Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date: U l�1 B, 2 O O2. CAG ^ 0 2- O 82.
Awarded to: (ZL Atl A Co
CMS- . K 14 6. CUP1 S CD R16.ti 1, 17 wiyAci—
r SV '5\3112, Cascap c AV1aot.rf 2t
(2,06) 422- 211 �I 9 1�8
its
ti(Y
Bidding Requirements, City of Renton ti
lat
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
N 1 v iO
City of Renton
6
CT Detention Pipeline for Wells R1, R2 & R3
and Park Improvements
PROJECT NO. WTR-27-2893
6
Volume 1 of 2
Prepared by:
RH2 Engineering, Inc.
12100 NE 195th Street, Suite 100
Bothell, WA 98011
425-951-5400
City of Renton
1055 South Grady Way
Renton, WA 98055
General Bid Information: (425)430-7200
Design Engineer Rick Ballard,P.E. (425)951-5328
City Contact: J.D.Wilson,P.E. (425)430-7295
sr
CITY OF RENTON
RENTON, WASHINGTON
tos
CONTRACT DOCUMENTS
for the
CT Detention Pipeline for Wells R1, R2 & R3
and Park Improvements
- PROJECT NO. WTR-27-2893
May 2002
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
INS
CITY OF RENTON WATER UTILITY
1055 South Grady Way
Renton, WA 98055
a
UNDERGROUND UTILITIES
ire
EQUIPMENT RENTAL
/ ? n• � • CONCRETE PAVING
.. is Company
GENERAL CONTRACTORS
9215 M.L.KING WAY SOUTH
SEATTLE,WASHINGTON 98118 AltYL,ENIVP
(206) 722-4900
as —■
FAX(206)722-2159
rlaliaco @mindspnng.com
OM
July 11, 2002
City of Renton
1055 South Grady Way
Renton, WA 98055
Re: CAG-02-082, CT Detention Pipeline Project
ATTN: J. D. Wilson
J. D.,
Following is our list of emergency phone numbers for the above-cited project:
.rw
1) Mark Baker—Foreman (206) 423-3589 cell
P. O. Box 679 (206)469-6220 pager
dr North Bend, WA 98045 (206) 722-4900 office
'""' 2) Rick Alia (206) 423-3590 cell
9215 M. L. King Way S (206) 982-7624 pager
Seattle, WA 98118 (206) 722-4900 office
3) Bill Brunelle (206) 870-2291 home
1819 Kent-Des Moines Road, B1
Des Moines, WA 98198
Thank you,
■• R. L. Alia Company
Gary J. Pankiewicz,
Office Manager
CONTRACTOR'S LICENSE NUMBER RL-ALIC*1O4PT
UNDERGROUND UTILITIES
rr
EQUIPMENT RENTAL
Ie cll. _Al a Company CONCRETE PAVING
GENERAL CONTRACTORS �
9215 M.L. KING WAY SOUTH via
‘moral
WASHINGTON 98118 A s`-h/`
(206)722-4900
FAX(206) 722-2159
rlaliaco @mindspnng.com
July 3, 2002
Be it resolved that the following individuals have authority to sign documents on behalf of R. L. Alia
Company pertaining to the contract and project known as CAG-02-082, DT Detention Pipeline for
Wells R1, R2 &R3 and/P,Improvements between R. L. Alia Company and City of Renton:
Richard L. a
ON
Gary J. P nkiewicz
Robert A. Hastings
Mark A. Baker
R. L. Alia Co pan
Richard 1. Alia,
President
CONTRACTOR'S LICENSE NUMBER RL-AL-IC*1O4PT
irr
•
•
ow
I` 4,---,,,.- � .,« j�'' ,A ii'11t M. v . i '4 OR.O - ''ti .. 1.'-.. 4�.. � J
;'�I �, .fie, #,�i. ' :( fa:,Irk'\,, y c a ...:'�`Y ;. tu^:;',',., + �,
�"' ;; REGISTERED IJ mow- ROVIDED �Y L1 t '�
r
C� t l.0 i i�l'11.+ f 1 '"��r r. a 1a" }/, � `x r:._• a
S.
SI ; r a
k N.
V r
S.
S.
wr ; L AI, COP2 n. t .` �
`I 921 "MFtTNG Y S .11:' � � �
city k. :�•'+
-
SEATTLE'WA" 98 .I8 ,.-�, ' '} R
F '
im ! i .
I
SI�' F615-052-000(8/97? w rr
--
. -
s
•
wiro
•
Mlle
Ile
M •Sill
NO
•
_ _
MO
OM
NM
MIN
NO
•
07/15/02 MON 15:47 FAX 425 430 6855 RENTON-FINANCE el 001
4 415
CITY OF RENTON BUSINESS LICENSE 2002
ILICE*514,40MBEfli1111.- g,iinEitinuigponLockaloamiligiwinl Licensee has made applic,ation for a City of
Renton business license in accordance with the
1673 7/15/2002 9215 MARTIN LUTHER KING WY S provisions of Title V, Business Regulations
Chapter 1,Code of General Ordinances of the
City of Renton and agrees to comply with all the
requirements of said ordinance. Licensee shall
further comply with and all other City Code
Ordinances,State Laws and Regulations
t• applicable to the business activity licensed. Post
R L ALIA CO this License at place of business.
9215 MARTIN LUTHER KING WY S
SEATTLE WA 98118
City of Renton
Licensing Division
. 1055 South Grady Way
1110
Renton WA 98055
•
(425)430-6851
DP 3133 12/94
•
IMO
111111
•
•
cy1/0 6
7
dm.
CITY OF RENTON
CT DETENTION PIPELINE FOR WELLS R1, R2 & R3 AND PARK IMPROVEMENTS
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
irr Summary of Americans with Disability Act Policy
Scope of Work
Site Vicinity Map
Instructions to Bidders
Call for Bids
Bidder's Responsibility Statement
*Bid Bond Form
*Combined Proposal, Affidavit& Certificate Form:
Proposal
Non-Collusion
r Anti-Trust Claims
Minimum Wage Form
*Schedule of Prices
*Responsible Bidder Determination and Pre-Award Qualifications Information- Welded Steel Pipe
*Responsible Bidder Determination and Pre-Award Qualifications Information- Basketball Court
**Bond to the City of Renton
**Contract Agreement(Contracts other than Federal - Aid FHWA)
**City of Renton Insurance Information Form
**City of Renton Insurance Endorsement Form
**City of Renton Fair Practices Policy Affidavit of Compliance
rr. Prevailing Minimum Hourly Wage Rates (New job classifications)
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Certificate of Payment of Prevailing Wages
NOP
Environmental Regulation Listing
City of Renton Supplemental Specifications
WSDOT Amendments
es Special Provisions
Record Drawings of Swimming Pool -three sheets
Construction Plans - Volume 2 of 2 of contract documents
se
Documents marked as follows must be submitted at the time noted and must be executed by the Contractor,
President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the
event another person has been duly authorized to execute contracts, a copy of the corporation minutes
OD
establishing this authority must be attached to the bid document.
*Submit with Bid
less **Submit with Notice of Award
CITY OF RENTON
Planning/Building/Public Works Department
— 1055 South Grady Way
Renton,Washington 98055
NO
rr.
+r.
..r
RESOLUTION NO. 3229
"' EXHIBIT`A'
CITY OF RENTON
"U' SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to
ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic
background, gender, marital status, religion, age or disability, when the City of Renton can reasonably
accommodate the disability, of employees and applicants for employment and fair, non-discriminatory
treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines:
air (1) EMPLOYMENT PRACTICES - The City.of Renton will ensure all employment related
activities including recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does not
rr. discriminate against women, minorities and other protected lasses. Human resources
decisions will be in accordance with individual performance, staffing requirements, governing
civil service rules, and labor contract agreements.
.r.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will
cooperate fully with all organizations and commissions organized to promote fair practices
and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN- The City of Renton Affirmative Action Plan and Equal
Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to all. It
shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer,
department administrators, managers, supervisors, Contract Compliance Officers and all
employees to carry out the policies, guidelines and corrective measures set forth in the
Affirmative Action Plan and Equal Employment Program.
.r:
(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 thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
SIP
yon Council President •
Attest:
41)
4111.25t rff
City Cle IF
3
«.r
CITY OF RENTON
SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY
es ADOPTED BY RESOLUTION NO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to as.spire
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-
e*
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services, activities and programs.
(3) AMERICANS WITH DISABILII IES 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
vie
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,
wr
this 4th day of October 1993.
CITY OF RENTON RENTON CITY COUNCIL:
-
Mayor . ` Council President
"nest:
City Clerk
ar
+rr
CITY OF RENTON
CT DETENTION PIPELINE FOR WELLS R1, R2 & R3 AND PARK
IMPROVEMENTS
Project No. WTR-27-2893
SCOPE OF WORK
The work involved under the terms of this contract shall consist of the miscellaneous demolition
of portions of a buried reinforced concrete swimming pool; miscellaneous demolition of Portland
cement concrete sidewalks, curbing, and foundations; demolition of miscellaneous asphaltic
concrete pavements; demolition of chain link fencing;removal of trees; construction of a loop of
"•' 42-inch diameter Portland cement mortar lined and coated welded steel pipe and miscellaneous
appurtenances for providing disinfection contact time; reconstruction of portions of an asphaltic
concrete parking lot; construction of a outdoor basketball court; replacement of various Portland
+• cement concrete sidewalks; relocation of miscellaneous trees; miscellaneous landscaping; and
other miscellaneous work. All work shall be performed to result in operational systems that meet
the intent of the contract plans, specifications, special provisions and other technical
specifications. The contractor is encouraged to inquire about contract intent, when the scope of
work or performance of the finished product is in question. Some incidental work is not shown.
The work generally consists of the following:
Construction of approximately 895 linear feet of buried 42-inch diameter Portland cement mortar
lined and coated welded steel pipe; includes two 42" 90 degree bends; two 42" x 24" tees; three
MP
42" x 30" access ways with concrete manholes; two air release /vacuum release valve stations;
impressed current cathodic protection system with insulating gaskets and sleeves, anodes,
rectifier, and test station; and water sampling lines and chlorine analyzer. Provide shoring and
dewatering as per specifications.
Construction of approximately 50 linear feet 24-inch diameter and approximately 20 linear feet
of 16-inch diameter ductile iron pipe to connect 42-inch diameter steel pipe to the water
distribution system; includes butterfly valves, bends, adapters, reducers, sleeves, spools and
shackle rods. Provide shoring and dewatering as per specifications.
""' Construction of two inlets and one catch basin with approximately 60 linear feet of connecting 6-
ich corrugated polyethylene piping.
"" Construction of approximately 14,000 square feet of 4-ich thick Portland cement concrete
sidewalk with crushed stone base. Construction of approximately 700 square yards of 2-inch
asphaltic concrete pavement with crushed stone base. Construction of approximately 3,000
square yards of 2-inch asphaltic concrete overlay. Construction of approximately 765 linear feet
of Portland cement concrete vertical curb.
..r
Page 1 of 2
NO
EN
_ ( -; — , /z/ ,,z ,,,7,. it
/ /
NO
\\ A
�� I I
c_ 1
a)
„. _
a = S ' d �
c5 t �\ 0 o
. 4 CL - ' / / .,
- --__
I i � I �
-- EEO � ,
-- 11111 Ek - - 'i
U i 1 �
11111111® •111111®II
.` IIIIIE NI 1111111® �\
,
i -011111110 11 , , \ K y 1 \ -7,
-
1 1111 , .�\;, , �� 1 ' 1 1 1 " / \N
.. 11111 o-c 7--7, \\,,,,\,,,\/\,
aV\L ,-)
, , , , _ ____, , , , ,
y I / AM
iii
urn
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton
City Clerk, 7th Floor of Renton City Hall, 1055 S. Grady Way, Renton, WA 98055, until 2:30
p.m., on the date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and
the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall
be submitted on the forms attached hereto.
WO
2. The work to be done is shown on the plans. Quantities are understood to be only approximate.
Final payment will be based on field measurement of actual quantities and at the unit price bid.
The City reserves the right to add or to eliminate portions of that work as deemed necessary.
3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders
shall satisfy themselves as to the local conditions by inspection of the sites.
4. The bid price for any item must include the performance of all work necessary for completion of
that item as described in the specifications.
5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event
of errors, the unit price bid will govern. Illegible figures will invalidate the bid.
NO
6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
ors
7. A certified check or satisfactory bid bond made payable without reservation to the Director of
Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall
AO 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.
es
8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as
the City may request further information on particular points.
9. The bidder shall, upon request, furnish information to the City as to his financial and practical
ability to satisfactorily perform the work.
10. Payment for this work will be made in Cash Warrants.
11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage,
- worker's compensation, public liability, and property damage) as indicated on forms enclosed
under Attachment A herein and as identified within Specification Section 1-07.18.
alp
INSTRUCTIONS TO BIDDERS - 1
The CONTRACTOR shall conduct the work in accordance with all applicable pollution control
laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and
e• 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.
•
20. The CONTRACTOR if so desires may determine existing on site features such as the thickness of
existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48
hours prior to exploration activity and shall repair all boring and exploration work to preexisting
condition.
21. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
.. specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions or other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities
�., within this project whether referred to directly, paragraph by paragraph, or not.
1. WSDOT/APWA"1996 Standard Specifications for Road, Bridge and Municipal
air 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,"
11r. "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.
NW
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.
22. Completion time. The Contractor shall be required to have the contract completed within 170
11r consecutive working days (approximately eight calendar months) from the date of the Notice to
Proceed.
1115 23. Copies of the record drawings (see "Pool Plan" and "Liberty Park Swimming Pool Renovations")
for the swimming pool, filters and piping are included in this bid package. Bidders are to use this
information in preparing their bids with regard to the demolition of these items. The top two feet
or (approximate) of the swimming pool sidewalls have been removed previously (see "Skate Park
Demolition Plan").
■r
INSTRUCTIONS TO BIDDERS -3
ONO
CITY OF RENTON
CT DETENTION PIPELINE FOR WELLS R1, R2 & R3 AND PARK IMPROVEMENTS
CALL FOR BIDS
NO
Sealed bids will be received until 2:30 p.m., June 27, 2002 at the City Clerk's office, 7th
Floor, Renton City Hall, and will be opened and publicly read in conference room # 511, 5th
e• Floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98055.
The work to be performed within one hundred seventy (170) working days from the date of
. • commencement under this contract shall include, but not be limited to:
Construction of approximately 895 linear feet of buried 42-inch diameter Portland cement
mortar lined and coated welded steel pipe; includes two 42" 90 degree bends; two 42" x 24"
tees; three 42" x 30" access ways with concrete manholes; two air release / vacuum release
valve stations; impressed current cathodic protection system with insulating gaskets and
sleeves, anodes, rectifier, and test station; and water sampling lines and chlorine analyzer.
Provide shoring and dewatering as per specifications.
Construction of approximately 50 linear feet 24-inch diameter and approximately 20 linear feet
of 16-inch diameter ductile iron pipe to connect 42-inch diameter steel pipe to the water
distribution system; includes butterfly valves, bends, adapters, reducers, sleeves, spools and
shackle rods. Provide shoring and dewatering as per specifications.
Oa
Construction of two inlets and one catch basin with approximately 60 linear feet of connecting
6-ich corrugated polyethylene piping.
err
Construction of approximately 14,000 square feet of 4-inch thick Portland cement concrete
sidewalk with crushed stone base. Construction of approximately 700 square yards of 2-inch
asphaltic concrete pavement with crushed stone base. Construction of approximately 3,000
square yards of 2-inch asphaltic concrete overlay. Construction of approximately 765 linear
feet of Portland cement concrete vertical curb.
vim
Construction of basketball court (approximately 1,170 square yards of 4-inch thick asphaltic
concrete over crushed stone base); includes four basketball goal systems, 8-foot by 20-foot
.111 double faced sports wall, and approximately 420 linear feet of 4-foot high vinyl coated chain
link fence with gate with Portland cement concrete foundation wall. Note: court acrylic
emulsion surfacing and striping is not part of this contract.
Performance of landscaping work including removal of 5 trees; relocation of 5 trees; planting
of 11 trees and 7 shrubs; placing topsoil; installing sod (approximately 31, 570 square feet);
and installing root barrier fabric.
Construction of miscellaneous lighting and electrical work including four 35-foot high
aluminum light posts with weather proof receptacles, eight light fixtures, two recessed flagpole
lighting fixtures and miscellaneous conduits, conductors and hand holes.
Construction / installation of miscellaneous items: parking lot signs and pavement markings;
"' 35-foot aluminum flagpole and foundation; four park benches; relocation of two drinking
fountains; replacement of irrigation piping, heads and control wires damaged or removed in the
course of construction of other items; replacement of telemetry conduit and conductors
damaged or removed in the course of construction of other items; removal and re-installation of
picnic tables and BBQ grill; removal and replacement of stop sign; temporary erosion control;
and temporary construction fence and gates.
IMO
Demolition and removal of miscellaneous items: portions of reinforced concrete buried
swimming pool and filtration room walls, floor, stairs and foundations;reinforced concrete fence
foundation walls; 4-foot high chain link fence and gate; Portland cement concrete curbing and
sidewalks; asphaltic concrete parking lot and basketball court pavements; swimming pool filter .rP
vessels and piping; asbestos cement water lines; and PVC sewer lines.
The Engineer's estimate for this project is $1,089,000.00,including 8.8% sales tax.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Project award is subject to available funding. NO
Approved plans and specifications and form of contract documents may be purchased from the
Planning/Building/Public Works Department, at the Sixth Floor Customer Service Counter in the NO
Renton City Hall, 1055 South Grady Way, Renton, WA 98055 for a non-refundable fee of
$50.00 ($45.96 plus $4.04 sales tax)each set plus $5.00 to cover postage, if mailed. The mailing
charge is also non-refundable. No telephone orders will be accepted. no
A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid
must accompany each bid. A 100%performance bond will be required of the successful bidder. ON
No bids will be accepted after the time and date shown above.
If a bidder has any questions regarding this call for bids or the plans holders list, please contact
the City of Renton Department of Planning/Building/Public Works, Customer Service, 1055
South Grady Way, 6th floor at 425-430-7200. Staff contact for project technical questions is J.D.
Wilson,425-430-7295 (jwilson @ci.renton.wa.us).
on
&7444A-Z-. (.(/G26 '7't- .�r
Bonnie Walton,
City Clerk
■r
Published: Daily Journal of Commerce May 30, 2002
June 13, 2002
NO
.r0
wr
NO
CITY OF RENTON
vow
CT DETENTION PIPELINE FOR WELLS R1, R2 & R3 AND PARK IMPROVEMENTS
Project No. WTR-27-2893
BIDDER'S RESPONSIBILTY STATEMENT
or
It is the responsibility of each bidder to ascertain if all of the documents listed on the enclosed
Contract Document Table of Contents are included in their copy of the bid documents.
OW
If documents are missing, it is the responsibility of the bidder to contact the City of Renton and
to obtain the missing documents prior to bid opening time.
OW
ION
err
WO
OW
WO
rw . ,
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, o 01111r4a' in the amount
of$ 5 /o which amount is not less than five percent of total b'
Sign here
Know All Men by These Presents:
That we R.L. ALIA COMPANY , as Principal, and
err
TRAVELERS CASUALTY AND SURETY COMPANYas Surety, are held and firmly bound unto the City of
OF AMERICA
Renton, as Obligee, in the penal sum of FIVE PERCENT (5%) OF BID AMOUNT---
11P Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for CT
Detention Pi'eline for Wells R1 R2 & R3 and Park Ina•rovements according to the terms of the
proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give
bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the
Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the
deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be
and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as
penalty and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 27TH DAY OF J- , 2002.
R.L. ALIA COMP 'Y
Principal
VIP
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
rety DEANNA M. MEYER
ATTORNEY-IN-FACT
+rr
Received return of deposit in the sum of$
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
wr . ( FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
ow 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: Victor E. Parker, Tim Church, Carl Newman, Peter H. Hammett, Pamela Nelson,
Deanna M. Meyer, Karen P. Dever, Barbara R. Johnson, Charles A. Szopa, Shauna L. Henry, Jill Wallace, of Bellevue,
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
rr• 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.
VOWED: That the Chairman, tho 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
Imo 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 he 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
r 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.
rr
Or (1 1-00 Standard)
iii
alli
II 1
puotd `tielaioes ;uelsissy ��,to • A-4 q0.0 ' T,,�� , ., ti.
uosuegor •w uo� S"''= `'�t, x o NNOO ( + ./
�/f A8 ° 2'861,€ c� 'ado1�rH D '\...✓ e •
�J v `boa,�p N
r� V4rnSV7 bs ANY AID+C� 112\,......."
.?413411$ iii
.ZOOZ ` aNnr iiii
JO 1c1P HI L Z snit palIQ lnouoauuoj jo aims 'wpm{jo AID am ut `AueduioJ ag13o a°no auioH ail 1e paivas puu pau5'is
.aozo;ut mou an `A1uoglny jo aleoiJtuaJ am ui quo.;
1as su `sioloa.nu jo spiuog ag1;o suoilniosa21 2utpuuls am imp `alouuaqunl puu !polo/tat uaaq 1ou seq puu aozol ip3 ui suisutai 1i
1c uoglny 3o aleomuap puu Aauiolly Jo Iamod pagoelle puu 2uio2aloj 3111 lugl iUIZggJ AgH2i3H OQ `lnoiloauuo3 3o ale1$ am
jo suotluiodioo Nom`ANIVdIAIOR AI IVRSVJ NO.LONIIIARIVA Pug ANVdIAIOO A,Ld2IRS QNV ArIVIISVD S2II'uAVm
`VJRIHIAIV JO ANVdIAIOJ A.L 1W1S QNIV A1'IVRSVR S2Ia13AVWLL JO SigPaaaS luels!ssy `pau2!saapun am `I
tie
g.LVJIdI.LJIg3
uii
lineai;al•3 aue j
o!Ignd tieloN 9002 'OE aunt saJ!dxa uo!ss!wwoo cw
4 1 044 * U
crirl7Talf . °D r:/.\t'A)01 i4INVII 1
111'0
ii
joa.zagl suoilniosa i 2uipuel$am iapun aoi jo iaq/siq;o,Cluoglne
Aq suor uiodioo am jo jiugaq uo luaunuTsui pies am palnoaxa aqs/aq 1eg1 puu `spas aluiodtoo qons aie luaum.ilsut pigs am 01 paxt ie III
was am Imp 'suotluiodioo pies jo spas am snnou)i aqs/aq 1eip `luaum.usut anoge am palnoaxa gonim puu ui paquosap suoiluiodioo
DIP ANVdJAIOO A1'IVRSVR NO.LON HARIV I Pug Al VdIAIOO A.LMIfIS QNIV ArIVIISVD S2Ia'IdAVII.L VJRIaJ1Iy
10 ANMVdIAIOO AJ DIRS QNV A.LIVRSVO SUIa'IaAVILL Jo luapisaad aa!A aotuaS Si aqs/aq Will :Aus puu asodap pip `UJOMs irk
Ainp aui Aq Wutaq 'own `umouni aui 01 NOSdIAIOHI 'M 3021030 amp AiieuosJod oui mom ZOOZ IudV jo /Cup 8161 sup u0
Oil
Iuapisaid a3IA aoivag '�, F'q �QP�� rq�L ,„0......--,,r
uosdwogl 'M a6Joa0 a i o
�(g � Z 8 6 Iu ai � 'ado�rH y ��' NN00 2 ii
?� kbosaYP � bos y° o��..... fy^F�
1rnsvo Nib,A11''' b4"644
MIOdI IVH AO A.L■I1OD
A
Iii
NVdIA103 AI1VRSVD KoioNIIIARIV3 pso31igH ss{
ANIVdN[O3 A1d2I[IS(INV A.L'IV11SVD SII3'IHAVII.L
V3RI3WV.10 ANiddIAl03 A1RMS QNIV ArIVIISVD S2Ia'IIAV2LL IflDI.LJHNNOD AO H.LVIS
a
'ZOOZ iudy Jo JuP'116I sigl paxi p oiaiaq aq 01 spas amodioo_nom puu luap!saad aa'A aotuas.itagl ifq pauSis
aq 01 luaumilsui sill pasnuo anug AAIVdIAIOO A1'IVRSVO N1OIONIIIARIV3 puu ANIVdWOJ A.L32I11S QNIV AITVRSVO iiiii
SWII13AVULL `V3RI3IAWV JO ANVdIAIOO A.L3IIfIS QNV ArIVIISVO SII3'IJAVII.L `d032IaHM SS3N.LIM NI
iii
L
CITY OF RENTON
WTR-27-2893
(Project Number)
LCT Detention Pipeline for Wells R1, R2 & R3 and Park Improvements
(Project Name)
PROPOSAL
LTO THE CITY OF RENTON
RENTON, WASHINGTON
LLadies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and
Lthoroughly 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.)
LThe undersigned certifies and agrees to the following provisions:
NON-COLLUSION AFFIDAVIT
hi Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or
bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person
Lnot therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the
foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from
bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other
person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and
Lall claims for such over-charges as to goods and materials purchased in connection with this order or contract,
except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation,
or other event establishing the price under this order or contract. In addition, vendor warrants and represents
Lthat such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the
aforementioned exception.
AND
L
L
L
I
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance
of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the
performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of
wages as specified in the principal contract: that I have read the above and foregoing statement and
certificate, know the contents thereof and the substance as set forth therein is true to my knowledge andll
belief.
FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO
PURCHASER AND MINIMUM WAGE AFFIDAVIT
R. I. 4L,4(4 (c)fl)/�
Name of Bidder's Firm
Printed Name R Cf?1,2U .
Signature ��--
Address: 42./5 41• K.,v ct/ S.
ti 9y
Semtr, (J4 y 8/ii
. .•es of Members of Partnership:
OR
Name of President of Corporation /1 c L 4 6/9
Name of Secretary of Corporation /Fo,Bc7LT 4 . /iqs;i•vg 1'
Corporation Organized under the laws of "" �f 414 rte'
92 I 47.c.. KM/4 KM/�
With Main Office in State of Washington at Sc'R ')4 7.f/fff
Subscribed and sworn to before me on this ,Z 7-k day of N 2002. ,
e�� Notry b lic in and for the Sate ashington,t• . i
9/tp: Notary (Print) F J /94.lKrc 007ARy
My appointment ex Tres: I-fir-o 3
v'••9 AO B1 ' O f
L . . CITY OF RENTON
P/B/PW DEPARTMENT
(Schedule of Prices)
CT Detention Pipeline for Wells R1, R2 & R3 and Park Improvements
(Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words
and figures and where conflict occurs the written or typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
JO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
Perform all work as specified as shown herein related to
1 1 Mobilization, Demobilization,Site Preparation and Clean-up
Lump Sum $ s r y .SF II-w -r s.4,46 67.
per Lump Sum (words) figures
Perform all work as specified as shown herein related to
2 1 Reinforced Portland Cement Concrete Removal and Disposal
—
Lump Sum $ —raj L✓E -ffCJt x4440 /2.000— /2,000
per Lump Sum (words) figures
Perform all work as specified as shown herein related to Non-
_
3 1 Reinforced Portland Cement Concrete Removal and Disposal
Lump Sum $ ONE --7i4.,usq.,4m / -- i
f,000
per Lump Sum (words) figures
Perform all work as specified as shown herein related to
Unscheduled Reinforced Portland Cement Concrete Removal
4 2,000 and Disposal
Cubic Yard $ I-1 F:'e& t` �' , 3v'000
per Cubic Yard (words) figures
Perform all work as specified as shown herein related to
Unscheduled Non-Reinforced Portland Cement Concrete _
5 415 Removal and Disposal 7 .--- 2. 90s-90s"
Cubic Yard $ S'e cW
per Cubic Yard (words) figures
Perform all work as specified as shown herein related to
6 1 Asphaltic Cement Concrete Removal and Disposal A0 000 /U,000
Lump Sum $ '1—&- i—7-4044.s-.4.46
per Lump Sum (words) figures
Perform all work as specified as shown herein related to
Unscheduled Asphaltic Cement Concrete Removal and
7 615 Disposal �-- j1 27 6 7s
Cubic Yard $ A 1 r v ,-
per Cubic Y rd (words) figures
Perform all work as specified as shown herein related to
8 1 Fencing&Miscellaneous Item Removal&Disposal
tar-AD 000
Lump Sum $ E,61 f�j1 aS"D
per Lump Sum (words) figures
LPage 1 of 4
L
CITY OF RENTON
P/B/PW DEPARTMENT
(Schedule of Prices)
CT Detention Pipeline for Wells R1, R2 & R3 and Park Improvements
(Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words
and figures and where conflict occurs the written or typed words shall prevail.)
ITEM' APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. 1 QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
Perform all work as specified as shown herein related to
9 1 Miscellaneous Site Work
Lump Sum $ EN f�E mtlitE, /bat 7pq.s q.D /0Y.vov /o>L,,0c0 1
per Lump Sum (words) figures
Perform all work as specified as shown herein related to
10 1 Miscellaneous Excavation
/1,o tars 12. O oo
Lump Sum $ .i.al EGVE -/1o<. sik4D
per Lump Sum (words) figures
Perform all work as specified as shown herein related to
11 50 Unscheduled Excavation _
—
Cubic Yard $ 2,2) /1000
per Cubic Yard (words) figures
Perform all work as specified as shown herein related to
12 1 Miscellaneous Backfill 3 000 3 000 —
Lump Sum $ tffi2EW 77/01/-5"40
per Lump Sum (words) figures
Perform all work as specified as shown herein related to
13 50 Unscheduled Backfill 7-0,
4000
Cubic Yard $ !741
per Cubic Yard/ (words) figures
Perform all work as specified
as shown herein related to
14 1 Landscaping tt
Lump Sum $ St E/G eloi1 - l t-000
per Lump bum (words) figures
Perform all work as specified as shown herein related to
15 1 Trench Excavation Safety Systems and Shoring 5:00D— 5700U
Lump Sum $ Frt/E(tei-ottSy4Adi
per Lump Sum (words) figures
Perform all work as specified as shown herein related to
16 1 Traffic Control,Site Safety and Aquifer Protection 25,003
�- p�Sc OCaD
Lump Sum $ /LtT/ �t VE % c/s,4AtD
per Lump S(um (words) figures
I
Page 2 of 4
, CITY OF RENTON
• P/B/PW DEPARTMENT
rrri (Schedule of Prices)
CT Detention Pipeline for Wells R1, R2 & R3 and Park improvements
(Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words
y and figures and where conflict occurs the written or typed words shall prevail)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts.
illPerform all work as specified as shown herein related to
17 1 Utility:42-inch Diameter Steel Pipeline and Appurtenances
Lump Sum $"7 /-4,040/260 El' J VeMy 7Nv,r4Afa 37"tkx) ,370,aco"`
1 per Lump Sum (wads) figures
Perform all work as specified as shown herein related to
18 1 Miscellaneous Utilities 7 000 ` '7 Utlo
Lump Sum $ SEV Tis*'.n
per Lump Sum (words) figures
Perform all work as specified as shown herein related to
li
19 1 Irrigation System��//
i'00 700 —
Lump Sum $ A!/'IF lit vh, Er
per Lump Sum (words) figures
iiiPerform all work as specified as shown herein related to
20 1 Parking Lot and Driveway >/ 3e, o S - ifs;Soo
Lump Sum $ , „,„7 +cis,'L r(✓E,464L
I, per Lum Sum (words) figures
Perform all work as specified as shown herein related to
21 1 Basketball Court �-- 1�
Lump Sum $ t'�p ONE Ho Ufmv° , vE •roDkla 7/st�7 �}� S-v
Iper Lum Sum (words) figures
Perform all work as specified as shown herein related to
ir 22 1 Electrical
Lump Sum $ i �;/-ows-4',j ' 2,,OGp 00O
per Lu�um (words) figures
to
fii Perform all work as specified as shown herein related to
23 1 Telemetry and Chlorine Monitoring System Modifications
Lump Sum $ 1 /I /f�it,�+(4N I i
/U,©tom /0,000
iii per Lump Sum (words) figures
L
Page 3 of 4
L
CITY OF RENTON
P/B/PW DEPARTMENT
(Schedule of Prices)
CT Detention Pipeline for Wells R1, R2 & R3 and Park Improvements
(Note Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit
prices in both words
and figures and where conflict occurs the written or typed words shall prevail.)
ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
NO._ QUANTITY (Unit Prices to be Written in Words) _ Dollars Cts. Dollars Cts.
_
Perform all work as specified as shown herein related to
24 1 Construction Surveying
Lump Sum $ FIX Ktlroe IWO r,S s---47a -in
per Lump Sum (words) figures
Perform all work as specified as shown herein related to As-
25 1 builts.
Lump Sum $ Ten thousand dollars and no cents. $10,000.00 $10,000.00
per Lump Sum (words) figures
•
Subtotal '?7 ?8b --
8.8%Sales Tax 77 /78
Total
�7g/7C
Page 4 of 4
• t
City of Renton
CT Pipeline for Wells R1, R2 & R3 and Park Improvements
Addendum No 1
June 25, 2002
To All Plan Holders:
You are hereby notified of the following changes, deletions, additions, corrections, and
clarifications to the plans, specifications, and other documents comprising the contract
documents for the City of Renton CT Pipeline for Wells R1, R2 & R3 and Park Improvements
project.
Specifications
Change the first sentence of paragraph 9-30.1 (4)C.1.(a)of the Special Provisions to read:
"All steel pipe fittings shall be furnished by manufacturers who are fully experienced, Steel Plate
Fabricators Association (SPFA) or Lloyds Register Quality Assurance, Ltd (LRQA) certified,
reputable,and qualified in the manufacture of the products to be furnished."
Clarifications /Answers to Miscellaneous Questions Asked by Bidders:
Question: "Please clarify Special Provision paragraph 9.30.1 (4) C.3.d, Flanges." Answer: For
pipes and appurtenances with diameters 4-inch through 10-inch, inclusive, flanges shall be in
accordance with AWWA C207 Class D. For pipes and appurtenances with diameters 12-inch
and greater flanges shall be in accordance with AWWA C207 Class E or F.
Question: "Are stainless steel bolts and nuts required for the 30" welded steel flanged tees?"
Answer: Either stainless steel or carbon steel bolts and nuts may be used to attach the blind
flanges to the 30"welded steel flanged tees.
Question: "What geotechnical information regarding the construction site is available?"
Answer: See the attached pages, "Geotechnical Information & Recommendations for Project
WTR-27-2893,CT Pipeline for Wells RI,R2&R3 and Park Improvements."
L
Page 1 of 2
L
Change to Bid Opening Date:
The bid opening date remains the same.
This Addendum No. 1 forms a part of the Bid Documents and modifies the original Bid
Documents dated "May 2002", as noted above. The Bidder shall acknowledge receipt of this
Addendum in the space provided below and return this Addendum with the Bid. Failure to.09, L;94.
comply with this requirement may render the bid non-responsive and may cause its rejection.yJo Wilson,P.E.
Project Manager
Received and Acknowledged:
/2e. AczA
Contra
By
J Cvt
Title
-aJ- 02
Date
Page 2 of 2
Geotechnical Information & Recommendations for Project WTR-27-2893, CT
Pipeline for Wells R1,R2 & R3 and Park Improvements
A. SUMMARY OF GEOTECHNICAL INFORMATION AND RECOMMENDATIONS (EXCERPT
FROM RH2 PROJECT DESIGN REPORT FOR CT PIPELINE FOR WELLS R1, R2 & R3
AND PARK IMPROVEMENTS,AUGUST 2001)
The City provided the following three sources of geotechnical information for our review:
1. Geotechnical Report, Henry Moses Pool, Liberty Park, Renton, Washington, by Terra
Associates, Inc dated May 5, 1995.
2. Demolition of Henry Moses Swimming Pool and Bathhouse, Renton, Washington, by
Bergquist Engineering Services dated March 21,2000.
3. Boring Logs from Emergency Well EW-3 (June 1999) and Monitoring Well MW-18
(February 1998)provided by the City of Renton in January 2001.
Summary of the three sources of information are provided below:
1. In 1995, Terra Associates was asked to perform a geotechnical investigation of the
Henry Moses Pool area to determine the cause of the recent settlements that have
occurred at the site In April 1995, four borings were drilled in the vicinity of the
6 swimming pool. Three borings were around the perimeter of the pool and one was
drilled through the bottom of the pool. Boring 1 extended to a depth of 18.5 feet below
ground surface. Borings 2 through 4 extended to a depth of 19 feet below ground
surface. It should be noted that the ground surface elevation of boring 2 is located 5 feet
below the ground surface elevation of the other 3 borings. All borings encountered
approximately 13.5 to 16 feet of loose silty fine to medium alluvium sands underlain by a
dense to very dense silty to sandy alluvium gravel. Boring 4, located on the northwest
corner of the pool, encountered a 3-foot layer of loose to soft brown silt at 5 feet below
grade. Boring 3, located on the west edge of the pool, encountered a 1.5-foot layer of a
medium stiff clayey silt at approximately 12 feet below ground surface. Terra did not
indicate whether they believed these silt layers were fill material or native stratum.
Groundwater was not encountered during any of the borings. Terra concluded upper
portions of the loose silty sands are native earth used as backfill during the construction
of the pool in 1953. According to Terra Associates, the static water level in near-by
production wells is 27 feet below existing grades. The reported drawdown of these wells
is approximately four to five feet. This drawdown would only occur in the dense
gravelly material.
Terra believes that the pumping of the production wells did not cause the settlement at
the Henry Moses Pool. Terra believes the pool cracking and joint separation has been a
progressive failure caused by the settlement of the loose underlying sands. Once the
pool cracked from the initial settlement, the water leaking caused the settlement of the
loose sands to increase. Settlement was greater at the north, shallow end of the pool
than at the south, deep end of the pool.
Terra recommends excavating the loose sands and recompacting the sand in loose lifts
not exceeding 12 inches. The sand will need to be dried out due to the high moisture
content. If drying of the sands cannot be performed, granular structural fill must be
used to backfill the excavation.
Page 1 of 3
L
2. Bergquist's report provided the City of Renton recommendations for the preparation
and backfilling of the excavations resulting from the demolition of the Henry Moses
Swimming Pool and Bathhouse.
Bergquist recommended the deep end of the pool be scarified to a depth of 10 to 12
inches; moisture conditioned and then compacted to at least 90% of the maximum
laboratory density as determined by ASTM D1557. Once the deep end has been
compacted, material excavated from the shallow end can be placed in the deep end in
loose lifts not exceeding 10 inches;moisture conditioned then compacted to 90%. Once
the shallow and deep ends are at the same elevation, the shallow end should be scarified
to a depth of 12 inches;moisture conditioned and compacted to 90%.
The remainder of the pool is recommended to be filled in with imported soils (as
described in the report) not exceeding 10-inch lifts and compacted to 95% of the
maximum laboratory density as determined by ASTM D1557. The upper 5 to 6 feet of
the swimming pool footprint should be compacted to at least 95%.
Bergquist recommended the entire skateboard park lie within the footprint of the old
swimming pool,to prevent any future differential settlement.
This Bergquist report referred to a geotechnical report prepared by Bergquist
Engineering Services dated February 28, 2000. A copy of this report was not provided.
3. The City of Renton provided two well logs. One well log is from emergency well EW-3
drilled in June 1999. This well is located approximately 100 feet southwest of the corner
of Bronson Way N and Houser Way N. The second well log is from monitoring well
MW-18 drilled in February 1998. This well is located approximately 200 ft north east of
the proposed parking lot area.
EW-3 was drilled in June 1999. The drilling log shows 11 feet of soft brown silt with fine
sand underlain by 8 feet of dense gravel. The static water level was encountered at 20
feet below surface elevation. This static water level of 20 feet below surface elevation is
within a few feet in elevation of the static water level of the production wells located
near the river.
MW-18 was drilled in February 1988. The drilling log shows approximately 20.6 feet of
silty fine to medium sand grading down to gravelly sand. Underlying the sandy unit is a
6-inch thick layer of silt overlying silty sandy gravel grading to clean sandy gravel. The
static water level was encountered at approximately 30.5 feet below top of casing. The 3
static water level at MW-18 is found at an elevation significantly lower than the other
wells (approx. 13 feet below EW-3 and 10 feet below the production wells). 3
RH2 Comments and Recommendations:
After reviewing the geotechnical information provided,we are unaware to the extents of
the area the loose sandy fill occupies. Because soft sandy material was encountered
1
during the drilling of EW-3, it may be safe to assume this material will be found across
the entire site. If this material is not thoroughly compacted settlement may occur if
subjected to different loading conditions. It is recommended that the loose-soft sandy
material be excavated and recompacted to a firm and unyielding condition in areas of
construction. If adequate compaction cannot be achieved,imported structural fill may be
needed.
Page2of3
It appears that there is a potential for differential settlement caused by loose native soils,
poorly compacted fill, long term leakage at the pool, and the presence of concrete
structures below grade. These existing conditions make the soil conditions at any given
point on the site impossible to predict. We do know that the pool was not removed, as
suggested in the existing soil reports, and that a portion of the proposed pipe alignment is
over the pool. We therefore recommend that the trench section through the pool be over
excavated as required to remove the concrete below the proposed pipeline. In addition, a
Geotechnical/Civil Engineer should be onsite to evaluate the existing soil conditions in
the trench during construction to insure that the native materials and the imported backfill
are properly compacted for supporting the pipe.
L
L
L
L
L
r
L
L
L
Page 3 of 3
L
JUN-27-2002 09:55 CITY OF RENTON PBPIJ 425 430 7241 P.02/04
+wr
City of Renton
CT Detention Pipeline for Wells R1, R2 & R3 and Park Improvements
Addendum No. 2
June 27, 2002
To All Plan Holders:
You are hereby notified of the following changes, deletions, additions, corrections, and
clarifications to the plans, specifications, and othcr documents comprising the contract
documents for the City of Renton CT Pipeline for Wells R1, R2 & R3 and Park Improvements
project.
tow
Bid Documents
Submit the attached Subcontractors List with the bid (or within one hour of the published bid
submittal time).
e` Change to Bid Opening Date:
The bid opening date remains the same.
This Addendum No. t forms a part of the Bid Documents and modifies the original Bid
Documents dated "May 2002", as noted above. The Bidder shall acknowledge receipt of this
Addendum in the space provided below and return this Addendum with the Bid. Failure to
comply with this requirement may render the bid non-responsive and may cause its rejection.
L;St.
J D. Wilson,P.E.
Project Manager
r
Received and Acknowledged:
rr
Contract
,err 4f,
By
�cr
Title
Date
rr
.• Page 1ofl
CITY OF RENTON
CT Detention Pipeline for Wells R1, R2 & R3 and Park Improvements
Project No. WTR-27-2893
RESPONSIBLE BIDDER DETERMINATION
AND PRE-AWARD QUALIFICATIONS INFORMATION-Welded Steel Pipe
Name of Bidder: /f? L, AL(/4 (049/6'4°
Address of Bidder: 902-/5 /'7.G. K N4 c4IAy S. SE/07r fcfl
Contractor License No. RLoQL,rtrc'Mr Contractor's State Tax No. 6 600 013,7r
Bond Registration No. Department of L&I
Worker's Comp.Acct.No.
3 }43. o S!/-00
List business names used by Bidder during the past 5 years if different than above:
A/0alet"
Bidder has been in business continuously from /7 7/ (Year)
Number of projects completed in the /°°7.' ahead of schedule 0A- on schedule
past 5 years -0- behind schedule
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for 2 7* years.
As a subcontractor for years.
List the supervisory personnel to be employed by the Bidder and available for work on this project(Project
Manager,Principal Foreman,Superintendents,and Engineers):
Name Title How Long with Bidder
�MMCM1{lp L 11c,4 t)w.�e-A/Ri2E SlneWr ,27 .,t YE/M-3-
//l''l eAKoL. PErLr Ali*AthEer
L
L
Page 1 of 3
. 1
List all those projects, of similar nature and size, completed by Bidder within the past 5 years. Include a
reference for each. Any attached preprinted project listing must include all this information.
Project Name Year Diameters Contract Contracting Contact Name&
Completed &Lengths Amount Agency Phone Number
of Pipe $$$ and Location
B STRea:r Se /777 3t;2 " 3 30„,,„30
- /°,t=/u l"oau f e�f�9/n•yl o bw
tzs3) 7 q'' 3 o yc.e
9g- 4150,nu — / •7Z// H ?/kE VAS t a vS 3 / V t ot/S
2.2&3,av C,711 c F E VERr-17 Pas-) 257-.''9 Z,8
Co,9. u2 -ur,t/'Y rnR. FL-74014 LA-.(46k.1
COAraunRr) Pay:. /9 9f 4 ./g,' jaao,t?w- {
Di,s772tcr (419 8 z7_wry
5.etvEn- /9f? )i /,oa).: j S"c.t>s✓&l R.gA,✓ 73 aE BA-ko.,
fti4.Ar:E7nevrf Zoo' VAttotel 2.ok.v.: SEU/ 1 ASTit«r (2oto)24/z-"cis"
SA.10MomisN /??9 _ AiDirt, l-�0 11,4 4 2 -
Ait z,;Oe 3? 750.oc 4.414 Disrm..r Nag) 8bt/-/fo*u
S"ctAlnly ,3/4.(5 S' emews// yLi^ ,.:aE7
/M 77/1- 7-c)0,3 VMtuVj A3A) z, Mt"$1 25) 3P'2-(o z Se, ii
(.t��7�,"/19eQr/t/ '��2-r i (zoo 6!s ..f s-LS`
4r 4 - C,7/ c -/ $12ANRr MARS
SflatleJTT 3/A moo/ 3k, 2,goo:xr)0 An/Aro"Er ('2-r) &/—//oa
C'teitwa rN •1 /�.00(7Jt70 DE (4)00D 6(l41 . A9'yV (.(,//C.(.•nmS
p(PPL-1/J Pito6,2ES r� t' .s7 21 i T C,ob) 66g-69/(0
List all projects undertaken in the last 5 years that have resulted in partial or final settlement of the Contract
by arbitration or litigation in the courts:
Total Claims Amount of
Contract Arbitrated or Settlement of
Name of Client and Project Amount Litigated Claims
C i C/. -et G(r/t e/ D/Si '/C1
WA,Enma,A/ /em.&E//tevr f/oaJ.c 300.00Q— 2so, —
„Sa}'7fl.E ttbusnim 4t-info ,r y
iivt-iy Pogi .151--a :c`4)" 570.o 22S,000'
I
Has bidder ever failed to complete a contract? AI0 If yes,give details
Has Bidder ever found guilty of violating any State or Federal employment laws? 410
If yes,give details:
Has Bidder ever files for protection under any provision of the federal bankruptcy laws or state insolvency
laws? AO If yes,give details:
I
Has any adverse legal judgment been rendered against Bidder in the past 5 years? If yes,give details: AJO
I
Page 2 of 3
, ,,,,„
. . .
L , .
Has bidder or any of its employees filed any claims with Washington State Workman's Compensation or
other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years?
AtO If yes,give details:
Date Type of Injury Agency Receiving Claim
L „.
` . „„,,,,,
----„,,,,,_ ...
,,
,...
L
Submit proof of adequate financial resources that would be available to the bidder for the completion of the
work hereunder. Such information shall include certification by the principal financial officer of, or an
independent accountant for, the bidder stating that the bidder has adequate financial resources for the
prosecution and completion the work called hereunder. 5--Zc' 4-r-Ac-
The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the
best of his/her knowledge. The undersigne utho ' es the City of Renton to verify all information
Lcontained herein.
Signature of Bidder ( T7
Title: PAS--/PeWr Date: ‘°-77—OZ-
Subscribed and sworn to before me on this 02-7 day of 'Ile./e- , 2002.
Notary Public
6:........e.i nd for the State of Washington
L ‘ \\k�Z11w i l s 11iiie,
�.�� '` �,;ia�� �e �'., Notary (Print) �/ .7, /, IEw' z
t �7Y' 0 Residing at k1 N1 Co.,*-7./
�'�' kITITARy �`� My appointment expires: <9 -Ls-°o.j•
L _. :. .. . _
-, :, e c
,,, Zi
? �
`i,,.9' . 25 Z ``�,, `fi� • . �•L
/"iipWAStk „.,
t \
L
L
L
Page 3 of 3
._,
UNDERGROUND UTILITIES
'
n n EQUIPMENT RENTAL
le. / 'n _Ak a Company CONCRETE PAVING
GENERAL CONTRACTORS `�, Q�
9215 M.L.KING WAY SOUTH �� ►�
y� SEATTLE,WASHINGTON 98118 ��% 7,1■P
(206)722-4900 w,�
FAX(206)722-2159
•
rlaliaco @mmdspnng.com
irr
June 27, 2002
City of Renton
1055 South Grady Way
iss Renton, WA 98055
Re: CT Detention Pipeline for Wells R1, R2 &R3 and Park Improvements
To Whom It May Concern,
I have been the controller for R. L. Alia Company since September of 1982.
By this letter, I certify that on this date, June 27, 2002, R. L. Alia Company has adequate financial
resources for the prosecution and completion of the work called for on the above-cited project.
do
Thank You,
R. L. Alia Company
Gary J. Pankiewicz,
Controller
CONTRACTOR'S LICENSE NUMBER RL-AL-IC*104 PT
+rr I ,
CITY OF RENTON
CT Detention Pipeline for Wells R1, R2 & R3 and Park Improvements
Project No. WTR-27-2893
RESPONSIBLE BIDDER DETERMINATION
AND PRE-AWARD QUALIFICATIONS INFORMATION—Basketball Court
Name of Basketball Court Subcontractor: SSE Ark". #14 AT 1'r I VE2S
Address of Basketball Court Subcontractor:
Contractor License No. Contractor's State Tax No.
Bond Registration No. Department of L&I
Worker's Comp.Acct.No.
List business names used by Basketball Court Subcontractor during the past 5 years if different than above:
Basketball Court Subcontractor has been in business continuously from (Year)
Number of projects completed in the ahead of schedule on schedule
past 5 years behind schedule
Basketball Court Subcontractor has had experience in work comparable to that required for this Project:
As a prime contractor for years.
As a subcontractor for years.
List the supervisory personnel to be employed by the Basketball Court Subcontractor and available for work
on this project(Project Manager,Principal Foreman,Superintendents,and Engineers):
Name Title How Long with Bidder
Page 1 of 3
L
List all those projects, of similar nature and size,completed by Basketball Court Subcontractor within the
past 5 years. Include a reference for each. Any attached preprinted project listing must include all this
information.
Project Name Year Types& Contract Contracting Contact Name&
Completed Sizes of Amount Agency Phone Number
Sports $$$ and Location
Courts
List all projects undertaken in the last 5 years that have resulted in partial or final settlement of the Contract
by arbitration or litigation in the courts:
Total Claims Amount of
Contract Arbitrated or Settlement of
Name of Client and Project Amount Litigated Claims
Has bidder ever failed to complete a contract? If yes,give details
Has Basketball Court Subcontractor ever found guilty of violating any State or Federal employment laws? _
If yes,give details:
Has Basketball Court Subcontractor ever files for protection under any provision of the federal bankruptcy
laws or state insolvency laws? If yes,give details:
Has any adverse legal judgment been rendered against Basketball Court Subcontractor in the past 5 years?
If yes,give details:
Page 2 of 3
Jun 27 02 03: 49a p. 2
.r •
CITY OF RENTON
CT Detention Pipeline for Wells RI,R2& R3 and Park Improvements
Project No. WTR 21-2893
RESPONSIBLE BJPDP.R DETERAINIATION
. .1 . . AW 0 40,.. . .t;► ... ON • O .0 . • - •
IN .
Name of Basketball Court Subcontracts: ,yo 7 /n' . /�&r'7't? _! '((2
IMP
Address of Basketball Court Subcontractor: •4/(-70C S
K rl, (-U/--1 qp r
Contractor License No. 6/79/2z ')7XJ Contractor's State Tax No. C O /C' l3
"' Bond Registration No Department of ICI
Worker's Comp.Acct.No.
as
List business tames used by Basketball Court Subcontractor during the past 5 years if different than above:
4/
Basketball Court Subcontractor has been in business continuously from /2J.3 (Year)
no Number of projects completed in the L50 ahead of schedule .."?0 on schedule
past 5 years •-fir behind schedule
Basketball Court Subcontractor has had experience in work comparable to that required for this Project:
As a prime contractor for /D years.
As a subcontractor for /C years.
List the supervisory personnel to be employed by the Basketball Court Subcontractor and available for work
on this project(Project Manager,Principal Foreman,Superintendents,and Engineers}.
N_ How wi Brdder
64eTe.4. =4 Idi7- Sur &? _ y 4/2S
yLG S�a9�E� S G/e. /,-) F y/PS
Jun 27 02 03: 49a p. 3
or •
"a,
List all those projects,of similar nature and
size, completed by Bbl Court Subcontractor within the S rears. Wale a fe �ce far� b Y attached prytinted project listing Magi include all this information.
N
Project Name Year Types& Contract
Completed Sizes of Amount Contracting Ca�tatt Name&
"' +�Y Phone Naanber
Courts
US and Location
ai
Se AreoLS 4R/--- j i �1 �'�
°��L.C.�:UGf-� � 43(2_0 �
�-- S'S( .49_
■.' ESSOME111111111M1 ,�rx co v u a
� .��-� .B.ter K�
1111111.1111111111111111 1111111111111111 MEM
61'c_.ri,LA__fac c., Y Z5_ti a zioE.
so
is IIIIIIII Mill 11111 IIIIIIIIIIIIIIIIIIIIIIIII
List Projects undertaken in the last S years that have resulted in paw or final
In
litigation in the courts: �t of the Contract
di Total Claims Amount of
of ,g at Arbitrated or Settlement of
____4Z2________ --____
nis
u p H a s b i d d e r e v e r f a i l e d to c o m p l e t e a contract? 12 ° I fy s,give details
••
Has Court Basketball Ca SUbconnactor ever found guilty of vi
A O olating any State or Federal eorPloystleot laws? a t
If yes,give details:
N' Has Basketball Cow Subcontractor ever files for protection under I
laws or state insolvency laws? R O If yes,give details any provision of the federal bankruptcy
,•• Has any adverse legal judgment been rendered against 8asletbalt Court Subcontractor in the past S years? I HYes,give details: /L a
us
I
ow
•
Jun 27 02 03: 49a p. 4
Has Basketball Court Subcontractor or any of its employees filed any claims with Washington State
Workman's Compensation or other insurance company for accidents resulting in fatal injury or
dismemberment is the past 5 years? _,(-0 If yes,give details:
no
Date Type of Injury Agency Receiving Claim
en
Submit proof of adequate financial resources that would be available to the bidder for the ctiction of the
work hereunder. Such information shall include certification by the principal financial officer of, or an
independent accountant far, the Basketball Court Subcontractor stating that the Basketball Court
Subcontractor has adequate financial resources for the prosecution and completion the work called
hereunder. £ E A v E N a o.� /1-, 1/a)
we �� ,,� AC�zZX/L�'.,✓ eg Ex T%'Lys S
warrants under penalty of Perjury that the faregoi�g information is true and accurate to the
The undersigned undersigned authorizes the City of Renton to verify aU information
best of his/her knowledge. The undus�
contained herein.
en
Subcontractor ` -f•�,� r/� dl&
Si atineeoof Basketball Court Subs
Tide: 7172-6,--S---'
12. .0 6,(-' Dater 6` 7-C. ..
Subscribed and sworn to before me on this 7 day of (_1 ,t p , 2002.
/
y Q� •ssioti F'P t�, Notary Public in and or the State of Washington
: Rya %
13: Notary (print) /�} �t=_�,
N' 'DUBLIC r Residing at %�� 716- _-<j 1l
/� �� 5.. • My appointment expires: �'� -��0- G7�
ter. uuNNWASH�N'"
+�r
JUN-27-2002 09 55 CITY OF RENTON PBPIJ 425 430 7241 P.03/04
SUBCONTRACTOR LIST
WTR-27.2893
+■. CT Detention Pipeline for Wells R1, R2 & R3 and Park Improvements
RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder
... submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as
described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW
[this also includes the control system integrator subcontractor as well as other electrical
subcontractor(s)].
If the subcontractors names are not submitted with the bid, or within one (1) hour after the published
bid submittal time OR if two or more subcontractors are named to perform the same work the bid shall
be considered nonresponsive and, therefore, void.
Complete the following:
D
If awarded the contract, /l - z. 4L,4 ( n1 PA-y will contract with the
(Name of Bidder's Company)
following subcontractors for the performance of heating, ventilation and air conditioning,
plumbing, and electrical (including automatic controls) work:
Bid Item(s) 2 z. 2 3
Subcontractor Name Erect (AL Al( E/2 67
ow
Address Lyn/At ul:;t�l) c t)4 /
Phone No. (tz5) 7/7-G70-2 State Contractor's License No E -EC-/E,c5C
Amo
Bid Item(s) Pr,ut M B(A/ 9
SubcQntractaName '. L . Pogry
Address 9aZe' 77). t . k cN A M/7 S .
.r Phone No. ( 2) 7i2-y?-0 State Contractor's License No /Pz.4 Xcrc.Si/i
Bid Item(s) C
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item(s)
Subcontractor Name
Address
Phone No. State Contractor's License No
-
0
Page 1 of 2
JUN-27-2002 09:56 CITY OF RENTON PBPW 425 430 7241 P.04/04
vrr
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item(s)
Subcontractor Name
Address
011 Phone No. State Contractor's License No
ture of Authorized representative of Bidder
Page 2 of 2
TOTAL P.04
,, BOND TO THE CITY OF RENTON
Bond No. 103816682
KNOW ALL MEN BY THESE PRESENTS:
"MP That we, the undersigned R.L. Alia Company
as principal, and Travelers Casualty and Surety Company of Amer icacorporation organized and
existing under the laws of the State of Connecticut as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum
of $ 979,178.24 for the payment of which sum on demand we bind ourselves and our
successors, heirs, administrators or person representatives, as the case may be.
++P This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the
City of Renton.
air Dated at /M - , Washington, this 0.27' A day of , 2002.
Nevertheless, the conditions of the above obligation are such that:
err
WHEREAS, under and pursuant to Public Works Construction Contract CAG-02-082 providing for
construction of CT DETENTION PIPELINE FOR WELLS R1, R2 & R3 AND PARK
r IMPROVEMENTS the principal is required to furnish a bond for the faithful performance of the contract;
and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the
rr work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
manner and within the time therein set forth, or within such extensions of time as may be granted under said
contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall
supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and
"" shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by
reason of any carelessness or negligence on the part of said principal, or any subcontractor in the
performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or
"" expense by reason of failure of performance as specified in the contract or from defects appearing or
developing in the material or workmanship provided or performed under the contract within a period of one
year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but
otherwise it shall be and remain in full force and effect.
R.L. Alia Company Travelers Casualty and Surety Company of America
oil Principal Surety
�` _l e7 c,C 4, 706-
- Signature, Richard L. Alia Signature
President Karen P. Dever, Attorney-in-Fact
— Title Title
WIN
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford,Connecticut 06183-9062
SIP
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
IOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
c porations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
CIltnty of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Victor E. Parker, Tim Church, Carl Newman, Peter H. Hammett, Pamela Nelson,
Il inna M. Meyer, Karen P. Dever, Jill Wallace, Stuart A O'Farrell, Michelle C. Edwards, of Bellevue, Washington, their
try,;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
o` 'ndemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all
ct sents incident thereto and to bind the Companies, thereby as fully and to the same extent as if.the same were signed by the duly
autorized 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.
Tee appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
V :'ED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
SAind 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 'gn with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in
th tature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
ap` intee 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
m; 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
inallrtiting 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
un rtaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President, any
Senor 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
rec .red)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 to 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
au ority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
CtIPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
VC ED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
Prrdent, 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
put uses only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
or itificate 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.
wr
wr
w.
;1I-00 Standard)
to
iii
ilk
puo8 `tie;aJoes ;ue;s!ssy Y - F rN� •, �.N
N , •f
uosuegor .w uo)4 a' -3'��z HNO3 :1+Afg
2 8 6 1 a > 'OHO JJJYH .a
U
N ~1�V►1SV7? 7s ANY i 443MI5C -
14
OZ` iC
3o Cep sup pieu -1notloauuo3;o,aieis `piojueH jo S11)atp u► `,CuedwoD aqi jo aoull0 awoH oil;1e papas pue pau2is
'paw.;ut Mou ale`Sluoglny3o aieoIJiiiaJ aqi ut gilo,
ias se `sioloalm 3o smog aqi jo suotlnlosaj Suipuuis aqi iegi `aiouu giinj pue !polo/to.' uaaq lou seq pue aoio; IIn1 ui suiewa
Siuoginy 3o aleoigiilaj pue ,Caulolly jo iannod pagoelle pue SutoSaloj aq1 mil AdLL2IaD Agg2I H OQ `inotloauuoJ;o aims agi
;o suotieiodloo'tools`ANVdWOJ A11VIISV3 NO.L9NIW2IVI Pug ANVdIAIOJ A.L32II1S QNV A.L'IVf1SVJ SMI3'I3AVUI.I
'V31I3111V 3O ANVdNOJ A1,32If1S QNV AllVfISVJ SN3'IIAVWL Jo ,fielaa' S luelslssy `paugisiapun agi ,iii
LLVJIAL2133
i
;ineagal •3 anew
3Jgnd AJeION 9002 '0£aunt saiidxa uoissiwwoo An
v- v iiii
...cirrinviCn. *-J ""rArCH\A Vvi. 1 ,-,,,,,,
410 iiii
3oaiagl suotlnlosag 2uipueis ow iapun aouo laqusiq jo,Ciuogit
,Cq suopwothoo aqi Jo jjegoq uo luawnlisui ptes aqi palnoaxa agspaq imp pue `spas aieiothoo goes ale luawntisui pies aqi o1 paxj
sieas aqi legs `suoileJodioo pies jo spas aqi SMOU/ agspg leg1 'luawruisui anoge ag1 palnoaxa gon{M pue ut paquosap suoiiesothoo
ag1 `ANVJIAIOJ A.L'IVIISV3 NO.L9NILDIV3 PUe ANVd11IO3 A.L32IfIS QNV A.L'IVI1SVJ S I3'I3AVII.L `VJRI3111
30 ANV• IAIOJ A1311f1S QNV Al IVf1SVJ S11373AVJI.L 3o luapisaad aa!A aotuaS s! agspaq legs :Sus pue asodap pip `ulo
dinp ow Sq Suiaq `oqM `uMou31 ow 01 NOSdNIOH.L 'M 3921039 aweo Alleuoslad aw alo;aq ZOOZ `IiidV jo Sup g19Z sup up
ifil
luapisaJd am Jo!uas 0., • F4 QrN.1 • /it, �•C".,.:...
uosdwogi •N►a6Joao Q� ';3"'1,x; o a if.rNoa
Ag u Z 9 6 IJ a 'j::i'NNW ?< `99031661.p i� ^F
Q2IOdi 1VH AO AINflaill
ANVd1AIO3 AI IVIISVD NOIO■IW2IV3 Jo ise
ANVdWOD A.Ld2If1S QNV A11VfISV)SIITI3AV2II p J H SS{
VJIDIIWV 3O ANVdWO3 A.LIUIf1S QNV ArIVIISV3 SWI L1 AV2I.L .1.f1DLL3II■I■OD JO Hibliii
ZOOZ iudV;o XuP 11192 sIg1 paxi�mpg oq 01 was aieiodloo.J►ag1 pue ivapIsaad aaIA aotuas liagl�Cq Pau ,s
aq 01 woun lsul sup pasnuo aneq ANVdIAIOJ A.L'IVf1SV3 NO.LDNIWUIV3 Pug ANVd1AIO3 A132II1S QNV AllVaSiith
S2I31RAVILL `VJRI3WV 30 ANVdIAIOJ A132I11S QNV A.11Vf1SVJ S2I3'I3AVII.L `3032I3HM SS3NIIIM NI
ii
IOW
CONTRACTS OTHER THAN FEDERAL-AID FHWA
w THIS AGREEMENT, made and entered into this 0V/741‘ day of ,, 2002. by
and between THE CITY OF RENTON, Washington, a municipal corpo ation of the State of
Washington, hereinafter referred to as "CITY" and R.L. Alia Company, hereinafter referred
NO to as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within one hundred seventy
(170)) working days from date of commencement hereof as required by the Contract, of
which this agreement is a component part) perform all the work and services required to
be performed, and provide and furnish all of the labor, materials, appliances, machines,
tools, equipment, utility and transportation services necessary to perform the Contract,
and shall complete the construction and installation work in a workmanlike manner, in
connection with the City's Project (identified as No. WTR-27-2893) for improvement by
construction and installation of:
CT DETENTION PIPELINE FOR WELLS R1, R2 & R3 AND PARK
IMPROVEMENTS
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
'r"` services shall be furnished and the construction installation performed and completed to
the satisfaction and the approval of the City's Public Works Director as being in such
conformity with the plans, specifications and all requirements of or arising under the
Contract. The Consultant agrees to use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing
r of this agreement, consists of the following documents, all of which are component parts
of said Contract and as fully a part thereof as if herein set out in full, and if not attached,
as if hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
.r i) Technical Specifications, if any
NIP
r.
Contracts other than Federal-Aid FHWA Page 2 of 4
3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such
diligence as will insure its completion within the time specified in this Contract, or any
extension in writing thereof, or fails to complete said work with such time, or if the
Contractor shall be adjudged a bankrupt, or if he should make a general assignment for
the benefit of his creditors, or if a receiver shall be appointed on account of the
Contractor's insolvency, or if he or any of his subcontractors should violate any of the
provisions of this Contract, the City may then serve written notice upon him and his
surety of its intention to terminate the Contract, and unless within ten (10) days after the
serving of such notice, such violation or non-compliance of any provision of the Contract
shall cease and satisfactory arrangement for the correction thereof be made, this Contract,
shall, upon the expiration of said ten (10) day period, cease and terminate in every
..r respect. In the event of any such termination, the City shall immediately serve written
notice thereof upon the surety and the Contractor and the surety shall have the right to
take over and perform the Contract, provided, however, that if the surety within fifteen
(15) days after the serving upon it of such notice of termination does not perform the
Contract or does not commence performance thereof within thirty (30) days from the date
of serving such notice, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem
advisable, for the account and at the expense of the Contractor, and his surety shall be
liable to the City for any excess cost or other damages occasioned the City thereby. In
such event, the City, if it so elects, may, without liability for so doing, take possession of
and utilize in completing said Contract such materials, machinery, appliances, equipment,
plants and other properties belonging to the Contractor as may be on site of the project
_„ and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents,
representatives and employees harmless and to promptly indemnify same from and against
any and all claims, actions, damages, liability of every type and nature including all costs
and legal expenses incurred by reason of any work arising under or in connection with the
Contract to be performed hereunder, including loss of life, personal injury and/or damage
to property arising from or out of any occurrence, omission or activity upon, on or about
the premises worked upon or in any way relating to this Contract. This hold harmless
and indemnification provision shall likewise apply for or on account of any patented or
unpatented invention, process, article or appliance manufactured for use in the
performance of the Contract, including its use by the City, unless otherwise specifically
provided for in this Contract.
In the event the City shall, without fault on its part, be made a party to any litigation
commenced by or against Contractor, then Contractor shall proceed and hold the City
harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or
paid by the City in connection with such litigation. Furthermore, Contractor agrees to
pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by
City in the enforcement of any of the covenants, provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold
harmless the City, from claims, demands or suits based solely upon the conduct of the
City, its officers or employees and provided further that if claims or suits are caused by
or result from the concurrent negligence of (a) the Contractor's agents or employees and
(b) the City, its agents, officers and employees, and involves those actions covered by
VIP
Contracts other than Federal-Aid FHWA Page 3 of 4
r..
RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such
concurrent negligence shall be valid and enforceable only to the extent of the Contractor's
"" negligence or the negligence of the Contractor's agents or employees.
6) Any notice from one party to the other party under the Contract shall be in writing and
shall be dated and signed by the party giving such notice or by its duly authorized
representative of such party. Any such notice as heretofore specified shall be given by
personal delivery thereof or by depositing same in the United States mail, postage
■• prepaid, certified or registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar
,., days after Contract final execution, and shall complete the full performance of the
Contract not later than one hundred seventy (170) working days from the date of
commencement. For each and every working day of delay after the established day of
completion, it is hereby stipulated and agreed that the damages to the City occasioned by
said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated
damages (and not as a penalty) for each such day, which shall be paid by the Contractor
to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or
entire use of any installation provided for by this Contract shall relieve the Contractor of
liability in respect to any warranties or responsibility for faulty materials or workmanship.
The Contractor shall be under the duty to remedy any defects in the work and pay for any
damage to other work resulting therefrom which shall appear within the period of one (1)
year from the date of final acceptance of the work, unless a longer period is specified.
The City will give notice of observed defects as heretofore specified with reasonable
promptness after discovery thereof, and Contractor shall be obligated to take immediate
rr 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
IOW Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a
surety in the State of Washington.
Olt
Contracts other than Federal-Aid FHWA Page 4 of 4
11) The Contractor shall verify, when submitting first payment invoice and annually
thereafter, possession of a current City of Renton business license while conducting work
for the City. The Contractor shall require, and provide verification upon request, that all
subcontractors participating in a City project possess a current City of Renton business
license. The Contractor shall provide, and obtain City approval of, a traffic control plan
prior to conducting work in City right-of-way.
12) The total amount of this contract is the sum of $ 979,178.24
numbers
IMO
nine hundred seventy-nine thousand one hundred seventy-eight dollars and twenty-four cents.
written words
which includes Washington State Sales Tax. Payments will be made to Contractor as
NIP specified in the "Special Provisions" of this Contract.
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and
NW attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and
year first above-written.
CON RACTO CITY OF RENTON Richard L. Alia Jesse Tanner, Mayor
President ATTEST
wr
edr. �T Cl1/4LG� "'Gi eye-
2ober Hastings
Bonnie Walton, City Clerk
Secretary
dba R.L. Alia Company.
Firm Name
check one
Individual Partnership X Corporation Incorporated in Washington State
wir
VIP Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both
President and Secretary must sign the contract, OR if one signature is permitted by corporation
v. 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.
'r"' If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear
followed by d/b/a and name of the company.
4,4-01 • CITY OF RENTON
•
HUMAN RESOURCES & RISK MANAGEMENT DEPARTMENT
INSURANCE INFORMATION FORM
ir•
CONTRACTOR/CONSULTANT:R.U.Alin Company
rr
PROJECT NUMBER:CAG-02-082 STAFF CONTACT; I.D.Wilson
Certificate of Insurance indicates the coverages and limits
specified in contract? If no,explain below: ❑ Yes El No
�. c,vyxy ACS —
Is the Commercial General Liability policy form an «/cA �� l (( (%r1. L� -7 iS
ISO 1993 Occurrence Form or Equivalent? ��V etl f'4 G4 • U yes ❑ No
(If no, attach a copy of the policy with required coverages
.. clearly identified)
CG 0043 Amendatory Endorsement provided?*a ❑ Yes 3S1.No
COL General Aggregate provided on a"per project basis(CG2503)?* g Yes 0 No
Additional Insured wording provided?* Yes ❑ No
+rr All coverage on a primary basis and non-contributing basis?* NI Yes L=1 No
Waiver of Subrogation Clause applies?* Irf Yes ❑ No
, , Severability of Interest Clause(Cross Liability)applies? Yes ❑ No
Notice of Cancellation/Non-Renewal amended to 45 days?* Yes ❑ No
*To be shown on certificate of insurance
A Not required if ISO Occurrence form is 1990 or earlier;may also be assumed under contract.
AM BEST'S RATING FOR CARRIER:
CGL,)fiX Auto tX V Umb t X V Professional
top 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
Ile o idles and/or specific declaration pages FROM awarded • der prior to execution of ontract.
/2/77-/ �c�.e ril�C% /%9i-)d
A ency/Broker y-„( /• Cornplet-% By(Type or Prin t Name,
Vaf 916c
Addres Completed By(Signature)
rr
— > — ,36
Name of person to contact Telephone Number
NOTE; THIS QUESTIONNAIRE MUST BE COMPLETED AND ATTACHED TO CERTIFICATE OF
INSURANCE FOR EACH LINE OF COVERAGE
•
IMP
�n �ni.. nn HT1H v 6017 771_0(27 hi,•TT -7nn�!nT/In
■CORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MWD /YY)
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
PARKER,SMITH&FEEK, INC. AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
33 112th Avenue N.E. CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE
tIlevue,Washington 98004 AFFORDED BY THE POLICIES BELOW.
Ili
Phone: 425-709-3600 Fax:425-709-7460 INSURERS AFFORDING COVERAGE
r URED INSURER A: VALIANT INSURANCE COMPANY A+XV
ILL.ALIA COMPANY INSURER B VALIANT INSURANCE COMPANY A+XV
9215 Martin Luther King Way South INSURER C: AMERICAN GUARANTEE&LIAB.INS.CO. A+XV
.5‘.attle,Washington 98118
INSURER D:
ill INSURER E:
COVERAGES
HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING
NY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY
CERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR I TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LT DATE(MWDD/YY) DATE(MM/DD/YY)_
7 GENERAL
EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 300,000
CLAIMS MADE X OCCUR MED EXP(Any one person) _ $ 10,000
A X EMPLOYERS LIAB(WA STOP GAP) CON58159022 10/01/2001 10/01/2002 PERSONAL&ADV INJURY $ 1,000,000
GENERAL AGGREGATE $ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000
POLICY X 1218-r- LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
$ 1,000,000
7 X ANY AUTO (Ea accident)
ALL OWNED AUTOS BODILY INJURY $
SCHEDULED AUTOS (Per person)
CON58159071 10/01/2001 10/01/2002
B —
7 X HIRED AUTOS BODILY INJURY
X NON-OWNED AUTOS (Per accident) $
PROPERTY DAMAGE $
(Per accident)
itARAGE LIABILITY AUTO ONLY–EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
—
XCESS LIABILITY EACH OCCURRENCE $ 4,000,000
Iii
OCCUR CLAIMS MADE AGGREGATE $ 4,000,000
C _ AUC9301348-00 10/01/2001 10/01/2002 $
DEDUCTIBLE $
iiii RETENTION $ 0 $
WORKERS COMPENSATION AND WC STATU- OTH-
EMPLOYERS'LIABILITY TORY LIMITS ER
E.L.EACH ACCIDENT $
E.L.DISEASE–EACH EMPLOYEE $
NO
E.L.DISEASE–POLICY LIMIT $
OTHER
$
Mil $
IESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
;AC-12-082,CT Detention Pipeline For Wells R1,R2&R3 and Park Improvements. The City of Renton and RHW Engineering,Inc.are included
is A litional Insureds and coverage is primary and non-contributory per attached Endorsement 801418 Ed.3-96. Waiver of Subrogation
'maps per the attached endorsement CG2402,10/93
:ERTIFICATE HOLDER X ADDITIONAL INSURED;INSURER LETTER: A CANCELLATION *10 days for non-payment of premium
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL
ENDGIWOR TO MAIL 45* DAYS WRITTEN NOTICE TO THE CERTIFICATE
Th.CITY OF RENTON HOLDER NAMED TO THE LEFT,- - • •- • •- -
1055 S.Grady Way - • -
Renton,WA 98055
AUTHORIZED REPRESENTATIVE i
I /01-.0(.6 til / L/
\C
CORD 25-S(7/97) ACd0b CORPO TI N 1988
1625 =RT01(M2) CERT#43
asp
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate holder in
lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between the
issuing insurer(s),authorized representative or producer,and the certificate holder,nor does it affirmatively
or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
3 i
Ii
a
POLICY NUMBER: CON58159022
COMMERCIAL GENERAL LIABILITY
CG 24 04 10 93
�wr
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
wriame of Person or Organization:
THE CITY OF RENTON AND RH2 ENGINEERING, INC.
rrr
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this
idorsement.)
r
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition(Section IV-COMMERCIAL GENERAL LIABILITY
CONDITIONS) is amended by the addition of the following:
age waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we
make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and
included in the"products-completed operations hazard".This waiver applies only to the person or organization shown in the Schedule above.
FAMED INSURED: R. L. ALIA COMPANY
r
rllr
its
C61"24 04 10 93 Copyright, Insurance Services Office, Inc. 1992
ALI i\CERT01(E3)
�Ir
CERT#43
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED — OWNERS, LESSEES OR
CONTRACTORS (PRIMARY INSURANCE)
Chis endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
lame of Person or Organization:
THE CITY OF RENTON AND RH2 ENGINEERING, INC.
( f no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable
to this endorsement.)
WHO IS AN INSURED(Section II)is amended to include as an insured the person or organization shown in the Schedule,but
only with respect to liability arising out of your ongoing operations performed for that insured.
ale insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance
available to the person or organization shown in the Schedule unless the other insurance is provided by a contractor other
than you for the same operation and job location. Then we will share with that other insurance by the method described in
Lragraph 4.c. of COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV).
twlrr
Paragraph 2.f. of WHO IS AN INSURED (Section II) does not apply to the person or organization shown in the Schedule.
o r
err
o r
ow
rr.
rir
Irr
80118 Ed. 3-96
Includes copyrighted material of the Insurance Services Office, Inc.,with its permission.
ALI ACERT01(E4)
CERT#43
�Oy O CITY OF RENTON
+ igR FAIR PRACTICES POLICY
OI?
AFFIDAVIT OF COMPLIANCE
.r
R.L.Alia Company hereby confirms and declares that
(Name of contractor/subcontractor/consultant)
I. It is the policy of R.L.Alia Company to offer equal
rr (Name of contractor/subcontractor/consultant)
opportunity to all qualified employees and applicants for employment without regard to
the race, creed, color, sex,national origin, age, disability or veteran status.
II. R.L.Alia Company complies with all applicable
Ile (Name of contractor/subcontractor/consultant)
federal, state and local laws governing non-discrimination in employment.
II. When applicable, R.L.Alia Company will seek out and
(Name of contractor/subcontractor/consultant)
• negotiate with minority and women contractors for the award of subcontracts.
Richard L. Alia
JO
Print Agent/Representative's Name
President
Print Agent/Representati s Title
•
Agent/Representative's Signature
7— 2-o2_
■. Date Signed
w•
Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include
or attach this document(s)with the contract.
.r.
irr
la
w.
Oy CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
Electrical Energy hereby confirms and declares that
mr
(Name of contractor/subcontractor/consultant)
I. It is the policy of Electrical Energy to offer equal
(Name of contractor/subcontractor/consultant)
opportunity to all qualified employees and applicants for employment without regard to
the race, creed, color, sex,national origin, age, disability or veteran status.
II. Electrical Energy complies with all applicable
(Name of contractor/subcontractor/consultant)
federal, state and local laws governing non-discrimination in employment.
II. When applicable, Electrical Energy will seek out and
(Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
r Laren W. Ibrrah
Print Agent/Representative's Name
President
Print Agent/Representative's Title
or Agen epresentative's Signature
7/8/02
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include
or attach this document(s)with the contract.
4 �
../1889-
STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
UN PREVAILING WAGE OFFICE,PO Box 44540,OLYMPIA,WASHINGTON 98504-4540
E-MAIL DOWL235 a,LNI.WA.GOV (360)902-5335 FAX(360) 902-5300
February 1, 2002 -��
s" TO: All Washington Public Agencies S) $t.
FROM: Jim P. Christensen, Industrial Statistici
of
��� 5���
Prevailing Wage `v\,ct
SUBJECT: Prevailing Wage
si Attached are revised prevailing wages which will be effective for any contract bid on or after
March 3, 2002. Public agencies are required to publish wages that meet or exceed prevailing
wages, in bid specifications and in contract documents. Please be sure you do this. RCW
39.12.030.
E-WAGES-These wages, along with a wealth of other prevailing wage information, are
available on our website at WWW.LNLWA.GOV/PREVAILINGWAGE. They are so easily
accessible from our website and are so expensive to print and mail, we will stop mailing
prevailing wage lists to everyone. If you must continue to receive prevailing wages by mail
you must send us a card or letter, otherwise you will no longer be receiving them by mail. For
similar reasons we are also no longer printing the information booklet.
O
E-BUSINESS-There is also a new system which allows contractors to file Intent and Affidavit
forms electronically. This speeds up the process considerably. See all this at
WWW.LNI.WA.GOV/PREVAILINGWAGE.
REVISED INTENT AND AFFIDAVIT FORMS- Our paper Intent and Affidavit forms have been
revised. They are still very similar to the old forms,with a few changes. They do not require a
notary seal, and they are 2-part carbonless forms rather than the old 4-part forms. The
department will keep one copy and the original will be for your records. Contractors wanting
to keep a copy will have to photocopy. The revised forms will be available February 15 from
our Tumwater office or any of our local service locations beginning March 1. After
June 30, 2002, only the revised forms will be accepted for processing.
SMALL WORKS ROSTER- I am asking that agencies using the `small works roster' procedure
for contracts under$10,000 please contact me at (360) 902-5330. I am considering making
revisions to this paperwork method and I need to know how many agencies are using it and
who they are.
ATTENTION AWARDING AGENCIES
APPLICATION OF RCW 39.04.260
Due to the increasing prevalence of the Lessee/Lessor relationships between public and private
parties,the Department would like to again remind awarding agencies of the requirements of
RCW 39.04.260.
•
RCW 39.04.260 states that any work, construction, alteration, repair, or improvement, other
than ordinary maintenance,that the state or a municipality causes to be performed by a private
party through a contract to rent, lease, or purchase at least fifty percent of the project by one or
more state agencies or municipalities shall comply with chapter RCW 39.12, the State's
prevailing wage law.
a
It is the responsibility of the awarding agency to make an accurate determination as to whether
the entire project falls within RCW 39.04.260 prior to entering into a lease relationship for
space in a privately owned building. The determination is based on whether the awarding
agency is causing the work to be performed and when at least fifty percent of the leased space
is going to be occupied by one or more public agencies. If RCW 39.04.260 applies, all work
performed in conjunction with the project is covered, not just the tenant improvements, and the
project is subject to all provisions of RCW 39.12.
Specifically, RCW 39.12.020, RCW 39.12.040 &RCW 39.12.042 should be reviewed. These
statutes outline the requirements for a contractor to pay prevailing wages and the awarding
agencies responsibilities for requiring contractors to file Statements of Intent to.Pay Prevailing
Wages and Affidavit of Wages Paid.
Should the awarding agency fail to comply with all the provisions of RCW 39.04.260 and a
RCW 39.12.040, the awarding agency can be held responsible for any unpaid prevailing
wages. Recently, an awarding agency was held liable for unpaid prevailing wages because
they did not apply the provision of RCW 39.04.260 to the remodel of a privately owned
building that was to be leased by the awarding agency.
•
Should you have any further questions or need assistance in making these determinations,
please contact us.
a
a
a
BENEFIT CODE KEY-EFFECTIVE 03-03-02
me
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
ire
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.
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.
rr "
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
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 TAMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
tor
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
CONDTTIONS 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.
J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
rrr 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.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED 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 TAMES 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
us HOURLY RATE OF WAGE.
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
rs 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.
BENEFIT CODE KEY-EFFECTIVE 03-03-02
-2-
1. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:00AM SUNDAY AND 6:00AM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE 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 6:00AM MONDAY AND ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
at
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 l
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 TAMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TAMES 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 a
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 tie
TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT
TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
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.
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGVING DAY,AND CHRISTMAS DAY(7).
BENEFIT CODE KEY-EFFECTIVE 03-03-02
-3-
5. B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
imi
AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
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).
IL HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY(6).
so
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).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
IL 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.(7112).
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.
it
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).
imp Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
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 JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING
DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
it
CHRISTMAS DAY.(8)
BENEFIT CODE KEY-EFFECTIVE 03-03-02
-4-
6. 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(11).
