobs,-working-with-supplied air ,
shall receive $1.00 an hour above classification.
-------------
ENGI0370-006 06/01/2004
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , ,
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
WORK PERFORMED ON HYDRAULIC DREDGES
Rates Fringes
Hydraulic Dredge ,
GROUP 1: . . . . . . . . . . . . . . . . . . . .$ 31.43 7.62
GROUP 2: . . . . . . . . . . . . . . . . . . . .$ 31.90 7.62
GROUP 3: . . . . . . . . . . . . . . . . . . . .$ 31.95 7.62
GROUP 4: . . . . . . . . . . . . . . . . . . . .$ 33 .42 7.62
GROUP 5: . . . . . . . . . . . . . . . . . . . .$ 31.43 7.62
GROUP 6: . . . . . . . . . . . . . . . . . . . .$ 31.54 7.62
GROUP 1: Assistant Mate (Deckhand) '
GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or
Booster Pump) ; Mates and Boatmen '
GROUP 3: Engineer Welder
GROUP 4: Leverman, Hydraulic
GROUP 5: Maintenance
GROUP 6: Oiler '
HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
-BULLDOZERS.
-------------------------------------------------------------
WA030001 Modification 26 16
Federal Wage Determinations
ENGI0612-001 06/01/2004
LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A
PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF
WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND
THURSTON COUNTIES
PROJECTS:
CATEGORY A PROJECTS (excludes Category B projects, as shown
below)
Rates Fringes
Power equipment operators:
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project cost $300, 000 and
over
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 28.80 10.25
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 28.91 10.25
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 29.27 10.25
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 29.32 10.25
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 30.79 10.25
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 28.80 10.25
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project Cost under $300,000
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 26.96 8.40
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 27.06 8.40
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 27.38 8.40
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 27.43 8.40
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 28.75 8.40
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 26.96 8.40
ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates
BASEPOINTS: Tacoma, Olympia, and Centralia
CATEGORY B PROJECTS - 95% of the basic hourly rate for each
group plus full fringe benefits applicable to Category A
projects shall apply to the following projects: Reduced
rates may be paid on the following:
.1. Projects involving work on .struc Wres such,,,as buildings
and structures -whose total value is less ,_than $1 �5,,-mil,lion
excluding mechanical, electrical, and utility portions of
the contract.
2 . Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docts, wharfs, etc. ) less than $150,000
i
WA030001 Modification 26 17
Federal Wage Determinations
WORK PERFORMED ON HYDRAULIC DREDGES: ,
GROUP 1: Assistant Mate (Deckhand
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump) ; Mates and Boatmen
GROUP 4: Craneman, Engineer Welder
GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance
HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND '
BULLDOZERS
HANDLING OF HAZARDOUS WASTE MATERIALS
H-1 - When not outfitted with protective clothing of level D
equipment - Base wage rate
H-2 - Class "C" Suit - Base wage rate + $.25 per hour
H-3 - Class "B" Suit - Base wage rate + $.50 per hour
H-4 - Class "A' Suit - Base wage rate +$.75 per hour
----------------------------------------------------------------
ENGI0612-002 06/01/2004
LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County ,
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ,
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles) : '
Rates Fringes
Power equipment operators:
GROUP 1A. . . . . . . . . . . . . . . . . . .$ 30.61 10.25
GROUP 1AA. . . . . . . . . . . . . . . . . .$ 31.15 10.25
GROUP 1AAA. . . . . . . . . . . . . . . . .$ 31.67 10.25
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 30.09 10.25
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 29.63 10.25
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 29.24 10.25
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 27.01 10.25
Zone Differential (Add to Zone 1 rates) : � .
Zone 2 (26-45 radius;miles)
" = 'x :.70 _
Zone 3 (Over 45 radius miles)- $1.00
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom '
WA030001 Modification 26 18
Federal Wage Determinations
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments) ; Crane-overhead, bridge
type, ]�00 tons and over; Tower crane up to 175 ft in height
base tq boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments) ; Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power) ;
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount) ; Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
" or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists-(elevators and manlifts) , air
tuggers, strato tower bucket elevators; Hydralifts/boom .
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant- mix or multi-lfit materials;
Saws-concrete; Scrapers, concrete and carry all; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
I
WA030001 Modification 26 19
Federal Wage Determinations
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type) ;�'Forklifts-under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following: '
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000. ,
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally ,
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site '
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing '
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
-----------------------
-----------------------------------------
ENGI0701-002 01/01/2005
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND '
WAHKIAKUM COUNTIES
Rates Fringes
Power equipment operators: . _ t
(See Footnote A).
GROUP 1. . . . . . . . . . . . .$ 30:44 9.95
GROUP 1A. . . . . . . . . . . . . . . . . . . .$ 31.96 9.95
GROUP 1B. . . . . . . . . . . . . . . . . . . .$ 33.48 9.95
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 29.14 9.95
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 28.34 9.95 ■
GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 27.78 9.95
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 27.15 9.95
GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 24.66 9.95
Zone Differential (add to Zone 1 rates) :
Zone 2 - $1.50
Zone 3 - 3.00
WA030001 Modification 26 20
Federal Wage Determinations
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND'COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP. I: .CONCRETE: Batch Plant and/or Wet Mix Operator, three
units ,or- more; CRANE: Helicopter.Operator, -when used in
erecting work; _Whirley Operator, 90 ton and over; LATTICE
BOOM CRANE: Operator 200 .tons through 299 tons, and/or over
200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90
tons through 199 tons with luffing or tower attachments;
FLOATING EQUIPMENT: Floating Crane, 150 ton but less than
250 ton
GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and
over (with luffing or tower attachment) ; LATTICE BOOM
CRANE: Operator, 200 tons through 299 tons, with over 200
feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and
over
WA030001 Modification 26 21
Federal Wage Determinations
GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399
tons with over 200 feet boom; Operator 400 tons and over;
FLOATING EQUIPMENT: Floating Crane 350 ton and over
GROUP 2: ASPHALT: Asphalt Plant Operator (any type) ; Roto
Mill, pavement profiler, operator, 6 foot lateral cut and
over; BLADE: Auto Grader or "Trimmer" (Grade Checker ,
required) ; Blade Operator, Robotic; BULLDOZERS: Bulldozer
operator over 120,000 lbs and above; Bulldozer operator,
twin engine; Bulldozer Operator,tandem, quadnine, D10, D11,
and similar type; Bulldozere Robotic Equipment (any type;
CONCRETE: Batch Plant and/or Wet Mix Operator, one and two
drum; Automatic Concrete Slip Form Paver Operator; Concrete
Canal Line Operator; Concrete Profiler, Diamond Head;
CRANE: Cableway Operator, 25 tons and over; HYDRAULIC
CRANE: Hydraulic crane operator 90 tons through 199 tons
{with luffing or tower attachment) ; TOWER/WHIRLEY OPERATOR:
Tower Crane Operator; Whirley Operator, under 90 tons;
LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200
feet boom; CRUSHER: Crusher Plant Operator; FLOATING
EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds.
and over; Floating Crane (derrick barge) Operator, 30 tons
but less than 150 tons; LOADERS: Loader operator, 120,000
lbs. and above; REMOTE CONTROL: Remote controlled
earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber- ,
tired scraper operator, with tandem scrapers, multi-engine;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel,
Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING
MACHINE: Wheel Excavator, under 750 cu. yds. per hour '
(Grade Oiler required) ; Canal Trimmer (Grade Oiler
required) ; Wheel Excavator, over 750 cu. yds. per hour;
Band Wagon (in conjunction with wheel excavator) ; '
UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote
or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over
130,000 lbs.
GROUP 3 : BULLDOZERS: Bulldozer operator, over 70,000 lbs. up
to and including 120,000 lbs. ; HYDRAULIC CRANE: Hydraulic
crane operator, 50 tons through 89 tons (with luffing or
tower attachment) ; LATTICE BOOM CRANES: Lattice Boom
Crane-50 through 89 tons (and less than 150 feet boom) ;
FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR:
excavator over 80,000 lbs. through 130,000 lbs. ; LOADERS:
Loader operator 60,000 and less than 120,000;. RUBBER-TIRED
SCRAPERS:.,Scraper Operator, with tandem scrapers;
Self-loading, paddle wheel, auger type, finish and/or 2 or
more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR:
Shovel, Dragline, Clamshell operators 3 cu. yds. but less
than 5 cu yds.
WA030001 Modification 26 2 '
2
Federal Wage Determinations
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screeman required) ; BLADE: Blade operator;` Blade operator,
finish; Blade operator, externally controlled by
electronic, mechanical hydraulic means; Blade operator,
multi-engine; BULLDOZERS: Bulldozer Operator over 20,000
lbs and more than 100 horse up to 70,000 lbs; Drill Cat
Operator; Side-boom Operator; Cable-Plow Operator (any
type) ; CLEARING: Log Skidders; Chippers; Incinerator; Stump
Splitter (loader mounted or similar type) ; Stump Grinder
(loader mounted or similar type; Tub Grinder; Land Clearing
Machine (Track mounted forestry mowing & grinding machine) ;
Hydro Axe (loader mounted or similar type) ; COMPACTORS
SELF-PROPELLED: Compactor Operator, with blade; Compactor
Operator, multi-engine; Compactor Operator, robotic;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete
Cooling Machine Operator; Concrete Paving Road Mixer;
Concrete Breaker; Reinforced Tank Banding Machine (K-17 or
similar types) ; Laser Screed; CRANE: Chicago boom and
similar types; Lift Slab Machine Operator; Boom type
lifting device, 5 ton capacity or less; Hoist Operator, two
(2) drum; Hoist Operator, three (3) or more drums; Derrick
Operator, under 100 ton; Hoist Operator, stiff leg, guy
derrick or similar type, 50 ton and over; Cableway Operator
up to twenty (25) ton; Bridge Crane Operator, Locomotive,
Gantry, Overhead; Cherry Picker or similar type crane;
Carry Deck Operator; Hydraulic Crane Operator, under 50
tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator;
Diesel-Electric Engineer; Grizzley Operator; Drill Doctor;
Boring Machine Operator; Driller-Percussion, Diamond, Core,
Cable, Rotary and similar type; Cat Drill (John Henry) ;
Directional Drill Operator over 20,000 lbs pullback;
FLOATING EQUIPMENT: Diesel-electric Engineer; Jack
Operator, elevating barges, Barge Operator, self-
unloading; Piledriver Operator (not crane type) (Deckhand
required) ; Floating Clamshelll, etc. Operator, under 3 cu.
yds. (Fireman or Diesel-Electric Engineer required) ;
Floating Crane (derrick barge) Operator, less than 30 tons;
GENERATORS: Generator Operator; Diesel-electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types) ;
Guardrail Auger Operator (all types) ; Combination Guardrail
machines, i.e. , punch auger, etc. ; HEATING PLANT: Surface
Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR:
Robotic Hydraulic backhoe operator, track and wheel type up
to and including 20,0000,ibs, with' any. or all attachments;
Excavator Operator over 20,0.00 lbs through 801000 lbs. ;
LOADERS: Belt Loaders,• Kolman and Ko Cal types; Loaders
Operator, front end and overhead, 25, 000 lbs and less than
60, 000 lbs; Elevating Grader Operator by Tractor operator,
Sierra, Euclid or similar types; PILEDRIVERS: Hammer
Operator; Piledriver Operator (not crane type) ; PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping
Machine Operator; Pipe Bending Machine Operator; Pipe
' Wrapping Machine Operator; Boring Machine Operator; Back
Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning
Decontamination Machine Operator; Ultra High Pressure Water
Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting
WA030001 Modification 26 23
Federal Wage Determinations
Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel '
Electric Engineer (Plant or Floating; Bolt 'Threading
Machine operator; Drill Doctor (Bit Grinder) ; H.D.
Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS: '
Rubber-tired Scraper Operator,single engine, single
scraper; Self-loading, paddle wheel, auger type under 15
cu. yds. ; Rubber-tired Scraper Operator, twin engine;
Rubber-tired Scraper Operator, with push- ull attachments;
Self Loading, paddle wheel, auger type 15 cu. yds. and
over, single engine; Water pulls, water wagons; SHOVEL,
DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric
Engineer; Stationay Drag Scraper Operator; Shovel,
Dragline, Clamshell, Operator under 3 cy yds. ; Grade-all
Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders,
Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor
operator, rubber-tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber-tired dozers and
pushers (Michigan, Cat, Hough type) ; Skip Loader, Drag Box;
TRENCHING MACHINE: Trenching Machine operator, digging
capacity over 3 ft depth; Back filling machine operator;
TUNNEL: Mucking machine operator
GROUP 5: ASPHALT: Extrusion Machine Operator; Roller
Operator (any asphalt mix) ; Asphalt Burner and
Reconditioner Operator (any type) ; Roto-Mill, pavement '
profiler, ground man; BULLDOZERS: Bulldozer operator,
20,000 lbs. or less or 100 horse or less; COMPRESSORS:
Compressor Operator (any power) , over 1,250 cu. ft. total
capacity; COMPACTORS: Compactor Operator, including '
vibratory; Wagner Pactor Operator or similar type (without
blade) ; CONCRETE: Combination mixer and Compressor
Operator, gunite work; Concrete Batch Plant Quality Control
Operator; Beltcrete Operator; Pumperete Operator (any
type) ; Pavement Grinder and/or Grooving Machine Operator
(riding type) ; Cement Pump Operator, Fuller-Kenyon and
similar; Concrete Pump Operator; Grouting Machine Operator; '
Concrete mixer operator, single drum, under (5) bag
capacity; Cast in place pipe laying machine; maginnis
Internal Full slab vibrator operator; Concrete finishing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge
deck or similar type; Curb Machine Operator, mechanical
Berm, Curb and/or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator;
Power Jumbo Operator setting slip forms .in`tunnels; Slip .
Form Pumps, power .driven hydraulic-lifting.•device�it r-.:,- - -
concrete forms; Concrete Paving Machine Operator; Concrete
Finishing Machine Operator; Concrete Spreader Operator;
CRANE: Helicopter Hoist Operator; Hoist Operator, single
drum; Elevator Operator; A-frame Truck Operator, Double
drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR:
Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and
Earth Boring Machine Operator; Vacuum Truck; Directional
Drill Operator over 20,000 lbs pullback; FLOIATING
EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or
robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe
Operator, wheel type (Ford, John Deere, Case type) ;
Hydraulic Backhoe Operator track type up to and including '
WA030001 Modification 26 24
Federal Wage Determinations
20, 000 lbs. ; LOADERS: Loaders, rubber- tired type, less
than 25,000 lbs; Elevating Grader Operator;' Tractor Towed
requiring Operator or Grader; Elevating loader operator,
Athey and similar types; OILERS: Service oiler (Greaser) ;
PIPELINE-SEWER WATER: Hydra hammer or simialr types;
Pavement Breaker Operator; PUMPS: Pump Operator, more than
5 (any size) ; Pot Rammer Operator; RAILROAD EQUIPMENT:
Locomotive Operator, under 40 tons; Ballast Regulator
Operator; Ballast Tamper Multi-Purpose Operator; Track
Liner Operator; Tie Spacer Operator; Shuttle Car Operator;
Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat
wagon DJBs Volvo similar types; Conveyored material hauler;
SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled;
Pulva-mixer or similar types; Chiip Spreading machine
operator; Lime spreading operator, construction job siter;
SWEEPERS: Sweeper operator (Wayne type) self-propelled
construction job site; TRACTOR-RUBBER TIRED: Tractor
operator, rubber-tired, 50 hp flywheel and under; Trenching
machine operator, maximum digging capacity 3 ft depth;
TUNNEL: Dinkey
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill
Operator (any type) ; Truck mounted asphalt spreader, with
screed; COMPRESSORS: Compressor Operator (any power) , under
1,250 cu. ft. total capacity; CONCRETE: Plant Oiler,
Assistant Conveyor Operator; Conveyor Operator; Mixer Box
Operator (C.T.B. , dry batch, etc.) ; Cement Hog Operator;
Concrete Saw Operator; Concrete Curing Machine Operator
(riding type) ; Wire Mat or Brooming Machine Operator;
CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler
Driver; A-frame Truck Operator, single drum; Tugger or
Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher
Feederman; CRUSHER: Crusher oiler; Crusher feederman;
DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT:
Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding
Operator, construction job site (exclduing working
platform) ; Fork Lift or Lumber Stacker Operator,
construction job site; Ross Carrier Operator, construction
job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL
EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail
machines; Guardrail Punch Oiler; HEATING PLANT: Temporary
Heating Plant Operator; LOADERS: Bobcat, skid steer (less
than 1 cu yd. ) ; Bucket Elevator Loader Operator,
BarberGreene and similar types; OILERS: Oiler; Guardrail
Punch Oiler; Truck Crane Oiler-Driver; Auger Oiler; Grade
Oiler, required to check grade; Grade Checker; Rigger;
PIPELINE-SEWER WATER: Tar Pot Fireman Tar Pot Fireman
(power agitated) ; PUMPS: Pump Operator (any power) ;
Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman;
Oiler; Switchman; Motorman; Ballast Jack Tamper Operator;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler,
Grade Oiler (required to check
qu grade) ; Grade Checker;
Fireman; SWEEPER: Broom operator, self propelled,
construction job site; SURFACING (BASE) MATERIAL: Roller
Operator, grading of base rock (not asphalt) ; Tamping
Machine operartor, mechanical, self-propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade
WA030001 Modification 26 25
Federal Wage Determinations
Oiler; TUNNEL: Conveyor operator; Air filtration equipment
operator . .
----------------------------------------------------------------
ENGI0701-003 06/01/2004
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND
WAHKIAKUM COUNTIES
DREDGING:
Rates Fringes '
Dredging:
ZONE A
ASSISTANT ENGINEER. . . . . . . . .$ 31.52 9.75
ASSISTANT MATE. . . . . . . . . . . . .$ 27.62 9.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 33.84 9.75
LEVERMAN, HYDRAULIC. . . . . . . .$ 33.84 9.75
TENDERMAN. . . . . . . . . . . . . . . . . .$ 30.46 9.75
ZONE B '
ASSISTANT ENGINEER. . . . . . . . .$ 33.52 9.75
ASSISTANT MATE. . . . . . . . . . . . .$ 29.62 9.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 35.84 9.75 '
LEVERMAN, HYDRAULIC. . . . . . . .$ 35.84 9.75
TENDERMAN. . . . . . . . . . . . . . . . . .$ 32.46 9.75
ZONE C
ASSISTANT ENGINEER. . . . . . . . .$ 34.52 9.75 ,
ASSISTANT MATE. . . . . . . . . . . . .$ 30.62 9.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 36.84 9.75 '
LEVERMAN, HYDRAULIC. . . . . . . .$ 36.84 9.75
TENDERMAN. . . . . . . . . . . . . . . . . .$ 33.46 9.75
ZONE DESCRIPTION FOR DREDGING:
ZONE A - All jobs or projects located within 30 road miles of
Portland City Hall.
ZONE B - Over 30-50 road miles from Portland City Hall.
ZONE C - Over 50 road miles from Portland City Hall.
*All jobs or projects shall be computed from the city hall by
the shortest route to-the geographical center of the
project.
---------=-------------------------------------
IRON0014-005 07/01/2004
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes ,
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 26.87 13.30
WA030001 Modification
on 26 26
'� Federal Wage Determinations
IRON0029-002 07/01/2004
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 28.47 13 .30
----------------------------------------------------------------
IRON0086-002 07/01/2004
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 28.02 13 .30
----------------------------------------------------------------
IRON0086-004 07/01/2004
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 29.82 13.30
----------------------------------------------------------------
WA030001 Modification 26 27
Federal Wage Determinations
LAB00001-002 06/01/2004
ZONE 1:
Rates Fringes '
Laborers: ,
CALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON,
PACIFIC (NORTH OF STRAIGHT
LINE MADE BY EXTENDING THE
NORTH BOUNDARY WAHKIAKUM
COUNTY WEST TO THE PACIFIC '
OCEAN) , PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM COUNTIES
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 19.96 7.70
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 20.28 7.70
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 24.96 7.70
GROUP 4. . . . . . . . . . . . . . . . .$ 25.44 7.70 ,
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 25.80 7.70
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN) ,
KITTITAS AND YAKIMA COUNTIES '
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 14.70 7.70
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 17.02 7.70
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 18.74 7.70
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 19.22 7.70
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 19.58 7.70
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $ .70 ,
ZONE 3 - $1.00
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city ha
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city ha
WA030001 Modification 26 28
i
Federal Wage Determinations
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc. , prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.) ; Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material) ; Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C) ; Maintenance Person; Material Yard
Person; Pot Tender; Rip Rap Person; Riggers; Scale Person;
Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper;
Toolroom Man (at job site) ; Topper-Tailer; Track Laborer;
Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ;
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B) ; High Scaler;
Jackhammer; Laserbeam Operator; Manhole Builder-Mudman;
Mortarman and Hodcarrier; Nozzleman (concrete pump, green
cutter when using combination of high pressure air and
water on concrete and rock, sandblast, gunite, shotcrete,
water blaster, vacuum blaster) ; Pavement Breaker; Pipe
Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not
insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike
Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper
(over 20 ft) ; Spreader (concrete) ; Tamper and Similar
electric, air and glas operated tool; Timber Person-sewer
(lagger shorer and cribber) ; Track Liner Power; Tugger
Operator; Vibrator; Well Point Laborer
GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman;
--Hazardous Waste Worker (Level A)
------------------------------------------------------------
t` WA030001 Modification 26 29
f Federal Wage Determinations
LAB00238-004 06/01/2004
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, '
PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes '
Laborers:
ZONE 1:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 17.46 6.80
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 19.56 6.80 ,
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 19.83 6.80
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 20.10 6.80
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 20.38 6.80 '
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 21.75 6.80
Zone Differential (Add to Zone 1 rate) : $2.00
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston ,
Zone 1: 0-45 radius miles from the main post office. '
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic '
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson) ;
Window Washer/Cleaner (detail cleanup, such as, but not '
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; '
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller) ; Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up, '
burning, loading, wrecking and salvage of all material) ;
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers) ;
Hazardous Waste Worker, Level D (no respirator is used and .
skin protection is minimal) ; Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly & dismantle,
and nipper) ; Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel) ; Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of gtructures) ;
Tailhoseman (water nozzle) ; Timber Bucker and Faller (by
hand) ; Track Laborer MR) ; Truck Loader; Well-Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
WA030001 Modification 26 30
Federal Wage Determinations
GROUP 3 : Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolition Torch;
Dope Pot Firemen, non-mechanical; Driller Tender (when
required to move and position machine) ; Form Setter,
Paving; Grade Checker using level; Hazardous Waste Worker,
Level C (uses a chemical "splash suit" and air purifying
respirator) ; Jackhammer Operator; Miner, Class "B" (to
include brakeman, finisher, vibrator, form setter) ;
Nozzleman (to include squeeze and flo-crete nozzle) ;
Nozzleman, water, air or steam; Pavement Breaker (under 90
lbs. ) ; Pipelayer, corrugated metal culvert; Pipelayer,
multi- plate; Pot Tender; Power Buggy Operator; Power Tool
Operator, gas, electric, pneumatic; Railroad Equipment,
power driven, except dual mobile power spiker or puller;
Railroad Power Spiker or Puller, dual mobile; Rodder and
Spreader; Tamper (to include operation of Barco, Essex and
similar tampers) ; Trencher, Shawnee; Tugger Operator; Wagon
Drills; Water Pipe Liner; Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup brush
machine, power propelled) ; Caisson Worker, free air; Chain
Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high) ;
Gunite (to include operation of machine and nozzle) ;
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit") ; High Scaler;
Laser Beam Operator (to include grade checker and elevation
control) ; Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels) ;
Monitor Operator (air track or similar mounting) ; Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs. , jet blast machine power propelled, sandblast
nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer) ; Pipewrapper; Plasterer Tender; Vibrators (all)
w GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line) ;
Miner Class "D" , (to include raise and shaft miner, laser
beam operator on riases and shafts)
GROUP 6 - Powderman
-------------------
---------------------------------------------
WA030001 Modification 26 31
Federal Wage Determinations
LAB00238-006 06/01/2004 ,
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, '
OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN
Rates Fringes '
Hod Carrier. . . . . . . . . . . . . . . . . . . .$ 21.05 6.80
----------------------------------------------------------------
LAB00335-001 06/01/2004 ,
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY '
WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers: ,
ZONE 1:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 23.73 7.50
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 24.27 7.50 ,
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 24.68 7.50
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 25.03 7.50
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 21.44 7.50 '
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 19.22 7.50
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 16.30 7.50
Zone Differential (Add to Zone 1 rates) : '
Zone 2 $ 0.65 -
Zone 3 - 1.15
Zone 4 - 1.70 '
Zone 5 - 2.75
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all. ,
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall. '
ZONE 3 : More than 40 miles but less than 50 miles from the
respective city hall .
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall .
ZONE 5: More than 80 miles from the respective city hall.
WA030001 Modification 26
32
Federal Wage Determinations
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew) ;
Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages) ; General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types) ; Loading Spotters; Material
Yard Man (including electrical) ; Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms) ; Rip Rap Man (hand placed) ;
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor) ; Toolroom Man (at job
site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same) ,
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw) ; Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc. ) ; Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime) ; Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet) ;
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
- blasting, barring-down, or sloping and stripping) ; Manhole
Builder; Powdermen;. Concrete Saw Operator; Pwdermen; Power
' Saw Operators (Bucking and Falling) ; Pumperete Nozzlemen;
Sand Blasting (Dry) ; Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls) ;
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
I up, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
WA030001 Modification 26 33
Federal Wage Determinations
1
GROUP 5: Traffic Flaggers ,
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers '
----------------------------------------------------------------
LAB00335-010 06/01/2004 '
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES '
Rates Fringes
--Hod Carrier. . . . . . . . . . . . . . . . . . . .$ 25.49 7.50 '
-------------------------------------------------------------
PAIN0005-002 06/01/2004
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , ,
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes '
Painters:
STRIPERS
----- --------. . . . . . . . . .��$-2274-------------9-16 '
PAIN0005-004 03/01/2004
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, '
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes '
Painter. . . . . . . . . . . . . . . . . . . . . . . .$ 24.36 6.41
----------------------------------------------------------------
1
WA030001 Modification 26 34 '
Federal Wage Determinations
PAIN0005-006 07/01/2004
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ;
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
Painters:
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting, Bridges,
Towers, Tanks, Stacks,
Steeples. . . . . . . . . . . . . . . . . . . .$ 19.89 6.43
Brush, Roller, Striping,
Steam-cleaning and Spray. . . .$ 18.89 6.43
Lead Abatement, Asbestos
Abatement. . . . . . . . . . . . . . . . . . .$ 19.89 6.43
TV Radio, Electrical
Transmission Towers. . . . . . . . .$ 20.64 6.43
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
----------------------------------------------------------------
PAIN0055-002 07/01/2003
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
Painters:
Brush & Roller. . . . . . . . . . . . . .$ 17.61 6.12
High work - All work 60
ft. or higher. . . . . . . . . . . . . . .$ 18.36 6.12
Spray and Sandblasting. . . . . .$ 18.21 6.12
----------------------------------------------------------------
PAIN0055-007 06/01/2004
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY AND PARKING LOT
STRIPER. . . . . . . . . . . . . . . . . . . . .$ 23.99 8.05
----------------------------------------------------------------
WA030001 Modification 26 35
Federal Wage Determinations
PLAS0072-004 06/01/2004 '
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
Cement Mason
ZONE 1: . . . . . . . . . . . . . . . . . . . . .$ 22.48 7.28 ,
Zone Differential (Add to Zone 1 rate) : Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
----------------------------------------------------------------
PLAS0528-001 06/01/2004
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (NORTH) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH,
THURSTON, AND WHATCOM COUNTIES
Rates Fringes '
Cement Masons:
CEMENT MASON. . . . . . . . . . . . . . . .$ 29.14 10.87
COMPOSITION, COLOR MASTIC,
TROWEL MACHINE, GRINDER,
POWER TOOLS, GUNNITE NOZZLE.$ 29.39 10.87
----------------------------------------------------------------
PLAS0555-002 06/01/2004
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND
WAHKIAKUM COUNTIES
ZONE 1:
Rates Fringes
Cement Masons:
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD. .$ 26.95 10.80
CEMENT MASONS ON '
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD. . . . . . . . . . . .$ 26.47 10.80
CEMENT MASONS. . . . . . . . . . . . . . .$ 25.99 10.80 '
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS. . .$ 26.47 10.80
WA030001 Modification 26 36
Federal Wage Determinations
Zone Differential (Add To Zone 1 Rates) :
Zone 2 - $0.65 `
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, MEDFORD,
PORTLAND, SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3 : More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
----------------------------------------------------------------
PLUM0032-002 01/01/2005
CLALLAM, KING AND JEFFERSON COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 35.63 15.43
----------------------------------------------------------------
PLUM0032-003 01/01/2005
CHELAN, KITTITAS (NORTHERN TIP) , DOUGLAS (NORTH) , AND OKANOGAN
(NORTH) COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 25.88 12.78
----------------------------------------------------------------
PLUM0044-003 06/01/2004
ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN
PART) , LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN
COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 28.21 11.24
----------------------------------------------------------------
1r.