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'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 175'-$2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
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. riili
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.
a
State of Washington
um DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
' PO Box 44540,Olympia,WA 98504-4540
No 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
top total. A brief description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
me Effective 03-03-02
(See Benefit Code Key)
so
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
kr ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $29.67 1M 5D
BOILERMAKERS
JOURNEY LEVEL $38.71 1B 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $35.37 1M 5A
CABINET MAKERS(IN SHOP)
so JOURNEY LEVEL $11.71 1
CARPENTERS
ACOUSTICAL WORKER $35.31 1M 5D
s BRIDGE,DOCK AND WARF CARPENTERS $35.15 1M 5D
CARPENTER $35.15 1M 5D
CREOSOTED MATERIAL $35.25 1M 5D
DRYWALL APPLICATOR $34.94 1M 5D
rr FLOOR FINISHER
$35.28 1M 5D
FLOOR LAYER $35.28 1M 5D
FLOOR SANDER $35.28 1M 5D
ow MILLWRIGHT AND MACHINE ERECTORS $36.15 1M 5D
PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $35.35 1M 5D
SAWFILER $3528 1M 5D
SHINGLER $35.28 1M 5D
No
STATIONARY POWER SAW OPERATOR $35.28 1M 5D
STATIONARY WOODWORKING TOOLS $3528 /M 5D
CEMENT MASONS
ire JOURNEY LEVEL $36.15 1M 50
DIVERS&TENDERS
DIVER $75.57 1M 5D 8A
so DIVER TENDER $37.85 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $35.67 1B 5D 8L
ASSISTANT MATE(DECKHAND) $35.23 1B 5D 8L
ow
BOATMEN
$35.67 1B 5D 8L
ENGINEER WELDER $35.72 1B 5D 8L
LEVERMAN,HYDRAULIC $37.11 1B 5D 8L
- MAINTENANCE $35.23 1B 5D 8L
MATES $35.67 1B 5D 8L
OILER $35.33 1B 50 8L
DRYWALL TAPERS
is
JOURNEY LEVEL $34.92 1J 5B
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $18.69 1
err
Page 1
nr
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
**********************"**4ri.****************************.***********************l_k*********A.*****************:* . a ELECTRICIANS-INSIDE iii
CABLE SPLICER $45.65 1D 6H
CABLE SPLICER(TUNNEL) $62.70 1D 6H
CERTIFIED WELDER $43.99 1D 6H MO
CERTIFIED WELDER(TUNNEL) $60.27 1D 6H
CONSTRUCTION STOCK PERSON $23.33 1D 6H
JOURNEY LEVEL $42.33 1D 611
JOURNEY LEVEL(TUNNEL) $57.83 1D 6H W
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C iiii
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $44.01 4A 5A
CERTIFIED LINE WELDER $40.40 4A 5A
GROUNDPERSON $29.62 4A 5A M
HEAD GROUNDPERSON $31.13 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $40.40 4A 5A
JACKHAMMER OPERATOR $31.13 4A 5A iiii
JOURNEY LEVEL LINEPERSON $40.40 4A 5A
LINE EQUIPMENT OPERATOR $34,44 4A 5A
POLE SPRAYER $40.40 4A 5A
ti
POWDERPERSON $31.13 4A 5A
ELECTRONIC&TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
el
ELEVATOR CONSTRUCTORS
CONSTRUCTOR $3129 4A 6Q
MECHANIC $4225 4A 60
MECHANIC IN CHARGE $46.63 4A 60 e
PROBATIONARY CONSTRUCTOR $1627 4A 60
FABRICATED PRECAST CONCRETE PRODUCTS
ARCHITECTURAL AND PRESTRESSED CONCRETE-All Classifications $11.05 1
St
ALL OTHER CONCRETE PRODUCTS-Carpenter $18.77 1B 6S
ALL OTHER CONCRETE PRODUCTS-Clean-up $17.99 1B 6S
ALL OTHER CONCRETE PRODUCTS-Fabricator $1824 1B 6S
ALL OTHER CONCRETE PRODUCTS-Gunite $1824 1B 6S
ALL OTHER CONCRETE PRODUCTS-Maintenance $18.77 1B 6S
ALL OTHER CONCRETE PRODUCTS-Operator $1824 1B 6S
ALL OTHER CONCRETE PRODUCTS-Welder $1824 1B 6S
ALL OTHER CONCRETE PRODUCTS-Wet Pour $17.99 1B 6S
ALL OTHER CONCRETE PRODUCTS-Yard Patch $17.99 1B 6S
FENCE ERECTORS
FENCE ERECTOR $24.62 1
FLAGGERS
JOURNEY LEVEL $24.99 1M 5D
GLAZIERS l
JOURNEY LEVEL $35.96 2E 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $35.93 1F 5C
HEATING EQUIPMENT MECHANICS
MECHANIC $18.45 1J 5A
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $30.15 1M 5D Mil
Page 2
NM
KING COUNTY
ii, Effective 03-03-02
(See Benefit Code Key)
us Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
II. INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
e~ JOURNEY LEVEL $9.07 1
INLAND BOATMEN
ASSISTANT ENGINEER $30.70 1K 5D
CHIEF ENGINEER $31.57 1K 5D
rr COOK $26.58 1K 5D
DECK ENGINEER,ABLE SEAMAN,OILER $26.58 1K 5D
DECKHAND $26.17 1K 50
us FIRST MATE $30.80 1K 50
MASTER $33.74 1K 5D
MATE,LAUNCH OPERATOR $28.83 1K 5D
MESSMAN $21.96 1K 5D
vs
ORDINARY SEAMAN $2328 1K 5D
INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY
REMOTE CONTROL
■w CLEANER OPERATOR,FOAMER OPERATOR $9.73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $6.90 1
ow
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $35.15 1M 5D
to IRONWORKERS
JOURNEY LEVEL $37.17 1B 5A
LABORERS
err ASPHALT RAKER $30.15 1M 5D
BALLAST REGULATOR MACHINE $29.67 1M 50
BATCH WEIGHMAN . $24.99 1M 5D
CARPENTER TENDER $29.67 1M 5D
e, CASSION WORKER $30.51 1M 5D
CEMENT DUMPER/PAVING $30.15 1M 50
CEMENT FINISHER TENDER $29.67 1M 5D
am CHIPPING GUN(OVER 30 LBS) $30.15 1M 5D
CHIPPING GUN(UNDER 30 LBS). $29.67 1M 5D
CHUCK TENDER $29.67 1M 5D
■o CLEAN-UP LABORER $29.67 1M 5D
CONCRETE FORM STRIPPER $29.67 1M 5D
CONCRETE SAW OPERATOR $30.15 1M 5D
CRUSHER FEEDER $24.99 1M 5D
or CURING LABORER $29.67 1M 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $29.67 1M 5D
DITCH DIGGER $29.67 1M 5D
DIVER $30.51 1M 50
DRILL OPERATOR(HYDRAULIC,DIAMOND) $30.15 1M 5D
DRILL OPERATOR,AIRTRAC $30.51 1M 5D
err DUMPMAN $29.67 1M 5D
FALLER/BUCKER,CHAIN SAW $30.15 1M 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $22.67 1M 50
construction debris cleanup)
me FINE GRADERS $29.67 1M 5D
Page 3
uor
KING COUNTY
Effective 03-03-02
,t**err* r*** *** t****************** *******+rk t*****ir*********************-k
(See Benefit Code Key)
Over iii
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
II
FIRE WATCH $29.67 1M 5D
FORM SETTER $29.67 1M 50
GABION BASKET BUILDER $29.67 1M 5D
GENERAL LABORER $29.67 1M 5D
GRADE CHECKER&TRANSIT PERSON $30.15 1M 5D
GRINDERS $29.67 1M 5D
GROUT MACHINE TENDER $29.67 1M 5D
oil
HAZARDOUS WASTE WORKER LEVEL A $30.51 1M 5D
HAZARDOUS WASTE WORKER LEVEL B $30.15 1M 5D
HAZARDOUS WASTE WORKER LEVEL C $29.67 1M 5D
ti
HIGH SCALER $30.51 1M 5D
HOD CARRIER/MORTARMAN $30.15 1M 5D
JACKHAMMER $30.15 1M 5D
LASER BEAM OPERATOR $30.15 1M 5D NO
MINER $30.51 1M 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $30.15 1M 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE,
SHOTCRETE,WATER BLASTER til
PAVEMENT BREAKER $30.15 1M 5D
PILOT CAR $24,99 1M 5D
PIPE RELINER(NOT INSERT TYPE) $30.15 1M 5D a1
PIPELAYER&CAULKER $30.15 1M 5D
PIPELAYER&CAULKER(LEAD) $30.51 1M 5D
PIPEWRAPPER $30.15 1M 5D
ili
POT TENDER $29.67 1M 5D
POWDERMAN $30.51 1M 5D
POWDERMAN HELPER $29,67 1M 5D
POWERJACKS $30.15 1M 5D
RAILROAD SPIKE PULLER(POWER) $30.15 1M 5D
RE-TIMBERMAN $30.51 1M 50
RIPRAP MAN $29.67 1m 5D
SIGNALMAN $29.67 1M 5D
SLOPER SPRAYMAN $29.67 1M 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $30.15 1M 5D
SPREADER(CONCRETE) $30.15 1M 5D Ili
STAKE HOPPER $29.67 1M 5D
STOCKPILER $29.67 1M 50
TAMPER&SIMILAR ELECTRIC,AIR&GAS $30.15 1M 5D el
TAMPER(MULTIPLE&SELF PROPELLED) $30.15 1M 5D
TOOLROOM MAN(AT JOB SITE) $29.67 1M 5D
TOPPER-TAILER $29.67 1M 5D
tii
TRACK LABORER $29.67 1M 5D
TRACK LINER(POWER) R° $30.15 - 1M 5D
TUGGER OPERATOR $30.15 1M 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $29.67 1M 5D tit
VIBRATOR $30.15 1M 5D
WELDER $29.67 1M 5D
WELL-POINT LABORER $30.15 1M 5D iiii
LABORERS-UNDERGROUND SEWER&WATER
GENERAL LABORER $29.67 1M 5D
PIPE LAYER $30.15 1M 5D
r
Page 4
Ilip
KING COUNTY
"r Effective 03-03-02
(See Benefit Code Key)
so Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
or 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
we
LATHERS
JOURNEY LEVEL $34.94 1M 5D
MACHINISTS(HYDROELECTRIC SITE WORK)
MP MACHINIST
$16.84 1
METAL FABRICATION(IN SHOP)
FITTER $15.86 1
rrr LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER $11.10 1
rrr WELDER $15.48 1
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
or EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.26 1
ww TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
PAINTERS
so JOURNEY LEVEL
$28.63 2B 5A
PLASTERERS
JOURNEY LEVEL $35.63 1R 5A
we PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $44.76 1G 5A
so
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $33.59 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $36.05 IT 5D 8L
UV BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $36.49 1T 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $36.99 IT 5D 81.
BACKHOES, (75 HP&UNDER) $35.69 IT 5D 81
ow BACKHOES, (OVER 75 HP) $36.05 1T 5D 8L
BARRIER MACHINE(ZIPPER) $36.05 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $36.05 1T 5D 8L
rrr
BELT LOADERS(ELEVATING TYPE) $35.69 IT 5D 8L
BOBCAT $33.59 IT 5D 8L
BROOMS $33.59 IT 50 8L
BUMP CUTTER $36.05 IT 5D 8L
Wr CABLEWAYS $36.49 1T 5D 8L
CHIPPER $36.05 IT 5D 8L
COMPRESSORS $33.59 1T 5D 8L
,o CONCRETE FINISH MACHINE-LASER SCREED $33.59 IT 5D 8L
CONCRETE PUMPS $35.69 1T 5D 81
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $36.05 IT 5D 8L
CONVEYORS $35.69 1T 5D 8L
err CRANES, THRU 19 TONS,WITH ATTACHMENTS
$35.69 IT SD 8L
Page 5
r
KING COUNTY
Effective 03-03-02
(See Benefit Code Key)
Over eili
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, 20-44 TONS,WITH ATTACHMENTS $36.05 IT 5D 8L iiii
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $36.49 IT 5D 81_
WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB
$36.99 IT 5D 8L
WITH ATTACHMENTS) iii
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $37.49 IT 50 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $33.59 IT 5D 8L
or
CRANES,A-FRAME,OVER 10 TON $35.69 IT 50 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $37.99 IT 5D 8L
ATTACHMENTS
CRANES;OVERHEAD,BRIDGE TYPE(20-44 TONS) $36.05 IT 5D 8L itil
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $36.49 1T SD St.
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $36.99 IT 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $36.99 IT 5D 8L
ill
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $37.49 IT 50 8L
CRUSHERS $36.05 IT 5D 8L
DECK ENGINEER/DECK WINCHES(POWER) $36.05 IT 5D 8L
DERRICK,BUILDING $36.49 IT 5D 8L al
DOZERS,D-9&UNDER $35.69 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $35.69 IT 5D 8L
DRILLING MACHINE $36.05 IT 50 8L
ELEVATOR AND MANUFT,PERMANENT AND SHAFT-TYPE $33.59 1T 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $35.69 IT 5D 8L
FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $36.05 IT 5D 81.
viii
FORK LIFTS,(3000 LBS AND OVER) $35.69 1T 50 8L
FORK LIFTS,(UNDER 3000 LBS) $33.59 IT 5D 8L
GRADE ENGINEER $35.69 IT 5D 8L
GRADECHECKER AND STAKEMAN $33.59 IT 50 8L till
HOISTS,OUTSIDE(ELEVATORS AND MANUFTS),AIR TUGGERS $35.69 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $35.69 IT 5D 8L
HORIZONTALIDIRECTIONAL DRILL OPERATOR $36.05 IT 5D 8L
sti
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $33.59 IT 50 8L
HYDRALIFTSBOOM TRUCKS(OVER 10 TON) $35.69 IT 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $36.49 IT 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $36.99 IT 5D 8L Iii
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $36.05 1T 5D 8L
LOCOMOTIVES,ALL $36.05 IT 5D 8L
MECHANICS,ALL $36.05 IT 513 8L si i
MIXERS,ASPHALT PLANT $36.05 1T 50 8L
MOTOR PATROL GRADER(FINISHING) $36.05 1T 5D 81.
MOTOR PATROL GRADER(NON-FINISHING) $35.69 IT 5D 8L `
Ili
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $36.49 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $33.59 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $33.59 1T 5D 8L iliti
PILEDRIVER(OTHER THAN CRANE MOUNT) $36.05 IT 5D 8L
PLANT OILER(ASPHALT CRUSHER) $35.69 1T 5D 8L
POSTHOLE DIGGER,MECHANICAL $33.59 IT 5D 8L
Si
POWER PLANT $33.59 IT 5D 8L
PUMPS,WATER $33.59 1T 5D 8L
QUAD 9,D-10,AND HD-41 $36.49 1T 50 8L
Itil
Page 6
Ii
KING COUNTY
"` Effective 03-03-02
,.****** *****, ********slr*****ter*** **__**** *,
(See Benefit Code Key)
MN Over
PREVAILING Time Holiday. Note
Classification WAGE Code Code Code
at REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $36.49 IT 5D 81
EQUIP
RIGGER AND BELLMAN $33.59 1T 5D 8L
ROLLAGON $36.49 1T 5D 8L
taw
ROLLER,OTHER THAN PLANT ROAD MIX
$33.59 1T 5D 8L
ROLLERS,PLANTMIX OR MULTIUFT MATERIALS $35.69 IT 5D 8L
ROTO-MILL,ROTO-GRINDER $36.05 IT 5D 8L
es SAWS,CONCRETE $35.69 1T 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.05 IT 5D 81.
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.49 1T 5D 8L
it OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $35.69 1T 5D 8L
SCREED MAN $36.05 IT 5D 8L
iii SHOTCRETE GUNITE $33.59 IT 5D 8L
SLIPFORM PAVERS $36.49 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $36.05 IT 5D 8L
SUBGRADE TRIMMER $36.05 1T 5D 8L
is
TRACTORS,(75 HP&UNDER) $35.69 IT 5D 81
TRACTORS,(OVER 75 HP) $36.05 IT 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $36.05 IT 5D 8L
o' TRANSPORTERS,ALL TRACK OR TRUCK TYPE $36.49 1T 5D 8L
TRENCHING MACHINES $35.69 IT 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $35.69 IT 5D 81
is TRUCK CRANE OILER/DRIVER(100 TON&OVER) $36.05 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE $33.59 IT 5D 8L
YO YO PAY DOZER $36.05 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER
or
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $29.97 4A 5A
so SPRAY PERSON $28.35 4A 5A
TREE EQUIPMENT OPERATOR $28.75 4A 5A
TREE TRIMMER $26.62 4A 5A
NO TREE TRIMMER GROUNDPERSON $19.48 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $43.46 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
iro JOURNEY LEVEL
_ $19.25 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $23.47 1
err, RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $36.15 1M 5D
RESIDENTIAL DRYWALL TAPERS
imp
LEVEL $22.18 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
RESIDENTIAL GLAZIERS
+l JOURNEY LEVEL $24.84 2E 5G
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1
err
Page 7
us
KING COUNTY .
iiii
Effective 03-03-02
(See Benefit Code Key)
Over oil
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL LABORERS 1e
JOURNEY LEVEL $18.12 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $14.83 1 ill
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $27.87 1G 5A
RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS
di
JOURNEY LEVEL $43.46 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $26.23 1J 5A
RESIDENTIAL SOFT FLOOR LAYERS MI
JOURNEY LEVEL $3060 1B 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $15.37 1
Ili
ROOFERS
JOURNEY LEVEL $32.53 1R 5A
I.
USING IRRITABLE BITUMINOUS MATERIALS $35.53 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $39.68 1J 6L
SIGN MAKERS&INSTALLERS(ELECTRICAL)
SIGN INSTALLER $23.36 1 ill
SIGN MAKER $16.84 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL)
SIGN INSTALLER $17.31 1
WI
SIGN MAKER
$15.61 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $3060 1B 5A
SOLAR CONTROLS FOR WINDOWS le
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $42.48 1B 5C tiii
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $935 1
INSTRUMENT PERSON — $11.40 1
PARTY CHIEF $1340 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE al
CABLE SPLICER $24.74 2B 5A
HOLE DIGGER/GROUND PERSON $13.18 2B 5A
INSTALLER(REPAIRER) $23.66 2B 5A el
JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A
SPECIAL APPARATUS INSTALLER I $24.74 2B 5A
SPECIAL APPARATUS INSTALLER II $2421 28 5A
Eli
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $24.74 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $22.91 2B 5A
TELEVISION GROUND PERSON $12.42 2B 5A
TELEVISION UNEPERSON/INSTALLER $17.02 2B 5A Illi
TELEVISION SYSTEM TECHNICIAN $20.54 2B 5A
TELEVISION TECHNICIAN $18.33 2B 5A
TREE TRIMMER $22.91 2B 5A
iii
Page 8
tie
KING COUNTY
Effective 03-03-02
** *, ,try , ********** ********+*** # ,
(See Benefit Code Key)
+�► Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ow TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $32.83 1H 5A
TILE,MARBLE&TERRAZZO FINISHERS
rr FINISHER $26.66 1H 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $27.67 1K 5A
TRUCK DRIVERS
ow ASPHALT MIX(TO 16 YARDS) $33.48 1T 513 8L
ASPHALT MIX(OVER 16 YARDS) $34.06 1T 5D 8L
DUMP TRUCK $33.48 IT 5D 8L
DUMP TRUCK&TRAILER $34.06 1T 5D 8L
OTHER TRUCKS $34.06 1T 50 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
$17.71 1
OILER $12.97 1
WELL DRILLER $17.68 1
emir
it
arr
IMP
use
are
oir
ownr
rrrr
Page 9
yr
BUILDING SERVICE EMPLOYEES -Effective: 3/3/02 Page 1 of 4
IMO
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates for Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the
hourly rate of fringe benefits.On public works projects,workers'wage and benefit
rates must add to not less than this total.A brief description of overtime calculation
requirements is provided by clicking on the benefit code.
•
o. BUILDING SERVICE EMPLOYEES
Effective 3/3/02
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, FERRY, LINCOLN AND SPOKANE
IMO JANITOR $7.82 1
SHAMPOOER $7.98 1
WAXER $7.98 1
4. WINDOW CLEANER $10.96 1
Counties Covered:
ASOTIN, COLUMBIA, ISLAND, SAN JUAN, SKAMANIA AND WAHKIAKUM
JANITOR $6.90 1
SHAMPOOER $6.90 1
"" WAXER $6.90 1
WINDOW CLEANER $6.90 1
Counties Covered:
BENTON
JANITOR $7.74 1
+ir SHAMPOOER $11.14 1
WAXER $8.39 1
WINDOW CLEANER $8.67 1
Counties Covered:
CHELAN
�.. JANITOR $7.29 1
SHAMPOOER $11.14 1
WAXER $8.14 1
http://www.lni.wa.gov/prevailingwage/jwages/20021BUIL.htm 04/02/2002
BUILDING SERVICE EMPLOYEES -Effective: 3/3/02 Page 2 of 4
WINDOW CLEANER $9.14 1
Counties Covered:
CLALLAM
JANITOR $8.47 1
SHAMPOOER $8.97 1
WAXER $8.97 1
WINDOW CLEANER $13.22 1 a►
Counties Covered:
CLARK
JANITOR $10.61 1
SHAMPOOER $12.55 1
WAXER $12.55 1
WINDOW CLEANER $16.49 1
Counties Covered:
COWLITZ
JANITOR $10.04 1
SHAMPOOER $12.55 1
WAXER $12.55 1
WINDOW CLEANER $15,89 1
Counties Covered:
DOUGLAS
JANITOR $7.29 1
SHAMPOOER
$11.14 1
WAXER $8.39 1
WINDOW CLEANER $9.14 1
Counties Covered:
FRANKLIN AND KITTITAS
JANITOR $7.29 1
SHAMPOOER $11.14 1
WAXER $8.39 1 iii►
WINDOW CLEANER $9.14 1
Counties Covered:
GARFIELD AND WHITMAN
JANITOR $7.24 1
SHAMPOOER $11.14 1
WAXER $8.14 1
WINDOW CLEANER $8,14 1
Counties Covered:
GRANT
JANITOR $7.24 1
SHAMPOOER $11.14 1
WAXER $8,89 1
SO
http://www.lni.wa.gov/prevai lingwage/jwages/20021/BUIL.htm 04/02/2002
BUILDING SERVICE EMPLOYEES -Effective: 3/3/02 Page 3 of 4
aio
WINDOW CLEANER $9.14 . 1
Counties Covered:
GRAYS HARBOR
wr
JANITOR $7.25 1
SHAMPOOER $11.25 1
WAXER $8.97 1
ell WINDOW CLEANER $13.22 1
Counties Covered:
JEFFERSON, KITSAP, LEWIS, MASON AND PACIFIC
JANITOR $8.47 1
SHAMPOOER $8.97 1
WAXER $8.97 1
WINDOW CLEANER $13.22 1
Counties Covered:
KING
JANITOR $13.45 2F 5S
TRAVELING WAXER/SHAMPOOER $13.95 2F 5S
WINDOW CLEANER (NON-SCAFFOLD) $17.54 2F 5S
WINDOW CLEANER (SCAFFOLD) $18.53 2F 5S
Counties Covered:
KLICKITAT AND SKAGIT
JANITOR $10.00 1
SHAMPOOER $6.90 1
WAXER $6.90 1
"" WINDOW CLEANER $6.90 1
Counties Covered:
OKANOGAN
JANITOR $7.24 1
SHAMPOOER $10.00 1
�► WAXER $8.14 1
WINDOW CLEANER $9.14 1
Counties Covered:
.. PEND OREILLE
JANITOR $6.90 1
tor SHAMPOOER $8.50 1
WAXER $6.90 1
WINDOW CLEANER $9.00 1
Counties Covered:
PIERCE
JANITOR $9.37 1
SHAMPOOER $10.08 1
WAXER $10.08 1
http://www.lni.wa.gov/prevai lingwage/jwages/20021/BUIL.htm 04/02/2002
BUILDING SERVICE EMPLOYEES -Effective: 3/3/02 Page 4 of 4
•
WINDOW CLEANER $13.22 1
Counties Covered:
SNOHOMISH
JANITOR $8.73 1 ego
SHAMPOOER $9.23 1
WAXER $9.23 1
WINDOW CLEANER $13.48 1
Counties Covered:
STEVENS
JANITOR $7.82 1
SHAMPOOER $8.50 1
WAXER $7.98 1
WINDOW CLEANER $10.96 1
Counties Covered:
THURSTON •
JANITOR $8.47 1
SHAMPOOER $10.32 1
WAXER $8.97 1
WINDOW CLEANER $10.84 1
Counties Covered:
WALLA WALLA
JANITOR $7.14 1
SHAMPOOER $11.14 1
WAXER $8.14 1
WINDOW CLEANER $9.14 1
Counties Covered:
WHATCOM
JANITOR $7.00 1
SHAMPOOER $6.90 1
WAXER $6.90 1
WINDOW CLEANER $8.50 1
Counties Covered:
YAKIMA
JANITOR $7.14 1
SHAMPOOER $11.14 1
WAXER $8.39 1
WINDOW CLEANER $9.14 1
•
a
Sri
http://www.lni.wa.gov/prevailingwage/jwages/20021/BUIL.htm 04/02/2002
FABRICATED PRECAST CONCRETE PRODUCTS -Effective: 3/3/02 Page 1 of 2
State of Washington
4.• DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section -Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates for Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the
hourly rate of fringe benefits.On public works projects,workers'wage and benefit
rates must add to not less than this total.A brief description of overtime calculation
requirements is provided by clicking on the benefit code.
FABRICATED PRECAST CONCRETE PRODUCTS
Effective 3/3/02
VIP
Benefit Code Key
Prevailing Overtime Holiday Note
Classification - Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD,
dip GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND
WHITMAN
ALL CLASSIFICATIONS $9.96 1
10 Counties Covered:
CHELAN, KITTITAS, KLICKITAT AND SKAMANIA
ALL CLASSIFICATIONS $8.61 1
Counties Covered:
CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP, LEWIS,
MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM
ALL CLASSIFICATIONS $13.50 1
Counties Covered:
.• KING
ARCHITECTURAL AND PRESTRESSED $11.05 1
CONCRETE - All Classifications
MO
ALL OTHER CONCRETE PRODUCTS - $18.77 1B 6S
Carpenter
es ALL OTHER CONCRETE PRODUCTS - Clean-up $17.99 1B 6S
ALL OTHER CONCRETE PRODUCTS - $18.24 1B 6S
Fabricator
em ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 1B 6S
ALL OTHER CONCRETE PRODUCTS - $18.77 1B 6S
Maintenance
ALL OTHER CONCRETE PRODUCTS - Operator $18.24 1B 6S
http://www.lni.wa.gov/prevailingwage/jwages/20021/FABR.htm 04/02/2002
FABRICATED PRECAST CONCRETE PRODUCTS -Effective: 3/3/02 Page 2 of 2
ALL OTHER CONCRETE PRODUCTS -Wet $17.99 1B 6S
Pour air
ALL OTHER CONCRETE PRODUCTS -Yard $17.99 1B 6S
Patch
Counties Covered:
PIERCE
ALL CLASSIFICATIONS $10.00 1 iti
Counties Covered:
SPOKANE
LABORER $6.90 1 two
MACHINE OPERATOR $10.33 1
Counties Covered:
WHATCOM
CARPENTER $11.43 1
CONCRETE FINISHER $12.53 1
LABORER $8.43 1
REBAR $14.60 1
Counties Covered:
YAKIMA
CRAFTSMAN $8.65 1
LABORER $6.90 1
PRODUCTION WORKER $7,15 1
•
eri
aro
•
ii
•
http://www.lni.wa.gov/prevailingwage/jwages/20021/FABR.htm 04/02/2002
INDUSTRIAL ENGINE AND MACHINE MECHANICS -Effective: 3/3/02 Page 1 of 1
w.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
- Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates for Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the
Imp hourly rate of fringe benefits. On public works projects,workers'wage and benefit
rates must add to not less than this total.A brief description of overtime calculation
requirements is provided by clicking on the benefit code.
INDUSTRIAL ENGINE AND MACHINE MECHANICS
Effective 3/3/02
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, BENTON, CHELAN, CLALLAM, CLARK, COLUMBIA, COWLITZ,
DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, GRAYS HARBOR, ISLAND,
JEFFERSON, KING, KITSAP, KITTITAS, KLICKITAT, LEWIS, LINCOLN, MASON,
OKANOGAN, PACIFIC, PEND OREILLE, PIERCE, SAN JUAN, SKAGIT, SKAMANIA,
SNOHOMISH, SPOKANE, STEVENS, THURSTON, WAHKIAKUM, WALLA WALLA,
wi° WHATCOM, WHITMAN AND YAKIMA
MECHANIC $15.65 1
IMO
'1" http://www.lni.wa.gov/prevailingwage/jwages/20021/INDE.htm 04/02/2002
METAL FABRICATION(IN SHOP)-Effective: 3/3/02 Page 1 of 3
rot
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
aii
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540, Olympia,WA 98504-4540
Washington State Prevailing Wage Rates for Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the
hourly rate of fringe benefits.On public works projects,workers'wage and benefit +o
rates must add to not less than this total.A brief description of overtime calculation
requirements is provided by clicking on the benefit code.
METAL FABRICATION (IN SHOP)
Effective 3/3/02
or
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN
FITTER/WELDER $12.76 1
LABORER $8.13 1
MACHINE OPERATOR $12.66 1 Ile
PAINTER $10.20 1
Counties Covered:
BENTON
LABORER $7.06 1
MACHINE OPERATOR $10.53 1 �r
PAINTER $9.76 1
WELDER $16.70 1
Counties Covered:
CHELAN
FITTER $15.04 1 •
LABORER $8.77 1
MACHINE OPERATOR $9.71 1
is
PAINTER $9.93 1
WELDER $12.24 1
Counties Covered: ■r
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC, SAN
JUAN AND SKAGIT
FITTER/WELDER $15.16 1
sit
http://www.lni.wa.gov/prevailingwage/jwages/20021/META.htm 04/02/2002
SHEET METAL WORKERS -Effective: 3/3/02 Page 1 of 1
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section -Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates for Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the
hourly rate of fringe benefits. On public works projects,workers'wage and benefit
rates must add to not less than this total. A brief description of overtime calculation
requirements is provided by clicking on the benefit code.
imp
SHEET METAL WORKERS
Effective 3/3/02
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, ASOTIN, CHELAN, DOUGLAS, FERRY, GRANT, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS AND WHITMAN
JOURNEY LEVEL (FIELD OR SHOP) $31.33 1B 5A
Counties Covered:
so BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, KLICKITAT, WALLA WALLA AND
YAKIMA
JOURNEY LEVEL (FIELD OR SHOP) $34.29 1B 5A
Counties Covered:
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, KING, KITSAP, LEWIS, MASON,
e•
PACIFIC, PIERCE, SNOHOMISH, THURSTON AND WAHKIAKUM
JOURNEY LEVEL (FIELD OR SHOP) $39.68 1J 6L
Counties Covered:
CLARK AND SKAMANIA
JOURNEY LEVEL (FIELD OR SHOP) $38.60 1B 5A
Counties Covered:
JEFFERSON
JOURNEY LEVEL (FIELD OR SHOP) $33.53 1
Counties Covered:
SAN JUAN, SKAGIT AND WHATCOM
JOURNEY LEVEL (FIELD OR SHOP) $35.65 1J 5G
IWO
http://www.lni.wa.gov/prevailingwage/jwages/20021/SHEE.htm 04/02/2002
SIGN MAKERS &INSTALLERS (ELECTRICAL) -Effective: 3/3/02 Page 1 of 2
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section -Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates for Public Works Contracts ' "
The PREVAILING WAGES listed here include both the hourly wage rate and the
hourly rate of fringe benefits.On public works projects,workers'wage and benefit
rates must add to not less than this total.A brief description of overtime calculation
requirements is provided by clicking on the benefit code.
IMO
SIGN MAKERS & INSTALLERS (ELECTRICAL) •
Effective 3/3/02
trig
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered: iit
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN
JOURNEY LEVEL $13.91 1 ogit
Counties Covered:
CHELAN, DOUGLAS, GRANT AND OKANOGAN
JOURNEY LEVEL $24.63 1
Counties Covered:
CLALLAM AND JEFFERSON
JOURNEY LEVEL $19.29 1
Counties Covered:
CLARK
JOURNEY LEVEL $19.27 1
Counties Covered:
COWLITZ AND WAHKIAKUM
JOURNEY LEVEL $16.88 1
Counties Covered:
GRAYS HARBOR, LEWIS, MASON, PACIFIC AND THURSTON
JOURNEY LEVEL $18.04 1
Counties Covered:
ISLAND, SKAGIT AND WHATCOM
JOURNEY LEVEL $16.03 1
Counties Covered: oil
KING
SIGN INSTALLER $23.36 1
http://www.lni.wa.gov/prevailingwage/jwages/20021/SIGE.htm 04/02/2002
SIGN MAKERS &INSTALLERS (ELECTRICAL) -Effective: 3/3/02 Page 2 of 2
SIGN MAKER $16.84 1
Counties Covered:
KITSAP
JOURNEY LEVEL $20.58 1
Counties Covered:
KLICKITAT AND SKAMANIA
JOURNEY LEVEL $16.83 1
Counties Covered:
PIERCE AND SNOHOMISH
JOURNEY LEVEL $26.17 1
Counties Covered:
SAN JUAN
JOURNEY LEVEL $9.75 1R
.•
aw
orr
alli
IOW
http://www.Ini.wa.gov/prevailingwage/jwages/20021/SIGE.htm 04/02/2002
SIGN MAKERS &INSTALLERS (NON-ELECTRICAL)-Effective: 3/3/02 Page 1 of 2
e
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section-Telephone(360)902-5335
PO Box 44540,Olympia,WA 98504-4540
Washington State Prevailing Wage Rates for Public Works Contracts •
The PREVAILING WAGES listed here include both the hourly wage rate and the
hourly rate of fringe benefits.On public works projects,workers'wage and benefit
rates must add to not less than this total.A brief description of overtime calculation
requirements is provided by clicking on the benefit code.
SIGN MAKERS & INSTALLERS (NON—ELECTRICAL) or
Effective 3/3/02
imo
Benefit Code Key
Prevailing Overtime Holiday Note
Classification Wage Code Code Code
Counties Covered:
ADAMS, FERRY, LINCOLN, PEND OREILLE, STEVENS AND WHITMAN
JOURNEY LEVEL $13.91 1
Counties Covered:
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, GRANT, KITTITAS, WALLA
WALLA AND YAKIMA
JOURNEY LEVEL $14.65 1
Counties Covered:
CHELAN, DOUGLAS AND OKANOGAN '' "
JOURNEY LEVEL $16.14 1
Counties Covered: „ ,
CLALLAM AND JEFFERSON
JOURNEY LEVEL $12.15 1
Counties Covered:
CLARK
JOURNEY LEVEL $29.02 1H 5A
Counties Covered:
COWLITZ AND WAHKIAKUM
JOURNEY LEVEL $16.74 1
Counties Covered:
GRAYS HARBOR, MASON AND PACIFIC
JOURNEY LEVEL $18.04 1 "t"
Counties Covered:
ISLAND AND WHATCOM
http://www.lni.wa.gov/prevailingwage/jwages/20021/SIGN.htm 04/02/2002
SIGN MAKERS &INSTALLERS (NON-ELECTRICAL) -Effective: 3/3/02 Page 2 of 2
JOURNEY LEVEL $26.55 1
Counties Covered:
KING
SIGN INSTALLER $17.31 1
SIGN MAKER $15.61 1
Counties Covered:
KITSAP
JOURNEY LEVEL $9.27 1
Counties Covered:
KLICKITAT AND SKAMANIA
JOURNEY LEVEL $16.83 1
Counties Covered:
LEWIS, SKAGIT AND SNOHOMISH
JOURNEY LEVEL $29.67 1M 5D
Counties Covered:
PIERCE
JOURNEY LEVEL $15.31 1
Counties Covered:
SAN JUAN
JOURNEY LEVEL $9.75 1
Counties Covered:
SPOKANE
ow JOURNEY LEVEL $8.00 1
Counties Covered:
THURSTON
e" JOURNEY LEVEL $14.04 1
Sir
till
+�r
http://www.lni.wa.gov/prevailingwage/jwages/20021/SIGN.htm 04/02/2002
METAL FABRICATION(IN SHOP)-Effective: 3/3/02 Page 2 of 3
LABORER $11.13 1
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
Counties Covered:
CLARK
FITTER $22.72 1J 6U
'r LABORER $16.57 1J 6U
LAYEROUT $23.06 1J 6U
MACHINE OPERATOR $17.08 1J 6U
PAINTER $19.65 1J 6U
WELDER $21.54 1J 6U
Counties Covered:
COWLITZ
lr
FITTER $22.39 1B 6V
LABORER $17.62 1B 6V
MACHINE OPERATOR $22.39 1B 6V
WELDER $22.39 1B 6V
Counties Covered:
GRANT
MP
FITTER/WELDER $10.79 1
PAINTER $7.45 1
.. Counties Covered:
KING
FITTER $15.86 1
11. LABORER $9.78 1
MACHINE OPERATOR $13.04 1
;,w, PAINTER $11.10 1
WELDER $15.48 1
Counties Covered:
to, KITSAP
FITTER $26.96 1
LABORER $6.90 1
MACHINE OPERATOR $13.83 1
WELDER $13.83 1
"` Counties Covered:
KLICKITAT, SKAMANIA AND WAHKIAKUM
FITTER/WELDER $16.99 1
LABORER $10.44 1
MACHINE OPERATOR $17.21 1
r. PAINTER $17.03 1
Counties Covered:
PIERCE
INW
http://www.lni.wa.gov/prevailingwage/jwages/20021/META.htm 04/02/2002
METAL FABRICATION (IN SHOP) -Effective: 3/3/02 Page 3 of 3
iiii
FITTER $15.25 1
LABORER $9.25 1
MACHINE OPERATOR $13.98 1
WELDER $13.98 1 `
Counties Covered:
SNOHOMISH
FITTER/WELDER $15.38 1 ii
LABORER $9.79 1
MACHINE OPERATOR $8.84 1
ai
PAINTER $9.98 1
Counties Covered:
SPOKANE
FITTER $12.59 1
LABORER $7.98 1
MACHINE OPERATOR $13.26 1 IN
PAINTER $10.27 1
WELDER $10.80 1 err
Counties Covered:
THURSTON
FITTER $21.29 1R 6T iii
LABORER $13.52 1R 6T
LAYEROUT $23.22 1R 6T N
MACHINE OPERATOR $16.43 1R 6T
WELDER $19.34 1R 6T
Counties Covered: la
WHATCOM
FITTER/WELDER $13.81 1 x
LABORER $9.00 1
MACHINE OPERATOR $13.81 1
el
Counties Covered:
YAKIMA
FITTER $12.00 1
LABORER $10.31 1
MACHINE OPERATOR $11.32 1
PAINTER $12.00 1
WELDER $11.32 1
Illi
Illi
ili
III
http://www.lni.wa.gov/prevailingwage/jwages/20021/META.htm 04/02/2002
Department of Labor and Industries sure^ STATEMENT OF INTENT TO
Prevailing Wage PAY PREVAILING WAGES
(360)902-5335 v= Public Works Contract
www.lni.wa.gov/prevailing wage +yi goy
ow $25.00 Filing Fee Required
•This form must be typed or printed in ink. Project Name Contract#
•Fill in all blanks or form will be returned for correction(see back).
•Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private)
Ng
APPROVED FORM WILL,RE MAILED'TO THIS ADDRESS Address
Contractor,company or agency name,address,city,state&ZIP+4
Ile City State ZIP+4
Awarding Agency Project Contact Person Phone#
( )
Ili
County where work will be performed City where work will be performed
Bid due date (m/d/y) Date contract awarded (m/d/y)
i
Prime contractor(has contract with the public agency) Contractor Registration No. Do you intend to use subcontractors? Do you intend to use apprentices?
El Yes [J No Li Yes la No
—
it Craft/trade and occupation (Do NOT list apprentices) i Rate of Rate of hourly Estimated no.
Hourly Pay fringe benefits of workers
M
NO
OW
U.
ill
tr Company name,address,city,state,ZIP+4 Indicate total dollar amount
_ _ _ of our contract $
I I hereby certify that the above information is correct and that all
workers I employ on this Public Works Project will be paid no
less than the Prevailing Wage Rate(s) as determined by the
Industrial Statistician of the Department of Labor and Industries.
Contractor Registration No. UBI Title Signature
U
Email address Phone number 7% ' IMr &'`°4'�°' t a:i ` ..
Check Number. Amount
Issued B
APPROVED: Department of Labor and Industries y
tr
N
te By Industrial Statistician Y
tow F700-029-000 statement of intent to pay prevailing wages 2-02 After APPROVAL send white cops to Awarding Agency.
Canary copy-L&I
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based
on the date bids from prime contractor were due to the contract awarding
agency.
Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage
occupation listings.
Nit
Owner/Operators: If the work will be performed by owners/partners,
state"Owner/Operator" under the"Craft"section, and the wage and
fringe need not be completed. Do list the number of owners on the job.
(Individuals who own less than 30%of the company are not considered
to be owner/operators and must be paid prevailing wage.)
All work subcontracted: If all work will be performed by
subcontractors, state"All work subcontracted" under the"Craft"section.
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of
qualified hourly fringe benefits, as defined by RCW 39.12.010, that you
will actually provide to the workers. The amount listed for"Rate of
Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe
Benefits', if any, must equal or exceed the Prevailing Wage rate.
Estimated number of workers Missing
Total Dollar Amount of Your Contract Missing—Enter"time and materials" if applicable. The exact dollar
amount will be required on the Affidavit of Wages Paid form.
Contractor Registration No. or UBI Missing or not registered. Companies not required to obtain a
contractor's registration number need only indicate UBI (i.e.,janitorial,
surveying, truck driving).
Signature Missing—Intent must be signed by an authorized representative.
wr
Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they
must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and •
Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360)
902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO
register with the Washington Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form,use additional Intent forms as needed. Please indicate at the
top of each form"Page 1 of 2","Page 2 of 2',etc. No additional fee is required. No other attachments will be accepted.
Approval of this intent will be based on the information provided by the contractor/subcontractor. It does not signify approval irri
of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Intent to the organization provided on the front of this form.
A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00.
Prevailing wage rates are available on the Internet at www.Lni.wa.gov/prevailingwage
lio
Submit both copies (white and yellow) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT.OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA,WASHINGTON 98504-4835 For questions call(360)902-5335
r
Department of Labor and Industries �•Te AFFIDAVIT OF WAGES PAID
it `�` A;
Prevailing Wage
(360)902-5335 t o= Public Works Contract
www.lni.wagov/prevaling wage obi`°°'' $25.00 Filing Fee Required
' •This form must be typed or printed in ink. Project Name Contract#
•Fill in all blanks or form will be returned for correction(see back).
•Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private)
NW
'..
I i I W f.<_ : i i ! i` ---1,-- g, : Address
Contractor,company or agency name,address,city,state&ZIP+4
City State ZIP+4
two
Awarding Agency Project Contact Person Phone#
( )
Sat County where work was performed City where work was performed
Bid due date (m/d/y) Date contract awarded (m/d/y)
IS I I
Prime contractor(has contract with the public agency) Contractor Registration No. Date work completed (m/d/y) Date Intent filed(m/d/y)
_
/ 1
Craft/trade/occupation and apprentices(For apprentices,give name, Number f Total#firs Rate of Rate of hourly
registration#,trade,dates of work on project and stage of progression) of Workers worked-ea trade Hourly Pay 1 fringe benefits
tiny
Mr
ttrr
WI
Company name,address,city,state,ZIP+4 Indicate total dollar amount
or of your contract
I hereby certify that the above information is correct and that all
— _—
workers I employed on this Public Works Project were paid no
ow less than the Prevailing Wage Rate(s) as determined by the
Industrial Statistician of the Department of Labor and Industries.
Contractor Registration No. UBI Title Signature
iity
Email address Phone numbers )" j , sgg
( ) r, Check Number Amount.
r CERTIFIED: Department of Labor and Industries ,' Issued By:
I
ti
w
to
it
t:
ow By
Industrial Statistician k - ,
affidavit of wages 2-02 After APPROVAL, send white copy to Awarding_Agency.
F700-007-000 af
Canary copy-L.&I
sr
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the
date bids from prime contractor were due to the contract awarding agency.
Date work completed Missing or a date in the future.
Date Intent Filed Missing-An affidavit cannot be approved without the Statement of Intent to Pay
Prevailing Wages being filed.
Craft/trade/occupation Craft not listed, not specific,or does not match prevailing wage occupation
listings.
Owner/Operators: If the work was performed by owners/partners,state
"Owner/Operator"under the"Craft"section,and the wage and fringe need not be
completed. Do list the number of owners on the job. (Individuals who own less
than 30%of the company are not considered to be owner/operators and must be
paid prevailing wage.)
All work subcontracted: If all work was performed by subcontractors,state"All
work subcontracted"under the"Craft"section.
Number of workers each trade Missing
Total number of hours worked each trade Missing
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified
hourly fringe benefits,as defined by RCW 39.12.010,that you actually provided
to the workers. The amount listed for"Rate of Hourly Pay"plus the amount listed
for the"Rate of Hourly Fringe Benefits",if any,must equal or exceed the
Prevailing Wage rate.
Apprentices* Missing information or apprentice not registered*. List each apprentice by name,
registration number,trade,stage of progression, beginning and ending dates of
work performed on the project(m/d/y to m/d/y),and rate of hourly pay and fringe figi
benefits.
Total Dollar Amount of Your Contract Missing—Enter exact amount(not"time and materials").
Contractor Registration No.or UBI Missing or not registered. Companies not required to obtain a contractor's
registration number need only indicate UBI (i.e.,janitorial,surveying,truck
driving).
sit
Signature Missing—Affidavit must be signed by an authorized representative.
* Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hire must be paid
prevailing ioumey level wages for the time preceding the date of registration. Call (360) 902-5323 to verify registration. NOTE:
Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO register with the Washington
Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form,use additional Affidavit forms as needed. Please indicate at the ii
top of each form"Page 1 of 2","Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted.
•
Approval of this Affidavit will be based on the information provided by the contractor/subcontractor. It does not signify
approval of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Affidavit to the organization provided on the front of this form.
Prevailing wage rates are available on the Internet at www.Lni.wa.gov/prevailingwage
•
Submit both copies (white and yellow) and the $25.00 filing fee to:
e
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT. OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA,WASHINGTON 98504-4835 For questions call (360)902-5335
err
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project CAG No.
This is to certify that the prevailing wages have been paid to our employees and our
subcontractors' employees for the period
from through , in
accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department
r of Labor & Industries. This form will be executed and submitted prior to or with the last pay
request.
Company Name
+r.
By:
OW
Title:
rrr
err
+r
w
rr
H:/div/wtr/590zone/PREVAIL.DOC/ag
IMO
irf
till
Srimio
11111i
4iiii
+r•
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
g PRESERVATION OF PUBLIC NATURAL RESOURCES
In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contractor shall secure any
permits or licenses required by, and comply fully with all provisions of the following laws, ordinances, and
ow
resolutions:
King County Ordinance No. 1527 requires Building and Land Development Division and Hydraulics Division
review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution No. 36230
establishes storm drain design standards to be incorporated into project design standards to be incorporated into
err
project design by Engineering Services. Review by Hydraulics Division.
King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778, No. 24553, No. 24834, No.
6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and
r" litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste.
Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air
contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King,
Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions,
ow periodically report to the State information concerning these emissions from his operations, and to make such
information available to the public. See Puget Sound Pollution Control Agency Regulation I.
R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water of the State
consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds,
game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of
all known available and reasonable methods by industries and others to prevent and control the pollution of the
waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the
water of this State any organic or inorganic matter that shall cause or tend to cause pollution of such waters.
The law also provides for civil penalties of$5,000/day for each violation.
R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air
rr.
and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground
or into the waters of this State except at a solid waste disposal site for which there is a valid permit.
R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest debris)
and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school
grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on
which an extreme fire hazard exists.
IMP
R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest fire
conditions.
irr
R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards,
instruction or silvicultural operations.
wrr
R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or
dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting
wo progresses, or at such other times as the department may specify, and in compliance with the law requiring
burning permits.
r
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION
OF PUBLIC NATURAL RESOURCES
R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from borrow pits)
which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations.
W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and burning.
U.S. ARMY CORPS OF ENGINEERS
a,
Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps of Engineers
to issue permits to any persons or corporation desiring to improve any navigable river at their own expense and
risk upon approval of the plans and specifications.
Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816): Authorizes the Secretary of
the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material
into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such
discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or
recreational areas. rr
MISCELLANEOUS FEDERAL LEGISLATION
a
Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse without a
permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint
with the U. S. Attorney and share a portion of the fine.
oil
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
King County Resolution No. 25789 requires an unclassified use permit for filling, quarrying (including borrow
pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land
reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building
and Land Development Division.
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by
Public Works and- eviewed by Building and Land Development Division.
King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, dumping, quarrying and
mining operations except on County right-of-way. Review by Building and Land Development Division.
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME NO
Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects_ (King County Department of
Public Works will obtain.)
•
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before
discharge of pollutants from a point source into the navigable waters of the State of Washington.
H:forms/envirpol/bh
Page 2 of 4
a
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION
OF PUBLIC NATURAL RESOURCES
W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water
(such as gravel washing, pit operations, Or any operation which results in a discharge which contains turbidity).
�r.
W.A.C. 508-12-100: Requires permit to use surface water.
W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology
whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the
diversion of water.
W.A.C. 508-12-220: Requires permit to use ground water.
W.A.C. 508-12-260: Requires permit to construct reservoir for water storage.
r
W.A.C. 508-12-280: Requires permit to construct storage dam.
Ulf W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures
one for design. Contractor secures one for his operation (false work design, etc.)
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for recreational
r purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict
o
burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire
weather or to prevent restriction of visibility and excessive air pollution.
rrr
R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber.
R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber.
R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone, and earth
from borrow pits).
+rr
UNITED STATES ARMY CORPS OF ENGINEERS
wrr Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than bridges, see
U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will
obtain.)
wr
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010, 52.28.020, 52.28.030, 52.28.040, 52.28.050: Provides authority for, requirements of, and
penalties for failure to secure a fire permit for building an open fire within a fire protection district.
ON
air
H:formsfenvirpol/bh
Page 3 of 4
a
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION
OF PUBLIC NATURAL RESOURCES
rrr
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3, 1899, General Bridge Act of March 23, 1906, and General
we
Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of bridge on navigable
waters (King County Department of Public Works will obtain). King County Department of Public Works will
comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of
Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act
of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY
Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor should be
sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires), Section 9.04
(particulate matter -- dust), and Section 9.15 (preventing particulate matter from becoming airborne).
ENVIRONMENTAL PROTECTION AGENCY
Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior
to the demolition of any structure containing asbestos material (excluding residential structures having fewer than
five (5) dwelling units).
The above requirements will be applicable only where called for on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the
Director of Public Works, 900 King County Administration Building, Seattle, WA. 98104.
It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs
resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made.
All permits will be available at construction site.
S
a
S
a
S
S
i
H:forms/envirpo(/bh
Pace 4 of 4
e
City of Renton
SUPPLEMENTAL
SPECIFICATIONS
for the
1996
Standard Specifications
for Road, Bridge,
so
and Municipal Construction
O
lei
ow
Adopted May 19, 1997
Washington State Department of Transportation
as IVA
�N�IIN American Public Works Association Washington State Chapter
r 1 ►JJr
err
CITY OF RENTON STANDARD SPECIFICATIONS
The City of Renton Standard Specifications for Municipal Construction(hereafter referred to as The Renton
Standards) shall apply to all work performed within the public right-of-way by, or for, the City of Renton; or work
performed as an extension, betterment or addition to any of the City's utility, or transportation systems.
The Renton Standards are comprised of the following documents:
Standard Specifications
The Standard Specifications are "The 1996 Standard Specifications for Road, Bridge, and Municipal
Construction (English)" published by the Washington State Department of Transportation and the American Public
Works Association, Washington Chapter.
WSDOT Amendments
WSDOT Amendments are changes to the Standard Specifications published on a quarterly basis by WSDOT. a
The included Index to Amendments lists all amendments received and acknowledged by the time of publication of
this document. These Amendments shall be considered a part of the Standard Specifications.
Standard Plans a
The Standard Plans are selected pages of "The Standard Plans for Road and Bridge Construction" as
published by the Washington State Department of Transportation and the Washington State Chapter of the
American Public Works Association, adopted by the City of Renton, and bound together with those standard plans
created by the City of Renton. An appendix contains the original WSDOT/APWA index showing the disposition
(Adopted, Replaced, or Deleted) of all original pages.
Supplemental Specifications
The City of Renton Supplemental Specifications is a compilation of the revisions made to the original
WSDOT/APWA document, as modified by the adopted WSDOT Amendments, and is produced to be used a
together with the original document(s).
Where changes are being made to the 1996 Standard Specifications sufficient amounts of the original
(WSDOT/APWA) text is reproduced to provide clarity and context. All original text being deleted is shown with
a line through the characters. (This is deleted.) All replacement text or text being added is shown as underlined
type. Sections being deleted in their entirety are so stated and not shown. When a section is described as being
revised, sufficient text from the original section is shown with cross-outs and boldface to show the revisions.
When a section is supplemented, existing text that is not being changed is not shown unless needed to clarify the
meaning of the added text.
Each item in the Supplemental Specifications signifies the source that wrote the item in parentheses following
the listing of the section number and title:
(APWA) Signifies an item taken verbatim from the Division 1 APWA Supplement to the 1996 Standard
Specifications.
(SA) Signifies that the section has been modified from the original State text by an amendment
produced by WSDOT. The text of the subject section is shown as modified by the amendment,
otherwise WSDOT Amendments are not shown in this document except for their listing in the
Index to Amendments.
(RC) Signifies an item produced by the City of Renton or an APWA or State Amendment that has
been rewritten by Renton.
Those documents listed above shall govern all work, except as these standards may be modified or superseded
by project-specific plans, special provisions or other documents officially approved by the City of Renton.
a
All work within the public right-of-way performed by other agencies or private parties working under permit
authority of the City of Renton shall follow these standards with the exception of those requirements which pertain
to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the
wig
Planning/Building/Public Works Department, Municipal Building, Renton, Washington 98055, where they may be
examined and copied by any interested party.
Page-RS-i
A....; ;.... n...,,. d�,... 10 /007
irr
Table of Contents
CITY OF RENTON STANDARD SPECIFICATIONS
Division 1 General Requirements 1
1-01 Definitions and Terms 1
1-02 Bid Procedures and Conditions 2
1-03 Award and Execution of Contract 2
1-04 Scope of the Work 3
irr 1-05 Control of Work 3
1-06 Control of Material 7
1-07 Legal Relations and Responsibilities to the Public 7
1-08 Prosecution and Progress 12
1-09 Measurement and Payment 14
1-10 Temporary Traffic Control 18
1-11 Renton Surveying Standards 19
Division 2 Earthwork 22
2-02 Removal of Structures and Obstructions 22
2-03 Roadway Excavation and Embankment 22
2-04 Haul 23
2-06 Subgrade Preparation 23
2-09 Structure Excavation 23
Division 3 Production From Quarry and Pit Sites and Stockpiling 25
3 No supplemental specifications were necessary 25
Division 4 Bases 25
4 No supplemental specifications were necessary 25
Division 5 Surface Treatments and Pavements 26
5-04 Asphalt Concrete Pavement 26
Division 6 Structures 29
6-12 Rockeries 29
too
Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers, Water Mains, and Conduits 30
7-01 Drains 30
7-02 Culverts 30
7-03 Structural Plate Pipe, Pipe Arch, Arch, and Underpass 30
7-04 Storm Sewers 30
7-05 Manholes, Inlets,and Catch Basins 31
■r 7-08 General Pipe Installation Requirements 32
7-10 Trench Exc., Bedding,and Backfill for Water Mains 34
7-11 Pipe Installation for Water Mains 34
7-12 Valves for Water Mains 37
frig 7-14 Hydrants 38
7-15 Service Connections 39
7-17 Sanitary Sewers 39
rrr Division 8 Miscellaneous Construction 40
8-09 Raised Pavement Markers 40
8-10 Guide Posts 40
8-13 Monument Cases 40
8-14 Cement Concrete Sidewalks 40
8-17 Impact Attenuator Systems 41
8-20 Illumination,Traffic Signal Systems, and Electrical 41
8-22 Pavement Marking 47
8-23 Temporary Pavement Markings 48
Page-RS-ii
Revision Date:May 19, 1997
Division 9 Materials 49 5
9-00 Definitions and Tests 49
9-02 Bituminous Materials 49
9-04 Joint and Crack Sealing Materials 50
9-05 Drainage Structures, Culverts, and Conduits 50
9-06 Structural Steel and Related Materials 51
9-08 Paints 51
9-23 Concrete Curing Materials and Admixtures 52
9-29 Illumination,Signals, Electrical 52
9-30 Water Distribution Materials 58
INDEX TO WSDOT AMENDMENTS 60
WSDOT AMENDMENTS 60
S
tli
ilk
S
a
S
S
Page-RS-iii
Revision Date:May 19, 1997
as
1-01 Definitions and Terms 1-01 Definitions and Terms
Department shall also refer to the Department of
as Planning/Building/Public Works Administrator.
Division 1
Special Provisions(RC)
General Requirements Modifications to the
standard specifications and—the amendm th d d
Ur s{oci€tcatieas and supplemental specifications that apply to an
individual project. The special provisions may describe work the
1-01 Definitions and Terms specifications do not cover. Such work shall comply first with the
irr special provisions and then with any specifications that apply. The
SECTION 1-01.1 IS REVISED BY ADDING THE FOLLOWING: Contractor shall include all costs of doing this work within the bid
prices.
1-01.1 General (RC) State(RC)
as Whenever reference is made to the State, Commission, The state of Washington acting through its representatives.
Department of Transportation, Secretary of Transportation, The State shall also refer to The City of Renton and its authorized
Owner, Contracting Agency or Engineer, such reference shall be representatives where applicable.
deemed to mean the City of Renton acting through its City Council, Contract Documents(APWA)
employees, and duly authorized representatives for all contracts The component parts of the contract which may include, but
administered by the City of Renton. are not limited to, the Proposal Form, the Contract Form, bonds,
insurance certificates, various other certifications and affidavit, the
SECTION 1-01.3 IS REVISED AND SUPPLEMENTED BY Contract Provisions, the Contract Plans, Working Drawings, the
so THE FOLLOWING: Standard Specifications, the Standard Plans, Addendum, and
1-01.3 Definitions(RC, APWA) Change Orders.
Dates(APWA)
Act of god(RC) Bid Opening Date(APWA)
WO
"Act of God" means an earthquake, flood, cyclone, or other The date on which the Contractin g Agency publicly A en y p g opens and
cataclysmic phenomenon of nature. A rain, windstorm, high water reads the bids.
or other natural phenomenon of unusual intensity for the specific Award Date(APWA, RC)
locality of the work, which might reasonably have been anticipated The date of the formal decision of the Contracting Agency to
as
from historical records of the general locality of the work, shall not accept the lowest responsible and responsive Bidder for the work.
be construed as an act of god. Contract Execution Date(APWA)
Consulting Engineer(RC) The date the Contracting Agency officially binds the agency to
Up The Contracting Agency's design consultant, who may or may the Contract.
not administer the construction program for the Contracting Notice to Proceed Date(APWA)
Agency. The date stated in the Notice to Proceed on which the Contract
Day(RC) time begins.
+W Unless otherwise designated, day(s) as used in the Contract Contract Completion Date(APWA, RC)
Documents, shall be understood to mean working days. The date by which the work is contractually required to be
Or Equal(RC) completed. The Contract Completion Date will be stated in the
Where the term "or equal" is used herein, the Contracting Notice to Proceed. Revisions of this date will be authorized in
as Agency, or the Contracting Agency on recommendation of the writing by the Engineer whenever there is an extension to the
engineer, shall be the sole judge of the quality and suitability of the Contract time.
proposed substitution. Final Acceptance Date(APWA, RC)
The responsibility and cost of furnishing necessary evidence, The date on which the Contracting Agency accepts the work
is
demonstrations, or other information required to obtain the as complete per contract requirements.
approval of alternative materials or processes by the Owner shall Material(APWA)
be entirely borne by the Contractor. Any substance specified for use in the construction of the
as Owner(RC) project and its appurtenances which enters into and forms a part of
The City of Renton, or its authorized representative. Also the finished structure or improvement and is capable of being so
referred to as Contracting Agency. used and is furnished for that purpose.
Plans(RC) Materialman(APWA)
up The contract plans and/or standard plans which show location, A person or organization who furnishes a raw material,
character, and dimensions of prescribed work including layouts, supply, commodity, equipment, or manufactured or fabricated
profiles, cross-sections,and other details. product and does not perform labor at the Project Site;a supplier.
Drawings may either be bound in the same book as the Notice of Award(APWA)
err balance of the Contract Documents or bound in separate sets, and The written notice from the Contracting Agency to the
are a part of the Contract Documents, regardless of the method of successful Bidder signifying the Contracting Agency's acceptance
binding. of the Bid.
The terms "Standard Drawings" or "Standard Details" Notice to Proceed(APWA)
sio generally used in specifications refers to drawings bound either The written notice from the Contracting Agency or Engineer
with the specification documents or included with the Plans or the to the Contractor authorizing and directing the Contractor to
City of Renton Standard Plans. proceed with the Work and establishing the date on which the
r
Secretary, Secretary of Transportation(RC) Contract Time begins.
The chief executive officer of the Department and other
authorized representatives. The chief executive officer to the
Page-SP-1
Revision Date:May 19, 1997
t.:Sf
al
1-02 Bid Procedures and Conditions 1-03 Award and Execution of Contract
1-02 Bid Procedures and Conditions within 5 (five) years from the date of submission. Failure to so rilli
label such materials or failure to timely respond after notice of
SECTION 1-02.1 IS DELETED AND REPLACED BY THE request for public disclosure has been given shall be deemed a
FOLLOWING: waiver by the submitting vendor of any claim that such materials
are, in fact, so exempt. it
1-02.1 Qualifications of Bidder (APWA) SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE
Bidders shall be qualified by experience, financing, FOLLOWING:
equipment, and organization to do the work called for in the 1-02.12 Public Opening of Proposals(APWA) a
Contract Documents. The Contracting Agency reserves the right to
take whatever action it deems necessary to ascertain the ability of The Contracting Agency reserves the right to postpone the
the Bidder to perform the work satisfactorily. This action may date and time for bid opening. Notification to bidder will be by
. include a pre qualification procedure prior to the Bidder being addenda. ti
furnished a proposal form on any contract or a preaward survey of
the Bidder's qualifications prior to award. SECTION 1-02.13 PARAGRAPH 1 IS REVISED AS FOLLOWS:
' SECTION 1-02.2 IS DELETED AND REPLACED BY THE 1-02.13 Irregular Proposals (RCZ oil
FOLLOWING: a. The bidder is not prequalified when so required;
1-02.2 Bid Documents (APWA) SECTION 1-02.14 IS REVISED IN ITEM 3 IN PARAGRAPH 1
iii
Information as to-where Bid Documents can be obtained or TO READ:
reviewed will be found in the Call for Bids for the Work placed in 1-02.14 Disqualification of Bidders (APWA)
the Contracting Agency's official newspaper.
3. A bidder is not {qualified for the work or to the full
SECTION 1-02.4(2) IS SUPPLEMENTED BY REVISING extent of the bid; aril
SENTENCE I, PARAGRAPH I TO READ:
1-02.4(2) Subsurface Information (APWA) 1-03 Award and Execution of Contract
If the Contracting Agency has made subsurface investigation fill
of the site of the proposed work, the boring log data and soil SECTION I-03.1 IS SUPPLEMENTED AS FOLLOWS:
sample test data, and geotechnical reports accumulated by the
Contracting Agency will be made available for inspection by the 1-03.1 Consideration of Bids (RC, APWA)
bidders. The total of extensions, corrected where necessary, and a
SECTION I-02.5 IS SUPPLEMENTED BY ADDING THE including sales taxes where applicable, will be used by the
FOLLOWING: Contracting Agency for award purposes and to fix the amount of
the contract bond.
Iiii
1-02.5 Proposal Form (APWA) All bids will be based on total sum of all schedules of prices.
The Engineer reserves the right to arrange the Bid Forms with No partial bids will be accepted unless so Stated in the call for bids
Alternates, Additives, or Deductives, if such be to the advantage of or special provisions. The City reserves the right however to
the Contracting Agency. The Bidder shall bid on all Additives, award all or any schedule of a bid to the lowest bidder at its
Deductives, or Alternates set forth in the Proposal Forms unless discretion.
otherwise specified in-the Special Provisions. SECTION 1-03.2 IS SUPPLEMENTED BY ADDING THE
iiii
SECTION 1-02.6 IS.SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING: 1-03.2 Award of Contract (RC)
1-02.6 Preparation of Proposal (RC) The contract, bond form, and all other forms requiring
All prices shall be in legible figures and Eaet-words;written in execution, together with a list of all other forms or documents
if
ink or typed.The proposal shall include: required to be submitted by the successful bidder, will be
1. A unit price for each item(omitting digits more than four forwarded to the successful bidder within 10 days of the award.
places to the right of the decimal point), each unit price shall also The number of copies to be executed by the Contractor shall be ti
be written in words; where a conflict arises the written words shall determined by the Contracting Agency.
prevail. SECTION 1-03.3 IS REVISED AND SUPPLEMENTED AS
SECTION 1-02.6(1) IS AN ADDED SUPPLEMENTAL FOLLOWS:
iii
SECTION. 1-03.3 Execution of Contract (APWA, RC)
1-02.6(1) Proprietary Information (RC) Within 20 10 calendar days after receipt from the City of the
Vendors should, in the bid proposal, identify clearly any forms and documents required to be completed by the
mai
material(s) which constitute "(valuable) formula, designs.
Contractors ware, the successful bidder shall return the
drawings, and research data" so as to be exempt from public signed Contracting Agency-prepared contract, an insurance
disclosure, RCW 42.17.310, or any materials otherwise claimed to certification as required by Section 1-07.18, and a satisfactory bond
be exempt, along with a Statement of the basis for such claim of as required by law and Section 1-03.4. If the bidder experiences a
exemption. The Department (or State) will give notice to the circumstances beyond their control that prevents return of the
vendor of any request for disclosure of such information received contract documents within 20 10 calendar days after the award
Page-SP-2 III
Revision Dale:May 19, 1997
ON
1-04 Scope of the Work 1-05 Control of Work
date, the Contracting Agency may grant up to a maximum of 29 10 SECTION 1-04.4 IS SUPPLEMENTED WITH THE
Ur
additional calendar days for return of the documents, provided the FOLLOWING:
Contracting Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by 1Z-CW 39.06.010 1-04.4 Changes (RC)
from executing a contract with a Contractor who is not registered Renton does not have a formal policy or guidelines on cost
or licensed as required by the laws of the state. In addition, the reduction alternatives, but will evaluate such proposals by the
Contracting Agency requires persons doing business with the Contractor on a case-by-case basis.
Contracting Agency to possess a valid City of Renton business
OW license prior to award. SECTION 1-04.11 IS SUPPLEMENTED AS FOLLOWS:
When the Bid Form provides spaces for a business license 1-04.11 Final Cleanup (RC)
number, a Washington State Contractors registration number, or
both the Bidder shall insert such information in the spaces 3. All salvage material as noted on the plans and taken from
0111 provided. The Contracting Agency requires legible copies of the any of the discarded facilities shall, at the engineer's discretion, be
Contractor's Registration and business license be submitted to the carefully salvaged and delivered to the City shops. Any cost
Engineer as part of the Contracting Agency's post-award incurred in salvaging and delivering such items shall be considered
information and evaluation activities. incidental to the project and no compensation will be made.
S' The contract price for "Finish and Cleanup, lump sum," shall
SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE be full compensation for all work, equipment and materials
FOLLOWING TO THE FIRST PARAGRAPH: required to perform final cleanup. If this pay item does not appear
1-03.4 Contract Bond (APWA) in the contract documents then final clean up shall be considered
to incidental to the contract and to other pay item and no further
5. Be accompanied by a power of attorney for the Surety's compensation shall be made.
officer empowered to sign the bond.
or 7. Be signed by an officer of the Contractor empowered to 1-05 Control of Work
sign official statements (sole proprietor or partner). If the
Contractor is a corporation, the bond must be signed by the SECTION 1-05.3 IS REVISED AS FOLLOWS:
president or vice-president, unless accompanied by written proof of
SO the authority of the individual signing the bond to bind the 1-05.3 Plans and Working Drawings (RC)
corporation(i.e.,corporate resolution, power of attorney or a letter
to such effect by the president or vice-president). The Contractor shall submit supplemental working drawings
as required for the performance of the work. The drawings shall be
or 1-04 Scope of the Work on sheets measuring 21 by 36 22 by 34 inches or on sheets with
P dimensions in multiples of 8-1/2 by 11 inches.
SECTION 1-04.1 IS SUPPLEMENTED BY ADDING THE SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE
NO FOLLOWING: FOLLOWING:
1-04.1 Intent of the Contract (RC) 1-05.4 Conformity with and Deviations from Plans
and Stakes (RC)
The Contractor is encouraged to provide to the Engineer prior
or to progress payments an estimate of lump sum work accomplished If the project calls for Contractor supplied surveying, the
to date. The Engineer's calculations and decisions shall be final in Contractor shall provide all required survey work, including such
regard to the actual percentage of any lump sum pay item work as mentioned in Sections 1-05.4, 1-05.5,-1-11 and elsewhere
accomplished and eligible for payment unless another specific in these specifications as being provided by the Engineer.
el
method of calculating lump sum payments is provided elsewhere in SECTION 1-05.5 THE VACANT SECTION IS REPLACED BY
the specifications. THE FOLLOWING:
SECTION 1-04.2 IS REVISED AS FOLLOWS:
we 1-05.5 Construction Stakes (RC)
1-04.2 Coordination of Contract Documents, Plans, If the project calls for Contractor supplied surveying, the
Special Provisions Specifications, and Addenda Contractor shall provide all required survey work, including such
(RC) work as mentioned in Sections 1-05.4, 1-05.5, 1-11 and elsewhere
IMO
Any inconsistency in the parts of the contract shall be resolved in these specifications as being provided by the Engineer. All costs
by following this order of precedence (e.g., 1 presiding over 2, 3, for this survey work shall be included in "Contractor Supplied
4, 5, 6,and 7; 2 presiding over 3,4, 5, 6, and 7;and so forth): Surveying," per lump sum.
1°0r' 1. Addenda 1-05.5(1) General (APWA, RC)
2. Proposal Form
3. Special Provisions The Engineer or Contractor supplied surveyor will provide
4. Contract Plans construction stakes and marks establishing lines, slopes, and grades
imi
as stipulated in Sections 1-05.5(1) and 1-05.5 2 and will perform
5. Amendments to the Standard Specifications p O
6. Supplemental Specifications_ such work per Section 1-11. The Contractor shall assume full
7. Standard Plans responsibility for detailed dimensions, elevations, and excavation
mos 68. Standard Specifications slopes measured from the Engineer or Contractor supplied
surveyor furnished stakes and marks.
or Page-SP-3
Revision Date:May 19, 1997
Ili
1-05 Control of Work 1-05 Control of Work
The Contractor shall provide a work site which has been with major grade changes shall be slope staked to establish grade titil
prepared to permit construction staking to proceed in a safe and before offset hubs are set.
orderly manner. The Contractor shall keep the Engineer or
Contractor supplied surveyor informed of staking requirements and 1-05.5(3) Bridge and Structure Surveys (APWA)
provide at least 48 hours notice to allow the Engineer or Contractor For all structural work such as bridges and retaining walls, the 11
supplied surveyor adequate time for setting stakes. Contractor shall retain as a part of Contractor organization an
Stakes, marks, and other reference points, including existing experienced team of surveyors under direct supervision of a
monumentation, set by Contracting Agency forces shall be licensed surveyor. The Contractor shall ensure that required field
carefully preserved by the Contractor. The Contractor will be measurements and locations, match and fulfill the intended plan Nil
charged for the costs of replacing stakes, markers and dimensions. The Contractor shall provide all surveys required to
- monumentation that were not to be disturbed but were destroyed or complete the structure, except the followingprimary survey control
damaged by the Contractor's operations. This charge will be which will be provided by the Engineer:
deducted from monies due or to become due to the Contractor. 1. Centerline or offsets to centerline of the structure. Ili
Any claim by the Contractor for extra compensation by reason 2. Stations of abutments and pier centerlines.
of alterations or reconstruction work allegedly due to error in the 3. A sufficient number of bench marks for levels to enable
Engineer's line and grade, will not be allowed unless the original the Contractor to set grades at reasonably short distances.
control points set by the Engineer still exist, or unless other 4. Monuments and control points as shown on the Ili
satisfactory substantiating evidence to prove the error is furnished Drawings.
.. the Engineer. Three consecutive points set on line or grade shall be The Contractor shall establish all secondary survey controls,
the minimum points used to determine any variation from a straight both horizontal and vertical, as necessary to assure proper am
line or grade. Any such variation shall, upon discovery, be placement of all project elements based on the primary control
reported to the Engineer. In the absence of such report the points provided by the Engineer. Survey work shall be within the
Contractor shall be liable for any error in alignment or grade. following tolerances:
The Contractor shall provide all surveys required other than 1. Stationing +.01 foot
those to be performed by the Engineer. All survey work shall be 2. Alignment +.01 foot(between successive points)
done in accordance with Section I-11 SURVEYING STANDARDS 3. Superstructure Elevations+.01 foot(from plan elevations)
of these specifications. 4. Substructure Elevations+.05 foot(from plan elevations)
The Contractor shall keep updated survey field notes in a During the progress of the Work, the Contractor shall make
standard field book and in a format set by the Engineer, per Section available to the Engineer all field books including survey
1-11.1(3). These field notes shall include all survey work information, footing elevations,cross sections and quantities.
performed by the Contractor's surveyor in establishing line, grade The Contractor shall be fully responsible for the close
and slopes for the construction work. Copies of these field notes coordination of field locations and measurements with appropriate
shall be provided the Engineer upon request and upon completion dimensions of structural members being fabricated.
of the contract work the field book or books shall be submitted to
the Engineer and become the property of the Contracting Agency. 1-05.5(4) Contractor Supplied Surveying (RC)
If the survey work provided by the Contractor does not meet When the contract provides for Contractor Supplied lim
the standards of the Engineer, then the Contractor shall, upon the Surveying, the Contractor shall supply the survey work required
Engineer's written request, remove the individual or individuals for the project. The Contractor shall retain as a part of the
doing the survey work and the survey work will be completed by Contractor Organization an experienced team of surveyors under
the Engineer at the Contractor's expense. Costs for completing the the direct supervision of a professional land surveyor licensed by slii
survey work required by the Engineer will be deducted from the State of Washington. All survey work shall be done in
monies due or to become due the Contractor. accordance with Sections 1-05.4, 1-05.5 and 1-11.
All costs for survey work required to be performed by the The Contractor and/or Surveyor shall inform the Engineer in
la
Contractor shall be included in the prices bid for the various items writing of any errors,discrepancies,and omissions to the plans that
which comprise the improvement or be included in the bid item for prevent the Contractor and/or Surveyor from constructing the
"Contractor Supplied Surveying" per lump sum if that item is project in a manner satisfactory to the Engineer. All errors,
included in the contracts. discrepancies, and omissions must be corrected to the satisfaction
Ili
of the Engineer before the survey work may be continued.
1-05.5(2) Roadway and Utility Surveys (APWA) The Contractor shall coordinate his work with the Surveyor
The Engineer shall furnish to the Contractor one time only or and perform his operations in a manner to protect all survey stakes
Contractor supplied surveyor will provide as needed, all principal from harm. The Contractor shall inform the Surveyor of the al
lines, grades, and measurements the Engineer deems necessary for Contractor's intent to remove any survey stakes and/or points
completion of the Work. These shall generally consist of one initial before physically removing them.
set of The surveyor shall be responsible for maintaining As-Built
1. Slope stakes for establishing grading, records for the project. The Contractor shall coordinate his gili
2. Curb grade stakes, operations and assist the Surveyor in maintaining accurate As-Built
3. Centerline finish grade stakes for pavement sections records for the project.
wider than 25 feet, and If the Contractor and Surveyor fail to provide, as directed by
4. Offset points to establish line and grade for underground the Engineer and/or these plans and specifications, accurate As- r
utilities such as water, sewers, and storm drains (with offsets, 50' Built records and other work the Engineer deems necessary, the
max interval). Engineer may elect to provide at Contractor expense, a surveyor to
On alley construction projects with minor grade changes, the provide all As-Built records and other work as directed by the
la
Engineer or Contractor supplied surveyor shall provide offset hubs Engineer. The Engineer shall deduct expenses incurred by the
on one side of the alley to establish the alignment and grade. Alleys Engineer-supplied surveying from moneys owed to the Contractor.
Page-SP-4 try
Revision Date: May 19, 1997
IIII
1-05 Control of Work 1-05 Control of Work
Payment per Section 1-04.1 for all work and materials provided by this Section nor shall the exercise of this right diminish
- required for the full and complete survey work required to the Contracting Agency's right to pursue any other avenue for
complete the project and as-built drawings shall be included in the additional remedy or damages with respect to the Contractor's
lump sum price for "Contractor Supplied Surveying-" failure to perform the Work as required.
NMI 1-05.5(5) Contractor Provided As-Built Information SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE
(RC) FOLLOWING:
It shall be the contractors responsibility to record the location 1-05.10 Guarantees (APWA, RC)
prior to the backfilling of the trenches, by centerline station, offset,
um and depth below pavement, of all existing utilities uncovered or If within one year after the Acceptance Date of the Work by
crossed during his work as covered under this project. the Contracting Agency, defective and unauthorized Work is
It shall be the contractors responsibility to have his surveyor discovered, the Contractor shall promptly, upon written order by
or locate by centerline station, offset and elevation each major item of the Contracting Agency, return and in accordance with the
work done under this contract per the survey standard of Section 1-
Engineer's instructions, either correct such Work, or if such Work
11.. Major items of work shall include but not be limited to: has been rejected by the Engineer, remove it from the Project Site
Manholes, Catch basins and Inlets, Valves, vertical and and replace it with non defective and authorized Work, all without
air Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street cost to the Contracting Agency. If the Contractor does not
Lights & Standards. Hydrants, Major Changes in Design Grade, promptly comply with the written order to correct defective and
Vaults,Culverts, Signal Poles, Electrical Cabinets. unauthorized Work, or if an emergency exists, the Contracting
After the completion of the work covered by this contract, the Agency reserves the right to have defective and unauthorized Work
+I contractors surveyor shall provide to the City the hard covered corrected or removed and replaced pursuant to Section 1-05.8
field book(s) containing the as-built notes and one set of white "Owner's Right to Correct Defective and Unauthorized Work."
prints of the project drawings upon which he has plotted the notes The Contractor agrees the above one year limitation shall not
of the contractor locating existing utilities, and one set of white exclude or diminish the Contracting Agency's rights under any law
prints of the project drawings upon which he has plotted the as to obtain damages and recover costs resulting from defective and
built location of the new work as he recorded in the field book(s). unauthorized work discovered after one year but prior to the
This drawing shall bear the surveyors seal and signature certifying expiration of the legal time period set forth in RCW 4.16.040
it's accuracy. limiting actions upon a contract in writing, or liability expressed or
NIP
All costs for as-built work shall be included in the contract implied arising out of a written agreement.
item "Contractor Supplied Surveying." The Contractor shall warrant good title to all materials,
supplies, and equipment purchased for, or incorporated in the
THE VACANT SECTION 1-05.8 IS REPLACED BY: Work. Nothing contained in this paragraph, however, shall defeat
ON or impair the right of persons furnishing materials or labor, to
1-05.8 Contracting Agency's Right to Correct recover under any bond given by the Contractor for their
Defective and Unauthorized Work (APWA) protection, or any rights under any law permitting such persons to
it If the Contractor fails to remedy defective or unauthorized look to funds due the Contractor in the hands of the Contracting
work within the time specified in a written notice from the Agency.
Engineer, or fails to perform any part of the Work required by the The provisions of this paragraph shall be inserted in all
Contract Documents, the Engineer may correct and remedy such subcontracts and material contracts, and notice of its provisions
aill • work as may be identified in the written notice, by such means as shall be given to all persons furnishing materials for the Work
the Engineer may deem necessary, including the use of Contracting when no formal contract is entered into for such materials.
Agency forces. Section 1-05.11 is deleted and the first two sentences of the
If the Contractor fails to comply with a written order to fourth paragraph of section 1-08.9 is deleted and replaced by the
• remedy what the Engineer determines to be an emergency following:
situation, the Engineer may have the defective and unauthorized 1-05.11 Final Inspection (APWA)
Work corrected immediately, have the rejected Work removed and
rr replaced, or have Work the Contractor refuses w perform
completed by using Contracting Agency or other forces. An 1-05.11(1) Substantial Completion Date (APWA)
emergency situation is any situation which, in the opinion of the When the Contractor considers the work to be substantially
Engineer, a delay in its remedy could be potentially unsafe, or complete, the Contractor shall so notify the Engineer and request
is might cause serious risk of loss or damage to the public. the Engineer establish the Substantial Completion Date. To be
Direct or indirect costs incurred by the Contracting Agency considered substantially complete the following conditions must be
attributable to correcting and remedying defective or unauthorized met:
Work, or Work the Contractor failed or refused to perform, shall 1. The Contracting Agency must have full and unrestricted
Is be paid by the Contractor. Payment will be deducted by the use and benefit of the facilities, both from the operational and
Engineer from monies due, or to become due, the Contractor. Such safety standpoint.
direct and indirect costs shall include in particular, but without 2. Only minor incidental work, replacement of temporary
limitation, compensation for additional professional services substitute facilities, or correction or repair work remains to reach
as required, and costs for repair and replacement of work of others physical completion of the work.
destroyed or damaged by correction, removal, or replacement of The Contractor's request shall list the specific items of work
the Contractor's unauthorized work. in subparagraph two above that remains to be completed in order to
No adjustment in contract time or compensation will be reach physical completion. The Engineer may also establish the
rrr allowed because of the delay in the performance of the Work Substantial Completion Date unilaterally.
attributable to the exercise of the Contracting Agency's rights
r
Page-SP-5
Revision Date: May 19, 1997
I
1-05 Control of Work 1-05 Control of Work
If, after this inspection, the Engineer concurs with the Completion Date cannot be established until testing and corrections 1.1
Contractor that the Work is substantially complete and ready for its have been completed to the satisfaction of the Engineer.
intended use, the Engineer, by written notice to the Contractor, The costs for power, gas, labor, material, supplies, and
will set the Substantial Completion Date. If, after this inspection everything else needed to successfully complete operational testing,
the Engineer does not consider the Work substantially complete and shall be included in the various contract prices related to the system I
ready for its intended use, the Engineer will, by written notice, so being tested, unless specifically set forth otherwise in the Bid
notify the Contractor giving the reasons therefor. Form.
Upon receipt of written notice concurring in or denying Operational and test periods, when required by the Engineer,
substantial completion, whichever is applicable, the Contractor shall not affect a manufacturer's guaranties or warranties furnished Ili
shall pursue vigorously, diligently and without unauthorized under the terms of the Contract.
interruption, the Work necessary to reach Substantial and Physical SECTION 1-05.12 IS DELETED AND REPLACED WITH THE
Completion. The Contractor shall provide the Engineer with a
II
revised schedule indicating when the Contractor expects to reach FOLLOWING:
substantial and physical completion of the work.
1-05.12 Final Acceptance (APWA)
The above process shall be repeated until the Engineer The Contractor must perform all the obligations under the
establishes the Substantial Completion Date and the Contractor Contract before the Completion Date can be established. A Ng
considers the work physically complete and ready for Final Certificate of Completion for the Work issued by the Contracting
Inspection. Agency will establish the Completion Date and certify the Work as
1-05.11(2) Final Inspection Date (APWA) complete. The Final Contract Price may then be calculated. The
Witi
When the Contractor considers the Work physically complete following must occur before the Completion Date can be
and ready for Final Inspection, the Contractor by Written Notice, established and the Final Contract Price calculated:
shall request the Engineer to schedule a final inspection. The 1. The physical work on the project must be complete.
Engineer will set a date for Final Inspection. The Engineer and the 2. The Contractor must furnish all documentation required
mil
Contractor will then make a Final Inspection and the Engineer will
by the Contract and required by law, necessary to allow the
notify the Contractor in writing of all particulars in which the Final Contracting Agency to certify the Contract as complete.
Inspection reveals the Work incomplete or unacceptable. The A Certificate of Completion for the Work, signed by the
Contractor shall immediately take such corrective measures as are Contracting Agency, will constitute acceptance of the Work. The el
necessary to remedy the listed deficiencies. Corrective work shall issuance of this Certificate of Completion will not constitute
be pursued vigorously, diligently, and without interruption until acceptance of unauthorized or defective work or material.
h sical completion of the listed deficiencies. This Failure of the Contractor to perform all of the Contractor's
P Y p process will obligations under the Contract shall not bar the Contracting Agency H
continue until the Engineer is satisfied the listed deficiencies have iiii
been corrected. from unilaterally certifying the Contract complete so the Engineer
If action to correct the listed deficiencies is not initiated within may calculate a Final Contract Price as provided in Section 1-09.9.
7 days after receipt of the Written Notice listing the deficiencies, SECTION 1-05.13 IS SUPPLEMENTED BY REVISING
the Engineer may, upon Written Notice to the Contractor, take PARAGRAPH 7 TO READ: at
whatever steps are necessary to correct those deficiencies pursuant
to Section 1-05.8. 1-05.13 Superintendents, Labor, and Equipment of
Upon correction of all deficiencies, the Engineer will notify Contractor (APWA)
the Contractor and the Contracting Agency, in writing, of the date
upon which the Work was considered physically complete. That Whenever the Contracting Agency evaluates the Contractor's
date shall constitute the:Physical completion date of the Contract, { qualification pursuant to Section 1-02.1, the Contracting Agency
but shall not imply all the obligations of the Contractor under the will take these performance under RCW 17.28.070, it will take
Ili
Contract have been fulfilled.
these reports into account.