WA030001 Modification 26 37
Federal Wage Determinations
PLUM0082-001 01/01/2005 ,
CLARK (NORTHERN TIP INCLUDING WOODLAND) , COWLITZ, GRAYS HARBOR,
LEWIS, MASON (EXCLUDING NE SECTION) , PACIFIC, PIERCE SKAMANIA,
THURSTON AND WAHKIAKUM COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 31.90 13 .77
----------------------------------------------------------------
PLUM0265-003 01/01/2005
ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES
Rates Fringes ,
Plumbers and Pipefitters. . . . . . .$ 31.80 13 .77
----------------------------------------------------------
* PLUM0290-003 04/01/2005
CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND)
Rates Fringes
Plumbers-and-Pipefitters... . .. .$ 33.16 15.09
PLUM0598-005 06/01/2004
ADAMS (SOUTHERN PART) , ASOTIN (EXCLUDING THE CITY OF
CLARKSTON) , BENTON, COLUMBIA, DOUGLAS (EASTERN HALF) , FERRY
(WESTERN PART) , FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT
NORTHERN TIP) , KLICKITAT, LINCOLN (WESTERN PART) , OKANOGAN
(EASTERN) , WALLA WALLA AND YAKIMA COUNTIES
Rates Fringes
Plumber. . . . . . . . . . . . . . . . . . . . . . . .$ 31.57 15.25
----------------------------------------------------------------
WA030001 Modification 26 38
Federal Wage Determinations
PLUM0631-001 01/01/2005
MASON (NE SECTION) , AND KITSAP COUNTIES
Rates Fringes
Plumbers and Pipefitters
All new construction,
additions, and remodeling
of commercial building
projects such as: cocktail
lounges and taverns,
professional buildings,
medical clinics, retail
stores, hotels and motels,
restaurants and fast food
types, gasoline service
stations, and car washes
where the plumbing and
mechanical cost of the
project is less than
$100,000. . . . . . . . . . . . . . . . . . . .$ 21.45 5.18
All other work where the
plumbing and mechanical
cost of the project is
$100,000 and over. . . . . . . . . . .$ 30.99 13.77
----------------------------------------------------------------
TEAM0037-002 06/01/2004
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean) , SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Truck drivers:
ZONE 1
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 24.15 9.50
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 24.27 9.50
GROUP 3 . . . . . . . . . . . . . . . . . . . .$ 24.40 9.50
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 24.66 9.50
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 24.88 9.50
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 25.04 9.50
GROUP 7. . . . . . . . . . . . . . . . . . .$ 25.24 9.50
WA030001 Modification 26 39
I Federal Wage Determinations
I "'
Zone Differential (Add to Zone 1 Rates) :
Zone 2 - $0.65 '
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated dump truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated) ; Concrete
pump truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds. ; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site) ; Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated) ; Pilot Car; Pickup truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom truck/hydra lift or retracting crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/articulated dumps 6 cu to 10 cu. ; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
unloading and transporting of materials on job site) ; Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds. ;
Vacuum trucks; Water truck/Wagons (rated capacity) over ,
3,000 to 5, 000 gallons
WA030001 Modification 26 40
Federal Wage Determinations
GROUP 3: Ammonia nitrate distributor driver; Dump trucks,
side, end and bottom dumps, including Semi -Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated dump trucks;
Selfpropelled street sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic-Welder-Body Repairman; Utility and cleanup truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt burner; Dump Trucks, side, end and bottom
cumps, including Semi-Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes articulated dump trucks; Fire guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds. ; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 50 cu.
yds. and including 60 cu. yds. includes articulated dump
trucks
GROUP 6: Bulk cement spreader w/o auger; Dry prebatch
concrete mix trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds. , and
includes articulated dump trucks; Skid truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds. , includes articulated dump
trucks; Industrial lift truck (mechanical tailgate)
----------------------------------------------------------------
TEAM0174-001 06/01/2004
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
' WHATCOM COUNTIES
Rates Fringes
Truck drivers:
ZONE A:
GROUP 1: . . . . . . . . . . . . . . . . . . .$ 26.39 11.08
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 25.81 11.08
GROUP 3 : . . . . . . . . . . . . . .$ 23 .41 11.08
GROUP 4: . . . . . . . . . . . . . . . . . . .$ 19.16 11.08
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 26.15 11.08
ZONE B (25-45 miles from center of listed cities*) : Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*) : Add
$1.00 per hour to Zone A rates.
WA030001 Modification 26 41
Federal Wage Determinations
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM CENTRALIA RAYMOND OLYMPIA
EVERETT SHELTON ANACORTES BELLEVUE
SEATTLE PORT ANGELES MT. VERNON KENT
TACOMA PORT TOWNSEND ABERDEEN BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
_. top-loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
.transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired) (when used within Teamster jurisdiction) ;
Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only) ,
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
WA030001 Modification 26 42
Federal Wage Determinations
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit. "
LEVEL A: +$.75 per hour - This level utilizes a fully-
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
TEAM0760-002 06/01/2004
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
,Rates Fringes
Truck drivers: (ANYONE
WORKING ON HAZMAT JOBS SEE
FOOTNOTE A BELOW)
ZONE 1: (INCLUDES ALL OF
YAKIMA COUNTY)
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 17.83 9.50
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 20.10 9.50
GROUP 3 . . . . . . . . . . . . . . . . . . . .$ 20.60 9.50
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 20.93 9.50
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 21.04 9.50
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 21.21 9.50
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 21.74 9.50
GROUP 8. . . . . . . . . . . . . . . . . . . .$ 22.07 9.50
Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00)
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under) ; Leverperson (loading trucks at bunkers) ; Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber-tired,
pulling trailer or similar equipment)
WA030001 Modification 26 43
Federal Wage Determinations
GROUP 3: Auto Crane (2000 lbs. capacity) ; Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under) ; Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs. ) ; Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar) ; Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds. ) ;
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds. ) ; Warehouseperson (to include
shipping & receiving) ; Wrecker & Tow Truck
GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds. ) ; Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.) ; Lowboy (50 tons & under) ;
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.) ; Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds. ) ;
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton) ; Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.) ; Dumps (Semi-end) ; Mechanic (Field) ;
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds. ) ; Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds. ) ; Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons) ;
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer) ; Transit Mixers & Trucks Hauling Concrete
(over 20 yds. ) ; Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.) ; Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
-.25 tons) ;
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds. ) ; Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
WA030001 Modification 26
44
Federal Wage Determinations
r
NOTE:
Trucks Pulling Equipment Trailers: shall ret;eive $.15/hour
over applicable truck rate
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii) ) .
----------------------------------------------------------------
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. other designations
indicate unions whose rates have been determined to be
prevailing.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
~ 1. ) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2. )
and 3 . ) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
WA030001 Modification 26 45
Federal Wage Determinations
2. ) If the answer to the question in 1. ) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210 l
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc. ) that the requestor considers relevant to the issue.
3. ) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board) . Write to:
Administrative Review Board '
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4. ) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
WA030001 Modification 26 46
Federal Wage Determinations
APPENDIX B-STANDARD PLANS CITY OF RENTON
APPENDIX B
STANDARD PLANS
Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
l
LOOP NUMBERING SYSTEM LOOP RETURN NUMBERING SYSTEM
RETURN CABLE TO HAVE SAME MARKING
AS THE FIRST LOOP CONNECTED TO IT.
2 3 EXAMPLE:
0 LOOP NUMBER
(PHASE COUNTING FROM 11 12
NUMBER) STOP BAR BACK
AND FROM INSIDE
LANE TO OUTSIDE RETURN CABLE /11
LANE
864 #2 06
863 LOOP
862 /1 DETECTOR
861
I 852 05 LOOP
�2 851 DETECTOR
846 N.B.
44 43 845 3
43 844 S.B. LOOP
843 2 CALL DETECTOR
/1 41 842 S.B.
CALL 841 1
822 02 LOOP
42 F41 I 821 DETECTOR
26
04
02 22 24 /1 26 /2
(D -
t5152 25
m
e5
63 61
— i!'2— I7 06�/
64 62 in
04
EACH PAIR OF LOOP WIRES
AND EACH LOOP RETURN 45 146
CABLE SHALL BE TAGGED
IN EACH JUNCTION BOX
WITH A DURABLE. MOISTURE
RESISTANT TAG APPROVED His/
BY THE ENGINEER
w
49 41
DETECTOR NUMBERING SYSTEM
ADOPTED
carr or >I�rtox
srANDan Pcarls
L9T DAZE 12/96
DATE I REVISION I BY KPPR'QI DWG. NAME: JR-27 SP PAGE:J034
23 3/4"
2"
2 3/8" 2 3/8"
5/8"
D
FOR SLOT DETAIL SEE ST D QGQ�
DETAIL DWG D-7 Q
17 3/4"
IO
LEVELING PAD (8) I
1/8"X 3/4"X 2 1/4'
FOU ME
2 1/ 1/2"
r
4"
75/8. 1/16-
4 3/4"
NOTES:
1. USE MATH FRAME DRILLED AND TAPPED FOR LOCKING BOLTS:
2. USE WITH TWO LOCKING BOLTS 5%8'-11 INC STAINLESS STEEL TYPE 304
STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2" LONG.
•3. COVER MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. -
4. SHALL CONFROM TO SEC. 7.05 OF THE STANDARD SPECIFICATIONS.
5. COVER SHALL HAVE THE WORD "DRAIN" IN 2-INCH RAISED LETTERS.
SURFACE WATER UTHM
SOLID LOCKING COVER
Y p ADOPTED
CrrY OF RE MN
S'fAIiD1RD PLN3
N O 1ST DATZ: 12/96
12/96 1 REFORMAT TO 11"07" DCV DT
DATE I REVISION [BY PR DWG. NAME: BR-02 SP PAGE: 8020
A O O m
0
B B 1s'
28" � O
—24"
A
—LEVELING PAD (TYP)
30"
18"
24" 4
SECTION B—B I--20"----� 4" �-
SECTION A—A
�. C 6 I--T
— — —— — APPROXIMATE WEIGHTS FRAME 104 LBS.
11 1/2" 8° GRATE 220 LBS.
" HOOD 71 LBS.
� TOTAL 395 LBS.
26" I.D. T2-1" DIA. HOLES FOR
3/4" BOLT, WASHER,
27 1/2" O.D. AND NUT
C
SECTION C—C
NOTES:
1. GRATE SHALL BE DUCTILE IRON: OLYMPIC FOUNDRY
#SM50G, #SM50GL, #SM50SL OR EQUAL.
2. FRAME IS OLYMPIC FOUNDRY #SM52 OR EQUAL.
3. LEVELING PADS ARE 1/8"x 3/4% 2 1/4" SURFACE WATER UMXrY
OPEN CURB FACE FRAME
& GRATE DETAE S
p ADOPTED
cmr or F30M i
srexDAxD PUNS
�t+N.sO ISP DATE: 12/98
DATE I REVISION I BY PR DWG. NAME: BR-32 SP PAGE: BO18
23 3/4"
MOiA
0
c
o �
c m
FOR SLOT DETAIL SEE
STD DETAIL DWG D-7 z
0 0 o
c
ocn 17 3/4"
c m TD
c m
Z > D
F D Z
m N
FLOW— 2
1/2"
LEVELING PAD (6 MIN)
1/8"X 3/4"X 2 1/4"
1 3/8"
5' DRAFT 1/16"
NOTES:
1. SELF-LOCK VANED GRATE MANFACTURER SUBJECT TO APPROVAL BY ENGINEER.
2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD
(ALLEN HEAD) .BOLTS, 2" LONG. NOTE SLOT DETAIL.
3. MATERIAL .IS DUCTILE IRON ASTM A536 GRADE 80-55-06.
4. "OUTFALL TO STREAM DUMP NO POLLUTANTS" MAY BE LOCATED ON.BORDER AREA.-
5. SHALL CONFORM TO SEC 7.05 'OF THE STANDARD SPECIFICATIONS.
6. WELDING IS NOT PERMITTED.
7. EDGES SHALL HAVE 0.125" RADIUS, 0.125" CHAMBER OR'COMPLETE DEBURRING.
.8. USE A B1-DIRECTIONAL VANED GRATE IN SAG VERTICAL CURVES.