SECTION 1-05 IS SUPPLEMENTED BY ADDING THE
1-05.11(3) Operational Testing (APWA) FOLLOWING NEW SECTIONS:
It is the intent of the Contracting Agency to have at the
Completion Date a complete and operable system. Therefore when 1-05.16 Water and Power (APWA)
the Work involves the installation of machinery or other The Contractor shall make necessary arrangements, and shall
mechanical equipment; street lighting, electrical distribution or bear the costs for power and water necessary for the performance
'signal systems; buildings: or other similar work it may be desirable of the Work.
for the Engineer to have the Contractor operate and test the Work
for a period of time after final inspection but prior to the Physical 1-05.17 Oral Agreements (APWA)
Completion Date. Whenever items of work are listed in the
No oral agreement or conversation with any officer, agent, or
Contract Provisions for operational testing they shall be fully tested 11
under operating conditions for the time period specified to ensure employee of the Contracting Agency, either before or after
their acceptability prior to the Physical Completion Date. During execution of the contract, shall affect or modify any of the terms or
and following the test period, the Contractor shall correct any items obligations contained in any of the documents comprising the
of workmanship, materials, or equipment which proves faulty, or contract. Such oral agreement or conversation shall be considered
that are not in first class operating condition. Equipment, electrical as unofficial information and in no way binding upon the
controls. meters, or other devices and equipment to be tested Contracting Agency, unless subsequently put in writing.
during this period, shall be tested under the observation of the
di
Engineer, so that the Engineer may determine their suitability for
the purpose for which they were installed. The Physical
Page-SP-6 illi
Revision Date: May 19, 1997
tr.
1-06 Control of Material 1-07 Legal Relations and Responsibilities to the Public
1-06 Control of Material its payment if the Contractor bases a bid on a misunderstood tax
or liability.
SECTION 1-06.02(2) IS SUPPLEMENTED BY ADDING THE The Contractor shall include all Contractor-paid taxes in the
FOLLOWING: unit bid prices or other contract amounts. In some cases, however,
state retail sales tax will not be included. Section 1-07.2(3)
us
1-06.2(2) Statistical Evaluation of Materials for describes this exception.
Acceptance The Contracting Agency will pay the retained percentage only
UNLESS STATED OTHERWISE IN THE SPECIAL if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all contract-
✓ PROVISIONS STATISTICAL EVALUATION WILL NOT BE related taxes have been paid (RCW 60.28.050). The Contracting
USED BY THE CITY OF RENTON. Agency may deduct from its payments to the Contractor any
amount the Contractor may owe the Washington State Department
1-07 Legal Relations and Responsibilities to of Revenue, whether the amount owed relates to this contract or
the Public not. Any amount so deducted will be paid into the proper State
fund.
SECTION 1-07.1 IS SUPPLEMENTED BY ADDING THE 1-07.2(2) State Sales Tax-Rule 171(APWA)
ito FOLLOWING: WAC 458-20-171, and its related rules, apply to building,
1-07.1 Laws to be Observed (APWA) repairing, or improving streets, roads, etc., which are owned by a
municipal corporation, or_political subdivision of the state, or by
Igo The Contractor shall indemnify,defend,and save harmless the the United States, and which are used primarily for foot or
Contracting Agency (including any agents, officers, and vehicular traffic. This includes storm or combined sewer systems
employees) against any claims that may arise because the within and included as a part of the street or road drainage system
Contractor (or any employee of the Contractor or subcontractor or and power lines when such are part of the roadway lighting system.
tie materialman)violated a legal requirement. For work performed in such cases, the Contractor shall include
In cases of conflict between different safety regulations, the Washington State Retail Sales Taxes in the various unit Bid Item
more stringent regulation shall apply. prices, or other contract amounts, including those that the
The Washington State Department of Labor and Industries Contractor pays on the purchase of the materials, equipment, or
IMP
shall be the sole and paramount administrative agency responsible g Y Po supplies used or consumed in doing the work.
for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA). 1-07.2(3) State Sales Tax-Rule 170 (APWA)
No The Contractor shall maintain at the Project Site office, or WAC 458-20-170, and its related rules, apply to the
other well known place at the Project Site,all articles necessary for constructing and repairing of new or existing buildings, or other
providing first aid to the injured. The Contractor shall establish, structures, upon real property. This includes, but is not limited to,
publish, and make known to all employees,procedures for ensuring the construction of streets, roads, highways, etc., owned by the
ow immediate removal to a hospital, or doctor's care, persons, State of Washington; water mains and their appurtenances; sanitary
including employees, who may have been injured on the Project sewers and sewage disposal systems unless such sewers and
Site. Employees should not be permitted to work on the Project disposal systems are within, and a part of, a street or road drainage
Site before the Contractor has established and made known system; telephone, telegraph, electrical power distribution lines, or
r• procedures for removal of injured persons to a hospital or a other conduits or lines in or above streets or roads, unless such
doctor's care. power lines become a part of a street or road lighting system; and
The Contractor shall have sole responsibility for the safety, installing or attaching of any article of tangible personal property in
efficiency, and adequacy of the Contractor's plant, appliances, and or to real property, whether or not such personal property becomes
— methods, and for any damage or injury resulting from their failure, a part of the realty by virtue of installation.
or improper maintenance, use, or operation. The Contractor shall For work performed in such cases, the Contractor shall collect
be solely and completely responsible for the conditions of the from the Contracting Agency, retail sales tax on the full contract
or Project Site, including safety for all persons and property in the price. The Contracting Agency will automatically add this sales
performance of the work. This requirement shall apply tax to each payment to the Contractor. For this reason, the
continuously, and not be limited to normal working hours. The Contractor shall not include the retail sales tax in the unit Bid Item
required or implied duty of the Engineer to conduct construction prices, or in any other contract amount subject to Rule 170, with
or review of the Contractor's performance does not, and shall not, he the following exception.
intended to include review and adequacy of the Contractor's safety Exception: The Contracting Agency will not add in sales tax
measures in,on,or near the Project Site. for a payment the Contractor or a subcontractor makes on the
SECTION 1-07.2 IS DELETED AND REPLACED BY THE purchase or rental of tools, machinery, equipment, or consumable
utr FOLLOWING: supplies not integrated into the project. Such sales taxes shall be
included in the unit Bid Item prices or in any other contract
1-07.2 State Sales Tax (APWA) amount.
ma 1-07.2(4) Services (APWA)
1-07.2(1) GENERAL (APWA) The Contractor shall not collect retail sales tax from the
The Washington State Department of Revenue has issued Contracting Agency on any contract wholly for professional or
special rules on the state sales tax. Sections 1-07.2(1) through 1- other services (as defined in State Department of Revenue Rules
to 07.2(4) are meant to clarify those rules. The Contractor should 138 and 224).
contact the Washington State Department of Revenue for answers
to questions in this area. The Contracting Agency will not adjust
so Page-SP-7
Revision Date: May 19, 1997
a
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
SECTION 1-07.5(2) IS SUPPLEMENTED BY REVISING THE -,,turbidity shall not exceed 5 NTU over background turbidity when di
TITLE AND SENTENCE 2, PARAGRAPH 2 TO READ: the background turbidity is 50 NTU or less, or have more than a 10
1-07.5(2) State Department of Fish and Wildtifes-e€ percent increase in turbidity when the background turbidity is more
than 50 NTU; for other classes of waters, refer to WAC 173-201-
Wildlife-ancl-Fis' h42.442.6
(APWA, SA) 045. )
Iii
If the work in (I) through (3) above differs little from what The term turbidity means the optical property of sample
the contract requires, the Contracting Agency will measure and pay demonstrating the scattering and absorption of light caused by
for it at unit contract prices. But if contract items do not cover suspended material as expressed in Nephelometric Turbidity Units
those areas, the Contracting Agency will pay pursuant to Section 1 and measured with a calibrated turbidimeter.
Ili
09.4.by agreed price or by force account. Work in (1) through (9) Discharges to a State waterway caused by aggregate washing,
drainage from aggregate pit sites, and stockpiles or dewatering of
pits and excavations shall not increase the existing turbidity of the
receiving waters. Oil
SECTION 1-07) IS SUPPLEMENTED BY ADDING THE Turbid water from the Project Site shall be treated before
FOLLOWING NEW SECTION: being discharged into stream or other State waters. Turbidity may
1-07.11(11) City of Renton Affidavit of Compliance be removed by the use of lagoons or holdingponds, settling basins,
overflow weir, polymer water treatment, discharging to ground
Ail
(RC)''`" surface, by percolation, evaporation or by passing through gravel,
Each Contractor, Subcontractor, Consultant, and or Supplier sand or fiber filters.
shall complete and submit a copy of the "City of Renton Fair 2. Erosion Control: Temporary erosion control shall be
Ail
Practices Policy -Affidavit of Compliance". A copy of this exercised by minimizing exposed areas and slopes until permanent
document will be bound in the bid documents. measures are effective. The minimum exposed area and slopes will
be defined in the Special Provisions. Plastic sheet covering shall be
placed over exposed ground areas to protect from rain erosion. WO
SECTION 1-07.13(1)IS SUPPLEMENTED AS FOLLOWS: Other alternative methods for erosion control under certain
1-07.13(1) General (RC) situations may include netting,mulching with binder, and seeding.
Should rutting and erosion occur the Contractor shall be
During unfavorable weather and other conditions, the responsible for restoring damaged areas and for clean-up of eroded illi
contractor shall pursue only such portions of the work as shall not material including that in ditches, catch basins, manholes, and
be damaged thereby. culverts and other pipes.
No portion of the work whose satisfactory quality or 3. Chlorine Residual: Water containing chlorine residual
efficiency will be affected by unfavorable conditions shall be shall not be discharged directly into storm drains, streams, or State 1 1
constructed while these conditions exist, unless by special means or waters. Chlorine water may be discharged into sanitary sewers or
precautions acceptable to the engineer, the contractor shall be able disposed on land for perculation. Chlorine residual may be reduced
to overcome them. chemically with a reducing agent such as sodium thiosulphate.
Water shall be periodically tested for chlorine residual. +
SECTION 1-07.14 (APWA) IS SUPPLEMENTED BY 4. Vehicle and Equipment Washing: Water used for
REVISING ALL REFERENCES TO "STATE, COMMISSION, washing vehicles and equipment shall not be allowed to enter storm
SECRETARY" OR "STATE" TO READ "CONTRACTING drains, streams or other State waters unless separation of petroleum
itil
AGENCY." products, fresh concrete products or other deleterious material is
accomplished prior to discharge. Detergent solution may be
SECTION 1-07.15-IS REVISED AND SUPPLEMENTED AS discharged into sanitary sewers or allowed to be held on the ground "'°
FOLLOWS: for percolation. A recirculation system for detergent washing is iii
recommended. Steam cleaning units shall provide a device for oil
1-07.15 Temporary Water Pollution Erosion Control separation.
(APWA , RC) 5. Oil and Chemical Storage and Handling: Handling and
If done according to the approved plan or the Engineer's storage of oil and chemicals shall not take place adjacent to iiilii
waterways. The storage shall be made in dike tanks and barrels
orders, temporary water pollution/erosion control work will be with drip pans provided under the dispensing area. Shut-off and
measured and paid for pursuant to Section 1 0911-04.1 through lock valves shall be provided on tanks. Shut-off nozzles shall be
the lump sum item for "Temporary Water Pollution/Erosion provided on hoses. Oil and chemicals shall be dispensed only o
Control.: during daylight hours unless the dispensing area is properly lighted.
If no pay item appears in the contract for "Temporary Water Disposal of waste shall not be allowed on oil and chemical spills.
Pollution/Erosion Control" then all labor, materials, tools and Fencing shall be provided around oil storage. Locks shall be
equipment used to complete the work shall be considered incidental provided on valves, pumps, and tanks.
iii
to other pay items in the Contract and no further compensation
shall be made. 6. Sewage: If a sanitary sewer line is encountered and repair
or relocation work is required, the Contractor shall provide
In addition to other requirements in the Contract Documents blocking and sealing of the sanitary sewer line. Sanitary sewer flow
this temporary work shall include, but is not limited to, the shall be pumped out, collected, and hauled by tank truck or tili
following water quality considerations: pumped directly to a sanitary system manhole for discharge. The
L Turbid Water Treatment Before Discharge: existing sewers shall be maintained by the Contractor without
Determination of turbidity in surface waters shall be at the interruption of service by the use of temporary sewer bypasses. In
discretion of the Engineer; for Lake Class Receiving Waters, addition, the excavated materials adjacent to and around a rupture t6
turbidity shall not exceed 5 NTU (Nephelometric Turbidity Units) of a sanitary sewer line shall be removed from the Project Site and
over background conditions, for Class AA and Class A Waters,
Page-SP-8 Ili
Revision Date:May 19, 1997
wr
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
deposited into refuse trucks. for haul to a sanitary fill site. other temporary obstacles shall be removed by the contractor and
to Equipment and tools in contact with the above materials shall be immediately replace, after the trench is backfilled, in their original
washed by pressure water lines and the attendant wash water position. The contractor shall notify the Contracting Agency and
discharged into a sanitary sewer line for transmission to a sewage property Owner at least 24 hours in advance of any work done on
treatment plant. easements or rights-of-way.
vro Damage to existing structures outside of easement areas
1-07.16 Protection and Restoration of Property that may result from dewatering and/or other construction activity
SECTION 1-07.16(1) IS SUPPLEMENTED BY ADDING THE under this contract shall be restored to their original condition or
or FOLLOWING: better. The original condition shall be established by photographs
taken and/or inspection made prior to construction. All such work
1-07.16(1) Private/Public Property (RC) shall be done to the satisfaction of the property Owners and the
The Contracting Agency will obtain all easements and Contracting Agency at the expense of the contractor.
as franchises required for the project. The contractor shall limit his D. Streets. The contractor will assume all responsibility of
operation to the areas obtained and shall not trespass on private restoration of the surface of all streets(traveled ways) used by him
property. if damaged.
The Contracting Agency may provide certain lands, as In the event the contractor does not have labor or material
to indicated in connection with the work under the contract together immediately available to make necessary repairs, the contractor
with the right of access to such lands. The contractor shall not shall so inform the Contracting Agency. The Contracting Agency
unreasonably encumber the premises with his equipment or will make the necessary repairs and the cost of such repairs shall be
materials. paid by the contractor.
ois The contractor shall provide, with no liability to the The contractor is responsible for identifying and
Contracting Agency, any additional land and access thereto not documenting any damage that is pre-existing or caused by
shown or described that may be required for temporary others.Restoration of excavation in City streets shall be done in
construction facilities or storage of materials. He shall construct accordance with the City of Renton Trench Restoration
NW
all access roads, detour roads, or other temporary work as required Requirements, which is available at the Public Works Department
by his operations. The contractor shall confine his equipment, Customer Services counter on the 4th floor, Renton Municipal
storage of material, and operation of his workers to those areas Building.200 Mill Avenue South.
or shown and described and such additional areas as he may provide.
A. General. All construction work under this contract on SECTION 1-07.17 IS SUPPLEMENTED BY ADDING:
easements,right-of-way,over private property or franchise,shall be 1-07.17 Utilities and Similar Facilities (APWA, RC)
confined to the limits of such easements, right-of-way or franchise.
NW All work shall be accomplished so as to cause the least amount of In addition to the other requirements pursuant to RCW
disturbance and a minimum amount of damage. The contractor 19.122, an act relating to underground utilities and prescribing
shall schedule his work so that trenches across easements shall not penalties, the Contractor shall:
be left open during weekends or holidays and trenches shall not be 1. call the utilities underground location center for field
N' open for more than 48 hours. location of the utilities:
B. Structures. The contractor shall remove such existing Call Before 'You Did
structures as may be necessary for the performance of the work and,
if required, shall rebuild the structures thus removed in as good a The 48 Hour Locators
condition as found. He shall also repair all existing structures which
may be damaged as a result of the work under this contract. 1-800_424-5555
C. Easements. Cultivated areas and other surface
NW improvements. All cultivated areas,either agricultural or lawns,and and
other surface improvements which are damaged by actions of the 2. not begin excavation until all known underground
contractor shall be restored as nearly as possible to their original facilities in the vicinity of the proposed excavation have been
condition. located and marked.
all . Prior to excavation on an easement or private right-of- Location and dimensions shown on the Plans for existing
way, the contractor shall strip top soil from the trench or facilities are in accordance with available information without
construction area and stockpile it in such a manner that it may be uncovering, measuring, or other verification. If a utility is known
replaced by him, upon completion of construction. Ornamental or suspected of having underground facilities within the area of the
or trees and shrubbery shall be carefully removed with the earth proposed excavation, and that utility is not a subscriber to the
surrounding their roots wrapped in burlap and replanted in their utilities underground location center then the Contractor shall give
original positions within 48 hours. individual notice to that utility.
All shrubbery or trees destroyed or damaged, shall be If, in the prosecution of the work, it becomes necessary to
iir interrupt existing surface drainage, sewers, underdrains, conduit,
replaced by the contractor with material of equal quality at no
additional cost to the Contracting Agency. In the event that it is utilities, similar underground structures, or parts thereof, the
necessary to trench through any lawn area, the sod shall be contractor shall be responsible for, and shall take all necessary
carefully cut and rolled and replaced after the trenches have been precautions to protect and provide temporary services for same.
ali backfilled. The lawn area shall be cleaned by sweeping or other The contractor shall, at his own expense, repair all damage to
means,of all earth and debris. such facilities or structures due to this construction operation to the
The contractor shall use rubber wheel equipment similar satisfaction of the City: except for City owned facilities which will
air to the small tractor-type backhoes used by side sewer contractors for be repaired by the utility department at contractor's expense, or by
all work, including excavation and backfill, on easements or rights- the contractor as directed by the City.
of- way which have lawn areas. All fences, markers, mail boxes, or
NO Page-SP-9
Revision Date:May 19, 1997
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
Iiii
SECTION 1-07.18 IS DELETED AND REPLACED BY THE and shall be cause for immediate termination of the contract at the
FOLLOWING: option of the City. ill
The Contractor shall obtain and maintain the minimum
1-07.18 Public Liability and Property Damage — insurance coverage set forth below. By requiring such minimum
Insurance (RC) insurance, the City of Renton shall not be deemed or construed to
may
a
applicable have assessed the risks that ma be a licable to the Contractor.
State Amendment to 1-07.18 is not used. Renton uses the
following: The Contractor shall assess its own risks and if it deems
appropriate and/or prudent, maintain higher limits and/or broader
SECTION 1-07.18(1)IS REPLACED WITH THE FOLLOWING: coverage.
•
Coverage shall include:
1-07.18(1) General (RC) (1) Commercial General Liability - ISO 1993 Form or
The contractor shall obtain and maintain in full force and equivalent. Coverage will be witten on an occurrence basis
effect, from the Contract Execution Date to the Completion Date, and include:
iiii
public liability and property damage insurance with an insurance • Premises and Operations (including_CG2503; General
company(ies) or through sources approved by the State Insurance Aggregate to apply per project, if applicable).
Commissioner pursuant to RCW 48. • Explosion, Collapse and Underground Hazards
The Contractor shall not begin work under the Contract until • Products/Completed Operations ill
the required insurance-alas been obtained and approved by the • Contractual Liability (including Amendatory
Contracting Agency. Insurance shall provide coverage to the Endorsement CG 0043 or equivalent which includes
Contractor, all subcontractors, Contracting Agency and the defense coverage assumed under contract)
Contracting Agency's :consultant. The coverage shall protect • Broad Form Property Damage iiiti
against claims for bodily injuries, personal injuries, including • Independent Contractors
accidental death, as well as claims for property damages which • Personal/Advertising Injury
may arise from any act or omission of the Contractor or the • Stop Gap Liability
subcontractor, or by anyone directly or indirectly employed by (2) Automobile Liability including all ail
either of them. • Owned Vehicles
If warranted work is required the Contractor shall provide the • Non-Owned Vehicles
City proof that insurance coverage and limits established under the • Hired Vehicles •
WI
term of the Contract for work are in full force and effect during the (3) Workers' Compensation
period of warranty work. • Statutory Benefits (Coverage A) - Show Washington
The Contracting Agency may request a copy of the actual Labor&Industries Number
declaration pages(s) for each insurance policy effecting coverage(s) (4) Umbrella Liability(when necessary)
NW
required on the contract prior to the date work commences.Failure • Excess of Commercial General Liability and
of the Contractor to fully comply during the term of the Contract Automobile Liability. Coverage should be as broad as
with the requirements described herin will be considered a material primary.
breach of contract and shall be caused for immediate termination of (5) Professional Liability - (whenever the work under this di
the Contract at the option of the Contracting Agency. Contract includes Professional Liability, (i.e.architectural,
SECTION 1-07.18(2)1S REPLACED WITH THE FOLLOWING: engineering, advertising, or computer programming) the
CONTRACTOR shall maintain professional liability
1-07.18(2) Coverages (RC) covering wrongful acts, errors and/or omissions of the ttr
As part of the response to this proposal, the Contractor shall CONTRACTOR for damage sustained by reason of or in
submit a completed City of Renton Insurance Information form the course of operations under this Contract.
which details specific coverage and limits for this contract. (6) The Contracting Agency reserves the right to request and/or
All coverage provided by the Contractor shall be in a form require additional coverages as may be appropriate based on
and underwritten by a company acceptable to the Contracting work performed(i.e.pollution liability).
Agency. The City requires that all insurers:
1) Be licensed to do business within the State of Washington. CONTRACTOR shall Name CITY OF RENTON, and its
2) Coverage to be on an "occurrence" basis (Professional officers, officials, agents, employees and volunteers as Additional N
Liability and Pollution coverage are acceptable when Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR
written on a claims made basis). The City may also require shall provide CITY OF RENTON Certificates of Insurance,- prior
proof of professional liability coverage be provided for up to commencement of work. The City reserves the right to request imi
w two(2)years after the completion of the project. copies of insurance policies, if at their sole discretion it is deemed
3) The City may request a copy of the actual declaration appropriate. Further, all policies of insurance described above
page(s) for each insurance policy affecting coverage(s) shall:
required by the Contract prior to the date work commences. 1) Be on a primary basis not contributory with any other
iti
4) Possess a minimum A.M. Best rating of AVII (A rating of insurance coverage and/or self-insurance carried by CITY
A XII or better is preferred.) If any insurance carrier OF RENTON.
possesses a rating of less than AVII, the City may make an 2) Include a Waiver of Subrogation Clause.
exception. 3) Severability of Interest Clause(Cross Liability) ON
The City reserves the right to approve the security of the
insurance coverage provided by the insurance company(ies), 4) Policy may not be non-renewed, canceled or materially
g p y p y(ies), terms,
conditions, and the Certificate of Insurance. Failure of the changed or altered unless forty-five (45) days prior written
Contractor to fully comply during the term of the contract with notice is provided to CITY OF RENTON. Notification
these requirements will he considered a material breach of contract shall be provided to CITY OF RENTON by certified mail.
Page-SP-10
Ili
Revision Date: May 19, 1997
rim
1-07 Legal Relations and Responsibilities to the Public 1-07 Legal Relations and Responsibilities to the Public
REPLACE SUPPLEMENTAL SPECIFICATION SECTION I- no obligation or liability of any kind upon the
✓ 07.18(3) 'LIMITS' WITH THE FOLLOWING: company, its agents or representatives".
1-07.18(3) Limits (RC) c. Amend the cancellation clause to state: "Policy may
LIMITS REQUIRED not be non-renewed canceled or materially changed or
em Providing coverage in these stated amounts shall not be altered unless 45 days prior written notice is provided
construed to relieve the contractor from liability in excess of to the City". Notification shall be provided to the City
such limits. The CONTRACTOR shall carry the following by certified mail.
limits of liability as required below:
For Professional Liability coverage only, instead of the
NO Commercial General Liability cancellation language specified above, the City will accept a
General Aggregate* $2,000,000** written agreement that the consultant's broker will provide the
Products/Completed Operations $2,000,000** required notification.
Aggregate
es
Each Occurrence Limit $1,000,000 SECTION 1-07.20 IS REVISED AS FOLLOWS:
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $50,000 1-07.20 Patented Devices, Materials, and Processes
Medical Payments(Any One Person) $5,000 (APWA)
or Stop Gap Liability $1,000,000
* General Aggregate to apply per project The Contractor shall assume all costs arising from the use of
(ISO Form CG2503 or equivalent) patented devices, materials, or processes used on or incorporated in
**Amount may vary based on project risk the work, and agrees to indemnify, defend, and save harmless
to Automobile Liability The Contracting Agency, and their
Bodily Injury/Property Damage $1,000,000 duly authorized agents and employees from all actions of any
(Each Accident) nature for, or on account of the use of any patented devices,
Workers'Compensation materials,or processes.
milt Statutory Benefits-Coverage A Variable
(Show Washington Labor and Industries Number) SECTION 1-07.22 IS SUPPLEMENTED BY THE FOLLOWING:
Umbrella Liability 1-07.22 Use of Explosives (APWA)
Each Occurrence Limit $1,000,000
kW General Aggregate Limit $1,000,000 Explosives shall not be used without specific authority of the
Products/Completed Operations $1,000,000 Engineer, and then only under such restrictions as may be required
Aggregate by the proper authorities. Explosives shall be handled and used in
Professional Liability(If required) strict compliance with WAC 296-52 and such local laws, rules and
trtr Each Occurrence/Incidenr/Claim $1,000,000 regulations that may apply. The individual in charge of the blasting
Aggregate $2,000,000 shall have a current Washington State Blaster Users License.
The City may require the CONTRACTOR to keep The Contractor shall obtain, comply with, and pay for such
■r professional liability coverage in effect for up to two(2)years after permits and costs as are necessary in conjunction with blasting
completion of the project. operations.
The Contractor shall promptly advise the CITY OF RENTON When the use of explosives is necessary for the prosecution of
in writing in the event any general aggregate or other aggregate the Work, the Contractor's insurance shall contain a special clause
ION
limits are reduced. At their own expense, the CONTRACTOR permitting the blasting.
will reinstate the aggregate to comply with the minimum limits and 1-07.23 Public Convenience and Safety
requirements as stated in Section 1-07.18(3) and shall furnish the
CITY OF RENTON a new Certificate of Insurance showing such SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE
ire
coverage is in force. FOLLOWING PARAGRAPH
SECTION 1-07.18(4) IS REPLACED WITH THE FOLLOWING 1-07.23(1) Construction-Under Traffic (RC)
SUPPLEMENTAL SPECIFICATION 'EVIDENCE OF The contractor shall be responsible for controlling dust and
Or INSURANCE': mud within the project limits and on any street which is
Within 20 days of award of the contract the CONTRACTOR utilized by his equipment for the duration of the project.
shall provide evidence of insurance by submitting to the The contractor shall be prepared to use watering trucks,
CONTRACTING AGENCY the following: power sweepers, and other pieces of equipment as deemed
011
1) City of Renton Insurance Information Form (attached necessary by the engineer, to avoid creating a nuisance.
herein)without modification.
Dust and mud control shall be considered as incidental to
2) Certificate of Insurance (Accord Form 25s or equivalent) the project, and no compensation will be made for this
mm conforming to items as specified in Sections 1-07.18(1), 1- section.
07.18(2), and 1-07.18(3). as revised above. Other
requirements are as follows: Complaints of dust, mud or unsafe practices and/or
property damage to private Ownership will be transmitted
or a. Strike the following or similar wording: "This to the contractor and prompt action in correcting them will
Certificate is issued as a matter of information only be required by the contractor.
and confers no rights upon the Certificate Holder";
set b. Strike the wording regarding cancellation notification
to the City: "Failure to mail such notice shall impose
elso Page-SP-11
Revision Date:May 19, 1997
Ili
1-08 Prosecution and Progress 1-08 Prosecution and Progress
ii
SECTION 1-07.24 IS DELETED AND REPLACED BY THE SECTION 1-07.26 (APWA) IS REVISED BY CHANGING ALL
FOLLOWING: REFERENCES TO "COMMISSION, THE SECRETARY" OR
1-07.24 Rights of Way (APWA) — "STATE"TO READ "CONTRACTING AGENCY."
SECTION 1-07.27 (APWA) IS REVISED BY CHANGING
Street right of way lines, limits of easements, and limits of ALL REFERENCES TO "STATE" OR "SECRETARY" TO r
construction permits are indicated on the Drawings. The READ "CONTRACTING AGENCY."
Contractor's construction activities shall be confined within these
limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior 1-08 Prosecution and Progress
to Bid opening, all rights of way and easements, both permanent
and temporary, necessary for carrying out the completion of the SECTION 1-08.1 IS DELETED AND REPLACED BY THE
Work. Exceptions to this are noted in the Contract Documents or FOLLOWING:
brought to the Contractor's attention by a duly issued Addendum.
Whenever any of the Work is accomplished on or through 1-08.1 Preliminary Matters (APWA)
property other than public right of way, the Contractor shall meet
and fulfill all covenants and stipulations of any easement agreement 1-08.1(1) Preconstruction Conference (APWA) t
,,;f obtained by the Contracting Agency from the owner of the private The Engineer will furnish the Contractor with up to 10 copies
property. Copies of the-easement agreements are included in the of the Contract Documents. Additional documents may be
. Contract Provisions or made available to the Contractor as soon as furnished upon request at the cost of reproduction. Prior to
practical after they have been obtained by the Engineer. undertaking each part of the Work the Contractor shall carefully to
Whenever easements or rights of entry have not been acquired study and compare the Contract Documents and check and verify
prior to advertising, these areas are so noted on the Drawings. The pertinent figures shown therein and all applicable field
Contractor shall not proceed with any portion of the Work in areas measurements. The Contractor shall promptly report in writing to
where right of way, easements or rights of entry have not been the Engineer any conflict, error or discrepancy which the tm
acquired until the Engineer certifies to the Contractor that the right Contractor may discover.
of way or easement is available or that the right of entry has been After the Contract has been executed, but prior to the
received. If the Contractor is delayed due to acts of omission on the Contractor beginning the Work, a preconstruction conference will
part of the Contracting Agency in obtaining easements, rights of be held between the Contractor, the Engineer and such other its
entry or right of way, the Contractor will be entitled to an interested parties as may be invited. The purpose of the
extension of time. The Contractor agrees that such delay shall not preconstruction conference will be:
be a breach of contract. 1. To review the initial progress schedule;
Each property owner shall be given 48 hours notice prior to 2. To establish a working understanding among the various tip
entry by the Contractor. This includes entry onto easements and parties associated or affected by the Work;
private property where private improvements must be adjusted. 3. To establish and review procedures for progress payment,
The Contractor shall be responsible for providing, without notifications, approvals, submittals,etc.;
Ili
expense or liability to the Contracting Agency, any additional land 4. To establish normal working hours for the Work;
and access thereto that the Contractor may desire for temporary 5. To review safety standards and traffic control; and
' construction facilities, storage of materials, or other Contractor 6. To discuss such other related items as may be pertinent to
needs. However, before using any private property, whether the Work.
adjoining the Work or not, the Contractor shall file with the The Contractor shall prepare and submit at the preconstruction
Engineer a written permission of the private property owner, and, meeting the following:
upon vacating the premises, a written release from the property 1. A breakdown of all lump sum items;
owner of each property:disturbed or otherwise interfered with by 2. A preliminary schedule of working drawing submittals; and ali
reasons of construction pursued under this contract. The statement 3. A list of material sources for approval if applicable.
shall be signed by the private property owner, or proper authority 4. A Project Schedule.
acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary 1-08.1(2) Subcontracting (APWA) Ili
permits have been obtained or, in the case of a release, that the Work done by the Contractor's own organization shall account
restoration of the property has been satisfactorily accomplished. for at least 30 percent of the Awarded Contract Price. Before
The statement shall include the parcel number,address, and date of computing this percentage, however, The Contractor may subtract
signature. Written releases must be filed with the Engineer before (from the Awarded Contract Price) the costs of any subcontracted Ili
r-the Completion Date will be established. work on items the contract trovisions siecificall desi:nates ma
be first excluded from the Awarded Contract Price.
The Contractor shall not subcontract work regardless of tier
tilli
unless the Engineer approves in writing. Each request to
subcontract shall be on the form the Engineer provides. If the
Engineer requests, the Contractor shall provide proof that the
subcontractor has the experience, ability, and equipment the work
requires. Each subcontract shall contain a provision which requires
the subcontractor to comply with Section 1-07.9 and to furnish all
certificates, submittals, and statements required by the Contract
Documents.
IIIII
Along with the request to sublet, the Contractor shall submit
the names of any contracting firms the subcontractor proposes to
Page-SP-12 ft
Revision Date:May 19, 1997
e
1-08 Prosecution and Progress 1-08 Prosecution and Progress
use as lower tier subcontractors. Collectively, these lower tier Permission to work between the hours of 10:00 p.m. and 7:00
rrr subcontractors shall not do work that exceeds 25 percent of the a.m. during weekdays and between the hours of 10:00 p.m. and
total amount subcontracted to a subcontractor. When a 9:00 a.m. on weekends or holidays may also be subject to noise
subcontractor is responsible for construction of a specific structure control requirements. Approval to continue work during these
or structures, the following work may be performed by lower tier hours may be revoked at any time the Contractor exceeds the
ter subcontractors without being subject to the 25 percent limitation: Contracting Agency's noise control regulations or complaints are
1. Furnishing and driving of piling,or received from the public or adjoining property owners regarding
2. Furnishing and installing concrete reinforcing and post- the noise from the Contractor's operations. The Contractor shall
tensioning steel. Except for the 25 percent limit, lower tier have no claim for damages or delays should such permission be
trr subcontractors shall meet the same requirements as revoked for these reasons.
subcontractors. Permission to work Saturdays, Sundays, holidays or other
The Engineer will approve the request only if satisfied with than the agreed upon normal straight time working hours Monday
the proposed subcontractor's prior record, equipment, experience, through Friday may be given subject to certain other conditions set
and ability to perform the work. Approval to subcontract shall not: forth by the Contracting Agency or Engineer. These conditions
I. Relieve the Contractor of any responsibility to carry out the may include but are not limited to: requiring the Engineer or such
contract, assistants as the Engineer may deem necessary to be present during
iwr 2. Relieve the Contractor of any obligations or liability under the Work; requiring the Contractor to reimburse the Contracting
the contract and the Contractor's bond, Agency for the cost of engineering salaries paid Contracting
3. Create any contract between the Contracting Agency and Agency employees who worked during such times; considering the
the subcontractor,or Work performed on Saturdays and holidays as working days with
OW 4. Convey to the subcontractor any rights against the regards to the Contract Time;and:considering multiple work shifts
Contracting Agency. as multiple working days with respect to Contract Time even
The Contracting Agency will not consider as subcontracting: though the multiple shifts occur in a single 24-hour period.
(1) purchase of sand, gravel, crushed stone, crushed slag, batched Assistants may include, but are not limited to, survey crews;
u p concrete aggregates, ready mix concrete, off-site fabricated personnel from the Contracting Agency's material testing lab;
structural steel, other off-site fabricated items, and any other inspectors; and other Contracting Agency employees when in the
materials supplied by established and recognized commercial opinion of the Engineer, such work necessitates their presence.
plants;or(2)delivery of these materials to the work site in vehicles
sir
owned or operated by such plants or by recognized independent or 1-08.1(4) Reimbursement for Overtime Work of
commercial hauling companies. Contracting Agency Employees (APWA)
However, the State L&I may determine that RCW 39.12 Where the Contractor elects to work on a Saturday, Sunday,
applies to the employees of such firms identified in (1) and (2) or other holiday, or longer than an 8-hour work shift on a regular
above in accordance with WAC 296-127. If this should occur, the working day, as defined in the Standard Specifications, such work
provisions of Section 1-07.9, as modified or supplemented, shall shall be considered as overtime work. On all such overtime work
apply. an inspector will be present, and a survey crew may be required at
tir The Contractor shall certify to the actual amounts paid to any the discretion of the Engineer. The Contractor shall reimburse the
Disadvantaged, Minority, or Women's Business Enterprises firms Contracting Agency for the full amount of the straight time plus
that were subcontractors, manufacturers, regular dealers, or overtime costs for employees of the Contracting Agency required
service providers on the contract. This certification shall be to work overtime hours.
WO supplied with the Final Application for Payment on the form The Contractor by these Specifications does hereby authorize
provided by the Engineer. the Engineer to deduct such costs from the amount due or to
If dissatisfied with any part of the subcontracted work, the become due the Contractor.
Engineer may request in writing that the subcontractor be removed.
too
The Contractor shall comply with this request at once and shall not SECTION I-08.4 IS DELETED AND REPLACED BY THE
employ the subcontractor for any further work under the contract. FOLLOWING:
1-08.4 Notice to Proceed and Prosecution of the Work
1-08.1(3) Hours of Work (APWA) (APWA)
OW Except in the case of emergency or unless otherwise approved
by the Contracting Agency,the normal straight time working hours Notice to Proceed will be given after the contract has been
for the contract shall be any consecutive 8-hour period between executed and the contract bond and evidence of insurances have
• 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour been approved and filed by the Owner. The Contractor shall not
lunch break and a 5-day work week. The normal straight time 8- commence the Work until the Notice to Proceed has been given by
hour working period for the contract shall be established at the the Engineer. The Contractor shall commence construction
preconstruction conference or prior to the Contractor commencing activities on the Project Site within ten days of the Notice to
as the Work. Proceed Date. The Work thereafter shall be prosecuted diligently,
If a Contractor desires to perform work on holidays, vigorously, and without unauthorized interruption until physical
Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any completion of the work. There shall be no voluntary shutdowns or
day, the Contractor shall apply in writing to the Engineer for slowing of operations by the Contractor without prior approval of
• permission to work such times. Permission to work longer than an the Engineer. Such approval shall not relieve the Contractor from
8-hour period between 7:00 a.m. and 6:00 p.m. is not required. the Contractual obligation to complete the work within the
Such requests shall he submitted to the Engineer no later than noon prescribed Contract Time.
on the working day prior to the day for which the Contractor is
requesting permission to work.
woo Page-SP-13
Revision Dale:May 19, 1997
l
1-09 Measurement and Payment 1-09 Measurement and Payment
SECTION 1-08.5 IS DELETED AND REPLACED WITH THE SECTION 1-08.9 IS REVISED PER SECTION 1-05.11.
FOLLOWING: iii
1-08.10 Termination of Contract (APWA)
1-08.5 Time For Completion (Contract Tittle) (APWA,
RC) SECTION 1-08.10(1) IS SUPPLEMENTED BY REVISING ALL
REFERENCES TO "STATE TREASURER, DEPARTMENT OF Ili
The Work shall be physically completed in its entirety within TRANSPORTATION" IN THE LAST SENTENCE,
the time specified in the Contract Documents or as extended by the PARAGRAPH S TO READ "CONTRACTING AGENCY."
Engineer. The Contract Time will be stated in "working days",
shall begin on the Notice To Proceed Date, and shall end on the SECTION 1-08.11 IS A NEW SECTION: Ili
Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day 1-08.11 Contractor's Plant and Equipment(RC)
on which the contract specifically suspends work, or one of these The contractor alone shall at all times be responsible for the
illi
holidays: January 1, the third Monday of January, the third adequacy, efficiency, and sufficiency of his and his subcontractor's
Monday of February, Memorial Day, July 4, Labor Day, plant and equipment. The Owner shall have the right to make use
November I I, Thanksgiving Day, the day after Thanksgiving, and of the contractor's_plant and equipment in the performance of any
Christmas Day. When The day before Christmas shall be a work on the site of the work.
holiday when Christmas Day occurs on a Tuesday or Friday. The The use by the Owner of such plant and equipment shall be
day after Christmas'shall be a holiday when Christmas Day occurs considered as extra work and paid for accordingly.
on a Monday, Wednesday, or Thursday. When Christmas Day Neither the Owner nor the engineer assume any responsibility, 7
occurs on a Saturday, the two preceding working days shall be at any time, for the security of the site from the time contractor's X111
observed as holidays. 'When Christmas day occurs on a Sunday, operations have commenced until final acceptance of the work by
• the two working days following shall be observed as holidays. the engineer and the Owner. The contractor shall employ such
When holidays other than Christmas fall on a Saturday, the measures as additional fencing, barricades, and watchmen service,
preceding Friday will be counted as a non-working day and when as he deems necessary for the public safety and for the protection a
they fall on a Sunday the following Monday will be counted as a of the site and his plant and equipment. The Owner will be
non-working day. The Contract Time has been established to allow provided keys for all fenced,secured areas.
for periods of normal inclement weather which, from historical
records, is to be expected during the Contract Time, and during 1-08.12 Attention to Work (RC) Iii
which periods, work is anticipated to be performed. Each
successive working day, beginning with the Notice to Proceed Date The contractor shall give his personal attention to and shall
and ending with the Physical Completion Date, shall be charged to supervise the work to the end that it shall be prosecuted faithfully,
and when he is not personally present on the work site, he shall at
the Contract Time as it occurs except a day or part of a day which all times be represented by a competent superintendent bill
is designated a nonworking day or an Engineer determined p y P perintend ly who shall
unworkable day. have full authority to execute the same, and to supply materials,
The Engineer will furnish the Contractor a weekly report tools, and labor without delay, and who shall be the legal
showing (1) the number of working days charged against the representative of the contractor. The contractor shall be liable for at
Contract Time for the preceding week; (2) the Contract Time in the faithful observance of any instructions delivered to him or to
working days; (3) the number of working days remaining in the his authorized representative.
Contract Time; (4) the number of nonworking days; and (5) any
partial or whole days the Engineer declared unworkable the 1-09 Measurement and Payment ni
previous week. This weekly report will be correlated with the
Contractor's current approved progress schedule. If the Contractor SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE
elects to work 10 hours a day and 4 days a week (a 4-10 schedule) FOLLOWING: t11
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 1-09.1 Measurement of Quantities (RC)
week will be charged as a working day whether or not the When items are specified to be paid for by ton, it will be the
Contractor works on that day. Contractor's responsibility to see that a certified weight ticket is to
The Contractor will be allowed 10 calendar days from the date given to the Inspector on the project at the time of delivery of
of each report in which to file a written protest of an alleged materials for each truckload delivered. Pay quantities will be .s
discrepancy in the Contract Time as reported. Otherwise, the prepared on the basis of said tally tickets, delivered to the Inspector
report will he deemed to have been accepted by the Contractor as at the time of delivery of materials. Tickets not receipt by the tili
correct. Inspector will not be honored for payment.
The requirements for scheduling the Final Inspection and Where items are specified to be said b the ton, the following
establishing the Substantial Completion, Physical Completion, and system will be used:
Completion Dates are specified in Sections 1-05.11 and 1-05.12. Each truck shall be clearly numbered to the satisfaction of the
Engineer and there shall be no duplication of numbers.
Duplicate tickets shall be prepared to accompany each
truckload of material delivered to the project. The tickets shall
la
bear at least the following information:
1. Truck Number.
2. Truck tare weight(stamped at source).
3. Gross truck load weight in tons(stamped at source). eta
4. Net load weight(stamped at source).
5. Driver's name and date.
Page-SP-14
NO
Revision Date:May 19, 1997
so
1-09 Measurement and Payment 1-09 Measurement and Payment
6. Location for delivery. LABORATORY" TO READ "CONTRACTING AGENCY'S
ew 7. Pay item number. MATERIAL LABORATORY."
8. Contract number and/or name. SECTION 1-09.9 IS DELETED AND REPLACED BY THE
The Contractor shall submit a breakdown of costs for each FOLLOWING:
lump sum Bid Item. The breakdown shall list the items included in
lino the lump sum together with a unit price of labor, materials and 1-09.9 Payments (APWA)
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 1-09.9(1) Progress Payments (APWA)
ow
payments or deductions or additions in payment for ordered work Progress payments for completed work and material on hand
changes. The detailed cost breakdown of each lump sum item shall will be based upon progress estimates prepared by the Engineer. A
be submitted to the Engineer prior to the Preconstruction progress estimate cutoff date will be established at the
Conference. preconstruction meeting.
ar Within 3 days after the progress estimate cutoff date (but not
SECTION 1-09.2 (APWA)IS SUPPLEMENTED BY REVISING more often than once a month) the Contractor shall submit to the
ALL REFERENCES TO "MATERIAL RECEIVER" TO READ Engineer for review an Application for Payment, filled out and
"ENGINEER." signed by the Contractor, covering the work completed prior to the
ow progress estimate cutoff date. The Application for Payment shall be
SECTION 1-09.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: accompanied by documentation supporting the Contractor's
Application for Payment.
km 1-09.3 Scope of Payment (APWA, RC) If payment is requested for materials and equipment not
incorporated in the work, but delivered and stored at approved sites
Unless modified otherwise in the Contract Provisions, the Bid pursuant to the Contract Documents, the Application for Payment
Items listed or referenced in the "Payment" clause of each Section shall be accompanied by a bill of sale, invoice, or other
of the Standard Specifications, will be the only items for which documentation warranting that the Contractor has received the
lim compensation will be made for the Work described in or specified materials and equipment and evidence that the materials and
in that particular Section when the Contractor performs the equipment are covered by appropriate insurance or other
specified Work. Should a Bid Item be listed in a "Payment" clause arrangements to protect the Engineer's interests therein.
ow but not in the Proposal Form, and Work for that item is performed The initial progress estimate will be made not later than 30
by the Contractor and the work is not stated as included in or days after the Contractor commences the Work, and successive
incidental to a pay item in the contract and is not work that would progress estimates will be made every month thereafter until the
be required to complete the intent of the Contract per Section 1- Completion Date. Progress estimates made during progress of the
sr 04.1, then payment for that Work will be made as for Extra Work Work are tentative, and made only for the purpose of determining
pursuant to a Change Order. progress payment. The progress estimates are subject to change at
The words"Bid Item," "Contract Item," and "Pay Item," and any time prior to the calculation of the Final Payment per
similar terms used throughout the Contract Documents are Section 1-09.9(4).
to synonymous. The value of the progress estimate will be the sum of the
If the "payment" clause in the Specifications relating to any following:
unit Bid Item price in the Proposal Form requires that said unit Bid 1. Unit Price Items in the Bid Form — the approximate
Item price cover and be considered compensation for certain work quantity of acceptable units of Work completed multiplied by the
or or material essential to the item, then the work or material will not
Unit Price.
be measured or paid for under any other Unit Bid Item which may 2. Lump Sum Items in the Bid Form — the estimated
appear elsewhere in the Proposal Form or Specifications. percentage complete multiplied by the Bid Forms amount for each
so Pluralized unit Bid Items appearing in these Specifications are Lump Sum Item.
changed to singular form. 3. Materials on Hand — 90 percent of invoiced cost of
Payment for Bid Items listed or referenced in the "Payment" material delivered to Job site or other storage area approved by the
clause of any particular Section of the Specifications shall be Engineer.
or considered as including all of the Work required, specified, or 4. Change Orders — entitlement for approved extra cost or
described in that particular Section. Payment items will generally completed extra work as determined by the Engineer.
be listed generically in the Specifications, and specifically in the Progress payments will be made in accordance with the
bid form. When items are to be "furnished" under one payment progress estimate less:
u' item and "installed" under another payment item, such items shall
1. Five(5)percent for retained percentage.
be furnished FOB project site, or, if specified in the Special 2. The amount of Progress Payments previously made.
Provisions, delivered to a designated site. Materials to be 3. Funds withheld by the Contracting Agency for
"furnished," or "furnished and installed" under these conditions, disbursement in accordance with the Contract Documents.
rrr shall be the responsibility of the Contractor with regard to storage
Progress payments for work performed shall not be evidence
until such items are incorporated into the Work or, if such items of acceptable performance or an admission by the Contracting
are not to be incorporated into the work, delivered to the applicable Agency that any work has been satisfactorily completed.
Contracting Agency storage site when provided for in the Payments will be made by warrants, issued by the Contracting
Specifications. Payment for material "furnished," but not yet Agency's fiscal officer, against the appropriate fund source for the
incorporated into the Work, may be made on monthly estimates to project. Payments received on account of work_performed by a
the extent allowed. subcontractor are subject to the provisions of RCW 39.04.250.
°r"` SECTION 1-09.8 (APWA) IS SUPPLEMENTED BY REVISING
ALL REFERENCES TO "HEADQUARTERS' MATERIAL
ow Page-SP-15
Revision Date:May 19, 1997
ti
1-09 Measurement and Payment 1-09 Measurement and Payment
1-09.9(2) Retainage (APWA,Rg 1-09.9(3) Contracting Agency's Right to Withhold ti
Pursuant to RCW 60.28 there will be retained from monies and Disburse Certain Amounts (APWA)
earned by the Contractor on progress estimates a sum not to exceed In addition to monies retained pursuant to RCW 60.28 and
5 percent of the monies earned by the Contractor. Such retainage subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the •
shall be used as a trust fund for the protection and payment (1)to t�
P P Y ( ) Contractor authorizes the Engineer to withhold progress payments
the State with respect to taxes imposed pursuant to Title 82, RCW due or deduct an amount from any payment or payments due the
which may be due from such Contractor, and (2) the claims of any Contractor which, in the Engineer's opinion, may be necessary to
person arising under the Contract. cover the Contracting Agency's costs for or to remedy the ttl
Monies reserved under provisions of RCW 60.28 shall, at the following situations:
option of the Contractor, be: I. Damage to another contractor when there is evidence
I. Retained in a fund by the Contracting Agency. thereof and a claim has been filed.
. 2. Deposited by the Contracting Agency in an interest- 2. Where the Contractor has not paid fees or charges to Viii
bearing account in a bank, mutual savings bank, or savings and public authorities or municipalities which the Contractor is
.. loan association (interest on monies so retained may be paid to the obligated to pay.
Contractor). 3. Utilizing material, tested and inspected by the Engineer,
3. Placed in escrow with a bank or trust company by the for purposes not connected with the Work(Section 1-05.6) aili
Contracting Agency. When the monies reserved are to be placed in 4. Landscape damage assessments per Section 1-07.16.
escrow the Contracting Agency will issue a check representing the 5. For overtime work performed by City personnel per
., sum of the monies reserved payable to the bank or trust company Section 1-08.1(4).
and the Contractor jointly. Such check shall be converted into 6. Anticipated or actual failure of the Contractor to Si
bonds and securities chosen by the Contractor and approved by the complete the Work on time:
Contracting Agency and the bonds and securities held in escrow. a. Per Section 1-08.9 Liquidated Damage; or
- Interest on the bonds and securities may be paid to the Contractor b. Lack of construction progress based upon the Engineer's
illi
as the interest accrues. review of the Contractor's approved progress schedule which
The Contractor shall designate the option desired ea--the indicates the Work will not be completed within the Contract Time.
When calculating an anticipated time overrun, the Engineer will
• -'• •• • •-• . •. .• t- • " • at make allowances for weather delays, approved unavoidable delays,
least 10 working days prior to the first progress payment for the and suspensions of the Work. The amount withheld under this
contract. The Contractor in choosing option (2) or (3) agrees to subparagraph will be based upon the liquidated damages amount
assume full responsibility to pay all costs which may accrue from per day set forth in Contract Documents multiplied by the number
escrow services, brokerage charges or both, and further agrees to of days the Contractor's approved progress schedule, in the opinion MI
assume all risks in connection with the investment of the retained of the Engineer, indicates the Contract may exceed the Contract
• percentages in securities. The Contracting Agency may also, at its Time.
option, accept a bond for all or a portion of the contractor's 7. Failure of the Contractor to perform any of the
retainage. Contractor's other obligations under the contract, including but not Bill
Release of retained percentage will be made 60 days following limited to:
the Completion Date (pursuant to RCW 39.12, RCW 39.76, and a. Failure of the Contractor to provide the Engineer with a
RCW 60.28) provided the following conditions are met: field office when required by the Contract Provisions.
1. On contracts totaling more than$20,000.00, a release has b. Failure of the Contractor to protect survey stakes, ti
been obtained from the Washington State Department of Revenue markers, etc., or to provide adequate survey work as required by
(RCW 60.28.051). Section 1-05.5.
2. No claims, as provided by law, have been filed against c. Failure of the Contractor to correct defective or
iilii
the retained percentage. ` unauthorized work(Section 1-05.8)
3. Affidavit of Wages`Paid is on file with the Contracting d. Failure of the Contractor to furnish a Manufacture's
Agency for the Contractor and all Subcontractors regardless of tier Certificate of Compliance in lieu of material testing and inspection
(RCW 39.12.040). as required by Section 1-06.3. rr
In the event claims are filed the Contractor will be paid such e. Failure to submit weekly payrolls, Intent to Pay
retained percentage less an amount sufficient to pay any such Prevailing Wage forms, or correct underpayment to employees of
claims together with a sum determined by the Contracting Agency the Contractor or subcontractor of any tier as required by Section
sufficient to pay the cost of foreclosing on claims and to cover 1-07.9. till
"• attorney's fees. f. Failure of the Contractor to pay worker's benefits (Title
Retainage will not he reduced for any reason below the 50 and Title 51 RCW)as required by Section 1-07.10.
minimum limit provided by law. g. Failure of the Contractor to submit and obtain approval
Pursuant to Section 1-07.10, the Contractor is responsible for of a progress schedule per Section 1-08.3. try
submitting to the State Uzi a "Request for Release" form in order The Contractor authorizes the Engineer to act as agent for the
for the Contracting Agency to obtain a release from that Contractor disbursing such funds as have been withheld pursuant to
department with respect to the payments of industrial insurance this section to a party or parties who are entitled to payment.
ii
medical aid premiums. The Contracting Agency will ensure the Disbursement of such funds, if the Engineer elects to do so, will be t
Washington State Employment Security Department and any made only after giving the Contractor 15 calendar days prior
applicable Contracting Agency department or organization are written notice of the Contracting Agency's intent to do so, and if
notified of Contract completion in order to obtain releases from prior to the expiration of the 15-calendar day period,
those departments or agency organizations. 1. no legal action has commenced to resolve the validity of
the claims, and
2. the Contractor has not protested such disbursement.
Si
Page-SP-16
rrrr
1-09 Measurement and Payment 1-09 Measurement and Payment
A proper accounting of all funds disbursed on behalf of the of the responsibility to comply with all laws, ordinances, and
Contractor in accordance with this section will be made. A regulations — Federal, State, or local — that affect the contract.
payment made pursuant to this section shall be considered as The date the Contracting Agency unilaterally signs the Final
payment made under the terms and conditions of the Contract. The Progress Estimate constitutes the final acceptance date (Section 1-
rrr Contracting Agency shall not be liable to the Contractor for such 05.12).
payment made in good faith.
If legal action is instituted to determine the validity of the 1-09.11 Disputes and Claims
claims prior to expiration of the 15-day period mentioned above,
the Engineer will hold the funds until determination of the action or SECTION 1-09.11(2)IS REVISED AS FOLLOWS:
written settlement agreement of the parties. 1-09.11(2) Claims (APWA)
1-09.9(4) Final Payment (APWA) Failure to submit with the Final Application for Payment Final
- Upon Acceptance of the Work by the Contracting Agency the -. - • such information and details as
final amount to be paid the Contractor will be calculated based described in this section for any claim shall operate as a waiver of
upon a Final Progress Estimate made by the Engineer. Acceptance the claims by the Contractor as provided in Section 1-09.9.
by the Contractor of the Final Payment shall be and shall operate as SECTION 1-09.11(3) IS DELETED AND REPLACED BY THE
a release: FOLLOWING:
1. to the Contracting Agency of all claims and all liabilities
of the Contractor, other than claims in stated amounts as may be 1-09.11(3) Time Limitations and Jurisdiction
specifically excepted in writing by the Contractor; (APWA)
2. for all things done or furnished in connection with the This contract shall be construed and interpreted in accordance
Work; with the laws of the State of Washington. The venue of any claims
3. for every act and neglect by the Contracting Agency;and or causes of actions arising from this contract shall be in the
4. for all other claims and liability relating to or arising out Superior Court of the county where the work is performed.
of the Work. For convenience of the parties to this contract, it is mutually
A payment (monthly, final, retainage, or otherwise) shall not
release the Contractor or the Contractor's Surety from any agreed that any claims or causes of action which the contractor has
against the Contracting Agency arising from this contract shall be
rrr obligation required under the terms of the Contract Documents or brought within 180 days from the date of Final Acceptance of the
the Contract Bond; nor shall such payment constitute a waiver of contract by the Contracting Agency. The parties understand and
the Contracting Agency's ability to investigate and act upon agree that the Contractor's failure to bring suit within the time
findings of non-compliance with the WMBE requirements of the period provided shall be a complete bar to any such claims or
Contract; nor shall such payment preclude the Contracting Agency causes of action.
from recovering damages, setting penalties, or obtaining such other It is further mutually agreed by the parties that when any
remedies as may be permitted by law. claims or causes of action which a Contractor asserts against the
Before the Work will be accepted by the Contracting Agency,
the Contractor shall submit an affidavit, on the form provided by Contracting Agency arising from this contract are filed with the
Contracting Agency or initiated in court, the Contractor shall
the Engineer, of amounts paid to certified disadvantaged (DB), permit the Contracting Agency to have timely access to any records
minority (MBE) or women business enterprises (WBE) deemed necessary by the Contracting Agency to assist in evaluating
participating in the Work. Such affidavit shall certify the amounts the claims or actions.
paid to the DB, MBE, or WBE subcontractors regardless of tier.
On Federally-funded projects the Contractor may also be 1-09.13 Arbitration
required to execute and furnish the Contracting Agency an affidavit
certifying that the Contractor has not extended any loans, gratuity SECTION 1-09.13(2) (RC) IS SUPPLEMENTED BY
or gift and money pursuant to Section 1-07.19 of these REPLACING ALL REFERENCES TO "THURSTON COUNTY"
Specifications. WITH THE WORDS "KING COUNTY."
If the Contractor fails, refuses, or is unable to sign and return
the Final Progress Estimate or any other documents required for SECTION 1-09.13(3)IS SUPPLEMENTED BY ADDING:
the final acceptance of the contract, the Contracting Agency
reserves the right to establish a completion date and unilaterally 1-09.13(3) Procedures to Pursue Arbitration (RC)
accept the contract. Unilateral acceptance will occur only after the The findings and decision of the board of arbitrators shall be
Contractor has been provided the opportunity, by written request final and binding on the parties, unless the aggrieved party, within
from the Engineer, to voluntarily submit such documents. If 10 days, challenges the findings and decision by serving and filing
voluntary compliance is not achieved, formal notification of the a petition for review by the superior court of King County,
impending unilateral acceptance will be provided by certified letter Washington. The grounds for the petition for review are limited to
from the Engineer to the Contractor which will provide 30 calendar showing that the findings and decision:
days for the Contractor to submit the necessary documents. The 1. Are not responsive to the questions submitted;
30-calendar day deadline shall begin on the date of the postmark of 2. Is contrary to the terms of the contract or any component
the certified letter from the Engineer requesting the necessary thereof;
IMO 3. Is arbitrary and/or is not based upon the applicable facts
documents. This reservation by the Contracting Agency to
unilaterally accept the contract will apply to contracts that are and the law controlling the issues submitted to arbitration. The
completed in accordance with Section 1-08.5 or for contracts that board of arbitrators shall support its decision by setting forth in
are terminated in accordance with Section 1-08.10. Unilateral writing their findings and conclusions based on the evidence
acceptance of the contract by the Contracting Agency does not in adduced at any such hearing.
any way relieve the Contractor of the provisions under contract or
wr Page-SP-17
Revision Date:May 19. 1997
al
1-10 Temporary Traffic Control 1-10 Temporary Traffic Control
The arbitration shall be conducted in accordance with the If the Engineer requires the Contractor to furnish additional I
statutes of the State of Washington and court decisions governing channelizing devices, pieces of equipment, or services which could
such procedure. not be usually anticipated by a prudent contractor for the
The costs of such arbitration shall be borne equally by the City maintenance and protection of traffic, then a new item or items
and the contractor unless it is the board's majority opinion that the may be established to pay for such items. Further limitations for ttlli
contractor's filing of the protest or action is capricious or without consideration of payment for these items are that they are not
reasonable foundation. In the latter case, all costs shall be borne covered by other pay items in the bid proposal, they are not
by the contractor. specified in the Special Provisions as incidental, and the
accumulative cost for the use of each individual channelizing
1-10 Temporary Traffic Control 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 t
SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE contractor. The cost for these items will be by agreed price, price
FOLLOWING: established by the Engineer;or by force account. Additional items
1-10.1 General(RC) required as a result of the Contractor's modification to the traffic
When the bid proposal includes an item for "Traffic Control," control plan(s)appearing in the contract shall not be covered by the iilr
the work required foro?this item shall be all items described in provisions in this paragraph.
Section 1-10, including:tut not limited to: If the total cost of all the work under the contract increases or
• 1. Furnishing and maintaining barricades, flashers, decreases by more than 25 percent, an equitable adjustment will be
construction signing and other channelization devices, considered for the item "Traffic Control" to address the increase or
unless a pay item is in the bid proposal for any specific decrease.
device and the Special Provisions specify furnishing, SECTION 1-10.2(1) TRAFFIC CONTROL SUPERVISOR IS
maintaining, and payment in a different manner for that REVISED AS FOLLOWS iiii
device;
• 2. Furnishing traffic control labor, equipment, and supervisory 1-10. Traffic Control Supervisor(RC) (SA)
personnel for all traffic control labor,
tili
Supervisor," Tthe Contractor shall designate an individual or
3. Furnishing any necessary vehicle(s) to set up and remove p _ g
the Class B construction signs and other traffic control individuals to perform the Traffic Control Supervisor's(TCS)duties
devices; for the project. The TCS shall be certified inas-a worksite traffic
control ..•- . , .. . , • . • . •
4. Furnishing labor and vehicles for patrolling and maintaining Provisions. The Contractor shall not designate the project
in position all of the construction signs and the traffic . The TCS shall assure that per-soh-a-4
control devices, unless a pay item is in the bid proposal to p.er-f-Gr-al all the duties of the TCS are performed during the duration
specifically pay for this work; and of the contract. NI
5. Furnishing labor, material, and equipment necessary for T Ensuring that corrections are made if traffic control
cleaning up, removing, and replacing of the construction devices are not functioning as required. The TCS may
signs and the traffic control devices destroyed or damaged make minor revisions to the traffic control plan to
during the life of the project. accommodate site conditions as long as the original intent milli
of the traffic control plan is maintained and the revision
6. Removing existing signs as specified or a directed by the has concurrence of the \\'SDOT TCS is in conformance
engineer and delivering to the City Shops or storing and re- with established standards.
installing as directed by the Engineer. The Contractor shall provide a -chicle for every TCS. The NI
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 = - fIli
descriptions of the traffic control methods and devices to be Possession of a current flagging card
used by the prime contractor, and subcontractors, shall be by the TCS is mandatory.
•
submitted at or before the preconstruction conference, and SECTION 1-10.2(2)IS SUPPLEMENTED AS FOLLOWS:
shall be subject to review and approval of the Engineer. alii
8. Contacting police, fire, 911. and ambulance services to 1-10.2(2) Traffic Control Plans(RC)
notify them in advance of any work that will affect and The Contractor shall be responsible for assuring that traffic
traveled portion of a roadway. control is installed and maintained in conformance to established Itili
standards. The Contractor shall continuously evaluate the
9. Assuring that all traveled portions of roadways are open to operation of the traffic control plan and take prompt action to
traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., correct any problems that become evident during operation.
and 3:00 p.m. to 6:00 p.m., or as specified in the special
Illo
provisions, or as directed by the Engineer. SECTION 1-10.3(3)HAS BEEN REVISED AS FOLLOWS:
10. Promptly removing or covering all nonapplicable signs 1-10.3(3) Construction Signs
during periods when they are not needed. All signs required by the approved traffic control plan(s) as
ii
well as any other appropriate signs prescribed by the Engineer, or
if no bid item "Traffic Control" appears in the proposal then required to conform with established standards, will be furnished
all work required by these sections will considered incidental and by the Contracting Agency Contractor.
their cost shall be included in the other items of work
iii
Page-SP-I 8
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
No separate pay item will be provided in the bid proposal for The item 'Traffic Control" will be considered for an equitable
tar Class A or Class B construction signs. Payment for Class B adjustment per Section 1-04.6 only when the total contract price
increases or decreases by more than 25 percent.
All other costs for the work to
provide Class A or Class B construction signs shall be included in The Lump Sum unit contract price per-hour shall be full
the unit contract price for the various other items of the work in the pay for all costs involved in furnishing the pilot car(s),pilot car
bid proposal. driver(s),and the appropriate pilot car sign(s) for any ens-pilot
car operation. Any necessary flaggers will be paid under the
SECTION 1-10.3(6)IS REVISED AS FOLLOWS:
■r item for traffic control-41;4s.
1-10.3(6) One-Way Piloted Traffic Control Through The Lum• Sum unit contract price Lump P {per-heur-shall be full
Construction Zone
pay for all costs for the labor provided for performing those
Contracting ,Agency Furnished One Way Piloted Traffic
■r construction operations described in Section 1-10.3(1) and as
authorized by the Engineer. . •• • - - • -
- '
-- The Lump Sum unit contract price
•• ' panel area shall be full pay for all costs for performing the
provided in Section 1 10.3(1). If the Contracting Agency is to work described in Section 1-10.3(3) and Section 1-10.3(4).•
s ° This payment will include all-labor, equipment, and vehicles
rte -
necessary'for the initial acquisition, the initial installation of
Class A signs, and ultimate return of all Contracting Agency-
Contractor-Furnished One-Way Piloted Traffic Control. The furnished signs. '.
Contractor shall furnish the pilot car(s)and driver(s)for the pilot car -
MN control area. Any necessary flaggers shall be furnished by the
y
Contractor "Tr a Control Supervisor,"per-day..
�...
The Lump Sum unit contract price per day shall be full
irr _ •• pay for all costs involved in furnishing the person(s)assigned
as the "Traffic Control Supervisor" during an Engineer
DELETE SECTION 1-10.4 AND REPLACE WITH: All costs for the vehicle(s)required for
the Traffic Control Supervisor shall be included in the Lump
NO 1-10.4 Measurement (RC) (SA) Sum unit contract price for"Traffic Control_Supervcier."
No specific unit of measurement will apply to the lump sum "Temporary.Traffic Control Devices, " lump sum.
item of"Traffic Control".
SECTION 1-10.5 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
a. When the initial tempary traffic control devices are
1-10.5 Payment (RC) set up, 50 percent of the amount bid for the item will
be paid.
Payment for all labor, materials, and equipment described in •• -! -
Section 1-10 will be made in accordance with Section 1-04.1, for bid for the item will be paid on a prorated basis in
trr the following bid items when they are included in the proposal: aseesdancP--isith the total job progress as determined
"Traffic Control," lump sum.
The lump sum contract price shall be full pay for all costs not "Traffic Control Vehicle,"per day.
covered by other specific pay items in the bid proposal for The Lump Sum unit-contract price per day shall be full
rrr furnishing, installing, maintaining, and removing traffic control pay for all costs involved in furnishing the vehicle or vehicles
devices required by the contract and as directed by the Engineer in for the work described in Section 1-10.3(2' T Rts )of
conformance with accepted standards and in such a manner as to _
maximize safety, and minimize disruption and inconvenience to the Leber."
public..
Progress payment for the lump sum item "Traffic Control" 1-11 Renton Surveying Standards
will be made as follows:
a. When the initial warning signs for the beginning of the
project and the end of construction signs are installed 1-11.1(1) Responsibility for surveys (RC)
and approved by the Engineer, 30 percent of the All surveys and survey reports shall be prepared under the
amount bid for the item will be paid. direct su ervision of a rson registered to .ractice land surve in•
�r b. Payment for the remaining 70 percent of the amount under the provisions of Chapter 18.43 RCW.
bid for the item will be paid on a prorated basis in All surveys and survey reports shall be prepared in accordance
accordance with the total job progress as determined with the requirements established by the Board of Registration for
Professional Engineers and Land Surveyors under the provisions of
by progress payments.
r Chapter 18.43 RCW.
•r Page-SP-19
Revision Date:May 19, 1997
i
I-11 Renton Surveying Standards 1-11 Renton Surveying Standards
1-11.1(2) Survey Datum and Precision (RC) In those cases where an electronic data collector is used, a hard Ili
The horizontal component of all surveys shall have as its copy print out in ASCII text format will accompany the field notes.
coordinate base: The North American Datum of 1983191.
All horizontal control for projects must be referenced to or in 1-11.1(5) Corners and Monuments (RC)
conjunction with a minimum of two of the City of Renton's Survey Corner A point on a land boundary, at the juncture of two or 1
Control Network monuments. The source of the coordinate values more boundary lines. A monument is usually set at such points to
used will be shown on the survey drawing per RCW 58.09.070. physically reference a corner's location on the ground.
The horizontal component of all surveys shall meet or exceed Monument An
the closure requirements of WAC 332-130-060. The control base Any physical object or structure of record which Ili
marks or accurately references:
-- lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard • A corner or other survey point established by or under the
Detail Requirements for ALTA/ACSM Land Title Surveys jointly supervision of an individual per section 1-11.1(1) and any Iiii
established and adopted by ALTA and ACSM in 1992 or corner or monument established by the General Land Office
comparable classification in future editions of said document. The and its successor the Bureau of Land Management including
angular and linear closure and precision ratio of traverses used for section subdivision corners down to and including one-
survey control shall be revealed on the face of the survey drawing, sixteenth corners; and
•
as shall the method of adjustment.
The horizontal component of the control system for surveys • Any permanently monumented boundary, right of way
using global positioning system methodology shall exhibit at least 1 alignment, or horizontal and vertical control points established
part in 50,000 precision in line length dependent error analysis at a by any governmental agency or private surveyor including Ili
• 95 percent confidence level and performed pursuant to Federal street intersections but excluding dependent interior lot
Geodetic Control Subcommittee Standards for GPS control surveys corners.
as defined in Geometric Geodetic Accuracy Standards &
Specifications for Using GPS Relative Positioning Techniques dated 1-11.1(6) Control or Base Line Survey (RC) lit
August 1, 1989 or comparable classification in future editions of Control or Base Line Surveys shall be established for all
said document.. construction projects that will create permanent structures such as
The vertical component of all surveys shall be based on roads, sidewalks, bridges, utility lines or appurtenances, signal or
lii
NAVD 1988, the North American Vertical Datum of 1988. and light poles, or any non-single family building. Control or Base
tied to at least one of the City of Renton Survey Control Network Line Surveys shall consist of such number of permanent
benchmarks. If there are two such benchmarks within 3000 feet of monuments as are required such that every structure may be
the project site a tie to both shall be made. The benchmark(s) used observed for staking or "as-builting" while occupying one such Ili
will be shown on the drawing. If a City of Renton benchmark does monument and sighting another such monument. A minimum of
not exist within 3000 feet of a project, one must be set on or near two of these permanent monuments shall be existing monuments,
the project in a permanent manner that will remain intact recognized and on record with the City of Renton. The Control or
throughout the duration of the project. Source of elevations Base Line Survey shall occupy each monument in turn, and shall iii
(benchmark) will be shown on the drawing, as well as a description satisfy all applicable requirements of Section 1-11.1 herein.
of any bench marks established. The drawing depicting the survey shall be neat, legible, and
drawn to an appropriate scale. North orientation should be clearly z'.
1-11.1(3) Subdivision Information (RC) presented and the scale shown graphically as well as noted. The •
Those surveys dependent on section subdivision shall reveal drawing must be of such quality that a reduction thereof to one-half
, the controlling monuments used and the subdivision of the original scale remains legible.
applicable quarter section. If recording of the survey with the King County Recorder is •
Those surveys4ependent on retracement of a plat or short plat required, it will be prepared on 18 inch by 24 inch mylar and will Ili
shall reveal the` ntrolling monuments, measurements, and comply with all provisions of Chapter 58.09 RCW. A
methodology used in that retracement. photographic mylar of the drawing will be submitted to the City of
Renton and, upon their review and acceptance per the specific
II
1-11.1(4) Field Notes (RC) requirements of the project, the original will be recorded with the
Field notes shall be kept in conventional format in a standard King County Recorder.
• bound field book with waterproof pages. In cases where an If recording is not required, the survey drawing shall be
electronic data collector is used field notes must also be kept with a prepared on 22 inch by 34 inch mylar, and the original or a
di
sketch and a record of control and base line traverses describing photographic mylar thereof will be submitted to the City of Renton.
station occupations and what measurements were made at each The survey drawings shall meet or exceed the requirements of
point. WAC 332-130-050 and shall conform to the City of Renton's
Every point located or set shall be identified by a number and Drafting Standards. American Public Works Association symbols Oil
a description. Point numbers shall be unique within a complete shall be used whenever possible, and a legend shall identify all
job. The preferred method of point numbering is field notebook, symbols used if each point marked by a symbol is not described at
page and point set on that page. Example: The first point set or each use.
found on page 16 of field book 348 would be identified as Point An electronic listing of all principal points shown on the a
No. 348.16.01, the second point would be 348.16.02, etc. drawing shall be submitted with each drawing. The listing should
Upon completion of a City of Renton project, either the field include the point number designation (corresponding with that in
notebook(s) provided by the City or the original field notebook(s) the field notes , a brief descri tion of the •oint, and northing. r,
used by the surveyor will be given to the City. For all other work,
gosling, and elevation (if applicable) values, all in ASCII format, illi
surveyors will provide a copy of the notes to the City upon request. on IBM PC compatible media.
di
Page-SP-20
p,,,.:rin., rinen- 114n, 10 1007
vou
1-11 Renton Surveying Standards 1-11 Renton Surveying Standards
on
1-11.1(7) Precision Levels (RC) 1-11.1(12) Monument Setting and Referencing(RC)
Vertical Surveys for the establishment of bench marks shall All
Y property or lot corners, as defined in 1-11.1(5),
satisfy all applicable requirements of section 1-05 and 1-11.1. established or reestablished on a plat or other recorded survey shall
Vertical surveys for the establishment of bench marks shall be referenced by a permanent marker at the corner point per 1-
u► meet or exceed the standards, specifications and procedures of third 11.2(1). In situations where such markers are impractical or in
order elevation accuracy established by the Federal Geodetic danger of being destroyed, e.g., the front corners of lots, a witness
Control Committee. marker shall be set. In most cases, this will be the extension of the
Bench marks must possess both permanence and vertical lot line to a tack in lead in the curb. The relationship between the
on stability. Descriptions of bench marks must be complete to insure witness monuments and their respective corners shall be shown or
both recoverablilty and positive identification on recovery. described on the face of the plat or survey of record, e.g., "Tacks
in lead on the extension of the lot side lines have been set in the
1-11.1(8) Radial and Station --Offset Topography curbs on the extension of said line with the curb." In all other
+nr (RC) cases the corner shall meet the requirements of section 1-11.2(1)
Topographic surveys shall satisfy all applicable requirements herein.
of section 1-11.1 herein. All non corner monuments, as defined in 1-11.1(5), shall meet
All points occupied or back sighted in developing radial the requirements of section 1-11.2(2) herein. If the monument
try topography or establishing baselines for station--offset topography falls with in a paved portion of a right of way or other area, the
shall meet the requirements of section 1-11.1 herein. monument shall'be set below the ground surface and contained
The drawing and electronic listing requirements set forth in within a lidded case kept separate.from the monument and flush
section 1-11.1 herein shall be observed for all topographic surveys. with the pavement surface;per section 1-11.2(3).
us
In the case of right of way centerline monuments all points of
1-11.1(9) Radial Topography(RC) curvature(PC),points of tangency (PT), street intersections, center
Elevations for the points occupied or back sighted in a radial points of cul de sacs shall be set. If the point of intersection, PI,
iimi
topographic survey shall be determined either by 1) spirit leveling for the tangents of a curve fall within the paved portion of the right
with misclosure not to exceed 0.1 feet or Federal Geodetic Control of way, a monument can be set at the PI instead of the PC and PT
Committee third order elevation accuracy specifications, OR 2) of the curve.
trigonometric leveling with elevation differences determined in at For all non corner monuments set while under contract to the
UN least two directions for each point and with misclosure of the City of Renton or as part of a City of Renton approved subdivision
circuit not to exceed 0.1 feet. of property, a City of Renton Monument Card (furnished by the
city) identifying the monument; point of intersection (PI),point of
1-11.1(10) Station—Offset Topography (RC) tangency (PT), point of curvature (PC), one-sixteenth corner, Plat
NO Elevations of the baseline and topographic points shall be monument, street intersection, etc., complete with a description of
determined by spirit leveling and shall satisfy Federal Geodetic the monument, a minimum of two reference points and NAD 83/91
Control Committee specifications as to the turn points and shall not coordinates and NAVD 88 elevation shall be filled out and filed
exceed 0.1 foot's error as to side shots. with the city.
ON
1-11.1(11) As-Built Survey (RC) 1-11.2 Materials
All improvements required to be "as-built" (post construction
survey) per City of Renton Codes, TITLE 4 Building Regulations 1-11.2(1) Property/Lot Corners (RC)
ow and TITLE 9 Public Ways and Property, must be located both
Corners per I-I1.1(5) shall be marked in a permanent manner
horizontally and vertically by a Radial survey or by a Station offset such as 1/2 inch diameter rebar 24 inches in length, durable metal
survey. The "as-built" survey must be based on the same base line plugs or caps, tack in lead, etc. and permanently marked or tagged
or control survey used for the construction staking survey for the with the surveyor's identification number. The specific nature of
mi
improvements being "as built"_ The "as built" survey for all the marker used can be determined by the surveyor at the time of
subsurface improvements should occur prior to backfilling. 'Close installation.
cooperation between the installing contractor and the "as-builting"
rrr surveyor is therefore required. 1-11.2(2) Monuments (RC)
All "as-built" surveys shall satisfy the requirements of section Monuments per 1-11.1(5) shall meet the requirements as set
1-11.1(1) herein and shall be based upon control or base line forth in City of Renton Standard Plans page H031 and permanently
surveys made in conformance with these Specifications. marked or tagged with the surveyor's identification number.
as The field notes for "as-built" shall meet the requirements of
section 1-11.1(4) herein and submitted with stamped and signed 1-11.2(3) Monument Case and Cover (RC)
"as-built" drawings which includes a statement certifying the Materials shall meet the requirements of section 9-22 and City
accuracy of the "as built". of Renton Standard Plans page H031.
to The drawing and electronic listing requirements set forth in
section 1-11.1(6) herein shall he observed for all "as-built"
surveys.
En
ai
Or Page-SP-21
Revision Dale: May 19, 1997
ii
2-02 Removal of Structures and Obstructions 2-03 Roadway Excavation and Embankment
Division 2 Earthwork quantities and changes will be computed, either II.
manually or by means of electronic data processing equipment, by
Earthwork - 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 t"
for his review and verification.
2-02 Removal of Structures and Any excavation or embankment beyond the limits indicated in
Obstructions the Plans, unless ordered by the Engineer, shall not be paid for.
All work and material required to return these areas to their
SECTION 2-02.3(3) IS REVISED AND SUPPLEMENTED AS original conditions, as directed by the Engineer, shall be rovided
by the Contractor at his sole
FOLLOWS: All areas shall be excavated, filled, and/or backfilled as {3
expense.
2-02.3(3) Removal of Pavement, Sidewalks, and necessary to comply with the grades shown on the Plans. In filled
Curbs (RC) and backfilled areas, fine grading shall begin during the placement
and the compaction of the final layer. In cut sections, fine grading ".'.
In removing pavement, sidewalks, and curbs, the Contractor shall begin within the final six (6) inches of cut. Final
shall: grading r
shall produce a surface which is smooth and even, without abrupt
1. Haul.broken-up pieces '• _ •. .. . . _.• • - changes in grade.
to some off project Site Excavation for curbs and gutters shall be accomplished by
2. Cover any pieces buried within the right of way with at cutting accurately to the cross sections, grades and elevations iffi
shown. Care shall be taken not to excavate below the specified
5. When an area where pavement has been removed is to be grades. The contractor shall maintain all excavations free from
opened to traffic before pavement patching has been completed, detrimental quantities of leaves, brush, sticks, trash and other
temporary mix asphalt concrete patch shall be required. debris until final acceptance of the Work. II
Temporary patching shall be placed to a minimum depth of 2 Following removal of topsoil or excavation to grade and
inches immediately after backfilling and compaction are complete, before placement of fills or base course, the subgrade under the
and before the road is opened to traffic. MC cold mix or MC hot roadway shall be proofrolled to identify any soft or loose areas
oil
mix shall be used at the discretion of the Engineer. which may warrant additional compaction or excavation and
If pavements, sidewalks, or curbs lie within an excavation replacement.
area and are not mentioned as separate pay items, their removal The Contractor shall provide temporary drainage or protection
will be paid for as part of the quantity removed in excavation. If to keep the subgrade free from standing water.
illii
they lie in an area not to be excavated, and if they are not.
Acceptable excavated native soils shall be used for fill in the
mentioned as a separate item in the proposal, they will be measured area requiring fills. Care shall be taken to place excavated material
and paid for as provided under Section 2-02.5, and will not be at the optimum moisture content to achieve the specified
included in the quantity calculated for excavation. compaction. Any native material used for fill shall be free of
tili
SECTION 2-02.5 IS SUPPLEMENTED BY ADDING: organics and debris and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the
2-02.5 Payment (RC) native materials from becoming saturated with water. The
2. "Saw Cutting", per Lineal Foot. measures may include sloping to drain, compacting the native iii
3. "Remove Sidewalk per Square Yard. materials, and diverting runoff away from the materials. If the
4. "Remove Curb and Gutter", per Lineal Foot. Contractor fails to take such preventative measures, any costs or
5. "Cold-Mix",ix", per Ton delay related to drying the materials shall be at his own expense.
6. "Remove Asphalt Concrete Pavement," per square yard. If the native materials become saturated, it shall be the t
6. "Remove"•Cement Concrete pavement," responsibility of the Contractor to dry the materials, to the
p per square yard. optimum moisture content. If sufficient acceptable native soils are
8. "Remove existing ," per
All costs related to the removal and disposal of structures and not available to complete construction of the roadway embankment,
Gravel Borrow shall be used. ill
obstructions including saw cutting, excavation, backfilling and If subgrade trimmer is not required on the project, all portions
temporary asphalt shall be considered incidental to and included in of Section 2-03 shall apply as though a subgrade trimmer were •
other items unless designated as specific bid items in the proposal.
specified.
Ili
If sufficient acceptable native soils, as determined by the
2-03 Roadway Excavation and Engineer, are not available to complete construction of the roadway
Embankment embankment, Gravel Borrow meeting the requirements of Section
9-03.14 of the Standard Specifications shall be used.
Ili
SECTION 2-03.3 IS SUPPLEMENTED BY ADDING THE SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING:
iiii
2-03.3 Construction Requirements (RC) 2-03.4 Measurement (RC)
Roadway excavation shall include the removal of all materials The Contracting Agency will use the following methods to
excavated from within the limits shown on the plans. Suitable measure work performed unless specific exceptions in other
la
excavated material shall he used for embankments, while surplus sections provide otherwise:
excavated material or unsuitable material shall he disposed of by I. At the discretion of the engineer, roadway excavation,
the Contractor. borrow excavation, and unsuitable foundation excavation - by the
a
I'age-SP-22
kevicinn !Into- M',,' 10 1007
2-04 Haul 2-09 Structure Excavation
cubic yard (adjusted for swell) may be measured by truck in the
� 2-06 Subgrade Preparation
hauling vehicle at the point of loading. The contractor shall
provide truck tickets for each load removed. Each ticket shall have
the truck number, time and date,and be approved by the engineer. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
SECTION 2-03.5 IS REVISED AS FOLLOWS:
2-06.5 Payment (RC)
2-03.5 Payment (RC) Subgrade preparation and maintenance including watering
Payment will be made for the following bid items when they shall be considered as incidental to the construction and all costs
thereof shall be included in the appropriate unit or lum
are included in the proposal: lump sum
I. "Roadway Excavation" or "Roadway Excavation—Area contract bid prices.
A(B, C, etc.)", per cubic yard.
When the Engineer orders excavation 2 feet or less below 2-09 Structure Excavation
subgrade, unit contract prices for roadway excavation and haul
shall apply. If he orders excavation more than 2 feet below
subgrade, that part below the 2-foot depth shall be paid for as SECTION 2-09.1 IS SUPPLEMENTED BY ADDING THE
provided in Sectio 'e..-1 n 01 1 Item 3 of this payment section. In this FOLLOWING:
case, all items of work other than roadway excavation shall be paid 2-09.1 Description (RC)
at unit contract prices. This work also includes the excavation, haul, and disposal of
The unit contract price per cubic yard shall be full pay for all unsuitable materials such as t muck, swampy or unsuitable
rie excavating, loading, placing, or otherwise disposing of the materials including buried logs and stumps. Py
material. -t • - • - - • -
�' 2-09.3 Construction Requirements
The unit contract price per cubic yard shall
include haul. SECTION 2-09.3(1)D IS REVISED AS FOLLOWS:
3. "Unsuitable Foundation Excavation", per cubic yard.
The unit contract price per cubic yard for "Unsuitable 2-09.3(1)D Disposal of Excavated Material (RC)
Foundation Excavation" shall be full pay for excavating, loading, All costs for disposing of excavated material within the project
and disposing of the material. . . - ' ._ limits shall be included in the unit contract price for structure
excavation, Class A or B. -.• - .