� I
SURFACE WATER UTIIdTY
VANED GRATE
ADOPTED
rlm�
` Cll7 OF BENSON
AM PLANS
%IT� LST DATE: 12/96
DATE REVISION BY PR DWG. NAME: BR-02B SP PAGE:8019
i
FOUNDARY NAME 7 1/4' FOR MACHINING 3/4"
1 1/4' 1/2' LETTERS RECESSED CLEARANCE 1 1/4'
TO BE FLUSH BAR 1' THICK 1 3/4'
TYP. 4 PLACES
BARS 1 5/8' THICKT
00 O O m0 THIS AREA
0
~ BARS 1 3/8" THICK
n I THIS AREA
n n
n
O
ummmod ON am'nv
TOP VIEW Z2 BOTTOM VIEW 21/2'
z'
LEVELING PADS END VIEW
8 - 3/4-X 1 3/4"X 1/8'
O�
r 1 1/4-
23 3/4' 1
7/16 �1-
T L 3/4'
1/16" R=7 1/4" 1/2"
1 3/8" 1 3/4"
_ 5/8'
7/8" 3/4
231/2" SLOT DETAIL
SIDE VIEW
7/8' TYP. SLOT
ROUND TANGENT BETWEEN
ELLIPTICAL
• TWO RADII
OPTIONAL DESIGN FOR GRATE OPENING ENDS
NOTES:
1. SLOT FORMED AND RECESSED FOR 5/8"-11 NC X 2" SOCKET HEAD.
(ALLEN HEAD) BOLT.
2. GRATE SHALL BE DUCTILE IRON.
3. SHALL CONFORM TO SEC. 9-05.15 OF THE STANDARD
SPECIFICATIONS.
4. USE VANED GRATE IN CURB LINE.
5. USE FRAME SHOWN IN STANDARD DETAIL D-7.
6. GRATE IS OLYMPIC FOUNDRY #SM50G OR EQUAL. SURFACE WATER LrIUM
CATCH BASIN FRAME k GRATE DETAE S
(SHEET 1 OF 2)
p ADOPTED
Crrmr or F2NMN
sTer>DAxD pt,eris
L4T DATE 12/96
DATE REVISION BY PR' DWG. NAME: BR-18 SP PAGE: 8020.1
25"
2 1/2"_
CEMENT CONCRETE CURB
UTTER
31" CATCH BASIN I
VERTICAL CURB WALL
EXTRUDED CURB
SEE NOTE 1
LEVEL PADS (16) CATCH BASIN WALL
3/4"X 2 1/4"X 1/8"
GUTTER
PLAN
EXTRUDED CURB
18"x24" 9/16" 1 1/2"
(+1/32", -0"
4"
p�� 16"x22" 3/4-J
- 17 3/4"x23 3/4"
(+1/32", -0" TYP)_
25"x3l"
ELEVATION
.;,NOTES
DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8--11 NC STAINLESS
TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) BOLTS, 2- LONG.
2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30 OR BETTER.
3. SET FRAME TO GRADE AND CONTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME.
4. FRAME IS OLYMPIC FOUNDRY #SM50 OR EQUAL
SURFACE WATER UTILITY
CATCH BASIN FRAME & GRATE DETAILS
(SHEET 2 OF 2)
ADOPTED
&IBM Crff OF REMN
am
STANDARD PLhM
0
IST DkTK- 12/96
DATE REVISION I BY PR DWG. NAME: BR-18A SP PAGE: 8020.
t
mw
ROUND MANHOLE COVER WITH
LOCKING BOLTS MARKED 'DRAIN'
FtFVATION (SEE SP PAGE B074)
HANDHOLDS
z
� 4" MIN
16" MAX
io
N •�.1.1 �(
� Z /
OVERFLOW ELEV. STANDARD GALVANIZED
TO PROVIDE DETENTION ELEV. STEEL LADDER/STEPS
do OIL SEPARATION —
PER PLANS
i +11
2' MIN
PIPE SUPPORT NOTES
(SEE NOTE 3) 3"x
075" ALUMINUM 1. Except as shown or noted, units shall be constructed in accordance with the
OR .079" STEEL requirements for Catch Basin Type 2, 54" minimum diameter.
OUTLET PIPE INLET PIPE 2. For details showing grade ring, ladder, steps, handholds, and top slabs, see
SEE NOTES 5,6 OR PIPE Standard Plan "Miscellaneous Catch Basin Details".
3• Pipe supports and rest rictor/separator shall be of the some material,
Z and be anchored at 3' maximum spacing by 5/8" dia. stainless steel
INVERT expansion bolts or embedded 2" in wall.
ELEV. PER °r o
PLANS iv INVERT 4• The restrictor/separotor shall be fabricated from .060" aluminum, or .064
ELEV. PER aluminized steel, or .064" galvanized steel pipe: in accordance with
PLAN AASHTO M 36, M 196, and M 274. Galvanized steel shall have Treatment 1.
z_
5. Outlet shall be connected to culvert or storm pipe with o standard coupling
C3
band for corrugated metal pipe, or grouted into the bell of concrete pipe.
54" MIN
RESTCTOR PLATE DIAMETER M 6. The vertical riser stem of the restrictor/separator shall be the some diameter
%
RI
WITH ORIFICE .'+; as the horizontal outlet pipe, with an 8" minimum diameter.
!.M.�.••.'1
(SEE NOTE 9) 7. Frame and ladder or steps ore to be offset so that:
SECTION A—A A. Cleanout gate is visible from top.
B. Climb—down space is clear of riser and gate.
C. Frame is clear of curb (if any exists).
j REMOVABLE
WATER—TIGHT
�\% COUPLING
1 1n j 1
I 1
In I 1
A
A t 1 i
PLATE
ORIFICE ELBOW DETAIL
CLEANOUT GATE: SHEAR GATE AS
8" DIAMETER MIN. SPECIFIED
PLAN VIEW (SEE DWG NAME D-27)
8. Multi—orifice elbows may be located as shown or all on one side of riser to assure
ladder clearance. Size of elbows and placement to be determined by the Engineer.
9. Restrictor plates with orifice as specified in the contract plans. Omit plate if
for oil pollution only. Specified opening to be cut round and smooth.
r" 10. Cleanout/Shear gate:
—Aluminum alloy per ASTM 8-26—ZG—.32o or cast iron ASTM A48 Class 3OB as required.
—Lift Handle either solid or tubing with adjustable hook as required.
—Neoprene rubber gasket required between riser mounting flange and gate flange.
—Mating surfaces of lid and body to be machined for proper fit.
—Flange mounting bolts shall be 3/8" diameter stainless steel.
11 Alternate cleonout/shear gates to the design shown on dwg. D-27 are acceptable,
provided they meet the material specifications above and have a six bolt, 10 3/8"
bolt circle for bolting to the flange connection.
12. Cleanout gate shall not open beyond the clear opening as shown on "Max Opening of
Gate" on dwg. BR05 by limiting hinge movement, stop tab, or some other device.
FLOW RESTRICPOR/OIL POLLUTION
CONTROL TEE TYPE
ti p ADOPTED
Q'fY OF RWMN
NN�� STANDARD PLANS
N.t O IST DATE: 12/96
DATE REVISION BY PR DWG. NAME: BR-04 SP PAGE: 8029
l
I�
FILTER FABRIC MAT}RIAL 60" WIDE ROLLS.
USE STAPLES OR - '�E RINGS TO ATTACH
FABRIC TO WIRE.
2" BY 2" 14 GA. WIRE
FABRIC OR EQUIV. I
BURY BOTTOM OF FABRIC
2'_0" MATERIAL IN 8" BY 12" TRENCH
5'-0"
2'-6"
I�---- 6' MAX ---�
FILTER FABRIC MATERIAL
6`
2" BY 2" BY 14 GA.
WIRE FABRIC OF EQUIV.
2'-0"
PROVIDE 3/4" — 1.5" WASHED 5'-0"
GRAVEL BACKFILL IN TRENCH AND 12"
ON BOTH SIDES OF FILTER FENCE
FABRIC ON THE SURFACE. I
--i 8" MIN.
2" BY 4" WOOD POST
ALT: STEEL FENCE POSTS.
BRUSH BARRIER
NTS
Val
NOTES:
1. FOR SHEET RUNOFF OR FOLLOWING DISCHARGE FROM A 5, THE TRENCH SHALL BE BACKFILLED WITH 3/4" MINIMUM
SEDIMENT TRAP OR POND. : DIAMETER;WASHED GRAVEL.
Oil 16,i
2XIMI1�i1°SCDPE'SrEEP1�E'SS"" Cl ICE UNE 611tEN BALL BE REM �< 4 F
7 .1:1 .• - THEY
HAVE SERVED THEIR-USEFUL PURPOSE. NOT�BEFORE
3. MAXIMUM SHEET OR OVERLAND FLOW PATH LENGTH TO THE THE UPS LOPE AREA HAS BEEN PERMANENTLY STABILIZED.
FENCE OF 100 FT. 7. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY
AFTER EACH RAINFALL AND AT LEAST DAILY DURING
4. IF 50% OR LESS OF THE SOIL, BY WEIGHT, IS FINE PROLONGED RAINFALL. ANY REPAIRS SHALL BE MADE
PARTICLES SMALLER THAN THE U.S. STANDARD SIEVE NO. IMMEDIATELY.
2D0, THE EOS SHOULD BE EQUAL TO OR SMALLER THAN
THE SIEVE SIZE THAT 85% OF THE SOIL CAN PASS THROUGH. i
1
FILTER FABRIC FENCE DETAIL
ADOPTED
«m or astti+niQ
-^1m
SlANDAn PLN3
O IM DATE:12/96
DATE REVISION BY PR DWG. NAME: BR21 SP PAGE: 8066
DROP INLET WITH GRATE
STAKES STAKE
FILTER FABRIC
WASHED GRAVEL
FILTERED WATER �
RUNOFF WATER
i
WITH SEDIMENT
l^,
+ f�
12"
BURIED FILTER FABRIC
8"
FILTER FABRIC
NOTES:
+r
1. EXTEND THE FILTER FENCE/WIRE MESH BEYOND THE INLET OPENING AT LEAST 18" ON ALL SIDES.
2. PLACE 3/4' TO 3' GRAVEL OVER THE FILTER FABRIC/WIRE MESH. THE DEPTH OF GRAVEL
SHOULD BE AT LEAST 12" OVER THE ENTIRE INLET OPENING.
3. IF THE GRAVEL FILTER BECOMES CLOGGED WITH SEDIMENT, THE GRAVEL MUST BE PULLED AWAY
FROM THE INLET AND CLEANED OR REPLACED. AN ALTERNATIVE APPROACH WOULD BE TO USE
THE CLOGGED GRAVEL AS FILL AND PUT FRESH GRAVEL AROUND THE INLET.
FILTER FABRIC FENCE
INLET BARRIER
p ADOPTED
crrr or mmmN
steNDAxD PLANS
SO ISr DATE 12/96
DATE I REVISION I BY PR DWG. NAME: BR-22A SP PAGE:8069.1
I
I
�I
oa°O SPECIFY
err
o o LETTERING
// \\ O
V V
2T
f 23j' —1
33j'
s'..*.�"'x�•'�"�#' � _:e�iM",'r 'r�'s �i� t�� :?f�Fi.�"'�'k'` .. � �'�y
MANHOLE
FRAME AND COVER
d9�S:
1. ALL COVERS SHALL BE LOCKING LID PER INLAND FOUNDRY CO. INC.
No. 817 (LOCKING) OR EOUAL ADOPTT D
2. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN' ON COVER). C[PY OF RENTON
SANITARY (SPECIFY "SEWER-). OR WATER (SPECIFY "WATER").
STANDARD PLNS
T O LST DATE:4/2003
104/10/03 Revised notes and Detoll. JJDH I DMC
110/17/961 Added notes. IDCV I AG I
DATE I REVISION I BY APPR DWG. NAME: BR29 SP PAGE: B07
FOR 3/4' TO 2- DCVA, USE FOGTITE CONCRETE METER
BOX NO. 2T (17'x28') WITH 3/8" STEEL COVER PLATE
METER BOX SHALL BE DOUBLE STACKED. FOR 2-1/2'
FLUSH WITH FINISH GRADE TO 3' DCVA, USE UTILITY VAULT CO. MODEL 25TA OR
(TYPICAL) EQUAL.
12"-16"
UNION (TYPICAL) CLEARANCE
30" MIN. 30' MIN.
•
6 AFTER TESTING & APPROVAL, PLUG
ALL TEST COCKS WITH BRASS PLUGS.
TO CITY METER TO PRIVATE SYSTEM
7/8- MINUS GRAVEL 12- MINIMUM
BELOW GROUND INSTALLATION FOR 3/4" TO 3" DOUBLE
CHECK VALVE ASSEMBLIES
NOTE:
AFTER FIELD INSTALLATION, DCVA MUST BE TESTED SATISFACTORILY BY A DEPARTMENT OF
HEALTH CERTIFIED BACKFLOW ASSEMBLY TESTER. TEST REPORT MUST BE SUBMITTED TO
CITY OF RENTON WATER UTILITY ENGINEERING PRIOR TO ACTIVATION OF NEW LINE.