. • .- - - • • The unit contract price per
rr cubic yard shall include haul. - -
If the contract includes structure excavation, Class A or B,
r _ 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
•_ - -• . . . • . •. - ••. • !Payment for
embankment compaction . the work.
• - . •action will not be made as a separate item. All
p P SECTION 2-09.4 IS REVISED AND SUPPLEMENTED AS
costs for embankment compaction shall be included in other bid FOLLOWS:
items involved.
or 2-09.4 Measurement (RC)
2-04 Haul Gravel backfill. All gravel backfill will be measured by the
cubic yard in place determined by the neat lines required by the
Plans or by the ton as measured in conformance with section 1-09.2.
ter SECTION 2-04.5 IS REVISED AND SUPPLEMENTED AS Gravel backfill used for pipe bedding shall be incidental to the
FOLLOWS: installation of the pipe or paid for as other gravel backfill unless a
specific separate pay item is included in the contract for gravel
2-04.5 Payment (RC) backfill for pipe bedding.
SECTION 2-09.5 IS REVISED AND SUPPLEMENTED AS
I. "Haul", per unit. FOLLOWS:
All costs for the hauling of material to, from, or on the job
tr site shall be considered incidental to and included in the unit price 2-09.5 Payment
of other units of work. Payment will be made for the following bid items when they
are included in the proposal:
"Structure Excavation Class A", per cubic yard.
rir "Structure Excavation Class B", per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
The unit contract price per cubic yard for the bid items listed
UN as 1 through 4 above shall be full pay for all labor, materials,
tools, equipment, and pumping, or shall be included in the unit bid
price of other items of work if "Structure Excavation" or
'r Page-SP-23
Revision Date:May 19, 1997
r
2-09 Structure Excavation 2-09 Structure Excavation
"Structure Excavation Incl Haul" are not listed as pay items in the
contract.
"Shoring or Extra Excavation Class B", per square foot.
The unit contract price per square foot shall be full pay for all
excavation, backfill, compaction, and other work required when 11
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.
If there is no bid item for shoring or extra excavation Class B
on a square foot basis and the nature of the excavation is such that
shoring or extra excavation is required, then shoring or extra
excavation shall be considered incidental to the work involved and
no further compensation shall be made.
"Gravel Backfill (Kind) for (Type of Excavation), per Cubic
Yard or per Ton".
. When gravel backfill is paid by the ton, the Contractor shall
take care to assure to the satisfaction of the Engineer that such per
ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard.
Evidence that per ton gravel backfill is not being used for its
designated purpose shall be grounds for the Engineer to deny
payment for such load tickets. Unless included in the contract as a
separate pay item, gravel backfill used for pipe bedding shall be a
considered incidental to the installation of the pipe or shall be
included in the gravel backfill used to backfill the trench, if a
separate pay item is included for trench backfill.
a
i
i
a
a
Page-SP-24 tii
Revision Date:May 19, 1997
Oil
3 No supplemental specifications were necessary 4 No supplemental specifications were necessary
,ie Division 3
Production From Quarry and Pit Sites Division 4
and Stockpiling Bases
3 No supplemental specifications were
necessary 4 No supplemental specifications were
necessary
No supplemental specifications were necessary for Division 3.
No supplemental specifications were necessary for Division 4.
irr
arr
OW
dO
trr
WO
IMP
OW
irr
SW
ire Page-SP-25
Revision Date:May 19, 1997
11
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Division 5
Surface Treatments and Pavements _ -
camples toWhen a sample from uncompacted mix is needed, the
5-04 Asphalt Concrete Pavement Contractor shalt ensure that the samples can —be obtained in
accordance with WSDOT Test Method 712.
SECTION 5-04.3(8)A IS REVISED AND SUPPLEMENTED AS 14aki+42-3e14i4h. -
FOLLOWS: B. Definition of Sampling Lot and Sublot. For the purpose
-04.3(8)A Acceptance Sampling and Testing (RC) of acceptance sampling and testing, a lot-is is shall b® defined as
I. General. Acceptance of asphalt cement concrete shall be the total quantity of material or work produced for each job mix
as—provided under rtatistical or a nonstatistical acceptance. formula (JMF). Only onelotper JMF is expected to occur.-#et
Determination of statistical er nonstatistical acceptance shall be
based on proposal quantities and shall consider the total of all bid
•e . •.e - • .. . ,.
items involving mix of a specific class.
Dense graded mixes (asphalt concrete pavement Classes A, B, . ' -
E, F, and G) shalluiill be evaluated for quality of gradation on a '
daily basis by the Contractor. This gradation analysis shall be ' i• ° =' The JMF
based on WSDOT Test Method 104 and the results delivered to the (Job Mix Formula) is defined in Section 9-
Contracting Agency by noon of the following working day. This 03.8(6)A (Basis of Acceptance). The Contractor may not make
•
information shall be used by the Engineer to evaluate conformance any changes to the JMF without prior written approval of the
with Section 9-03.8(6)A.2.-au4 A-asphalt content shall be tested at Engineer.
•
the Eengineer's discretion if the Compaction Pay Factor(Section 5-
04.3(10)B) falls below 1.00.
The Contracting Agency may take their own independent
gradation samples at the stockpile to confirm the gradation testing
- done by the contractor. If the independent sample gradation varies
from the Contractor's data by more than ±3% for sieve sizes '
greater than 1/4" and±2% for sieves smaller than the No. 10, then
the costs of the sampling and testing shall be borne by the
Contractor. If the tTest results vary from the Contractor's data ea
ale--within the ranges listed above from the Contractors data, then Sampling and testing for nonstatistical acceptance shall be
the cost of sampling and testing will be borne by the Contracting performed on a random basis at a minimum frequency of one
Agency. •,• •• • _..
will he evaluated for quality of gradation only, Testing will be sample for each sublot of 400 tons or each day's production, is
whichever is least. When proposal quantities exceed 1,200 tons for
•• a class of mix under nonstatistical acceptance, sublot size shall be
determined to the nearest 100 tons to provide not less than three
• uniform sized sublots, based on proposal quantities, with a a:
specifically pro-ided otherwise in the Special Provisions. maximum sublot size of 800 tons.
C. Test Results. The Engineer will furnish the Contractor
with a copy of the results as they become available. of all
•
four hours after the beginning of the next pa•4ng shift. The
sampling, the Cotupesite Pay Factor (CPF) of the completed t1i1�
Nonstatistical Acceptance will be used (1) for a Clare of mix
2,500 ton[, and (2) •• D. Test Methods. When sample testing of asphalt content is
(_) all contracts advertised, awarded, and necessary, Aacceptance testing for compliance of-asphalt content
administered by agencies other than WSDOT. will use the Nuclear Asphalt Gauge Procedure: WSDOT Test
2. Aggregates. _Aggregates will be accepted for sand Method 722-T. When sample testing of gradation is necessary,
equivalent and fracture based on their conformance to the
Aacceptance testing for compliance of gradation will use the Quick
requirements of Section 9-03.8(2) without recourse to statistical Determination of Aggregate Gradation using Alternate Solvent
e aluation. Procedure; WSDOT Test Method 723-T. t
3. Asphalt Cement. Asphalt Cement will be accepted fos E. Reject Mixture
tests-based on their conformance to the requirements of Section 9-
(1) Rejection by Contractor. The Contractor may, prior to
02.1(43). Testing of asphalt properties to assure certification shall
sampling. elect to remove any defective material and replace it
be the responsibility of the contractor. If the vendor or grade of with new material at no expense to the Contracting Agency. Any
the asphalt Cement chances, a new job mix formula (IMF) shall be such new material will be sampled, tested, and evaluated for
evaluated and approved.
acceptance.
43- Asphalt Concrete Mixture
A. Sampling (2) Rejection -by Engineer Without TestingWit out-Testing.
The Engineer may, without sampling, reject any batch, load, or
(I) A sample will not be obtained from either the first or last section of roadway
25 tons of mix produced in each production shift ..
Page-SP-26 t�
Revrnnn Dale- Mnv 19. 1997
us
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
material that appears defective in gradation or asphalt cement SECTION S-04.03(I0)A IS SUPPLEMENTED BY ADDING
content. Material rejected before placement shall not be THE FOLLOWING:
incorporated into anythe pavement. Any rejected section of
compacted readwaypavement shall be removed. 5-04.3(10)A General (RC)
for No payment will be made for the rejected materials or the The Contractor shall not use vibration when compacting on a
removal of the materials unless the Contractor requests that the street where A.C. Line (Transite) is in place (refer to City of
rejected material be tested. If the Ccontractor elects to have the Renton Comprehensive Water System Plan to identify locations of
rejected material tested, a minimum of three representative samples A.C. lines.)
rw will be obtained and tested. Representative samples to be removed SECTION 5-04.3(10)B IS REVISED AS FOLLOWS:
for testing from compacted pavement shall be removed by coring.
• 5-04.3(10)B Control (SA)
Asphalt concrete pavement Classes A, B, E, and F used in
is traffic lanes, including lanes for ramps, truck climbing, weaving,
• -• r• - -.••• •_• and speed change, and having a specified compacted course
'- thickness greater than 0.10 foot, shall be compacted to a specified
- level of relative density. The testing shall occur on a sublot basis
err using the definition of a sublot described in Section 5-04.3(8). The
• . specified level of relative density shall be
rot •- -• !- • " 924-.0 percent of the
Acceptance of the initially reference maximum density as determined by WSDOT Test
rejected suspected material will use the acceptance sampling and Metl145. _The reference maximum density shall be determined
testing methods. If the material does not fall within the job mix as that develo ed in the 'ob mix formula JM ••- •_
formula tolerances of Section 9-03.8(6)A, the mix will be rejected -- -•- -
and all costs associated with sampling, testing and removal shall be concrete Acing placed. If the Contractor chooses, a moving
borne by the Contractor. The rejected material must be removed average of the three most recent tests of maximum density may be
and replaced with new material at no expense to the Contracting determined through the use of WSDOT Test Method 705 by the
Agency. If the material falls within the job mix formula Contractor at the Contractor's expense. The specified level of
tolerances, the mix will be accepted for quality of mix but will density attained will be determined by the average statistical
remain subject to the compaction adjustment of Section 5-04.3(10) evaluation—of three fuze nuclear density gauge tests taken in
and all costs associated with sampling and testing will be borne by accordance with WSDOT Test Method 715 on the day the mix is
APO the Contracting Agency. placed (after completion of the finish rolling) at locations
•c•• determined by the stratified random
• - -.••• '•• . •. •, _•.'• - conforming to WSDOT Test Method 716 within each density lot
Ytol . . - •- • • •!! •
_ less. The Engineer will furnis a copy of the
results of all acceptance testing performed in the field as soon as
r. .. - . ., - • . the results are availableby 7:00 a.m. the morning of the next
•- _ • _ • - •• Pavement compaction
below 89 percent of the reference maximum density shall not be
• _ accepted. Relative densities falling between 89 percent and 92
. . .. . . . . .... . . . .. .
percent shall be subject to the price adjustments of Section 5-
(4) An Entire Sublot. If an entire sublot it; rejected--in 04.5(1)B. • ..• .•.• - -. • --•• - -• t. .••• "
+rr
determined-
For compaction lots falling below a CPF of 1.00 pay factor
and thus subject to price reduction or rejection, cores may be used
as an alternatives to the nuclear density gauge tests. When-Gums
.. •• _
. _ • after paving. When the Contracting Agency requests cores and the
rr
pr -; level of relative density within a sublot is less than 92.0 percent,
a. Drops below 1.00 and the Contractor is taking no tThe costContracting Agency shall be reimbursed for the coring
and testing shall be borne by the Contractor. When the Contracting
b. Is less than 0.75. Agency requests cores and the level of relative density within a
(6) An Entire Lot. An entire lot with a CPF of lets than 0.75 sublot is greater than 92.0 percent. the cost for coring and testing
• ., , •. e- ..e shall be borne by the Contracting Agency. expenses at the rate of
Section I 06.2(2)B under Financial incentive Paragraph 1, Item 3,
yr At the start of paving, if requested by the Contractor, a
compaction test section shall be constructed, as directed by the
Engineer, to determine the compactibility of the mix design.
Page-SP-27
Revision Date:May 19, 1997
5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement
Compactibility shall be evaluated as the ability of the mix to attain SECTION 5-04.5(1) QUALITY ASSURANCE PRICE trii
a given quality level corresponding to a pay factor of 1.00 or ADJUSTMENTS IS DELETED.
greater referenced to the specified minimum density (924•percent
of the reference maximum density SECTION 5-04.5(1)A IS DELETED AND REPLACED WITH
Methed05). If a compaction test section is requested, a THE FOLLOWING:
-.7
Compaction pay factor of 1.00 shall apply until compatibility is 5-04.5(1)A Price Adjustments for Quality of AC Mix
proven. Following determination of compactibility, the Contractor (RC)
is responsible for the control of the compaction effort. If the Nonstatistical Acceptance-Each lot of asphalt concrete
Contractor does not request a test section, the mix will be pavement produced and having all constituents falling within
considered compactible. the limits of the job mix formula shall be accepted at the unit
Asphalt Concrete Classes A, B, E, F, and G constructed contract price. If the constituents of the mix fall outside the
under conditions other than listed above shall be compacted on the limits of the job mix formula, the mix shall not be accepted(see r
basis of a test point evaluation of the compaction train._ The test Section 5-04.3(8) Rejection of Mixture).
point evaluation shall be performed in accordance with instructions
from the Engineer. The number of passes with an approved SECTION 5-04.5(1)B IS REVISED AND SUPPLEMENTED AS
compaction train, required to attain the maximum test point FOLLOWS:
density, shall be used on all subsequent paving.
Asphalt Concrete'Class D and preleveling mix shall be 5 04.5(1)B Price Adjustments for Quality AC
compacted to the satisfaction of the Engineer. Compaction (RC)
In addition to the-'randomly selected locations for tests of the For each sublot a Compaction Pay
density, the Engineer•may also isolate from a normal lot any area Factor n will be
that is suspected of being defective in relative density. Such determined based on the relative density of the tests. The
isolated material will not include an original sample location. A following table lists the Compaction Pay Factors and their
minimum of three 5 randomly located density tests will be taken. associated relative density.. The CIPAF equals the difference
The isolated area will then be evaluated for price adjustment in •
accordance with this section, considering
it as a separate_sublotlet. �• • -
SECTION 5-04.5 IS REVISED AS FOLLOWS:
5-04.5 Payment (RC) Relative Density Compaction Pay Factor
(average of three tests)
"Misc and/or Driveway Asphalt Conc. Approach Cl. ", ?92.0 1.00
per ton. This item, when included in the contract, includes asphalt 91.5 0.99
paving for areas such as driveways and traffic islands that are not 91.0 0.95
part of other paving work. 90.5 0.91
" .. .. .... .. ° •
90.0
-- -- - - - .. 0.85
Job Mix Compliance Price Adjustment" will be calculated and 89.5 0.80
• = 89.0 0.75
r
a
oi
S
Page-SP-28
Revision Date: May 19, 1997
+rr
6-12 Rockeries 6-12 Rockeries
Division 6 and have a stable appearance. The rocks shall be carefully placed
by mechanical equipment and in a manner such that the longitudinal
Structures axis if the rock shall be at right angles or perpendicular to the
rockery face. The rocks shall have all inclining faces sloping to
the back of the rockery. Each row of rocks will be seated as
SECTION 6-12 IS A NEW SECTION tightly and evenly as possible on the rock below in such a manner
that there will be no movement between the two. After setting a
6-12 Rockeries course of rock, all voids between the rocks shall be chinked on the
4110 back with quarry rock to eliminate any void sufficient to pass a 2
inch square probe.
6-12.1 Description (RC)
The work described in this section, regardless of the type of 6-12.3.1 Rockery Backfill (RC)
+r materials encountered, includes the excavation and shaping of the The wall backfill shall consist of 1-1/2 inch minus crushed
cut or fill slopes and furnishing and constructing rockeries/rock rock or gravel conforming to section 9-03.9(3). This material will
retaining wall where shown on the plans or where directed by the be placed to an 8 inch minimum thickness between the entire wall
engineer. and the cut or fill material. The backfill material will be placed in
lifts to an elevation approximately 6 inches below the course of
6-12.2 Materials (RC) rocks placed. The backfill will be placed after each course of
Rock walls shall be formed of larger pieces of quarried basalt.
rocks. Any backfill material on the bearing surface of the rock
■r
course will be removed before setting the next course.
andesite or other igneous rock. Individual pieces of rock shall be
sound and resistant to weathering. When broken into pieces 6-12.3.2 Drain Pipe(RC)
weighing 50 to 150 grams and tested for soundness with sodium A 4 inch diameter perforated pvc pipe shall be placed as a
sulphate in accordance with aashto t104, the loss through a one-
footing drain behind the rockeries as shown in the standard plans,
rr inch sieve after 6 cycles shall not exceed 35% by weight. and connected to the storm drainage system where shown.
The rock material shall be as nearly rectangular as possible so
as to afford the minimum amount of void space between the blocks. 6-12.3.3 Rejection Of Material (RC)
No stone shall be used which does not extend through the wall. The inspector will have the authority to reject any defective
The rock material shall be hard, sound, durable and free from material and to suspend any work that is being improperly done,
weathered portions, seams,cracks and other defects. subject to the final decision of the engineer. All rejected material
The rock density shall be a minimum of 160 pounds per cubic will be removed from the construction site and any rejected work
foot. The source of supply and representative samples of the shall be repaired or replaced at no additional cost to the Owner.
Iwo material shall be approved by the engineer before delivery to the
site. 6-12.4 Measurement (RC)
The rock walls shall be constructed of one-man rocks, (85 to
300 pounds) each 10" in its least dimension; two-man rocks, (300 Measurement of the finished rock wall for payment will be
to 600 pounds) each 13" in its least dimension; three-man rocks
made from the footing grade to the top of the wall and rounded to
(800 to 1,200 pounds) each 16" in its least dimension; four-man the nearest square yard.
rocks(1,500 to 2,200 pounds)each 18" in its least dimension. The 6-12.5 Payment (RC)
1111/ rocks shall range uniformly in size for each classification specifies.
The four-man rocks shall only be used for the first course of Payment will be made under the item "rock retaining wall",
rock in walls over 6 feet in height. per square yard.
The unit price per square yard shall be full compensation for
6-12.3 Construction Requirements (RC) the rockery/rock retaining wall in place and shall include all work,
The rock unloading at the site will be done in such a manner materials, and equipment required to complete the installation.
as to segregate the rock by the size ranges indicated in the including drainage pipe and all other items.
preceding paragraph.
The walls shall be started by excavating a trench, not less than
6 inches or more than one foot in depth below subgrade in
excavation sections, or not less than 6 inches or more than one foot
in depth below the existing ground level in embankment sections.
Areas on which the rockery is to be placed shall be trimmed and
dressed to conform to the elevation or slope indicated. The rock
wall construction shall start as soon as possible upon the
y1/ completion of the cut or fill section.
Rock selection and placement shall be such that there will be
no open voids in the exposed face of the wall over 6 inches across
in any direction. The rocks shall be placed and keyed together
iir+ with a minimum of voids. Particular attention shall be given to
the placing and keying together of the final course of all rockeries.
The final course shall have a continuous appearance and be placed
to minimize erosion of the backfill material. The larger rocks shall
4110 be placed at the base of the rockery so that the wall will be stable
r Page-SP-29
Revision Date:May 19, 1997
lilli
7-01 Drains 7-04 Storm Sewers
Division 7 Corrugated Polyethylene Culvert Pipe 9-05.19 Ili
Where steel or aluminum are referred to in this Section in
Drainage Structures, Storm Sewers, regard to a kind of culvert pipe, pipe arch, or end sections, it shall
Sanitary Sewers, 'Water Mains, and be understood that steel is zinc coated with Asphalt Treatment I
(galvanized) or aluminum coated (aluminized) corrugated iron or Mil
Conduits steel, and aluminum is corrugated aluminum alloy as specified in
Sections 9-05.4 and 9-05.5.
x
Where plain or reinforced concrete, steel, or aluminum are
referred to in Section 7-02 it shall be understood that reference is
7-01 Drains also made to PVC.
SECTION 7-01.2 IS REVISED AS FOLLOWS: °1
7-03 Structural Plate Pipe, Pipe Arch, Arch,
7-01.2 Materials (RC) and Underpass illa
Drain pipes may be concrete, zinc coated(galvanized) Asphalt
Treatment I or aluminum coated (aluminized) corrugated iron or SECTION 7-03.2 IS REVISED AS FOLLOWS:
- steel with Asphalt Treatment I, corrugated aluminum alloy, ei
polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the 7-03.2 Materials (RC)
. option of the Contractor..unless the Plans specify the type to be Materials shall meet the requirements of the following 1.
_ used.
sections:
Ile
SECTION 7-01.3 IS REVISED AS FOLLOWS: Concrete Class 3000 6-02
Corrugated Steel Asphalt Treatment I 9-05.6(8) I
7-01.3 Construction Requirements (RC) Corrugated Aluminum 9-05.6(8)
PVC drain pipe shall be jointed with a bell and spigot joint Reinforcing Steel 9-07 i
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 SECTION 7-03.5 IS REVISED AS FOLLOWS:
.. :jointed with snap-on, screw-on, or wraparound coupling bands as
recommended by the manufacturer of the tubing. 7-03.5 Payment (RC) I MI
PVC underdrain pipe shall be jointed using either the flexible Payment will be made in accordance with Section 1-04.1, for
elastomeric seal as described in Section 9-04.8 or solvent cement as each of the following bid items that are included in the proposal:
described in Section 9-04.9, at the option of the Contractor unless "St. Str. Plate Pipe Gage In. Diam.", per linear Ili
otherwise specified in the Plans. The bell shall be laid upstream. foot with Asphalt Treatment I.
PE or ABS drainage tubing underdrain pipe shall be jointed with "St. Str. Plate Pipe Arch Gage Ft. In. Span",
snap-on, screw-on, or wraparound coupling bands, as per linear foot with Asphalt Treatment L
recommended by the manufacturer of the tubing. "St. Str. Plate Arch Gage Ft. In. Span", per
siik
SECTION 7-01.4 IS SUPPLEMENTED ADDING THE linear foot with Asphalt Treatment I.
FOLLOWING: "Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
7-01.4 Measurement (RC) If no bid item for Structure Excavation Class A or Structure II
When the contract does not include "structure excavation Excavation Class B, including haul, is included in the schedule of
Class B" or "Structure excavation Class B including haul" as a pay prices then the work will be considered incidental and its cost
Ilia
. item all costs associated with these items shall be included in other
should be included in the cost of the pipe. "Shoring or Extra
contract pay items. Excavation Class B". If it is not in the contract, then it shall be
incidental.
7-02 Culverts 7-04 Storm Sewers •
SECTION 7-02.2 IS REVISED AND SUPPLEMENTED AS
FOLLOWS: SECTION 7-04.2 IS REVISED AS FOLLOWS:
_4<: 7-02.2 Materials (RC)
7-04.2 Materials (RC) iiii
Materials shall meet the requirements of the following Where steel or aluminum are referred to in this Section in
sections: regard to a kind of storm sewer pipe, it shall be understood that
Plain Concrete Culvert Pipe 9-05.3(1) steel is zinc coated (galvanized) Asphalt Treatment I Coated eF
Reinforced Concrete Culvert Pipe 9-05.3(2) corrugated iron or steel and
Beveled Concrete End Sections 9-05.3(3) aluminum is corrugated aluminum alloy as specified in Sections
Steel Culvert Pipe and Pipe Arch, Asphalt Treatment 1 9-05.4 9-05.4 and 9-05.5.
Ili
Steel Nestable Pipe and Pipe Arch, Asphalt Treatment I 9-05.4(8)
Steel End Sections, Asphalt Treatment I 9-05.4(9)
Aluminum Culvert Pipe 9-05.5
Aluminum End Sections 9-05.5(6)
illa
Solid Wall PVC Culvert Pipe 9-05.12(1)
Profile Wall PVC Culvert Pipe 9-05.12(2)
Page-SP-30 Ili
Revision Date:May 19, 1997
w
7-05 Manholes,Inlets,and Catch Basins 7-05 Manholes,Inlets,and Catch Basins
7-04.3 Construction Requirements 7-05 Manholes, Inlets, and Catch Basins
SECTION 7-04.3(I)B IS SUPPLEMENTED BY ADDING THE SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE
FOLLOWING: FOLLOWING:
+w 7-04.3(1)B Pipe Bedding(RC) 7-05.3 Construction Requirements (RC)
Pipe bedding for PVC sewer pipe shall consist of clean,
granular pea gravel consistent with section 9-03.12(3). It shall be All manholes shall have eccentric cones and shall have
placed to a depth of 6" over and 6" under the exterior walls of the ladders.
pipe. SECTION 7-05.3(1) IS REVISED AND SUPPLEMENTED AS
7-04.3(2) Laying Storm Sewer Pipe FOLLOWS:
ON SECTION 7-04.3(2)A IS REVISED AS FOLLOWS: 7-05.3(1) Adjusting Manholes and Catch Basins to
Grade (RC)
7-04.3(2)A Survey Line and Grade (RC) The existing cast iron ring and cover on manholes and the
Survey line and grade will be provided by the Engineer or catch basin frame and grate shall first be removed and thoroughly
trr contractor in a manner consistent with accepted practices and these cleaned for reinstalling at the new elevation. From that point, the
specifications. existing structure shall be raised or lowered to the required
SECTION 7-04.3(2)G IS SUPPLEMENTED BY ADDING THE ' elevation. ••- . -• _ .•. . . ••
r FOLLOWING:
7-04.3(2)G Storm Sewer Line Connections (RC)
All connections not occurring at a manhole or catch basin shall In unpaved streets: Manholes, catch basins and similar
be done utilizing pre-manufactured tee connectors or pipe sections structures in areas to be surfaced with crushed rock or gravel shall
OD
approved by the Engineer. Any other method or materials be constructed to a point approximately eight inches below the
proposed for use in making connections shall be subject to approval subgrade and covered with a temporary wood cover. Existing
by the Engineer. manholes shall be cut off and covered in a similar manner. The
or SECTION 7-04.4 IS REVISED AS FOLLOWS: contractor shall carefully reference each manhole so that they may
be easily found upon completion of the street work. After placing
7-04.4 Measurement (RC) the gravel or crushed stone surfacing, the manholes and manhole
castings shall be constructed to the finished grade of the roadway
or The length of storm sewer pipe will be the number of linear surface. Excavation necessary for bringing manholes to grade
feet of completed installation measured along the invert and will shall center about the manhole and be held to the minimum area
include the length through elbows, tees, and fittings. The number necessary. At the completion of the manhole adjustment, the void
of linear feet will be measured from the center of manhole to around the manhole shall be backfilled with materials which result
ow center of manhole or from the center of catch basin to center of in the section required on the typical road way section, and be
catch basins and similar type structures. thoroughly compacted.
SECTION 7-04.5 IS SUPPLEMENTED AND REVISED AS In cement concrete pavement: Manholes, catch basins and
art FOLLOWS: similar structures shall be constructed and adjusted in the same
manner as outlined above except that the final adjustment shall be
7-04.5 Payment (RC) made and cast iron frame be set after forms have been placed and
checked. In placing the concrete pavement, extreme care shall be
The unit contract price per linear foot for storm sewer pipe of taken not to alter the position of the casting in any way.
1100 the kind and size specified shall be full pay for all work to In asphalt concrete pavement: Manholes shall not be adjusted
complete the installation, including adjustment of inverts to until the pavement is completed, at which time the center of each
manholes. When no bid item "gravel backfill for pipe bedding" is manhole shall be carefully relocated from references previously
included in the Schedule of Prices, pipe bedding, as shown in the established by the contractor. The pavement shall be cut in a
rap standard plans, shall be considered incidental to the pipe and no restricted area and base material be removed to permit removal of
additional payment shall be made. the cover. The manhole shall then be brought to proper grade
utilizing the same methods of construction as for the manhole
AO Testing of storm sewer pipe, if required by the Engineer, shall itself. The cast iron frame shall be placed on the concrete blocks
be considered incidental to and included in the unit contract prices and wedged up to the desired grade. The asphalt concrete pavement
for other items. 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
+wr 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.
ar On the day following placement of the concrete, the ewe 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 laced and com acted with hand tamers and a atchin"
OW
roller. The complete patch shall match the existing paved surface
for texture, density, and uniformity of grade. The joint between the
ire Page-SP-31
Revision Date:May 19, 1997
.
a
7-08 General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
patch and the existing pavement shall then be carefully painted with SECTION 7-05.4 IS REVISED AS FOLLOWS: f
hot asphalt cement or asphalt emulsion and shall be immediately 7-05.4 Measurement (RC)
covered with dry paving sand before the asphalt cement solidifies.
The inside throat of the manhole shall be thoroughly mortared and Manholes will be measured per each. Measurement of
plastered. manhole heights for payment purposes will be the distance from al
Adjustment of inlets: The final alignment and grade of cast finished rim elevation to the invert of the lowest outlet pipe.
iron frames for new and old inlets to be adjusted to grade will be Adjustments of new structures and miscellaneous items such
established from the forms or adjacent pavement surfaces. The as valve boxes shall be considered incidental to the unit contract
final adjustment of the top of the inlet will be performed in similar price of the new item and no furthur compensation shall be made. Si
manner to the above for manholes. On asphalt concrete paving Adjustment of existing structures and miscelaneous items such
'projects using curb and gutter section, that portion of the cast iron as valve boxes shall be measured by "Adjust Existing ," per
frame not embedded in the gutter section shall be solidly embedded each which shall be full pay for all labor and materials including all
in concrete also. The concrete shall extend a minimum of six concrete for the completed adjustment in accordance with Section U
inches beyond the edge of the casting and shall be left 2 inches 7-05.3(1)and the City of Renton Standard Details.
below the top of the frame so that the wearing course of asphalt Connection to existing pipes and structures shall be measured
concrete pavement will butt the cast iron frame. The existing per each.
'concrete pavement and edge of the casting shall be painted with hot SECTION 7-05.5 IS REVISED AND SUPPLEMENTED AS
asphalt cement. Adjustments in the inlet structure shall be FOLLOWS:
constructed in the same'manner and of the same material as that
required for new inlets:"The inside of the inlets shall be mortared 7-05.5 Payment (RC)
ea
' and plastered.
Monuments and cast iron frame and cover: Monuments and `Adjust�4aa#ele Existing per each_
monument castings shall be adjusted to grade in the same manner The unit contract price per each for "Adjust
as for manholes. Existing " shall be full pay
Valve box castings:Adjustments of valve box castings shall be for all costs necessary to make the adjustment including restoration
made in the same manner as for manholes. of adjecent areas in a manner acceptable to the Engineer.
"Structure Excavation Class B", per cubic yard.
---SECTION 7-05.3(2)IS REVISED AS FOLLOWS: "Structure Excavation Class B Incl. Haul", per cubic yard.
Structure excavation for concrete inlets and area inlets is
7-05.3(2) Abandon Existing Manholes (RC) considered incidental to the cost of the inlets and shall be included
Where it is required that an existing manhole be abandoned, in the unit contract price for the concrete inlet and the area inlet. If
the structure shall be broken down to a depth of at least 4 feet no bid item for Structure Excavation Class A or Structure
Iiii
below the revised surface elevation, all connections plugged, the Excavation Class B is included in the schedule of prices then the
manhole base shall be fractured to prevent standing water, and the work will be considered incidental and its cost should be included
manhole filled with sand and compacted to 90 percent density as in the cost of the pipe.
specified in Section 2-03.3(14)C. Debris resulting from breaking "Connect to Existing Catch Basin," per each.
Illi
the upper part of the manhole may be mixed with the sand subject "Connect Structure to existing pipe," per each.
to the approval of the Engineer. The ring and cover shall be
salvaged and all other surplus material disposed of 7-08 General Pipe Installation Requirements
SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE SECTION 7-08.3(1)C SUPPLEMENTED AS FOLLOWS: mil
FOLLOWING:
7-08.3(1)C Pipe Zone Bedding (RC) (SA)
7-05.3(3) Connections to Existing Manholes (RC) Hand compaction of the bedding materials under the pipe w
Where shown on the plans, new drain pipes shall be connected haunches will be required. Hand compaction shall be accomplished
to existing line, catch basin, curb inlets and/or manholes. The by using a suitable tamping tool to firmly tamp bedding material
contractor shall be required to core drill into the structure, shape under the haunches of the pipe. Care shall be taken to avoid
the new pipe to fit and regrout the opening in a workmanlike displacement of the pipe during the compaction effort.
manner. Where directed by the engineer or where shown on the Pipe bedding shall be considered incidental to the pipe and no
plans, additional structure channeling will be required. further compensation shall be made.
A "Connection to existing" item will be allowed at any SECTION 7-08.3(2)E IS SUPPLEMENTED AS FOLLOWS:
_ connection of a new line to an existing structure, or the connection
of a new structure to a existing line. No "connection to existing" 7-08.3(2)E Rubber Gasketed Joints(RC)
will be accepted at the location of new installation, relocation and In laying pipe with rubber gaskets, the pipe shall be handled
adjustment of line manholes, catch basins or curb inlets. carefully to avoid knocking the gasket out of position or
Any damage to existing pipe or structure that is to remain in contaminating it with foreign material. Any gasket so disturbed 1IIli
place resulting from the Contractor's operations shall be repaired shall be removed, cleaned, relubricated if required, and replaced
or replaced at his own expense. before joining the sections.
The unit bid price per each shall be full compensation for all The pipe shall be properly aligned before joints are forced
WI
labor, materials and equipment required. home. Sufficient pressure shall be applied in making the joint to
ensure that the joint is home, as defined in the standard installation
instructions provided by the pipe manufacturer. The Contractor
may use any method acceptable to the Engineer for pulling the pipe
Ili
together,except that driving or ramming by hand or machinery will
not he permitted. Any pipe damaged during joining and joint
Page-SP-32
le
Revision Dale:May 19, 1997
ow
7-08 , General Pipe Installation Requirements 7-08 General Pipe Installation Requirements
ea tightening shall be removed and replaced at no expense to the Pipe shall be kept clean during and after laying. All openings in
Contracting Agency. the pipe line shall be closed with water tight expandable type sewer
Care shall be taken by the CONTRACTOR to avoid over plugs at the end of each day's operation or whenever the pipe
pushing the pipe and damaging the pipe or joint system. Any openings are left unattended. The use of burlap, wood, or other
or damaged pipe shall be replaced by the Contractor at his expense. similar temporary plugs will not be permitted.
Care shall be taken to properly align the pipe before joints are Where necessary to raise or lower the pipe due to unforeseen
entirely forced home. During insertion of the tongue or spigot, the obstructions or other causes, the ENGINEER may change the
pipe shall be partially supported by hand, sling or crane to alignment and/or the grades. Except for short runs which may be
+rt► minimize unequal lateral pressure on the gasket and to maintain permitted by the ENGINEER, pipes shall be laid uphill on grades
concentricity until the gasket is properly positioned. Since most exceeding 10 percent. Pipe which is laid on a downhill grade shall
gasketed joints tend to creep apart when the end of the pipe is be blocked and held in place until sufficient support is furnished by
deflected and straightened, such movement shall be held to a the following pipe to prevent movement.
OW
minimum once the joint is home. Unless otherwise required, all pipe shall be laid straight
between the changes in alignment and at uniform grade between
SECTION 7-08.3(2)J IS AN ADDED NEW SECTION: changes in grade.- For concrete pipes with elliptical reinforcement,
OW 7-08.3(2)J Placing PVC Pipe (RC) the pipe shall be placed with the minor axis of the reinforcement in
In the trench, prepared as specified in Section 7-02.3(1) PVC a vertical position.
pipe shall be laid beginning at the lower end, with the bell end Immediately after the pipe joints has been made, proper gasket
upgrade. Pea gravel will be used as the bedding material and placement shall be checked with a feeler gage as approved by the
Or extend from 6" below the bottom of the pipe to 6" above the top of pipe manufacturer to verify proper gasket placement.
the pipe. When it is necessary to connect to a structure with a SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE
mudded joint a rubber gasketed concrete adapter-collar will be used FOLLOWING:
at the point of connection.
fY101 7-08.3(2)G Sewer Line Connections (RC)
7-08.3(2)A Survey Line and Grade Unless otherwise approved by the Engineer, all connections of
Survey line and grade control shall be provided in accordance lateral sewers to existing mains shall be made through a cast iron
with Sections 1-05.4, 1-05.5 and 1-11 saddle secured to the sewer main with stainless steel bands. When
out Engineer in a manner consistent with accepted practices. the existing main is constructed of vitrified clay, plain or
The Contractor shall transfer line and grade into the trench reinforced concrete, cast or ductile iron pipe, the existing main
where they shall be carried by means of a laser beam using 50 foot shall be core drilled.
arr minimum intervals for grade staking. Any other procedure shall Connections (unless booted connections have been provided
have the written approval of the Engineer. for) to existing concrete manholes shall be core-drilled, and shall
have an "0" ring rubber gasket meeting ASTM C-478 in a
• -e - t- - manhole coupling equal to the Johns-Manville Asbestos-Cement
irr collar, or use a conical type flexible seal equal to kore-N-Seal.
PVC pipe connection shall consist of tee, nipple and couplers as
approved by the Engineer.
IOW SECTION 7-08.4 IS REVISED AND SUPPLEMENTED AS
FOLLOWS:
SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE
FOLLOWING: 7-08.4 Measurement (SA)
or 7-08.3(2)B Pipe Laying (RC) Gravel backfill for foundations, or gravel backfill for pipe
Checking of the invert elevation of the pipe may be made by zone bedding when used for foundations, shall be measured by the
calculations from measurements on the top of the pipe, or by cubic yard, including haul, as specified in 2-09., or by the TON.
y - looking for ponding of 1/2" or less, which indicates a satisfactory Concrete for plugging existing pipes will be measured by the
iso
condition. At manholes, when the downstream pipe(s) is of a cubic yard for the volume which would be required to completely
larger size, pipe(s) shall be laid by matching the(eight-tenths) flow fill the pipe for a distance of two diameters. Computation for
elevation, unless otherwise approved by the Engineer. corrugated metal pipes will be based on the nominal diameter.
Oa All pipe, fittings, etc. shall be carefully handled and protected Excavation of the trench will be measured as structure
against damage, impact shocks, and free fall. All pipe handling excavation Class B or structure excavation Class B including haul,
equipment shall be acceptable to the ENGINEER. Pipe shall not by the cubic yard as specified in Section 2-09. When excavation
he placed directly on rough ground but shall be supported in a below grade is necessary, excavation will be measured to the limits
WO manner which will protect the pipe against injury whenever stored ordered by the Engineer.
at the trench site or elsewhere. No pipe shall be installed where Embankment construction before culvert placement under the
the lining or coating show defects that may be harmful as applicable provisions of Section 7-08.3(1)A will he measured in
determined by the ENGINEER. Such damaged lining or coating accordance with Section 2-03.
so shall be repaired, or a new undamaged pipe shall be furnished and Shoring or extra excavation class B will he measured as
installed. specified in Section 2-09.4.
The CONTRACTOR shall inspect each pipe and fitting prior
to installation to insure that there are not damaged portions of the
'11111 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.
sr
Page-SP-33
r1,.,,;,;,,., n„/,- 44,,1, IC r007
Nil
7-10 Trench Exc.,Bedding,and Backfill for Water Mains 7-11 Pipe Installation for Water Mains _>
SECTION 7-08.5 IS REVISED AND SUPPLEMENTED AS 7-11 Pipe Installation for Water Mains ti
FOLLOWS:
7-08.5 Payment I (SA) 7-11.3 Construction Details (RC)
Payment will be made in accordance with Section 1-04.1 for
each of the following bid items that are included in the proposal: 7-11.3(4) Laying of Pipe on Curves
"Gravel Backfill for Foundations", per cubic yard, or Ton. SECTION 7-11.3(4)A HAS BEEN REVISED AS FOLLOWS:
"Gravel Backfill for Pipe Zone Bedding", per cubic yard, or
Ton. 7-11.3(4)A Ductile Iron Pipe (RC) Ili
"Commercial Concrete", per cubic yard. Long radius (500feet or more) curves, either horizontal or
"Structure Excavation Class B", per cubic yard. vertical, may he laid with standard pipe by deflecting the joints. If
"Structure Excavation Class B Incl. Haul", per cubic yard. the pipe is shown curved in the Plans and no special fittings are al
Unless specifically identified and provided as separate items, shown, the Contractor can assume that the curves can be made by
structure excavation, dewatering and backfilling shall be incidental deflecting the joints with standard lengths of pipe. If shorter
to pipe installation and no further compensation shall be made. lengths are required, the Plans will indicate maximum lengths that
"Shoring or Extra Excavation Class B", per square foot. can be used. The amount of deflection at each pipe joint when pipe
•
If this pay item is not in the contract, then it shall be is laid on a horizontal or vertical curve shall not exceed one half of
incidental. the manufacturer's printed recommended deflections.
-10 Trench Exc., Bedding, and Backfill for SECTION 7-II.3(4)B IS SUPPLEMENTED AS FOLLOWS: Oil
Water Mains 7-11.3(4)B Polyvinyl Chloride (PVC) Pipe(4 inches
and Over) (RC)
SECTION 7-10.4 IS REVISED AS FOLLOWS: Polyvinyl Chloride (PVC) Pipe shall not be used for water Iiii
mains and appurtenances.
7-10.4 Measurement (RC) THE TITLE AND TEXT OF SECTION 7-11.3(6) HAS BEEN
Measurement of bank run gravel for trench backfill will be by REVISED AS FOLLOWS: to
the cubic yard measured by the calculation of neat lines based on
maximum trench width per Section 2-09.4 or by the ton, in 7-11.3(6) Laying Ductile Iron Pipe and Fittings with
accordance with Section 1-09. Polyethylene Encasement (RC)
, LThe Contractor shall lay ductile IP
7-10.5 IS REVISED AND SUPPLEMENTED AS FOLLOWS: iron pipe with a polyethylene encasement. Pipe and polyethylene
7-10.5 Payment (RC) encasement shall be installed in accordance with AWWA C105.
The polyethylene encasement shall also be installed on all
appurtenances, such as pipe laterals, couplings, fittings, and S
� valves, with 8 mil. polyethylene plastic in accordance with Section•r•' - • -'• • • . • - "'-••e . .•. 4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wra P shall be tube
type and black color.
Any damage that occurs to the wrap shall be repaired in accordance
• - .-- • - - ! - ? Payment for "removal with ANSI/AWWA C105/A21.5-93.•
and replacement of unsuitable material" will be considered Installation of the polyethylene encasement shall be considered
•incidental to or calculated under other bid items and no further incidental to the installation of the pipe and no additional payment 0
compensation will:be made. shall be allowed.
4. "Bank Run Gravel for Trench Backfill", per cubic yard
or ton. 7-I1.3(7)A AND 7-11.3(7)B HAVE BEEN DELETED AND
The unit contract price per cubic yard or ton for "Bank Run REPLACED BY THE FOLLOWING
tie
Gravel for Trench Backfill" shall be full pay for all work to 7-11.3(7) Laying Steel Pipe (RC)
furnish, place, and compact the material in the trench. Also Steel pipe shall not be used.
included in the unit contract price is the disposal of excess and
unusable material excavated from the trench. SECTION 7-II.3(9)A IS REVISED AND SUPPLEMENTED AS is
6. "Foundation Material" , per ton or cubic yard. FOLLOWS:
Payment at the unit contract price for "foundation material" 7-11.3(9)A Connections to Existing Mains (RC)
shall be full compensation for excavating and disposing of the The Contractor may be required to perform the connection ea
unsuitable material and replacing with the appropriate foundation
material per Section 9-30.7B(1). during times other than normal working hours. The Contractor
shall not operate any valves on the existing system without-specific
. Water system personnel will operate
all valves on the existing system for the contractor when required. Oil
No work shall be performed on the connections unless a
representative of the water department is present to inspect the
work.
When not stated otherwise in the special provisions or on the
plans all connections to existing water mains will be done by City
forces as provided below:
City Installed connections:
WI
Page-SP-34
or
7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains
or Connections to existing piping and tie-ins are indicated on the registering 1 gallon per revolution. The meter shall be approved by
drawings. The contractor must verify all existing piping, the Engineer.
dimensions,and elevations to assure proper fit. _ Acceptability of the test will be determined as follows:
Connections to the existing water main shall not be made Acceptability of the test will be determined by two factors, as
or without first making the necessary arrangements with the Engineer follows:
in advance. I. The quantity of water lost from the main shall not exceed
A two-week advance notice shall be required for each the number of gallons per hour as listed in the following
connection which requires a cutting of the existing water mains or a table.
'w shut-down of the existing water mains. The City reserves the right 2. The loss in pressure shall not exceed 5 psi during the 2 hour
to re-schedule the connection if the work area is not ready at the test period.
scheduled time for the connection. All water used to perform hydrostatic pressure shall be
Work shall not be started until all the materials, equipment charged a usage fee.
Mil
and labor necessary to properly complete the work are assembled *
on site. Allowable leakage per 1000 ft. of pipeline*-in GPH
The Contractor shall provide all saw-cutting, removal and
AMP disposal of existing surface improvements, excavation, haul and Nominal Pipe Diameter in inches
disposal of unsuitable materials, shoring, de-watering, foundation PSI 6" 8" 10" 12" 16" 20" 24"
material, at the connection areas before the scheduled time for the 450 0.95 1.27 1.59 1.91 2.55. 3.18 3.82
connection by the City. The Contractor shall provide all materials 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60
,W necessary to install all connections as indicated on the construction 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37
plans, including but not limited to the required fittings, couplings, 275 0.75 1.00 1.24 1.49 1.99 149 2.99
pipe spools, shackle materials to complete the connections. The 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85
Contractor shall provide and install concrete blocking, polywrap 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70
so the piping at the connections, backfill and surface restoration at the 200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
locations shown on the plans for the connections to the existing *If the pipeline under test contains sections of various
water mains. diameters, the allowable leakage will be the sum of the computed
The City will cut the existing main and assemble all materials. leakage for each size. For those diameters or pressures not listed,
WO the formula below shall be used:
SECTION 7-11.3(11) IS SUPPLEMENTED AND REVISED AS The quantity of water lost from the main shall not exceed the
FOLLOWS: number of gallons per hour as determined by the formula
,r 7-11.3(11) Hydrostatic Pressure Test (RC) L= 00
A hydrant meter and a back flow prevention device will be 7400
used when drawing water from the City system. These may be in which
obtained from the City by completing the required forms and L = Allowable leakage, gallons hour
+w making required security deposits. There will be a charge for the N = No.of joints in the length of pipeline tested
water used. Before applying the specified test pressure, air shall D = Nominal diameter of the pipe in inches
be expelled completely from the pipe, valves and hydrants. If P = Average test pressure during the leakage test, psi
permanent air vents are not located at all high points, the contractor '
Or shall install corporation cocks at such points so that the air can be
expelled as the line is filled with water. After all the air has been SECTION 7-11.3(12)A SHALL BE REVISED AND
expelled, the corporation cocks shall be closed and the test SUPPLEMENTED AS FOLLOWS:
AMA pressure applied. At the conclusion of the pressure test, the
corporation cocks shall be removed and plugged. 7-11.3(12)A Flushing and "Poly-pigging"(RC)
The mains shall be filled with water and allowed to stand Sections of pipe to be disinfected shall first be flushedpoly-
under pressure for a minimum of 24 hours to allow the escape of pigged to remove any solids or contaminated material that may
air and allow the lining of the pipe to absorb water. The State will have become lodged in the pipe. If
furnish the water necessary to fill the pipelines for testing purposes of the main, the main cannot be "poly-pigged", then a tap shall be
at a time of day when sufficient quantities of water are available for provided large enough to develop a velocity of at least 2.5 fps in
normal system operation. the main.
em The test shall be accomplished by pumping the main up to the The "Poly-pig" shall be equal to Girard Industries Aqua-
required pressure, stopping the pump for a minimum of two hours, Swab-AS, 21b/cu-ft density foam with 90A durometer urethane
and then pumping the main up to the test pressure again. During rubber coatin_ on the rear of the "Pol -I i." onl . The "Pol -.i'"
the test, the Section being tested shall be observed to detect any shall be cylinder shaped with bullet nose or squared end.
OW visible leakage. A clean container shall be used for holding water r.. . . . '_ _._ -
for pumping up pressure on the main being tested. This makeup
water shall be sterilized by the addition of chlorine to a Dechlorination•of all water used for disinfection shall be
concentration of 50 mg/I. accomplished in accordance with the City's standard detail. Water
O' The quantity of water required to restore the pressure shall be containing chlorine residual in excess of that carried in the existing
accurately determined by either 1) pumping from an open container water system, shall not be disposed into the storm drainage system
of suitable size such that accurate volume measurements can be or any water way.
made by the Owner or, 2) by pumping through a positive
gm displacement water meter with a sweep unit pumping through a
positive displacement water meter with a sweep unit hand
up Page-SP-35
Revision Date:May 19. 1997
a
7-1 I Pipe Installation for Water Mains 7-II Pipe Installation for Water Mains
SECTION 7-11.3(12)D HAS BEEN DELETED AND Joint restrainer system components: fiii
REPLACED WITH: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip
7-11.3(12)D Dry Calcium Hypochlorite (RC) galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for '`
4" to 12" mechanical_joints, ASTM A325, type 3D,except tensile
Dry calcium hypochlorite shall not be placed in the pipe as strength of full-body threaded section shall be increased to 40,000 um
laid. lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat
SECTION 7-I1.3(12)K HAS BEEN REVISED AS FOLLOWS: treating (quenching and tempering) to manufactures reheat and
hardness specifications. SST 753: 3/4" for 14" to 24" mechanical isi
7-11.3(12)K Retention Period (RC) joints. same ASTM specification as SST 7. SST 77: 3/4" same as
Treated water shall be retained in the pipe at least 24 hours SST 7, except 1" eye for 7/8" rod. same ASTM specification as
but no long than 48 hours. After this period, the chlorine residual SST 7.
at pipe extremities and at other representative points shall be at Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4",
Ili
least 25 mg/I. ASTM A563,grade C3, or zinc plated. S8: 518" and 3/4", ASTM
SECTION 7-11.3(12)N HAS BEEN REVISED AS FOLLOWS: A563, grade A, zinc plated or hot-dip galvanized
7-11.3(12)N Final Flushing and Testing (RC) Tiecoupling: used to extend continuous threaded rods and are al
provided with a center stop to aid installation, zinc plated or hot-
Before placing the,hnes into service, a satisfactory report shall dip galvanized. SS 10: for 5/8" and 3/4" tierods, ASTM A563,
be received from the,local or State health department or an
approved testing lab �on samples collected from representative grade C3. 510: for 5/8"and 3/4" tierods,ASTM A563,grade A.
points in the new system. Samples will he collected and Tierod: continuous threaded rod for cutting to desired lengths, 10
bacteriological tests obtained by the Engineer. zinc plated or hot-dip galvanized. SS 12: 5/8" and 3/4" diameter,
ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, 4.
SECTION 7-11.3(13) HAS BEEN SUPPLEMENTED BY ASTM A36, A307.
ADDING THE FOLLOWING: Tiewasher: round flat washers, zinc plated or hot dip
liii
- 7-11.3(13) Concrete Thrust Blocking and Dead-Man galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1.
Block (RC) Installation:
Install the joint restraint system in accordance with the
Nil
Provide concrete blocking at all hydrants, fittings and
horizontal or vertical angle points. Conform to The City of Renton manufactures instructions so all joints are mechanically locked
together to prevent joint separation
standard details for general blocking, and vertical blocks herein. separation. Tiebolts shall be installed to
All fittings to be blocked shall be wrapped with 8-mil polyethylene pull against the mechanical joint body and not the MJ follower.
Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings siii
plastic. Concrete blocking shall be properly formed with plywood with both rods threaded equal distance into tiecouplings. Arrange
or other acceptable forming materials and shall not be poured tierods symmetrically around the pipe.
around joints. The forms shall be stripped prior to backfilling.
Joint restraint(shackle rods), where required, shall be installed in
accordance with section 7-11.3(15).
Provide concrete dead-man blocks at locations shown on the
plans. The dead-man block shall include reinforcing steels, shackle Pipe Diameter Number of 3/4"
rods, installation and removal of formwork. Tie Rods Required— eiiii
Blocking shall be commercial concrete (hand mixed concrete 4" 2
is not allowed)and poured in place. 6 2
g" 3
SECTION 7-11.3(15)IS A NEW ADDITIONAL SECTION: 10" 4
12" 6
7-11.3(15) Joint"Restraint Systems (RC) 14" 8
. General: 16" 8
Where shown on the plans or in the specifications or required by 18" 8
the engineer, joint restraint system(shackle rods) shall be used. all 20" 10
joint restraint materials used shall be those manufactured by star 24" 14
national products, 1323 holly avenue PO box 258, Columbus Ohio 30" (16-7/8"rods) 4
'' '43216, unless an equal alternate is approved in writing by the 36" (24-7/8"rods) Illi
. -engineer.
Materials:
Steel types used shall be: l
High strength low-alloy steel(cor-ten), ASTM A242, heat Where a manufactures mechanical joint valve or fitting is
treated, superstar "SST" series.
High strength low-alloy steel(cor-ten), ASTM A242, superstar supplied with slots for "T" bolts instead of holes, a flanged valve
with a flange by mechanical joint adapter shall be used instead, so
ail
"SS" series. Y I P
Items to be galvanized are to meet the following requirements: as to provide adequate space for locating the tiebolts.
ASTM A153 for galvanizing iron and steel hardware. Where a continuous run of pipe is required to be restrained,
no run of restrained pipe shall he greater than 60 feet in length
ASTM A 123 for galvanizing rolled, pressed and forged steel
shapes. between fittings. Insert long body solid sleeves as required on
longer runs to keep tierod lengths to the 60 foot maximum. Pipe
used in continuously restrained runs shall be mechanical joint pipe
and tiebolts shall be installed as rod guides at each joint.
Page-SP-36
wr
7-12 Valves for Water Mains 7-12 Valves for Water Mains
Where poly wrapping is required all tiebolts, tienuts, 7-12 Valves for Water Mains
tiecouplings, tierods, and tiewashers, shall be galvanized. All
disturbed sections will be painted, to the inspectors satisfaction,
with koppers bitomastic no. 300-m, or approved equal. SECTION 7-12.02 HAS BEEN REVISED AS FOLLOWS:
+rw Where poly wrapping is not required all tiebolts, tienuts, SECTION 7-12.3(1)HAS BEEN REVISED AS FOLLOWS:
tiecouplings, tierods and tiewashers may be galvanized as specified
in the preceding paragraph or plain and painted in the entirety with 7-12.3(1) Installation of Valve Marker Post (RC)
koppers bitumastic no. 800-m,or approved equal. Where required, a valve marker post shall be furnished and
Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be installed with each valve. Valve marker posts shall be placed at the
considered incidental to installation of the pipe and no additional edge of the right-of-way opposite the valve and be set with
payment shall be made. 18 inches of the post exposed above grade.
rr SECTION 7-11.4 HAS BEEN SUPPLEMENTED AS FOLLOWS:
7-11.4 Measurement (RC)
Measurement for payment of concrete thrust blocking and
+rr dead-man blocks will be per cubic-yard when these items are
included as separate pay items. If not included as separate pay
SECTION 7-12.3(2)IS A NEW SECTION:
items in the contract, then thrust blocking and dead-man blocks 7-12.3(2) Adjust Existing Valve Box to Grade (RC)
shall be considered incidental to the installation of the water main Valve boxes shall be adjusted to grade-in the same manner as
and no further compensation shall be made. for manholes, as detailed in Section 7-05.3(1) of the Renton
Measurement for payment for connections to existing water Standards. Valve box adjustments shall include, but not be limited
mains will be per each for each connection to existing water to,the locations shown on the Plans.
trr
main(s)as shown on the plans. Existing roadway valve boxes shall be adjusted to conform to
SECTION 7-11.5 HAS BEEN REVISED AS FOLLOWS: final finished grades. The final installation shall be made in
accordance with the applicable portions of Section 7-12.
7-11.5 Payment (RC) In the event that the existing valve box is plugged or blocked
'r with debris, the Contractor shall use whatever means necessary to
" Pipe for Water Main and Fittings In. Diam.", per remove such debris, leaving the valve installation in a fully
lineal foot. operable condition.
The unit contract price per linear foot for each size and kind The valve box shall be set to an elevation tolerance of one-
of " Pipe for Water Main_In. Diam" shall be full pay for fourth inch(1/4")to one-half inch(1/2")below finished grade.
all work to complete the installation of the water main including
but not limited to trench excavating, bedding, laying and jointing SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE
pipe and fittings, backfilling, concrete thrust blocking, installation FOLLOWING:
ISO of polyethylene wrap, cleaning by poly-pigs, vertical crosses for
insertion and removal of poly-pigs, temporary thrust blocks and 7-12.4 Measurement
blow-off assemblies, testing, flushing, disinfecting the pipeline, Adjustment of existing valve boxes to grade shall be measured
shackle rods, abandoning and capping existing water mains, per each, if included as a separate pay item in the Contract; if not a
removing miscellaneous pipes, removing and salvaging existing separate pay item but required to complete the work, then value
hydrant assemblies, and other appurtenances to be abandoned as box adjustment shall be considered incidental.
shown on the plans,and cleanup. Hydrant auxiliary gate valve will be included in the
"Concrete Thrust Blocking and Dead-Man Blocks", per cubic - measurement for hydrant assembly and will not be included in this
yard. measurement item.
The unit contract price bid for "Concrete Thrust Blocking and
Dead Man Block" Shall be for the complete cost of labor, SECTION 7-12.5 IS DELETED AND REPLACED WITH THE
s materials, equipment for the installation of the concrete thrust FOLLOWING:
wits
blocks and dead- man blocks, including but not limited to "Gate Valve from 4 inch to 10 inch in diameter and Valve
excavation, dewatering, haul and disposal of unsuitable materials, Box," per each.
concrete, reinforcing steel, shackle rods and formwork. If this The unit contract price per each for the valve of the specified
item is not included in the contract schedule of prices, then thrust size, shall be full pay for all labor, equipment and material to
blocking and dead-man blocks shall be considered incidental to the furnish and install the valve complete in place on the water main,
installation of the pipe and no further compensation shall be made. including trenchin ointin , blockin• of valve �aintin•,
"Connection to Existing Water Mains", per each. disinfecting, hydrostatic testing, cast-iron valve box and extensions
err The unit contract price per each connection to existing water as required, valve nut extensions, adjustment to final grade.
mains shall be for complete compensation for all equipment, labor, "12 inch Gate Valve and Concrete Vault," per each.
materials required for the connections to the existing water mains. The unit contract price per each for the 12" gate valve
assembly, shall be full pay for all labor, equipment and material to
furnish and install the valve complete in place on the water main,
including trenching, jointing, blocking of valve, by-pass assembly,
cast-iron casting and cover, ladder rung, concrete risers as
required, adjustment to final grade.
rrr
"16 inch and larger Butterfly Valve and Concrete Vault," per
each.
Page-SP-37
PP WI... f)nro- Mno 19 1007
a
7-14 Hydrants 7-14 Hydrants
The unit contract price per each for the 16" and larger cast iron valve box and cover, 3/4" shackle rods and accessories, a
butterfly valve assembly, shall be full pay for all labor, equipment concrete blocks and two concrete guard posts (only if hydrants are
and material to furnish and install the valve complete in place on outside right-of-way).
the water main, including trenching, jointing, blocking of valve, Joint restraint(Shackle Rods) shall be installed in accordance
painting, disinfecting, hydrostatic testing, concrete vault, cast-iron with Section 7-11.3(15).
casting and cover, ladder, concrete risers as required, adjustment
to final grade. SECTION 7-14.3(3) IS SUPPLEMENTED BY ADDING THE
"Blow-off assembly," per each. FOLLOWING:
The unit contract price per each for each blow-off assembly
shall be for all, labor, equipment and material to complete the 7-14.3(3) Resetting Existing Hydrants (RC)
installation of the assembly per the City of Renton Water Standard This work shall conform to Section 7-14.3(1). All hydrants
Detail, latest revision. shall be rebuilt to the approval of the City(or replaced with a new
illi
hydrant). All rubber gaskets shall be replaced with new gaskets of
"Air-Release/Air-Vacuum Valve Assembly," per each. the type required for a new installation of the same type.
The unit contract price per for air-release/air-vacuum valve
assembly shall be for all, labor, equipment and material to SECTION 7-14.3(4) IS SUPPLEMENTED BY ADDING THE
complete the installation of the assembly including but not limited FOLLOWING: r
to, excavating, tapping-the main, laying and jointing the pipe and
fittings and appurtenances, backfilling, testing, flushing, and 7-14.3(4) Moving Existing Hydrants (RC)
disinfection, meter box and cover, at location shown on the plans, All hydrants shall be rebuilt to the approval of the City(or
and per City of Renton Standard Detail, latest revision. replaced with a new hydrant). All rubber gaskets shall be replaced ilii
"Adjust Existing Valve Box to Grade(RC)," per each. with new gaskets of the type required for a new installation of the
The contract bid price for "Adjust Existing Valve Box to same type.
Grade" above shall be full compensation for all labor, material, SECTION 7-14.5 IS REVISED AS FOLLOWS: iii
tools and equipment necessary to satisfactorily complete the work
as defined in the Contract Documents, including all incidental 7-14.5 Payment (RC)
work. If not included as a separate pay item in the Contract, but
required to complete other work in the Contract, then adjustment of Payment will be made in accordance with Section 1-04.1, for
di
valve boxes shall be considered incidental to other items of work each of the following bid items that are included in the proposal:
and no futher compensation shall be made. `Hydrant Assembly", per each.
The unit contract price per each for "Hydrant Assembly" shall
be full pay for all work to furnish and install fire hydrant
assemblies, including all costs for auxiliary gate valve, shackles,
• • . .. tie rods, concrete blocks, gravel, and painting and guard posts
_ •• _ '_ required for the complete installation of the hydrant assembly as
marker pasty specified. The pipe connecting the hydrant to the main shall be
iii
considered incidental and no additional payment shall be made,.
7-14 Hydrants as specified in Section 7 11.5. • .
"Resetting Existing Hydrants", per each. ill
7-14.3 Construction Details (RC) The unit contract price per each for `Resetting Existing
Hydrant" shall be full pay for all work to reset the existing
SECTION 7-14.3(1) ISf.REVISED AND SUPPLEMENTED AS hydrant, including rebuilding (or replacement with a new hydrant),
FOLLOWS: shackling, blocking, painting, and guard posts and reconnecting to ii
the main. The new pipe connecting the hydrant to the main shall be
7-14.3(1) Setting Hydrants (RC) considered incidental and no additional payment shall be made.
After all installation and testing is complete, the exposed _
portion of the hydrant shall be painted with eastwo field coats. The Specified in Section 7 11.5. Guard posts, shown on the plans shall
type and color of paint will be designated by the Engineer. be incidental to the contract.
Any hydrant not in service shall be identified by covering with "Moving Existing Hydrants", per each. 7
a burlap or plastic bag approved by the Engineer. The unit contract price per each for "Moving Existing ,
Ili
Hydrants shall be installed in accordance with AWWA Hydrant" shall be full pay for all work to move the existing
specifications C600-93, Sections 3.7 and 3.8.1 and the City of hydrant, including new tee, rebuilding (or replacement with a new
Renton standard details. Hydrant and guard posts shall be painted hydrant), shackling, blocking, painting, and guard posts and
in accordance with the water standard detail. Upon completion of reconnecting to the main. The new pipe connecting the hydrant to
the project, all fire hydrants shall be painted to The City of Renton the main shall be considered incidental and no additional payment
specifications and guard posts painted with two coats of shall be made • . . •••. . • . •.•. , • • .-
preservative paint NO. 43-655 safety yellow or approved equal. specified in Section 7 11.5. Guard posts, shown on the plans shall
Fire hydrants shall be of such length as to be suitable for be incidental to the contract. 1
installation with connections to 6", 8" AND 10" piping in trenches
3 - 1/2 feet deep unless otherwise specified. The hydrant shall be
designed for a 4-1/2 foot burial where 12" and larger pipe is
shown unless otherwise noted on the plan. la
Fire hydrant assembly shall include: cast-iron or ductile iron
tee(MJ x FL), 6" Bate valve (FL x MJ), 6" DI spool (PE x PE), 5-
1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter,
a
Page-SP-38
ist
7-15 Service Connections 7-17 Sanitary Sewers
ow 7-15 Service Connections SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
SECTION 7-113 IS SUPPLEMENTED AS FOLLOWS: 7-17.3(2)H Television Inspection (RC)
Once the television inspection has been completed the
we 7-15.3 Construction Details (RC) contractor shall submit To the Engineer the written reports of the
Pipe materials used to extend or replace existing water service inspection plus the video tapes. Said video tapes are to be in color
lines shall be copper. and compatible with the City's viewing and recording systems. The
ar Where instalation is in existing paved streets, the service lines City system accepts 1/2" wide high density VHS Tapes. The tapes
shall be installed by a trenchless percussion and impact method will be run at standard speed SP(1 5/16 I.P.S.).
(hoe-hogging). If the trenchless percussion and impact method SECTION 7-17.4 IS REVISED AND SUPPLEMENTED AS
fails, regular open trench methods may be used. FOLLOWS:
IMO SECTION 7-15.5 IS SUPPLEMENTED AS FOLLOWS: 7-17.4 Measurement(RC)
The length of sewer pipe will be the number of linear feet of
7-15.5 Payment (RC) completed installation measured along the invert and will include
air Payment will be made in accordance with Section 1-04.1, for the length through elbows, tees and fittings. The number of linear
the following bid item when it is included in the proposal: feet will be measured from the center of manhole to center of
"Service Connection In. Diam.",per each. manhole or to the inside face of catch basins and similar type
The unit contract price per each for "Service Connection structures.
- In. Diam." shall be full pay for all work to install the service The length of testing sewer pipe in conformance with
connection, including but not limited to, excavating or (hoe- Section 7-17.3(2) will be the number of linear feet of completed
hogging), tapping the main, laying and jointing the pipe and fittings installation actually tested.
and appurtenances, backfilling, testing, flushing, and disinfection Measurement of "Bank Run Gravel for Trench Backfill
we of the service connection. Sewer" will be determined by the cubic yard in place, measured by
the neat line dimensions shown in the Plans, or by the Ton on truck
7-17 Sanitary Sewers tickets.
ow SECTION 7-17.5 IS REVISED AND SUPPLEMENTED AS
SECTION 7-17.2 HAS BEEN REVISED AS FOLLOWS: FOLLOWS:
7-17.5 Payment (RC)
7-17.2 Materials (RC) (SA)
Payment will be made in accordance with Section 1-04.1, for
or
Pipe used for sanitary sewers may be: each of the following bid items that are included in the proposal:
Rigid Flexible "Plain Conc. or V.C. Sewer Pipe _ In. Diam.", per linear
Concrete Alm-Campesito foot.
MO Vitrified Clay PVC(Polyvinyl Chloride) "Cl. _ Reinf. Conc. Sewer Pipe _ In. Diam.", per linear
Ductile Iron foot.
Materials shall meet the requirements of the following "PVC Sanitary Sewer Pipe In. Diam.", per linear foot.
sections. "Ductile Iron Sewer Pipe_In. Diam.", per linear foot.
err Plain Concrete Storm Sewer Pipe 9-05.7(1) -. -- --• - . '' _ ` "
Reinforced Concrete Storm Sewer Pipe 9-05.7(2) The unit contract price per linear foot for sewer pipe of the
Vitrified Clay Sewer Pipe 9 05.8 kind and size specified shall be full pay for furnishing, hauling,and I
PVC Sanitary Sewer Pipe 9-05.12(1) assembling in place the completed installation including all wyes,
we Ductile Iron Sewer Pipe 9-05.13 tees, special fittings, joint materials, bedding material, and
ABS Composite Sewer-Pipe 9 05.14 adjustment of inverts to manholes for the completion of the
installation to the required lines and grades.
NW All pipe shall be clearly marked with type, class, and "Testing Sewer Pipe", per linear foot.
thickness. Lettering shall be legible and permanent under normal The unit contract price per linear foot for "Testing Sewer
conditions of handling and storage. Pipe" shall be full pay for all labor, material and equipment
SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE required to conduct the leakage tests required in Section 7-17.3(2).
FOLLOWING: If no unit price for "Testing Sewer Pipe" is included it shall be
Ili considered incidental to the pipe items.
7-17.3(1) Protection of Existing Sewerage Facilities "Removal and Replacement of Unsuitable Material", per
(RC) cubic yard.
When extending an existing sewer, the downstream system The unit contract price per cubic yard for "Removal and
shall be protected from construction debris by placing a screen or Replacement of Unsuitable Material" shall be full pay for all work
trap in the first existing manhole downstream of the connection. It to remove unsuitable material and replace and compact suitable
shall be the contractor's responsibility to maintain this screen or material as specified in Section 7-08.3(1)A.
mg "Bank Run Gravel for Trench Backfill Sewer", per cubic
trap until the new system is placed in service and then to remove it.
Any construction debris which enter the existing downstream yard, or Ton.
system, shall be removed by the contractor at his expense, and to The unit contract price per cubic yard, or Ton for "Bank Run
the satisfaction of the Engineer. When the first manhole is set, it's Gravel for Trench Backfill Sewer" shall be full pay for all work to
outlet shall be plugged until acceptance by the Engineer.
Mil
furnish, place, and compact material in the trench.
"Television Inspection", per Lump Sum.
so Page-SP-39
Revision Date:May 19, 1997
to
8-09 Raised Pavement Markers 8-14 Cement Concrete Sidewalks
Division 8 SECTION 8-13.5 IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
Miscellaneous Construction
8-13.5 Payment
"Reset Existing Monument" per each.
8-09 Raised Pavement Markers Resetting an existing monument impacted by construction shall
be incidental unless included as a pay item in the Schedule of
SECTION 8-09.5 HAS BEEN REVISED AS FOLLOWS: Prices_
8-09.5 Payment (RC) (SA) 8-14 Cement Concrete Sidewalks
Payment will be made for each of the following bid items that
are included in the proposal: SECTION 8-14.3(4) IS SUPPLEMENTED BY ADDING THE
"Raised Pavement Marker Type 1", per eachhundred. FOLLOWING:
"Raised Pavement Marker Type 2",per eachhundrr d.
8-14.3(4) Curing(RC)
"Raised Pavement Marker Type 3- In.", per
eachhuadred. The Contractor shall have readily available sufficient
"Recessed Pavement Marker",per eachhuadred. protective covering, such as waterproof paper or plastic membrane,
The unit contract price per eachliundsed for "Raised Pavement to cover the pour of an entire day in the event of rain or other
Marker Type 1", "Raised Pavement Marker Type 2", and "Raised unsuitable weather.
Pavement Marker Type 3- In." and "Recessed Pavement The• Contractor shall be responsible for barricading,
Marker"shall be full pay for all labor, materials, and equipment patrolling, or otherwise protecting newly placed 'concrete.
necessary for furnishing and installing the markers in accordance Damaged, vandalized, or unsightly concrete shall be removed and
with these Specifications including all cost involved with traffic replaced at the expense of the Contractor.
control • . . __ . unless traffic SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE
control •• . -. _ _ _ is listed in the FOLLOWING:
contract as a separate pay item.
8-14.4 Measurement (RC)
8-10 Guide Posts When the contract contains a pay item for "Curb Ramp,
Cement Concrete," the per each measurement shall include all
costs for the complete installation per the plans and standard details tilt
8-13 Monument Cases including expansion joint material, curb and gutter and ramped
sidewalk section. Sawcutting, removal and disposal of excavated
SECTION 8-13.1 IS REVISED AND SUPPLEMENTED AS materials including existing pavement and sidewalk, crushed
FOLLOWS: surfacing base materials and all other work, materials and
equipment required per Section 8-14 shall be included in the per
8-13.1 Description (RC) each price for "Curb Ramp, Cement Concrete" unless any of these
This work shall consist of furnishing and placing monument other items are listed and specified to be paid as separate pay
cases and covers, in accordance with the Standard Plans and these items.
Specifications, in conformity with the lines and locations shown in If the contract does not provide a pay item for "Curb Ramp,
the Plans or as staked'by the Engineer or by the Contractor Cement Concrete," but the plans call for such installation, then
supplied surveyor. quantities shall be measured with and paid for under the bid items
for Curb and Gutter and for Cement Concrete Sidewalk. When
SECTION 8-13.3 iSREVISED AND SUPPLEMENTED AS curb ramps are to be constructed of asphalt concrete, the payment
FOLLOWS: shall be included in the pay item for "Miscellaneous and/or
Driveway Asphalt Concrete."
8-13.3 Construction Requirements
SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE
The monument will be furnished and set by the Engineer or by FOLLOWING:
the Contractor supplied surveyor.
When existing monuments will be impacted by a project, the 8-14.5 Payment (RC)
Contractor shall be responsible for assuring that a registered
surveyor references the existing monuments prior to construction. "Curb Ramp, Cement Concrete," per each.
After construction is complete, the monuments shall be re- Payment for excavation of material not related to the
established by the surveyor in accordance with RCW58.09.130. construction of the sidewalk but necessary before the sidewalk can
be placed, when and if shown in the Plans, will be made in
SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE accordance with the provisions of Section 2-03. Otherwise, the
FOLLOWING: Contractor shall make all excavations including haul and disposal,
8-13.4 Measurement regardless of the depth required for constructing the sidewalk to the Wlilf
lines and grades shown, and shall include all costs thereof in the
All costs for surveying and resetting existing monuments unit contract price per square yard for "Cement Conc. Sidewalk
impacted by contruction shall be considered incidental to the and the per each contract price for Curb Ramp,Cement Concrete."
contract unless specifically called out to be paid as a bid item.
Page-SP-40
n.,,,,• Af," 10 1007
wr
8-17 Impact Attenuator Systems 8-20 Illumination,Traffic Signal Systems,and Electrical
8-17 Impact Attenuator Systems City reserves the right to make additions or deletions to the trench
which prove necessary for the completion of the project.
The minimum width for the trench will be at the option of the
THE STATE AMENDMENT TO SECTION 8-17 IS contractor. Trench width will, however, be of sufficient size so
err SUPPLEMENTED BY THE FOLLOWING: that all of the necessary conduit can be installed within the depths
8-17.5 Payment (RC) specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall
If no pay item is included for temporarey impact attenuators be compacted to 95% of the material's maximum density, per
then all costs to provide and install shall be considered a part of the Section 2-03.3(14)D.
pay item for "Traffic Control."
SECTION 8-20.3(4)HAS BEEN REVISED AS FOLLOWS:
sw
8-20 Illumination, Traffic Signal Systems, 8-20.3(4) Foundations (RC)
and Electrical
8-20.2 Materials 02.3(11)C.
toe Where obstructions prevent construction of planned
SECTION 8-20.2(1) HAS BEEN SUPPLEMENTED WITH THE foundations, the Contractor shall construct an effective foundation
FOLLOWING: satisfactory to the Engineer.
tiro 8-20.2(1) Equipment List and Drawings (RC)
The Contractor shall submit for approval six sets of shop
drawings for each of the following types of standards called for on The contractor shall provide all material for and construct the
this project: foundations for and to the dimensions specified in table 1 below.
'� The anchor bolts shall match that of the device to be installed
1. Light standards with or without pre-approved plans.
2. Signal standards with or without pre-approved plans. thereon.
3. Combination Signal and lighting standards. All excess materials are to be removed from the foundation
4. Metal Strain Poles. 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
+r The Contractor also shall submit either on the signal standard concrete the contractor shall block-out around any other
shop drawings or attached to the signal standard shop drawings all underground utilities that lie in the excavated base so that the
dimensions to clearly show the specific mast arm mounting height concrete will not adhere to the utility line. Concrete foundations
and signal tenon locations for each signal pole to be installed. shall be troweled, brushed, edged and finished in a workmanship-
like manner. Concrete shall be promptly cleaned from the exposed
SECTION 8-20.3(2) HAS BEEN SUPPLEMENTED BY portion of the anchor bolts and conduit after placement.
ADDING THE FOLLOWING: Foundation shall all be Class 3000 concrete. After the specified
curing period, the contractor may install the applicable device
rtr 8-20.3(2) Excavating and Backfilling (RC) thereon.
The contractor shall supply trench within the unit widths and
to the specified depths at the locations indicated on the contract Table 1
plans or as directed by the engineer. Type of device Dimensions
rtr The contractor shall have approved compaction equipment on
site before beginning any excavation; compaction shall be Street Light Pole 4'Deep x 3' Sq or Dia.
performed at the time of the initial backfilling of the trench unless Signal Street
Pole up to 40' mast arm 7'Deep x 3' Sq or Dia.
wr directed otherwise by the engineer. Signal Controller See Detail Sheet
Trenching for conduit runs shall be done in a neat manner Street Light Control Cabinet See Detail Sheet
with the trench bottom graded to provide a uniform grade. No
Special Base See Detail Sheet
work shall be covered until it has been examined by the engineer.
twr backfill material used for fill around and over this conduit system All concrete foundations shall be constructed in the manner
shall be free of rocks greater than two inches in diameter to a depth
of six inches above the conduit. specified below:
Trench within the roadway area shall use select trench backfill I. Where sidewalk or raised islands are to be constructed as a
part of this project, the top of the foundation shall be made
too which shall consist of 5/8th inch minus crushed surfacing top flush with the top of the sidewalk or island. (See detail
course or other material as indicated in the special provisions or sheet)
schedule of prices and directed for use by the engineer. The source Where no sidewalks are to be installed,the grade for the top
and quality of the material shall be subject to approval by the of the foundation shall be as specified by the engineer. (See
+ttr engineer. Trench backfill within the sidewalk area shall be made
with acceptable materials from the excavation subject to the detail sheet)
Engineer's approval of the material and shall be considered a All concrete foundations shall be located as per stationing on
necessary part and incidental to the excavation in accordance with the plans or as located by the engineer in the field.
the standard specifications. Unsuitable material shall be removed
and backfill shall be select material approved by the Engineer. The
Page-SP-41
Revision Date: May 19, 1997
a
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
SECTION 8-20.3(5) IS REVISED AND SUPPLEMENTED AS Pull Wires Shall be installed.
FOLLOWS: All conduit shall be rigid non-metallic unless noted otherwise
in the Plans or Special Provisions.
8-20.3(5) Conduit (RC) All conduit openings shall be fitted with approved bellends or
Bushings. Wall thickness of conduit shall be consistent within
lesations: 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 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 p.v.c. 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.
SECTION 8-20.3(6)IS SUPPLEMENTED BY ADDING 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
Nonmetallic conduit may be •employed as an alternate to 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
stool- conformance with provisions contained in the standard plans and
• detail sheets.
The unit contract price per each for "Type I" or "Type II"
junction box shall be full compensation for furnishing same and for
all costs of labor, material, tools, and equipment necessary to t�
provide and install the junction boxes including excavation,
backfilling and compaction all in accordance with plans,
If allowed in the Plans or if obstructions are encountered in specifications and detail sheets.
jacking or drilling operations, the Contractor will be allowed to All junction boxes shall have galvanized steel lids and frames.
install conduits by open trenching. Open trench construction shall All junction boxes and associated concrete pads shall be
conform to the following: installed on compacted sub grade which shall include six inches of
1. The pavement shall be sawcut a minimum of 3 inches
5/8th-inch minus crushed surfacing top course material installed
deep. The cuts shall be parallel to each other and extend 2 feet one under and around the base of the junction box. Concrete shall be
(I)foot beyond the edge of the trench. — promptly cleaned from the junction box frame and lid.
2. Pavement shall be removed in an approved manner. The unit contract price per junction box shall include
installation of 5/8th-inch minus crushed surfacing top course and a
3. Trench depth shall provide 24 inches minimum cover
over conduits below the roadbed, and 18 inches below finished 4" thick Class "B" cement concrete pad enclosing the junction box
grade in all other areas.. as per the plans, specifications and detail sheets. Installation of the
4. Trench width shall be t inches or the conduit diameter crushed surfacing and the concrete pad shall be incidental to the
unit price per junction box and no further compensation will be•
5. •
Trenches•
located within paved roadway areas shall he made unless the contract includes separate pay items for "crushed
restored per the Renton Standard Detail. surfacing" and/or for "concrete pad."
3 inches below, the surface of the remaining pavement, followed
Page-SP-42 a
Rn.drin.. 1)ntn- A417 19 1007
tow
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
SECTION 8-20.3(9) IS REVISED AND SUPPLEMENTED AS Upon request of the Contractor, the Engineer will make the
FOLLOWS: necessary arrangements with the serving utility to complete the
service connections. Electrical energy used prior to completion of
8-20.3(9) Bonding, Grounding (RC) the contract will be charged to the Contractor, except that the cost
of energy used for public benefit, when such operation is ordered
by the Engineer, will be borne by the State City.
Three types of power service are used as indicated below:
I. Type I system shall be single phase 120 volt, 2 wire, 60 cycle
ow A.C.(traffic signal service only)
• 2. Type II,system shall be single phase 240 volt,2 wire,60 cycle
.• A.C. (street lghting non contactor, individual controlled
• •• photo-cell with no neutral wire)
3. Type Ill system shall be single phase 120/240 volt, 3 wire 60
• cycle A.C. (street lighting contactor/traffic signal, grounded
neutral service)
r ' The power service point shall be as noted on the plans and
shall be verified by the electrical servicing utility.
Identification of the equipment grounding conductor shall The service cabinet shall be marked with the service
conform to all Code requirements. agreement letters and numbers. The markings shall be installed on
ow Grounding of conduit and neutral at the service point shall be the outside cabinet door near the top of the cabinet. The markings
accomplished as required under the Code. Grounding of the neutral shall be series C using stencils and black enamel alkyd gloss paint
shall be accomplished only at the service- 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)
... • .. _ _
legs than 10 feet in length if they arc' •• .. . .• . .•
than 3 feet in length if they are' • - .. ' _ -.- _ _
trr All street light standards, signal poles and other standards on No change to stop and go operation will be allowed after 2 p.m. on
which electrical equipment is mounted shall be grounded to a any day nor will the change be allowed on Friday, weekends,
copper clad metallic ground rod 5/8" in diameter x 8'0" in length holidays, or the day preceding a holiday.
complete with a#8 AWG bare copper bonding strap located in the - -
�rr nearest junction box. All signal controller cabinets and I. Requests for traffic signal turn on will not be considered until a
signal/lighting service cabinets shall be grounded to a 5/8" in pre-turn on inspection of signal system has taken place.
diameter x 8'0" in length copper clad metallic ground rod located 2. All discrepancies and deficiencies must be corrected by the
in the nearest junction box with a bare copper bonding strap sized contractor and re-inspected prior to requesting signal turn on
ow
in accordance with the plans, specifications and applicable codes. date.
Ground rods are considered miscellaneous items and all costs 3. Requests for signal turn on shall not be considered until
are to be included with the system or conductors. Ground straps electrical service to the intersection has been provided and has
are also miscellaneous items unless a separate pay item is provided been energized by the electric utility.
in the "Schedule of prices." 4. A minimum of three (3) working days notice will be required
for signal turn on.
SECTION 8-20.3(10) IS REVISED AND SUPPLEMENTED AS 5. Channelization at the intersection must be complete per plan
If FOLLOWS: before requesting sienal turn on date. Any deletions of
channelization prior to turn on must be approved by the
8-20.3(10) Service (RC) engineer.
Power sources shown in the Plans are approximate only; exact 6. Cit forces shall rovide, most and maintain fro ler sienin•
location will be determined in the field. 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)
r+ • . . . • .. . - . . .• - • • - .
Page-SP-43
Revision Date: May 19, 1997
Ali
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
• •• -- All poles and davit arms shall be designed to support a NO
luminaire weight of 50 lbs. 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 •
3. Anchor bolts shall extend through the top heavy hex nut two pressure.
full threads. Davit Arms:
- The davit style arm shall incorporate a 5'9" radius bend•• " • "' " as measured from the centerline of the shaft. The outer portion of ti.
' ''' •= 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 ,
liti
' •• the davit arm tube shall be fastened securely to the top of the shaft
• _ producing a flush joint with an even profile.
Anchor Base:
the.-isr.e,gular-i4446- A one piece anchor base of adequate strength, shape and
ail
6. Anchor bolts damaged after the foundation concrete is placed size shall be secured to the lower end of the shaft so that the base
shall not be repaired by bending or welding. The Contractor's shall be capable of resisting at its yield point the bending moment
repair procedure:is to be submitted to the Engineer for of the shaft at its yield point. The base shall be provided with four
approval prior to making any repairs. The procedure is to slotted or round holes to receive the anchor bolts. Nut covers shall d}
include removing•- the damaged portion of the anchor bolt, be provided with each pole.
cutting threads on the undamaged portion to remain, the Anchor Bolts:
installation of an approved threaded sleeve nut and stud, and Four steel anchor bolts, each fitted with two hexnuts and
repairing the foundation with epoxy concrete repair. two washers, shall be furnished with the pole. Anchor bolts shall t
7. The grout pad shall not extend above the elevation of the meet the requirements of Section 9-06.5(3) and 9-06.5(4). The
bottom of the slip base. anchor bolt yield point shall be capable of resisting the bending
be installed plumb, ± 1 degree. moment of the pole shaft at its yield point
• •• - - The contractor shall assure that all anchor bolts conform to the a
Standar-cl--P-kaae- 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
ilil
2. Anchor bolts shall be cut off 2 1/2 to 3 inches above the to complete the installation shall be stainless steel.
• I.D. (Identification for poles):
The contractor shall supply and install a combination of
Win. 4-digits and one letter on each pole, whether individual luminaire
Ili
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 Ili
' '• 3 inch square with gothic gold, white reflectorized 2 inch legend on
Standard-4-lans. 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. vili
Cost for the decals shall be considered incidental to the
contract bid.
2. Luminaire "attage. Light standards shall be spun aluminum davit style and shall
meet the pole detail requirements indicated below and the detail ittli
All new light standards shall be numbered for identification in sheets at the end of these specifications.
accordance with the Plans using painted 3-inch series C numbers The pole shaft shall be provided with a 4" x 6" flush hand
installed three feet above the base facing the travelled way. Paint hole near the base and a matching metal cover secured with
Ili
shall be black enamel alkyd gloss conforming to Federal stainless steel screws or bolts.
Specification TT-E-489. The pole shall be adjusted for plumb after all needed
In setting timber poles, the Contractor shall provide a equipment has been installed thereon. After pole is installed and -
minimum burial of 10 percent of the total pole length plus 2 feet plumbed, nuts shall be tightened on anchor bolts using proper sized
le
and shall plumb or rake the poles as directed by the Engineer. sockets, open end, or box wrenches. Use of pliers, pipe wrenches,
The hand hole shall be located at 90 degrees to the davit arm or other tools that can damage galvanizing will not be permitted.
on the side away from traffic. A grounding lug or nut shall be Tools shall be of sufficient size to achieve adequate torquing of the
provided in the hand hole frame or inside the hand hole frame or nuts. the space between the concrete foundation and the bottom of ili
inside the pole shaft to attach a ground bonding strap. the pole base plate shall be filled with a dry pack mortar grout and
Page-SP-44 illi
Revision Date: May 19, 1997
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
trowled to a smooth finish conforming to the contour of the pole SECTION 8-20.3(14)F IS AN ADDED NEW SECTION:
base plate. 8-20.3(14)F Opticom Priority Control Systems (RC)
Dry pack mortar grout shall consist of a 1:3 mixture of All new Opticom Priority System components shall be 500
portland cement and fine sand with just enough water so that the Series, or approved equal. The Contractor shall supply one copy
mixture will stick together on being molded into a ball by hand,
trr and will not exude moisture when so pressed. A one half inch of the manufacturer's software on original disks. Controller
cabinets shall have the 562 harness wired into the cabinet by the
drain hole shall be left in the bottom of the grout pad as shown on supplier.
the standard detail.
SECTION 8-20.3(15) IS SUPPLEMENTED BY ADDING THE
` ' SECTION 8-20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING:
FOLLOWING:
8-20.3(15) Grout (RC)
8-20.3(14) Signal Systems (RC) After the pole is plumbed the space between the concrete
+rr All signal conductors shall be stranded copper and shall have foundation and the bottom of the pole base plate shall be filled with
600 volt insulation and be of the sizes noted on the plans. All a dry pack mortar grout trowled to a smooth finish conforming to
multi-conductors used for the signal system shall conform to the contour of the pole base plate. Dry pack mortar grout shall
arr
division 9-29.3 and shall be of the sizes noted on the signal wiring consist of a 1:3 mixture of portland cement and fine sand with just
schedule and wiring diagram. All stranded wires terminated at a enough water so that the mixture will stick together on being
terminal block shall have an open end, crimp style soderless molded into a ball by hand and will not exude moisture when so
terminal connector, and all solid wires terminated at a terminal pressed. A one half inch drain hole shall be left in the bottom of
�tw block shall have an open end soldered terminal connector. All the grout pad as shown on the standard detail.
terminals shall be installed with a tool designed for the installation SECTION 8-20.4 IS REVISED AND SUPPLEMENTED AS
of the correct type of connector and crimping with pliers, wire FOLLOWS:
cutters, etc., will not be allowed. All wiring inside the controller
ISO cabinet shall be trimmed and cabled together to make a neat, clean 8-20.4 Measurement (RC)
appearing installation. No splicing of any traffic signal conductor When shown as lump sum in the Plans or in the proposal as
shall be permitted unless otherwise indicated on the plans. All illumination system _, traffic signal system
conductor runs shall be attached to appropriate signal terminal _ _ • no specific unit of measurement
boards with pressure type binding posts. The only exceptions shall ,
will apply, but measurement will be for the sum total of all items
be the splices for detector loops at the nearest junction box to the for a complete system to be furnished and installed.
loops. Conduit of the kind and diameter specified in the Schedule of
SECTION 8-20.3(14)A IS SUPPLEMENTED BY ADDING THE Prices will be measured by the linear foot for the actual neat line
FOLLOWING(RC) length in place, unless the conduit is included in an illumination
system, signal system, or other type of electrical system lump sum
8-20.3(14)C Induction Loop Vehicle Detectors (RC) bid item.
11. Splices to loop return cables shall be made with soldered Measurement for unit price items shall be as described in
compression type connectors. Section 8-20.5 or as described in the contract schedule of prices
SECTION 8-20.3(14)D IS SUPPLEMENTED BY ADDING THE and/or special provisions.
rtr FOLLOWING: SECTION 8-20.5 IS SUPPLEMENTED AND REVISED AS
8-20.3(14)D Test forinduction Loops and Lead-in
FOLLOWS:
Cable (RC) 8-20.5 Payment (RC)
rre The Contractor shall keep records of field testing and shall
furnish the engineer with a copy of the results. Payment will be made for each of the following bid items that
are included in the proposal:
SECTION 8-20.3(14)E IS REVISED AND SUPPLEMENTED "Illumination System ", lump sum.
to AS FOLLOWS: "Traffic Signal Display and Detection System ", lump
sum.
8-20.3(14)E Signal Standards (RC) "Traffic Signal Control System ", lump sum.
3. Disconnect connectors complete with pole and bracket The lump sum contract price for "Illumination System
err cable shall be installed in any signal standard supporting a and "Traffic Signal System and
luminaire. • . •• •. . •. . • . •• . •. ..
• .. .. . . . s h a l l• be full pay for furnishing
• ••• : • •• •• ••.. _ ••. all labor, materials, tools, and equipment necessary for the
• -• - e. ••e '• - e construction of the complete electrical system, modifying existing
vw dctectorc. systems, or both, as shown in the Plans and herein specified
14. The signal standard and its fabrication shall conform with including excavation, backfilling, concrete foundations, conduit.
all current Washington State Department of Transportation Signal wiring, restoring facilities destroyed or damaged during
Standard Specifications and current pre-approved plans by construction, salvaging existing materials, and for making all
W S DOT.
'rr required tests. All additional materials and labor, not shown in the
15. Installation of all nuts and bolts shall be performed with plans or called for herein and which are required to complete the
proper sized sockets, open end or box wrenches. Use of pipe electrical system, shall be included in the lump sum contract price.
wrenches or other tools which can damage the galvanization of the " • �. ••
IMO nuts and bolts will not be permitted.
Tools shall be of a sufficient size and strength to achieve P.:• .. •,
adequate torquine of the nut(s). •-
+rr Page-SP-45
Revision Date:May 19, 1997
Iii
8-20 Illumination,Traffic Signal Systems,and Electrical 8-20 Illumination,Traffic Signal Systems,and Electrical
The unit per each price for(14)"Service cabinet" shall be full tt11
compensation for furnishing and installing the fully equipped
cabinet and for risers, standoffs and any other materials, labor or
costs associated with providing electrical service as required by the
' - electrical utility, the contract plans, details and specifications and a
..._ - items in the contract_ - - not included as separate pay -t th con schedule of
•- ••• _ •• prices.
-,c, Signal head ," per each.
All costs for installing conduit containing both signal and Signal head mounting hardware," per lump sum. Ili
illumination wiring shall be included in the contract prices for the The lump sum price for (16)"....Signal head mounting
signal system. hardware" shall be full compensation for supplying_and installing
All costs for installing junction boxes containing both all traffic or pedestrian signal head mounting hardware in
illumination and signal wiring shall be included in the contract conformance with the plans, specifications and detail sheets. tip
prices for the signal system. "Pole mounted terminal box,..."x..."x...", and mounting
The unit prices for the items listed below shall be full hardware," per each. I,
compensation for furnishing and installing each item and for all "2/c shld loop return cable," per linear foot.
VI
labor, materials, tools, equipment and testing necessary and/or "3/C shld pre-emption cable,"per linear foot.
incidental for the full and complete installation as per the contract "...-pair shld interconnect cable," per linear foot.
plans,detail sheets and these specifications. "Traffic signal controller and cabinet," per each
"Trench and'Backfill " wide by " deep, " per The unit contract price for "Traffic Signal Controller and
linear foot. Cabinet" shall be full compensation for furnishing and installing a
The unit contract price for (3) "Trench and Backfill" per fully equipped, wired and operational controller and cabinet.
linear foot shall be full compensation for excavating, loading, "Traffic signal wire," per lump sum.
hauling and otherwise disposing of the waste materials, for "Signal standard, Type..., with ...-foot mast arm," per each. iii
backfilling and compacting backfill material to specified density "Induction loop vehicle detector." per linear foot.
and for the restoration of the trench to its pre-existing condition or The unit linear foot contract price for (24)"Induction loop
as shown on the plans or as directed by the Engineer all in vehicle detector" shall be measured by the linear feet of full depth
accordance with the plans, specifications and detail sheets. sawcut required for installation. The unit price shall be full tip
"Select Trench Backfill," per ton. (4)"Select Trench Backfill" compensation for full and complete installation including wire,
shall consist of 5/8" minus crushed surfacing top course and the sealant and all other labor, materials, tools and equipment required
unit per ton price shall include all costs associated with furnishing to complete the installation in accordance with the plans,
and installing the material and loading, hauling and disposing of specifications and detail sheets. The unit price shall also include a
waste materials. providing and installing conduit stub-outs and soldered splices,
" Foundation, " per each.* splices to loop return cables unless separate pay items are included
"Type ....Junction box," per each. * in the contract schedule of prices for these other items. Sawcutting
oi
*The unit per each price for (5)"Foundation" and (6)"Junction shall be considered incidental to the loop installation whether or not
Box" shall be full compensation for full and complete installation there is a separate pay item in the contract for sawcutting.
per the plans, specifications and detail sheets including enclosing Measurement for a standard 6' x 6' induction loop shall be 28
each item in a finished concrete pad which shall be incidental linear feet. Sawcutting for loop "Home runs" shall be done such as
unless a separate pay item is included in the Schedule of Prices for to minimize the total linear feet of sawcutting required by means of
"Concrete Pad." proper locating of loop return "Stub-out", by direct routing of
"Concrete Pad, persquare yard. "home runs" and by combining up to 4 pairs of loop wires in a
Measurement for -(7)"Concrete Pad" shall be by the square single "home run" sawcut. Loop and "Home Run" layout shall be Ilili
yard of surface area enclosed inclusive of and not subtracting for approved by the Engineer before sawcutting takes place.
the area of the junction box or foundation enclosed and shall be full " Splice kit," per each.
compensation for full and complete installation as per the plans, "Emergency Vehicle pre-emption detector," per each.
specifications and detail sheets. "Opticom discriminator card," per each. its
" " Schedule 40 Conduit, P.V.C." per linear foot.* "Detector amplifier," per each.
" " Schedule 80 conduit, P.V.C., " per linear foot.* "Street light fuse kit," per each.
* The unit contract price for conduit shall include all conduit, "Pedestrian push button with sign, " per each.
couplings, adapters, elbows, bends, reducers, bell ends, bushings, "Pedestrian push button post," per each. +Iii
_ and any other material, labor or equipment necessary to complete "Pedestrian signal pole, Type I, 10-feet," per each.
the installation of the conduit. Measurement shall be by linear foot "Relocate existing pole," per each.
from end of conduit to end of conduit as measured from the top of The unit per each price for "relocate existing ....pole" shall be
grade along the middle of the trench line and adding a vertical full compensation for removing the pole from its existing a
measurement at the end of each conduit run equal to the design foundation, removing and salvaging or re-installing existing
depth of the trench. No payment shall be made for additional equipment, plugging holes as required and installing the pole on its
conduit used by the contractor due to horizontal or vertical weaving new foundation and shall include all labor, tools, materials,
of the conduit within the trench line. equipment and any other costs necessary and/or incidental to
"Street Light Standard " per each. complete the installation and make the electrical equipment
-watt...Luminaire and lamp," per each operational all in accordance with the plans, specifications and
watt...Luminaire and lamp with photocell," per each. detail sheets. a
•• AWG....copper wire," per linear foot. "Remove existing Foundation," per each.
"Service cabinet, " per each.
Page-SP-46 •
Revision Date: May 19, 1997
OW
8-22 Pavement Marking 8-22 Pavement Marking
The unit per each price•for "Remove existing foundation" Traffic,etteiLegend
shall be full compensation for full and complete removal and A WHITE marking
hauling and disposal of the foundation.
proportionusing alphabetical letters..
8-22 Pavement Marking
74•41.See contract plans and detail sheets.
SECTION 8-22.1 IS REVISED AS FOLLOWS:
SECTION 8-22.3(5)IS REVISED AS FOLLOWS:
8-22.1 Description (RC)
Skip Center Stripe 8-22.3(5) Tolerances for Line Stripes (RC)
A BROKEN YELLOW line 4 inches wide. The broken Length of Stripe: The longitudinal accumulative error
or"skip" pattern shall be based on a 40 foot 24-foot unit consisting within a 40 foot 24-foot length of skip stripe shall not exceed plus
of a 10 foot 9-foot line and a-20-foot 15-foot gap. Skip center or minus I inch.
stripe is used as center line delineation on two lane or three lane, SECTION 8-22.3(6)IS REVISED AS FOLLOWS:
two way highways.
SW Double Yellow Center Stripe 8-22.3(6) Installation Instructions (RC)
Two SOLID YELLOW lines, each 4 inches wide, Installation instructions for plastic markings shall be provided
separated by a 4-inch-of-1.2-inch space. Double yellow center stripe for both the Contractor and the Engineer. All materials shall be
is used as center line delineation on multilane, two way highways installed according to the manufacturer's recommendations and a
rr and for channelization. .. _ .
Gore-StripsApproach Stripe
A SOLID WHITE line, 8 inches wide, used-a•_-€reeway
• to delineate turn lanes SECTION 8-22.3(7)IS A NEW SECTION:
• from through lanes, for traffic islands, and for hash marks. Hash
mark stripes shall be placed on 45 degree angle and 10 20-feet 8-22.3(7) Removal of Traffic Markers (RC)
apart. The work to remove all old or conflicting stripes, lines,
Lane Stripe buttons, or markers as required to complete the channelization of
A BROKEN WHITE line, 4 inches wide, used to
the project as shown on the plans or detail sheets shall be
delineate adjacent lanes travelling in the same direction. The considered incidental to other contract pay items and no further
broken or "skip" pattern shall be based on a 40 foot24-foot unit compensation shall be made unless a separate pay item or items are
wto consisting of a 10-foot 9-foot line and a 30 foot 15-foot gap. provided for such removal.
Drop Lane Stripe(Skip Approach Line) SECTION 8-22.4 IS REVISED AND SUPPLEMENTED AS
A BROKEN WHITE line, 8 inches wide, used to FOLLOWS:
delineate a lane that ends at-4A-off-ramp. The broken or "skip"
ow pattern shall be based on a 2444-foot unit consisting of a 93-foot 8-22.4 Measurement (RC) (SA)
line and a 15-14-foot gap. The measurement will be based on the travel
No-Pam of a marking system capable...
A-SOLID YELLOW line, 4 inches wide, separated from
C000nApproach stripe, barrier stripe, crosswalk stripe, and
stop bar will be measured by the linear foot of each marking type.
• Traffic arrows will be measured by the unit with each arrow
12.inch space. head defined as a unit. r.:
Two BROKEN YELLOW lines, each 4 inches wide, Traffic letterclegends, handicapped parking stall symbols,
preferential lane symbols, railroad crossing symbols, drainage
rw . . . • markings, and cycle detector symbols will be measured by the unit.••
Measurement for paint/plastic stripe line removed shall be by
Two Way Left Turn Stripe the linear foot of "...." wide line or shall be included in the lump
A SOLID YELLOW line, 4 inches wide, with a sum price for "remove existing traffic markings" unless specified
BROKEN YELLOW line, 4 inches wide, separated by a 4-inch to be paid as a separate pay item. If not specified as a separate pay
space. The broken or "skip" pattern shall be based on a 40 foot 24- item, then removal of existing traffic markings shall be considered
foot unit consisting of a 10 foot 9-foot line and a_30-feet IS foot incidental to the payment for other items of work and no further
space. The solid line shall be installed to the right of the broken compensation shall be made.
line in the direction of travel. SECTION 8-22.5 IS REVISED AND SUPPLEMENTED AS
Crosswalk Stripe FOLLOWS:
A SOLID WHITE line,-1-2 8 inches wide and 10-feet
,W long, installed parallel to another crosswalk stripe with a 6 foot 8-22.5 Payment (RC)
.•. - •. . . ... •. .. . .. . _ •. . . and
parallel to the direction of traffic flow and centered in pairs on lane "Painted G or4 Approach Stripe", per linear foot.
lines and the center of lanes. See detail sheet.. "Plastic Gore Stripe", per linear feot.
rr Stop Bar "Painted Traffic LetterLegend", per each.
A SOLID WHITE line,-1-8 12, 18 or 24 inches wide "Plastic Traffic LetterLeeend per each.
ualt:as noted otherwise in on the Contract plans. "Remove Paint Line " wide," per linear foot.*
Page-SP-47
Revision Date:May 19, 1997
8-23 Temporary Pavement Markings 8-23 Temporary Pavement Markings
"Remove Plastic Line " Wide,' per linear foot.* 8-23 Temporary Pavement Markings
"Remove existing traffic markings, "per lump sum.*
* The linear foot contract price for "Remove Paint Line" and SECTION 8-23.5 IS SUPPLEMENTED WITH THE
"Remove Plastic Line" and the lump sum contract price for FOLLOWING:
"Remove existing traffic markings" shall be full compensation for
removal of existing traffic markings as per the plans, specifications 8-23.5 Payment (RC)
and detail sheets. If these pay items do not appear in the contract
schedule of prices, then the removal of old or conflicting traffic If no pay item is included in the contract for installation or for
markings required to complete the channelization of the project as removal of temporary pavement markings then all costs associated
shown on the plans or detail sheets shall be considered incidental to with these items are considered incidental to other items in the
other items in the contract and no further compensation shall be contract or included under "Traffic Control," if that item is
made. included as a bid item.
The unit contract prices for the above listed bid items shall be
full pay for furnishing all labor, tools, material, and equipment
necessary for the completion of the work as specified.
S
tei
S
S
r
a
S
t
•
a
S
Page-SP-48
Revision Dale: May 19. 1997
9-00 Definitions and Tests 9-02 Bituminous Materials
Division 9 material for payment may be produced for use on a project until the
job mix formula has been approved by the engineer. The mixture
Materials shall be designed to meet the test criteria listed in Section 9-03.8(2)
and remain within the limits set forth in 9-03.8(6). The
determination of the job mix formula shall be the responsibility of
MO the Contractor.
9-00 Definitions and Tests The intermingling of asphalt concrete mixtures produced from
more than one JMF is prohibited. Each strip of asphalt concrete
SECTION 9-00 IS SUPPLEMENTED BY ADDING THE pavement placed during a working shift shall conform to a single
FOLLOWING: job mix formula established for the class of asphalt concrete
specified unless there is a need to make an adjustment min the
9-00(A) Recycled Materials (RC) JMF.
The City encourages the use of recycled materials whenever The JMF shall be submitted in writing by the Contractor to
practicable, provided that those materials meet or exceed all the Engineer at least 10 days prior to the start of paving operations
applicable requirements described elsewhere in the contract and shall include as a minimum:
specifications. Should recycled materials be utilized, the City a. Percent passing each sieve size.
err requires that a Recycled Product Reporting Form be completed by b. Percent of asphalt cement.
the Contractor. c. Asphalt grade.
d. Mixing temperature.
9-02 Bituminous Materials e. Compaction temperature.
f. Anti-strip agent content.
9-02.1 Asphalt Material, General The Contractor may not make any changes to the JMF without
prior written approval of the Engineer. Should a change in sources
irr SECTION 9-02.1(10)IS A NEW SECTION: of materials be made, a new JMF must be approved by the
9-02.1(10) Loop Sealant (RC) Engineer before the new material is used.
Unless specified otherwise in the contract or permitted by the
ND 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 The average gradation of the completed asphalt
specifications of ASTM D3407 and shall be installed with an
approved applicator in conformance with manufacturer's ,
recommendations.
The contractor shall request and obtain approval from the IMP
Engineer for the type of loop sealant to be used before installing 23. Job Mix Formula Tolerances and-Adjustments.
detector loops and shall submit manufacturer cutsheets or other a. _ .._ . .. - .• After the JMF is
data if requested by the Engineer in order to enable the Engineer to determined, the several constituents of the mixture at the time of
determine the acceptability of the sealant. All loop sealant shall acceptance shall conform to the following tolerances:
only be installed in thoroughly clean and dry pavement and shall be Constituent of Mixture Tolerance Limits
applied in conformance with the methods required as to The tolerance limit for each
temperature and means of application such as to completely fill the mix constituent shall not
sawcut area, encapsulate the loop wires and adhere to the exceed the broad band
• pavement. specification limits specified
in Section 9-03.8(6).
9-03 Aggregates Aggregate passing 1", Broad band specification
Imo 3/4 5/8 . 1/2 , and limits Section 9-03.8(6).
SECTION 9-03.8(6)A IS REVISED AS FOLLOWS: 3/8" sieves
Aggregate passing 1/4" sieve ± 6%
9-03.8(6)A Basis of Acceptance (RC) Aggregate passing No. 10 sieve ± 5%
er 1. Asphalt Concrete will be accepted based on its Aggregate passing No. 40 sieve ± 4%
conformance to the project job mix formula (JMF). For the Aggregate passing No. 200 sieve ±2%_Notel
• - Asphalt cement ±0.5%Note2
For open graded mix: Tolerance limits shall be for aggregate
tee gradation only and shall be as specified in Section 9-03.8(6).
• _ _ •• _ Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt
• _ _ . .. - .. •• Pavement), 2.5% for 50% RAP or more.
_-- _ _ Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20%
the Engineer will determine the asphalt content, anti strip RAP, but less than 50% RAP, 1.0% for 50% RAP or greater.
• •• _ These tolerance limits constitute the allowable limits used in
• •• •• •- Section 5-04.3(8)A to determine acceptance.
in .. 1 06.2(1).
•. . .
vow Page-SP-49
Revision Date:May 19, 1997
a
9-04 . Joint and Crack Sealing Materials 9-05 Drainage Structures,Culverts,and Conduits
SECTION 9-05.7(3) IS DELETED AND REPLACED BY THE a
FOLLOWING:
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
• ! Joint assembly design shall be reinforced concrete bell and
c.— A justments spigot type incorporating a fully retained single rubber gasket in
• -•• -• accordance with ASTM C361 or 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
a new IMF. The adjusted JA4F plus or minus the allowed pressure shall be 5 psi.
tolerances shall be within the range of the broad---band SECTION 9-05.9 IS REVISED AND SUPPLEMENTED AS
tpecifisations. FOLLOWS:
9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC)
• - - the—speci€tcatiens.
The manufacturer of spiral rib storm sewer pipe shall furnish
9-04 Joint and Crack Sealing Materials the Engineer a Manufacturer's Certificate of Compliance stating
that the materials furnished comply in all respects with these "
SECTION 9-04.11 IS A NEW SECTION Specifications. The Engineer may require additional information or
tests to be performed by the Contractor at no expense to the State.
9-04.11 Butyl Rubber (SA) Unless otherwise specified, spiral rib storm sewer pipe shall um
be furnished with pipe ends cut perpendicular to the longitudinal
Butyl rubber shall conform to ASTM D2000, M1 BG 610. 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
9-05 Drainage Structures, Culverts, and a continuous helical welded seam paralleling the rib.
ldi
Conduits • -
SECTION 9-05.4 IS REVISED AS FOLLOWS: ••1. AASHTO M 36, Section 7.2.2.
9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ! - - _ ! •. - •-
Steel culvert pipe and pipe arch shall meet the requirements of 3. 3/4 inch 'vide by 5/8 inch deep at 12 inches center to
AASHTO M 36,-.Type I and Type II. Welded seam aluminum center.
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: •Steel spiral rib storm sewer pipe shall be manufactured of
9-05.7(2) Reinforced Concrete Storm Sewer Pipe metallic coated (aluminized or galvanized) corrugated steel and
(RC) inspected in conformance with Section 9-05.4. The size, coating,
and metal shall be as shown in the Plans or in the Specifications.
Reinforced Concrete Storm Sewer pipe shall conform to the For spiral rib storm sewer pipe, helical ribs shall project
requirements of ASTM C-76 and shall be Class IV. Cement used outwardly from the smooth pipe wall and shall be fabricated from a
in the manufacture of reinforced concrete pipe shall be Type I1 in single thickness of material. The ribs shall be essentially
conformance with ASTM C150. No admixture shall be used unless rectangular and shall be 3/4 inch plus two times the wall thickness
otherwise specified.
(2t) plus or minus 1/8 inch (measured outside to outside) and a
SECTION 9-05.7(2)A IS SUPPLEMENTED BY THE minimum of 0.95 inch high (measured as the minimum vertical
FOLLOWING: distance from the outside of pipe wall immediately adjacent to the Ili
lockseam or stiffener to the top surface of rib). The maximum
9-05.7(2)A Basis for Acceptance (RC) spacing of the ribs shall be 11.75 inches center to center (measured
All pipe shall be subject to (1) a three-edge-bearing strength normal to the direction of the ribs). The radius of bend of the
(D-load) test in accordance with ASTM C76; and (2) a hydrostatic metal at the corners of the ribs shall be a minimum of 0.10 inch a
test of rubber gasket joints in accordance with ASTM C36I or and a maximum of 0.17 inch. If the sheet between adjacent ribs
AWWA C302 except test pressure shall be 5 psi. does not contain a lockseam. a stiffener shall be included midway
Page-SP-50
Revision Date: May 19, 1997
rr.
9-06 Structural Steel and Related Materials 9-08 Paints
between ribs, having a nominal radius of 0.25 inch and a minimum 1/8 inch wide (measured outside to outside) and a minimum
wr height of 0.20 inch toward the outside of the pipe. Pipe shall be spacing of ribs shall be 4.80 inches center to center (measured
fabricated with ends that can be effectively jointed with coupling normal to the direction of the ribs_). The radius of bend of the
bands. — metal at the corners of the ribs shall be 0.0625 inch with an
When required, spiral rib or narrow pitch spiral rib pipe shall allowable tolerance of+ 10 percent.
be bituminous treated or paved. The bituminous treatment for For wide pitch spiral rib storm sewer pipe, helical ribs shall
spiral rib pipe shall conform to the requirements of Sections 9- project outwardly from the smooth pipe wall and shall be fabricated
05.4(3)and 9-05.4(4) from a single thickness of material. The ribs shall be 3/4 inch +
For narrow pitch spiral rib sewer pipe, the helical ribs shall 1/8 inch wide(measured outside to outside)and a minimum of 0.95
ors project outwardly from the smooth pipe wall and shall be fabricated inch high (measured as the minimum vertical distance from the
from a single thickness of material. The ribs shall be .375 inch— outside of pipe wall to top surface of the rib). The maximum
1/8 inch wide (measured outside to outside) and a minimum of spacing of ribs shall be 11.75 inches center to center (measured
.4375 inch high(measured as the minimum vertical distance of ribs normal to the direction of the ribs). The radius of bend of the
shall be 4.80 inches center to center (measured normal to the metal at the corners of the ribs shall be 0.0625 inch with an
direction of the ribs). The radius of bend of the metal at the allowable tolerance of + 10 percent.
corners of the ribs shall be 0.0625 inch with an allowable tolerance
tt,r, of—10 percent. 9-06 Structural Steel and Related Materials
SECTION 9-05.12(3)IS A NEW ADDITIONAL SECTION:
9-06.5 Bolts
9-05.12(3) CPEP Sewer Pipe (RC)
rr CPEP - Smooth interior pipe and fittings shall be SECTION 9-06.5(4)HAS BEENSUPPLEMENTED BY ADDING:
manufactured from high density polyethylene resin which shall
meet or exceed the requirements of Type 111, Category 4 or 5, 9-06.5(4) Anchor Bolts (RC)
es Grade P33 or P34, Class C per ASTM D1248. In addition, the All anchor bolts, nuts, washers and anchor plates for signal
pipe shall comply with all material and stiffness requirements of poles, street light poles, strain poles or other types of poles shall
AASHTO M294. meet the recommended specifications of the pole manufacturer.
The Contractor shall be responsible for providing to the Engineer
rrr SECTION 9-05.I4 IS DELETED: any and all data concerning fabrication, strength test results, mill
SECTION 9-05.17 IS REVISED AND SUPPLEMENTED AS certification and other data required to confirm that the anchor
FOLLOWS: bolts meet those specifications.
The following standard specifications shall apply to anchor
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe bolts for street light, signal and strain poles provided that the
(RC) Contractor can submit documentation from the manufacturer
Unless otherwise specified, spiral rib storm sewer pipe shall affirming that anchor bolts meeting these specifications are
be furnished with pipe ends cut perpendicular to the longitudinal recommended for the pole to be installed thereon:
too
axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall 1. The standard anchor bolt for aluminum street light poles
be fabricated by using a continuous helical lock seam with a seam shall be 42 inches in length and shall meet the requirements of
gasket. 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.
1. AASHTO M 196, Section 7.2.2. .. 2. The anchor bolts for signal poles and strain poles shall
✓ 2. 0.375 irtsla + 1/8 inch wide by OA375 inch (minimum) 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
us manufacturer's specifications and shall be hot dipped galvanized
center. unless such galvanization is not permitted for the type of steel as
per Section 9-06.5(4).
Pipe shall be fabricated with ends that can be effccti""ely
IMO
9-08 Paints
r._ _ •• SECTION 9-08.8 IS A NEW SECTION:
vs . .• • •• • • . .. . ! • .•• f_ . .
For spiral rib storm sewer pipe, helical ribs shall project 9-08.8 Manhole Coating System Products (RC)
outwardly from the smooth pipe wall and shall be fabricated from a
single thickness of material. The ribs shall be 3/4 inch wide by 3/4 9-08.8(1) Coating System Specification (RC)
err inch deep with a nominal spacing of 7-1/2 inches center to center. The followine coating system specifications shall be used for
Pipe shall be fabricated with ends that can be effectively jointed coating (sealing) interior concrete (including the channel) surfaces
with coupling bands. of sanitary sewer manholes when required.
For narrow pitch spiral rib storm sewer pipe, helical ribs shall
project outwardly from the smooth pipe wall and shall he fabricated
from a single thickness of material. The ribs shall be 0.375 inch 4-
rrr Page-SP-51
Revision Dale:May 19, 1997
tie
9-23 Concrete Curing Materials and Admixtures 9-29 Illumination,Signals,Electrical
Coating System Specification SECTION 9-29.3 IS REVISED AND SUPPLEMENTED AS 411
FOLLOWS:
A. General
I. Buried Manhole 9-29.3 Conductors, Cable (RC)
Surface Color Paint System Each wire shall be numbered at each terminal end with a a
wrap-around type numbering strip bearing the circuit number
a. Buried, and White C-1 shown on the plans.
exposed No splicing of any traffic signal conductor shall be
c permitted
concrete
unless otherwise indicated on the plans. All conductor runs shall
tilli
surfaces. be pulled to the appropriate signal terminal compartment board
with pressure type binding posts. The only exceptions shall be the
9-08.8(2) Coating Systems splices for detector loops at the nearest junction box to the loops.
A. High Solids Urethane The contractor shall provide and install all the necessary Si
wiring, fuses and fittings so as to complete the installation of the
Coating System: C1 signal and lighting equipment as shown on the plans. All materials
Coating Material: High Solids Urethane and installation methods, except as noted otherwise herein, shall
Surfaces: Concrete comply with applicable sections of the National Electrical Code. Ili
Surface Preparation: In accordance with SSPC SP-7 8. Detector loop wire shall be No. 1244 AWG stranded
(Sweep or brush off blast) copper wire, Class B, with chemically cross-linked polyethylene
Application: Shop/Field The drying time type RHH-RHW insulation of code thickness. ,
between coats shall not exceed tt
(
lli
11).5+x-pair—GCommunications cable(6PCC) shall meet REA
24hours in any case specification PE-39 and shall have six pair No. 19 AWG wires
System Thickness: 6.0 mils dry film with 0.008 inch FPA/MPR coated aluminum shielding. The cable
Coatings: Primer: One coat of Wasser shall have a petroleum compound completely filling the inside of iiiii
MC-Conseal high solids the cable.
urethane(2.0 DFT)Finish: The shielded communications/signal interconnect cable shall
Two or more coats of Wasser meet the following:
MC Conceal (min.4.0 DFT)
I. Conductors: Solid, soft drawn, annealed copper, size 19 up
awg.
9-23 Concrete Curing Materials and 2. Insulation: solid, virgin high density polyethylene or
Admixtures polypropylene, with telephone industry color coding. t
3. Cable core assembly: insulated conductors are twisted
SECTION 9-23.9 IS REVISED AS FOLLOWS: into pairs with varying lays (twist lengths) to minimize cross talk
9-23.9 Fly Ash (RC) and meet strict capacitance limits.
4. Shielding: A corrosion/oxidation resistant tinted ethylene
illi
Fly ash shall not be used around water lines. copolymer coated (both sides) .008" thick corrugated aluminum
tape shield is applied longitudinally with shielding coverage. A
9-29 Illumination, Signals, Electrical .005 corrugated tape applied in the same manner is acceptable. ,'
5. Outer jacket: A black, low density high molecular weight sill
SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE virgin polyethylene (compounded to withstand sunlight,
FOLLOWING: temperature variations and other environmental conditions plus
abuse during installation) is extruded overall to provide a
9-29.1 Conduit (RC) continuous covering. es
6. Footage markings: footage markings must be printed
The conduit P.V.C.:.- non-metallic shall be of the two types sequentially a minimum of 2'along the outer jacket.
indicated below:
1. Schedule 80 Extra heavy wall P.V.C. conforming to 7. Filling: the entire cable within the outer jacket is flooded
ASTM, Standards, to be used in all installations under roadways. with petroleum-polyethylene gel filling compound including the t1
2. Schedule 40 heavy wall P.V.C. conforming to ASTM area between the outer jacket and the shield.
Standards. SECTION 9-29.9 IS SUPPLEMENTED BY ADDING THE
SECTION 9-29.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
FOLLOWING: 9-29.9 Ballast, Transformers (RC)
9-29.2 Junction Boxes (RC) The Ballast shall be pre-wired to the lamp socket and terminal
Junction boxes shall be reinforced concrete with galvanized board.
steel from anchored in place and galvanized steel cover plate SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE
(Diamond pattern)as indicated on detail sheets. FOLLOWING:
The inscriptions on the covers of the junction boxes shall be as di
follows: 9-29.10 Luminaires (RC)
1. Signal only: "Signals" The filter shall be charcoal with elast-omer gasket.
2. Street Lighting only: "lighting" Luminaires shall have a cast aluminum housing of the cobra
3. Traffic Signal and Street lighting Facilities: "TS-LT" head style with a glass ovate refractor. ifai
The above inscriptions shall not be higher than the top surface
of the cover plates.
Page-SP-52 a
Revision Date:May 19, 1997
.r
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
The manufacturer's name or symbol shall be clearly marked re-energize without change. t • . .. .
UP on each luminaire. • - • .
9-29.11 Control Equipment
5. Conflict Monitor. Upon sensing conflicting signals or
�r SECTION 9-29.11(2)IS DELETED AND REPLACED WITH:
( � unsatisfactory operation voltages, the conflict monitor shall
immediately cause the signal to revert to flash; however, the
9-29.11(2) Photoelectric Controls (RC) controller shall stop time at the point of conflict. After the conflict
Photoelectric controls shall be a plug-in device, rated to
NO monitor has been reset, the controller shall immediately take
operate on 120 volts, 60 Hz. The unit shall consist of a light
command of the signal displays at the beginning of artery
sensitive element connected to necessary control relays. The unit gnyellow.
shall be so designed that a failure of any electronic component will 6. Flash unit shall be a two circuit type, capable of
energize the lighting circuit.
to energize loads up to 1000 watts per circuit alternately at a rate of
The photo cell shall be a solid state device with stable turn-on 60 flashes per minute per circuit, plus or minus two flashes per
values in the temperature range of-55 degrees C to +70 degrees minute.
C. The photo cell shall be mounted externally on top of the
MP luminaire. In a contactor controlled system, the photo cell to SECTION 9-29.13(3) IS REVISED AND SUPPLEMENTED AS
control the system shall be mounted on the luminaire nearest to the FOLLOWS:
service/contactor cabinet. The photo cell shall be capable of
switching "ON" 1,000 watts of incandescent load as a minimum. 9-29.13(3) Emergency Pre-emption (RC)
ow Immediately after a valid -call has been received, the
SECTION 9-29.13 IS SUPPLEMENTED BY ADDING THE pre-emption controls shall cause the signals to display the required
FOLLOWING: clearance intervals and subsequent pre-emption intervals.
Pre-emption shall sequence as noted in the contract. Pre-emption
9-29.13 Traffic Signal Controllers (RC) equipment shall be installed so that internal wiring of the
UN The unit shall operate on 120 volt, 60 cycle, single phase controller, as normally furnished by the manufacturer, is not
alternating current and shall use the power line frequency as a time altered. - ••• . • -
base. The traffic signal controller shall meet the requirements of '
MP the National Electrical Manufacturers Association (NEMA) - . e - - • - - • •
Standard Publications.
Components such as resistors, capacitors, diodes and Emergency vehicle pre-emption shall be furnished as modules
to transistors shall be individually replaceable utilizing approved that plug directly into a rack wired to accept 3-M discriminator
standard soldering techniques. Intergrated circuits shall be type units. The pre-emption system operation shall be compatible
mounted in sockets and shall be easily replaceable without with the 500 Series 3M company "opticom" system which the City
soldering. All components shall be standard "Off the shelf" items. of Renton is currently using and shall be capable of being activated
UP The traffic signal controller shall be capable of interfacing by the same transmitters.
with the Multisonic real time, master computer. The controller The optical signal discriminator system shall enable an
shall be capable of both on-line operation(control by the multisonic authorized vehicle to remotely control traffic control signals from a
master computer) and standby operation. The controller shall distance of up to 1800 feet (0.54 kilometers) along an unobstructed
rr establish the sequence of signal phases, including overlaps, in "line of sight" path. The system shall cause the traffic signals
conformance with the signal phasing diagram on the plans. When controller to move into an appropriate fire pre-emption program.
operating either in a fixed time mode or in a fully-actuated mode this optical discriminator shall interface to the 562 software, for
with volume density on each phase as required. All clearance field programmability. It shall consist of the following
or timing and pedestrian timing shall be accomplished at the local components:
intersection. a. Optical energy detectors which shall be mounted on the
SECTION 9-29.13(2) IS REVISED AND SUPPLEMENTED AS emitter's signal mast arms and shall receive the optical energy
emitter's signal.
to FOLLOWS: b. Discriminators which shall cause the signal controller to
9-29.13(2) Flashing Operations (RC) go into internal pre-emption which will give the authorized vehicle
2. Police Panel Switch. When the flash-automatic switch the right of way in the manner shown on the phase sequence
to diagram.
located behind the police panel door is turned to the flash position, c. Pre-emption Indicator Lights.
the signals shall immediately revert to flash; however, the Optical Detector
controller shall "STOP TIME." When the switch is placed on a. Shall be of solid state construction.
automatic, the signals shall continue to flash for an additional b. Fittings shall meet the specifications of the system
or b.
second flash period. At the completion of the continued 8 second
manufacturer to facilitate ease of installation.
flash period, unless otherwise specified, the controller shall
c. Shall operate over an ambient temperature range of-40°F
immediately resume normal cyclic operations at the beginning of to +180°F(-40°C to +85°C).
artery g e iyellow.
Ili d. Shall have internal circuitry encapsulated in a semi-
4. Power Interruption. On "NEMA" controllers any power
interruption longer than 475 plus or minus 25 milliseconds, signals flexible compound and shall be impervious to moisture.
shall re-energize consistent with No.2 above to ensure an 8 second e. Shall res end to the o tical ener: im.ulses enerated b
yr flash period prior to the start of artery green. A power interruption a pulsed Xenon source with a pulse energy density of 0.8 micro
of less than 475 plus or minus 25 milliseconds shall not cause joule per square meter at the detector, a rise time less than one
resequencing of the controller and the signal displays shall microsecond and half power point pulse width on not less than
thirty microseconds.
ter Page-SP-53
Revision Date: May 19, 1997
1i
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Discriminator
Ilii
Each module shall do the following: -
•
a. Shall provide for a minimum of two channels of optical A -of-euess. e.
detector input"
b. Shall provide for a minimum of two discrete channels of WI
optically isolated output. '
When a pre-emption detector detects an emergency vehicle, •• •• '
the phase selector shall hold the controller in the required phase or
e•
• advance directly to that phase after observing all vehicle Iii
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 actuation' t
All timing functions and input and output features for fully-
- not respond to any other detector until calls from the first detector actuated, volume-density operation shall beprovided in accordance
are satisfied. Indicator lights shall indicate power on, signal being with NEMA standards.
• received, channel called. Switches shall control system power and The controller shall provide for setting each timing interval by t
simulate detector calls for each phase. means of positively calibrated settings. The timing functions shall
be on the front of the controller unit or shall have keyboard entry
SECTION 9-29.13(2) IS SUPPLEMENTED BY ADDING THE and liquid crystal display. For the standby operation, the traffic
FOLLOWING: signal controller shall include all circuitry required to provide all tttii
timing and all functions for signal operation in a fully-actuated
9-29.13(4) Wiring Diagrams (RC) mode. Standby operation shall automatically occur upon opening
The controller cabinet shall have a waterproof envelope with a of interconnect lines, failure of central master computer, or when =?
side access attached to the inside of the cabinet door. At the time specified by the master. The standby operation shall follow and be It
of delivery the envelope shall have four complete sets of schematics coincidental in phase to that phase being displayed at the start of
and manuals for all assemblies and sub-assemblies. standby operation. Transfer from computer supervision shall not
•-' SECTION 9-29.13(6) IS SUPPLEMENTED BY ADDING THE call up a starting yellow.
ttli
FOLLOWING: SECTION 9-29.13(7)A IS SUPPLEMENTED BY ADDING THE
FOLLOWING:
9-29.13(6) Radio Interference Suppressors
A Cornell-Dubiler radio interference filter NF 10801-1 30 9-29.13(7)A Environmental, Performance and Test Il
amps or equivalent shall be used to filter the A.C. power. Standards for Solid-State Traffic
.Additionally, all power supplies shall have noise immunity from Controllers (RC)
- other devices within the cabinet. The traffic signal controller assemblies, including the traffic
Ili
signal controller, auxiliary control equipment and cabinet shall be
SECTION 9-29.13(7) IS REVISED AND SUPPLEMENTED AS shop tested to the satisfaction of the Engineer. Testing and check-
FOLLOWS: out of all timing circuits, phasing and signal operation shall be at
9 29.13(7) Traffic-Actuated Controllers (RC) the City of Renton Signal Shop, Renton, Washington. The Signal
Shop will make space available to the contractor for the required oili
Traffic actuated controllers shall be electronic devices which, test demonstrations. The contractor shall assemble the cabinet and
when connected to traffic;detectors or other means of actuation, or related signal control equipment ready for testing. A complete
both, shall operate the electrical traffic signal system at one or demonstration by the contractor of all integrated components
a
more intersections.
satisfactorily functioning shall start the test period. Any
All solid-state electronic traffic-actuated controllers and their malfunction shall stop the test period until all parts are
supplemental devices shall employ digital timing methods. satisfactorily operating. The test shall be extended until a
The traffic signal control equipment, unless otherwise minimum of 72 hours continuous satisfactory performance of the IN
permitted in the contract, must specifically conform to current entire integrated system has been demonstrated. The
NEMA specifications. When permitted, type 170 control demonstration by the contractor to the Engineer of all components
equipment shall conform to FHWA publication It'78 16 3r functioning properly shall not relieve the contractor of any
responsibility relative to the proper functioning of all aforestated
Actuated traffic signal controllers shall be 8-phase control control gear when field installed.
- units. Volume-density timing features shall be provided on all
controllers. SECTION 9-29.I3(7)B IS REVISED AND SUPPLEMENTED
. . _ •• _ AS FOLLOWS:
Iiiii
• ' •• '' 9-29.13(7)B Auxiliary Equipment for Traffic Actuated
identified ac 'spare" or "future" shall remain unused. Controller Controllers (RC)
interchangeability between NEMA controllers of aay and all
. ..-. _ .. iii
WYWiYi�ilY W�11y�I��W
apprn'•ed makes is mandatory, and demonstration of � ..
• •• Flashers, flash transfer relays, load switches, breakers, buses
Laboratery testing. •• . . -
Ili
Page-SP-54 Ili
Revision Date: May 19. 1997
or
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
Power Switches Computer Interface Unit
ow
There shall be a main power switch inside the cabinet that Interface communication devices shall be designed as separate
shall render all control equipment electrically dead when turned units or as modules that plug directly into the controller case. The
off. There shall be a controller power switch that shall render the communication devices shall be used for on-line computer control
us controller and load switching devices electrically dead while of the intersection and shall be capable of transmitting all detector
maintaining flashing operation for purposes of changing controllers and signal status information and receiving and decoding command
or load switching devices. information from the computer all in conformance and within the
ire capability of the multisonic master computer unit and the
Stop Time Bypass Switch interconnect cables.
There shall be a switch in the cabinet identified as the stop SECTION 9-29.13(7)D IS REVISED AND SUPPLEMENTED
OW time bypass switch. If the intersection is placed on flashing AS FOLLOWS:
operation either by the flash switch or the fail safe monitor, the 9-29.13(7)D Controller Cabinets (RC, SA)
controller shall immediately stop time. The stop time bypass 1. Construction shall be of 0.073-inch minimum thickness
switch shall remove stop time from the controller and permit Type 304 stainless steel, 0.125-inch minimum thickness cleaF
— normal cycling operation while the intersection remains in flashing anodized–sheet aluminum, or cast aluminum. Cabinets shall be
operation. finished inside with an approved finish coat of exterior white
enamel and outside with an approved enamel finish, light gray or
DETECTOR test switch aluminum in color. As an alternate to painting, the outside and
OW
inside of the aluminum cabinets may be clear anodized aluminum.
Each vehicle and pedestrian phase shall have a momentary 5. The cabinet door shall be provided with:
(spring return) detector test switch. When depressed, the switch a. A spring loaded construction core lock capable of
r shall place a call on its respective signal phase. accepting a Best CX series core installed by others. Cast cabinets
shall have an approved one point positive latch. Formed cabinets
The convenience outlet and lamp socket shall have a three point latch.
b. A police panel door with a stainless steel hinge pin and
■r A convenience outlet protected with a ground fault interrupter a lock. Two police keys with shafts a minimum of 1 3/4 inch long
and an incandescent lamp socket shall be furnished in the main shall be provided with each cabinet.
cabinet. A door switch for the lamp shall be provided. THIS Inside the police panel there shall be a signal on-off
circuit shall be protected by a circuit breaker rated at 20 amps. switch which shall prohibit any signal display in the field but will
for allow the control equipment to operate when placed in the "off"
Fail Safe Unit position. A second switch shall be the auto-flash switch. When
placed in the "flash" position, controller power shall remain on and
Fail safe unit shall meet the NEMA-PLUS specifications and controller shall stop time dependent on switch setting on the
so shall monitor both the positive and negative portions of the A.C. auxiliary panel described later.
sine wave for all green, amber and pedestrian walk indications. c. f.'• • _ • ••• • ••• . •. . -
The duration of a display of conflicting indications shall not be long _ _ _ --_. __ • - . ••- Cabinet doors shall be gasketed
enough to be visible to motorists or pedestrians before the monitor with one piece, close cell neoprene. They shall be equipped with
to initiates flashing operation. There shall be a visual indication that
g P some type of stops so the door may be held open in either of two-
the monitor has preempted normal operation. positions at approximately 90 degrees and 180 degrees and be of
The fail safe monitor shall be Model SSM-I2LE as suitable design to withstand a 40 mph wind..
Or
manufactured by Eberle Design Inc., or approved equal. d. A two position door stop assembly.
e. The Controller cabinet shall have a load bay panel with at
Surge Protector(Lighting Arrester) least the following items mounted on the face of the panel: transfer
relays; load switches; and, terminal blocks for termination of all
or The controller shall have an input voltage surge protector that wires contained on a separate panel (the terminal block shall
shall protect the controller input from any voltage surges that could conform to Washington Standard Specifications).
damage the controller or any of its components. This load bay panel shall be mounted so that when the screws
are removed, it will be possible to obtain full access to the
wr Field Wiring Terminal terminations on the back of the load bay panel.
There shall be a terminal strip for field wiring in the .. .. _ . •_
controller cabinet. The terminals shall be numbered in accordance •.
too with the schematic wiring diagram on the plans. If a different SECTION 9-29.16 IS SUPPLEMENTED BY ADDING THE
numbering system is used for the cabinet wiring, then both FOLLOWING:
numbers shall label each terminal and the cabinet wiring schematic
9-29.16 Vehicular Signal Heads (RC)
drawing shall include the field wiring numbers where the terminal
OW strip is illustrated. A common bus bar with a minimum of 15 Vehicular signal heads shall have 12 inch lens sizes unless
terminals and a ground bar with a minimum of 6 terminals shall be shown otherwise on the si•nal ,tans. Vehicular si nal head
provided. housin s shall consist of separate sections and be exiandable t
r for vertical mounting. Lens shall be glass and meet I.T.E.
Specifications for light output. Reflectors shall be alzac. Each
signal head shall have a 1/4 inch drain hole in its base.
rrr Page-SP-55
Revision Date:May 19, 1997
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
447
Vehicle signal heads shall be cast aluminum. 9-29.16(2)E Painting Signal Heads (RC) iii
All signal heads shall include a back plate 5 inch square cut Traffic signal heads, including outside of visors and back of
border. Signal heads, including outside of visors and back-of back back plates, shall be finished with two coats of factory applied
plates shall be finished with two coats of factory-applied traffic traffic signal greet-•yellow baked enamel. The inside of visors,
signal yellow baked enamel. The inside of the visors and front of front of back plates, and louvers shall be finished with two coats of
back plates shall be finished with two coats of factory-applied flat flat black enamel.
black enamel.
Mounting hardware will provide for a rigid connection SECTION 9-29.16(3)(RC)IS DELETED.
between the signal head and mast arm. All mounting hardware , , it.
will be of the top-mount plumbizer type as shown on the standard - - ° �C)
plans,unless specified otherwise on the plans. SECTION 9-29.16(3)A (RC)IS DELETED.
Position of the signal heads shall be located as close as
possible to the center of the lanes. Signal heads shall be mounted _ - .. _. tai•
on the mast arm such that the red indicators lie in the same plane (RC)
and such that the bottom of the housing of a signal head shall not SECTION 9-29.16(3)B(RC)IS DELETED.
be less than 16 feet 6 inches nor more than 18 feet 6 inches above
the grade at the center of the roadway. All bolts and other ' ' . . .
., miscellaneous mounting.hardware shall be stainless steel. Heads(RC)
SECTION 9-29.16(2)A.HAS BEEN REVISED AS FOLLOWS: SECTION 9-29.17 HAS BEEN REVISED AS FOLLOWS:
tii
9-29.16(2)A Optical Units (RC) 9-29.17 Signal Head Mounting Brackets and Fittings
Eight inch conventional signals shall employ a 67 to 69 watt (RC)
traffic signal lamp rated for 130120 volt operation, 595 minimum
illi
initial lumen, 665 rated initial lumen, 8,000-hour minimum, unpainted—All other hardware for other mounts shall be painted
2 7/16-inch light center length, A-21 bulb, medium base, clear with two coats of factory applied traffic signal Federal yellow
` traffic signal lamp. Twelve inch traffic signal heads require green baked enamel.
420130 volt, 165 watt, 1,750 minimum initial lumen, 1950 rated
ON
initial lumen clear traffic signal lamps with a 3-inch light center SECTION 9-29.18(1) IS SUPPLEMENTED AND REVISED AS
length, 8,000 hour minimum rated life, P-25 bulb and medium FOLLOWS:
base. Bulbs shall be installed with the opening between the filament
ends up. 9-29.18(1) Induction Loop Detectors (RC) illili
Detector amplifiers shall be Detector Systems model 810A or
SECTION 9-29.16(2)B HAS BEEN REVISED AS FOLLOWS: equal.
9-29.16(2)B Signal Housing (RC) Induction loop amplifiers installed with NEMA controls shall
Each lens shall be protected with a removable visor of conform to current NEMA specifications.
Aizapticastallacl NI
aluminum of the tunnel type, unless specified
otherwise in the contract. Visors shall have attaching ears for
installation to the housing doors. Conventional signal heads shall SECTION 9-29.20 HAS BEEN REVISED AS FOLLOWS: sio
have square doors.
9-29.20 Pedestrian Signal (RC)
SECTION 9-29.16(2)C.HAS BEEN REVISED AS FOLLOWS: Pedestrian signals shall be either iasaadesssn fiber optic or
neon-grid type, or other types as specified in the contract. iiii
9-29.16(2)C Louvered'Visors (RC) Pedestrian signals shall conform to ITE Standards (Standard for
Where noted in theiContract, louvered tunnel visors shall be Adjustable Face Pedestrian Signal Heads, 1975).
,; furnished and installed. Directional louvers shall be constructed to
II
have a snug fit in the signal visor. The outside cylinder shall be ! -
constructed of aluminum , and the louvers shall '! ?!!! •_ _
be constructed of anodized aluminum painted flat black.
Dimensions and arrangement of louvers shall be as shown in the
Ili
contract. •• _• ymbol messages, when
specified, shall be a minimum of 12 inches high and 7 inches in
SECTION 9-29.I6(2)D HAS BEEN DELETED AND width.
REPLACED WITH: Housings shall be die-cast aluminum and shall be painted with IN
two coats of factory applied traffic signal yellowgpeea enamel.
9-29.16(2)D Back Plates (RC)
Back plates shall be furnished and attached to the signal VACANT SECTION 9-29.20(1) IS REPLACED BY ADDING
heads. Back plates shall be constructed of anodized, 3-S THE FOLLOWING NEW SECTION:
ili
half-hard aluminum sheet, 0.058-inch minimum thickness, with
5-inch square cut border and painted black in front and yellow in 9-29.20(1) Fiber Optic Type (RC)
back. The fiber optics shall be drawn from optical glass of high
purity. The fibers shall be temperature resistant. The fibers shall
be resistant to the UV light emitted by the halogen lamp and shall
maintain their high transmission properties throughout the lifetime
Ili
Page-SP-56
Revision Dale:May 19, 1997
err
9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical
•
of the sign. The light guides shall contain fibers with a diameter of SECTION 9-29.24(1) IS DELETED AND REPLACED WITH
rrr 53 microns. Each single arm in the harness shall contain THE FOLLOWING:
approximately 300 fibers. The optical sheathing shall have a wall 9-29.24(1) Painting (RC)
thickness of at least 1.5 microns. The common end of each bundle
shall have a hexagonal bundle format. The common bundle end The finish coat shall be a factory baked on enamel light grey
and each arm end shall be epoxied and optically polished. in color. The galvanized surface shall be etched before the baked
The light source shall be a halogen incandescent lamp with on enamel is applied. The interior shall be given a finish coat of
dichroic reflector. The lamp shall use built-in, lead-in wires instead exterior grade of white metal enamel.
of pins. The reflector shall be covered with a hard coating capable Painting shall be done in conformance with the provisions of
tio
to withstand a temperature of 400 degrees Centigrade, rapid Section 8-20.3(12).
temperature changes, aggressive chemical attacks. The coating SECTION 9-29.24(2) IS DELETED AND REPLACED WITH
shall be tested by soaking in Oxalic Acid 0.71N for a period of 2 THE FOLLOWING:
+ter hours. The coating shall not dissolve during this period. The lamp
shall be 50 watt and rated for 6000 hours at 10 volts. The lamp 9-29.24(2) Electrical Circuit Breakers and Contactors
together with the fiber shall produce a light intensity as high as (RC)
3800CD. The 115-volt primary, 10-volt secondary transformers, The electrical circuit breakers and contactors shall be as
light guides and all wiring shall be enclosed in a sheet aluminum indicated on the contract plans and detail sheets. The following
housing. The matrix plate shall be constructed of 0.125 thick equipment shall be featured within the cabinet.
aluminum sheet protected•by a 0.125 polycarbonate sheet. The 1. Main circuit breaker
signal housing shall be weather tight. Each common end of a 2. Branch circuit breakers
ill" bundle shall have a clip-on type color filter, one of Portland 3. Utility plug(120 volt-20 Amp rated)G.F.I. Type
Orange and one of Lunar White. The viewing end of the fiber optic 4. Light control test switch(120 volt-15 Amp)
display shall not require a cone for magnification,and shall provide 5. Contactor relay for each circuit
rtr a wide viewing angle. Each message shall have a minimum of 82 6. Double pole branch breaker(s) for lighting circuits (240
light points. All components shall be fastened to the flat black volt)
matrix plate. When the sign is not illuminated, it shall blank out 7. One 120 volt, 20 Amp single pole branch breaker (for
with no message legible. The low power consumption lamps shall utility plugs)
be serviceable without any tools. 8. Type 3-single phase 120/240 volt grounded neutral
SECTION 9-29.20(2) IS REVISED AND SUPPLEMENTED AS service
FOLLOWS: 9. One 120 volt 40 Amp single pole branch breaker (signal
service)
9-29.20(2) Neon Grid Type (RC) 10. Complete provisions for 16 breaker poles
All neon grid heads shall be equipped with Z crate visors 11. Name plates phenolic black with white engraving except
made of polycarbonate plastic designed to eliminate sun phantom. the main breaker which shall be red with white lettering. All name
Neon tubing shall be enclosed and shockmounted inside plates shall be attached by S.S. screws.
a rugged plastic module. 12. Meter base sections are unnecessary
_ - SECTION 9-29.25 IS DELETED AND SUPPLEMENTED BY
Transformers shall provide recessed secondary contacts-and THE FOLLOWING:
r
The pedestrian signal shall have a solid state message module, 9-29.25 Terminal and Interconnect Cabinets (RC)
electronic ballast, no external transformer,and operate at 30 watts.
The heads shall display two symbol messages, "hand" (for the The pole mounted terminal box shall be made of molded
do not walk mode) in Portland orange and "Man" (for the walk fiberglass, be grey in color, be approximately 16" high x 13-7/8"
mode) in lunar white. The message module shall consist of two wide x 5-7/8" deep and have a minimum of 16 terminals on the
neon gas tubes enclosed in a housing made of polycarbonate terminal blocks. The box shall be weather tight, have a single door
plastic. The lens material shall be polycarbonate plastic. The with continuous hinge on one side and screw hold downs on the
wr visors shall be flat black in color. door locking side. All hardware will be stainless steel. All
mounting hardware shall be stainless steel and shall be incidental to
SECTION 9-29.24 IS DELETED AND REPLACED BY THE the unit price of terminal box.
FOLLOWING: Terminal blocks shall be 600V heavy duty, barrier type. Each
tirr terminal shall be separated by a marker strip. The marker strip
9-29.24 Service Cabinets (RC)
shall be permanently marked with the circuit number indicated in
The signal/street lighting service cabinet shall be as indicated the Plans. Each connector shall be a screw type with No. 10 post
on the contract plans and detail sheets. All electrical conductors, capable of accepting no less than 3 #12 AWG wires fitted with
buss bars and conductor terminals shall be copper or brass. The spade tips.
cabinet shall be fabricated from galvanized cold rolled sheet steel, Cabinet doors shall be gasketed with a one-piece closed cell
with 12 gauge used for exterior surfaces and 14 gauge for interior neoprene gasket and shall have a stainless steel piano hinge.
panels. Door hinges shall be the continuous concealed piano type One spare 12 position terminal block shall be installed in each
and no screws, rivets or bolts shall be visible outside the enclosure. terminal cabinet and amplifier cabinet.
The cabinet door shall be fitted for a Best internal type lock. The Mounting shall be as noted in the contract.
cabinet shall have ventilation louvers on the lower and upper sides Interconnect splice tower cabinets shall be Type F, with
wr complete with screens, filters and have rain tight gaskets. The nominal dimensions of 22" high x 13" wide x 11" deep and
cabinet door shall have a one piece weather proof neoprene gasket constructed of cast aluminum and fitted with a Best internal lock.
rr Page-SP-57
Revision Date:May 19, 1997
Ili
9-30 Water Distribution Materials 9-30 Water Distribution Materials
9-30 Water Distribution Materials SECTION 9-30.3(3) IS SUPPLEMENTED BY ADDING THE tai
FOLLOWING:
9-30.1 Pipe 9-30.3(3) Butterfly Valves (RC)
Butterfly valves shall be Dresser 450 or Pratt Groundhog. ilii
SECTION 9-30.1(1)IS REVISED AS FOLLOWS:
SECTION 9-30.3(5) HAS BEEN DELETED AND REPLACED
9-30.1(1)Ductile Iron Pipe (RC) WITH THE FOLLOWING:
1. Ductile iron pipe shall be centrifugally cast and meet the
requirements of AWWA C151. Ductile iron pipe shall have a 9-30.3(5) Valve Marker Posts (RC) 11111
cement-mortar lining meeting the requirements of AWWA C104. The valve markers shall be fabricated and installed in
conformance with the Standard Drawings.
. All other ductile iron pipe shall be Valve markers shall be carsonite composite utility marker
Standard Thickness Class 5250 or the thickness class as shown in .375"x 6'-0" or approved equal with blue label "water. rli
the Plans. SECTION 9-30.3(7) HAS BEEN SUPPLEMENTED AS
9-30.3 Valves FOLLOWS:
e
SECTION 9-30.3(1)HAS BEEN REVISED AS FOLLOW: 9-30.3(7) Combination Air Release/Air Vacuum
Valves(RC)
9-30.3(1) Gate Valves (RC) Air and vacuum release valves shall be APCO- Valve and illi
Valves shall be designed for a minimum water operating Primer Corp, "Heavy-Duty," combination air release valve, or
pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller equal.
Company No. A2380, Kennedy, or M&H. Installation shall be per the City of Renton Standard Detail,
Approval of valves other than models specified shall be latest revision.
Piping and fitting copper imi
obtained prior to bid opening. p g nd fittin shall be co er or brass. Location of the air
All gate valves less than 12" in diameter shall include an 8" x release valve as show on the plans is approximate. The installation
24" cast iron gate valve box and extensions, as required. All 12" shall be set at the high point of the line.
diameter and larger gate valves shall be installed in a vault. See SECTION 9-30.3(8)IS REVISED AS FOLLOWS: a
Water Standard Detail for 12" gate valve assembly vault and I"
bypass installation. 9-30.3(8) Tapping Sleeve and Valve Assembly (RC)
Gate valves shall conform to AWWA C500 and shall be iron Tapping sleeves shall be cast iron, ductile iron stainless-steel,
NO
body, bronze-mounted, double disc with bronze wedging device epoxy-coated steel, or other approved material.
and 0-ring stuffing box.
RESILIENT SEATED GATE VALVES: SECTION 9-30.3(9)IS A NEW SECTION:
Resilient seated gate valves shall be manufactured to meet or
9-30.3(9) Blow-Off Assembly (RC) •
exceed the requirements of AWWA Standard C509 latest revisions.
All external and internal ferrous metal surfaces of the gate Permanent blow-off assembly shall be #78 Kupferle Foundry
valve shall be coated for corrosion protection with fusion bonded Co. or approved equal. Installation of blow off permanent blow-
epoxy. The epoxy coating shall be factory applied to all valve off assembly shall be per City of Renton Water Standard Detail,
el
parts prior to valve assembly and shall meet or exceed the latest revision. Pipe and fittings shall be galvanized. Blow-off
requirements of AWWA Standard C-550 latest revision. Valves assembly shall be installed at location(s) shown on the plans.
shall be provided with two (2) internal 0-ring stems seals. The Temporary blow-off assembly on new dead-end water main shall
valves shall be equipped with one (I) anti-friction washer. The be installed at location shown on the plans. Ili
resilient gate valve shall have rubber sealing surfaces to permit bi Temporary blow off assemblies for testing and flushing of the
directional flow. The stem shall be independent of the stem nut or new water mains will not be included under this item and shall be
integrally cast. considered incidental to the contract and no additional payment
illii
Manufacturers of Resilient Seated gate Valves shall provide shall be made.
the City on request that the valve materials meet the City SECTION 9-30.5 IS SUPPLEMENTED BY ADDING THE
specifications. FOLLOWING:
Valves shall be designed for a minimum water operating
pressure of 200 psi. 9-30.5 Hydrants (RC) r
End connections shall be mechanical joints, flanged joints or Fire hydrants shall be Iowa, Corey Type (opening with the
mechanical by flanged joints as shown on the project plans. pressure) or approved equal conforming to AWWA C-502-85.
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Approval must be obtained prior to bid opening. Si
Clow, M&H Style 3067, Mueller Series 2370, Kennedy.
Compression type fire hydrants (opening against pressure)
Approval of valves other than model specified shall be shall be Clow Medallion, M&H 929, Mueller Super Centurion
obtained prior to bid opening. All gate valves less than 12 inches 200 conforming to AWWA C-502-85.
in diameter shall include an 8"x24" cast iron gate valve box and
iiii
extensions, as required. SECTION 9-30.5(1) IS SUPPLEMENTED BY ADDING THE
All 12 inch diameter and larger resilient seated gate valves FOLLOWING:
shall have a 1 inch by-pass assembly and shall be installed in a
concrete vault per City of Renton Standard Details, latest revision. 9-30.5(1) End Connections (RC)
iiii
Hydrants shall be constructed with mechanical joint
connection unless otherwise s.ecified in bid rososal descri•tion.
Page-SP-58 Ili
Revision Date:May 19, 1997
9-30 Water Distribution Materials 9-30 Water Distribution Materials
SECTION 9-30.5(2) IS DELETED AND REPLACED WITH synthetic molded rubber gasket, and shall be attached to hydrant
oft THE FOLLOWING: adapter with 1/8" coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard
9-30.5(2) Hydrant Dimensions (RC) Detail for fire hydrants, latest revisions.
Fire hydrants shall be Corey type (opening with the pressure)
or compression type (opening against pressure) conforming to SECTIONS OF 9-30.6(3) HAVE BEEN MODIFIED AS
AWWA C-502-85 with a 6 inch mechanical joint inlet and a main FOLLOWS:
valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose
nozzles with National Standard Threads 7 1/2 threads per inch and 9-30.6(3) Service Pipe
one 4 inch pumper nozzles with the new Seattle Pattern 6 threads 9-30.6(3)B Polyethylene Pipe (RC)
per inch, 60 degrees V. Threads, outside diameter of male tread Polyethylene pipe shall not be used.
4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4"
pentagon operating nut opened by turning counter clockwise(left). 9-30.6(3)C Polybutalene Pipe (RC)
The two 2-1/2" hose nozzles shall be fitted with cast iron Polybutalene pipe shall not be used.
threaded caps with operating nut of the same design and SECTION 9-30.6(4)HAS BEEN REVISED AS FOLLOWS:
proportions as the hydrant stem nut. Caps shall be fitted with
▪ suitable neoprene gaskets for positive water tightness under test Fittings used for copper tubing shall be compression type with
pressures. gripper ring.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" SECTION 9-30.6(5) HAS BEEN SUPPLEMENTED AS
Seattle Thread x 5" Stortz. Stortz adapter shall be forged and/or FOLLOWS:
WO extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded
end portion shall have no lugs and 2 set screws 180 degrees apart. 9-30.6(5) Meter Setters (RC)
Stortz face to be metal, no gasket to weather. Stortz cap to have Meter setters shall be installed per the City of Renton
Standard Details for water meters, latest revision.
VIP
rlrVIO
VW
Irr
Cllr
IWO
VW
wrr
■r Page-SP-59
Revision Date:May 19, 1997
ON
rrr
General Statement of Policy
For Work in Street Right-of-Way
irr
Permit and bond must be issued prior to any work.
No utility shall be placed within five feet of any city underground utility except when
crossing the respective utility.
When crossing a city utility (watermain, storm drain, sanitary sewer) the utility which is
crossing will be cased in steel, P.V.C., Schedule 80 heavy, or P.V.C. encased in concrete one
foot on all sides.
Asphalt and concrete street paving shall be sawcut to a minimum depth of two inches. Oil
mat streets may be spade cut.
All surface concrete, pavement, sidewalks, curbs, gutters and driveway approaches shall be
sawcut to a minimum depth of two inches or removed to an existing expansion joint.
r.
Backfill material shall be compacted to 95% maximum dry density. Questionable material
shall be tested by a certified materials testing lab at the contractors expense. Unsuitable
material shall be removed from the site.
err
A temporary cold mix asphalt patch shall be placed on the day of initial excavation with a
permanent, sealed patch to be placed to City of Renton policy within ten days. Call for
u• subgrade inspection prior to placement of final patch.
Approved plan to be on site at all times during construction_
Traffic control shall be in accordance with U.M.T.C.D. Part VI - Contact Transportation
Systems at 235-2631.
All street closures, partial or full, shall be approved by Public Works 24 hours in advance.
City of Renton to be notified 24 hours in advance of any work at 235-2631. Also notify
rr Valley Comm. Center at 911 24 hours in advance of work (Police and Fire Departments).
The hours of work in street right-of-way shall be limited to 8:30 a.m. to 3:30 p.m. on
weekdays only unless otherwise approved in writing by Public Works at 235-2635.
Trenches will not be left open over night without prior written approval of the Inspector.
Job sites are to be kept in a clean and orderly manner at all times. Sweeping, flushing, and
other means shall be used to comply with this requirement.
Call for inspection 24 hours in advance at 277-5570.
CALL BEFORE YOU DIG - ONE CALL LOCATIONS
■rr
1-800-424-5555
iNI
ma
WSDOT AMENDMENTS WSDOT AMENDMENTS
INDEX TO WSDOT AMENDMENTS
WSDOT AMENDMENTS
The following WSDOT Amendments shall be used in conjunction with the WSDOT/APWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, and with any project specific Special Provisions contained within the contract document.
ma The following "Index - Amendments," as issued by WSDOT, has been edited to signify (with the letters SAX followed by the
subsection number) specific subsection amendments that have been issued by WSDOT but are not used by the City of Renton. Those
SAX subsections have been deleted from this document.
ma
The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting
provisions of the Standard Specifications. In case of conflict, the order of precedence of the various contract documents shall be as
specified in Section 1-04.2 as modified by the Renton Transportation Supplemental Specifications. For informational purposes, the date
me following each Amendment title indicates the implementation date of the Amendment or the last date of revision by WSDOT.
SECTION 1 SECTION 2
02.AP1 SECTION 1-02, BID PROCEDURES AND 03.AP2 SECTION 2-03, ROADWAY EXCAVATION
CONDITIONS AND EMBANKMENT
(March 3, 1997) (March 3, 1997)
"Irregular Proposals" revised. A new Amendment. Sub-section 2-03.3(2) Rock
04.AP1 SECTION 1-04, SCOPE OF THE WORK Cuts is revised. Sub section 2-03.3(14)K Select of
(March 3, 1997) Common Borrow is added.
• "Embankments at Bridge and Trestle Ends"
"Increased or Decreased Quantities" revised.
formula revised.
07.AP1 SECTION 1-07, LEGAL RELATIONS AND 09.AP2 SECTION 2-09, STRUCTURE EXCAVATION
RESPONSIBILITIES TO THE PUBLIC
(March 3, 1997) (March 3, 1997)
A new Amendment. Sub-section 1-07.9(5) A new Amendment. Sub section 2-09.3(4)—
Required Documents is revised. Sub section Construction Requirements, Structure Excavation,
1-07.13(4) Repair of Damage is added. Class B, Sub-section 2-09.4 Measurement, and
"Required Records and Retention" revised. Sub section 2-09.5 Payment are revised. Sub
section 2-09.3(1)E Backfilling, Controlled Density
it 09.AP1 SECTION 1-09, MEASUREMENT AND Fill is added.
o
PAYMENT "Measurement" drywells added.
(March 3, 1997)
"Payment for Material on Hand" revised. SECTION 3
irrr
10.AP1 SECTION 1-10, TEMPORARY TRAFFIC
CONTROL 02.AP3 SECTION 3-02, STOCKPILING
(March 3, 1997) AGGREGATES
A new Amendment. Sub-section 1-10.3(5) (March 3, 1997)
Temporary Traffic Control Devices is revised. "Asphalt Concrete Aggregates" revised.
Sub-section 1-10.5 Payment is added.
.n "Conformance to Established Standards", "Traffic SECTION 5
Control Labor" and "Payment" have been revised.
04.AP5 SECTION 5-04, ASPHALT CONCRETE
PAVEMENT
(September 30, 1996)
A new Amendment. Sub-section 5-04.3(10)B
Control is revised.
rr
Page-SP-60
so
Revision Date:May 19, 1997
a
WSDOT AMENDMENTS WSDOT AMENDMENTS
SECTION 6 SECTION 8
02.AP6 SECTION 6-02, CONCRETE STRUCTURES 09.AP8 SECTION 8-09, RAISED PAVEMENT
(March 3, 1997) MARKERS
A new Amendment. Sub-section 6-02.3(2)C (March 3, 1997)
Contracting Agency-Provided Mix Design, Sub- A new Amendment. Sub-section 8-09.1
section 6-02.3.(6)A Weather and Temperature Description is revised. A new section, Sub-
Limits to Protect Concrete, and Sub-section 6- section 8-09.3(5) Recessed Pavement Markers is
02.3(24)C Placing and Fastening are revised. added. Sub-section 8-09.5 Payment is
Subsection 6-02.3(6)A Temperature and Time for supplemented and revised.
Placement is added. Sub-section 6-02.3(11) Section revised St. Item from plural to singular. a
Curing Concrete is added. 10.AP8 SECTION 8-10, GUIDE POSTS
"Face Lumber, studs, Wales, and Metal Forms", (September 30, 1996)
and "Field Bending" are revised.
A new Amendment. Sub-section 8-10.2 Materials
10.AP6 SECTION.6-10, CONCRETE BARRIER is revised. Sub-section 8-10.3 Construction
(March 3, 7997) Requirements is revised.
A new Amendment. Sub-section 6-10.5 Payment 11.AP8 SECTION 8-11, GUARDRAII, eii
is supplemented with an additional item. Sub (March 3, 1997)
section 6-10.3(1) Precast Concrete Barrier is
Anchor Installation revised.
added.
"Precase Conc. Barrier" curing revised. 15.AP8 SECTION 8-15, RIPRAP
(March 3, 1997)
SECTION 7 "Materials", and "Measurement" are revised.
17.AP8 SECTION 8-17, IMPACT ATIENUATOR
05.AP7 SECTION 7-05, MANHOLES, INLETS, AND SYSTEMS
CATCH BASINS
(March 3, 1997) (March 3, 1997)
Revised to include drywells. New standard item Construction Requirements revised.
1062 "precast conc. drywell". 20.AP8 SECTION 8-20, ILLUMINATION, TRAFFIC
Revised standard item 7345 "Abandon Existing SIGNAL SYSTEMS, AND ELECTRICAL
Manhole". (March 3, 1997)
A new Amendment. Sub-section 8-20.3(4)
06.AP7 SECTION 7-06, CONCRETE PIPE Foundations is revised. Sub-section 8-20.3(13)A
ANCHORS Light standards is added.
(March 3, 1997) a
"Equipment List and Drawings" revised.
This section is deleted in its entirety.
21.AP8 SECTION 8-21, PERMANENT SIGNING
08.AP7 SECTION-:7-08, GENERAL PIPE (March 3, 1997)
INSTALLATION REQUIREMENTS
A new Amendment. Sub-section 8-21.3(6) Sign
(March 3;i997) Refacing is revised. Sub-section 8-21.2 Materials
A new Amendment Sub-section 7-08.3(1)C Pipe is added. Sub-section 8-21.3(9)F Bases is added.
Zone Bedding is renamed to Bedding the Pipe. Sub-section 8-21.3 Construction Requirements is wtii
Sub-section 7-08.3(2)D Pipe Laying -- Steel or added.
Aluminum, Sub-section 7-08.4 Measurement, and "Construction Requirements", and "Materials"
Sub-section 7-08.5 Payment are revised. are revised.
"Materials", "Trenches", "Jointing of Dissimilar
Pipe", and "Payment" are revised. 22.AP8 SECTION 8-22, PAVEMENT MARKING
"Standard plan for pipe collars pending. (March 3, 1997)
A new Amendment. Sub-section 8-22.4 rt
17.AP7 SECTION 7-17, SANITARY SEWERS Measurement is revised.
(March 3, 1997)
"Materials" revised.
A new Amendment. Sub-section 7-17.3(2)C
Infiltration Test is revised. Sub-section 7-17.2 a
Materials is added.
"Infiltration Test" revised.
18.AP7 SECTION 7-18, SIDE SEWERS IY/
(October 28, 1996)
Page-SP-61
Revision Date:May 19, 1997
WSDOT AMENDMENTS WSDOT AMENDMENTS
SECTION 9 10.AP9 SECTION 940, PILING
wy (September 30, 1996)
01.AP9 SECTION 9-01, PORTLAND CEMENT A new Amendment. Sub-section 9-10.1 Timber
(September 30, 1996) Piling is revised. Sub-section 9-10.5 Steel Piling
so A new Amendment. Sub-section 9-01.3 Tests and is revised.
Acceptance is revised to reference "Mill Test Use message revised.
Report Number". 11.AP9 SECTION 9-11, WATERPROOFING
up 02.AP9 SECTION 9-02, BITUMINOUS MATERIALS (March 3, 1997)
(March 3, 1997) Asphalt waterproofing revised.
"Anti Stripping Additive" revised. 12.AP9 SECTION 9-12, MASONRY UNITS
vs 03.AP9 SECTION 9-03, AGGREGATES (March 3, 1997)
(March 3, 1997) Revised.
A new Amendment. Sub section 9-03.15 Bedding 13.AP9 SECTION 9-13, RIPRAP, QUARRY SPALLS,
err► Material for Rigid Pipe is revised. Sub section 9-
SLOPE PROTECTION, AND ROCK WALLS
03.14(2) Select Borrow is revised. (March 3, 1997)
"Gravel Backfill", revised to include drywells. "Concrete Slab Riprap" section deleted.
04.AP9 SECTION 9-04,JOINT AND CRACK 16.AP9 SECTION 9-16, FENCE AND GUARDRAIL
SEALING MATERIALS (March 3, 1997)
(March 3, 1997) "Posts and Blocks", revised.
"Joint Mortar" revised.
17.AP9 SECTION 9-17, FLEXIBLE GUIDE POSTS
05.AP9 SECTION 9-05, DRAINAGE STRUCTURES, (September 30, 1996)
CULVERTS, AND CONDUITS A new Amendment. Sub-section 9-17.1 General
(March 3, 1997) is revised.
A new Amendment. Sub-section 9-05.6(4)
Structural Plate Pipe Arch, Sub-section 9- 21.AP9 SECTION 9-21, RAISED PAVEMENT
05.6(8)A Corrugated Steel Plates, and Sub-section MARKERS (RPM)
9-05.12(2) Profile Wall PVC Culvert Pipe and (September 30, 1996)
Profile Wall PVC Storm Sewer Pipe are revised. A new Amendment. Sub-section 9-21.1(1)
Sub-sections revised and added concerning piping. Physical and Chemical Properties and Sub-section
Imo "Coupling Bands" revised. 9-21.2(2) Optical Requirements are revised. Sub-
06.AP9 SECTION 9-06, STRUCTURAL STEEL AND section 9-29.6(5) Foundation Hardware is revised.
RELATED MATERIALS 29.AP9 SECTION 9-29, ILLUMINATION, SIGNALS,
„s (March 3, 1997) ELECTRICAL
A new Amendment. Sub-section 9-06.5(3) High (September 30, 1996)
Strength Bolts is revised. A new Amendment. Sub-section 9-29.4
"High Strength Bolts" and "Anchor Bolts" are Messenger Cable, Fittings is revised.
ore
revised. Correction to "Bolt, Nut, and Washer 33.AP9 SECTION 9-33, CONSTRUCTION
Specifications. GEOTEXTILE
09.AP9 SECTION 9-09, TIMBER AND LUMBER (September 30, 1996)
(March 3, 1997) A new Amendment. Sub-section 9-33.2
A new Amendment. Sub-section 9-09.3(1)B Geotextile Properties is revised.
Placing in Treating Cylinders is revised..
rr
rrr
rr
Page-SP-62
Revision Date:May 19, 1997
wr
WSDOT AMENDMENTS
The following WSDOT Amendments are the complete text of all
Amendments to the WSDOT/APWA 1996 Standard Specifications for Road,
Bridge and Municipal Construction, accepted and adopted by the City of
Renton on May 19, 1997 and should be with any project specific Special
Provisions contained within the contract document.
erg
VW
WO
Page-AMD-i
Revision Date:May 19, 1997
U
Table of Contents �r
WSDOT AMENDMENTS
SECTION 1-04, SCOPE OF THE WORK March 3, 1997 5
1-04.6 Increased or Decreased Quantities 5
t
SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC March 3, 1997 5
1-07.9(5) Required Documents 5
1-07.11(10)B Required Records and Retention 5
1-07.13(4) Repair of Damage 5
SECTION 1-09, MEASUREMENT AND PAYMENT March 3, 1997 6
1-09.8 Payment for Material on Hand 6
SECTION 1-10;=-TEMPORARY TRAFFIC CONTROL March 3, 1997 6
1-10.2(1) Traffic Control Supervisor 6
1=10:2(1) General 6 III
1-10.2(3) Conformance to Established Standards 8
1-10.3(1) Traffic Control Labor 8
1-10.3(2) Traffic Control Vehicle 8
1-10.3(5) Temporary Traffic Control Devices 8
1-10.4 Measurement 9
1-10.5 Payment 9
SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT March 3, 1997 9 ri
2-03.3(14)1 Embankments at Bridge and Trestle Ends 9
2433(14)K Select or Common Borrow Including Haul 10
SECTION 2-09,STRUCTURE EXCAVATION March 3, 1997 10
2-09.3(1)E Backfilling 10
2-09.4 Measurement 10
2-09.5 Payment 11 a
SECTION 3-02,STOCKPILING AGGREGATES March 3, 1997 11
3-02.3(1) Asphalt Concrete Aggregates 11
•
l
SECTION 6-02,CONCRETE STRUCTURES March 3, 1997 11
6-0213(4)D Temperature and Time For Placement 11
6-023(11) Curing Concrete 11
6-02=.3(17)J Face Lumber,Studs, Wales,and Metal Forms 12
6-023(24)A Field Bending 12
6-02.3(25)F Prestress Release 12
tip
SECTION 6-10, CONCRETE BARRIER March 3, 1997 12
6-10.3(1) Precast Concrete Barrier 12
6-10.5 Payment 13
a
SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS March 3, 1997 13
SECTION 7-05. MANHOLES. INLETS, CATCH BASINS, AND DRYWELLS 13
7-05.1 Description 13
7-05.2 Materials 13
7-05.3 Construction Requirements 13
7-05.4 Measurement 14
7-05.5 Payment 14
SECTION 7-06, CONCRETE PIPE ANCHORS March 3, 1997 14
t;
Page-AMD-ii
Revision Date: May 19, 1997
File SvslAdm115100021Master.doc
rr
SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS March 3, 1997 14
7-08.2 Materials 14
7-08.3(1)A Trenches 15
7-08.3(1)C Pipe Zone Bedding 15
7-08.3(1)C Bedding the Pipe 15
7-08.3(2)D Pipe Laying-Steel or Aluminum 15
7-08.3(2)G Jointing of Dissimilar Pipe 15
7-08.4 Measurement 15
7-08.5 Payment 16
rr
SECTION 7-17, SANITARY SEWERS March 3, 1997 16
7-17.2 Materials 16
7-17.3(2)C Infiltration Test 16
SECTION 8-09,RAISED PAVEMENT MARKER March 3, 1997 16
8-09.1 Description 16
too 8-09.3 Construction Requirements 16
8-09.3(5) Recessed Pavement Marker 17
8-09.5 Payment 17
irw SECTION 8-11, GUARDRAIL March 3, 1997 17
8-11.3(1)C Erection of Rail 17
8-11.3(1)D Anchor Installation 17
to SECTION 8-15, RIPRAP March 3, 1997 18
8-15.2 Materials 18
8-15.4 Measurement 18
rw
SECTION 8-17, IMPACT ATTENUATOR SYSTEMS March 3, 1997 18
8-17.3 Construction Requirements 18
- SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, 18
AND ELECTRICAL March 3, 1997 18
8-20.2(1) Equipment List and Drawings 18
or 8-20.3(13)A Light Standards 18
SECTION 8-21, PERMANENT SIGNING March 3, 1997 19
tis 8-21.2 Materials 19
8-21.3 Construction Requirements 19
8-21.3(4) Sign Removal 19
8-21.3(9)F Bases 19
ar 8-21.3(10)A Sign Lighting Luminaires 19
8-21.3(9)G Identification Plates 20
8-21.3(12) Steel Sign Posts 20
IOW SECTION 8-22, PAVEMENT MARKINGS March 3, 1997 �0
8-22.2 Materials 20
rr
SECTION 9-02, BITUMINOUS MATERIALS March 3, 1997 20
9-02.4 Anti-Stripping Additive 20
SECTION 9-03, AGGREGATES March 3, 1997 1 1
irr 9-03.12 Gravel Backfill �1
9-03.12(5) Gravel Backfill for Drywells �1
9-03.14(2) Select Borrow /1
to SECTION 9-04,JOINT AND CRACK SEALING MATERIALS March 3, 1997 '1
9-04.3 Joint Mortar .7I
+r
SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS March 3, 1997 '72
9-05.4(7) Coupling Bands 12
Page-AMD-iii
Revision Date:May 19, 1997
File SvslAdm115100021Master.doe
9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and PVC Sanitary Sewer Pipe
22 if
9-05.12(1) Solid Wall PVC Culvert Pipe. Solid Wall PVC Storm Sewer Pipe. and Solid Wall PVC Sanitary
Sewer Pipe — 22
9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe 22
9-05.12(2) Profile Wall PVC Culvert Pipe. Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary t
Sewer Pipe 22
9-05.19 Corrugated Polyethylene Culvert Pipe '3
SECTION 9-06,STRUCTURAL STEEL AND RELATED MATERIALS March 3, 1997 23
9-06.16 Roadside Sign Structures 23
9-06.5(3) High Strength Bolts 24
9-06.5(4) Anchor Bolts 24
9-06.5(5) Bolt. Nut, and Washer Specifications 24
SECTION 9-09,TIMBER AND LUMBER March 3, 1997 24
9-09.3(1)B Placing in Treating Cylinders 24
SECTION 9-11,WATERPROOFING March 3, 1997 25
9-11.1 Asphalt for Waterproofing 25
SECTION 9-12,MASONRY UNITS March 3, 1997 25
9-12.4 Precast Concrete Manholes 25 a
9-12.5 Precast Concrete Catch Basins 25
9-12.7 Precast Concrete Drywells 25
SECTION 9-13,RIPRAP,QUARRY SPALLS,SLOPE PROTECTION, AND ROCK WALLS March 3, 1997 26 j
9-13.4 Concrete Slab Riprap 26
SECTION 9-16,FENCE AND GUARDRAIL March 3, 1997 26
9-16.3(1) Rail Element 26
9-16.3(2) Posts and Blocks 26
9-16.3(5) Anchors 26
1
i
t
I
Page-AMD-iv
Revision Date: May 19, 1997
File SvslAdm115100021Master.doc
OSP
1-04.6 Increased or Decreased Quantities 1-07.13(4) Repair of Damage
irr
1 SECTION 1-04, SCOPE OF THE WORK
2 March 3, 1997
MI
3 1-04.6 Increased or Decreased Quantities
4 The first sentence of Item no. 1 in the first paragraph is revised to read:
5
6 Either party to the contract will he entitled to renegotiate the price for that portion of the actual quantity in excess of 125 percent of the
is 7 original bid quantity.