DOUBLE CHECK VALVE ASSEMBLY
ADOPTED
Cif! OT mcwmN
STANDARD PIAN3
L1i O IM DATL-12/96
3/7/95 REMOVED VALVES. EDITED TEXT D AC
DATE REVISION PR DWG. NAME: BR54 SP PAGE: 8101
FUSE KITS QUICK DISCONNECT TO LUMINAIRE
10 AMP IN LINE FUSE KITS
S.E.C. OR EQUAL
TYPICAL DESIGN 'B' I
JUNCTION BOX
GROUND LUG 1/4' MINIMUM
DRAIN HOLE
SPLICE KITS CLEAR EPDXY 2' MIN. GROUT
SPLICE KITS ON ALL THRU TOP OF CONCRETE
WARE RUNS UNDER POLE BASE FOUNDATION TO BE LEVEL
MATH TOP OF SIDEWALK
4' CONCRETE PAD OR CURB.ffh
9'5' '
/8 BARE COPPER----- II II
GROUND WIRE
GROUND I I I I
CLAMP
4'
II
PVC
1 #8 GROUND WIRE CONDUIT
SYSTEM
2 — LIGHTING SYSTEM
WIRES TO CONTACTOR CONCRETE
(SIZED AS REQ'D.)_ FOUNDATION
TM GROUND ROD . t `
3' SO. OR DIA.
TYPICAL LIGHTING UNDERGROUND SYSTEM
ADOPTED
cxrr or Yarrox
s7ANDAM PL&M
1ST DA1L12/96
106/25/031 ADDED /8 GROUND WIRE JA Cy
DATE I REVISION BY R DWG. NAME: JR-06 SP PAGE:JO07
T
V `
O • j Z
/4 -
STREET LIGHT POLE JUNCTION BOX
PLAN VIEW
1
4" DEEP
tit t li n
III ill
II i III
••
L CJ + •' -
Z
SIDE VIEW
J
LIGHTING STANDARD & JUNCTION BOX
PLAN VIEW �.
INDIVIDUAL JUNCTION BOX
NOTE:
CLASS 'B' CONCRETE TO BE USED CONCRETE PAD DETAILS
IN CONSTRUCTION OF PAD
ADOPTED
ccrr or >�rrox
• .
anxMan >PURs
IM DAM 10/30/"
DATE REVISION BY PR DWG. NAME: JR-07 SP PAGE:JO08
CONDUIT ENTR. AREA
jAW°d
O d°
O
° e A
PLAN VIEW
4-1/2"X16"GALVANIZED
ANCHOR BOLTS (TYP)
G.L.
N `�' �'• °� e -
- - a
e o e.
ea -
a a ev
SIZE TO FIT SIZE TO FIT
CABINET CABINET
FRONT VIEW SIDE VIEW
CABINET FOUNDATION
<..7 :��• .. i'?.q.!S9�^�Y'.�',�ItS l�l.'Mf�5��!P ... _ .- 7 .. ^*r �9�! .3 �,�� � ^•7
CABINET EQUIPMENT
1. PIN TUMBLER-TYPE STAINLESS STEEL BEST CORE LOCK (OR EQUAL) KEYED FOR CX-1
MATH 2 KEYS
2 4-1/2'X16' GALVANIZED ANCHOR BOLTS W/NUTS AND WASHERS
S. 4-1/4' TRIANGULAR SHAPED CORNER LOCK-DOWN PLATES STREET LIGHT CONTACTOR
FOUNDATION
ADOPTED
clrfr or xrlTOx
UrANDAHD PLANS
iSr DATE:03/2004
106/25/031 REMOVED DETAILS. EDITED NOTES. JA p1
GATE I REVISION pR DWG. NAME: JR-09 SP PAGE:J010
INSTALL DECAL NUMBERS VERTICALLY.
INSTALL IN DRY WEATHER, 50' F OR
ABOVE.
NUMBERING EXAMPLES
1 P
2 5
3 6
4 7
C 8
LETTER LETTER PREFIXED
SUFFIXED PUGET POWER
CITY OWNED OWNED
CURB
MOUNTING
HEIGHT
15 FEET 9�
F
45
TRAFFIC
FLOW
PLAN VIEW
1-3/4" TO 2"
2" TO-. 2-7/8"
DECAL:
REFLECTORIZED GOTHIC GOLD OR WHITE
LEGEND ON BLACK BACKGROUND
STREET LIGHT STANDARD
DECAL NUMBERING SYSTEM
ADOPTED
carr or xatrrox
STANDARD PiM
I= DATZ:12/98
DATE REVISION BY PR DWG. NAME: JR-09A SP PAGE:J009
STREET LIGHTING CONTACTOR CABINET
WIRING SCHEMATIC
TYPE III SERVICE 120/240 VOLT
B A B T
100 A MAIN BREAKER (MIN.)
2 POLE 240 VOLT
O O �
a
m
J
Q
BRANCH BREAKERS E
w
120/240 VOLT z
TEST
SWITCH 16 POLE
A
B B
A II
TERMINAL g Ell
BLOCK B B C I I
B 8 B
q UTILITY
PLUG (GFI)
A A q STREET LIGHTING
g g CONTACTORS
B B g
D
CIRCUIT WIRES TO LIGHTING RUNS
A
PHOTO-CELL TO GROUND
MOUNTED ON ROD
NEAREST
LUMINAIRE
WIRING COLOR CODE
A. WHITE JACKET (NEUTRAL)
B. BLACK JACKET (LINE)
C. GREEN JACKET (GROUND)
D. RED JACKET (LOAD)
E. GREEN OR BARE WIRE (GROUND) STREET LIGHTING CONTACTOR
CABINET SCBMU7IC
ADOPTED
crrr or 122"m
O IM DATIL 10/30/96
DATE I REVISION I BY lAPPR'Dl DWG. NAME: JR-10 SP PAGE:J011
16" MIN.
14"
100 AMP PANEL
WITH BRANCH
100 A I LTG.
MAIN I 3
LTG. LTG.
14" 1 4
LTG. ( GFI
2 I CON.
SIG.
NEUTRAL
2" MALE
FEMALE
BUSHINGS
PE CELL
® TERM. STRIP
O
48"
TEST GFI
SWITCH RECEPT.
BREAKERS AS REQ'D
4" LIGHTING
CONTACTORS
AS REQ'D
SERVICE-FEEDERS
RACEWAY
WITH
REMOVABLE
COVER
6"
TYPE III SERVICE CABINET
TYPE III SERVICE CABINET
ADOPTED
Cali or Antral
srAr>nrAa torts
o M DAa:10/a0/ee
DATE I REVISION I BY PR DWG. NAME: JR-11 SP PAGE:J012
44019—gni=
DIAMETER = 7/8"
an
I
Fes----4-7 8"
1/4" LOAD LINE 1/4"
*FUSE
1/8"
r
CUTTING RINGS
FUSE KIT
EPDXY FILL
INLINE SPLICE
EPDXY FILL
WYE SPLICE
SPLICE KIT FUSE MT & SPUCE M DE AM
nor=
ciffor imrm
MAIUMM PLAW
isr w►a:11/s/se
DATE REVISION DWG. NAME: JR-12 SP PAGE:JO13
GALV. STEEL CAP TO BE SAME GAGE
STEEL AS PEDESTRIAN PUSH BUTTON POST
FILLET WELD
O
PEDESTRIAN PUSH
4'-0" BUTTON POST
2 1/2" DIA, x
48" LENGTH
3'-6"
'I
1/4" FILLET WELD
FOUNDATION TOP VIEW
2'-0" DEEP x
LENGTH OF BOLTS 2'-0" S0. OR
TO BE DETERMINED + DIAMETER
BY MANUFACTURER
w
• �II I
�II
SIDE VIEW
PEDESTRIAN PUSH BUTTON POST
ADOPTED
My or xarta�t
erAxDAxD PLUM
ISf DATL 11/5/96
DATE I REVISION pR DWG. NAME: JR-14 SP PAGE:J022
PUSH
B UTTO
FOR
7 3/4'
AAA
5# .
PEDESTRIAN SIGN DETAII.
ADOPTED
•
car or ZCMN
etAtmAxD ruxs
L4f DATE 11/5/96
DATE REVISION pR DWG. NAME: JR-16 SP PAGE:J024
1.
NAND HOLE POLE GROUND TERMINAL
18 BARE COPPER GROUND WIRE
JUNCTION BOX
CONCRETE PAD
7'
6- /\ t /i
/7 BARS \ � \ _ All
\�
04 HOOPS AT 12' CENTER
I \� 7-
4-GALV. STEEL ANCHOR BOLTS SIZE I /\ CONDUIT
TO FIT POLE REQUIREMENT SIZE AS
REQUIRED
A
5/8' x B' COPPER
CLAD METALIC GROUND
3" S0. OR Rp. ROD
WIRE CAGE
�• 30'
15'
3' S0. OR R0.
SECTION A—A
SIGNAL POLE FOUNDATION
ADOPTED
♦®� arr or x>arnox
VrA DARD pig
131' DM-12/96
DATE RE1rISI0N
�BY2 DWG. NAME.- JR-21 SP PAGE:J029
6' 1' 27' 1. 111•
14' • • 2 7/16'
10' 7' 10'
z
a
Of
19 5/B
47 S/B' <''
Li 40 3/4' 45 5/8'
0
U
14' 4 1/4 1e 112' 4 1 4
• •
2 7/16'
1'
PLAN VIEW
4- 3/4' x 16' ANCHOR
BOLTS
• I I ' � 12'
e� •
4. - 1
2-T •. d �L
e 6'
112' RIGID CONDUIT DRAIN
r
S-IDE ELEVATION '
P-1 CONTROLLER BASE
AND CONDUIT DETAIL
ADOPTED
crff or zcwm
L" DATE 11/5/96
DATE REVISION gY pR DWG. NAME: JR-20
SP PAGE:J028
9"
6"
9- 6- 1" DIA. HOLES 8 1/2'
�C BOLTS CIRCLE
4' OIA. HOLE
4" GALV. STEEL PIPE
1/2" GALV. STEEL PLATE
4' GALV. STEELPIPE
3'-7'
1
4" �1/2 GALV STEEL PLATE
BASE PLATE DETAIL
ANCHOR BOLTS GALV. STEEL
5/8'x 2'-0"x 4"
GRADE
(I' I • I i CONDUIT
2•-6"
-4+
.4 J ra
CLASS 'B' CONCRETE FOUNDATION
2'-0'
SO. OR R0.
PEDESTAL MOUNT TYPE 'F'—'G'
ADOPTED
aTr or Rzh-MN
STANDUD PUM
I8i DATE:12/96
SATE REVISION gY pR DWG. NAME: JR-24
SP PAGE:J031
O •
{
i
i
KNOCK OUT WEEP HOLE
BEFORE INSTALLING
MAST ARM
BOTTOM VIEW
1
EMERGENCY PRE-EIMON DETECTOR
ADOPTED
Ct fr OF f ZW=
IV 13l DATE 11/5/96
DATE REVISION By PR DWG. NAME: JR-25
SP PAGE:J032
27 31 26
OR O
46 81 82 83 87
O
23
22
21
OR S
61 OR 11
62
63
rr�
47 0@9 86
O
OR
66 71 67
O
(PHASE NUMBER) HEAD NUMBER
El PEDESTRIAN SIGNAL HEAD
—� VEHICLE SIGNAL HEAD
SIGNAL MAD LOCATION DETAIL
ADOPTED
♦ CZrr OF FMMN
srAMM rL m
N zsr DAr=:12/96
GATE REVISION gY
PRn DWG. NAME: JR-26
SP PAGE:J033
i
rl
LOOP NUMBERING SYSTEM
LOOP RETURN NUMBERING SYSTEM
RETURN CABLE TO HAVE SAME MARKING
p AS THE FIRST LOOP CONNECTED TO IT.
0 1 LOOP NUMBER EXAMPLE:
(PHASE COUNTING FROM 11 2
NUMBER) STOP BAR BACK
AND FROM INSIDE
LANE TO OUTSIDE
LANE RETURN CABLE /11
863 /2 06
862 LOOP
861 11 DETECTOR
I 852 05 LOOP
/2 I 851 DETECTOR
846 N.B.
44 1 43 845 3
43 844 S-8- LOOP
843 LO
CALL DETECTOR
/1 41 842 S.B.
CALL 841 fl
42 41 I 822 02 LOOP
821 DETECTOR
26
04
02 22 24 /1 26 12
n
to
21 23 25
ro
05
51 52
61
63
I►2 /1 06
64 62 to
v -- —_
04
EACH PAIR OF LOOP WIRES '
AND EACH LOOP RETURN 45 146
CABLE SHALL BE TAGGED
IN EACH JUNCTION BOX I
WITH A DURABLE, MOISTURE
li
RESISTANT TAG APPROVED 47 48
BY THE ENGINEER
-
r
. r
DETECTOR NUMBERING SYSTEM
ADOPTED
Cer1r Or RDn=
8TANDAW PLANS
N Lot DATL: 12/98
DATE REVISION BY PR DWG. NAME: JR-27
SP PAGE:J034
�2�1/2" ENTRANCE O
WIRE HOLE
! O
1/2_ O
O
O
GUSSET k SIOE PLATES
+S O WELDED TO SHAFT
O FLANGE PLATES
2' N.P.S. PIPE TENON
TENON LOCATIONS
MEASURED FROM SHAFT
END CAP
+S
2'TENON
HANOHDLE ♦"X 6-1/2'W/COVER t S.S. SCREWS
TAPERED GALV. STEEL POLE SWIFT
FNHDHOLE 4'z6 1/2 W/COVER &S.S. SCREWS --
"G"
I
BASE FLANGE w/BOLT
COVERS t SS SCREWS
DUANI Y POLE MAST ARM MTG: IUM. MTG. HT
TYPE LENGTH TENON LOCATIONS TyPE ORIENTATION G LOCATION
INTERSECTION:
TRAFFIC SIGNAL POLE
ADOPTED
♦ carer or Rmam
SrAKDAn PIANS
141' DATE:11/5/96
DATE REVISION
U_PR DWG. NAME: JR-30
SP PAGE:J035
r
r
I; PEDESTRIAN SIGNAL HEAD
MOUNTING
do
MAST ARM
1/4" FILLET WELD
TOP—MOUNT ,
PLUMBIZER
POLE MOUNT
2" PIPE TERMINAL BOX
COUPLING
TUNNEL VISOR
PEDESTRIAN
BACKPLATE � PUSH BUTTON
10'—O"
8'-4"
0 O 5" (TYP.) _T
Ly I 3'-6"
5" (TYP.)