8
9 Item no. 2 in the first paragraph is revised to read:
0
go 1 Either party to the contract will be entitled to an equitable adjustment if the actual quantity of work performed is less than 75 percent of
2 the original bid quantity. The equitable adjustment in the case of decreased quantities shall be based upon any increase or decrease in costs due
3 solely to the variation of the estimated quantity. The total payment for any item will be limited to no more than 75 percent of the amount
4 originally bid for the item.
to 5
6 Item no. 4 in the second paragraph is deleted.
to 7 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
8 March 3, 1997
9 1-07.9(5) Required Documents
0 The fifth sentence of the third paragraph is revised to read:
2 Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in
3 the contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the
em,4 contract provisions.
5
of 6 1-07.11(10)B Required Records and Retention
7 The reference to "PR 1391' in the first sentence of the second paragraph is revised to read 'FHWA 1391".
8
sr 9 The third paragraph is revised to read:
0
1 All Contractors/Subcontractors having contracts of$100.000 or more that are Federally funded shall submit WSDOT form 820-010 to the
2 Project Engineer by the fifth of the month during the term of the contract. The Contractor/Subcontractor shall maintain this information for all
I.3 Contracting Agency funded projects,and those Federally funded projects under$100.000.
4
so s 1-07.13(4) Repair of Damage
6 The second sentence of the first paragraph is revised to read:
7
8 For damage qualifying for relief under Section 1-07.13(1). 1-07.13(2). and 1-07.13(3). payment will be made in accordance with Section
9 1-04.4
ot
to
Page-AMD-5
Revision Date:May 19, 1997
File SyslAdm115100021Master.doc
1-09.8 Payment for Material on Hand 1-10.2(1) General
1 SECTION 1-09, MEASUREMENT AND PAYMENT w
2 March 3, 1997
a'
3 1-09.8 Payment for Material on Hand
4 The first sentence of the fifth paragraph is revised to read:
5
6 The Contracting Agency will not pay for material on hand when the invoice cost is less than$2.000.
7 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
8 March 3, 1997
II
9 1-10.2(1) Traffic Control Supervisor
0 This section is revised to read: `
1
2 1-10.2(1) General
3 The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager
4 (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be certified as a worksite traffic
5 control supervisor by one of the organizations listed in the Special Provisions. A TCM and TCS are required
6 on all projects that have traffic control. The TCM can also perform the duties of the TCS. The Contractor
7 shall identify an alternate TCM and TCS that can assume the duties of the assigned or primary TCM and TCS
8 in the event of that person's inability to perform. Such alternates shall be adequately trained and certified to
9 the same degree as the primary TCM and TCS.
0
Ili
1 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be
2 available upon the Engineers request at other than normal working hours. The TCM and TCS shall have
3 appropriate personnel, equipment, and material available at all times in order to expeditiously correct any
to
4 deficiency in the traffic control system.
5
to
6 1-10.2(1)A Traffic Control Manager tit
7 The•duties of the Traffic Control Manager include:
8
9 1. Discussing proposed traffic control measures and coordinating implementation of the Contractor- `ice
0 adopted traffic control plan(s) with the Engineer.
1
2 2. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any
3 adjacent construction or maintenance operations.
4
5 3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) iii
6 with appropriate police, fire control agencies, city or county engineering, medical emergency
7 agencies, school districts, and transit companies.
8 rli
9 4. Overseeing all requirements of the contract which contribute to the convenience, safety, and
0 orderly' movement of vehicular and pedestrian traffic.
1 II
Page-AMD-6
Revision Date:May 19, 1997
File SvslAdm115100021Master.doc
w
1-10.2(1) General 1-10.2(1) General
5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for
2 Streets and Highways for the State of Washington and applicable standards and specifications
3 available at all times on-the project.
-4
5 6. Attending all project meetings where traffic management is discussed.
6
7 7. Review TCS's diaries daily and be responsible for knowing "field" traffic control operations.
8
9 1-10.2(1)B Traffic Control Supervisor
t"0 A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer.
2 The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be
3 able to be on the jobsite within a 45-minute time period after notification by the Engineer.
4
5 The TCS's duties shall include:
11111°6
7 1. Inspecting traffic control devices and nighttime lighting for proper location, installation,
8 message, cleanliness, and effect on the traveling public. Traffic control devices shall be
"9 inspected each work shift except that Class A signs and nighttime lighting need to be checked
0 only once a week. Traffic control devices left in place for 24 hours or more should also be
1 inspected once during the nonworking hours when they are initially set up (during daylight or
it 2 darkness, whichever is opposite of the working hours).
3
4 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be
ow 5 submitted to the Engineer no later than the end of the next working day to become a part of the
6 project records. The Contractor may use their own form if it is approved by the Engineer.
7 Include in the diary such items as:
ow 8
9 a. When signs and traffic control devices are installed and removed,
0 b. Location and condition of signs and traffic control devices,
tow 1 c. Revisions to the traffic control plan,
2 d. Lighting utilized at night, and
3 e. Observations of traffic conditions.
yo 4
5 3. Ensuring that corrections are made if traffic control devices are not functioning as required.
6 The TCS may make minor revisions to the traffic control plan to accommodate site conditions as
7 long as the original intent of the traffic control plan is maintained and the revision has
8 concurrence of the WSDOT TCS.
9
0 4. Attending traffic control coordinating meetings or coordination activities as authorized by the
tto
Engineer.
3 The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS
NO
4 are accomplished. Possession of a current flagging card by the TCS is mandatory.
5
6 A reflective vest and hard hat shall be worn by the TCS.
7
Page-AMD-7
Revision Date:May 19, 1997
File SyslAdm115100021Master.doc
!1
1-10.2(3) Conformance to Established Standards 1-10.3(5) Temporary Traffic Control Devices
1 1-10.2(3) Conformance to Established Standards
2 This section is supplemented with the following:
3
4 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the book Quality
5 Standards For Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the
6 Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. When a
7 sign or traffic control device becomes classified as "unacceptable" it shall be removed from the project and
8 replaced within 12 hours.
9
0 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American
i Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703)
2 898-5400, FAX (703) 898-5510.
3 a
4 1-10.3(1) Traffic Control Labor
a
5 The first sentence of the second paragraph is replaced with the following two sentences:
6
7 Flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, or
8 Idaho. The flagging card shall be immediately available and shown upon request by the Contracting Agency.
9
0 1-10.3(2) Traffic Control Vehicle
1 This section is revised to read:
2
3 When the bid proposal includes an item "Traffic Control Vehicle," the work required for this item is furnishing
4 a vehicle or vehicles for the traffic control supervisor and for transporting the Class B construction signs and
5 other temporary traffic control devices in the "work area" defined in Section 1-10.5. The eligible work for
6 transporting signs shall be limited to:
7
8 1. Set up and removal,
9 2. Relocation to and from temporary storage, provided that, the use and location of the temporary
0 storage is approved by the Engineer, and
1 3. Relocation on the project, provided that, the new locations are in accordance with the contract plans,
2 approved traffic control plan, or the orders of the Engineer.
3
4 The traffic control vehicle shall be equipped with a roof or post-mount flashing amber light visible for 360
5 degrees.
6
7 1-10.3(5) Temporary Traffic Control Devices
8 The first sentence of the first paragraph is revised to read:
9 r
0 When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this
1 item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control
2 devices, unless the contract provides for furnishing a specific temporary traffic control device under another
3 item.
4
a
Page-AMD-8
Revision Date:May 19, 1997 a
File SyslAdm115100021Master.doc
1-10.4 Measurement 2-03.3(14)I Embankments at Bridge and Trestle Ends
,,, 1 1-10.4 Measurement
2 The fourth paragraph is revised to read:
3
" 4 Traffic control supervisor will be measured per hour for each hour a person is actually performing the duties
5 described in Section 1-10.2(1)B as authorized by the Engineer. A minimum of 4 hours will be paid when the
6 Engineer authorizes the TCS to be on the jobsite during non-working shifts.
VIP 7
8 The following paragraph is inserted after the fourth paragraph:
9
0 No unit of measure will apply to the position of traffic control manager and it will be considered incidental to
1 unit contract prices. When the traffic control manager performs the duties of the traffic control supervisor,
2 measurement and payment will be as specified for the traffic control supervisor.
so 3
4 The sixth paragraph is revised to read:
5
- 6 The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are actually used
7 for the previously described work. The Contractor may use more than one vehicle to perform this work,
8 however, all the vehicles used will be considered one unit for the days that more than one vehicle is used.
for 9 Vehicles required to be furnished by any other specifications such as Section 1-10.3(6) may be used for doing
o the work required by this section but will be excluded from payment under this section.
air
2 1-10.5 Payment
3 The bid item "Traffic Control Supervisor", per day, is revised to read:
- 4
5 "Traffic Control Supervisor", per hour.
6
7 The first paragraph following the bid item "Traffic Control Supervisor" is revised to read:
8
9 The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a person
• o performs the duties described in Section 1-10.2(1)B including when performing traffic control labor duties.
1
2 Under the bid item "Temporary Traffic Control Devices", the reference to "Section 1-10.3(9)", is revised to read
+1. 3 "Section 1-10.3(5)".
4
5 The first paragraph following the bid item "Traffic Control Vehicle" is revised to read:
ap 6
7 The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or vehicles for
8 the work described in Sections 1-10.2(1)B and 1-10.3(2). The operator(s) of the vehicle(s) will be paid for
■.r 9 under the item "Traffic Control Labor" or "Traffic Control Supervisor".
0
1 The last paragraph of this section is deleted.
.r 2 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
3 March 3, 1997
4 2-03.3(14)I Embankments at Bridge and Trestle Ends
• 5 The third paragraph is replaced with the following two paragraphs:
Page-AMD-9
try Revision Date:May 19, 1997
File SyslAdmII5100021Master.doc
a
2-03.3(14)K Select or Common Borrow Including Haul 2-09.4 Measurement
1
2 To prevent the bridge from being distorted or displaced, the Contractor shall place backfill material evenly
3 around all sides and parts of the structure. The Contractor shall not backfill any abutment prior to placing the
4 superstructure. After the superstructure is in place, use of small compactors may be required to compact the
5 backfill around the structure. Embankments and backfill behind the abutments must be brought up in layers
6 and compacted concurrently. The difference in backfill height against each abutment shall not exceed 2 feet
7 unless approved by the Engineer.
8
9 The Contractor may request, in writing, approval to place the abutment backfill (either full or partial height)
0 prior to placement of the superstructure. To receive this approval, the Contractor shall submit calculations, for
the Engineer's review. The calculations shall prove that the abutment is stable, both for overturning and
2 sliding, without the superstructure in place. The stability calculations shall assume a loading of 30 lbs/ft3
3 equivalent fluid pressure and include at least a 2 foot surcharge for the backfill placement equipment. If the sii
4 abutmentbackfill is allowed to be placed prior to completion of the superstructure, the Contractor shall bear
5 any added cost that results from the change.
6
7 2-03.3(14)K Select or Common Borrow Including Haul
8 In the first paragraph the reference to Section 9-02.14(3) for common borrow requirements is revised to read
9 "Section 9-03.14(3).
0 SECTION 2-09, STRUCTURE EXCAVATION Sri
1 March 3, 1997
S
2 2-09.3(1)E Backfilling
3 The specifications for Controlled Density Fill in the fourth paragraph are revised to read:
4
5 Ingredients Amount per Cu. Yd.
6 Portland Cement 50 lb.
7 Fine Aggregates Class 1 or 2 3300 lb. (3500 lb. if flyash Class C is
8 used.)
9 Air Entrainment Admixture Per Manufacturer's recommendations
0 Fly Ash Class F or 300 lb.
1 Fly Ash Class C 150 lb.
2 Water 300 lb. (maximum)
3
4 2-09.4 Measurement
5 Under "Horizontal Limits" the paragraph dealing with "pipelines" and the paragraph dealing with "pipes, pipe
6 arches, structural pipes, and underpasses" are deleted and replaced with the following:
7 f
8 For all pipes, pipe arches, structural plate pipes, and underpasses, the structural excavation quantity will be
9 calculated based on the following trench width:
0 r
I For drain and underdrain pipes, trench width = I.D. + 12 inches.
2 For pipes 15 inches and under, trench width = I.D. + 30 inches.
3 For pipes 18 inches and over, trench width = (1.5 x I.D.) + 18 inches.
Page-AMD-10
Revision Date:May 19, 1997
File SvslAdm115100021Master.doc
2-09.5 Payment 6-02.3(11) Curing Concrete
1
2 Under "Horizontal Limits" the following new paragraph is added:
3 -
4 For drywells, the limits shall be in accordance with the Standard Plans.
5
6 The paragraph for "Gravel Backfill" is revised to read:
7
�8 Gravel Backfill
9 Gravel backfill, except when used as bedding for culverts and storm sewer pipes, will be measured by the
0 cubic yard in place determined by the neat lines required by the Plans.
.2 2-09.5 Payment
3 The paragraph between the bid items "Gravel Backfill (kind)" and "Controlled Density Fill" is deleted.
lio4 SECTION 3-02, STOCKPILING AGGREGATES
5 March 3, 1997
6 3-02.3(1) Asphalt Concrete Aggregates
107 The first paragraph is revised to read:
8
9 Aggregates for Classes A, B and E shall be produced or furnished in the following sizes as they apply to the
„wo class of asphalt concrete to be produced: 1 1/4 inch-1/4 inch, 5/8 inch-1/4 inch and 1/4 inch-0. Each size
shall be stockpiled separately regardless of whether it is being produced for future work or for immediate use,
2 except as modified in Section 9-03.8.
IMO
3 SECTION 6-02, CONCRETE STRUCTURES
4 March 3, 1997
IMO
5 6-02.3(4)D Temperature and Time For Placement
6 The first paragraph is supplemented with the following:
7
8 Precast concrete that is heat cured per Section 6-02.3(25)D shall remain between 50 and 90 F while it is being
9 placed.
0
" 6-02.3(11) Curing Concrete
2 Item number 1 of the first paragraph is revised to read:
'3
4 1. Bridge roadway slabs (except those made of concrete Class 4000D and 4000DLS), bridge approach slabs,
5 flat slab bridge superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing
6 compound covered by white reflective type sheeting, or continuous wet curing for at least 10 days.
7
Page-AMD-11
Revision Date:May 19, 1997
two
File SyslAdni115100021Master.doc
6-02.3(17)J Face Lumber. Studs. Wales. and Metal Forms 6-10.3(1) Precast Concrete Barrier
1 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms •
2 The 22nd paragraph of Section 6-02.3(17}J is revised to read:
3
4 The Contractor shall select a parting compound from the current Qualified Products List, or submit to the
5 Engineer a sample of the parting compound at least ten working days before its use. Approval or non-approval
6 shall be based on laboratory test results or selection off the current Qualified Products List.
7
8 6-02.3(24)A Field Bending
9 Item No. 2 under "In field-bending steel reinforcing bars" in the second paragraph, is revised to read:
0
1 Apply heat as described in Tables 2 and 3 for bending bar sizes No. 6 through No. 11 and for bending bar
2
sizes'No. 5 and smaller when the bars have been previously bent. Previously unbent bars of sizes No. 5 and
3 smaller may be bent without heating;
4
5 Table 1 is supplemented with the following:
6
7 The minimum bending diameters for stirrups and ties for No. 4 and No. 5 bars when heat is not applied shall a
8 be specified in Section 9-07.
9
1 i1
0 6-02.3(25)F Prestress Release
1 This Section is supplemented with the following:
3 The Contractor may request, in writing, permission to release the prestressing reinforcement at a minimum
4 concrete compressive strength less than specified in the Plans. This request shall be accompanied with
5 calculations, prepared by a Professional Engineer licensed in the state of Washington, showing the adequacy of 'mot
6 the proposed release concrete compressive strength. The calculated release strength shall meet the
7 requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension 11
8 and compression at release. The proposed minimum concrete compressive strength at release will be evaluated id
9 by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the
0 Contracting Agency has provided written approval of the revised release compressive strength. if a reduction of
the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that oti
2 results from the change.
kT
3 SECTION 6-10, CONCRETE BARRIER .rr
4 March 3, 1997
5 6-10.3(1) Precast Concrete Barrier
6 The first two paragraphs are replaced with the following paragraph:
7
8 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6-02.3. No
9 concrete barrier shall be shipped until test cylinders made of the same concrete and cured under the same
0 conditions show the concrete has reached 4000 psi.
2 The fifth paragraph is revised to read: 1
3
Page-AMD-12
Revision Date:May 19, 1997
Fife SyslAdm115100021Master.doc
IMO
6-10.5 Payment 7-05.3 Construction Requirements
me t Precast concrete barrier shall be cured in accordance with Section 6-02.3(25)D except that the barrier shall be
2 cured in the forms until a rebound number test, or test cylinders which have been cured under the same
3 conditions as the barrier, indicate the concrete has reached a compressive strength of at least 2500 psi. No
ow-4 additional curing is required once the barrier is removed from the forms.
5
6-10.5 Payment
7 Section 6-10.5, Payment, is supplemented with the following:
8
m"'9 "Single Slope Concrete Barrier", per linear foot.
0 The unit contract price per linear foot for "Single Slope Concrete Barrier" shall be full pay for either cast in
1 place or precast single slope concrete barrier.
y.r
2 SECTION 7-05, MANHOLES, INLETS, AND CATCH BASINS
3 March 3, 1997
4 The title of this section is revised to read:
5
rr
6 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
W"7
8 7-05.1 Description
9 In the first paragraph, the work "drywells" is inserted after the word "inlets".
0
so
1 7-05.2 Materials
2 This section is supplemented with the following:
�3
4 Crushed Surfacing Base Course 9-03.9(3)
5 Gravel Backfill For Drywells 9-03.12(5)
"6 Precast Concrete Drywells 9-12.7
7 Underground Drainage Geotextile,
8 Moderate Survivability 9-33.1
-9
o 7-05.3 Construction Requirements
I The following paragraph is inserted after the first paragraph:
err 3 The excavation for drywells shall be in accordance with the Standard Plans. The drywell and gravel backfill
4 for drywell shall be completely encased in moderate survivability underground drainage geotextile in
5 accordance with the Standard Plans and in conformance with Section 2-12.3. During construction of the
6 drywell, all necessary precautions shall be taken to prevent debris and eroded material from entering the
7 drywell.
8
�.r 9 The third paragraph is deleted.
0
Page-AMD-13
Revision Date:May 19, 1997
File SyslAdm115100021Masterdoc
Ili
7-05.4 Measurement 7-08.2 Materials
I The eighth paragraph is supplemented with the following: to
7
3 Mortar shall conform to the requirements of Section 9-04.3.
4 i
5 The 15th paragraph is revised to read:
6
7 Backfilling of inlets, manholes, catch basins, and drywells shall be done in accordance with the provisions of iii
8 Section 2-09.
9
o The 16th paragraph is revised to read:
ii
1
2 Manholes, catch basins, inlets and drywells shall be constructed on a compacted or undisturbed level <.,
3 foundation. If the Contractor elects to use a separate cast-in-place base, the concrete shall be Class 4000. iiiI
4 Upon final acceptance of the work, all manholes, catch basins, inlets, drywells, and other drainage structures
5 shall conform to the requirements of the Standard Plan except as approved by the Engineer. ,,
6
iti
7 7-05.4 Measurement
8 This section is supplemented with the following:
9
o Precast Concrete Drywell will be measured per each.
1
2 7-05.5 Payment
3 The bid item "Abandon Drainage Structure", per each, is revised to read:
4
5 "Abandon Existing Manhole", per each.
6 a
7 This section is supplemented with the following:
8
9 "Precast Concrete Drywell", per each. iiii
o The unit contract price per each for "Precast Concrete Drywell" shall be full pay for furnishing and installing
1 the drywell, including all structure excavation, gravel backfill for drywell, crushed surfacing base course, and
2 drainage geotextile. ail
3 SECTION 7-06, CONCRETE PIPE ANCHORS
4 March 3, 1997
5 This section is deleted in its entirety.
el
6 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS
7 March 3, 1997
8 7-08.2 Materials or
9 This section is revised to read:
0
1 Materials shall meet the requirements of the following sections: a
Page-AMD-14
Revision Date:May 19, 1997 iii
File Svs.4dm115100021Master.doc
irr
7-08.3(1)A Trenches 7-08.4 Measurement
1
2 Gravel Backfill for Foundations 9-03.12(1)
3 Gravel Backfill for Pipe Zone Bedding 9-03.12(3)
4 Bedding Material for Thermoplastic Pipe 9-03.16
5
6 7-08.3(1)A Trenches
7 The second paragraph is revised to read:
8
IMP 9 The trench width shall be as specified in Section 2-09.4 and shall be excavated to the depth and grade as given
o by the Engineer.
IN/
2 7-08.3(1)C Pipe Zone Bedding
r 3 This section heading is revised as follows:
4
5 7-08.3(1)C Bedding the Pipe
ay
6 In the first sentence of the first and second paragraph, the word "material" is inserted after "Pipe zone
7 bedding".
up 8
9 7-08.3(2)D Pipe Laying - Steel or Aluminum
0 The first paragraph is revised to read:
1
2 Pipe with riveted or resistance spot welded seams shall be laid in the trench with the outside laps of
3 circumferential joints upgrade and with longitudinal laps positioned other than in the invert, and firmly jointed
4 together with approved bands.
5
INN
6 7-08.3(2)G Jointing of Dissimilar Pipe
dip 7 This section is revised to read:
8
9 Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling as detailed in the Plans, or a
0 pipe collar as detailed in the Standard Plans.
a„ 2 7-08.4 Measurement
3 The following new paragraph is inserted after the first paragraph:
4
5 There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert
6 and storm sewer pipes.
7
IMO
Page-AMD-15
Revision Date:May 19, 1997
.r
File SvslAdm115100021Master.doc
1
7-08.5 Payment 8-09.3 Construction Requirements
t 7-08.5 Payment
2 The bid item "Gravel Backfill for Foundations" is revised to read "Gravel Backfill for Foundation Class ", per
3 cubic yard.
4
5 The following new sentence is inserted after the bid item "Gravel Backfill for Pipe Zone Bedding":
6
7 All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the
8 installation of culvert and storm sewer pipes shall be included in the unit contract price for the type and size of
9 pipe installed.
0
1 This section is supplemented with the following paragraph:
2
3 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract
4 price per linear foot for the size and type of pipe being jointed.
5 SECTION 7-17, SANITARY SEWERS
6 March 3, 1997
7 7-17.2 Materials
8 The reference to "PVC Sanitary Sewer Pipe" in the fourth paragraph is revised to read "Solid Wall PVC Sanitary ei
9 Sewer Pipe".
0
1 The fourth paragraph is supplemented with the following:
2
3 Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2)
4
s 7-17.3(2)C Infiltration Test
}
6 The reference to "(in liters per hour)" in the formula in the second paragraph is revised to read "(in gallons per
7 hour)".
8 SECTION 8-09, RAISED PAVEMENT MARKER
9 March'3, 1997
0 8-09.1 Description
1 The word "raised" is deleted from the first and second sentences.
2
3 8-09.3 Construction Requirements •
4 This Section is revised by adding the following new Section:
5
di
Page-AMD-16
Revision Date:May 19, 1997
File SvslAdm115100021Master.doc
8-09.3(5) Recessed Pavement Marker 8-11.3(1)D Anchor Installation
1 8-09.3(5) Recessed Pavement Marker
OW
2 The Contractor shall grind the pavement marker recess in accordance with the dimensions shown in the
3 Standard Plans. Markers shall be installed in the recess in accordance with the Standard Plans and the Plans.
104
5 8-09.5 Payment
O
6 The first paragraph is supplemented with the following new bid item:
7
8 "Recessed Pavement Marker", per hundred.
OW
9
0 The second paragraph is revised to read:
The unit contract price per hundred for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type
3 2", "Raised Pavement Marker Type 3- In.", and "Recessed Pavement Marker" shall be full pay for
4 furnishing and installing the markers in accordance with these Specifications, including all costs involved with
Voo5 traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10.5.
6 SECTION 8-11, GUARDRAIL
OW
7 March 3, 1997
• 8 8-11.3(1)C Erection of Rail
9 The following paragraph is inserted after the second paragraph:
IMP 0
When nested W-beam or thrie beam is specified, two sections of guardrail, one set inside of the other shall be
2 installed. The inside and outside rail elements shall not be staggered.
VW 3
4 8-11.3(1)D Anchor Installation
5 The heading is revised to read:
6
+rr
7 Terminal and Anchor Installation
8
9 The reference to "steel tubes" in the third paragraph is revised to read "foundation tubes".
0
r.r 1 This section is supplemented with the following:
3 Assembly and installation of guardrail terminals listed in the Qualified Products List shall be supervised at all
Imp 4 times by a manufacturer's representative, or an installer that has been trained and certified by the unit's
5 manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation.
6 Assembly and installation shall be in accordance with the manufacturer's recommendations.
Or
WO
law
Page-AMD-17
Revision Date:May 19, 1997
WINO
File_Sys lAdm 11510002 I Master.doe
8-15.2 Materials 8-20.3(13)A Light Standards
1 SECTION 8-15, RIPRAP
2 March 3, 1997
3 8-15.2 Materials
4 The reference to Slab Riprap in the first paragraph is deleted.
5
6 8-15.4 Measurement
7 The third paragraph is revised to read:
8
9 Filter blanket will be measured by the ton or per cubic yard of filter blanket actually placed.
0
1 The fifth paragraph dealing with Concrete Slab Riprap is deleted.
2 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS
3 March 3, 1997
it
4 8-17.3 Construction Requirements
5 The following paragraph is inserted before the first paragraph:
6
7 Assembly and installation shall be supervised at all times by a manufacturer's representative, or an installer that S
8 has been trained and certified by the unit's manufacturer. A copy of the installer certification shall be provided
9 to the Engineer prior to installation.
o tei
1 The first sentence of the first paragraph is revised to read:
2
3 Assembly and installation shall be in accordance with the manufacturer's recommendations.
4 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
5 ELECTRICAL
6 March 3, 1997
d
7 8-20.2(1) Equipment List and Drawings
8 The fifth paragraph is revised to read: oii
9
0 The Contractor will not be required to submit shop drawings for approval for light standards conforming to the
pre-approved plans listed in the Qualified Products List.
2
3 8-20.3(13)A Light Standards
4 The first sentence of Item No. 2 in the third paragraph is deleted.
5
6 The first sentence of Item No. 4 in the third paragraph is deleted.
Page-AMD-18
Revision Date:May 19, 1997
File SvsL4dm115100021Master.dOc
irr
8-21.2 Materials 8-21.3(10)A Sign Lighting Luminaires
err 1 SECTION 8-21, PERMANENT SIGNING
2 March 3, 1997
lig
3 8-21.2 Materials
4 The second sentence of the first paragraph is revised to read:
5
6 Materials for sign bridges, cantilever sign structures, roadside sign structures, and sign mounting shall meet the
7 requirements of Section 9-06.
taw
8
Or
9 8-21.3 Construction Requirements
o 8-21.3(4) Sign Removal
This section is revised to read:
us 2
3 Where shown in the Plans or ordered by the Engineer, the existing signs and, if so indicated, the sign
4 structures shall be removed by the Contractor. Where indicated, the Contractor shall remove concrete
us 5 pedestals to a minimum of 1 foot below finished grade and backfill the hole to the satisfaction of the
6 Engineer. Where an existing sign post is located within a sidewalk area, the Contractor shall remove the
7 post and finish the area to make the sidewalk continuous. Wood signs, wood sign posts, wood structures,
or 8 metal sign posts, windbeams, and other metal structural members shall become the property of the
9 Contractor and shall be removed from the project. Aluminum signs shall remain the property of WSDOT.
0 The Contractor shall bundle and band the signs, and ship the signs C.O.D. by common carrier to:
irr 1 WSDOT Central Sign Shop, 2809 Rudkin Road, Union Gap, Washington 98903. The contract number
2 shall be included with the shipment. If the Contractor elects to deliver the signs, it shall be at no expense
3 to the Contracting agency. All signs shall be shipped to the Central Sign Shop prior to physical
ire 4 completion of the project. If the total square feet of all signs removed is less than 9 square feet they shall
5 become the property of the Contractor and removed from the project. The Contractor will be charged
6 $2.00 per square foot for any signs that are lost or rendered unrecyclable by the Contractor's operation.
as 7
8 8-21.3(9)F Bases
9 The second sentence of the second paragraph is revised to read:
0
1 Spiral foundation reinforcement shall conform to ASTM A 82 for sign post bases and Section 9-07 for all
i"' 2 other sign structure bases.
3
4 The second paragraph is supplemented with the following:
4 5
6 Concrete for sign post foundations shall be Class 3000 conforming to the requirements of Section 6-02.3.
7
rr
8 8-21.3(10)A Sign Lighting Luminaires
9 The reference to "Section 9-28.16" in the first sentence is revised to read "Section 9-28.15".
Imp
0
Page-AMD-I9
r,,, Revision Date:May 19, 1997
File_Sys IAdm 115100021 Master.doe
a
8-2I.3(9)G Identification Plates 9-02.4 Anti-Stripping Additive
I This section is revised by adding the following new sections:
3 8-21.3(9)G Identification Plates
4 When sign structures are constructed, the Contractor shall attach sign structure identification plates to the sign
5 structures as directed by the Engineer. The identification plates will be supplied by the Engineer. When sign
6 structures are removed, the Contractor shall remove the sign structure identification plates from the sign"'
7 structures and give them to the Engineer.
8
elli
9 8-21.3(12) Steel Sign Posts
0 Steel sign posts shall be connected to concrete bases using the following procedure:
2 1. Remove all galvanized runs and beads from washer area.
3 2. Assemble sign post to stub post with bolts, using one flat washer on each bolt between plates.
4 3. Shim as required to plumb sign posts.
5 4. Tighten bolts in a systematic order to required torque while not over tightening.
6 5. Loosen each bolt and retighten to required torque in the same order as initial tightening.
tie
7 6. After Contracting Agency inspection of bolt torque, burr threads with center punch to prevent
8 loosening.
9
0 When AASHTO M 183 or ASTM 36 steel is used for posts, a welded bead approximately 2 inches long shall se
1 be placed on the post approximately 6 inches from the base connection. When AASHTO M 222, AASHTO M
2 223, ASTM A 572 Grade 50, or ASTM A 53 Grade B steel is used, 2 welded beads approximately 2 inches
3 long and 1/2-inch apart shall be placed on the post approximately 6 inches from the base connection. !
4 SECTION 8-22, PAVEMENT MARKINGS
5 March 3, 1997 i
6 8-22.2 Materials
7 The first sentence is revised to read:
8
9 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from approved
0 materials listed in the Qualified Products List.
2 8-22.4 Measurement
3 The second sentence of the eighth paragraph is revised to read:
4
5 Removal of traffic markings or stripes in excess of 4 inches in width will be measured by the square yard for
6 the area actually removed.
7 SECTION 9-02, BITUMINOUS MATERIALS
8 March 3, 1997
r
9 9-02.4 Anti-Stripping Additive
o This section is revised in its entirety to read:
Page-AMD-20
Revision Date:May 19, 1997 fig
File SyslAdm115100021Master.doc
IMP
9-03.12 Gravel Backfill 9-04.3 Joint Mortar
1
2 When directed by the Engineer, heat-stable anti-stripping additive shall be added to the asphalt mix. At the
3 option of the Contractor, the anti-stropping additive can be either added to the liquid asphalt or sprayed on the
4 aggregate on the cold feed. Once the process and type of anti-stripping additive proposed by the Contractor
5 have been approved by the Olympia Service Center Materials Laboratory, the process, brand, grade, and
6 amount of anti-stripping additive shall not be changed without approval of the Engineer.
7
8 When liquid anti-stripping additive is added to the liquid asphalt, the amount will be designated by the
9 Engineer, but shall not exceed 1 percent by mass (weight) of the liquid asphalt.
0
.. When polymer additives are sprayed on the aggregate, the amount will be designated by the Engineer, but shall
2 not exceed 0.67 percent by mass (weight) of the aggregate.
3
4 The use of another process or procedure for adding anti-stripping additive to the asphalt mix will be considered
5 based on a proposal from the Contractor.
"" 6 SECTION 9-03, AGGREGATES
7 March 3, 1997
8 9-03.12 Gravel Backfill
o" 9 This section is supplemented with the following new section:
0
r 1 9-03.12(5) Gravel Backfill for Drywells
2 Gravel backfill for drywells shall meet the requirements for coarse aggregate for Portland cement concrete,
3 Grading No. 4 in accordance with Section 9-03.1(3)C.
NW
4
s 9-03.14(2) Select Borrow
6 The sand equivalent requirement in the first paragraph is revised to read "25 min."
we 7 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS
8 March 3, 1997
9 9-04.3 Joint Mortar
0 The first paragraph is revised to read:
2 Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand, and sufficient
,w 3 water to allow proper workability.
rir
Page-AMD-21
rrr Revision Date:May 19, 1997
File Systildm115100021Maste r.doc
9-05.4(7) Coupling Bands 9-05.12(2) Profile Wall PVC Culvert Pipe. Profile Wall PVC
Storm Sewer Pipe. and Profile Wall PVC Sanitary Sewer Pipe P
1
1 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
2 March 3, 1997
r
3 9-05.4(7) Coupling Bands
4 The first paragraph is supplemented with the following:
5
6 As an alternate to the coupling bands shown in the Standard Plans, 24-inch wide flat band couplers are allowed
7 for use on all sizes of steel pipe arch with 3-inch by 1-inch corrugations. Rubber gaskets for flat band couplers
8 shall conform to the requirements of Section 9-04.4(3) and shall have a minimum thickness of 1 inch. When
9 flat band couplers are used, pipe arch ends are not required to be recorrugated.
0
1 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and
aii
2 PVC Sanitary Sewer Pipe
3 The section heading is revised to read:
4 a
5 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC
6 Sanitary Sewer Pipe
7
8 The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read:
9
0 "solid wall PVC sanitary sewer pipe"
2 The third paragraph is revised to read:
3
4 Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent cemented.
5 arl
6 9-05.12(2) Profile Wall PVC Culvert Pipe and Profile Wall PVC Storm Sewer Pipe
7 The sectionheading is revised to read:
8
S
9 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC
0 Sanitary Sewer Pipe
1 Ilr�
2 The first paragraph is revised to read:
3
4 Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of AASHTO rli
5 M 304 or ASTM F 794 Series 46. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM
6 F 794 Series 46. The maximum pipe diameter shall be as specified in the Qualified Products List.
7 5
8 The first sentence of the third paragraph is revised to read:
9
0 Qualified producers are identified in the Qualified Products List.
Page-AMD-22
Revision Date:May 19, 1997
File SvslAdm115100021Master.doc
■.r
9-05.19 Corrugated Polyethylene Culvert Pipe 9-06.16 Roadside Sign Structures
IMO 1
2 The fifth paragraph is revised to read:
3
we 4 Fittings for profile wall PVC pipe shall meet the requirements of AASHTO M 304 or ASTM F 794 Series 46.
5
,,,,6 9-05.19 Corrugated Polyethylene Culvert Pipe
7 The second sentence of the first paragraph is revised to read:
8
""9 The maximum pipe diameter shall be as specified in the Qualified Products List.
0
1 The first sentence of the fourth paragraph is revised to read:
I. 2
3 Qualified producers are identified in the Qualified Products List.
4
5 9-05.20 Corrugated Polyethylene Storm Sewer Pipe
6 The first subparagraph in the first paragraph is revised to read:
7
um 8 The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a
9 producer has submitted a qualified joint. Qualified producers are listed in the Qualified Products List.
411. o SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
1 March 3, 1997
e• 2 This section is revised by adding the following:
3
• 4 9-06.16 Roadside Sign Structures
5 All bolts shall conform to ASTM A 325. Washers for bolts shall be hardened steel per AASHTO M 293.
6
7 Posts for single post sign structures shall meet the requirements of ASTM A 36 or ASTM A 53 Grade B.
8
9 Posts for multiple post sign structures shall meet the requirements of AASHTO M 183. Posts meeting the
�r. 0 requirements of AASHTO M 222, AASHTO M 223, or ASTM A 572 Grade 50 may be used as an acceptable
1 alternate to the AASHTO M 183 posts. All steel not otherwise specified shall conform to AASHTO M 183.
3 Triangular base stiffeners for one-directional multi-post sign posts shall meet the requirements of AASHTO M
4 222, AASHTO M 223, or ASTM A 572 Grade 50.
5
• 6 Base connectors for multiple directional steel breakaway posts shall conform to the following:
7
8 brackets Aluminum Alloy 6061 T-6
9 bosses for Type 2B brackets ASTM A 582
0 coupling bolts ASTM A 325
1 anchor bolts ASTM 304 stainless steel for threaded
""" portion. AISI 1038 steel rod and AISI
3 1008 coil for cage portion.
4
rr.
Page-AMD-23
our Revision Date:May 19, 1997
File_Sys IAdm115100021Master.doc
i
9-06.5(3) High Strength Bolts 9-09.3(1)B Placing in Treating Cylinders
1 Anchor couplings for multiple directional steel breakaway posts shall have a tensile breaking strength range as
follows:
3
4 Type 2A 17,000 to 21,000 lb. oti
5 Type 2B 47,000 to 57,000 lb.
6
7 For multi-directional breakaway base connectors, shims shall be fabricated from pregalvanized sheet steel. For
8 one-directional breakaway base connectors, single post or multi-post, shims shall be fabricated from brass
9 conforming to ASTM B 36.
0
1 9-06.5(3) High Strength Bolts
2 The first two sentences of the second paragraph are revised to read: i l
3
4 Bolts conforming to AASHTO M 164, having an ultimate tensile strength above 145 ksi and are
5 galvanized in accordance with AASHTO M 232, shall be tested for embrittlement. Embrittlement testing •
6 shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's
7 Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results.
8
9 9-06.5(4) Anchor Bolts
0 The first paragraph is revised to read:
1
2 Anchor bolts shall meet the requirements of ASTM A 449 or AASHTO M 164. Galvanized anchor bolts
3 having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with +ii
4 ASTM A 143 unless the length is less than five times the nominal bolt diameter. then they shall be tested
5 in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot
6 provided shall show the ultimate tensile strength test results.
7
8 9-06.5(5) Bolt, Nut, and Washer Specifications
9 The ASTM Specification for "Washers - High Strength Bolts" is revised to read "F 436".
o SECTION 9-09, TIMBER AND LUMBER
1 March 3, 1997
2 9-09.3(1)B Placing in Treating Cylinders
3 The requirements for Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, in the Lumber Grade
4 Requirements Table are deleted.
5
sii
6 The references to Lodgepole Pine in the Lumber Grade Requirements table are deleted.
I
Page-AMD-24
Revision Date:May 19, 1997
File SvslAdm11.5100021Master.doc
9-11.1 Asphalt for Waterproofing 9-12.7 Precast Concrete Drywells
-i SECTION 9-11, WATERPROOFING
2 March 3, 1997
3 9-11.1 Asphalt for Waterproofing
, ,,4 In the second paragraph, the reference to "ASTM C987" is revised to read "ASTM D41".
5 SECTION 9-12, MASONRY UNITS
16 March 3, 1997
tio7 9-12.4 Precast Concrete Manholes
8 This section is revised to read:
9
two
O Precast concrete manholes shall meet the requirements of AASHTO M 199.
2 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral
3 displacement.
4
5 As an alternate to steel reinforcement, 48-inch diameter by 3-foot high eccentric or concentric cone sections
106 may be reinforced with synthetic fiber. The synthetic fiber shall meet the requirements of ASTM C 116 Type
7 III. The synthetic fiber shall be added at a rate of 0.75 pounds per cubic yard of concrete and shall be
8 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of
1109 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the
O 48-inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be
1 furnished with knockouts or cutouts.
rrrr7
3 9-12.5 Precast Concrete Catch Basins
4 This section is supplemented with the following:
5
0,,6 Knockouts or cutouts may be placed on all four sides and may be round or D shaped.
7
8 Section 9-12 is supplemented with the following new section:
01,9
o 9-12.7 Precast Concrete Drywells
Precast concrete drywells shall meet the requirements of Section 9-12.4. Seepage port size and shape may
2 vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7
3 square inches for round openings and 13 square inches for rectangular openings. The ports shall be uniformly
""'4 spaced with at least one port per 8 inches of drywell height and 15 inches of drywell circumference.
Page-AMD-25
,a,,, Revision Date:May 19, 1997
File SvslAdm115100021Master.doe
9-13.4 Concrete Slab Riprap 9-16.3(5) Anchors
1 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK
2 WALLS
3 March 3, 1997
a 9-13.4 Concrete Slab Riprap
5 This section is deleted.
6
7 SECTION 9-16, FENCE AND GUARDRAIL
8 March 3, 1997
Nil
9 9-16.3(1) Rail Element
a
0 The first paragraph is revised to read:
2 The W-beam or thrie beam rail elements, backup plates, reducer sections and end sections shall conform to -A
3 Guide to Standardized Highway Barrier Hardware" published by AASHTO, AGC, and ARTBA. All rail
4 elements shall be formed from 12 gage steel except for thrie beam used for bridge rail retrofit and Design F
5 end sections, which shall be formed from 10 gage steel.
6
7 9-16.3(2) Posts and Blocks
iti
8 The second sentence of the first paragraph is revised to read:
9
o Blocks listed on the Qualified Products List that are made from alternate materials may be used in accordance
1 with manufacturers recommendations.
2
3 9-16.3(5) Anchors
4 The following paragraph is inserted after the third paragraph:
5
6 Foundation tubes shall be fabricated from steel conforming to the requirements of ASTM A 500, grade B or
7 ASTM A 501.
8
9 The reference to "W 200 x 27" in the fifth and ninth paragraphs is revised to read "W 8 x 17".
Page-AMD-26
Revision Date: May 19, 1997
File SysIAdm115100021Master.doc
err
City of Renton
SPECIAL PROVISONS FOR:
O
♦ e � ♦
INTO
CT Pipeline
May2002
City of Renton RH2 Engineering, Inc.
1055 S Grady Way, 5th Floor 12100 NE 195th Street
Renton,WA 98055 Bothell,WA 98011
(425) 430-7295 (425) 951-5400
Contact: J.D. Wilson, P.E. Contact: Rick Ballard,P.E.
wrr
rr
City of Renton
SPECIAL PROVISONS FOR:
ti( Y O
NAL
NTo
CT Pipeline
May 2002
VAS •
• js
11‘-s Z Q
/
1 :727 32878
Sig
ADO kEC�sTr�'`, SIGNED: hJ `0�+' �c.,_ .r�ti� ���
SS ,4G 7'i of 5 SIGNED:
� /QNAL� CSS7O'VAL� � /z_2/�
l
+rr EXPIRES 8/2/02
— EXPIRES 10/2/02
.rr
fir
City of Renton
SPECIAL PROVISONS FOR:
CT Pipeline
May2002
low
TABLE OF CONTENTS
eit
SPECIAL PROVISIONS
APPENDICES:
APPENDIX A - Portions of Renton Municipal Code Chapters With
Reference to Aquifer Protection
APPENDIX B - Additional Specifications
APPENDIX C - Standard Details For Road, Bridge and Municipal
`"" Construction
IVO
SPECIAL PROVISIONS
i
TABLE OF CONTENTS
SPECIAL PROVISIONS
DIVISION 11-1
1-01 DEFINITIONS AND TERMS 1-1
us 1-01.1 General 1-1
1-01.1(1) Project Description 1-1
1-01.1(2) Contractors Responsibility 1-1
1-01.1(3) Standard Specifications 1-2
1-01.1(4) Permits and Licenses 1-2
1-01.1(5) Pre-Construction Conference 1-2
1-01.1(6) Waste Material Control 1-3
1-01.3 Definitions(APWA Only) 1-4
,. 1-02 BID PROCEDURES AND CONDITIONS 1-5
1-02.1 Qualifications of Bidders(Addition to Supplemental Section) 1-5
1-02.4 Examination of Plans,Specifications,and Site Work 1-5
1-02.4(1) General 1-5
1-04SCOPE OF THE WORK1-5
1-04.12 Start of Construction Date(Additional Section) 1-5
1-05 CONTROL OF WORK 1-5
1-05.4Conformity with and Deviations from Plans and Stakes(Supplemental Specification Section) 1-5
1-05.5 Construction Stakes(Revised Section) 1-5
1-05.5(6) Construction Staking(Supplemental Section) 1-5
1-05.5(6)a Record Documents 1-6
stir 1-05.5(6)b Drawing Updates 1-7
1-05.5(6)c Denoting Changes on Drawings 1-7
1-05.5(6)d Products Actually Used 1-7
"' 1-05.5(6)e Record Drawing Accessibility 1-7
1-05.5(6)f Final Payment Requirements 1-7
1-05.5(6)g Record Drawing of Substantial Completion 1-7
1-05.5(7) CONTRACTOR Provided Operation and Maintenance Manual 1-8
1-05.5(7)a Technical Operation and Maintenance Information 1-8
1-05.5(7)6 Operation and Maintenance Manual Layout 1-8
1-05.5(7)c Operation and Maintenance(O&M)Requirements 1-10
1-05.5(7)d Time of Submittal 1-10
1-05.5(7)f Incomplete or Unacceptable Manuals 1-10
1-05.5(7)g Manuals Submitted Prior to Training 1-10
1-05.5(8) Spare Parts List 1-10
10 1-05.5(8)a Submittals on Spare Parts List 1-10
1-06 CONTROL OF MATERIAL 1-10
City of Renton May 2002
CT Pipeline Special Provisions-Table of Contents
S
1-06.1 Source of Supply and Quality of Materials(Supplemental Section) 1-10
1-06.2 Acceptance of Materials 1-11
1-06.2(1) Samples and Test Specimens(Additional Section) 1-11
1-06.2(1)a Submittal of Samples 1-11
1-06.2(1)b Submittal Review 1-11
1-06.2(1)c Labeling of Samples 1-11
1-06.2(1)d Selection of Materials 1-11
1-06.3 Manufacture's Certificate of Compliance 1-11
1-06.3(1) Certifications For Steel Water Pipe(Additional Section) 1-11
1-06.4 Handling and Storing Materials 1-11
1-06.4(1) Handling And Storing Steel Materials(Additional Section) 1-11
1-06.4(1)1 Stulling of Pipe 1-11
1-06.4(1)2 Padding and Tie-Down Support 1-12
1-06.4(1)3 On-Ground Storage of Pipe 1-12
1-06.4(1)4 Slings for Pipe 1-12
1-06.7 Shop Drawings and Submittals(Additional Section) 1-12 di
1-06.7(1) General(Additional Section) 1-12
1-06.7(2) Required Information(Additional Section) 1-12
1-06.7(3) Submittal and Shop Drawings(Additional Section) 1-13
1-06.7(4) Review Schedule(Additional Section) 1-13
1-06.7(5) Substitutions(Additional Section) 1-14
1-06.7(6) Submittal Requirements(Additional Section) 1-14
1-06.7(7) Submittal Requirements For Steel Watermain(Additional Section) 1-15
1-06.7(8) Shop Drawings Submittals(Additional Section) 1-15
1-06.7(8)a Review of Shop Drawings 1-15
1-06.7(8)b Submittal Transmittal Form With Shop Drawing 1-15
1-06.7(8)c Separate Transmittal Form 1-15
1-06.7(8)d Return of Submittals 1-15
1-06.7(8)e Comment"No Exceptions Taken" 1-16
1-06.7(8)f Comment"Make Corrections" 1-16
1-06.7(8)g Comment "Amend-Resubmit" 1-16
1-06.7(8)h Comment"Rejected-Resubmit" 1-16
1-06.7(8)i Fabrication or Installation Not Allowed Until "No Exceptions Taken" Comment is
Received 1-16
1-06.7(8)j Execution of Submittal 1-16
1-06.7(8)k Responsibility for Correctness 1-16
1-06.8 Special Requirements For Steel Watermain(Additional Section) 1-17
1-06.8(1) Quality Assurance/Installer Qualifications 1-17
1-06.8(2) Inspections: 1-17
1-06.8(3) Tests: 1-17
1-06.8(4) Witness of Testing 1-17
1-06.8(5) Welding Requirements: 1-17
1-06.8(6) Welder Qualifications: 1-17
a
ii
a
taw May 2002 City of Renton
Special Provisions-Table of Contents CT Pipeline
1-06.9 Schedule Submittals and Reporting(Additional Section) 1-18
1-06.9(1) General 1-18
1-06.9(2) Schedule Submittals 1-18
1-06.9(2)a General 1-18
1-06.9(2)b Schedule Review Meeting 1-19
1-06.9(2)c Acceptance of Schedule 1-19
1-06.9(2)d After Acceptance of Schedule 1-19
1-06.9(3) Change Orders 1-20
um 1-06.9(4) Project Status Reporting 1-20
1-06.9(4)a Overview Bar Chart 1-20
1-06.9(4)b Monthly Written Reports 1-20
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-21
1-07.1 Laws to Be Observed 1-21
1-07.1(1) Aquifer Protection 1-21
1-07.1(2) Archaeological Discoveries and Historic Preservation Clause(Addition) 1-22
1-07.16(3)a Protection And Restoration Of Existing Markers And Monuments (Additional
ler
Section) 1-22
1-08 PROSECUTION AND PROGRESS 1-22
1-08.1(1) Preconstruction Conference(APWA).(Modify Last four Items) 1-22
err 1-08.11 Project Closeout(Additional Section) 1-22
1-08.11(1) General 1-22
1-08.11(2) Final Cleanup 1-23
1-08.11(3) Closeout Timetable 1-23
1-08.11(4) Closeout Procedures 1-23
1-08.11(5) Maintenance and Guarantee 1-25
1-08.11(6) Bond 1-25
1-09 MEASUREMENT AND PAYMENT 1-25
ire 1-09.14 Payment Schedule(Additional Section) 1-25
1.09.14 AGENERAL 1-25
1.09.14 A(1) Related Sections 1-25
1.09.14 A(2) Preliminary Schedule of Value 1-26
1.09.14 A(3) Detailed Schedule of Values 1-26
1.09.14 A(4) Changes to Schedule of Values 1-26
1.09.14 A(5) Payment 1-26
1-09.14 A(6) Modification Procedures 1-27
1-09.14 A(6)a Summary 1-27
1-09.14 A(6)b Submittals 1-27
1-09.14 A(6)c Documentation 1-27
1-09.14 A(6)d Change Procedures 1-28
1-09.14 A(6)e Execution of Change Orders 1-28
1-09.14 A(6) f Correlation of CONTRACTOR Submittals 1-28
1-09.14 A(7)Application for Payment 1-28
1-09.14 A(7)a Applicability 1-28
iii
City of Renton May 2002
CT Pipeline Special Provisions-Table of Contents
a
1-09.14 A(7)a Format 1-28
1-09.14 A(7)c Preparation of Applications 1-28
1-09.14 A(7)d Submittal Procedures 1-29
1-09.14 A(7)e Substantiating Data 1-29
1-09.14(B) Bid Items 1-32
General
1-32
Bid Items 4,5, 7, 11 and 13 1-32
Bid Item 1 -Mobilization,Demobilization,Site Preparation&Clean-up. 1-32
Bid Item 2-Reinforced Portland Cement Concrete Removal and Disposal. 1-32
Bid Item 3 -Non-Reinforced Portland Cement Concrete Removal and Disposal. 1-32
Bid Item 4-Unscheduled Reinforced Portland Cement Concrete Removal and Disposal. 1-33 a
Bid Item 5 -Unscheduled Non-Reinforced Portland Cement Concrete Removal and Disposal. 1-33
Bid Item 6-Asphaltic Cement Concrete Removal and Disposal. 1-33
mg
Bid Item 7-Unscheduled Asphaltic Cement Concrete Removal and Disposal. 1-33
Bid Item 8 -Fencing&Miscellaneous Item Removal&Disposal. 1-33
Bid Item 9-Miscellaneous Site Work. 1-33
Bid Item 10-Miscellaneous Excavation. 1-33
Bid Item 11 -Unscheduled Excavation. 1-34
Bid Item 12-Miscellaneous Backfill. 1-34
Bid Item 13 -Unscheduled Backfill. 1-34
Bid Item 14-Landscaping. 1-34
Bid Item 15—Trench Excavation Safety Systems and Shoring. 1-34 di
Bid Item 16-Traffic Control,Site Safety and Aquifer Protection. 1-34
Bid Item 17-Utility: 42-inch Diameter Steel Pipeline and Appurtenances. 1-34
tii
Bid Item 18 -Miscellaneous Utilities. 1-34
Bid Item 19-Irrigation System. 1-35
Bid Item 20-Parking Lot and Driveway. 1-35
Bid Item 21 -Basketball Court.
1-35
Bid Item 22-Electrical. 1-35
Bid Item 23 -Telemetry and Chlorine Monitoring System Modifications. 1-35 mi
Bid Item 24-Construction Surveying. 1-36
Bid Item 25 -As-builts. 1-36
r r
DIVISION 2
2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-1
2-01.1 Description 2-1
2-01.2 Disposal of Usable Material and Debris 2-1
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-1
2-02.1 Description 2-1
2-02.3 Construction Details 2-1
2-02.3(1) General Requirements 2-1
a
iv
May 2002 City of Renton
Special Provisions-Table of Contents CT Pipeline
or
2-02.3(1)A Salvage(Additional Section) 2-2
2-02.3(7)D Contractor-provided Disposal Site(Additional Section) 2-2
us
2-02.4 Excavation of Concrete Underground 2-2
2-02.5 Payment 2-2
rr
DIVISION 5
5-04 ASPHALT CONCRETE PAVEMENT 5-2
'r' 5-04.1 Description 5-2
5-04.3 Construction Requirements 5-2
err
5-04.3(2) Hauling Equipment 5-2
5-04.3(5) Conditioning the Existing Surface 5-2
5-04.3(5)A Preparation of Existing Surface 5-2
5-04.3(9) Spreading and Finishing 5-3
Asphalt Concrete Pavement(ACP)Class B and Class G 5-3
5-04.5 Payment 5-3
r 5-04.6(2) Traffic Control: 5-3
1"1" DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS
AND CONDUITS 7-1
7-11 PIPE INSTALLATION FOR WATER MAINS 7-1
7-11.3(7) Construction Detail 7-1
7-11.3(7)C Lap-welded Large Steel Pipe(Additional Section) 7-1
7-11.3(7)C(1) 7-1
7-11.3(7)C(2) Lap Field-Welded Joints 7-1
+�r 7-11.3(7)C(3) Flanged Joints 7-1
7-11.3(7)C(4) Installing Buried Pipe 7-1
7-11.3(11)D Testing Steel Watermain(Additional Section) 7-2
7-11.3(11)M Chlorination Connection to Existing Water Plans and Water Service Connection
(Supplemental) 7-2
rrr
DIVISION 8
8-00 GENERAL(Additional Section) 8-1
8-01 EROSION CONTROL 8-1
8-01.2 Materials 8-1
8-01.3(3) Miscellaneous Erosion Control(Additional Section) 8-2
8-02 Roadside planting (Replacement Section) 8-2
8-03 Irrigation System(Replacement Section) 8-2
dip
8-03.01 Description(Replacement Section) 8-2
8-04 CURBS,GUTTERS,AND SPILLWAYS 8-2
v
City of Renton May 2002
CT Pipeline Special Provisions-Table of Contents
a
8-04.3 Construction Requirements 8-2
8-04.3(3) Width of Replacement(Additional Section) 8-2
8-14 CEMENT CONCRETE SIDEWALKS (Replacement Section) 8-2
8-14.1 Description 8-2
8-14.3(4) Curing(RC) 8-2 1
8-22 PAVEMENT MARKING 8-3
8-22.1 Description 8-3
8-31 Cathodic Protection (Additional Section) 8-3
8-31.1 Description of Work 8-3
8-31.2 Submittals 8-3
8-31.3 Materials 8-3
8-31.3A Anodes 8-3
8-31.3B Rectifier 8-4
8-31.3C Wiring 8-4
8-31.3D Dielectric Isolation 8-4
8-31.3E Exothermic Welds and Weld Caps 8-4
8-31.3F Test Stations 8-4
8-31.3G Grounding Pipe Clamps and Split Bolts 8-4
8-31.4 Construction Requirements 8-4
8-31.4A Anode Installation 8-4
8-31.4B Pipe Connections 8-5
8-31.4C Wire Installation 8-5 -
8-31.4D Rectifier Installation 8-5
8-31.4E Test Stations 8-5 rio
8-31.4F Dielectric Isolation 8-6
8-31.5 Measurement and Payment 8-6
8-31.5A Measurement 8-6
8-31.5B Payment 8-6
8-32 Chlorine Analyzer(Additional Section) 8-6
8-32.1 General 8-6 rti
8-32.2 Electrical 8-6
8-32.3 Sample Data 8-7
8-32.4 Instrument Data 8-7
8-32.5 Measurement and Payment 8-7
8-32.5A Measurement for Telemetry and Chlorine Monitoring System Modifications 8-7
gat
8-32.5B Payment 8-7
a
DIVISION 9
MATERIALS 9-1 is
9-03 AGGREGATES 9-1
9-03.22 Controlled Density Fill(Additional Section) 9-1
a
vi
a
May 2002 City of Renton
Special Provisions-Table of Contents CT Pipeline
9-03.22(1) Materials Description 9-1
9-03.22(4) Compaction 9-1
vs
9-29 Illumination, Signs, Electrical 9-1
9-29.6(1)A Aluminum Light Standard(Additional Section) 9-2
9-29.10 Luminaires 9-3
+ • 9-30 Water Distribution Materials 9-3
9-30.1(4)C.1 42-Inch Welded Steel Water Pipe—General(Additional Section) 9-3
9-30.1(4)C.1.(a) 9-3
as 9-30.1(4)C.1.(b) 9-4
9-30.1(4)C.2 42-Inch Steel Watermain Standards (Additional Section) 9-4
9-30.1(4) Steel Pipe 9-5
ire
9-30.1(4)C.3 42-Inch Steel Water Main Material(Additional Section) 9-5
9-30.1(4)C.3.a Steel Pipe 9-5
us
9-30.1(4)C.3.b Fittings 9-5
9-30.1(4)C.3.c Lap Weld Joint 9-5
9-30.1(4)C.3.d Flanges 9-6
9-30.1(4)C.3.e Bolts and Nuts For Steel Flanges 9-6
9-30.1(4)C.4 Cement Mortar Coating For Steel Pipe 9-6
9-30.1(4)C.5 Cement Mortar Lining of Steel Pipe 9-6
9-30.1(4)C.6 Cement Mortar Lining of Joints for Steel Pipe 9-7
irr
■r
irr
irr
rrr
firr
vii
SPECIAL PROVISIONS
DIVISION 1
es GENERAL REQUIREMENTS
+4+ 1-01 DEFINITIONS AND TERMS
1-01.1 General
1-01.1(1) Project Description
Project includes the construction of approximately 900 linear feet of 42-inch diameter steel water pipe,
16-inch and 24-inch diameter ductile iron pipe, fittings and related connections to existing pipes,
air/vacuum valve assemblies, chemical monitoring system, access vaults and miscellaneous
+t• appurtenances. Surface and other utility improvements include demolition and removal of existing
asphalt paving, concrete sidewalks, curbs and foundations; and construction of new sidewalks, a parking
area, a basketball court, landscaping, irrigation system, drainage system and miscellaneous removal and
restoration of existing utilities and grass surfaces.
1-01.1(2) Contractors Responsibility
The work included in this contract is shown on the contract plans and described in these project
specifications.All work incidental and necessary to the completion of the work described and shown shall
be performed by the CONTRACTOR. In submitting a bid for this project, the Bidder warrants that they
are an expert in this and related work, that they understand the process and functions shown, and that
various work and processes not shown but necessary for the successful operation of this project will be
designed and provided by the CONTRACTOR.
1rr
Damage to existing utilities or property shall be repaired or replaced by the CONTRACTOR at the
discretion of the CITY.
The CONTRACTOR and each of the Subcontractors are responsible for coordinating inspections by the
Building Department. The Building Department has specific requirements for inspection responsibilities
and the advance notice that must be given to minimize construction delays. It is the CONTRACTOR's
responsibility to be familiar with these requirements,include the coordination necessary in his estimate of
111111 project costs and schedule, and to comply with the requirements during construction. Failure to follow
proper inspection and notification procedures may result in on-site work stoppages and removal or
demolition of unapproved structures or systems, all at the CONTRACTOR's expense.
err For information regarding inspection responsibilities and coordination, contact the City of Renton
Building Department.
Do not start work on this project or on any public or private right-of-way or easement until clearance is
as given by the CITY. It will be the responsibility of the CONTRACTOR to comply with the requirements
of any permit for the project. Do not hinder private property access without a 24-hour notice to the private
property CITY, and do not hinder access for more than an 8-hour period. Do not disrupt emergency aid
iilr/r access to private property.
r
1-1
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
City of Renton May 2002 di
CT Pipeline Division 1-General Requirements
The CONTRACTOR shall protect all existing utilities and improvements not designated for removal and
shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better
than they were prior to such damage or temporary relocation, all in accordance with requirements of the
Contract Documents.
The CONTRACTOR shall protect completed and partially completed work that is part of this contract
from damage caused by other activities associated with the performance of the contract. The
CONTRACTOR shall replace all such damaged work. The ENGINEER may, at his or her discretion,
allow the CONTRACTOR to repair damaged work versus replacing the work in its entirety.
1-01.1(3) Standard Specifications
Work under this contract shall be performed in accordance with the Standard Specifications as defined in
the Instruction to Bidders except as may be exempted or modified by the City of Renton Supplemental
Specifications,Special Provisions and other sections of these contract documents.
Certain other referenced standards used in this specification are from the latest editions of
• AWWA American Water Works Association 91�
• ANSI American National Standards Institute
• ASA American Standards Association ri
• ASTM American Society for Testing and Materials
• UBC Uniform Building Code
1-01.1(4) Permits and Licenses
The CONTRACTOR shall acquire and pay for all other necessary permits which may include: a
• Electrical Permit
• Building Permit(Flag Pole)
• Disposal Permit
• Wage and Hour Permit
aii
• Plumbing Permit(For Drinking Fountains)
• Right of Way Permit(Drive-way)
• Traffic Control Plan and Approval(Drive-way)
• Temporary Construction Permit for Field Offices
Conform to the requirements of these permits and all other permits issued for this project.
1-01.1(5) Pre-Construction Conference
a
The CITY will schedule a general pre-construction conference not more than 10 days after the notice to
proceed is issued. The following personnel must attend the Conference:
• The person representing the CONTRACTOR with contract authority
• The project site superintendent
• Major Subcontractor site superintendents
• The CITY and representative shall be present
1-2
5/22/20023:17 PM J:\DATA\REN\101-OO6\Specs\03 Special Provisions 1-Tech.doc
II
++� May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
The CITY may require that some Subcontractors attend a pre-construction conference prior to beginning
work on this project. In the event that Subcontractors have not been selected prior to the general pre-
construction conference,or various Subcontractors do not attend the general pre-construction conference,
all a second pre-construction conference will be scheduled for these Subcontractors. If dictated by the CITY,
a Subcontractor may not begin work until attending a pre-construction conference.
At the Pre-construction Conference, the CONTRACTOR shall submit the following items to the
ENGINEER for review.
1. A 60-day plan of operation bar chart.
2. A project overview bar chart preliminary detailing the schedule of the project to
completion.
3. A preliminary Schedule of Values to be used for pay requests. This format will be
or adjusted in an agreed format to pay the CONTRACTOR accurately for work done per
month.
4. A preliminary schedule of Shop Drawing, Sample, and proposed Substitutes, or "Or
Equal" submittals. A preliminary list of required submittals by specification section is
listed per specification division.
IOW 5. A list of all permits and licenses the CONTRACTOR shall obtain indicating the agency
required to grant the permit and the expected date of submittal for the permit and required
date for receipt of the permit.
rrr
1-01.1(6) Waste Material Control
Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution.
or Permit no public nuisances.
Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of
approval upon request.
At all times, keep the construction area clean and orderly and upon completion of the work, leave
buildings broom clean and all parts of the work clean and free of rubbish and excess material of any kind.
Leave fixtures, equipment, walls, and floors clean and free of stains, paint or roofing splashes, or other
fts
marks or defects. Upon completion, restore site of all work or equipment and material storage areas to
their original conditions. Remove all miscellaneous unused material resulting from work and dispose of
it in a manner satisfactory to the CITY. The site, through the progress of construction, shall be kept as
•' clean as possible and in a neat condition.
The CONTRACTOR shall follow all requirements and guidelines of the Puget Sound Air Pollution
al Control Agency(PSAPCA)and other associated agencies.
Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from rising and
scattering in the air. Surface water runoff that is contaminated with site debris, silt, or other material that
adversely effects water quality shall be collected and cleaned prior to discharge. On site collection ponds
may not be used to keep silt laden water from entering the storm water collection system.
Do not use water to control dust when its use may create hazardous or objectionable conditions such as
""" ice formation,flooding, and pollution.
The CONTRACTOR shall minimize the amount of dust and other airborne particles caused by any
demolition, excavation, stockpiling, or removal activities. Dust control measures shall be implemented
imp by the CONTRACTOR prior to the beginning of work activities. Exposed soil may be wetted with water
or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and
1-3
5/22/20023:17 P MJ:\DATA\REN\10t-OOG\Specs\03 Special Prorivons 1-Tech.doc
rrr
City of Renton May 2002
CT Pipeline Division 1-General Requirements
cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project
completion.
The CONTRACTOR shall take precautions to warn, protect, and prevent the public from all hazards that
exist on site due to any demolition or construction operations. Stockpiled debris shall be surrounded with
yellow warning tape attached to lath, stakes,poles,or fencing to warn the public of any potential hazard.
1-01.1(7) Temporary Facilities and Utilities
ta
The CONTRACTOR shall be responsible for construction and location of all field offices, all necessary
water for construction-related fire protection, all necessary gates and barricades, fences, handrails, guard
rails, and securities required by this contract, or by laws and regulations. Sanitary facilities adequate for
all workers shall comply with all codes and regulations. There shall be shelters and dry facilities for the
workers as required. The CONTRACTOR shall insure that all guards,marks,shields,protective clothing,
rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and
Health Administration(OSHA)regulations, and other regulations for the maintenance of health and safety
be supplied. First aid kits and equipment as required by law shall also be supplied.
At the close of this contract,the CONTRACTOR shall pay all utility bills that are outstanding, remove all
temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service
equipment that may remain. In addition, the CONTRACTOR shall arrange for the transfer of electrical
and water accounts to the CITY's name.
The CONTRACTOR shall be responsible for an adequate temporary electrical system. This system shall
be arranged by and all costs paid by the CONTRACTOR.
The CONTRACTOR shall make arrangements for and provide all necessary facilities for the necessary
water supply for construction at their own expense unless otherwise provided.
a
1-01.3 Definitions (APWA Only)
Add and amend the following definitions: �1
CITY
Contracting Agency and CITY is the City of Renton. to
"CITY"is the City of Renton.
Substantial Completion Date (APWA Only) 11.
The date established by the CITY or ENGINEER when the contract work is completed to a point that the
formal procedures for liquidated damages will no longer be used and liquidated damages thereafter will
be assessed on the basis of direct engineering and related cost for overruns of the contract time until the rid
Actual Completion Date.
Actual Completion Date (APWA Only)
The date established by the CITY as the date that all the work the contract requires is complete.
Acceptance Date (APWA Only)
The date the CITY accepts the completed contract and items of work shown in the final estimate.
tot
1-4
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
a
Ulf May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
1-02 BID PROCEDURES AND CONDITIONS
wr 1-02.1 Qualifications of Bidders (Addition to Supplemental Section)
The company and employees shall be specialized in the installation of steel water mains, with a minimum
of five years of documented experience.
uir
1-02.4 Examination of Plans, Specifications, and Site Work
WO
1-02.4(1) General
Add the following to the end of Section 1-02.4(1):
Locations of existing utilities shown on the Drawings are approximate and some existing utilities may
have been omitted. It is the CONTRACTOR's responsibility to verify the locations and elevations of
existing pipelines, structures, grades, and utilities prior to construction. The CITY assumes no
responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the
information made available.
1-04 SCOPE OF THE WORK
1-04.12 Start of Construction Date (Additional Section)
Due to Renton River Days in the City Parks the CONTRACTOR cannot start construction until after
August 1,2002.
1-05 CONTROL OF WORK .
OW
1-05.4 Conformity with and Deviations from Plans and Stakes (Supplemental
Specification Section)
Add the following:
The CONTRACTOR will lay out and set any construction stakes and marks needed to establish the lines,
or grades, slopes, and cross-sections;i.e.,contractual-supplied surveying is required.
1-05.5 Construction Stakes (Revised Section)
lr
The CONTRACTOR shall provide all required survey work, including such work as mentioned in
Section 1-05.4, 1-05.5, 1-11 and elsewhere in these specifications as being provided by the ENGINEER.
All costs of this survey work shall be included in "Construction Surveying, and As-Builts"per lump sum,
as described in Section 1-09.14(B)Bid Items.
1-05.5(6) Construction Staking(Supplemental Section)
ar
The CONTRACTOR shall be responsible for securing the services of a professional land surveyor
registered in the State of Washington who shall provide all required survey work, construction staking
and as-builting including such work as mentioned in Section 1-05.4, 1-05.5, 1-11 and elsewhere in these
to specifications as being provided by the ENGINEER or CONTRACTOR. All costs of this survey work
shall be included in "Construction Surveying, and As-Builts" per lump sum, as described in the
1-5
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
IMP
City of Renton May 2002
CT Pipeline Division 1-General Requirements
Measurement and Payment section of the special provisions.This work shall consist of,but not be limited
to providing survey stakes for the following items:
• Utility Construction limits(Fenced Boundary) ]
• Water and Storm Water Alignment and Grade Stakes
(50'max. interval for laser control)
(30'max.interval for batter boards)
• Valve location, horizontal and vertical bends, air-vacuum release assemblies,
manhole location
• Grading Limits and Grades
• Monuments(Reference and Restoration)
• Parking Lot and Basketball Court Improvements
• Locating and Resetting of Key Landscape Features,Fences,etc.
The CONTRACTOR shall supply the CITY with required survey notes and notify the CITY for
inspection of the staking at least two working days in advance of the work taking place.
The CONTRACTOR shall assume full responsibility for the accuracy of the staking and shall provide all
replacement staking or restaking as needed. The CITY will provide the CONTRACTOR's surveyor with
the horizontal and vertical control needed to perform the construction surveying. The CONTRACTOR's
surveyor shall provide the ENGINEER the original field notes and a set of the field notes which shall
contain as-constructed locations of the improvements constructed under this CONTRACT. 1111:,
rir
These notes shall contain as a minimum the center line station and offset and cut/fill to each stake and
offset, and all other changes in alignment or grade as may be needed to draw accurate as constructed
records of the project. These notes shall be kept legibly, in a format conforming to good engineering
practice in a hard covered field book supplied to the CONTRACTOR's surveyor by the CITY on request.
It shall be the CONTRACTOR's responsibility to record the location, by centerline station, offset, and
depth below pavement or finish grade of all existing utilities uncovered or crossed during his work as
covered under this project.
1-05.5(6)a Record Documents
•
The CONTRACTOR shall keep and maintain, at the job site, one record set of record documents
consisting of drawings,specifications, addenda,change orders,reviewed shop drawings,product data and
samples. The record documents shall include all project conditions, locations, configurations, and any +ri
other changes or deviations which may vary from the details represented on the original Contract
Drawings, including buried or concealed construction and utility features which are revealed during the
course of construction. Special attention shall be given to recording the horizontal and vertical location of
all buried utilities that differ from the locations indicated, or which were not indicated on the Contract
Drawings. Said record drawings shall be supplemented by any detailed sketches as necessary or directed
to indicate, fully, the work as actually constructed. These master record drawings of the
CONTRACTOR's representation of as-built condition, including all revisions made necessary by
addenda and change order shall be maintained up-to-date during the progress of the work.
1-6
5/22/20023:17 PM ):\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
s" 1-05.5(6)b Drawing Updates
In the case of those drawings which depict the detail requirement for equipment to be assembled and
wired in the factory, such as motor control centers and the like, the record drawings shall be updated by
indicating those portions which are superseded by change order drawings or final shop drawings by
manufacturer,drawing, and revision numbers.
1-05.5(6)c Denoting Changes on Drawings
Markings shown on the drawings shall conform with the following color coding(marked with pencil):
Red- Additions, changes in routing, etc., showing placement different than shown on the original
drawings.
rr
Green-Deletions, modifications in routings, etc., deleting lines depicting placements different than
shown on the original drawing.
arr
Black- Dimensional data showing exact placement of concealed or buried piping equipment, raceways,
etc.
1-05.5(6)d Products Actually Used
.r
On Project Record specifications legibly mark and record Product section, description of actual Products
installed,including the following:
1. Manufacturer's name and product model and number
2. Product substitutions or alternates utilized
UN 3. Changes made by Addenda and Modifications
1-05.5(6)e Record Drawing Accessibility
V"' Record drawings shall be accessible to the ENGINEER at all times during the construction period.
1-05.5(6)f Final Payment Requirements
r Final payment will not be acted upon until the CONTRACTOR-prepared record drawings have been
prepared and delivered to the ENGINEER. Said up-to-date record drawings shall be in the form of a set
of prints with carefully plotted information overlaid in red.
+rr
1-05.5(6)g Record Drawing of Substantial Completion
Upon substantial completion of the work and prior to final acceptance, the CONTRACTOR shall finalize
.r. and deliver a complete set of record drawings to the ENGINEER for transmittal to the CITY, conforming
to the construction records of the CONTRACTOR. This set of drawings shall consist of corrected
drawings showing the reported location of the work. The information submitted by the CONTRACTOR,
& incorporated by the ENGINEER into the Record Drawings will be assumed to be correct, and the
CONTRACTOR shall be responsible for the accuracy of such information,and for any errors or omission
which may appear on the Project Record Documents as a result.
ow
1-7
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions I-Tech.doc
'IrY
City of Renton May 2002
CT Pipeline Division 1-General Requirements
1-05.5(7) CONTRACTOR Provided Operation and Maintenance Manual
The CONTRACTOR shall provide two separate Operation and Maintenance Manuals.
di
1. One set of Manuals for the Water Utility with all associated water supply information
2. One set of Manuals for the Parks Dept. with all associated equipment and information i.e.,for
basketball court,lighting systems,landscaping, irrigation systems,and parking lot,etc.
1-05.5(7)a Technical Operation and Maintenance Information
{
The CONTRACTOR shall submit technical operation and maintenance information for each item of
mechanical, electrical and instrumentation equipment in an organized manner in the Operation and
Maintenance Manuals. It shall be written so that it can be used and understood by the CITY's operation
and maintenance staff.
II
1-05.5(7)b Operation and Maintenance Manual Layout
The Operation and Maintenance Manual shall be subdivided first by specification section number;
second,by equipment item;and last,by"Part." "Parts"shall conform to the following(as applicable):
1. Part 1 -Equipment Summary:
a. Summary: A summary table shall indicate the equipment name, equipment number,
exact part or model number of the supplied equipment, and process area in which the
equipment is installed.
2. Part 2-Operational Procedures:
a. Procedures: Manufacturer-recommended procedures on the following shall be included
in Part 2:
• Installation
• Adjustment
• Startup +i
• Location of controls, special tools, equipment required, or related
instrumentation needed for operation
• Operation procedures
• Load changes
• Calibration
• Shutdown
• Troubleshooting sit
• Disassembly
• Reassembly
• Reassignment
• Testing to determine performance efficiency a.
1-8
5/22/20023:17 PM J.\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
di
+•• May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
rrr
• Tabulation to proper settings for all pressure relief valves, low and high
pressure switches,and other protection devices
• List of all electrical relay settings including alarm and contact settings
3. Part 3-Preventative Maintenance Procedures:
a. Procedures: Preventative maintenance procedures shall include all manufacturer-
recommended procedures to be performed on a periodic basis, both by removing and
replacing the equipment or component, and by leaving the equipment in place.
b. Schedules: Recommended frequency of preventive maintenance procedures shall be
wr+ included. Lubrication schedules, including lubricant SAE grade, type, and temperature
ranges, shall be covered.
se 4. Part 4-Parts List:
a. Parts List: A complete parts list shall be furnished, including a generic description and
manufacturer's identification number for each part. Addresses and telephone numbers of
the nearest supplier and parts warehouse shall be included.
b. Recommended spare parts list.
c. Drawings: Cross-sectional or exploded view drawings shall accompany the parts list.
�lr
5. Part 5 -Wiring Diagrams:
a. Diagrams: Part 5 shall include complete internal and connection schematic and wiring
diagrams for electrical equipment items. Include as-constructed elementary wiring and
one line diagrams.
6. Part 6-Shop Drawings:
us
a. Drawings: This part shall include approved shop or fabrication drawings, updated to be
as-constructed,complete with dimensions.
w
7. Part 7-Safety:
a. Procedures: This part describes the safety precautions to be taken when operating and
IWO
maintaining the equipment or working near it. Include applicable material safety data
(MSDS)sheets.
410
8. Part 8-Documentation
a. All equipment warranties, affidavits, and certifications required by the Technical
Specifications shall be placed in this part. Guaranteed performance data shall be listed
with test data sheets.
1-9
5/22/20023:17 PM ):\DATA\REN\101-006\Specs\03 Special Provisions 1-Techdoc
r
City of Renton May 2002
CT Pipeline Division 1-General Requirements
1-05.5(7)c Operation and Maintenance(O&M)Requirements
The CONTRACTOR shall furnish to the ENGINEER 6 identical sets of O&M manuals for the City's
Water Department and 6 identical sets for the Parks Department. Each set shall consist of one or more
volumes, each of which shall be bound in a standard size, 3-ring, loose-leaf, vinyl plastic hard cover
binder suitable for bookshelf storage. Binder ring size shall not exceed 2.5 inches. A table of contents
indicating all equipment in the manuals shall be prepared.
1-05.5(7)d Time of Submittal
Operation and Maintenance Manuals shall be submitted in final form to the ENGINEER not later than the •
75 percent of construction completion date. All discrepancies found by the ENGINEER in the Operation
and Maintenance Manual shall be corrected by the CONTRACTOR within 30 days from the date of
written notification by the ENGINEER.
1-05.5(7)f Incomplete or Unacceptable Manuals
Incomplete or unacceptable Operation and Maintenance Manuals at the 75 percent of construction
completion point shall constitute sufficient justification to withhold an amount stipulated in the schedule
of values.
1-05.5(7)g Manuals Submitted Prior to Training m'
Completed copies of the Operation and Maintenance Manual shall be in the hands of the ENGINEER or
CITY at least one week in advance of the operations training. •
1-05.5(8) Spare Parts List
1-05.5(8)a Submittals on Spare Parts List
The CONTRACTOR shall furnish to the ENGINEER six (6) identical sets of spare parts information for
all mechanical,electrical and instrumentation equipment in two separate volumes for City Water and City
Parks. The spare parts list shall include the current list price of each spare part. The spare parts list shall
be limited to those spare parts which each manufacturer recommends be maintained by the CITY in
inventory at the site. Each manufacturer or supplier shall indicate the name, address, and telephone
number of its nearest outlet of spare parts to facilitate the CITY in ordering. The CONTRACTOR shall
cross-reference all spare parts lists and the list shall be bound in standard size, 3-ring, loose-leaf, vinyl
plastic hard cover binders suitable for bookshelf storage. Binder ring shall not exceed 2.5 inches.
1-06 CONTROL OF MATERIAL
1-06.1 Source of Supply and Quality of Materials (Supplemental Section)
No source has been provided for any materials necessary for the construction of this improvement.
ati
The CONTRACTOR shall arrange to obtain the necessary materials at his own expense, and all costs of
acquiring, producing, and placing this material in the finished work shall be included in the unit contract
prices for the various items involved.
If the sources of materials provided by the CONTRACTOR necessitates hauling over roads other than
City streets, the CONTRACTOR shall, at his own cost and expense, make all arrangements for the use of
the haul routes.
1-10
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
1-06.2 Acceptance of Materials
1-06.2(1) Samples and Test Specimens(Additional Section)
rr.
1-06.2(1)a Submittal of Samples
Whenever in the Specification samples are required, the CONTRACTOR shall submit not less than 3
samples of each such item or materials to the ENGINEER for review at no additional cost to the CITY.
1-06.2(1)b Submittal Review
is
Samples, as required herein, shall be submitted for review a minimum of twenty-one (21) days prior to
ordering such material for delivery to the job site, and shall be submitted in an orderly sequence so that
dependent materials or equipment can be assembled and reviewed without causing delays in the work.
1-06.2(1)c Labeling of Samples
,r All samples shall be individually and indelibly labeled or tagged, indicating thereon all specified physical
characteristics and Supplier's names for identification and submittal to the ENGINEER for review. Upon
receiving comments from the ENGINEER, one set of the samples shall remain at the job site until
NIP completion of the work,and two sets of samples will be provided to the CITY.
1-06.2(1)d Selection of Materials
Unless otherwise specified, all colors and textures of specified items will be selected by the ENGINEER
from the manufacturer's standard colors and standard materials,products, or equipment lines.
irr
1-06.3 Manufacture's Certificate of Compliance
1-06.3(1) Certifications For Steel Water Pipe(Additional Section)
Certifications: The CONTRACTOR shall furnish a certified affidavit of compliance for all pipe and other
or products or materials furnished under this Section of the Specification, as specified in ANSUAWWA
C200 and the following supplemental requirements:
�r. 1. Physical and chemical properties of all steel
2. Hydrostatic test reports
3. Results of production weld tests
1-06.4 Handling and Storing Materials
1-06.4(1) Handling And Storing Steel Materials(Additional Section)
1-06.4(1)1 Stulling of Pipe
Pipe shall be stulled as required to maintain roundness of±1 percent during shipping and handling.
1" 1-11
5/22/2002.317 PM ]:\DATA\RPSI\101-006\Specs\03 Special Provisions 1-Tech.doc
Yii•
City of Renton May 2002
CT Pipeline Division 1-General Requirements
1-06.4(1)2 Padding and Tie-Down Support
Pipe shall be shipped on padded bunks with nylon belt tie-down straps or padded banding located
approximately over stulling.
1-06.4(1)3 On-Ground Storage of Pipe
Pipe shall be stored on padded skids, sand or dirt berms, sandbags, old tires, or other suitable means so rrtr
that coating and lining will not be damaged.
1-06.4(1)4 Slings for Pipe
Pipe shall be handled with wide belt slings. Chains, cables, or other equipment likely to cause damage to
the pipe or coating and lining shall not be used.
1-06.7 Shop Drawings and Submittals (Additional Section)
1-06.7(1) General(Additional Section)
Shop drawing and submittal review will be limited to general design requirements only, and shall not
relieve the CONTRACTOR from responsibility for errors or omissions, or responsibility for
consequences due to deviations from the contract documents. No changes may be made in any submittal
after it has been reviewed except with written notice and approval from the CITY.
By approving shop drawings, submittals,and any samples,the CONTRACTOR thereby represents that he vii
has determined and verified all field measurements,field construction criteria,materials,catalog numbers,
and similar data, and that he has checked and coordinated each shop drawing with the requirements of the
work and of the contract documents.
Shop drawing and submittal data for each item shall contain sufficient information on each item to
determine if it is in compliance with the contract requirements.
aii
CITY will pay the costs and provide review services for a first and second review of each submittal item.
Additional reviews shall be paid by the CONTRACTOR by withholding the appropriate amounts from
each payment estimate.
Shop drawing and submittal items that have been installed in the work but have not been approved ` '
through the review process shall be removed and an approved product shall be furnished, all at the
CONTRACTOR's expense.
sit
The CONTRACTOR shall review each submittal and provide approval in writing or by stamping with a
statement indicating that the submittal has been approved and the CONTRACTOR has verified
dimensional information, confirmed that specified criteria has been met, and acknowledges that the
product,method,or information will function as intended.
1-06.7(2) Required Information(Additional Section)
Submit six copies of each submittal to the ENGINEER, and one copy to the CITY. Shop drawings and
submittals shall be submitted on 81/2"x11", 11"x17", or 22"x34" sheets and shall contain the following
information:
i
1. Project Name: CT Pipeline
2. Prime CONTRACTOR and Applicable Subcontractor
3. RH2 Engineering
1-12
5/22/2002.3:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
VII
4. City of Renton Water Utility
5. Applicable specification and drawings reference.
++r
6. A stamp showing that the CONTRACTOR has checked the equipment for conformance
with the contract requirements, coordination with other work on the job, and dimensional
.• suitability.
7. A place for the ENGINEER to place a 3-inch by 4-inch review stamp.
8. Shop or equipment drawings,dimensions, and weights
9. Catalog information
- 10. Manufacturer's specifications
11. Special handling instructions
tio 12. Maintenance requirements
13. Wiring and control diagrams
"'l' 14. List of contract exceptions
15. Other information as required by the ENGINEER
1-06.7(3) Submittal and Shop Drawings(Additional Section)
Shop drawing submittals are required for all items installed on this contract. Submit 1 copy to the CITY
(CITY's copy will not be returned) and 6 copies for the ENGINEER. Addresses of CITY and
ENGINEER respectively are as follows:
Mr.J.D.Wilson,P.E.
mg City of Renton
5th Floor
1055 S Grady Way
rrr
Renton,WA 98055
RH2 Engineering, Inc.
12100 NE 195th St, Suite 100
Bothell,WA 98011
Attn: Rick Ballard,P.E.
i"' Submittal data for each item shall contain sufficient information on each item to determine if it is in
compliance with the contract requirements.
1-06.7(4) Review Schedule(Additional Section)
Shop drawings and submittals will be reviewed as promptly as possible, and transmitted to
CONTRACTOR not later than 10 working days after receipt by the ENGINEER. The CONTRACTOR
shall revise and resubmit as necessary to obtain approval. Delays caused by the need for re-submittal may
not be a basis for an extension of contract time or delay damages at the discretion of the CITY. At least
three sets of shop drawings will be returned to the CONTRACTOR after review. Additional sets will be
ism returned to the CONTRACTOR, if additional submittal copies are provided for this purpose.
1-13
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
tor
City of Renton May 2002
CT Pipeline Division 1-General Requirements
1-06.7(5) Substitutions(Additional Section)
Any product or construction method that does not meet these specifications will be considered a
substitution. Substitutions must be approved prior to their installation or use on this project.
1-06.7(6) Submittal Requirements(Additional Section)
The following submittal items shall be provided to the ENGINEER by the CONTRACTOR and
additional submittal information shall be provided to the ENGINEER by the CONTRACTOR if required
by the ENGINEER:
a. Asphalt Concrete Pavement Materials
b. Manholes,Inlets,and Catch Basins
c. Concrete
d. Pipe Foundation and Bedding Materials
e. Trench Backfill Materials
tit
f. CPEP Sewer Pipe
g. Ductile Iron Pipe and Fittings
h. Valves
i. Combination Air-Vac.Release Assemblies
j. Steel Water Pipe(see 1-06.7(6))
k. Steel Shackle Rods and Connectors
1. Root barrier
m. Joint filler
n. Admixtures nr
o. Controlled Density Fill
p. Curing compound
q. Pea gravel for exposed aggregate, including 5 lb sample
r. Crushed rock base
s. Fencing,including shop drawings
t. Flag Pole and associated hardware
oil
u. Basketball posts,backboards and goals
v. Sports wall
sit
w. Plantings and trees
x. Fertilizers
y. Planting soil
z. Topsoil
aa. Soil Amendment
bb. Sod
1-14
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
+•� May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
cc. Cathodic protection system
dd. Record drawings
ter ee. 0&M Manuals
1-06.7(7) Submittal Requirements For Steel Watermain(Additional Section)
Shop drawings shall be submitted to the ENGINEER for approval and shall include the following:
1. Pipeline layout showing stations and elevations
Val 2. Details of standard pipe, special connections,and fittings
3. Calculations for pipe design and fittings reinforcement and/or test data
.r 4. Welder certifications and qualifications
5. Details of stulling and shipping packaging
.r 1-06.7(8) Shop Drawings Submittals(Additional Section)
1-06.7(8)a Review of Shop Drawings
Whenever called for in the Contract Documents, or where required by the ENGINEER, the
CONTRACTOR shall furnish to the ENGINEER for review, six copies of each shop drawing submittal
and one copy to the CITY. The term "Shop Drawings" as used herein shall be understood to include
detail design calculations, erection drawings, lists, graphs, operating instructions, catalog sheets, data
sheets, and similar items. Unless otherwise required, said submittals shall be routed to the ENGINEER,
at a time sufficiently early to allow review of same by the ENGINEER, and to accommodate the rate of
rrr construction progress required under the contract.
1-06.7(8)b Submittal Transmittal Form With Shop Drawing
All Shop Drawing submittals shall be accompanied by the ENGINEER's standard submittal transmittal
form available from the ENGINEER in electronic form for use by the CONTRACTOR. Any submittal
not accompanied by such a form, or where all applicable items on the form are not completed, will be
returned for re-submittals. Submittals shall be on 8-1/2" x 11, 11"x 17", and 22"x 34" sheets.
1-06.7(8)c Separate Transmittal Form
Normally, a separate transmittal form shall be used for each specific item or class of material or
equipment for which a submittal is required. Transmittal of a submittal of various items using a single
transmittal form will be permitted only when the items taken together constitute a manufacturer's
rrr "package" or are so functionally related that expediency indicates review of the group or package as a
whole. A multiple-page submittal shall be collated into sets, and each set shall be stapled or bound, as
appropriate,prior to transmittals to the ENGINEER.
l.r
1-06.7(8)d Return of Submittals
Except as may otherwise be provided herein, the ENGINEER will return prints of each submittal to the
l..l CONTRACTOR with its comments noted thereon, within 10 calendar days following their receipt by the
ENGINEER. The CITY will pay the cost and provide review services for a first and, if necessary, second
review of each submittal item. Additional reviews shall be paid by the CONTRACTOR; appropriate
amounts will be withheld from monies due the CONTRACTOR to cover the cost of the additional
reviews.
1-15
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
it
City of Renton May 2002 •
CT Pipeline Division 1-General Requirements
GO
1-06.7(8)e Comment"No Exceptions Taken"
If 3 copies of a submittal are returned to the CONTRACTOR marked "NO EXCEPTIONS TAKEN,"
formal revision and resubmission of said submittal will not be required.
1-06.7(8)f Comment"Make Corrections"
If 3 copies of a submittal are returned to the CONTRACTOR marked "MAKE CORRECTIONS o
NOTED,"formal revision and resubmission of said submittal will not be required.
1-06.7(8)g Comment"Amend-Resubmit"
If one copy of the submittal is returned to the CONTRACTOR marked "AMEND-RESUBMIT," the
CONTRACTOR shall revise said submittal and shall resubmit the required number of copies of said
revised submittal to the ENGINEER and the CITY.
1-06.7(8)h Comment"Rejected-Resubmit"
If one copy of the submittal is returned to the CONTRACTOR marked "REJECTED-RESUBMIT," the
CONTRACTOR shall revise said submittal and shall resubmit the required number of copies of said
revised submittal to the ENGINEER and the CITY.
1-06.7(8)i Fabrication or Installation Not Allowed Until"No Exceptions Taken" Comment is
Received
Fabrication or installation of an item may be commenced only after the ENGINEER has reviewed the
pertinent submittals and returned copies to the CONTRACTOR marked either "NO EXCEPTIONS
TAKEN" or "MAKE CORRECTIONS NOTED." Corrections indicated on submittals shall be
considered as changes necessary to meet the requirements of the Contract Documents and shall not be
taken as the basis of claims for extra work. Items that are installed in the work that have not been
approved through the required shop drawing submittal process shall be removed and an approved product
shall be furnished all at the CONTRACTOR's expense.
1-06.7(8)j Execution of Submittal Ir
All CONTRACTOR shop drawing submittals shall be carefully reviewed by an authorized representative
of the CONTRACTOR, prior to submission to the ENGINEER. Each submittal shall be dated, signed,
and certified by the CONTRACTOR, as being correct with regard to dimensional suitability and
coordination with other work and in strict conformance with the Contract Documents. In the case of shop
drawings, each sheet shall be so dated, signed, and certified. No consideration for review by the
ENGINEER of any CONTRACTOR submittals will be made for any items which have not been so +irk
certified by the CONTRACTOR. All noncertified submittals will be returned to the CONTRACTOR
without action taken by the ENGINEER, and any delays caused thereby shall be the total responsibility of
the CONTRACTOR. Delays caused by the need for resubmittal shall not be the basis for an extension of
the contract time or delay damages.
1-06.7(8)k Responsibility for Correctness
ati
The ENGINEER's review of the CONTRACTOR shop drawing submittals shall not relieve the
CONTRACTOR of the entire responsibility for the correctness of details and dimensions. The
CONTRACTOR shall assume all responsibility and risk for any misfits due to any errors in
CONTRACTOR submittals. The CONTRACTOR shall be responsible for the dimensions and the design
of adequate connections and details. By approving and submitting shop drawing submittals and samples,
1-16
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
111. May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
the CONTRACTOR thereby represents that he has determined and verified all field measurements, field
construction criteria, materials, catalog numbers, and similar data, and that he has checked and
coordinated each shop drawing submittal with the requirements of the work and of the contract
documents. Submittal data for each item shall contain sufficient information on each item to determine if
it is in compliance with the contract requirements. Submittals shall contain the following information as
applicable: shop or equipment drawings, dimensions, weights, catalog information, manufacturer's
+1110 specifications, special handling instructions, maintenance requirements, wiring and control diagrams,
and/or list of contract exceptions.
ea 1-06.8 Special Requirements For Steel Watermain (Additional Section)
1-06.8(1) Quality Assurance/Installer Qualifications
.r.
The company and employees shall be specialized in the installation of steel watermains, with a minimum
of five-years of documented experience.
1-06.8(2) Inspections:
All pipe shall be subject to inspection at the place of manufacture in accordance with the provisions of
1111 ANSI/AWWA C200 and ANSI/AWWA coating and lining standard as supplemented by the requirements
herein.
1-06.8(3) Tests:
11i
Except as modified herein, all materials used in the manufacture of the pipe shall be tested in accordance
with the requirements of ANSI/AWWA C200 and ANSI/AWWA coating and lining standards.
es
1-06.8(4) Witness of Testing
The CONTRACTOR shall perform said material tests at no additional cost to the CITY. The
OP ENGINEER shall have the right to witness all testing conducted by the CONTRACTOR provided that the
CONTRACTOR's schedule is not delayed for the convenience of the ENGINEER.
11~10 1-06.8(5) Welding Requirements:
All welding procedures used to fabricate pipe shall be qualified under the provision of ANSI/AWS B2.1
or ASME Section IX. Welding procedures shall be required for,but not limited to, longitudinal and girth
,111111 or spiral welds for pipe cylinders, spigot and bell ring attachments, reinforcing plates and ring flange
welds,and plates for lug connections.
ego 1-06.8(6) Welder Qualifications:
All welding shall be performed by skilled welders, welding operators,and tackers who have had adequate
experience in the methods and materials to be used. Welders shall maintain current qualifications under
1Y11/ the provisions of ANSI/AWS B2.1 or ASME Section IX. Machines and electrodes similar to those used
in the Work shall be used in qualification tests. The CONTRACTOR shall furnish all material and bear
the expense of qualifying welders.
to
1111
"' 1-17
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
IMP
City of Renton May 2002
CT Pipeline Division 1-General Requirements
1-06.9 Schedule Submittals and Reporting (Additional Section)
1-06.9(1) General
The scheduling of the work under the Contract shall be performed by the CONTRACTOR in accordance
with the requirements of this Section. Where submittals are required hereunder, the CONTRACTOR
shall submit four copies of each submittal item.
ora
1-06.9(2) Schedule Submittals
1-06.9(2)a General iiit
The CONTRACTOR shall submit two schedule documents at the Preconstruction Conference which shall
serve as the CONTRACTOR's Plan of Operation for the initial 60 day period of the Contract Time and to wig
identify the manner in which the CONTRACTOR intends to complete all work within the Contract Time.
The CONTRACTOR shall submit(1) a 60 day Plan of Operation bar chart,and(2)a project overview bar
chart type plan for all work as indicated below.
1. 60 Day Plan of Operation Bar Chart: During the initial 60 days of the Contract Time, the
CONTRACTOR shall conduct Contract operation in accordance with the 60 day bar chart Plan of
Operation. The bar chart so prepared and submitted shall show the accomplishment of the
CONTRACTOR's early activities (mobilization, permits, submittals necessary for long lead
equipment procurement, initial site work and other submittals and activities required in the first
star
60 days).
2. Project Overview Bar Chart: The overview bar chart shall indicate the major components of the
project work and the sequence relations between major components and subdivisions of major
components. The overview bar chart shall indicate the relationships and time frames in which the
various components of the work will be made substantially complete and placed into service in
order to meet the project milestones. It shall show planned mobilization of plant and equipment,
sequence of early operations, and timing of procurement of materials and equipment. The
construction schedule produced and submitted shall indicate a project completion date on or
before the contract completion date. Sufficient detail shall be included for the identification of
subdivisions of major components of such activities as (1) pipe delivery, (2) excavation for
removal of swimming pool concrete,(3)excavation for pipe installation, and pipe installation and
testing, (4) construction of basketball court, (5) reconstruction of parking lot, and (6)
miscellaneous construction for sidewalks, flag pole, and lighting, (7) landscaping. Planned
durations and start dates shall be indicated for each work item subdivision. Each major
component and subdivision component shall be accurately plotted on time scale sheets not to
exceed 34-inch by 60-inch in size. Not more than four sheets shall be employed to represent this
overview information.
The ENGINEER and the CONTRACTOR shall meet to review and discuss the 60-day plan of aut
operations and project overview bar chart within 5 days after they have been submitted to the
ENGINEER. The ENGINEER's review and comment on the schedules shall be limited to
Contract conformance. The CONTRACTOR shall make corrections to the schedules necessary ori
to comply with the Contract requirements and shall adjust the schedules to incorporate any
missing information requested by the ENGINEER.
1-18
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
0
May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
1-06.9(2)b Schedule Review Meeting
Within 15 days of the initial project schedule review meeting, the CONTRACTOR shall have revised the
eir original project overview bar chart schedule submittal to address all review comments from the original
schedule review meeting and resubmit a revised project overview bar chart for the ENGINEER's review.
The ENGINEER, within 14 days from the date that the CONTRACTOR submitted his revised schedule
irr will either (1) accept the schedule and cost loaded activities as submitted, or (2) advise the
CONTRACTOR in writing to review any part of parts of the schedule which either do not meet the
Contract requirements or are unsatisfactory for the ENGINEER to monitor the project's progress and
status or evaluate monthly payment requests by the CONTRACTOR. The CITY reserves the right to
"a require that the CONTRACTOR adjust, add to, or clarify any portion of the schedule which may later be
insufficient for the monitoring of the work or approval of partial payment requests. No additional
compensation will be provided for such adjustments or clarifications. A schedule which has been
er. accepted by the ENGINEER becomes the current project construction schedule.
1-06.9(2)c Acceptance of Schedule
NO The acceptance of the CONTRACTOR's schedule by the ENGINEER and CITY will be based solely
upon the schedule's compliance with the Contract requirements. By way of the CONTRACTOR
assigning activity durations and proposing the sequence of the work,the CONTRACTOR agrees to utilize
sufficient and necessary management and other resources to perform the work in accordance with the
schedule. Upon submittal of a schedule update, the updated schedule shall be considered the "current"
project schedule.
Submission of the CONTRACTOR's progress schedule to the CITY or ENGINEER shall not relieve the
CONTRACTOR of total responsibility for scheduling, sequencing, and pursuing the work to comply with
the requirements of the Contract Documents, including adverse effects such as delays resulting from ill-
tim timed work.
1-06.9(2)d After Acceptance of Schedule
rrr Following the acceptance of the CONTRACTOR's schedule, the CONTRACTOR shall monitor the
progress of the work and adjust the schedule each month to reflect actual progress and any changes in
planned future activities. If at any time the ENGINEER considers the completion date to be in jeopardy
because of any portion of the work falling behind schedule the CONTRACTOR shall provide a revised
construction schedule. The Revised Construction Schedule shall show how the CONTRACTOR intends
to accomplish the work to meet the completion date. The form and method employed by the
+rr CONTRACTOR shall be the same as for the Initial Construction Schedule. Each schedule update
submitted must be complete including all information requested in the original schedule submittal. Each
update shall continue to show all work activities including those already completed. These completed
fir activities shall accurately reflect the "as built" information by indicating when the work was actually
started and completed.
Neither the submission nor the updating of the CONTRACTOR's original schedule submittal nor the
submission,updating,change or revision of any other report,curve, schedule or narrative submitted to the
ENGINEER by the CONTRACTOR under this Contract, nor the ENGINEER'S review or acceptance of
any such report, curve, schedule or narrative shall have the effect of amending or modifying, in any way,
the CONTRACTOR's obligations under this Contract. Only a signed, fully executed change order can
modify these contractual obligations.
The monthly schedule update submittal will be reviewed with the CONTRACTOR during a monthly
construction progress meeting held on the twentieth (20th) work day of each month. The goal of these
meetings is to enable to CONTRACTOR and the ENGINEER to initiate appropriate remedial action to
1-19
5/22/20023:17 PM J:\DATA\REN\101-OO6\Specs\03 Special Provisions 1-Tech.doc
City of Renton May 2002
CT Pipeline Division 1-General Requirements
minimize any known or foreseen delay in completion of the work and to determine the amount of work
completed since the previous month's schedule update. The status of the work will be determined by the
percent completion of each activity shown on the schedule. These meetings are considered a critical
component of the overall monthly schedule update submittal and the CONTRACTOR shall have
appropriate personnel attend. As a minimum, these meetings shall be attended by the CONTRACTOR's
Project Manager and General Superintendent. Within seven (7) working days after the monthly progress
meeting the CONTRACTOR shall submit the Project Status Report as defined by Section 1-06.9(4)b and
the CONTRACTOR's Application for Payment. Within five (5) working days of receipt of the above
noted revised submittals, the ENGINEER will either accept or reject the monthly update will be the basis
for the Application for Payment to be submitted by the CONTRACTOR. If rejected, the update shall be aii
corrected and resubmitted by the CONTRACTOR before the Application for Payment for the update
period can be processed.
1-06.9(3) Change Orders
Upon approval of a change order as defined by Section 1-04.4 Changes, or upon receipt by the
CONTRACTOR of authorization to proceed with additional work, the change shall be reflected in the isi
next submittal of the schedule by the CONTRACTOR.
1-06.9(4) Project Status Reporting
1-06.9(4)a Overview Bar Chart
The CONTRACTOR shall prepare and submit monthly an updated Overview Bar Chart schedule of the
major project components. It shall be limited to not more than four sheets which shall not exceed 34-inch
by 60-inch. The major project components shall be represented as time bars which shall be subdivided
into various types of work including demolition, excavation and earthwork, yard piping, concrete rI
construction,mechanical,electrical and instrumentation installations.
Each major component and subdivision shall be accurately time scale plotted consistent with the project
overview bar chart specified above. In addition, a percent completion shall be indicated for each major
component and subdivision. The CONTRACTOR shall amend the overview schedule to include
additional detail required by the ENGINEER. The CONTRACTOR shall include additional information
requested by the ENGINEER during construction. +ri
1-06.9(4)b Monthly Written Reports
The CONTRACTOR shall prepare monthly written narrative reports of the status of the project for
submission to the ENGINEER. Written status reports shall include:
1. The status of major project components (Percent Complete, amount of time ahead or behind
schedule) and an explanation of how the project will be brought back on schedule if delays
have occurred.
2. The progress made on critical activities indicated on the Project Overview Bar Chart.
3. Explanations for any work scheduled but not completed on critical path activities during the
previous month.
t
4. Explanations for any schedule changes.
5. A list of the critical activities scheduled to be performed in the next two month period.
6. The status of major material and equipment procurement.
1-20
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
0
May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
tur
7. The value of materials and equipment properly stored at the site, but not yet incorporated into
the work-in-place.
x1111 8. Any delays encountered during the reporting period.
The CONTRACTOR may include any other information pertinent to the status of the project. The
CONTRACTOR shall include additional status information requested by the ENGINEER.
err
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to Be Observed
11. 1-07.1(1) Aquifer Protection
This construction project is located over the primary ground water supply source for the City of Renton.
Pipe excavation depths will be approximately 9 to 10 feet from the ground surface. The water table is
wr approximately 20 feet below the ground surface, which leaves 10 feet of highly permeable soil between
the construction surfaces and the City's drinking water supply. Anything spilled onto the ground in this
area may enter the City's water supply, if it is not removed immediately. Extreme caution should be
11111, exercised with respect to the materials the CONTRACTOR takes into this construction area as well as the
condition of the CONTRACTOR's equipment on the site.
The construction site is a Zone One, Aquifer Protection Area, the City of Renton has many Municipal
�.r Codes that relate to this site. In particular the following codes with regards to Fill or Backfill material,
Construction Standards, and Drainage Control have been included as part of these specifications.
"Appendix A" includes copies of the Renton Municipal Code Chapters for key regulations that effect
;1111 construction in this area.They are as follows:
Chapter 4-3-050H Critical Area Regulations-Aquifer Protection
Chapter 4-4-030C Construction Standards
Chapter 4-4-060L Fill Materials
Chapter 4-6-030E Drainage(Surface Water)
These regulations are considered part of this document.
.r Some of the items that shall be addressed by the CONTRACTOR are as follows:
• Train employees to take what ever action is necessary to protect the aquifer.
• Designate one person on-site at all times to handle hazardous materials
• Know where clean-up materials are located in case of a spill.
w • No pesticides,nitrates,fertilizers or any other toxic chemicals can be used within 100 feet of the
well house.
• Follow all construction standards for Zone One of the Aquifer Protection area such as but not
limited to removal of leaking equipment from site, and regulations related to refueling on site.
• A source statement is required if over fifty cubic yards of imported material is used on site.
■r
The above items are just part of the total requirements. The CONTRACTOR shall be aware of and
comply with all of the regulations related to aquifer protection.
1-21
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
Nor
City of Renton May 2002
CT Pipeline Division 1-General Requirements
lei
1-07.1(2) Archaeological Discoveries and Historic Preservation Clause(Addition)
The CONTRACTOR shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800
which provides for the preservation of potential historical, architectural, archaeological, or cultural rj
resources (herein called "cultural resources") and fair compensation to the CONTRACTOR for delays
resulting from such cultural resources investigations.
In the event that cultural resources are discovered during subsurface excavations at the site of ail
construction,the following procedures shall be instituted:
1. The CITY shall issue a Work Suspension Order directing the CONTRACTOR to cease all
oil
construction operations at the location of such potential cultural resources find.
2. If archaeological findings include human remains, the ENGINEER shall contact a qualified
archaeologist in consultation with the State Historic Preservation Officer(SHPO)to evaluate the
remains.
3. Such Work Suspension Order shall be effective until such time as a qualified archaeologist can be
called by the ENGINEER to assess the significance of these potential cultural resources and make
recommendations to the State Historical Preservation Officer. If the archaeologist, in
consultation with State Historic Preservation, determines that the potential find is a significant
cultural resource,the CITY shall extend the duration of the Work Suspension Order.
4. Suspension of work at the location of the find shall not be grounds for any claim by the
CONTRACTOR unless the suspension extends beyond the contract working days allowed for the
project, in which case the ENGINEER will make an adjustment for increased cost of performance
of the contract.
S
1-07.16(3)a Protection And Restoration Of Existing Markers And Monuments (Additional
Section)
S
All existing survey monuments and property corner markers shall be protected from movement or damage
by the CONTRACTOR. All existing markers and/or monuments that are damaged or removed for
construction purposes shall be referenced by survey ties and then replaced by the CONTRACTOR. The
CONTRACTOR shall coordinate work with the City Public Works Department to reference the markers
and/or monuments and replace them, as required by state law. All existing property corner markers
disturbed or removed by the CONTRACTOR's operations shall be replaced at the CONTRACTOR's own
expense.
1-08 PROSECUTION AND PROGRESS
um
1-08.1(1) Preconstruction Conference(APWA). (Modify Last four Items)
S
A 60 day plan of operation bar chart
1-08.11 Project Closeout (Additional Section)
1-08.11(1) General
Final clean-up and project closeout(demobilization) shall be an element in the schedule of values.
1-22 ilrlf
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
S
May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
1-08.11(2) Final Cleanup
The CONTRACTOR shall promptly remove from the vicinity of the completed work, all rubbish,unused
or materials, concrete forms, construction equipment, and temporary structures and facilities used during
construction. Final acceptance of the work by the CITY will be withheld until the CONTRACTOR has
satisfactorily complied with the foregoing requirement for final cleanup of the project site.
1-08.11(3) Closeout Timetable
The CONTRACTOR shall establish dates for equipment testing, acceptance periods, and on-site
instructional periods (as required under the Contract). Such dates shall be established not less than one
week prior to beginning any of the foregoing items, to allow the CITY, the ENGINEER, and their
authorized representatives sufficient time to schedule attendance at such activities.
1-08.11(4) Closeout Procedures
A. Substantial Completion:
1. Submit the following:
a. A written certification to the CITY that the project or designated portion of the project is
+�r substantially complete.
b. A list of items to be completed or corrected.
2. The CITY will make an inspection after receipt of CONTRACTOR's certification.
3. If it appears to the CITY that work is substantially complete:
a. The CITY may request of and the CONTRACTOR shall prepare and submit to the CITY,
air
a list of items to be completed or corrected as determined by the inspection.
b. If the CITY then considers the work to be substantially complete, the CITY may issue a
certificate of substantial completion, with appropriate conditions, accompanied by a list
of the items to be completed and corrected, as verified and amended by the CITY.
Omission of any item from the list shall not relieve the CONTRACTOR from
rrr
responsibility to complete all the work in accordance with the Contract.
c. The CONTRACTOR shall complete all the work within the time designated in the
certificate,or if not so designated,within a reasonable time.
""' 4. Should the CITY consider the work is not substantially complete:
a. He shall notify the CONTRACTOR,in writing, stating reasons; and
rrr b. CONTRACTOR shall complete work and send second written notice to the CITY
certifying that project or designated portion of project is substantially complete.
5. Warranty periods begin with the date of final acceptance. However, in connection with any
u'" specific equipment certified by the CITY as completed and its use or operation thereof for its
intended purpose is assumed by the CITY, the warranty period for such equipment shall begin
with the beginning date of such use or operation.
wr
B. Final Inspection:
1. Submit written certification that:
a. Contract Documents have been reviewed.
b. Work has been completed in accordance with Contract Documents.
1-23
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech_doc
wr
City of Renton May 2002 S
CT Pipeline Division 1-General Requirements
c. Equipment and systems have been tested in the presence of the CITY's representative
and are operation.
d. The project is completed,and ready for final inspection.
2. The CITY will make a final inspection within a reasonable time after receipt or certification.
3. Should the CITY consider that work is complete in accordance with requirements of Contract
Documents,he shall request the CONTRACTOR to make project closeout submittals.
4. Should the CITY consider that work is not complete:
a. He shall notify the CONTRACTOR, in writing, stating reasons, and listing specific items
requiring correction.
b. The CONTRACTOR shall take immediate steps to remedy the stated deficiencies, and
send second written notice to the CITY certifying that work is complete.
c. The CITY will reinspect work.
Reinspection Costs: If the CITY is required to perform second inspections because of failure of work to
comply with original certifications of the CONTRACTOR,the CITY will charge the CONTRACTOR for
the costs incurred by the CITY, including consultant fees and they shall be paid by the CONTRACTOR.
C. Closeout Submittals:
1. Project Record Documents
2. Warranties required by these specifications.
3. CITY's Manuals,as required by these specifications.
4. Delivery of spare parts,extra stock,and similar items.
5. At the close of the Contract,the CONTRACTOR shall:
a. Pay all utility bills;and
b. Remove all electrical, sanitary, gas, telephone, water, offices, and any other temporary
service equipment that may remain.
Release of Liens or Claims: No Contract will be finalized until satisfactory evidence of release of liens
has been submitted to the CITY as required by the Renton Standard Specifications.
D. Final Adjustment of Accounts:
1. Submit final statement of accounting to the CITY.
2. Statement shall reflect all uncompleted adjustments:
a. Additions and deductions resulting from:
(1) Previous Change Orders
(2) Unit Prices
(3) Other Adjustments
(4) Deductions for Uncorrected work
(5) Deductions for Liquidated Damages
b. Unadjusted sum remaining due. S
1-24
5/22/20023:17 PM
):\DATA\PEN\707-OOG\Specs\03 Special Provisions 1-Tech.doc
May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
IMP Final Application for Payment: The CONTRACTOR shall submit final application in accordance with
requirements of Renton Standard Specifications.
E. Final Certificate for Payment:
1. The CITY will issue final certificate in accordance with provisions of General Conditions.
2. Should final completion be materially delayed through no fault of the CONTRACTOR, the
CITY may issue a final certificate for payment, in accordance with provisions of the Renton
Standard Specifications and existing laws.
F. Post-Construction Period:
1. Prior to expiration of one year from date of final acceptance, the CITY may make visual
inspection of the project in company with the CONTRACTOR to determine whether correction
rw of work is required, in accordance with the applicable provisions of the Renton Standard
specifications.
11111, 1-08.11(5) Maintenance and Guarantee
The CONTRACTOR shall comply with the maintenance and guarantee requirements contained in the
standard specifications.
rrr Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be
considered as a part of repair work where required, and any repair or resurfacing constructed by the
CONTRACTOR which becomes necessary by reason of such settlement shall likewise be considered as a
part of such repair work unless the CONTRACTOR shall have obtained a statement in writing from the
affected or public agency releasing the CITY from further responsibility in connection with such repair or
resurfacing.
The CONTRACTOR shall make all repairs and replacements promptly upon receipt of written order from
the CITY. If the CONTRACTOR fails to make such repairs or replacements promptly,the CITY reserves
the right to do the work and the CONTRACTOR and his surety shall be liable to the CITY for the cost
thereof.
1-08.11(6) Bond
The CONTRACTOR shall provide a bond to guarantee performance of the provisions contained in
Paragraph"Maintenance and Guarantee"above, and the requirements of the standard specifications.
1-09 MEASUREMENT AND PAYMENT
1-09.14 Payment Schedule (Additional Section)
1.09.14 A GENERAL
1.09.14 A (1) Related Sections
+■+ Unless stated otherwise in this Section, all references to "Measurement" and "Payment" in all sections of
Divisions 2 through 9 of the WSDOT/APWA 1996 Standard Specifications and the City of Renton
Supplemental Specifications shall be deleted and the measurement and payment provisions added herein
shall govern.
1-25
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
City of Renton May 2002 '
CT Pipeline Division 1-General Requirements
1.09.14 A (2) Preliminary Schedule of Values '�
The CONTRACTOR shall submit a preliminary Schedule of Values, showing the value assigned to each
part of the work including an allowance for profit and overhead for each Bid Item at the Pre-construction
Conference.
The CONTRACTOR and ENGINEER shall meet and jointly review the preliminary Schedule of Values
and make any adjustments in value allocations if,in the opinion of the ENGINEER,these are necessary to
establish fair and reasonable allocation of values for the major work components. Front end loading will
not be permitted. The ENGINEER may require reallocation of major work components from items in the
above listing if in the opinion of the ENGINEER such reallocation is necessary. This review and any
necessary revisions shall be completed within 15 days from the date the schedule is submitted by the
ENGINEER.
S
1.09.14 A (3) Detailed Schedule of Values
The CONTRACTOR shall prepare and submit a detailed Schedule of Values for each Bid Schedule item
to the ENGINEER within 20 days from the date of the pre-construction meeting. The detailed Schedule
of Values shall be based on the accepted preliminary Schedule of Values for major work components.
Because the ultimate requirement is to develop a detailed Schedule of Values sufficient to determine
appropriate monthly progress payment amounts through cost loading of the Project Overview Bar Chart
schedule of activities, sufficient detailed breakdown shall be provided to meet this requirements. The
ENGINEER shall be the sole judge of acceptable numbers, details and description of values established.
If, in the opinion of the ENGINEER, a greater number of Schedule of Values items than proposed by the
CONTRACTOR is necessary, the CONTRACTOR shall add the additional items so identified by the
ENGINEER.
gig
The CONTRACTOR and ENGINEER shall meet and jointly review the detailed Schedule of Values
within 5 days from the date the detailed schedule of values is submitted to the ENGINEER. The value
allocations and extent of detail shall be reviewed to determine any necessary adjustments to the values
and to determine if sufficient detail has been proposed to provide cost loading of the Project Overview
Bar Chart schedule of activities. Any adjustment deemed necessary to the value allocation or level of
detail shall be submitted within 5 days from the date of the review meeting.
1.09.14 A (4) Changes to Schedule of Values
a. Changes to the schedule which add activities not included in the original schedule but included in the
original work(schedule omissions) shall have values assigned as approved by the ENGINEER. Other
activity values shall be reduced to provide equal value adjustment increases for added activities as
approved by the ENGINEER.
b. In the event that the CONTRACTOR and ENGINEER agree to make adjustments to the original
Schedule of Values because of inequities discovered in the original accepted detailed Schedule of
Values,increases and equal decreases to values for activities may be made.
c. CONTRACTOR shall update the schedule of values within 10 days of the final execution date of
any change order.
1.09.14 A (5) Payment
Payment for the various items of the Bid Sheets, as further specified herein, shall include all
compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and
1-26
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
lr. May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
manufactured articles, and for all labor operations, and incidentals appurtenant to the items of work being
described, as necessary to complete the various items of the work all in accordance with the requirements
of the Contract Documents, including all costs of compliance with the regulations of public agencies
or having jurisdiction, including safety and health requirements of the Washington Occupational Safety and
Health Administration(WOSHA). No separate payment will be made for any item that is not specifically
set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid
rrr Schedule for the various appurtenance items of work.
In the event that terms for"measurement and payment" and/or"measurement" and/or "payment" are not
directly mentioned in a section, such omission shall be construed to mean that no separate or additional
measurement will be made for the work described in that section, but shall be considered incidental and
shall be included in the applicable unit or lump sum bid items.
1-09.14 A (6) Modification Procedures
1-09.14 A(6)a Summary
°r• 1. Submittals
2. Documentation of change in Contract Price and Contract Time
3. Change procedures
4. Execution of Changes Orders
5. Correlation of CONTRACTOR submittals
1-09.14 A(6)b Submittals
1. Submit name of individual authorized to receive change documents and to inform other parties
concerned with changes in the work.
2. Change Order Form utilized by the City of Renton is included at the end of this section.
1-09.14 A(6)c Documentation
1. Maintain detailed records of work done on a Cost of the Work basis. Provide full information
required for evaluation of proposed changes, and to substantiate costs of changes in the Work.
or 2. Document each quotation for a change in cost or time with sufficient data to allow evaluation of
the quotation.
3. On request,provide additional data to support computations,including:
• Quantities of products,labor,and equipment.
• Taxes,insurance and bonds.
• CONTRACTOR's fee.
• Justification for any change in Contract Time.
rot • Credit for deletions from Contract, similarly documented.
4. Support each claim for additional costs, and for work done on a Cost of the Work basis with
additional information:
or • Origin and date of claim.
• Dates and times work was performed, and by whom.
• Time records and wage rates paid.
• Invoices and receipts for products, equipment, and subcontracts,similarly documented.
1-27
5/22/20023:17 PM ):\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
it
City of Renton May 2002 S
CT Pipeline Division 1-General Requirements
1-09.14 A(6)d Change Procedures
1. The ENGINEER will advise of minor changes in the Work not involving an adjustment to
Contract Price or Contract Time.
2. The ENGINEER may issue a proposal request which includes a detailed description of a
proposed change with supplementary or revised Drawings and Specifications, a change in
Contract Time for executing the change and the period of time during which the requested
price will be considered valid. CONTRACTOR shall prepare and submit an estimate within
10 days.
3. The CONTRACTOR may propose a change by submitting a request for change to the
ENGINEER, describing the proposed change and its full effect on the Work,with a statement
describing the reason for the change, and the effect on the Contract Price and Contract Time
with full documentation and, if appropriate, a statement describing the effect on Work by ni
separate or other CONTRACTORs.
1-09.14 A(6)e Execution of Change Orders
1. Execution of Change Order: CITY will issue Change Orders for signature of parties as
provided in Section 1-04.4 in the Standard Specifications.
S
1-09.14 A(6)f Correlation of CONTRACTOR Submittals
1. Promptly revise Schedule of Values and Application for Payment forms section to record
each authorized Change Order as a separate line item and adjust the Contract Price.
2. Promptly revise progress schedules to reflect any change in Contract Time, revise sub-
schedules to adjust time for other items of work affected by the change, and resubmit.
qtr
3. Promptly enter changes in Project Record Documents.
1-09.14 A (7) Application for Payment r
1-09.14 A(7)a Applicability
1. Procedures for preparation and submittal of Application for Payment shall supplement
procedures contain in Section 1-09 of the Renton Standard Specifications.
1-09.14 A(7)a Format
1. Application for Payment forms utilized by the City of Renton are included at the end of this
section.
S
1-09.14 A(7)c Preparation of Applications
1. Present required information in typewritten form.
2. Execute certification by signature of authorized officer.
3. Use data from approved detailed Schedule of Values (1-09.14A (3)). Provide percent
complete and dollar value in each column for each line item for portion of work performed.
4. List each authorized Change Order as an extension on continuation sheet, listing Change
Order number and dollar amount as for an original item of Work.
ait
5. Prepare Application for Final Payment as required by the CITY.
1-28 fit
5/22/20023:17 PM \DA"I'A\REN\101-006\Specs\03 Special Provisions 1-Tech doe
S
May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
1-09.14 A(7)d Submittal Procedures
1. Before submitting, meet with the ENGINEER and reach agreement on amount of progress
made on each pay item covered by the proposal invoice as determined by the Schedule of
Values.
2. Submit three copies of each Application for Payment.
3. Submit an updated progress schedule with each Application for Payment.
4. Payment Period: Submit at intervals stipulated in the Contract.
irr
1-09.14 A(7)e Substantiating Data
1. When ENGINEER requires substantiating information, submit data justifying dollar amounts
in question.
2. Provide one copy of data with cover letter for each copy of submittal. Show Application
elm
number and date,and line item by number and description.
VW
rr
err
rn
WO
�rrr
' ' 1-29
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
IMF
iiiii
1±1 i i H c4 >-•w Q� o ii a 0
c4 W
H 014 a
_ _
H
: JJ wU 0
a .
o Qz0
ii
a E
[�3�a°Ssa1
.1�HH
aa�w
w O
a w
E"
H Q
cz
al a x o lil r= � W< H p,
o x a rWi z p •W a. O O oZ R E� o ¢E Z E-, EI a a¢ E" QH w U O ¢¢° x rr W ��a al - Z
00 Wwzw °Z U 0 QQE" UH a U � v,A E-4 Q Ea op A OH� WQO�" E" oO� o W QWzQxa o rii
O Qx Qaa p E"W W W o w .a p Q O O W a E" w Q a
el
64 a
OW W Q UC: axa0 w Az O w W O � ¢ E, Q� ° W w ¢wF E-4
0
xoz Q �, . ZgVF g - z Q o O -UO E-� U U (4 A" UH a 0 CO Ow� :a. 0c; C4 mU E-4 -1 < a4H 00 OQ UU
to
mu
/ @ , }
so \ 75 k/{ ))
§
/ 3 § e °
ow §22 /
�Q t= c
UN U § \
/ — o j }
k\ . G
IMP « \
q \
§ /j? ) '
Oil ° \
§
I y §
§ § ±
± (0
WO m e
• 0
/ F _ !
Z / 2
VW
\ / P. 3
® >.
4 Q
iz Z /
fli
ell
P
§ ° ^
? .
O 0
OW
E—,
CO ]
o
U j\
Q
UV
\ U
eV
0
/C4 C
\
§ Li
ow C.// 6
/ k j
P4
g 3
ill = §
ev
O f \
Il
J /
Cl — R
/ §v) ) ) e cv
o
W•-
/ Q § / \ V) 0 \
es
law
Winter 2001/2002 City of Renton
Division 1 General Requirements CT Pipeline
wo i
1-09.14(B) Bid Items
General
All references to Measurement and Payment in the Standard Specifications shall be deleted and replaced
with the following Measurement and Payment description:
It is the intention of these Specifications that performance of work under these bid items shall result in
complete construction, in proper operation condition, of improvements identified in these written
Specifications an accompanying Plans. Work and material not specifically listed in the proposal, but
required according to the Plans and Specifications and general practice, shall be included in the
CONTRACTOR's bid price.
Adjustment of Contract Value
General
In the case of the unit quantity bid item(s)in the Bid Proposal,the contract value will be adjusted to
reflect actual quantities versus the estimated quantities reflected in the Bid Schedule.
Bid Items 4,5, 7, 11 and 13
The quantities listed in the Bid Schedule for unscheduled work, bid items 4, 5, 7, 11 and 13, are
rough estimates that have been provided so each potential bidder has an equal opportunity in the
bidding process. The amount does not in any way represent the final quantity or value of the work. Wr
The quantities for these bid items will vary significantly depending on the actual amount of these
specific bid items completed. Some bid items may not be used at all. No adjustments will be made
to the prices for bid items due to adjustments of the final quantities. A final change order will be
issued to reflect the amount of work actually completed and to adjust the final contract amount.
Bid Item 1 -Mobilization,Demobilization,Site Preparation & Clean-up.
The lump sum price covers complete cost of furnishing, installing and testing, complete and in-place, all
work and materials necessary to move and organize equipment and personnel onto the job site; secure job
site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare
site for construction operations; maintain site and surrounding areas during construction; provide system
testing, move all personnel and equipment off site after contract completion, clean up site prior to final
acceptance; and accomplish all other items of work not specifically listed in other bid items. Payment
shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment
request, and this bid amount may not be more than 10 percent of value of the total contract.
Bid Item 2- Reinforced Portland Cement Concrete Removal and Disposal. no
Lump sum price bid shall cover the complete cost, including permits and fees, of providing removal and
disposal of all reinforced Portland cement concrete items identified for removal as shown on the plans or
•
indicated in the specifications. Payment shall be lump sum. The lump sum payment for this bid item
shall include 1,500 tons of reinforced Portland cement concrete.
Bid Item 3-Non-Reinforced Portland Cement Concrete Removal and Disposal.
Lump sum price bid shall cover the complete cost, including permits and fees, of providing removal and
disposal of all non-reinforced Portland cement concrete items identified for removal as shown on the
plans or indicated in the specifications. Payment shall be lump sum. The lump sum payment for this bid
item shall include 310 tons of non-reinforced Portland cement concrete.
S
1-32 .1\DATA\PEN\101-006\Specs\03 Special Provisions I-Tech.doc
S
•• May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
Bid Item 4-Unscheduled Reinforced Portland Cement Concrete Removal and Disposal.
The unit price bid shall cover the complete cost, including permits and fees, of providing removal and
sir
disposal of all reinforced Portland cement concrete items that are beyond the limits shown on the project
plans and are performed at the CITY's request. Payment shall be per cubic yard of material as measured
in place.
Bid Item 5- Unscheduled Non-Reinforced Portland Cement Concrete Removal and Disposal.
The unit price bid shall cover the complete cost, including permits and fees, of providing removal and
disposal of all non-reinforced Portland cement concrete items that are beyond the limits shown on the
project plans and are performed at the CITY's request. Payment shall be per cubic yard of material as
measured in place.
Bid Item 6-Asphaltic Cement Concrete Removal and Disposal.
Lump sum price bid shall cover the complete cost, including permits and fees, of providing removal and
disposal of all asphaltic cement concrete items identified for removal as shown on the plans or indicated
in the specifications. Payment shall be lump sum. The lump sum payment for this bid item shall include
460 tons of asphaltic cement concrete.
Bid Item 7- Unscheduled Asphaltic Cement Concrete Removal and Disposal.
The unit price bid shall cover the complete cost, including permits and fees, of providing removal and
disposal of all asphaltic cement concrete items that are beyond the limits shown on the project plans and
are performed at the CITY's request. Payment shall be per cubic yard of material as measured in place.
Bid Item 8-Fencing&Miscellaneous Item Removal & Disposal.
Lump sum price bid shall cover the complete cost, including permits and fees, of providing removal and
disposal of all fencing, light standards, two flag poles, basketball poles and hoops, and other
miscellaneous items identified for removal as shown on the plans or indicated in the specifications.
Payment shall be lump sum.
�r.
Bid Item 9 -Miscellaneous Site Work.
Lump sum price bid shall cover the complete cost of providing site work relating to construction of
improvements as shown on the Plans and specified herein excluding site work included in other bid items.
Work includes, but is not limited to, site clearing and grubbing; site grading, sidewalks and paving;
temporary construction fencing; temporary erosion and sedimentation control; disposal of excess
ern material; control of water; removal of unsuitable materials; and all other work necessary for a complete
installation of all site work and underground utilities. Payment shall be lump sum.
Bid Item 10-Miscellaneous Excavation.
The lump sum price bid shall cover the complete cost of excavation to the grades as shown on the Plans
and detailed in the contract specifications including excavation, control of water and disposal of excess
VW material, storage and care of material to be reused excluding excavation included in other bid items.
Payment shall be lump sum.No estimated quantity will be provided for this lump sum bid item.
OW
1-33
5/22/20023:17 PM
+rr
City of Renton May 2002
CT Pipeline Division 1-General Requirements
Bid Item 11 -Unscheduled Excavation. "n
The unit price bid shall cover the complete cost of excavation, control of water and disposal that is
beyond the limits shown on the project plans and is performed at the CITY's request. Payment shall be
per cubic yard of material as measured in place.
sia
Bid Item 12-Miscellaneous Backfill.
Lump sum price bid shall cover the complete cost of backfill material including compaction and control
of water for all types of fill for structures and utilities excluding backfill work included in other bid items.
Payment shall be lump sum. No estimated quantity will be provided for this lump sum bid item.
Bid Item 13- Unscheduled Backfill.
ost
The unit price bid shall cover the complete cost of backfill, control of water and compaction for all types
of fill for structures and utilities that is beyond the limits shown on the project plans and is performed at
the CITY's request. Payment shall be per cubic yard of material measured in place.
nir
Bid Item 14-Landscaping.
Lump sum price bid shall cover the complete cost of providing all landscaping (bark, topsoil, seed, sod,
soil amendment, trees, shrubs and other plantings, etc) shown on the project plans and specified herein
including all landscaping maintenance until the project is accepted by the CITY. Also included in this bid
item will be the proposed flag pole and associated items. Payment shall be lump sum.
Bid Item 15—Trench Excavation Safety Systems and Shoring.
Lump sum price bid shall cover the complete cost of trench excavation safety systems and shoring for 'a
utility and structure demolition and installation as identified in the contract plans and specifications.
Design of the shoring system shall be as required by applicable codes, standards, and in the requirements
of OSHA and RCW Chapter 49.17,etc,whether shown on the plans or not. Payment shall be lump sum.
Bid Item 16-Traffic Control,Site Safety and Aquifer Protection.
Lump sum price bid shall cover the complete cost of traffic control, site safety and aquifer protection. a
This item will not be paid until final payment. Payment shall be lump sum.
Bid Item 17-Utility:• 42-inch Diameter Steel Pipeline and Appurtenances.
ppurtenances.
Lump sum price bid shall cover the complete cost of 42-inch diameter cement mortar lined and coated
steel pipeline including: pipe and fittings; access manholes; ductile iron piping, fittings and valves to
connect to existing 16 inch and 24 inch water mains; air/vac assemblies; disinfection; testing; cathodic
protection system;electrical connections; startup; training; restraints and blocking; excavation/trenching;
select bedding; backfill; compaction; disposal of excess material; grading; and control of water as shown
on the project plans and specified herein. The cost associated with coordination with utility companies
shall be included in this bid item. Payment shall be lump sum.
Bid Item 18-Miscellaneous Utilities. '
Lump sum price bid shall cover the complete cost of storm drain piping, catch basins and connections to
existing lines and catch basins; exterior polyethylene chlorine residual sampling lines and taps; relocation
of utility lines (including removal and replacement); relocation of pH monitoring line; and cutting and
capping of existing utility lines as shown on the Plans and specified herein. Work includes, but is not
1-34
J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech doc 5/22/2002 3:17 PM
May 2002 City of Renton
Division 1 -General Requirements CT Pipeline
es
limited to, trenching; disposal of excess material; control of water; select bedding; backfill; compaction;
g� P g,
grading; temporary patching; and permanent surface restoration. The cost associated with coordination
with utility companies shall be included in this bid item.Payment shall be lump sum.
Bid Item 19-Irrigation System.
Lump sum price bid shall cover the complete cost of relocation of irrigation lines, sprinkler heads,control
wiring and conduits, controls and appurtenances; replacement of irrigation lines, control wires and
conduits, etc (including removal and replacement); and cutting and capping of existing irrigation lines.
Work includes, but is not limited to, trenching; disposal of excess material; control of water; backfill;
compaction; and grading. The cost associated with coordination with utility companies shall be included
in this bid item.Payment shall be lump sum.
Bid Item 20-Parking Lot and Driveway.
Lump sum price bid shall cover the complete cost of the parking lot and driveway as shown on the plans
�irrr and specified herein. Work includes, but is not limited to, grading, fill, disposal of excess material,
control of water, preparation of subgrade, base course, asphalt concrete pavement, tack coat, overlay
course, compaction, cast in place Portland cement concrete driveway and curbing, painted striping,
we miscellaneous pavement markings and markers, signage and ADA ramps. Payment shall be lump sum.
Bid Item 21 - Basketball Court.
Lump sum price bid shall cover the complete cost of the basketball court as shown on the plans and
specified herein. Work includes, but is not limited to,grading, fill,disposal of excess material, control of
water,preparation of subgrade,crushed rock base courses, asphalt concrete pavement, compaction,cast in
place Portland cement concrete curbing and foundation goal posts, hoops, nets, sports wall, fencing and
gate. Payment shall be lump sum.
r�r
[Note: Colored Surface Finishes and striping on basketball court as shown on plans and specified herein,
will be completed by the CITY and is therefore not included in this contract.]
Bid Item 22-Electrical.
Lump sum price bid shall cover the complete cost of the electrical work as shown on the plans and
specified herein. Work includes, but is not limited to, parking lot lighting system, basketball court
.rr
lighting, flag pole lighting, electrical connections, startup, training, disconnect and abandon power
circuits for existing light for existing basketball court. Payment shall be lump sum.
[Note: Electrical work for the Cathodic Protection and the Chlorine Residual Analysis is included in bid
items 13 and 19.]
Bid Item 23 - Telemetry and Chlorine Monitoring System Modifications.
Lump sum price bid shall cover the complete cost of the telemetry and chlorine monitoring system
modifications work as shown on the plans and specified herein. Work includes, but is not limited to,
interior polyethylene chlorine residual sampling lines (continuation of exterior lines), chlorine residual
""' monitor, signal cables, conduits, drainage system for monitor, electrical connection, startup and training.
Payment shall be lump sum.
OW
1-35
5/22/2(023:17 PM
`rr
City of Renton May 2002 aili
CT Pipeline Division 1-General Requirements
osi
Bid Item 24- Construction Surveying.
Lump sum price bid shall cover the complete cost of surveying for the project. Work includes
establishment of temporary control points and baselines by licensed surveyor; surveying by licensed
surveyor to set line and grade stakes for water lines, 42-inch Diameter Steel Pipeline and storm drain
lines; surveying for horizontal and vertical control of grading, parking lot, driveway and basketball court.
Payment shall be lump sum.
wii
Bid Item 25-As-builts.
Lump sum price bid shall cover the complete cost of providing all mark-up drawings necessary for the sto
CITY to create accurate as-built records as detailed in the specifications. The work includes surveying all
structures and utilities to determine their as-constructed locations and elevations, records of all
mechanical and electrical equipment for maintenance purposes, and operation and maintenance manuals. �r
The price for this work will be $10,000. Failure to comply with the as-built requirements and furnish
acceptable as-built records will result in the deletion of this bid item by change order. Payment for this
work will not be made prior to the fmal payment. Payment shall be lump sum. NI
up
a
wa
Ia
Ia
S
1-36
J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tcch.doc 5/22/2002 3:17 PM
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP
2-01.1 Description
Delete the first paragraph of section 2-01.1 of the Standard Specifications and replace with the following:
The CONTRACTOR shall clear, grub, and cleanup those areas shown on the Contract Plans
which are required for the execution of construction activities. Trees and shrubs may be
removed only after approval by the CITY.
2-01.2 Disposal of Usable Material and Debris
Delete the third paragraph of section 2-01.2 of the Standard Specifications and replace with the following:
wr Refuse and debris shall be hauled to a waste site secured by the CONTRACTOR and shall
be disposed of in such manner as to meet all requirements of federal, state, county and
municipal regulations regarding health, safety and public welfare.
err
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
Supplement section 2-02.1 of the Standard Specifications with the following:
.rr
The work shall consist of necessary removal and disposal of existing improvements,
including pavements, concrete structures, manholes, abandoned piping, portions of
abandoned swimming pool walls, and other items necessary for the completion of the
project.
All removal will be considered incidental to the work unless specifically identified as a bid
item.
2-02.3 Construction Details
2-02.3(1) General Requirements
rr. Supplement section 2-02.3(1)of the Standard Specifications with the following:
The removal(s) shall be conducted in such a manner as not to damage existing utilities,
roadway, and other structures that are to remain in place. The CONTRACTOR shall repair,
replace, or otherwise restore damage resulting from his activities. The limits of removal for
+r.
2-1
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tcch.doc
City of Renton May 2002
CT Pipeline Division 2-Earthwork
concrete or rigid materials shall be either the edge of the structure, an existing construction
joint, or a new saw cut.
The depth of saw cuts shall be such as will accomplish the intended purpose, and will be
determined in the field to the satisfaction of the ENGINEER. Sawing shall be considered
incidental to the other bid items.
2-023(1)A Salvage(Additional Section)
Unless otherwise indicated in the Plans or Specifications, all removed items of recoverable value shall be ow
carefully salvaged and delivered to the CITY in good condition, and as directed by the CITY. Materials
and items deemed of no value by the CITY shall be removed by the CONTRACTOR, and shall become
the CONTRACTOR's property to be disposed of at no additional cost to the CITY.
um
2-023(7)D Contractor-provided Disposal Site(Additional Section)
Waste materials shall be hauled to a waste site secured by the CONTRACTOR and shall be disposed of in id
such a manner as to meet all requirements of federal, state, county and municipal regulations regarding
health, safety and public welfare.
2-02.4 Excavation of Concrete Underground
Construction of the new 42-inch steel water main will require removal of structural concrete from an
existing buried swimming pool facility as well as concrete blocking from abandoned pipelines. Buried
structural concrete shall be removed to the limits shown on the plans.
2-02.5 Payment
Delete entire section 2-02.5 of the Standard Specifications and replace with the following: iris
See bid items descriptions for units of measure and payment.
+err
S
S
U
S
U
2-2
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
S
wir
is DIVISION 5
.., SURFACE TREATMENTS AND PAVEMENTS
5-04 ASPHALT CONCRETE PAVEMENT
5-04.1 Description
This project includes pavement repair and overlay of the existing parking lot, replacing the entrance
driveway and concrete curbing, as well as the complete removal and replacement of the existing
basketball court. The detailed specifications for the basketball court are included in the plans and in
Appendix B-Parks Division Specifications. There will also be some patching on the street for the
driveway entrance.
es 5-04.3 Construction Requirements
5-043(2) Hauling Equipment
ilr Add the following to the first paragraph of Section 5-04.3(2)of the Standard Specifications
If truck has not used canvas to protect asphalt from weather during haul the ENGINEER, or
its representative, reserves the right to reject the load. Rejection of load due to non-
"' protection will not be basis for any compensation.
5-04.3(5) Conditioning the Existing Surface
The CONTRACTOR shall maintain existing surface contour during patching, unless instructed by the
CITY.
imp
5-043(5)A Preparation of Existing Surface
rr
The CONTRACTOR shall provide their own mechanical sweeping equipment. The sweeper will be on
the project prior to the start of paving, to insure the street and/or parking lot to be paved are clean before
the tack coat is applied. The sweeper will keep the street and parking lot clean ahead of the paving
machine and clean the street behind the empty trucks that have dumped their loads into the paving
machine. The sweeper must sweep all streets made dirty by the CONTRACTOR's equipment. If the
ar
paving machine is"walked"from one site to another,the sweeper must sweep up behind paving machine.
The sweeper shall not leave the overlay site until given permission by the CITY's inspector.
All utilities shall be painted with a biodegradable "soap" to prevent the tack and Asphalt Concrete
to Pavement (ACP) from sticking to the lids. Diesel will not be used. After the application of soap, catch
basins must be covered to prevent tack and ACP from getting into catch basins.
Preparation of existing surface shall be done as outlined in this section and a tack coat shall be applied at
the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of
the tack coat shall be considered incidental to the paving and no separate payment shall be made.
5-2
5/22/20023:17 PM ):\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
+rrr
May 2002 City of Renton
Division 5-Surface Treatments and Pavements CT Pipeline
The CONTRACTOR shall locate all utilities for access immediately after any paving and mark the
location by means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in
diameter and the depth of the overlay from the center of the utility location.
The CONTRACTOR shall locate and completely expose gas and water valves for access immediately
after final rolling.
The day following the start of application of ACP, utility adjustments must begin. The CONTRACTOR Iri1
shall have an adjustment crew adjusting utilities every workable working day until adjustments are
complete.
During the adjustment of any utility,existing concrete bricks or grouting material that has been broken or
cracked shall be removed and replaced at the CONTRACTOR's expense.
Utility adjustments must be completed within 15 working days after overlay is complete, and within the
specified working days.
5-04.3(9) Spreading and Finishing
Supplement this section with the following:
wi
Asphalt Concrete Pavement(ACP) Class B and Class G
ACP Class B and Class G shall be placed to the compacted depths as shown on the Contract Plans.
Asphalt over 3-inches in compacted depth shall be placed in two equal lifts. Placement shall be in
accordance with applicable provisions of Section 5-04. a
5-04.5 Payment
Payment shall be lump sum.
5-04.6(2) Traffic Control:
Notifications
On the parking lot,driveway and Houser Way street paving,the CONTRACTOR shall post"No Parking"
signs a minimum of 72 hours in advance of the work taking place. The signs shall specify the date and a
hours that the parking restrictions will be in effect. The CONTRACTOR shall obtain prior approval for
the parking restrictions from the City of Renton Department of Public Works Transportation Systems
Division.
The CONTRACTOR shall be responsible for coordinating with the CITY's inspector and/or Police
Department if the need arises to tow any vehicle(s) violating a posted "No Parking" sign. However, the
CONTRACTOR shall first make an effort to contact the CITY. sii
The CONTRACTOR shall provide and use sufficient traffic control equipment and trained personnel at
all times. The Federal Highway Administration's 1988 Manual On Uniform Traffic Control Devices for
ea
streets and highways shall be the guideline used to determine adequate traffic control. Proper traffic
control and safety procedure will be used during all phases of the work, to include utility adjustments.
All work and materials associated with the notification procedures shall be incidental to the project,
unless a specific item for"Traffic Control" is included.
S
5-2
5/22/2002 3:17 PM
1:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
rrr
"` DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS AND CONDUITS
1fM
7-11 PIPE INSTALLATION FOR WATER MAINS
7-11.3(7) Construction Detail
WM
7-11.3(7)C Lap-welded Large Steel Pipe(Additional Section)
err
7-11.3(7)C(1)
The CONTRACTOR shall provide and install all required piping and accessories in accordance with the
contract documents and manufacturer's recommendations. Pipe installation as specified in this section
MO supplements American Water Works Association — Manual 11 — Steel Pipe — A Guide for Design and
Installation(AWWA M11).
7-11.3(7)C(2) Lap Field-Welded Joints
iss
a. Wire brush the exposed ends of joint surfaces.
b. The plain end shall extend into the expanded bell to provide a minimum overlap of 1-inch at
any location around the joint's circumference.
c. A single full-fillet weld shall be provided by certified welders in accordance with American
Welding Society(AWS D1.01.1).
d. Interior and exterior joint surfaces shall be properly lined and coated after welding per AWWA
C-205.
so
7-11.3(7)C(3) Flanged Joints
a. Bolt holes of flanges shall straddle the horizontal and vertical centerlines of the pipe. Clean
flanges by wire brushing before installing flanges. Clean flanges bolts and nuts by wire brushing;
lubricate bolts with graphite or oil.
n" b. Insert the nuts and bolts (or studs), finger tighten, and progressively tighten diametrically
opposite bolts uniformly around the flange to the proper tension.
1110
c. Exercise care when tightening joints, to prevent undue strain upon valves, pumps, and other
equipment.
d. If flanges leak under pressure testing, loosen or remove the nuts and bolts, reset or replace the
gasket,reinstall or retighten the bolts and nuts,and retest the joints. Joints shall be watertight.
7-11.3(7)C(4) Installing Buried Pipe
1011
I. Inspect each pipe fitting before lowering the buried pipe or fitting in to the trench. Inspect the interior and
exterior protective coatings. Patch damaged areas in the field with material similar to the original. Clean the
ems 7-1
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
City of Renton May 2002
CT Pipeline Division 7—Drainage Structures, Storm,Sanitary,And Water Sewers
ends of the pipe thoroughly. Remove foreign matter and dirt from inside of the pipe and keep i t clean during
and after laying.
2. Handle pipe in a matter to avoid any damage to the pipe. Do not drop or roll pipe into trenches under any
aiiii
circumstances.
3. Grade the bottom of the trench and place a 6-inch uncompacted layer of crushed based course surfacing
material per WSDOT APWA 9-03.9(3)under the pipe. Before laying each section of pipe,check the grade and
correct any irregularities found. The trench bottom shall form a uniform bearing and support for the pipe.
4. At the location of each joint, dig bell (joint) holes in the bottom of the trench and at the sides to permit
completion and visual inspection of the entire joint.
5. Keep the trench in a dewatered condition during pipe layout.
6. When the pipe laying is not in progress, including during the noon hours,close the open ends of the pipe. Do
not permit trench water,animals,or foreign objects to enter pipe. aii
7-11.3(11)D Testing Steel Watermain(Additional Section)
a. Provide dished heads,blind flange, or bulkheads as necessary to isolate and test the steel water main.
Do not test against closed butterfly valves until pressure is reduced to 150 psi. See Plan.
b. Perform a hydrostatic pressure test in the presence of the ENGINEER in accordance with Standard
sii
Specification at a test pressure of 250 psi.
c. Provide all necessary piping between the reach being tested and the water supply, together with all
required materials and equipment. Reduce pressure to 150 psi prior to testing against closed butterfly
valves.
d. Methods and scheduling of tests are to be approved by the ENGINEER.
e. Repair or replace, and retest,all pipe failing the pressure test.
f. Protect the pipe and provide thrust restraint as required to complete the test.
g. Dispose of all test water to sanitary sewer at a flow rate not to exceed that allowed by City and Metro.
Coordinate with City prior to discharging water to sewers.
7-11.3(11)M Chlorination Connection to Existing Water Plans and Water Service Connection
(Supplemental)
The CONTRACTOR shall supply a Chlorine Bath facility such that the closure fitting 24-inch and
smaller and pipes can be dipped into the bath for disinfection. �rw
et
oil
7-2
5/22/2002 3:17 PM .1\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
Wr.
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-00 GENERAL (Additional Section)
Since this construction project takes place in Liberty Park, a City park, the Community Services, Parks
"' Division has supplied the specifications for certain aspects of the work and materials for this project.
These specific specifications are in Appendix B and are made part of this contract. The numbering
system for these specifications come from the Construction Specifications Institute (CSI). The following
1111 specifications are from Division 2 — Sitework, and have been modified, by City staff— for site specific
conditions:
rr
Section 02360 Root Barrier Systems
Section 02750 Portland Cement Concrete Paving
Section 02790 Sports Court Surfacing
Section 02820 Chain Link Fencing
Section 02870 Site Furnishings
Section 02872 Drinking Fountain
Section 02880 Sports Court Equipment and Structures
or Section 02900 Planting
Section 02915 Transplanting Trees
r, Section 02920 Sod Lawn
Also included in Appendix B are detail sheets:
Planting Details(2 Sheets)
UP
Planting Notes
Plant Schedule
rrr
Water Service Detail
These specifications are supplemental to this Division 8 Miscellaneous Construction of the Standard
Specifications and take priority over same specification in Standard Specifications.
8-01 EROSION CONTROL
rr
8-01.2 Materials
Supplement section 8.01.2 of the Standard Specifications with the following:
Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or approved equal.
err
8-1
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
rr�
City of Renton May 2002 •
CT Pipeline Division 8-Miscellaneous Construction
8-01.3(3) Miscellaneous Erosion Control(Additional Section)
CONTRACTOR shall take all necessary precautions to prevent sediment from construction activities
from entering into storm water systems (which lead to the Cedar River), or natural waterways from being
transported away from the construction area by storm water to the Cedar River.
8-02 Roadside planting (Replacement Section)
All landscaping and planting shall be per Community Services, Park Division specifications as called out
in Appendix B.
ei
8-03 Irrigation System (Replacement Section)
8-03.01 Description (Replacement Section)
This work consists of removing and replacing portions of the existing irrigation system. There are no
plans for the location of the existing irrigation system in this area of Liberty Park. When the irrigation
system is encountered during excavation for the 42-inch water main, the parking lot construction,
sidewalks, basketball court construction or any other areas of construction in the park as denoted in this
contract, it shall be the CONTRACTORs responsibility to cut and temporarily cap those sections that
have to be removed or are damaged during construction and replaced after work is completed. If
sprinkler heads or other sprinkler system equipment are encountered in the above-mentioned construction
they shall be extended to the nearest location so as to not interfere with existing obstacles, or proposed
surface improvements.
This work shall meet the Community Services,Parks Division specifications.
U
8-04 CURBS, GUTTERS, AND SPILLWAYS
8-04.3 Construction Requirements
Add the following:
Curb and gutters shall match the existing curb and gutter, including type and dimensions unless otherwise +rri
indicted on the plans. Grade shall meet adjacent curb and gutter in a smooth transition.
8-04.3(3) Width of Replacement(Additional Section)
CONTRACTOR shall replace curb and gutter to the nearest construction joint, unless otherwise
authorized by the ENGINEER.
U
8-14 CEMENT CONCRETE SIDEWALKS (Replacement Section)
8-14.1 Description U
Shall be replaced as shown on plans. See specifications in Appendix B, Section 02750 Portland Cement
Concrete Paving except for supplement to curing in 8-14.3(4) which is as follows: Nil
8-14.3(4) Curing(RC)
Section 8-14.3(4)of the Supplemental Standard Specifications is supplemented by adding the following:
8-2
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
•
May 2002 City of Renton
Division 8—Miscellaneous Construction CT Pipeline
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.
NW
8-22 PAVEMENT MARKING
8-22.1 Description
Supplement section 8-21.1 of the Standard Specifications with the following:
All existing pavement markings and markers that are removed by the CONTRACTOR's activities related
to this project shall be replaced in the original location and shall be of similar type. Markings and
markers shall be in accordance with the City of Renton Standard Plans.
.rr
8-31 Cathodic Protection (Additional Section)
.. 8-31.1 Description of Work
Work consists of furnishing labor, materials, and equipment for the complete installation of the cathodic
protection system, including dielectric isolation and test stations. The specifications are intended
expressly for the 42-inch diameter CT Pipe. The pipe shall be dielectrically isolated from all other
metallic structures. No other metallic structures shall be bonded, tied, connected inadvertently or
otherwise to the cathodic protection system. Note that the pipe and fittings are lined and coated per other
` " sections of these specifications.
8-31.2 Submittals
rr
Submit manufacturers' descriptive literature and installation instructions for the anodes, rectifier, wiring,
insulating joints, exothermic welds, and test stations. Suppliers advertise on the Internet and in the
w National Association of Corrosion Engineers (NACE) publication Material Performance typically under
corrosion control and/or cathodic protection. Suppliers include the following among others: Farwest
Corrosion Control Company, www.farwest.com, 310-532-9524; Norton Corrosion,
, „ www.nortoncorrosion.com, 425-483-1616; Corrpro Companies, www.corrpro.com, 866-267-7776;
MESA,www.mesaproducts.com,918-627-3188.
8-31.3 Materials
8-31.3A Anodes
Anodes shall be cast, high silicon iron 2-inch diameter X 60-inch length, prepackaged and centered in an
8-inch diameter steel canister filled with metallurgical coke breeze as manufactured by Anotec or
approved equal. The anode lead shall be a #8 AWG, seven strand copper cable with high molecular
weight polyethylene (HMWPE) insulation, minimum 20 ft. length. The anode connection shall be cast
or with an up sized head, 3-inch diameter. The connection shall be lead caulked and epoxy potted and the
entire anode head shall be covered with a heat shrink insulating cap. The connection shall be stronger
than the wire cable.
8-3
5/22/2002 3:17 PM ):\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
two
City of Renton May 2002
CT Pipeline Division 8-Miscellaneous Construction
8-313B Rectifier
The rectifier shall be a Universal Rectifier Inc. UL approved assembly or equal. The rectifier shall be a
standard 20 adjustment tap rectifier,air cooled, silicon stacks, single phase, 115/230VAC input with a 20-
amp breaker, 60VDC and 20ADC output, lightning protection for both input and output,and independent
DC voltmeter, DC ammeter, and an external shunt mounted on the front panel. The cabinet shall be wall
mounted 11 gauge steel,hot dipped galvanized per ASTM-123 and the assembly weatherproof NEMA 3R
for outdoor use. The rectifier assembly shall pass all local and national electric codes, and any field or
laboratory testing required for electrical inspection or permits shall be provided by the CONTRACTOR.
8-31.3C Wiring
All DC wiring shall be seven strand copper cable with HMWPE insulation. The anode header shall be
#4AWG and the anode lead wire shall be #8AWG. The wire from the rectifier to the structure shall be
#4AWG. The test station wire shall be#8AWG.
8-31.3D Dielectric Isolation
Flange joint insulation shall include a full face styrene butadiene rubber(SBR) gasket, and for each bolt a
Pyrox G10 insulating sleeve, two Pyrox G10 insulating washers and two steel washers that fit over the
outside diameter of the insulating sleeve and within the bolt facing of the flange. Gaskets shall have a
minimum dielectric property of 300 V/mil. Copper tube connections to the CT Pipe shall be isolated by
flange isolation or by insulated copper couplings that incorporate an integral nylon insulator that is
structurally supported as manufactured by Mueller Company or equal.
8-313E Exothermic Welds and Weld Caps
Furnish weld molds, weld metal, wire sleeves, and all associated material as produced by Cadweld,Erico
Products Inc., or equal. Weld molds shall be graphite; ceramic molds shall not be used. Molds shall be
sized for the conductor, surface, and metal cartridge as recommended in published material by the
manufacturer. For welds to steel pipe provide "Cadweld" F-33 alloy or equal and for welds to ductile
iron or cast iron provide "Cadweld" XF-19 alloy. Furnish exothermic weld caps, polyethylene "igloos"
prefilled with mastic adhesive and supplied with primer/activator as manufactured by Royston
Laboratories or equal.
8-31.3F Test Stations
Test stations shall be a terminal box with locking lid marked "Test", CP Test Services, Inc. NM-7, or
approved equal.
8-31.3G Grounding Pipe Clamps and Split Bolts
Grounding pipe clamps shall be bronze; split bolts shall be bronze.
8-31.4 Construction Requirements
8-31.4A Anode Installation
The anode installation shall be as shown on the plans. Field verify that anodes have a minimum 10-ft of
clearance to all other utilities and structures. The anode header cable shall be a single uncut length of
continuous wire making a loop with both ends terminated at the rectifier. Anode splices to the header
cable shall be tap splices in which the insulation is stripped without damage to the wire and the
connection is made with split bolt or C clamp full circle swedge connections.The tap connections shall be
8-4
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
a
May 2002 City of Renton
Division 8—Miscellaneous Construction CT Pipeline
rr encapsulated in epoxy cast molds sized specifically for the tap connection and associated wire with
specialty insulation. All minor damage to wire insulation shall be encased in epoxy cast molds. Damage
to the wire or insulation including abrasion shall be cause for rejection. The anode assemblies shall be
buried as shown on the plans. Do not handle the anode assemblies by the lead wire; provide rigging rope.
Anodes shall be placed in a near vertical position in augured or backhoe dug holes, 15 ft minimum depth
and 10 ft minimum spacing between anodes.To prevent flotation,perforate the canister,being careful not
to damage the anode, near the bottom, mid-section, and top of the canister immediately prior to lowering
the assembly into the hole.Backfill to the top of the canister with native soil or imported loam soil,do not
use sand or crushed rock or other select fill.
irr
8-31.4B Pipe Connections
Pipe connections shall be as shown on the plans. All connections to steel and ductile/cast iron shall be
es made with exothermic copper welds with protective caps. Connections to copper tube shall be made with
bronze grounding pipe clamps. Provide two wires from the rectifier to the CT pipeline, one at each end.
Exothermic weld to steel rod lugs provided by the pipe manufacturer,or to the steel pipe flange at the end
lr connections, or to the manhole flange, as directed by the ENGINEER. Provide six wires from each test
station, two wires to each side of the dielectric isolation joint (the CT pipeline, the 4-inch air/vacuum
piping, the end connection piping). On the steel side exothermic weld to steel rod lugs provided by the
pipe manufacturer, or to the steel pipe flange at the end connections, or to the manhole flange, as directed
by the ENGINEER. On the ductile/cast iron side exothermic weld directly to the pipe.Where copper tube
is isolated from the structure by a coupling, route wires from each side of the coupling to a neighboring
test station. The ENGINEER shall witness and approve all welds prior to and after covering with the
P rotective cap. Where steel rod lugs are used, prior to covering with the protective cap, the lug and
connection shall be wrapped with butyl rubber tape and over-wrapped with PVC tape. Welds shall be
made to properly prepared bright metal surfaces.
girl.
8-31.4C Wire Installation
Provide a PVC electrical conduit run buried at a depth of 24-inches from the rectifier to the pipe
connection and from the rectifier to the anode bed. All wire shall be in conduit except where direct buried
and the wire shall be 24-inch minimum cover depth. Backfill buried wire with clean washed sand, 6
inches minimum all around. Provide warning tape 1 foot above all wire runs. Direct buried wire shall be
a" loosely snaked to provide slack for settlement.
8-31.4D Rectifier Installation
ts• The rectifier installation shall be as shown on the plans. CONTRACTOR shall connect all AC power
service as required for the installation of the rectifier. CONTRACTOR shall connect 110 Volt AC power
from the building circuit breaker panel to the AC rectifier terminals. CONTRACTOR shall pull and label
all DC wiring within the rectifier box providing adequate slack for connections. CONTRACTOR shall
not connect the DC wiring to the rectifier CONTRACTOR shall not energize the rectifier.
CONTRACTOR shall leave the rectifier tap settings at the lowest voltage output. The Engineer shall
+• make the DC connections to the rectifier terminals and the ENGINEER shall energize and adjust the
rectifier.
8-31.4E Test Stations
Locate test stations flush to grade in the concrete walkway and adjacent to structures at the direction of
the ENGINEER. Prepare the wire such that it will coil into the terminal box and extend 24-inches above
+•� grade when uncoiled. Tape wrap the wire ends. Provide color coded wire with color insulation and the
8-5
5/22/20023:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
City of Renton May 2002
CT Pipeline Division 8-Miscellaneous Construction
following color code: white—CT Pipe, black—end connection piping, green—air/vacuum valve P�P�i in
g,
red—copper tube.
8-31.4F Dielectric Isolation ail
Prior to assembly of the insulated flange joint,the ENGINEER shall witness and approve proper length of
the insulating sleeve. Prior to backfilling, the ENGINEER shall test and approve dielectric isolation of
each bolt and dielectric isolation of the flanges. Tape across the adjoining edges of the flanges with 20-
mil thick polyethylene tape such that backfill cannot fill in the crevice.Copper tube shall be dielectrically
isolated from the CT pipeline and where a dielectric coupling is used, the ENGINEER shall test and
approve the installation prior to backfill.
8-31.5 Measurement and Payment
sit
8-31.5A Measurement
Measurement and payment for the work in section 8-31 Cathodic Protection shall be included in the lump
sum bid price. Bid Item No. 13—42-Inch Diameter Steel Pipeline and Appurtenances.
8-31.5B Payment
Payment shall be full compensation for all materials, labor, and appurtenances required to perform the
work in this section.
wit
8-32 Chlorine Analyzer (Additional Section)
8-32.1 General
A chlorine analyzer unit shall be installed on the wall in the existing well house as shown on the Plans.
Coordinate with the CITY for the exact location of the analyzer. Route 'A-inch tubes from the proposed
pipelines to the analyzer per the plans. Coordinate with the CITY for the specific location of tubing and
attachments inside the well house. Label each tube with the source location "upstream end of CT Line"
and "downstream end of CT Line". Connect both tubes to the residual analyzer with a separate valve for
each tube.
err
Route the drain piping from the Analyzer to the existing sink drain line in the well house,coordinate with
the CITY regarding specific drain and route.
The unit shall sample water recirculated from the reservoir at an approximate rate of 350 m1/minute with
the excess flow going to the waste drain. The sample shall pass to a mixing chamber where pH 4
buffering solution is added via the user-programmable solenoid valve and mixed with the sample. The
buffered sample then shall pass through an annular space between two electrodes in the sensing cell. The
residual valve shall be displayed on the front of the unit in units of mg/l.
A Motor-driven rotating striker shall keep the surface of both electrodes clean by the continuous action of
PVC spheres.
8-32.2 Electrical
The unit shall be powered by 120 VAC, 60 hertz power supply. The unit shall have dual 4-20mA isolated ort
output signals representing chlorine residual. Connect one signal to the existing telemetry system for
report back to the SCADA computer at CITY headquarters. Coordinate with the CITY to ensure the
signal is properly received. CITY will perform work required to modify master telemetry system.
The unit shall have RS232/485 communication capabilities for future use.
8-6
5/22/20023:17 PM \DATA\RFN\101-006\Specs\03 Special Provisions 1-Tech.doc
S
May 2002 City of Renton
Division 8—Miscellaneous Construction CT Pipeline
a" The unit shall have six (6) independently configurable relay contacts. One contact shall be programmed
to close on a high chlorine residual value. Connect all relay contacts to the existing telemetry system in
the well house for a report back alarm. The alarm contact shall be rated at 5 amps at 240 VAC, resistive
load. The City will complete the telemetry program once the CONTRACTOR makes the required
connections.
wr 8-32.3 Sample Data
The unit shall operate between 32-120 degree Fahrenheit with a sample flow between 350-450 ml/min at
3-15 inches of water column pressure. The unit shall be accurate to 2% of reading or +/-0.0003 mg/l,
whichever is greater accuracy.
8-32.4 Instrument Data
■r
The electronics of the unit shall be protected in a NEMA 4X enclosure. The measuring electrodes shall
be gold and the reference electrodes shall be copper.
NO The unit shall be a Capital Controls AZTEC CL500-03-01-01-01 Residual Analyzer or equal. Provide
with 16-week supply of pH buffer, 1 lb. of potassium iodide, a pressure reducing valve, and a purging
circuit.
IMP The unit shall be fully operational at completion of project.
8-32.5 Measurement and Payment
8-32.5A Measurement for Telemetry and Chlorine Monitoring System Modifications
Measurement and payment for the work in section 8-32 Chlorine Analyzer shall be included in the
appropriate lump sum bid item No. 13—42-inch Diameter Steel Pipeline and Appurtenances..
8-32.5B Payment
Payment shall be full compensation for all materials, labor and, appurtenances required to perform the
work in this section
8-7
5/22/2002 3:17 PM J:\DATA\REN\101-006\Specs\03 Special Provisions 1-Tech.doc
rr
DIVISION 9
MATERIALS
9-03 AGGREGATES
ow
9-03.22 Controlled Density Fill (Additional Section)
Controlled Density Fill (C.D.F.) shall be a mixture of Portland cement, fly ash, aggregates, water and
ate
admixtures proportioned to provide a non-segregating, self-consolidating, free-flowing and excavatable
material which will result in a hardened,dense,non-settling fill.
Where not specified in this section,Measuring,Mixing,Delivery and Placement shall follow
ASTM C94 or WSDOT 6-02.3.
rrr 9-03.22(1) Materials Description
Controlled Density Fill shall be a mixture of Portland cement, fly ash, aggregates, water and admixtures
which has been batched and mixed in accordance with ASTM C 94 or WSDOT 6-02.3.
lie
Materials
1. Portland Cement: ASTM C 150,AASHTO M 85,or WSDOT 9-01
2. Fly Ash: Class F or Class C
3. Aggregates: ASTM C 33,WSDOT 9-03.14, or WSDOT 9-03.1
4. Water WSDOT 9-25
5. Admixtures WSDOT 9-23.6,AASHTO M 194,ASTM C 494, or ASTM C 260
r Mix Design
The design for the CDF shall be Cadman Proflow five hours No. 110021 or per section 6-02.3(2)D
for Lean Concrete.
ifr
9-03.22(4) Compaction
For flowable C.D.F.compaction is not necessary for placement.
9-29 Illumination, Signs, Electrical
9-29.3(1) Conductors,Cable
Delete items 2 through 11 from section 9-29.3.1 of the Standard Specifications and replace with the
following:
1. Conductors and Cables used in the Well house shall be as follows:
a. All electrical conductors shall be in accordance with the National Electrical Code (NEC).
Conductors shall be 600-volt class sized for the current to be carried. Conductors shall be
9-1
5/22/20023:17 PM J:\DATA\RF_N\101-006\Specs\03 Special Provisions 1-Tech.doc
City of Renton May 2002 S
CT Pipeline Division 9-Materials
a
copper. Sizes AWG No. 14, 12, and 10 shall be solid except in control panels; all larger
conductors shall be stranded.
Type THHN/THWN, 90 degree C or higher rating dry or wet for No. 8 and smaller feeders
and branch circuits;in all areas except as noted otherwise.