45'
6"
VARIABLE:. VARIABLE VARIABLE
MAST ARM-LENGTH
TRAFFIC SIGNAL HEAD MOUNTING DETAE S
ADOPTED
StANDARD PW78
1.4E DATE 10/5/86
DATE REVISION J�P DWG. NAME: JR-31
SP PAGE:J036
J.B.
U
o LL_ 00
N Q J
U CC LL_
' J.B.
TRAFFIC
o FLOW
J
v=i U
0
N Q
jr 1L
TRAFFIC ~
J.B. 3 FLOW
0 1_ 0
N Q' U-
0 1
N
THREE LAYER VINYL ELEC.
1. TAPE do PROTECTIVE COATING
(SCOTCHKOTE)
Ref: ITE TRAFFIC DETECTOR
1/2' FIELD MANUAL, 1985
LEAD-IN CABLE 2/C
SHLD.
LOOP WIRES
METAL TAPE
3� OR SHIELD
COMPRESSION AND SOLDER
TWO LAYERS OF SPLICING CONNECTION
COMPOUND TAPE do ONE
LAYER OF FRICTION TAPE
INDUCTION LOOP 1 MM(;
AND LOOP SPLICING DETAIIS
ADOPTED
cart at RnWN
BT'S pL&M
13! DATr_ 11/5/96
DATE REVISION pR DWG. NAME: JR-33
SP PAGE:J038
n!!,fP. CONC. PAD R/W LINE
SIDEWALK '
CURB
�Ty
�ROADWAY
-- 2' 4' _
OVERHANG 1-2
CURB 3'-6"
SIDEWALK H FACE OF
CURB TO
R/W LINE CENTER 'SL'
OF POLE R W i
10' MIN.
CLEARANCE FROM DRIVEWAY rt ROADWAY
ALTERNATE PLAN VIEW
SIDEWALK
..L -
PLANTER STRIP y
STREET LIGHT CONDUIT
TRENCH DEPTH 24•
TYPICAL STREET LIGHT
FOUNDATION LOCATION
H 25' 30' 35' 40'
Sl 18'-3" 3'-3" 28"-3" 33'-3"
T 0.188 0.188 0.219 0.219
2' TO 4'
TAPERED ALUM. POLE 'T' WALL OVERHANG 1'-2'
ALLOY 6063—T6 SATIN GROUND FINISH
H•
HANDHOLE 4'x6" OPENING
W/COVER & S.S. SCREWS SL'
GROUND LUG INSIDE POLE
INSIDE POLE
1'-6"
'.P ..,r• ' - .R- :T�CfYC v*J. 1 t1+4Mx. SM+YC'f�fn�te..Y a1x+R.,.�, -.. M - '
'STREET.-LJGHT CONDUIT
TRENCH DEPTH 24•
ALTERNATE STREET CROSS SECTION
LIGHT BASE AND MNCTION BOX LOCATIO
xs
ADOPTED
off or »
tsr DAV_12/96
11 9Z TYP. STREET UGHT F% LOCATION
SATE REVISION ecA
�� Vpg� DWG. NAME: JR-35 SP PAGE:J014
A
I _ C
—1 LEGFNA D TAI
I I
I 1"Nom Iq9
L I SIGNALS �1I
LIGHTING (Mark L)�
I S- LT INom
TELEMETRY
TRAFFIC SIGNAL SYSTEM LEGEND
Form Letters with 1/8" Weld
Bead. Grind off Diamond Pattern
PLAN VIEW before forming letters.
L 11-Nom.
H 1"Nom
ILLUMINATION SYSTEM LEGEND
id M TYPE 1' Box
K 0 I
TYPE f* BOX
71R
xl x3/16, 1"Long PLAN SyMgOj
HOOK DETAIL
(2 Hooks per Lid)
ELEVATION VIEW E-=--I
_Z X
Q
d
~ X X JUNCTION BOX DIMENSION TABLE
v Q Q
X TYPE
- -BELL ENDS--/O""7:'— ITEM TYPE 1
N ON CONDUIT n ALTERNATE A I ALTERNATE a TYPE 2
" Wa Box Outside length 22" 1 22" 33"
6" GRAVEL PAD Box Outside Width 17" 17" 22 1/2-
Box Inside Len th 18" 19' 28"
COMPACTED Box Inside Width 13" 14" 1 17"
Lid Length 18" 18" 26 1/2-
Lid Width 13" 13" 17"
TYPICAL JUNCTION BOX INSTALLATION DETAILS Box Depth 12" 12" 12"
Lid k Frome Depth 5/16" 5/16" 5/16"
Wall Thickness Min. 1 112" 1 1/2" 1 1/2"
Wire Reinforcement W-3 W-2.5 W-2.5
Le end See Detail See Detail See Detail
NOTES. ITEM MATERIALS
1..AN din alone are minimum. Exact configurations vary among different.monufocturers Box -6000 PSI Concrete See Notes
* Frame Diamond Plate Steel - A786
2. The noted lid thickeners overall minimums. The Diamond Pattern for Type 1 or Type 2 * Lid Support 1 n.Thick Steel r,L or T.-A36
boxes shall be 28% minimum of overall-thickness a Lid Diamond Plate Steel - A786
3. Lid support members shall be welded to the frame. Anchors Steel Wire or Tee Plate
Reinf=ment I ASTM A-82 Steel
4. 40ODPSi concrete is allowed if box reinforcement consists of 6 X 6 W3 X W3 welded *GALVANIZED STEEL
wire fabric welded to the frame.
5. When noted in the contract. Type 2 and Type 3 Boxes shall be provided with 12' deep
extension boxes.
6. When noted in the contract. Type 2 Boxes shall be provided with a 10' X 27 1/2" 10
gage divider plate complete with fasteners
7. Non-concrete Boxes may be submitted for JUNCTION BOX DETAE S
Y approval. Evaluation will include on H-20
Load Test. ADOPTED
C3TT OF i JDMN
STAKIllin FUNS
LIST DAT&11/5/06
DATE REVISION BY "P, DWG. NAME: JR-36 SP PAGE:J016
LL
IL
"
� �
S � y� � X65,
W ub a O F �` DE V Z
Ft J § S fit' tw E„ ` a
WN NI q W p d 2
W
LLrr1�S�tFt �W IL
¢�f' U ul
Sul It
W2UY KZWW<<< W 00 j 0� � =o io I-.m 2
W
uj !!
gyp St��cWi c � o o O {{�� ry
SSW y� N W Orr �qp QOgd^f W$K1
Ow d O d
ou 00 e Be
C4 4 ad 4d
wO
a
8 o d a
X X Z s Niw.Iz
o to �� �� F I
0 W V
Z W
h
W
0
UA
2E
tt U
2
• � g
t
1
l
., '.I5 � � o '
oo v=m S
W
wig `
00 d 616
F1rf •
6 Y
F. 6 s
o a
a
4 9 g
tu ,
U
4 s
IL uj
W 1
4 ' 7
-16<
C4 a
IL
� F �
a
z
0 W
' 0 M
^4711
ui
'AM.&
WN it
cL
14 d �«
o s ti
h € m IL
'' m
IL
{ 0 L F-
i
IL
1% _ b
Aq
a
LL
r4 vi 4
a
i
i°
�. ........
bQa0a0 � � � F
of
. OO � Oba � b of 1
AA
�- O.O � OOOOa
m
r.. '•y1� »-.`-.......n•.....«..�t ...`...:..a.. .2 .�' ..v � '-yr-' `�t'n- �yrFfr !„" ,,a. .
g0 � 00
,g
..---•.........................................
6G 2 AI
0
p=z s
.� 91 d °
OMBq - g
Ab �
. ------
0
i AEI
tlJ � =
Ix
LL
ix
i 11• i •�• i •�• O
A
.Si
AZ
_ !d�11p110fi.
n
-� W
U
h O
3 "
W
d
O W
h
a� o
• J
01r
_ J
p ALOlX1U� W
8
# 54
I N
cE u ��eiyBN Z
E
c e l?i
� 111
a J �
>r
g w
JA l i ti a
W
1 N
1
p
I I I Ile X40€ t ►,
UA
Wu 16
cc
lAl
� b N I
11 I p
NI I N p
1 I
N
hlk gg 1
5114 i .L1C..1 � i
srr
vwm 7MVM JIB wvw �.r.rrr+.wrpr= �rrr�.rMlr
r�,e1N ri y.Y a s Z �
II• 5 � o`,�, < Q n
Ito,
s
b
p $ a X� INS
1 n
n n �
r LL i'
W — � _
— �-
C
_- J
W
JA-Z
JJtt•
gig m
It
tl N C
\ M
\M M I J O N
I �
\ I\ q U
pd r b�
0 8
ru o d :4:::
Wa & \ I
dz o
NW ONL73NiW WW AC U pp b O b 6 16 T
O
< b h b~
l � f
k
a-Z
�..
vxms xavN :Aa►wlwo --,�•—��°---•�•,�••••.•�•�.•�
4
F
or
co a � �
b lm h Z a
W4
2 p 1 �• hC
ZU
p F IIOW f31YVA W U '
c)aa UU � V t
�� O s J W W 1 a 1 QU
vd a� �v No b Z
1 n
i
\ J vmw ull!W
!� _o
S c3 t V
U.
o U.
ui
` /`�' -----a ui
ku
b E) U o !�
s �vd
b
5w > N
OW<
b < V
a ir
Fi
a •,
r i
> m gy ip t\
�' Z�
ti � sl U K •C � > ' S
lu
o
�V ✓Tb , G 1 J 930 I m a>
1
R
d IL
+,,~moo g V z t
o
o± t
V O M
� W D
e1
e
1
= W
1 _(,l
b �
z OC
> ru 0
0
b
lei
Vle 7—
-:,
`Y q
1 lJt� p
N 1► tp
i�
i
4
5 '
X d ~
o
E t 1
r 5
a fill
1
c
7
IL
of - ~
A
C�
§ @ • .
2 . �
« § | 2 !
k t ,b
a
E§§ EEC
,
||||■
|,||
�
� � a
at B § |
. (
���� � `�� ■ � . |
$�
.. ®
i � # §
- .._ :
- � m-
. ` � • � �
k -
� �
a
y . . . . � | . � . . I § ■ \ | \ \
$ k{
__ �_
}
N � 7
47 r IL
001 0
IL
UJ
me L > > p
1 -
WOW GIB ZS m CEO
g •
e ` u W •� b
Ix 12
b W W
Q IY x �
Af
_ q
° !
W
I
se U.0
9 1 its �� !
� I
A
KOH a� o
z1; CIL
% < d
�
1
1
1 �
i X31
� m
W
IL
W =
t b S
b
e q G
e
O O
HEN
---a gill
ICU 3�
ous
a zg,;
ICE
3W �
vwns,pjm:Ae
L $ .
so
M � s■
t1 YI {N, N h ip
111 ♦ A A M !� � C ^ � {•
O O N e
��r�
D
3 R R Y 8 8 R H H 8
tj
.2:
n
S Frig E,�Tfa FI 1�
XTOASSM
t�
1 fill 1
� l
1 6
1 ti
1
1
1 s
� / � /•/ L b l "�� b n4��e
41 T
__ __________________________________
C y
o ��yy b
WL h O
t --�_--_ a z .►
XIMNCCOalCI t b
a IL {q
1
1
1
1
1 � � rj�• t
1
1 4
1 W �• b \ / t O
1
I Iwo ;
-------------- -lit---- --- ------- ` a `L
r--1 `
� lit
5z
Id �1i I
E F'
t` Ea IA =
V►
b ,
12
b , U � 1
i
T �
j a lag
a
a
/ b
It
�-
$ a 9
We
v
l Ku s
6
I
99RI
Y , Y Il
i 1
t0
Y11fflS NW11 :AB lrU1V!!f1
�+ b wh
UL
ME
S o
a 1L«d
0
a 1
8ru� o
W �
_ 1
/ -• w .o
1
a
W
�E
U
fig
W w W` LXfiMSTONJ i
I
g i /
VWM)P"m JA wvw All
1
lu
€ Aso rgg o
F N Z
IL g
o
s go���1r •` sc c f
o o °— a = own
p �
C4 ri : to o Ilia '
n _
2 V F �
< - aC �S
> 1 � g �
-
O i� _
+ p_
b C W
a Dais kMIn b
—= IR
IL
x 4
b
� � m
a 3
-------------------- -- -----------
As wvw
U
1
to = S
4 Z Cr IL
so
W
� z
0
W W
as
a
t
a A•1 �•J F
o
J b
> r V F b
z
W 1
b b V I
b b b I N
CS
lei
1
o
1J:Ej ' >q
f
o i �
rJ 04 Y R
b
OIL� a efill
Is, k .
--- g '
Its e
+ \ t0
k, 1
I
y N ." A O _ O w O � � � � � v • �
ty� 8 Z F o
=
Is O
S O
16 x
IL w
jE
3c to
b �
t pp LL t
F p c C p
b
h b b N E pg
r W g;o� 9g
K i
F
X.
b R b h t t73 «
�O
a UUb
O
_
O
6
b
logo
b
t P-WO
p S W
�OZ
I q w5W
T I ��jF 0Uh
•......�...........
yyuu � a
A-3 v LL< r
O O
°z m po
I
4� I K W Ix b O
I _ m
U S F
LU IL
W
21
tU
� T
V tJ'
to z
W n J 40
The
W `
W 01 V p
b
J-J f Z
p
> F '
Y
Jim
t b
i b 1i T
b W
b 2 > q G Q
lu
J >
lot
o
R '
H b dr�yy > o
• y0 �iY1t Z
i
a + R
w., S
am
LU
b b
W 8
L O
� O 1
_ _ w
J !�
W a `
�j S IITYY J `
, 1
A6'
lu
a--�------------ b E
I
0 IL
x3 g WFz r� Zd
• J �� `j �S d Z °
o= ��
•_ f
to
4.z INC
a ~
22 `�
it•• a
�f
b� :ill
lit
g r16 3C 2
qj Zp sQ
W
7 _
e �
_
O
1 q
ii O=
° of
.+ _ „-
O
NVO
all W)o
N —�>t. cis
m
�rYs
3
w
6
� 1
9gN �
IL
d O j
~ N e�00 19
T7 N
s ° < I I m
A A
N M
f5p
mmvwa
t "WYMIM
"NNW .
ti �nA•i Mao
a �
fill
"M PWVW
Irr r. wri eaNwl ++aN N d
_ I 1K103 (9 31DN 335) ��� io $ d Z
i►1oaN140d.11L �v< O�iy� a g �
d w C
H1d30 fZ Q O
k 31AN 33s) b• '�pEF Ig 0 e
j j: :: :t ': 11i013H 1SOd iK m C
(S 31AN 335)
MM3N 1SOd.DL y
CL
lw iS z i;i (S 31AN 335)
° 0L
� .� 11ttN3H 1SOd.tIL t
i
$P
its to
b (UgBN NOW.A. 4
_
Swv
IWA 3eaN
N33A�1 UA
b 'D
L997Mt.0 s
p /
bb �o
fill lip
61
b
Z
j is 3LON 33s) gz
I .ulo13N tsod in pvo�
W� kJ.331s'37ev1 d -_ ., •� gP NId30 0
NOMYTIvim
j fs RW M d wdsa 3
:j
I LIOBII IiOd i1L O - :i u - j (S MM 330 H
............
- - - -
• ' ', (s 311011335) Z k o (S 3WN 330 a
tS° a ;; L+e791JSOd.NL ►-
------ ___�_---_N- "_ •uro�NUOd.uL - - -
CL
r .. b
7 b¢ F b
{r (1NOCl1j UNOB1 NpICI.A.
511 A't III
NNW 31101NO" lu WAV110 Yrs�.rsr N�We�rwww����rr
YiIl�A1�YwI��rNNrN�.�w7.1�.�M
LAY�'Y.ItNNNOW.Y..�IYNrIN�NYN Y
E 0 N H n
4
z s 40 S
Y ^ � � {
O 1 § "Z to� v'1�� ♦ SS a IID d i IL
11 z IOU
I? E?J�j
IX0 VA
. M I I I y;,
1
E; K �
to ♦ + o 0 0 0 0 Z
�c p33�
.a 5 .a
}tb b
p CEE19 eb b
Z .- Cq
lu
F. F
WO
V
— a
i
'+ q
W b F
ri
o
b b g
IL
4
o �
log .
r^ y o
O W
6iViV�
XJf1O 3f10M01'1�AB NNIVlq �o .r..r.v.r.d�owwrrr..��wrw
Z 1A A
; �
is 4t IL
ana log
JJ,frtr X655 a =qI..0 4
OG j� � et
p b
Irk $� -
•d
ui
O
a <
6
F�
4
b I
li zF
O II
id IWE
o - <
x f„
b
I �
arr �I
..r--r�r r�r.r-w..�•�r-www
M31SNl1L8 VM373 "A8 NMNIO
w-...re.a...r.r..�w.w.+�r.r•..vw r
IL +e, F°n '
N c
0.0
BOO m a<
3p
b
�I
0
�• Q � a � a
=a
i O
FM
p
1
! W
1 Z
i I I 7M.0-t
AR'0 A4[D I ASZO'A4LD
a
kM.O-A-A =q 7
S IE
8
a '► p
!
_ :_------- ._
o x -._._. I :o
1
!
o
Z A
i I i O
I
L i '
I 1M1�-1
a
t b b
M
s�rr
wrrrr.<r��«r�rrr�rwrrsllr
M31SlrlfA YN313�A8 NMVNO tis�.lsl.arrd�wr�rw�rrrr.��ew
y,rwse<�,�r resrwrn�..r
o �
C3 N O�
V
Q Q
G
g v Zw ti
140 , o
w
C L` in v
. d •r ~Z
=ai
O c m IOU!WON M y �«+
w
` c j
Z X « O
2 = p O c
O Y
_ J
O o 0
O
j 11 v '' o
00 O
II =o m
O• z
_D r o-
�� Z "�
o z 7 — w
0 O C w
_j 0•CC O �'
L pp 6 < pp> l Y
`E o E'o
p i C U V¢D
Y
CL • r i=i
gM O
«
O
J p Y
• W V
P O
W —
O •
• tO
•—pp p CpC
IL V = co
X
O
D
_ c
O
Y y II o
•o O II •
uo " 11
« L_ c -, a I I m
o p uy: �� g ; c ;11 •
V « n 0 E w vc l 1
V U •
N w W Y p K —
• r < D
0 0
I -- z
c
i °u I I H n
I •-: cli u
o u Y■
10 C� o
_�
-
°op O
E - Z • _
ui
o° Y Z
c
o - O
• u
I � � - _°
L
U • P
a '01 ! _v —
� E I pp= CL
p w L u_4'e
4 O 1 s
w«« I sal-
o U o
Nio«°c o
w � I D
U l 9
� � JJ,r�jr
�Olt!�
- _
W � ¢� 10
Y b Wot �!
to
Hit
�- a
€a ,
< o e
� i
a 11161, o u!"Y
it s R xyi O w • O o -
iCb
Sul
t t tt
�! Li ISO
_
€ Cii 1C F = CCC y
mg
� Z �� 6y - ZeeerC W �I
�< •� � e�0� OC tl)r)CZZO� O e
�Z1xpo q� �pC2de ru�l
ib OT[ Z7��Q $ �3�� ••
Fi�
1 aWZS
W �{ ♦ i i w
.0-1
�( � ' 1 �� 1•WM ; �1s�fj
G rr$$33 � F' N • s • �W�
_ �-- -
1 -J
£ q� :
LA.J #
w u
j| � ■ ,. �\ / K ° (L
. to
r ¢ / q \ : £|
S �. -
}( / \ ° ®t |
/ 2! ® 2 f
: g
�||
_ |||
; \A©-
\�
\ {\�
�_� __ ■; O.z2|;00
��. a§
-Z N, 22,2 '
�\���j�)�2�\��\. ,/k/`\�.}.�/\\\/\�}k�)k|��a2�■ §�
s, -■r ,�__�;`, ■ - .� ! � _ _ ��! ||
�`,- ■:� �|:ez �.i..° ! .
.■;;©,.$!l;�:l�2$ZEkk|���/§�)--
lt;klK§�=«!■l���§.§±I;�2 ;�2;���a|)2� Q 4
.|e` 6000088�D c & » 0=0 e o ¢ G ■
�
§
' 2 - �
> - -
� f � � ° | | � 2
t/H O/H co
ix -
. ?
z �
�
[}
\
ui = 3
2 = ' §
UA
■ ~ §
_ ;
�
161 IL § §
$
} k § Z
- § IL § § °
%-
e � � ® � �� ■ �_ 4c2 § �|
. S�
3 H e
ok ' � |
i | i 13VULNOO_
i I � ■ ||,
I � |
fill �
| §
i | ,
� §&
&
§
� � | 3101sh
§ § |
2 . . - w
---- -- --
!!&S
a | §
| �
( E
|
) §�
| �
§ § �
ca
K §� | § § •
a .--- ----� §
§
__ a_
c
ID c
v o °
L 7 U O
7
0 10
•oo L — o�D- �z v o� JW Q
Q(] J m
41
u 41 1 C Ur
O O U c D] U PL IL o � o n• Z ao
U U L N C 3
O E O U > C r
ID
O P- L L D O T E 7♦♦ 1j S Q W lij
C L 4 •- N O L O c N 4 rO Q6 W Z Q > . a
N•- U OD 7 LL4 7a Ur E
40 c E or Na4 O U �+ i N Z ¢ o '- Y
in OwL C L 7 Our PO
L O C 4 TO r L O L U O N
�- P O L +- C 04, 0 C O O N U
c N u t •- O UL' O U c >
4 U•- - u Cr u
I r O C 0 +- 4 0 0 n L O W ? O aa,,
w•rD u 7u Ur o
O N 7 >
- O 4 C N O�>0 u- x L
0 t 74 C1 C0w4) 70•- W OT
4r O- .- V ]L a O 4 C N m 10 61 14 -0- C PL L L] 0 O•- E L O
NNO4 O� „ ] P� UU UN1 L J i
♦- UO C 4 C V 7 4 0 pd
•-L 40l L•- a4 ND CD 44 Q cc
7 r C U E >,U O •- O ¢ N !- E
u >.r a]r--- 0-Z f W tR
Lr L C ] OOULCO Do •'Y a
u-- 4(:3 0 C L4 4L OL 4 ,° m 'i E
]r C ] N ]N N L N V
V b O O b N b P O O `ji E
-
4 C 0 V L N N U U N N u K . Y
- O L 0 P74L•- L r L
- 0 0 0 L 4 Lr > O C 0 0
O D r U.S 4 T Cl L r 4 r- z t
L 4 V O.0 ur bUU E UL ] ��F
O C- ] V O •-•- ]L N 7 n 7 r
a0-0 .- >-U] O •-0 O O
O C L C L•- u V c 7 C U 0:
N •-••- N U•• U VI 7<N+ U W U W �•O N
w. u o°o
o Ev4
z - N ••1 a c'►
- 0
7 r- N
- ONO C
4 •- O
r:V a
o z c °
,av c
EC -
C 4 E 010
ac
a3- b
n- L L
N L D 7
z O O
W - O t U
U L
w P 4
J 10 C L 4
6
L l 0 0 U
LL
N ] 7L3
LO
L
4 v L -
¢ P3 O
_ f
o
•
.6 a
O
zo 0 u
VIL L
< - IL N 4
o t C >
f U1 O O 4
C L U -.7
u
n o uii Or
w DDOJI!Okl c Q b a L
F Y J0 Z V t O ] a O
N = - N a .r'
CL O Q
c ADORPOOa �u ? r O c c 4 C
W _ U c •- C u L O
z Z O r - r
s u p c O m t } L T V
_ N N
t J J o D O C
u • -
P U C p O 4
W V 4 L P O O E tA
0
r• U v N o_
f
�0 a - z } V m> C O C w 0
r-
.0
O n u O L E ° O N
u - 0z� _ -a ao r3O a L
o z 7 U N P u 00- C O
,
O C m • v V) u v o 'Co u O O O 11 L C
m O U_
r 4
O 0 u L L O w J O u a 0O a O O u 7
I C U 0 0 0 n 1. LA CL V) L ? u = C O E m J r 'n O
O- 7 o w ] u u O o N
Z 1 m 0
0 Z O m p U E
u
e `O _ Q' } L U •u- C C W 7 7 N O ¢l� IJ VE C N 4 V 'CO
C O
+
G C C U In 0 - > 7 C u 0 V u u E L C C C 0 a 'n u O
C C 4 0 E O
> O C :3 ,n V 7
L O O L L v U Cl O a a O O C O O
U L O L 4 4 - 0 0 0 O ] O O O L
n ,n 0 m 0 V 'A w V (.7 Z
V
W
� � O
o �
Z►- co
oW O n
>r �
a u '� O
v a
j J
g L) i
u
LLJ
W
11
II
It
II
II
II
II
w II
O O O II
O
u u o I.I Ic
it
AA
II
it
II
II
II
II
II
11 ,II
11
ti
11 �
a 11 Q `a
V ti
G Q h
J :O
n
11
II
II r
it a
II a
II
II o 0
It
II "'
_ t
II
II
. II
II
11
II ,
II '
II
II
11
II
II
,t .z
W J
iroW- mw� M -i v i�vN'o� z WSJ s
Q LLA W J O •> x 4 ! m V d
zH Z xz< uCJ VI �' � J W
Y J < Z Q u Z (,�J '^ I • 0 0 0 a
Sm ulwz >2 W QWW W r y` S g J�S °
40 0 O:Zr• r, x 1A�2 lL 1/. f S r dim d
x W WOr• ..N r• 1A<7 ° I S ti ,�' 1< <yS 0
K N N< - < WxN J Y O� I
r•O O cc NJ W _
WO W «u x � xX°J N •~I• O '� W Zd a
xW m mW< UZ WOU 4 Q �• Q
w> Ja -< p maw = o0 8 R 8 JW IA =
>o J wu3 Jx z <az 1- o
a J
K x Kxx ZY O Z•.
V N uh-►- -Q Z 4 p4 W •n
ZW Z - Z< < m O J
N 4W Cc ► e e
UJ 2 -O )O O: Ld u W
J< Y Or•r 0 Lj WN mW< a R. ~
4x K :r• 200 Kx «> Q 4 g r g
ZV1 < 'n -WW ¢r r•NO H ° •n 0 a •� n «
CJW ZO 202 WO °Z y u
J Y WWK O Z (L La y y u 0 o 0
Um O: 20 fOWM WS 2- � �^ O - N > a a ^ ^� W
`< < 0- m< OIA J2 - - - 111 W OD LLj u K W<O > -<
�- O tnrw OJT per .4 Z_ W«� _ v v C♦
11-d x d-< W<u <u t- •°• ° - - �O
to Xa W X<J rS- OW 2- mss= - ^ X u ° OC
WO W< F- La NN2 Km -1/1- F ^
Ca
« OD
Y
vi
Z uo
oq
�T ���_o ' °-` d max► o
Ix y q
2 = W s Z S i $ bu'p Cq
iN
w 0.3 EE •�
- --a N-O W
< O> h W
o=
G -- - =W rm a
_Q
N r uv<
Q -
► N OO 1.-_j a
u M o 24 f Q O O wa i
o
Y w W , O f 0 "� N O O=
p Np o
D i d N
Z �Fx
O
i
•mss o � x x x
x � .
d
41
� �f ♦ E�it
� � N
cr
o �
r
/ - u
N W
J
M d
x r = � - W LI Z
pY Q O W= Uj o 2 u
Q �W S WO O¢' > t 2 .LA
IX 3 w O =0 O. W C 2,-W r•
Q w -2 _Wa O p 2 OuUU-
-
c O ° z¢ r p V <2 N�Z
Q m R N N N u« 2 Ix .4 _
W
Q W i N 0 x 0 0 IA m {,�r•u W u
11 J 4 0 r u 0 2 W VI<Z J Z
on W H W< F>WO a402x000-,2
W Q J J U N J W 7
�.L C <N W W< N •-o o Z < r x 2 2.a-Z-
11 4 {1O N O-T N H 4 Ld
O u
z N =< < W J uuW
CD < u Q < F
O RvI JN
rii h WJW J A - W O: Z K m
O O <Z
<< J 0 2; 2 d 4 - a O d W~
a
N Z t ir
u - 0 Z < J x 0 xx
a y N1 W K co W W L.O.°
O � G W p V/ r• H O �- N r-a...
W 2
W $
W T 0 I v N
J S
g�h
M
•o O iiyY' b=Y ~ s
W W O + �jrO7v W =0 O
ZIL
<W a bb
IL NJ o IL
W
NW 2 Z , • • ` f� 0�
Ozo O b g '�C .i'
-iJO W ~ 1-- C~ A LLI«< W O W Z
» O lL
S cr.K >r
Um< W OS
O<Vf K CLV
N N < d x
— j
•W 2
•
NZd W
W Z U N mr
ZOZ
umN N • -JO
t�ZO WW_ NO Q O C
NNN a— %n . o_
z%n�z NU
cc 0<QWU YW UN
Cr
2UmN O—�- JW �44 a44 E14�l C p O O r +C[ 0
QaCJO 010 O
�1
WUJW Oo
�
{'
xCC<W > O<
N F-O:Sd O> L J
N <CO W s �'
W N W W
H 1 +
Z � N P'1
°
CD 3d
<i 39 Q a
OOW a iS ,
2
G ♦ O N L
Q N V
i O•
W
[.
f O�s
t 0
w
s O Y<
y� <D:
~= NtiC = ' OOS N
140 �a i� ¢2< 0:
C3
O
V
— � I — z bc
K
O
2
O �
« � O
Z
`T« O
p L
Y z
.. .fit•• �. � - a
x x p p
p U
C n O
Z
u
w I O be< N
`u g =i ' u
Wo Y + j T
0
u
g� {
m t.
N
W K 1
um
a u i>>
vaiw �G H� O Z
m 39(DO o 15
,f , 6
�» 1�
Z< O • w 2 � o
WSJ WZ �` C g J
m m
� > ,�55 G d
r 7!
jE
ozo ol°n °o v=ia 19 ~
�2W N M N •Z
.rV ZW �
0 == S E2
O W W
¢OW C C
2= 0 O °° aZ
_ X !�r
WO vn N c0 WO ii{t
In�cr .6 °10
¢ a Y
2 0
I� Si N O c oJr
O O Z °t l
L Oa 40 O Z
N V~ O O o b c
Z ° l♦+
f
S- !!
Nw1(1 S C CQ QI„ !e
I.w1°^ L D 10111 i,T
W
Lm rN0 Ir70K <7
i
r
O , l
¢ 1 E�iE
o u ,
m ZW 1 1
O 1
r J 1 1
m N D �
= cr p 1 1
X S 1 1
0
O J 1 1
I *• p 1 1
1 1
N W 1
Z 1 1
< 1
I J 1 1
1
2 Z 1 1
O 1 1
z
W O Z X 1 1 O
Z V W 1 1
V
Q UN 1 1 U
I O 1 w V - --_—_ 1L 1 ►-Vf ..
J /-Z Cil _ --r-� OS
O N 1 1 27
N
2 V2 a
1 1 2
N r < W 1 1 <
I N Z 1 1 WC-1
W < 1 1 KZ
2 u r J 1 1 <-
►� Z OZ V 1 1 Y
W w
m 1 YfL
I O mom Z 1 KO
Z W W O < r 1 1 7xi
2 W J 1 1
Z CL
W d X 1 20
m N> W 1 1 WZ
<N I O
be
I X C W O Z 1 O
0 N
r~ S S
O U { N
`° J O I
N O
W
O r
I N r U
= 1 W W Q
t Y< ¢ < O S
oom Z W m J W OJ.
IX 39
. I ILU
t W OW
<> 2 h-
< W<
crui Y
O uZ
Q
I Y J
KO O WW.
<Ir = =J
Q r m
O Z w
Q-0 W
<
0 ..r
I ZU p vVi
W 'J
r O
N
I
g '0 V.
J Z 1- QQ
O
may.+ t p IL
co 0 441
W Q WO ` OFFS M 7
¢ O S ' %n
N U N m¢ _ A
W N •-U d
O ¢ W
S
W ¢ - O Y „`
d < 7 CU
m O ao
o
z ¢vi Wm o •2
CD z- m ¢ ¢ �\!
W �1
¢ ¢Z JZ Nne: QW I S �-W < x �Nu 30
Z W-� N N�•fie W J W • 1�•
Z J 00 W OV N �t
O WO C!O c N O ��
S V aW Z
N Z ¢ W y�
> Y z
cr
O < ¢< d> si y ¢ _ ¢
ui 4" 0-- li I
o W
O N W— OZ a.RV x 3N CIO •'K QN
O— Li \
N U O t-2 U— N�'i• W� WN „�u ;O N I
W W
p O NV O � VIV 7
� Elie
H N
0 D
Q
�O
~ Z
w3
Q- -
O 2 W I
ao �
Z
7 O
O Q 2 O
fm� �Nm• dtt
fN P 6Y x 2¢7
�t x N• u_ O O
f u' N: •• V W 0
0 0�"
o «o
N
WWz
„ m�
O
Y
O�¢ >4m S
J¢ `O 2�
<7 O wt n¢u
cm
H
NO N c
• I W
�• O ¢
• • O !,
• F-- O 0. u
• �•
•
• •• 2� Ld = 2 U W
t� O
s� Nj Z O p < v
�• Q Z ¢
Y i ¢
O o � O LO' a m
_ ~ O Z J ¢ N
Z W N 3 W O
N W Z v �_ i a
W W r
W Z 1^ ►
CL
..
O
F- II O
O
� o
W V r .+ V
Z u
W Z
Q •` m•' 2 o g
>
O .N <WY
►u-/- u j a m p
f
2 J Q W W -j �E� •��
QWO 2 4 Z z J }� •� �pp
WOOW •W F< 1-S� `F C
NSJZ 40 —S UN�
knuuo 4 u
WU N J W O
WS •N dW 1-Y L,-j
co (� YZ 2K ZCO
OZ H(X 24 OQw [
00•--W --< Z UU
< N O •J
WWQ -Y U - • ,
NQO
cr2WF- 2C Z 1-dW
44d u4 O U<I-
O LL Z Z W W < • C n NO g„ S t
NN -- J cc n • pvNi r r i�
Z W J O <7 O W W 55
1- Iz z H
—Mz Wl- z cc az
-
-
0JU acW —O z OJ • F N
O•-UW ZW Z — 2JfD0 = i = -
z>Nocr ¢N Jz tr ow g N g s • `:
CL 4 ) ZJ WO N O� c ,11
=3 U.4 N 2 (x t-zcr i
r.-• Z W =14 O c i ^ r1 0 . +I• n r
LL V/KW Um (DN UN W o� ti n nN N
rLL-oO z vl zoom • N .
LLa r -_ -O• s w ozW _
WSW N SJI- OOU J�>J ~
¢� No= <u- ■coJ
W ILLW <01.) WI-> CQ�< • Y �pn1p.1
WO1�=W2 _J20 f7W O4 WS O O N O Z �y •
1,,, J LA 4/1 X 0 LL S MO n N ° N b «i« ► !i
p •�. • _�
Sett
C• • n
N�
i`
73.
O W
Z G
W Z
W
N _ W
O N
N
N O
i N •:
.10
Ix -
N
IWya cm
I
1 1 J O
Is 1
tn
11 M< 111
•
11 �i 1 1 M�rte• F__
X11 1 f� 1 1
1 1 Q m 1 1
11 1•
11 11
• • 11 11
• • 11 W Q
�• • 1 11 U W
I I N=1 1 • > H
W O J
O w O
Z O W
LLI
■ t 1 all -� O m O u.. N O
W O 4 'U v 3
CL Ir In z o
_ < 0 W K
pp N ¢ O O f Y ix
J K a LL 4 O C 4
N �a1
i O 4 jlgl K y 1 9 O ZO OZ 4 V K V
}i r H < J W <
ii
IX
� W d �� o o < J .- ¢ ►-
O Z J -1 0: Al Z F W
O W _
_
00 a O J z
to N ►- N O d
�
_ 0 : `zl
a
W J a r
T aY
W 2
V1W a
CL
W>-
x a a W a
0 zz cc
V C -4 t
w C
� r '
cu T
+w
°
• �^ `w
u =� n 0 o 1]
- o
C
ell
+TL.
Lao `
LAS
LLI
V
Or
m
r a
O o O
�.�d a
S $ °
u i
yy s
4-1 Li o s
IL
o
0 4.
o Dr
i W Z
o J
o CL
m v
g
r
o w >
0
c o wC
H
N
C O
IL � 0 O_
> r p
N � r
uu u
N� 4 g
c b [' o $ u g
CL y� .Y
° d_ O 4 p Y C Q
` L7
rO[ O O r l x` tyO w♦pC
N u
N
a
u
. p
„0 '9 w z
x w W
".4 2 C `
G
C
F=� N
& Z
F� H� OC z
N gw � b
N qV
� oC
E g N
W • I •j
s �
E
I
I �<
I
zi
i z� ;
Z _
Or-
It �
1 •�. � �< �e z�
W _
IN I 17L v
6F
Q
I
I
gm3M3g'nM Q W"M
N
s
s s � F' � f :•• i �
> a
fit
/ C !
fill,
CP
t
� � 1
C
Q
i
t �
k�
a & ME $
) �§lu� § � , �
Ez! a ■E �? $
�f ■ § ; �! � ; ® =Q » ■■■� , � a| �
\��o § § s� |
■i ��! �§ �22I - k � � e ■§ % 7■ i
) I aw i t § k
2 $ b
&|
[ � ! � . s �� . ■ �|,
_ I LL �i■ ` |
■ |�
K
■ K fill
. `
K _
§
� � $
� � @
v �
E |
<
� � tI : � ■§
k ■ § � [E . % 2
Z ■
w
■ R § § §
; § !
. ■� . . . ■
<
Kkk �
0
�
|
§
0
§ $ � u B
§
� lu
§
E § .
__�As_
o
vF� ��o ft�� •
` •w Z N �C�j' Y of
Ov{�1 sic d f1 6 d
'4 E5 x Z�i� gg 7
Z dZ
J
to x V►'
NY&CM way b
� l
h
b
4
m
t
ap N
t
=`or
Y
OV_1UL 4 1
qt!Z i
io
FR I
ull
hIC
p%V i iiaT6
J-z .►-s
t-1 J-1 �
s
J•> J-1
�-a
J-J
V=J
b
>r �
_ - - - - - - b
r
J-21
VWM)MM JA WAVW
so ac
_ '
Y <g' i o i
= w
Om_v
p S f
J�d' CEPS x p�
�
sav v.asdm3 =p e
s sons.U NM a E-_< _
�-z V-s a
Be
t
�•zl
8 lw
-� ,
h son a asara
'} i--i =-!
-- b O
It i
• i �t�1L' , . -��1 � ����_ ; tI �� tltt_ II _) Itt t�-� : t IIi � � � I � ,;W
=} r
�•y J-y � b
J-! J-! .0-9
r
b
n N6 N
V��r�1 �'ggN'O 1n = O
CvF �� yd j
N ��g a
°� O u W o b 4
' 'r'• f Q`' x m_p
b �
,.Q
i
i
,y <
b
h
vxms xavw Ae►wrvta
APPENDIX C-PSE PLANS CITY OF RENTON
1
APPENDIX C
PSE PLANS
Puget Sound Energy
Electrical Relocation Plans
Maple Valley Highway(SR 169)
Cedar River Park Access
City of Renton
June 2005
101018442
FS
a g
��<.
C� {�
toff
! W W & " b
! _ " x Ix
pill #t
s err4
ji
Biro a
R � �� � i �� � •r�
-M.r
pO X s
tie N C)� a:..:.. ,•�
43 N
....... L�9
23 cc
U-1,IM
i I pill, < 3 ro p CIJ
jj�j 14 , rn
3 yy x U*)
iL N 3A N3oyvo
� HIM �
to
M
R x Cp4l
b OZ
1
co
WN
x Fill
�cc .
�J s
f i
$ §
k x � §ill
� � I
"Mmom %Now or.... MOMM ftw. :' %Now" a..... ....n rw.r w..w `..nr ".■r Imoom r u." em w ...w ...rf
II
lei
"I Jill
I W i
IL
tai
1 153
III I [IT
It
I., jr,
1E
iii
o o
q�
g >
W W
Z
� 3 � p�4 � 1W11 WW
HE
pZ �v yRF� J ZpN W
I � Ir�g QV JMN y�y� CUW ZN� m
r
ffl aoN ndN�Z z1AJ
Ix
-i�. < �I`� qzz t;t;yZZ `220 <2Z2 < 2 < C7 < ZW� ~Zi 1lJ FW
}y}a' 8B8 LL
A.
1 00
- -- �� 1? &� m O
0
\ � s
�1
' I
w x
I � u a
�S{
1 '
r
M ows� NNW wapamw %"NNW N� *BUONyl monew somomw %WNNW am~ owwmf >row umoww ingow moolo %Imago elowo "NNW