Type XHHW-2, 90 degree C dry or wet for No. 6 and larger feeders and branch circuits. a
Conductors used for power circuits shall not be smaller than No.12. Control conductors
shall be No. 14,unless otherwise specified in this section.
b. Signal conductor cable shall be individually twisted, shielded pairs per ASTM B-8 for all
instrumentation wiring. Conductors shall be tinned copper with color coded 105 degree C
rating, with PVC insulation and individual conductor jacket of nylon. The cable shall have
an overall PVC jacket. The insulation system shall be rated for 600 volts. Signal cable
installed to outside sensors shall be rated for outdoors and below grade applications. Signal
wire shall be Beldon or equal.
a
9-29.6(1)A Aluminum Light Standard (Additional Section)
a. Shaft
The shaft (round) shall be an extruded tube of aluminum alloy 6063 and shall be full length a
heat-treated after welding on the base flange to produce a T6 temper. Poles shall include a
reinforced handhole centered 18" above the bottom of the shaft. Handholes are located 90
degrees clockwise from the plane of the bracket arm as viewed from the top. A cover with
stainless steel attachment screws shall be provided for the handhole.
b. Base Flange
The base flange for the attachment of the shaft to the foundation base shall be a one-piece
cast socket of aluminum alloy 356. The flange shall be joined to the shaft by means of
complete circumferential welds, externally at the top of the flange, and internally at the a
bottom of the shaft tube.Four anchor bolt covers of cast aluminum and stainless steel screws
for their attachment shall be provided.
a
c. Luminaire Mounting Crossarm
The crossarm for mounting luminaires shall be structural steel angle attached to pole with U-
bolts. The angle shall be tapped for mounting the specified luminaires. The crossarm shall
be galavanized and attached to the pole with a protective barrier material between crossarm
and shaft pole to prevent oxidation.
lit
d. Miscellaneous Hardware
All nuts, bolts, and washers used in the fabrication of the pole shall be Grade 18-8 stainless
steel,except for anchorage hardware.
e. Accessories
One weatherproof receptacle shall be provided with pole. The weatherproof recepatacle shall
have a duplex 15 amp, 120 volt rating. Mount as shown on plans.
f. Anchorage
a
9-2
�.. May 2002 City of Renton
Division 9-Materials CT Pipeline
A set of four 55,000 psi min.yield steel anchor bolts threaded 1"-8 NC for 6" and hot-dipped
galvanized at the threaded end for at least 10" shall be supplied with each lighting pole. The
bolts shall include a 4" right angle hook at the unthreaded end. A galvanized nut, lock
washer,and flat washer shall be supplied with each anchor bolt.
g. Grounding
.�r Each pole shaft shall contain an integral lug with a 3/8" diameter hole for the purpose of
attaching a grounding connector.
h. Welding
Welding shall be done by the metal inert gas shielded arc method with consumable electrode.
Aluminum alloy 4043 electrode shall be used.
wr
i. Surface Finish
The pole shaft shall be provided with a satin finish accomplished by mechanical rotary
grinding. All materials shall be cleaned and free from dents and unsightly scratches.
r 9-29.6(5) Foundation Hardware
Delete section 9-29.6(5) of the Standard Specifications in its entirety.
9-29.9 Ballast,Transformers
Delete section 9-29.9 of the Standard Specification in its entirety.
us
9-29.10 Luminaires
Delete section of the Standard Specifications in its entirety and replace with the following:
All luminaires shall be of the type and wattage as indicated on the Plans.
e
All luminaires shall have their internal components secured to the luminaire frame with
stainless steel mounting hardware(nuts,bolts,washers,hinges,etc.). The housing,complete
with integral ballast, shall be watertight.
All luminaires shall be mounted level, both transverse and longitudinally, as measured
across points specified by the manufacturer. Leveling and orientation shall be accomplished
after pole plumbing.
9-30 Water Distribution Materials
9-30.1(4)C.1 42-Inch Welded Steel Water Pipe—General (Additional Section)
si
9-30.1(4)C.1.(a)
All steel pipe fittings shall be furnished by manufacturers who are fully experienced, Steel Plate
imp Fabricators Association(SPFA)certified,reputable,and qualified in the manufacture of the products to be
furnished. Also, the plant in which the pipe is manufactured shall be designed, constructed, and installed
IND
9-3
City of Renton May 2002
CT Pipeline Division 9-Materials
in accordance with the best practices and methods and shall comply with these specifications as
applicable.
9-30.1(4)C.1.(b)
Pipe shall be the product of one manufacturer that has not less then five (5) years successful experience
manufacturing pipe of the particular type and size indicated.
9-30.1(4)C.2 42-Inch Steel Watermain Standards(Additional Section)
ANSI/AWWA C200 Steel Water Pipe 6 Inches and Larger.
ANSI/AWWA C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe-4
Inch and Larger-Shop Applied.
ANSI/AWWA C206 Field Welding of Steel Water Pipe.
ANSI/AWWA C207 Steel Pipe Flanges for Water Works Service,4 Inch to 144 Inches.
ANSI/AWWA C208 Dimensions for Fabricated Steel Water Pipe Fitting.
ANSI/AWWA C218 Coating the Exterior of Above Ground Steel Water Pipelines and
Fittings.
ANSI/AWWA C-602 Cement-Mortar Lining of Water Pipelines in Place — 4 Inch (100mm)
and larger.
AWWA M 11 Steel Pipe-A Guide for Design and Installation.
ASTM A 36 Specification For Carbon Structural Steel.
ASTM A 139 Specification For Electric-Fusion (Arc)—Welded Steel Pipe(NPS 4 and
Over).
ASTM A 283 Specification For Low and Intermediate Tensile Strength Carbon
Steel Plates.
ASTM A 1011 Specification For Steel Sheet and Strip Carbon, Hot-Rolled Structural
Quality.
ASTM A 572 Specification For High Strength, Low-Allow Columbium-Vanadium,
Structural Steels.
ASTM A 1018 Specification for Steel, Sheet and Strip, Heavy Thickness Coils, Carbon,
Hot-Rolled, Structural Quality.
ASTM E 165 Guide For Liquid Penetrant Examination.
ASTM E 709 Guide For Magnetic Particle Examination.
r
ASTM Section V Nondestructive Testing Examination.
ASME Section IX Welding and Brazing Qualification.
ASME B2.1 Standard for Welding Procedure and Welding Qualifications.
a
9-4
a
May 2002 City of Renton
Division 9-Materials CT Pipeline
9-30.1(4) Steel Pipe
9-30.1(4)C3 42-Inch Steel Water Main Material(Additional Section)
rrr
9-30.1(4)C.3.a Steel Pipe
rr
Steel pipe shall conform to AWWA C200 and/or ASTM A139,Grade B,C,D,or E
Steel for cylinder shall be 36,000 psi minimum yield strength conforming to requirements of appropriate
grades: ASTM A36,A139,A283,A572,A1011,or A1018.
1. Unless otherwise shown on the drawings, the minimum steel wall thickness of the cement-lined
and coated pipe shall be not less than 0.30 inches.
2. Pipe shall be designed for 250 psi testing pressure a 200 psi working pressure and full vacuum.
Pipe design shall be in accordance with AWWA M11.
3. Pipe shall be designed for H2O loading and for the bedding conditions and depth of cover as
shown on the plans. The design shall be in accordance with AWWA M11. The allowable design
deflection shall be a percentage of the pipe inside diameter as follows: 2-percent for cement
coated pipe.
4. Pipe is to be furnished principally in 40 ft to 60 ft net lengths with special lengths, field-trim
pieces, and closure pieces as required by plan and profile for location of elbows, tees, reducers,
and other in-line fittings. The pipe fabricator shall prepare a pipe laying schedule showing the
location of each piece by marked number with station and invert elevation at each bell end.
err 5. Coatings and Linings as specified herein.
9-30.1(4) C.3.b Fittings
Unless otherwise shown on the Plans, all specials and fittings shall conform to the dimensions of AWWA
Standard C208. Fittings shall be of the same material and minimum thickness as the pipe. The minimum
err radius of elbows shall be 2.5 times the pipe diameter,and the maximum miter angle on each section of the
elbow shall not exceed 11 1/4 degrees. If elbow radius is less than 2.5 x pipe diameter, stressed shall be
checked per AWWA Mll and wall thickness or yield strength increased if necessary. Fittings shall be
equal in pressure design strength and shall have the same lining and coating as the abutting pipe. Specials
and fittings, unless otherwise shown on the Plans, shall be made of segmentally welded sections form
hydrostatically tested pipe,with ends compatible with the type of joint or coupling specified for the pipe.
9-30.1(4)C.3.c Lap Weld Joint
Lap weld: Lap field-welded joints shall be used where joints are required on the pipe fabricators pipe
laying schedule.
The standard bell shall provide for a 2 '/ inch lap. The minimum lap shall be 1-inch. The design
r maximum joint deflection of offset shall be a 1-inch joint pull.
err
9-5
City of Renton May 2002
CT Pipeline Division 9-Materials
u
9-30.1(4)C.3.d Flanges
Flanges shall be in accordance with AWWA C207 Class D for working pressures to 175 psi and transient Ali
pressures to 262.5 psi on 4-inch through 12-inch diameters.
Flanges 12-inch and larger shall be in accordance with AWWA C207 Class E for working pressures over
150 psi to 275 psi and transient pressures to 412.5 psi;or they shall be AWWA C207 Class F for working
pressures to 300 psi and transient pressure to 450 psi(drilling matches ANSI B16.s Class 250).
Shop lining and coating shall be continuous to the end of the pipe or back of the flange. Flanges shall be
provided with fusion bonded epoxy coating.
Gaskets: Ring, 1/8 inch thick,cloth-inserted rubber, Garlock 3000,John Crane Co. Style 777, or equal.
Insulating Gaskets: Shall be per Cathodic Protection section 8-31.3D Dielectric Isolation of Special
Provisions
9-30.1(4)C.3.e Bolts and Nuts For Steel Flanges
Bolts for buried and submerged flanges shall be TYPE 316 stainless steel conforming to ASTM A193,
Grade B8M,Class 1 and ASTM 194,Grade 8M nuts. a
9-30.1(4)C.4 Cement Mortar Coating For Steel Pipe
a. All buried pipe shall receive a 34-inch thick reinforced cement-mortar coating. The coating shall
be reinforced with spirally wound No. 14 gauge steel wire spaced at 1 '/-inch center positioned
approximately at the center of the mortar coating; or in lieu of the spirally wound wire, a wire
mesh or wire fabric may be used. The mesh or fabric shall be fastened with welded clips or strips
of metal so as to hold the wire approximately at the center of the mortar coating. Splices shall be
lapped 4-inches and the free ends tied or looped to ensure continuity. Cement, sand, and water
shall be mixed in the proportions of one part cement to not more than three parts sand. After the
cement mortar coating has been applied, the pipe shall be cured for seven days under sprinkling.
The date of coating shall be plainly marked on the inside of each pipe length. Accelerated curing
per C205 may also be utilized.
9-30.1(4)C.5 Cement Mortar Lining of Steel Pipe
a. Except as otherwise provided in AWWA Standard C205, interior surfaces of all steel pipe,
fittings and specials shall be cleaned and lined in the shop with cement-mortar lining applied
centrifugally in conformity with AWWA Standard C205. The lining machines shall be of a type
that has been used successfully for similar work and shall be accepted by the Resident j
ENGINEER or his designated representative. Every precaution shall be taken to prevent damage
to the lining. If lining is damaged or found faulty at the delivery site, the damage or
unsatisfactory portions shall be replaced with lining conforming to these Specifications.
b. The pipe ends shall be left bare where field joints occur. Ends of the lining shall be left square
and uniform. Feathered or uneven edges will not be permitted.
c. Defective linings,as identified in AWWA C205, shall be removed from the pipe wall and shall be
replaced to the full thickness required. Defective linings shall be cut back to a square shoulder in
order to avoid feather-edged joints.
d. Cement-mortar lining shall be kept moist during shipping.
a
9-6
a
«. May 2002 City of Renton
Division 9-Materials CT Pipeline
0.
9-30.1(4)C.6 Cement Mortar Lining of Joints for Steel Pipe
a. Fittings shall be lined and coated per AWWA C205.
b. For mortar-coated pipe, after the welding is completed, the outside annular spaces between pipe
- sections shall be completely filled with grout. The grout shall be poured in such a manner that all
exposed portions of the metal joint shall be completely filled with grout. The grout shall be
poured in such a manner that all exposed portions of the metal joint shall be completely protected
- with cement mortar. Grout used on outside Joints shall be a nonshrink grout, sufficiently fluid to
permit it to be poured down one side of the pipe and allowed to flow up the other side.
c. The outside mortar joints shall be properly formed by the use of heavy-duty diapers or grout
up
bands
WO
WO
VW
WO
VW
err
err
•.r
9-7
ors
I.
Appendices
Imo
Appendix A
N
Portions of Renton Municipal Code Chapters
With Reference to Aquifer Protection
Chapter 4-3-05011 Critical Area Regulations—Aquifer Protection
Chapter 4-4-030C Construction Standards
Chapter 4-4-060L Fill Materials
Chapter 4-6-030E Drainage (Surface Water)
air
rr►
err
rrt
AQUIFER PROTECTION
.. 4-3.50 Critical Areas Regulations
(H.) AQUIFER PROTECTION:
]rr
1. Applicability: In addition to the general standards of subsection E of this Section, the
following performance standards, subsections H2 to H10, apply to all non-exempt uses,
activities, and facilities on sites located within an aquifer protection area per subsection B2,
Critical Areas Designations/Mapping, Aquifer Protection.
1m
2. Facilities:
dr.
a.Removal of Existing Facilities—Zone 1:
The storage, handling, use, treatment or production of hazardous materials in aggregate
,., quantities greater than five hundred (500) gallons shall not be allowed within Zone 1 of an APA
after April 30, 2003. The storage, handling, use, treatment or production of perchloroethylene
shall not be allowed within Zone 1 of an APA after March 31, 1999.
Once a facility in Zone 1 is closed, relocated, or the use of hazardous materials is terminated,
reinstatement of the use of hazardous materials on the site in quantities greater than that allowed
err for new facilities locating in Zone 1 as described in subsection C8e(ii), Prohibited Activities,
Zone 1, shall be prohibited.
Closure of a facility or termination of any or all facility activities shall be conducted in
accordance with the closure requirements of subsection F of this Section, Closure Permit.
lrr b. Existing Facilities Change in Quantities — Zone 1: In Zone 1 of an APA, no change in
operations at a facility shall be allowed that increases the quantities of hazardous materials
stored, handled, treated, used, or produced in excess of quantities reported in the initial aquifer
protection area operating permit with the following exception: An increase in the quantity of
hazardous materials is allowed up to the amount allowed for a new facility in Zone 1 as provided
by subsection C8e(ii) of this Section, Prohibited Activities,Zone 1.
IMO
c. Existing Facilities — Allowances in Zone 2: The storage, handling, treatment, use or
production of hazardous materials at existing facilities shall be allowed within Zone 2 of an APA
upon compliance with the provisions of this Section.
d. Requirements for Facilities — Zones 1 and 2: The following conditions in subsections
H2d(i) to (vi) of this Section will be required as part of any operating permit issued for facilities
in Zone 1 of an APA. Conditions in subsections H2d(i) to (v) shall apply to facilities in Zone 2 of
an APA.
i.Secondary Containment—Zones 1 and 2:
5/22/2002 3:18 PM 1:\DATA\REN\101-006\Specs\05 Appendix A-AquiOer Protection.doc
Yf
Materials Stored in Tanks subject to DOE — Zones 1 and 2: Hazardous materials stored in
tanks that are subject to regulation by the Washington Department of Ecology under chapter 173-
360 WAC are exempt from containment requirements in subsection H2d(i), Secondary 1 ri
Containment — Zones 1 and 2, but are subject to applicable requirements in RMC 4-5-120,
Underground Storage Tank Secondary Containment Regulations.
Secondary Containment Devices and Requirements — Zones 1 and 2: Every owner of a
facility shall provide secondary containment devices adequate in size to contain on-site any
unauthorized release of hazardous materials from any area where these substances are either
stored, handled, treated, used, or produced. Secondary containment devices shall prevent
hazardous materials from contacting soil, surface water, and groundwater and shall prevent
hazardous materials from entering storm drains and, except for authorized and permitted
discharges, the sanitary sewer. Design requirements for secondary containment devices are as
follows:
a
(A) The secondary containment device shall be large enough to contain the volume of the
primary container in cases where a single container is used to store, handle, treat, use, or produce
a hazardous material. In cases where multiple containers are used, the secondary containment
device shall be large enough to contain one hundred fifty percent (150%) of the volume of the
largest container or ten percent (10%) of the aggregate volume of all containers, whichever is
greater. Volumes specified are in addition to the design flow rate of the automatic fire ori
extinguishing system, if present, to which the secondary containment device is subjected. The
secondary containment device shall be capable of containing the fire flow for a period of twenty
(20) minutes or more.
(B) All secondary containment devices shall be constructed of materials of sufficient thickness,
density, and composition to prevent structural weakening of the containment device as a result of
contact with any hazardous material. If coatings are used to provide chemical resistance for
secondary containment devices, they shall also be resistant to the expected abrasion and impact
conditions. Secondary containment devices shall be capable of containing any unauthorized
release for at least the maximum anticipated period sufficient to allow detection and removal of
the release.
a
(C) Hazardous materials stored outdoors and their attendant secondary containment devices shall
be covered to preclude precipitation with the exception of hazardous materials stored in tanks
that have been approved by and are under permit from the City of Renton Fire Prevention
Bureau. Secondary containment for such tanks, if uncovered, shall be able to accommodate the
volume of precipitation that could enter the containment device during a twenty four (24) hour,
edi
twenty five (25) year storm, in addition to the volume of the hazardous material stored in the
tank. Storage of hazardous materials, both indoors and outdoors, shall, at all times, meet both the
requirements of this Section and the Uniform Fire Code.
(D) Secondary containment devices shall include monitoring procedures or technology capable
of detecting the presence of a hazardous material within twenty four (24) hours following a
ii
5/22/2002 3:18 PM 1:\DATA\REN\101-006\Specs\05 Appendix A-Aquifier Protection doe
S
rrr.
release. Hazardous materials shall be removed from the secondary containment device within
twenty four(24)hours of detection and shall be legally stored or disposed.
(E) Areas in which there are floor drains, catchbasins, or other conveyance piping that does not
discharge into a secondary containment device that meets the requirements of this Chapter shall
not be used for secondary containment of hazardous materials. Closure of existing piping shall
wr be according to procedures and designs approved by the Department.
(F) Primary containers shall be impervious to the contents stored therein, properly labeled, and
■w fitted with a tight cover which is kept closed except when substances are being withdrawn or
used.
(G) Hazardous materials stored outdoors when the facility is left unsupervised must be
inaccessible to the public. Such techniques as locked storage sheds, locked fencing, or other
techniques may be used if they will effectively preclude access.
(H) Stored hazardous materials shall be protected and secured, as needed, against impact and
earthquake to prevent damage to the primary container that would result in release of hazardous
materials that would escape the secondary containment area.
ii. Hazardous Material Monitoring Requirements for Existing Facilities—Zones 1 and 2:
The owners of all existing facilities shall implement hazardous materials monitoring.
All hazardous material monitoring activities shall include the following:
A written routine monitoring procedure which includes, when applicable: the frequency of
performing the monitoring method, the methods and equipment to be used for performing the
monitoring, the location(s) from which the monitoring will be performed, the name(s) or title(s)
of the person(s) responsible for performing the monitoring and/or maintaining the equipment,
and the reporting format.
Written records of all monitoring performed shall be maintained on-site by the operator for a
M period of three (3) years from the date the monitoring was performed. The Department may
require the submittal of the monitoring records or a summary at a frequency that the Department
may establish. The written records of all monitoring performed in the past three (3) years shall be
shown to the Department upon demand during any site inspection. Monitoring records shall
include but not be limited to:
• The date and time of all monitoring or sampling;
• Monitoring equipment calibration and maintenance records;
• The results of any visual observations;
• The results of all sample analysis performed in the laboratory or in the field,
including laboratory data sheets;
• The logs of all readings of gauges or other monitoring equipment, groundwater
elevations or other test results; and
• The results of inventory readings and reconciliation's.
ale
5/222002 3:18 PM 1:\DATA\REN\101-006\Specs\05 Appendix A-Aquifier Protection doe
eii
(C) Visual monitoring must be implemented unless it is determined by the Department to be
infeasible to visually monitor.
•
(3) On every day of operation, a responsible person designated by the permittee shall check for
breakage or leakage of any container holding hazardous materials. Electronic sensing devices
approved by the Department may be employed as part of the inspection process, provided that
the system is checked daily for malfunctions.
iii. Emergency Collection Devices — Zones 1 and 2: Vacuum suction devices, absorbent •
scavenger materials, or other devices approved by the Department shall be present on site (or
available within an hour by contract with a cleanup company approved by the Department), in
sufficient quantity to control and collect the total quantity of hazardous materials plus absorbent
material. The presence of such emergency collection devices and/or cleanup contract are the
responsibility and at the expense of the owner and shall be documented in the operating permit.
iv. Inspection of Containment and Emergency Equipment — Zones 1 and 2: Owners shall
establish procedures for monthly in-house inspection and routine maintenance of containment
tai
and emergency equipment. Such procedures shall be in writing, a regular checklist and schedule
of maintenance activity shall be established, and a log shall be kept of inspections and
maintenance activities. Such logs and records shall be made available at all reasonable times to
the Department for examination. iW
v. Employee Training — Zones 1 and 2: Operators shall schedule training for all new
tri
employees upon hiring and once per year thereafter to explain the conditions of the operating
permit such as emergency response procedures, proper hazardous waste disposal, monitoring and
reporting requirements, record keeping requirements, and the types and quantities of hazardous
ea
materials on site. These training sessions will be documented and recorded and the names of
those in attendance will be recorded. These records shall be made available at all reasonable
times to the Department for inspection.
vi.Additional Facility Requirements for Zone 1: Owners shall complete the following:
(1) Site Monitoring: For facilities located in Zone 1 of an APA, an owner of a facility may, at -
their own expense, be required to institute a program to monitor groundwater, surface water
runoff, and/or site soils. The Department may require that the owner of a facility install one or
more groundwater monitoring wells in a manner approved by the Department in order to
accommodate the required groundwater monitoring. Criteria used to determine the need for site
monitoring shall include, but not be limited to, the proximity of the facility to the City's
production or monitoring wells, the type and quantity of hazardous materials on site,and whether
or not the hazardous materials are stored in underground vessels.
UM
Every owner required to monitor groundwater, surface water runoff, and/or soils shall perform
such monitoring semi-annually and obtain independent analytical results of the presence and
concentration of those chemicals requiring monitoring (including breakdown and transformation
5!22/2002 3:18 PM J:\DATA\REN\101-006\Specs\05 Appendix A-Aquifier Protection.doc
iii
products) as identified by the Department in the operating permit. The analytical results shall be
op
obtained through the use of Department of Ecology-approved methods for water and/or soils.
The results shall be filed within ten (10) days with the Department.
If a facility is required to perform site monitoring pursuant to subsection H2d(vi) of this Section,
Additional Facility Requirements for Zone 1, Site Monitoring, then a site monitoring plan will be
required. This plan must indicate procedures to be followed to assess groundwater, surface water
runoff, and/or soil for concentrations of those chemicals requiring monitoring as identified by the
Department in the operating permit. If a groundwater monitoring program is in effect per the
requirements of 40 CFR 264 or 265, and this program includes all of the chemicals identified in
the operating permit, then it shall be incorporated into the site monitoring plan which shall also
include provisions to address the groundwater monitoring requirements of subsection H2d(vi) of
this Section, Additional Facility Requirements for Zone 1, Site Monitoring, and RMC 4-9-015G3,
Unauthorized Releases, Monitoring Results.
(2)Site Improvements:
"ro (A)For facilities located in Zone 1 of an APA, the owner may be required to pave all
currently unpaved areas of their facility that are subject to any vehicular use or storage,
use, handling, or production of hazardous materials.
i•
(B) For those facilities located in Zone 1 of an APA in which the nature of the business
involves the use of hazardous materials outside of fully enclosed structures, the City shall
NW evaluate the existing storm water collection and conveyance system, and reserves the
right to require the owner to upgrade the system to meet the provisions of RMC 4=6-
030E3, Additional Requirements in Aquifer Protection Areas — Amendments to King
County Surface Water Design Manual.
(C) For those facilities located in Zone 1 of an APA, the City may require the owner to test
eis
interior wastewater plumbing and the building side sewer for tightness according to
subsection H6a(ii), Pipeline Requirements—Zone 1, and reserves the right to require that
such wastewater conveyance be repaired or replaced according to subsection H6a(i),
Pipeline Requirements—Zone 1.
(3) Capital Cost Reimbursement for Additional Operating Permit Requirements: The
City shall pay fifty percent (50%) of documented capital costs up to twenty five thousand
dollars ($25,000.00) for required installation and construction of monitoring wells, site
paving, wastewater conveyance, and storm water improvements as required in subsections
H2d(vi)(A) and (B), Site Monitoring and Site Improvements. Payment by the City shall be
made according to adopted administrative rules.
me
3. Use of Pesticides and Nitrates—APA Zones 1 and 2:
.1.
5/22/2002 3:18 PM J:\DATAUREN\101-006\Specs\05 Appendix A-Aquifier Protection.doc
11x1
a. Use of Pesticides: The application of hazardous materials such as pesticides shall be
allowed in an APA, except within one hundred feet (100') of a well or two hundred feet
(200') of a spring,provided that
a
i. The application is in strict conformity with the use requirements as set forth by the EPA
and as indicated on the containers in which the substances are sold.
ii. Persons who are required to keep pesticide application records by RCW 17.21.100.1 and
WAC 16-228-190 shall provide a copy of the required records to the Department within
seventy two (72) hours of the application.
a
b. Nitrate-Containing Materials: The application of fertilizers containing nitrates shall
be allowed in an APA except within one hundred feet(100') of a well or two hundred feet
(200') of a spring;provided, that:
i. No application of nitrate-containing materials shall exceed one-half (0.5) pound of
nitrogen per one thousand (1,000) square feet per single application and a total yearly a
application of five (5) pounds of nitrogen per one thousand (1,000) square feet; except
that an approved slow-release nitrogen may be applied in quantities of up to nine-tenths
(0.9) pound of nitrogen per one thousand (1,000) square feet per single application and
eight (8) pounds of nitrogen per one thousand (1,000) square feet per year; and
ii. Persons who apply fertilizer containing nitrates to more than one contiguous acre of
land located in the APA either in one or multiple application(s) per year shall provide to
the Department within seventy two (72) hours of any application the following
information:
S
(1) The name, address, and telephone number of the person applying the fertilizer;
(2)The location and land area of the application;
(3) The date and time of the application;
(4) The product name and formulation;
(5) The application rate.
4. Wastewater Disposal Requirements — Zones 1 and 2: Refer to RMC 4-6-040J, Sanitary
Sewer Standards, Additional Requirements that Apply within Zones 1 and 2 of an Aquifer irr
Protection Area.
5. Surface Water Requirements — Zones 1 and 2: Refer to RMC 4-6-030E, Drainage Plan
Requirements and Methods of Analysis for additional surface water requirements applicable
within Zones 1 and 2 of an Aquifer Protection Area.
6. Pipeline Requirements:
a
a.Pipeline Requirements—Zone 1:
i. All new and existing pipelines in Zone 1 shall be constructed or repaired in Ii
accordance with material specifications contained in subsection S of this Section,
a
5/22/2002 3:18 PM J:\DATA\REN\101-006\Specs\05 Appendix A-Aquifler Protection.doc
I'
two 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
ow 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: 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
tow existing pipeline in Zone 1 of an APA may degrade ground water quality, the
Department may require leakage testing of the existing pipeline in accordance with
subsection H6a(ii) of this 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.
ow
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
owo 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 H6a(ii) of this Section.
b. Pipeline Requirements — Zone 2: If the Department has reason to believe that the
operation or proposed operation of an existing pipeline in Zone 2 of an APA may degrade
groundwater quality, the Department may require: leakage testing in accordance with
subsection H6a(ii) of this Section; installation, sampling, and sample analysis of groundwater
monitoring wells; repair of the pipeline to the satisfaction of the Department such that
degradation of groundwater quality is minimized or eliminated. Criteria for this
determination is specified under subsection D2b(ii), Potential to Degrade Groundwater —
Zone 2, Criteria.
52272002 3:18 PM 1:\DATA\REN1101-006\Specs105 Appendix A-Aquifier Protection.doc
tor
7. Construction Activity Standards — Zones 1 and 2: Refer to RMC 4-4-05007, Construction „,
Activity Standards—APA Zones 1 and 2.
8. Fill Material Requirements — Zones 1 and 2: Refer to RMC 4-4-060L4, Fill Material,
orni
regarding quality of fill and fill material source statement requirements within aquifer protection
areas.
la
9. Regulations for Existing Solid Waste Landfills—Zones 1 and 2:
a. Materials: Earth materials used as fill or cover at a solid waste landfill shall meet the
requirements of RMC 4-4-060L4, Fill Material.
a
b. Groundwater Monitoring: The Department shall have the authority to require an owner
of a solid waste landfill to implement a groundwater monitoring program equal to that
described by King County Board of Health Title 10 (King County Solid Waste
Regulations) Section 10.72.020 and a corrective action program equal to that described
by Section 10.72.030. The Department shall have the authority ascribed to the health
officer in said regulations. Quarterly reports shall be provided to the Department detailing
groundwater monitoring activity during the preceding three (3) months. Reports detailing
corrective action required by the Department shall be submitted according to a written
schedule approved by the Department.
10. Hazardous Materials — Release Restrictions — Zones 1 and 2: Hazardous materials shall
not be spilled, leaked, emitted, discharged, disposed, or allowed to escape or leach into the air,
into groundwater, surface water, surface soils or subsurface soils. Exception: Intentional
withdrawals of hazardous materials for the purpose of legitimate sale, use, or disposal and
discharges permitted under federal, state, or local law. Any unauthorized releases shall be subject
to the procedural requirements of RMC 4-9-015G, Unauthorized Releases. (Amd. Ord. 4851, 8-7-
2000)
w
ti
a
a
a
5/22/2002 3:18 PM J:\DATA\REN\101-006\Specs\05 Appendix A-Aquifier Protection.doc
1
r.
4-4-030 GRADING, EXCAVATION, AND MINING REGULATIONS
, ,, C. CONSTRUCTION STANDARDS:
1. Haul Routes: A construction plan indicating haul routes and hours, construction hours, and a
+r• traffic control plan must be submitted to the Development Services Division for approval
prior to a construction permit being issued.
2. Haul Hours: Haul hours shall be restricted to the hours between eight-thirty (8:30) a.m. and
three-thirty (3:30)p.m., Monday through Friday unless otherwise approved in advance by the
Development Services Division.
3. Permitted Work Hours in or Near Residential Areas: Construction activities which require
construction or building permits and which are conducted in residential areas or within three
hundred feet (300') of residential areas shall be restricted to the following hours:
a. Single Family Remodel or Single Family Addition Construction Activities: Single
"' family remodel or single family addition construction activities shall be restricted to
the hours between seven o'clock (7:00) a.m. and ten o'clock (10:00) p.m., Monday
through Friday. Work on Saturdays and Sundays shall be restricted to the hours
between nine o'clock (9:00) a.m. and ten o'clock (10:00) p.m.
b. Commercial, Multi-Family, New Single Family and Other Nonresidential
Construction Activities: Commercial, multi-family, new single family and other
nonresidential construction activities shall be restricted to the hours between seven
o'clock (7:00) a.m. and eight o'clock (8:00) p.m., Monday through Friday. Work on
air Saturdays shall be restricted to the hours between nine o'clock (9:00) a.m. and eight
o'clock(8:00)p.m. No work shall be permitted on Sundays. (Ord. 4703, 2-2-1998)
me
4. Temporary Erosion Control: Temporary erosion control must be installed and maintained
for the duration of the project. This work must comply with the current King County
Surface Water Design Manual as adopted by the City of Renton and must be approved by
the Development Services Division.
'5. Hydroseeding Required: Within thirty (30) days of completion of grading work, the
WO
applicant shall hydroseed or plant an appropriate ground cover over any portion of the
site that is graded or cleared of vegetation and where no further construction work will
r occur within ninety (90) days. Alternative measures such as mulch, sodding, or plastic
covering as specified in the current King County Surface Water Management Design
Manual as adopted by the City of Renton may be proposed between the dates of
November 1st and March 31st of each year. The Development Services Division's
approval of this work is required prior to final inspection and approval of the permit.
(Ord. 4703, 2-2-1998)
5/22/2002 3:18 PM 1:\DATA\REN\101-006\Specs\05 Appendix A-Aquifier Protection.doc
I�l
6. Construction Activity Standards — APA Zones 1 and 2: The following standards shall
apply to construction activities occurring in the aquifer protection area if construction
vehicles will be refueled on site and/or the quantity of hazardous materials that will be
stored, dispensed, used, and handled on the construction site exclusive of the quantity of
hazardous materials contained in fuel or fluid reservoirs of construction vehicles will
exceed the de minimus amount specified in RMC 4-3-050C6a(ii)(1).
a
a. Designated Person: There shall be a designated person on site during operating hours
who is responsible for supervising the use, storage, and handling of hazardous
materials and who shall take appropriate mitigating actions necessary in the event of „,
fire or spill.
b. Secondary Containment: Hazardous material storage, dispensing, and refueling areas rig
and, to the extent possible, use and handling areas shall be provided with secondary
containment in accordance with RMC 4-3-050H2d(i), Secondary Containment —
Zones 1 and 2. ori
c. Securing Hazardous Materials: Hazardous materials left on site when the site is
unsupervised must be inaccessible to the public. Locked storage sheds, locked
fencing, locked fuel tanks on construction vehicles, or other techniques may be used
if they will preclude access.
a
d. Removal of Leaking Vehicles and Equipment: Construction vehicles and stationary
equipment that are found to be leaking fuel, hydraulic fluid, and/or other hazardous
materials shall be removed from the site and the aquifer protection area or repaired in
place as soon as possible and may remain on the site in the interim only if leakage is
completely contained.
e. Flammable and Combustible Liquids — Storage and Dispensing: Storage and
dispensing of flammable and combustible liquids from tanks, containers, and tank
vehicles into the fuel and fluid reservoirs of construction vehicles or stationary
equipment on the construction site shall be in accordance with these standards and the
Uniform Fire Code Section 7904.2. as adopted or amended by the City.
f. Clean-Up Equipment and Supplies: Equipment and supplies adequate for the
immediate clean-up of the worst case release shall be stored on the construction site
in close proximity to hazardous materials.
g. Unauthorized Releases: Unauthorized releases as defined in RMC 4-11-210,
Definitions U, shall immediately be contained, reported, and cleaned up as required
by RMC 4-9-015G, Unauthorized Releases. Contaminated soil, water, and other
materials shall be disposed of according to state and local requirements.
h. Application of Pesticides and Fertilizer: Application of pesticide and fertilizer shall
be in accordance with the requirements of RMC 4-3-050H3, Use of Pesticides and
Nitrates—APA Zones 1 and 2.
I
5/22/2002 3:18 PM ]:DATA\REN\101-006\Specs\05 Appendix A-Aquifier Protection.doc
i. Hazardous Materials Management Statement: A hazardous materials management
statement as described in RMC 4-8-120D8, Definitions H, Hazardous Materials
Management Statement, shall be submitted to and approved by the Department prior
to issuance of a permit regulating construction activity in the APA. (Ord. 4851, 8-7-
2000)
ION
ONO
■r
5/22/2002 3:18 PM J:\DATA\REN\101-006\Specs\05 Appendix A-Aquifier Protection.doc
ww
Appendix B
Additional Specifications
Section 02360 Root Barrier Systems
.. Section 02750 Portland Cement Concrete Paving
Section 02790 Sports Court Surfacing
Section 02820 Chain Link Fencing
Section 02870 Site Furnishings
Section 02872 Drinking Fountain
+�r
Section 02880 Sports Court Equipment and Structures
Section 02900 Planting
or Section 02915 Transplanting Trees
Section 02920 Sod Lawn
.r
Also included in Appendix B are detail sheets:
Planting Details (2 Sheets)
Planting Notes
WO
Plant Schedule
WO
OW
WO
leo DIVISION 2—SITEWORK
Section 02360—Root Barrier Systems
PART 1 GENERAL
1.01 SCOPE
err
A. Furnish all labor, equipment and materials necessary for provision and installation of root barrier
systems in areas indicated on drawings.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. The provisions and intent of the Contract, including the General Conditions, Supplementary
Conditions, and General Requirements apply to the work as specified in this section. Work related to
this section is described in:
Orr
1. Section 02750—Portland Cement Concrete Paving
2. Section 02900—Planting
1.03 CERTIFICATION
A. The Contractor shall provide Manufacturer's Certificate stating the name,product name,style
number,chemical composition and other pertinent information to fully describe the product.The
Manufacturer is responsible for establishing and maintaining a quality control program to ensure
ern compliance with the requirements of this specification. Documentation of the quality control
program shall be made available upon request.
PART 2 PRODUCTS
2.01 GENERAL
sea A. Quality: All materials shall be new and of the type specified herein.
2.02 ROOT BARRIER
A. Root control substrate product shall be subject to sampling and testing to verify conformance with
this specification. Acceptance shall be based on manufacturer's certifications.
r
B. Product labels shall clearly show the manufacturer or supplier name, style number, and shall include
a compliance statement certifying that all ingredients and inspection standards for this product have
wr been met.
C. Root Control Barrier: Biobarrier by Reemay, Inc., Old Hickory, TN, Ph: 1 800 284 2780 or
DeepRoot Barrier UB 24-2 by Deep Root Partners,L.P., Burlingame, CA,Ph: 1 800 458 7668.
PART 3 EXECUTION
3.01 GENERAL
A. Prior to work of this section, carefully inspect installed work of other trades and verify that work is
complete to the point where this installation may properly commence.
.r.
CT Detention Pipeline for Wells R1,R2,&R3 and Park Improvements 02360- 1
••
DIVISION 2—SITEWORK
Section 02360—Root Barrier Systems
B. Work of this section includes all excavation, installation of barrier, backfill, and finish work ei
necessary for the proper installation of root barrier per Manufacturer's written installation
instructions.
3.02 INSTALLATION
A. Prepare base and subgrade.
B. Trench to appropriate depth for installation of root barrier,minimum protection depth of 20",
following manufacturer's written instructions.
wl
C. Install root barrier per manufacturer's installation recommendations, with proper overlap of material
where applicable.
D. Notify Engineer for inspection of depth of material and of installation methodology prior to trench
or pit backfill.
obi
E. Backfill and compact to requirements after Engineer's inspection and approval.
F. Anchor and secure barrier as required per manufacturer's written instructions.
3.03 CLEAN UP
•
A. All debris, surplus materials, and trimmings shall be removed from the site upon completion of the
installation.
END OF SECTION
it l
+r�r
S
+rir
S
r
S
a
CT Detention Pipeline for Wells R1,R2,&R3 and Park Improvements 02360-2
S
DIVISION 2—SITE WORK
Section 02750—Portland Cement Concrete Paving
+rr
PART 1 —GENERAL
1.01 SUMMARY
A. Extent of Work: The extent and location of the "Portland Cement Concrete
m. Paving" work is indicated on the drawings. The Work includes the requirements
for providing all cast-in-place concrete, reinforcement, surface finish, curing, and
associated work in conformance with these specifications and to the dimensions
or indicated on the drawings.
B. Related Documents: The provisions and intent of the Contract, including the
General Conditions, Supplementary Conditions and General Requirements, apply
to the work as if specified in this section.
1.02 REFERENCES:
urs
A. ACI 301 —Specifications for Structural Concrete for Buildings.
twit B. ANSI/ASTM A185—Welded Steel Wire Fabric for Concrete Reinforcement.
C. ANSI / ASTM A497 — Welded Deformed Steel Wire Fabric for Concrete
Reinforcement.
D. ANSI / ASTM D1751 — Preformed Expansion Joint Fillers for Concrete Paving
and Structural Construction.
E. ANSI / ASTM D1752 — Preformed Sponge Rubber and Cork Expansion Joint
Fillers for Concrete Paving and Structural Construction.
US
F. ASTM A615—Deformed and Plain Billet—Steel for Concrete Reinforcement.
G. ATSM C33—Concrete Aggregates.
rr.
H. ASTM C94—Ready Mix Concrete.
I. ASTM C150—Portland Cement.
J. ASTM C260—Air-Entraining Admixtures for Concrete.
+■+ K. ASTM C309—Liquid Membrane-Forming Compounds for Curing Concrete.
L. ASTM C494—Chemical Admixtures for Concrete.
M. FS TT-C-800—Curing Compound, Concrete, for New and Existing Surfaces.
1.03 QUALITY ASSURANCE
A. Qualifications of Manufacturer: Ready-mixed concrete plants shall be approved
and certified by the National Ready Mix Concrete Association(NRMCA). Ready-
CT Pipeline for Wells R1, R2, &R3 and Park Improvements 02750- 1
fir 5/21/2002 10:23 AM J:\DATA\REN\101-006\Specs\06b Appendix B-Div 2 02750 Cement Concrete Paving.doc
1 of 6
emo
DIVISION 2—SITE WORK
Section 02750—Portland Cement Concrete Paving
mixed concrete shall be batched in accordance with the applicable portions of
ASTM C94.
sii
B. Qualifications of Workmen:
1. Provide at least one person who shall be present at all times during
execution of this portion of the work and who shall be thoroughly trained
and experienced in placing the types of concrete specified and who shall
direct all work performed under this section.
i
2. Thoroughly trained and experienced journeyman concrete finishers shall
be employed for finishing of exposed surfaces.
C. Codes and Standards: All concrete shall meet the requirements of the Uniform
Building Code. All concrete is reinforced, unless stated otherwise. The amount
of reinforcing shall not be less than the minimum required by the Code. Where
provisions of pertinent codes and standards conflict with this specification, the
more stringent provisions shall govern. Conform to City of Renton code for
paving work or most stringent standards referenced herein. ad
D. Defective Concrete: Areas of substandard work or substandard strength shall be
examined by the Engineer. Defective work shall be removed or replaced or the No
work shall be corrected in a manner directed by the Engineer. The cost of all
examination, testing, and corrective measures shall be borne by the Contractor.
E. Perform all work in accordance with ACI 301.
F. Obtain materials from same source throughout unless otherwise approved by
Engineer.
1.04 SUBMITTALS:
A. Concrete: Submit to the Engineer in accordance with Contract Submittal
Procedures of these specifications, the proposed design mix for each class of
concrete required for this portion of the Work.
B. Include data on joint filler, admixtures, and curing compounds.
1.05 PRODUCT HANDLING:
wr
Ready-mixed concrete shall be placed in its final position within 1-1/2 hours after the
addition of cement.
rr
A. Retempering: Mix concrete only in such quantities as are required for immediate
use, and use while fresh before initial set has taken place. Concrete which has
developed initial set shall not be used. Concrete which has partially hardened
shall not be retempered or remixed.
r
CT Pipeline for Wells R1, R2, &R3 and Park Improvements 02750- 2
5/21/2002 10:23 AM \DATA REM101-006\Specs‘06b Appendix B-Div 2 02750 Cement Concrete Paving.doc a
2 of 6
a
DIVISION 2—SITE WORK
Section 02750—Portland Cement Concrete Paving
B. Protection: Use all means necessary to protect cast-in-place concrete materials
before, during, and after installation and to protect the installed work and
• materials of all other trades.
C. Replacement: In the event of damage, immediately make all repairs and
replacements necessary to the approval of the Engineer and at no additional cost
to the Owner.
PART 2—PRODUCTS
2.01 CONCRETE:
A. Cement:
1. All cement shall be portland cement conforming to ASTM C 150 Normal,
t • Type I, gray color, and shall be the product of one manufacturer.
B. Aggregates: Aggregates for the Portland cement concrete shall conform to ASTM
C33.
irr
C. Water: Water used for mixing concrete shall be clean and not detrimental to
concrete.
lop
2.02 FORM MATERIALS:
A. Conform to ACI 301.
ea
2.03 REINFORCEMENT:
A. Reinforcing Steel: ASTM A615; 40 ksi yield grade; deformed billet steel bars,
uncoated finish.
B. Welded Steel Wire Fabric: Plain type, ANSI / ASTM A185; in flat sheets,
ell uncoated finish.
C. Tie Wire: Annealed steel, minimum 16 gauge size.
■
D. Dowels: ASTM A615; 40 ksi yield grade,plain steel, uncoated finish.
E. Other Material: All other materials not specifically described but required for a
complete and proper installation of cast-in-place concrete shall be as selected by
the Contractor subject to the approval of the Engineer.
ONO 2.04 ACCESSORIES:
A. Curing Compound: FS TT-C-800, Type 1, 30 percent solids.
.rl
B. Liquid Surface Sealer
C. Preformed Joint: ASTM D1751, Type 1, 1/2 inch thick.
CT Pipeline for Wells R1, R2, & R3 and Park Improvements 02750- 3
5/21/2002 10:23 AM J:\DATA\REN\101-006\Specs\06b Appendix B-Div 2 02750 Cement Concrete Paving.doc
3 of 6
rrr
DIVISION 2—SITE WORK
Section 02750—Portland Cement Concrete Paving
2.05 CONCRETE MIX:
A. Mix Concrete in accordance with ASTM C94.
B. Provide concrete of the following characteristics: Compressive Strength at 28
days—2500 psi.
C. Use accelerating admixtures in cold weather only when approved by Engineer.
Use of admixtures will not relax cold weather placement requirements.
ii
D. Use set-retarding admixtures during hot weather only when approved by
Engineer.
E. Add air-entraining agent to concrete mix for concrete work subject to freeze / a
thaw cycles. This air entrainment shall be 4 to 6-percent of total volume.
2.06 EXPOSED AGGREGATE
A. Washed and graded 5/8 inch to 7/8 inch pea gravel.
PART 3 —EXECUTION
3.01 INSPECTION:
S
A. Prior to all work of this section, carefully inspect the installed work of all other
trades and verify that all such work is complete to the point where this installation
may properly commence.
B. Verify that all items to be embedded in concrete are in place, properly oriented,
located and secured.
C. Verify compacted subgrade or granular base is ready to support paving and
imposed loads.
as
D. Verify that gradients and elevations of base are correct.
E. Beginning of installation means acceptance of existing conditions.
3.02 PREPARATION:
A. Moisten base to minimize absorption of water from fresh concrete.
B. Notify Engineer minimumu 24 hours in advance of commencement of concrete
operations.
3.03 FORMING:
A. Place and secure forms to correct location, dimension, and profile.
B. Assemble formwork to peiulit easy stripping and dismantling without damaging
concrete.
CT Pipeline for Wells R1,R2, & R3 and Park Improvements 02750 -4
5/21/2002 10:23 AM 1:\DATA\REN\101-006\Specs\06b Appendix B-Div 2 02750 Cement Concrete Paving.doc a
4of6
1
DIVISION 2—SITE WORK
Section 02750—Portland Cement Concrete Paving
C. Place joint fillers vertical in position, in straight lines. Secure to formwork during
concrete placement.
3.04 REINFORCEMENT:
A. Place reinforcement at mid-height of slabs-on-grade.
tir
B. Interrupt reinforcement at expansion joints.
r C. Place reinforcement to achieve slab and curb alignment as detailed.
D. Provide dowelled joints at interruptions of concrete with one end of dowel set in
capped sleeve to allow longitudinal movement.
3.05 FORMED JOINTS:
.P A. Place expansion joints at 30-foot intervals to correct elevations and profile. Align
curb and sidewalk joints.
B. Place joint filler between paving components and building or other appurtenances.
Recess top of filler in accordance with Manufacturer's written instructions.
C. Provide scored joints at intervals as indicated.
lrr
3.06 PLACING CONCRETE:
A. Place concrete in accordance with ACI 301.
B. Hot Weather Placement: Refer ACI 301.
C. Cold Weather Placement: Refer ACI 301.
D. Ensure reinforcement, inserts, embedded parts and formed joints are not disturbed
during concrete placement.
E. Place concrete continuously between predetermined construction joints. Do not
break or interrupt successive pours such the cold joint occur.
iris
3.07 FINISHING:
+ww+ A. Broom Finish: Light broom,with radius and trowel joint edges.
B. Exposed Aggregate Finish: After float finish, evenly distribute and darby in pea
gravel. After initial set, remove surface matrix by brushing and washing to expose
proper amount of aggregate as approved by Engineer.
C. Provide exposed aggregate finish to all new walkways.
err
D. Provide broomed finish to all ramps, curbs, and other areas not required to have
aggregate finish or special finish as specified elsewhere.
r
CT Pipeline for Wells R1, R2, & R3 and Park Improvements 02750 - 5
5121!2002 10:23 AM J:\DATA\REN101-006\Specs\06b Appendix B-Div 2 02750 Cement Concrete Paving.doc
5 of 6
wr
DIVISION 2—SITE WORK
Section 02750—Portland Cement Concrete Paving
r
E. Place curing compound on exposed concrete surfaces immediately after finishing.
Apply in accordance with manufacturer's instructions.
3.08 PROTECTION:
o
A. Immediately after placement protect concrete under provisions of this Contract
from premature drying, excessive hot or cold temperatures, and mechanical injury. `
END OF SECTION
wr
a
ot
to'
Sri
vii
a
CT Pipeline for Wells R1, R2, & R3 and Park Improvements 02750- 6
5/21/2002 10:23 AM l:\DATA\REN\101-006\Specs\06b Appendix B-Div 2 02750 Cement Concrete Paving.doc
6of6
a
�.. DIVISION 2 - SITEWORK
Section 02790—Sports Court Surfacing
PART 1 —GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and all provisions of the contract, including General and Supplementary
Conditions, apply to this Section.
or 1.02 SUMMARY
A. This Section includes the following:
1. Furnish all labor, materials and equipment necessary for installation, as indicated
on the drawings and in these specifications, of basketball court pavement.
2. Coordinate with Contractors performing related work.
+rr 3. Provide a warranty as specified.
B. Work by Owner and not included under this Contract:
1. Acrylic emulsion court surfacing and court lines.
C. Related Sections include the following:
1. Section 02820 — Chain Link Fencing and "Concrete" for concrete post
foundations installed in and at perimeter of court.
op 1.03 SUBMITTALS
A. Basketball Court Pavement
1. Certified test report of sieve analysis for crushed rock base material.
2. Certification of compliance to Specifications for asphaltic concrete leveling
course and for asphaltic concrete surface course delivered to site. Certificate shall
be from the mixing plant.
B. Acrylic Emulsion Court Surfacing and Court Lines: By Owner.
1. Product data for acrylic emulsion surfacing system in the form of manufacturer's
technical data, specifications and installation instructions.
2. Shop drawings showing overall court dimensions, including location and size of
all lines, color locations, and locations of posts at 1/8"= 1'-0" scale. Submit
these drawings minimum 30 days prior to installation for approval.
3. Samples for acrylic emulsion surfacing colors and striping color.
ire
4. Warranty: Submit within 14 days after Notice to Proceed.
CT Pipeline for Wells RI,R2,&R3 and Park Improvements 02790- 1
- 5/21/2002 10:23 AM .:\DATA\REN\101-006\Specs\06c Appendix B-Div 2 02790 Sports Court Surfacing.doc
1 of 6
DIVISION 2- Sl'1'EWORK
Section 02790—Sports Court Surfacing
5. Maintenance Data including all information Owner must know to care for
the surface to prolong its life and maintain the warranty, including repair
procedures and precautions. oil
1.04 QUALITY ASSURANCE
eto
A. Acceptance of related work: The Owner's Representative shall inspect and approve in
writing all installed work which directly affects this work. Acceptance shall be addressed
to General Contractor and copies sent to the Engineer. Coordinate with curing
requirements of asphalt pavement with Owner's installation schedule of acrylic emulsion
surfacing.
B. Testing: The Owner reserves the right to test the surfacing system to determine if it
meets the minimum requirements of this Specification and the submitted manufacturer's
specifications.
C. Installer Qualifications: Company and employees shall be specialized in the construction
of outdoor sports courts, including construction of asphaltic concrete pavement leveling
and surface courses for the same; with minimum of 5 years of documented experience.
1.05 WARRANTY tri
A. General: Submit a warranty according to the Conditions of the Contract for work
performed. a
1:111
B. Coverage: The Warranty shall protect the Owner from all installation, manufacturing and
material defects related to work in this Section. The warranty shall ensure the suitable
usability of the surface for general pedestrian traffic, wheelchair traffic, normal
basketball play, and other similar uses.
C. Conditions: The warranty shall ensure prompt repair or replacement of work that does
not perform as required because of failures in workmanship and materials.
oil
PART 2—PRODUCTS
esi
2.01 GENERAL
A. Provide basketball court pavement consisting of 4" minimum compacted crushed rock
base per specifications, minimum 2" asphaltic concrete leveling course (Class B),
minimum 2" asphaltic concrete surface course (modified Class G). Leveling material /
primer coats as specified by the manufacturer (2 coats), acrylic emulsion surfacing
system as specified, and line marking paint by same manufacturer of surfacing system
will be installed by the Owner upon completion of the asphalt curing.
CT Pipeline for Wells R1,R2,&R3 and Park Improvements 02790-2
5/21/2002 12:21 PM I:\DATA\PEN\101-006\Specs\06c Appendix B-Div 2 02790 Sports Court Surfacing.doc
2of6
a
+i. DIVISION 2 -SITEWORK
Section 02790—Sports Court Surfacing
2.02 SOIL STERILANT
There shall be no soil sterilant used on site, because of location in Aquifer Protection
Area.
.r
u• 2.03 CRUSHED ROCK BASE
A. 5/8"minus crushed rock base per WSDOT Standard Specifications 2000 Edition, Section
9-03.9(3) Crushed Surfacing—Top Course and Keystone.
2.04 ASPHALTIC CONCRETE
A. Asphaltic Concrete Leveling Course: Class B and conform to the requirements of Section
9-02 and 9-03 of the WSDOT Standard Specifications, 2000 edition. The grade of
paving asphalt shall be AR 4000 or as approved by Owner's Representative.
B. Asphaltic Concrete Surface Course: Conform to the WSDOT 2000 Standard
Specifications, Section 5-04.2 requirements for Class G Asphaltic Concrete Pavement
modified to conform to the following analysis using Tyler Standard Screens - U.S. Series
Equivalent Number:
VW
Sieve Size Percent Passing by Weight
1/2" 100%
0" 3/8" 90- 100%
#4 63-78%
#8 50-60%
#30 25-42%
#50 7-23%
#200 3-8%
A.C. (% of Mix) 7.5-9.5%
Void Content—within range as specified by WSDOT but not exceeding 7%.
op
C. Tack Coat: Mixture shall be 1 part water, 1 part emulsified asphalt, CSS-1.
D. Joint Sealer: Conform to ASTM D-3405.
r. 2.05 PREPARATION & ACRYLIC EMULSION SURFACING: BY OWNER
A. General: Products as necessary and specified by manufacturer to prepare surface for
optimum condition of applying acrylic emulsion surfacing. Products include, but are not
limited to, leveler and sealer and surfacer.
CT Pipeline for Wells RI,R2,&R3 and Park Improvements 02790-3
NW 5/21/2002 10:23 AM J:\DATA\REN\I01-006\Specs\06c Appendix B-Div 2 02790 Sports Court Surfacing.doc
3 of 6
DIVISION 2 - STI'EWORK
Section 02790—Sports Court Surfacing
a
B. Acrylic Emulsion Surfacing: The Contractor may use one of the following acrylic
emulsion systems or equal as reviewed and approved by Owner's Representative:
1. Novaplay acrylic emulsion coat system as recommended in written instructions
and as manufactured by Nova Sports U.S.A., (508)429-5650 or(800) 872-6682.
2. Plexiflor acrylic emulsion coat system as recommended in written instructions
and as manufactured by California Products Corporation, (978) 623-9980 or(800)
225-1141.
C. Delivery: Deliver product components for the acrylic emulsion surfacing to the site in
unopened containers. Mix the components at the job site per manufacturer's written
instructions.
D. Color: Courts shall be two colors and per approved submittal. Exact colors shall be as
selected by Owner. Lines shall be one color as selected by the Owner.
PART 3 —EXECUTION
3.01 GENERAL
A. Installation conditions for asphaltic concrete: Applicable sections of WSDOT Standard
Specifications apply to execution of this portion of the Work. Materials shall not be
placed when ambient air temperature is below 40 degrees F., surfaces are wet or damp,
precipitation is falling or impending, and in any other conditions exist or are pending
which make it unsuitable for asphalt pavement installation.
go
B. Installation conditions for acrylic emulsion surfacing by Owner: Materials shall not be
placed when ambient air temperature or surface temperature is below 50° F or above
140° F surfaces are wet or damp, precipitation is falling or impending, and if any other
conditions exist or are pending which make it unsuitable for acrylic emulsion installation.
C. Coordination: Coordinate with Contractors installing related work including adjacent
concrete work, and other work. Contractor shall wait a minimum of 24 hours after
acrylic emulsion surfacing installation is complete before seeding or sodding. Allow
adequate curing time for asphalt pavement prior to installing acrylic emulsion surfacing.
Install post sleeves for backboard, post foundations, and any fencing prior to installing
acrylic emulsion surfacing.
tai
D. Qualifications of Installers: Use only experience personnel specialized in installing the
materials specified in this Section. The superintendent, supervisory personnel and
technical personnel involved with acrylic emulsion surfacing installation must be
employees of the approved manufacturer or installation company.
E. Asphalt Paving Equipment: Use a self-propelled spreading machine minimum 10 foot
width that will not cause segregation of materials and is able to maintain the specified
CT Pipeline for Wells R1,R2,&R3 and Park Improvements 02790-4
V a
5/21/2002 10:23 AM ):\DATAUtEN\101-006\Specs\06c Appendix B-Div 2 02790 Sports Court Surfacing.doc
4of6
e.'
a
OM DIVISION 2 -SITEWORK
Section 02790—Sports Court Surfacing
grade, course thickness, and line. Manual methods or spreader box may be used in small
areas inaccessible to the spreading machine.
no F. Acrylic Emulsion Surfacing Equipment: Use only the equipment specified and
recommended by the manufacturer.
err 3.02 SOIL STERILIZATION
There shall be no soil sterilant used on site, because of location in Aquifer Protection Area
or
3.03 CRUSHED ROCK BASE
A. General: Refer to applicable sections of WSDOT Standard Specifications.
B. Tolerances: The finished surface of the crushed rock base course shall not deviate from
or the specified gradient by more than 1/2" in 10'0" measured in any direction with a
straight edge.
so C. Court Gradient: The Contractor shall be responsible for layout of the court to provide
positive drainage and a 1% surface slope in any direction. Confirm gradients with
Engineer prior to placement of base course.
3.04 ASPHALTIC CONCRETE
"r' A. General: Install after crushed rock base course is complete. Verify that crushed rock
base course meets compaction and grading requirements prior to asphalt installation.
Using the specified machinery,place asphaltic concrete in two lifts, a 2" leveling
or course and a minimum 2" surface course, for a total minimum depth of 4".
B. Installation: Conform to Section 5-04 of the "Standard Specifications". Joints made
lo` during installation shall be vertical, straight, clean and shall not have broken or loose
material.
woo C. Grade Tolerances of Leveling Course: Surface grade of the leveling course shall not
deviate from the specified gradient by more than 1/4" in 10'0" measured in any direction
with a straight edge.
D. Grade Tolerances of the Surface Course: Surface grade of the surface course shall not
deviate from the specified gradient by more than 1/8" in 10'0" measured in any direction
with a straight edge.
or
E. Tack Coat: Apply a light tack coat to contact surfaces of cold vertical joints and concrete
wall/edging. Apply to surface of asphaltic concrete base course at the rate of.091 to .226
liters per square meter.
ON
F. Compaction: Roll base course lift minimum one time, and leveling course lift minimum
CT Pipeline for Wells R I,R2,&R3 and Park Improvements 02790-5
ow
5/21/2002 10:23 AM J:\DATA\REM101-006\Specs\06c Appendix B-Div 2 02790 Sports Court Surtacing.doc
5 of 6
tow
DIVISION 2 - STIEWORK tr�ir
Section 02790—Sports Court Surfacing
two times at right angles to remove all surface imperfections. Roll leveling course a third eii
time with a one ton roller.
F. Sealant: Apply sealant to meet all lines and butt joints.
3.05 PREPARATION FOR ACRYLIC EMULSION SURFACING SYSTEM
a
A. Asphalt pavement acceptance: Prior to installation of acrylic emulsion surfacing, Owner
will inspect and accept asphalt pavement upon which acrylic emulsion surfacing will be
applied. Inspection procedure shall include verification of adequate compaction, surface
slopes and grades within the specified tolerances, and correct location of sleeves. Any
soft areas of asphalt must be removed and replaced.
a
B. Court Layout acceptance: verify overall court dimensions are as specified.
C. Preparation: Prepare surface as follows: t
1. Prior to applying acrylic emulsion surfacing, remove all substances detrimental to
acrylic emulsion surfacing and ensure surface is clean and dry. Use high-pressure
water, air broom, or hand sweep to clean pavement. Remove grease and oil using a
detergent recommended by the manufacturer, then thoroughly flush detergent
from surface with water.
2. Check pavement for birdbaths by flooding it. Outline puddle areas with chalk and
level with Manufacturer's product and instructions.
D. Protection: Use all measures necessary to protect adjacent work from contamination by
acrylic emulsion installation procedure. Contractor shall replace, at not cost to the
Owner, all adjacent work which is irreparably damaged or discolored as a result of
surfacing installation.
3.06 ACRYLIC EMULSION SURFACING: BY OWNER
I
A. General: Install after asphaltic concrete pavement is complete and cleaned.
B. Acrylic Emulsion Surfacing system: Install the specified acrylic emulsion surfacing a
system products per manufacturer's written instructions over the entire court asphalt
surface. Allow each coat to dry thoroughly. After each coat is dry, inspect the surface
and remove any foreign excess material per manufacturer's instructions prior to applying
the next coat. The volume of each material per area of court surface shall conform to the
manufacturer's specifications.
C. Court Lines: Accurately install lines with dimensions and locations in accordance with
the National Federation of State High School Associations most recent guidelines in
conjunction with the detail provided in the Plans. Apply two coats of the specified
product per manufacturer's written instructions. Lines shall have crisp edges and be
accurately radiused where applicable.
CT Pipeline for Wells R1,R2,&R3 and Park Improvements 02790-6
5/21/2002 10:23 AM I:\DATA REN\101-006\Specs\06c Appendix B-Div 2 02790 Sports Court Surfacing.doc
6 of 6
aa DIVISION 2 - SITEWORK
Section 02790—Sports Court Surfacing
END OF SECTION
rvr
aa
VW
NW
W O
W V
VW
AW
VW
WV
VW
VW
CT Pipeline for Wells RI,R2,&R3 and Park Improvements 02790-7
err 5/21/2002 10:23 AM JADATA\REN\101-006\Specs\06c Appendix B-Div 2 02790 Sports Court Surfacing.doc
7 of 6
DIVISION 2—STTEWORK
Section 02820—Chain Link Fencing
PART 1 GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and Appendices apply to this Section.
B. Related Sections include the following:
Section 02790 Sports Court Surfacing
Section 02880 Sports Court Equipment and Structures
WSDOT 2000 Cast-in-Place Concrete
1.02 SUMMARY
A. This Section includes the following:
1. Furnish all labor, equipment and materials necessary for the provision
and installation of miscellaneous site improvements items, including, but
not limited to chain link court perimeter fencing with swing gate and chain
link fence for tennis backboards.
2. Although not specifically indicated, furnish and install all supplementary or
miscellaneous items, appurtenances and devices incidental to, or
necessary for complete installation.
1.03 REFERENCES
IMO
A. Reference Standards: American Society for Testing Materials (ASTM), current edition at
date of bid, and Chain Link Fence Manufacturers Institute (CLFMI) - Product Manual,
current edition at date of bid
ASTM A 153 Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware
ASTM A 392 Zinc-Coated Steel Chain Link Fence Fabric
ASTM C 94 Standard Specifications for Ready-Mixed Concrete
ASTM F 567 Standard Practice for Installation of Chain Link Fence
ASTM F 626 Specifications for Fence Fittings
ASTM F 669 Standard Specification for Strength Requirements of Metal Posts and
Rails for Industrial Chain Link Fence
ASTM F 900 Specifications for Industrial and Commercial Swing Gates
ON
ASTM F 1083 Standard Specifications for Pipe, Steel, Hot-Dipped Zinc Coated
(Galvanized)Welded, for Fence Structures
ASTM A90/A90M Test Method for Weight [Mass] of Coating on Iron and Steel Articles with
Zinc or Zinc-Alloy Coatings
ASTM F 668-99a Standard Specification for Poly(Vinyl Chloride) (PVC) and Other Organic
Polymer-Coated Steel Chain-Link Fence Fabric
11 r 1.04 SUBMITTALS
A. General: Submit the following according to the Conditions of the Contract:
B. Shop Drawings:
1. Fence elevations, spacing of fence components, fence post foundation
im dimensions, hardware anchorage, and components.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02820- 1
DIVISION 2—SITEWORK
41:11101.:
Section 02820—Chain Link Fencing
2. Typical 4' ht. fence, including all information noted in #1 above. Provide
4'-0" openings in fence in locations indicated on drawings. Provide 10'-0"
wide swing gate with lockdown as specified and as located on the
drawings.
3. Elevations for tennis backstops fence and post installation with backstop
el
components, including post foundations. Posts to be installed in sleeves
placed in concrete foundations. Minimum above-grade post height for
backstop is 10'-0".
4
C. Product Data: Provide data on fabric, posts, accessories,fittings and hardware.
D. Manufacturer's Instructions: Include installation instructions. wj
E. Warranty: Submit warranties for site furnishings within 30 days after Notice to Proceed.
S
1.05 QUALITY ASSURANCE
iit
A. Installer Qualifications: Company and employees specializing in work of this Section,
with minimum 5 years documented experience.
di
B. Chain Link Fencing Installation: Perform work in accordance with CLFMI Product
Manual. Supply fencing components from same manufacturer for single source
responsibility. Coordinate with concrete work and pavement installation.
1.06 WARRANTY
A. General: Submit a warranty according to the Conditions of the Contract: iii
B. Coverage: The Warranty shall protect the Owner from all installation, manufacturing and ,
material defects related to work in this Section.
at
C. Conditions: The warranty shall ensure prompt repair or replacement of work which does
not perform as required because of failures in workmanship and materials. The riii
repairs/replacement shall be made by the warrantor within 20 days of receipt of
complaint in writing, except if adverse weather conditions prevent it.The warranty shall
guarantee work in this Section for a period of one year from the date of final acceptance
al
of the entire project by the Owner. If repairs/replacement do not occur within 20 days of
complaint receipt, the Owner reserves the right to have the work performed by others
and to be reimbursed by the warrantor for the cost of the work.
4
D. Warrantor: The warranty shall be promulgated by the parent company of the installer,
and shall be signed by an authorized individual in the parent company.
a
PART 2 PRODUCTS
2.01 GENERAL
it
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02820-2
a
a
DIVISION 2—SITEWORK
Section 02820—Chain Link Fencing
up A.. Products from qualified manufacturers having a minimum of five years experience
manufacturing poly vinyl chloride coated and galvanized chain link fencing and meeting
following specifications for design, size gauge of metal parts, and fabrication.
eso
B. Obtain black poly vinyl chloride (PVC) coated chain link fencing, including accessories,
fitting, and fastenings, from a single source.
00
2.02 CHAIN LINK MESH
A. General: CLFMI, Standard Industrial 9 gauge, ASTM A 392— 1.2 oz/ft2, 2 inch diamond
mesh interwoven wire, top and bottom selvage knuckle end closed. Galvanize after
fabrication, 0.148" nominal diameter of coated wire. Wire mesh shall be poly vinyl
chloride coated and colored black and conform to a Class 2b PVC coating fused and
adhered to the steel wire.
_ 2.03 GALVANIZED STEEL FRAMING:
B. General: Steel Pipe Framing: CLFMI Type I and ASTM F 669, Heavy Industrial, Group IA, Schedule 40 (Standard Weight) round pipe, meeting ASTM -1083 for standard weight
galvanized pipe with a black Class 2b PVC coating fused and adhered to the steel.
A.
B. Line Posts:
1. Up to and including 10 foot 0 inches height: 2.375 inch outside diameter
at 3.65 pounds per linear foot.
2. Coated with a Class 2b PVC coating fused and adhered to the steel.
C. Terminal, Corner and Pull Posts:
1. Up to and including 10 foot 0 inches height: 2.875 inch outside diameter
at 5.79 pounds per linear foot.
2. Coated with a Class 2b PVC coating fused and adhered to the steel
E. Top, Bottom, and Intermediate Rails: 1.66 inch outside diameter, plain end, in lengths of
not less than 18 feet, fitted with couplings or swedged for connecting the lengths into a
continuous run. The couplings shall not be less than 6 inches long with 0.070 inches
"' wall thickness and shall allow for expansion and contraction of the rail. Suitable ties or
clips shall be provided in sufficient number for attaching the fabric securely to the top rail
at intervals not exceeding 24 inches. Means shall be provided for attaching the top rail
to each corner, pull, and end post. Rails to be coated with a Class 2b PVC coating fused
and adhered to the steel.
F. Brace Rails: 1.66 inch outside diameter. Locate at each corner, end and pull post and
where fabric is 6 feet high or greater. Brace rails shall consist of a round tubular brace
extending to each adjacent line post at approximately mid-height of the fabric and a truss
consisting of a rod with 3/8 inch diameter and turnbuckle. Rails to be coated with a Class
2b PVC coating fused and adhered to the steel.
2.04 FENCE COMPONENTS, FITTINGS AND ACCESSORIES:
CT Detention Pipeline for Wells R1,R2,&R3 and Park Improvements 02820-3
DIVISION 2—SITEWORK + 1
Section 02820—Chain Link Fencing
A. Fence Fittings: Comply with ASTM F 626 and specified requirements of this Section.
Provide items required to complete fence system. Galvanize each ferrous metal item
and finish to match framing. Fittings to be coated with a Class 2b PVC coating fused and
adhered to the steel.
B. Tension Wire: Marcelled 7 gauge steel galvanized, single strand, conforming to ASTM
A824 and coated with a Class 2b PVC coating fused and adhered to the steel wire.
C. Top rail and brace rail ends: Pressed steel per ASTM F626, for connection of rail and
brace to terminal posts. Coated with a Class 2b PVC coating fused and adhered to the Orin
steel.
D. Top rail sleeves: 7"expansion sleeve with spring, allowing expansion and contraction of mei
top rail. Coated with a Class 2b PVC coating fused and adhered to the steel.
E. Tension Band: Flat or beveled steel with minimum 0.078 inch thickness after galvanizing
and minimum 3/4 inch width. Provide in sufficient number to for attaching the fabric and
stretcher bars to all terminal posts at intervals not exceeding 15 inches. Attachment
bolts shall be 5/16 x 1-1/4 inch galvanized carriage bolts with nuts. Coated with a Class
uti
2b PVC coating fused and adhered to the steel.
F. Tension Bars: Minimum 3/16 inch by 3/4 inch thick steel, one-piece length, not less than
2 inches shorter than full height of fabric. One tension bar shall be provided for each
end post, and two for each corner and pull post. Coated with a Class 2b PVC coating
fused and adhered to the steel
G. Ties or Clips: 9 gauge galvanized steel, minimum 2 wraps per connection, sufficient in
number for attaching fabric at minimum 15 inch intervals to line posts, rails, braces, and
tension wires. Coated with a Class 2b PVC coating fused and adhered to the steel
H. Post Caps: Cast steel galvanized, sized to post diameter for weather-tight closure and
fitting over the outside of posts. The cap shall be provided with a hole suitable for
passage of the top rail. Coated with a Class 2b PVC coating fused and adhered to the
steel
I. Nuts and Bolts: Zinc galvanized steel or stainless steel. Coated with a Class 2b PVC
coating fused and adhered to the steel
J. Miscellaneous: Provide galvanized steel sleeves, bands, clips, rail ends, fasteners and
fittings to complete installation. Coated with a Class 2b PVC coating fused and adhered
to the steel
K. Concrete: ASTM C 94 Ready Mix Concrete, minimum fe=3,000 psi at 28 days, 5 bags
(94 pounds) cement per cubic yard, maximum 4 inch slump, and as specified in Section
03310.
2.05 FINISHES:
ore
A. Steel Pipe Posts, Caps, and Framing: Hot-dip galvanized zinc coating, ASTM F 1083,
minimum 2.0 oz/ft2. Coated with a Class 2b PVC coating fused and adhered to the steel
tori
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02820-4
a
DIVISION 2—SITEWORK
Section 02820—Chain Link Fencing
,,,• B. Accessories: Hot-dip galvanized zinc coating, ASTM A 392 Class 2, 2.0 oz./ft2 weight.
Galvanize fabric after fabrication. Coated with a Class 2b PVC coating fused and
adhered to the steel
C. Hardware: Hot-dip galvanized zinc coating, ASTM A 153. Coated with a Class 2b PVC
coating fused and adhered to the steel
"` D. Chain Link Mesh: Hot-dip galvanized coating, ASTM A 392, 1.2 oz psf weight. Coated
with a Class 2b PVC coating fused and adhered to the steel
2.06 SWING GATE
A. Conform to ASTM F 900 for swing gate. Swing gate shall be single leaf with lockdown.
err
B. The base materials of the gate frame shall be round tubular members, welded at all
corners or assembled with corner fittings. Gates assembled with corner fittings shall
have adjustable truss rods 5/16" minimum diameter on panels 5'-0"wide or wider.
Truss rods shall be same base metal and finish as the gate frames.
up
C. Interior bracing shall be same metal and shape tubular metal and finish as gate frame.
Gate leaf shall have vertical interior bracing at maximum intervals of 8'-0" .
D. Gate frames shall be in accordance with ASTM F 1083, and shall match that selected for
1d� adjoining fence framework. Welded joints shall be in accordance with Practice A780,
employing a zinc-rich paint.
E. Gate fabric shall be same type as used in fence construction. Fabric shall be securely
attached to the gate frame at intervals not exceeding 15 inches (15").
+�. F. Size of the gate opening shall be measured from inside face to inside face of the gate
posts. Gate frame shall be designed for the width and constructed so that outer
members shall not sag in excess of the lesser of 1% of the gate width or 2 inches (2").
wr
G. All gate accessories shall be of materials specified for the fence. Hinges shall be
structurally capable of supporting the gate leaf and allow the gate to open and close
without binding. The hinges shall be designed to permit the gate to swing a full 108°.
The gate latch shall include a lockdown mechanism capable of retaining the gate in a
closed position and shall have a provision for a padlock. Keepers shall be provided for
each gate leaf over 5'-0"width.
H. All gate accessories shall be coated with a Class 2b PVC coating fused and adhered to
the steel
frr
PART 3 EXECUTION
rr 3.01 EXAMINATION
A. Verify conditions ready to receive work of this Section. Verify locations of all
underground utilities. Do not begin work until unsatisfactory conditions are corrected.
Beginning work constitutes acceptance of existing conditions.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02820-5
WNW
DIVISION 2—STTEWORK
Section 02820—Chain Link Fencing
B. Where there is a conflict between manufacturer's recommendations for installation and
the drawings or specifications, consult with Owner's Representative before proceeding.
C. Contractor shall inspect site prior to bidding.
•
3.02 PREPARATION and LAYOUT
A. Field survey and determine fencing lines to confirm actual layout before beginning work.
B. Locate and mark post positions as required at even intervals not exceeding 10 ft o.c.
Terminal posts shall be set at the beginning and end of each continuous length of fence
and at abrupt changes in vertical and horizontal alignments. Posts to be set six inches
(6")from sports court edge for perimeter fencing.
ell
C. Obtain approval of layout from Owner's Representative before continuing work.
3.03 POST FOUNDATIONS AND FRAMING INSTALLATION:
A. General: Install concrete footings sized per specifications or manufacturer's written •
instructions, applying the more stringent requirement.
B. Install framework, chain link mesh, gates and accessories in accordance with ASTM F
567 and manufacturer's instructions. Follow more stringent requirements.
C. Fence Height: 4'—0". Provide terminal posts at all fence openings.
a
D. Backboards Fence Height: Minimum 10'—0" or per Backboard Manufacturer's written
recommendation.
E. Locate terminal post at each fence termination and change in horizontal or vertical
direction of 30°or more.
a
F. Line Post Spacing: At uniform intervals not exceeding 10 feet o.c.
G. Footings: Drill holes for post footings in firm undisturbed or compacted soils. Holes shall
have diameter 4 times greater than outside dimension of post, and depths approximately
6"deeper than post bottom. Excavate deeper as required for adequate support in soft
and loose soils and for posts with heavy lateral loads. Set post bottom 36" below
surface in firm, undisturbed soil. Set fencing posts plumb in concrete footing holes.
Place, tamp and consolidate concrete 2,500 psi around post in continuous pour.Trowel
finish around posts. Slope to direct water away from posts. Tops of footings shall be
flush with finished grade.
H. Provide sleeves and non-shrink grout for all posts set for backboard walls. Sleeve to be
constructed in foundations described in F. above. Set post sleeves in a vertical position,
plumb, and align while concrete is backfilled into excavation. Set sleeves below finished
grade to allow asphalt paving over. Half-fill the sleeve with nonshrinkable hydraulic
cement and force the post to the bottom of the hole and plumb. Thoroughly work
additional grout into the hole so as to leave no voids. Finish smoothly and crown the
grout to shed water.
a
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02820-6
a
DIVISION 2—SITEWORK
Section 02820—Chain Link Fencing
I. Check each post for vertical and top alignment and maintain position during placement
and finishing operations.
J. Braces: Install horizontal pipe brace at mid-height for fences 6' and over, on each side of
the terminal posts. Firmly attach with fittings. Install diagonal truss rods at these points.
Adjust truss rod, ensuring posts remain plumb. Install brace rail one bay from terminal
posts.
K. Fence Rails: Rails shall be securely fastened to terminal posts and pull posts, and pass
through tops of line post fittings, forming a continuous rail for the full length of the fence
shall not be used adjacent to terminal posts or pull posts. Fence rails, when completed,
shall be true to line, and posts shall be vertical. The lower edge of fabric shall be
maximum two inches above finish grade.
L. Tension wire: Provide tension wire at bottom of fabric. Install tension wire before
stretching fabric and attach to each post with ties. Secure tension wire to fabric with 12-
1/2 gauge hog rings 24"o.c.
M. Top rail: Install lengths, 21'. Connect joints with sleeves for rigid connections for
expansion/contraction.
N. Install gate and gate posts in accordance with ASTM F 567.
3.04 FABRIC INSTALLATION
A. Do not damage, scratch, cut or breach the PVC coating on any part. Do not stretch chain
link mesh until concrete has cured minimum 72 hours.
••
B. Place chain link mesh on field side of posts and rails. Place the fabric by securing one
end, applying sufficient tension to remove all slack before making attachments
as, elsewhere. Install fabric so that fabric remains in tension after pulling force is released.
Stretch chain link mesh between terminal posts, or at intervals of 100 feet maximum,
whichever is less. Place mesh as shown for installation of backboard.
.• C. Position bottom of chain link mesh 2 inches maximum above finished grade.
D. Attach fabric with wires ties to line posts at 15"on center and to rails, braces, and
tension wire at 24" on center.
E. Tension (stretcher) bars: Pull fabric taut, thread tension bar through fabric and attach to
•• terminal posts with bands or clips spaced maximum of 15" on center.
F. Attach chain link mesh to end and corner posts, and to gate frames with tension bars
and tension bar clips.
G. Install bottom tension wire stretched taut between terminal posts.
+r.
H. Adjustments: Adjust all elements of the installation to plumb conditions free from
buckles, bulges, and exposed or protruding wire ends. Adjust all operating hardware to
operate freely and smoothly over full range of operation. Lubricate as necessary.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02820-7
two
DIVISION 2—SITEWORK
Section 02820—Chain Link Fencing
a
1. ERECTION TOLERANCES:
a. Maximum variation from plumb: 1/4 inch.
b. Maximum offset from true position: 1 inch.
c. Do not infringe on adjacent property lines.
3.05 ADJUSTING:
A. Adjust brace rails and tension rods for rigid installation.
B. Tighten hardware,fasteners, and accessories. +r
C. Tie wires: Bend ends of wire to minimize hazard to persons and clothing.
a
D. Fasteners: Install nuts on side of fence opposite fabric side for added security.
3.06 CLEAN UP
A. Clean up debris and unused material and remove from the site.
rr
END OF SECTION
a
a
a
CT Detention Pipeline for Wells R1,R2,&R3 and Park Improvements 02820-8
a
'"' DIVISION 2—SITEWORK
Section 02870—Site Furnishings
PART 1 GENERAL
1.01 SCOPE
A. General: Furnish all labor, equipment and materials necessary for the provision and installation
or of flagpole,including,but not limited to:
1. Flagpole foundation
2. Flagpole
we. 3. Flagpole installation.
B. Although not specifically indicated,furnish and install all supplementary or miscellaneous items,
appurtenances and devices incidental to,or necessary for complete installation.
1.02 RELATED DOCUMENTS
A. Drawings and Division 0 apply to this section. Refer drawings for location of new flagpole.
B. Related Sections include the following:
it
WSDOT and Special Provisions Division 2 Clearing and Grubbing
WSDOT and Special Provisions Division 2 Earthwork
Section 02920 Sod Lawn
WSDOT Cast-in-Place Concrete
rr C. Coordinate work of this section with related work to ensure a smooth and logical progression of
work in conjunction with the berm and sod lawn installation.
1.03 REFERENCES
A. ASTM B241 —Aluminum and Aluminum Alloy Seamless Pipe and Seamless Extruded Pipe
rr
B. ANSI A58.1 — 1997 Specifications for Windspeed Factor for Puget Sound Region — off open
water,high rise buildings,or bluffs.
rr C. NAAMM FP1001-97 Structural Metal Formula
PART 2 PRODUCTS
rr.
2.01 FOUNDATION
A. Per Standard Groundset Foundation Detail for 35' — 0" exposed height pole with 6" outside
diameter butt diameter. Products include but are not limited to 3,000 psi concrete, steel
grounding spike, foundation sand, and ground sleeve.
or
B. Ground Sleeve: Galvanized, corrugated ground sleeve with welded steel bottom plate and
lightning
+•• rod sized in accordance with manufacturer's standards.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02870- 1
NIP
5/21/2002 12:21 PM J:\DATA\REM101-006\Specs106e Appendix B-Div 2 02870 Site Furnishings.doc
1 of 3
rr
DIVISION 2—Sl'1'EWORK
Section 02870—Site Furnishings
+rr
2.02 FLAGPOLE
A. Minimum Windspeed and/or Load Carrying Capacity: capable of withstanding minimum 85mph
constant windspeed when using maximum 60 square feet of sail per ANSI/NAAMM specifications
for Puget Sound Region—off open water,high rise buildings,or bluffs.
B. Method of Installation: Groundset
C. Shaft Style: conical tapered aluminmum with internally reinforced door opening and cast
aluminum
ai
security door assembly with lock and two(2)keys. Shaft to be of one piece construction.
D. Exposed Height: Thirty-five feet(35').
a
E. Butt Diameter: Six inches (6") outside diameter.
F. Top Diameter: Three and one-half inches(3'h") outside diameter.
G. Wall Thickness: .156 inches.
H. Finish: Clear anodized.
I. Top Ornament and Finish: Clear anodized ball—6"ball ornament.
•
J. Halyard System: Heavy duty single revolving internal truck assembly with cast aluminum spindle
and stainless steel sealed lubricant bearing assemblies; 5/16"fully braided nylon halyard line,ss
bridle with 1" white plastic ball rollers; 3.5"long white plasticized steel counterweight; internal
cam-
action cleat;(2)brass swivel snaps.
a
K. Base Collar: Heavy duty'A"thick cast aluminum collar with 6"ID.
L. Supplier: Flags A' Flying,Tacoma WA,PH: 800 426 1511 or 253 471 1511,or approved equal.
PART 3 EXECUTION
3.01 GENERAL
A. Field locate in accordance with the location on the drawings, and in accordance with
specifications and manufacturer's instructions. Obtain approval from the Owners Representative a
prior to installation. Provide and/or install pole at location indicated.
ea
B. Pole to be set level,plumb and square unless otherwise noted.
C. Where there is a conflict between manufacturer's recommendations for installation and the
drawings,consult with Owner's Representative before proceeding. aii
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02870-2
5/21/2002 10:23 AM .1\DATA\RENll 01-006\Specs\06e Appendix B-Div 2 02870 Site Furnishings.doc 1�
2of3
DIVISION 2—SrIEWORK
Section 02870—Site Furnishings
3.02 FOUNDATION INSTALLATION
.r A. Install in approved location per manufacturer's written standards and details. Ensure foundation
is at proper depth and width for pole size.
B. Protect sleeve opening and foundation from weather and foreign material during curing process.
3.03 POLE INSTALLATION
rrr
A. Install per manufacturer's installation requirements after concrete has cured. Protect pole from
damage and marring during installation.
3.04 CLEAN UP
A. Remove all debris,surplus materials, and trimmings upon completion of the installation.
it
END OF SECTION
SIP
rir
ar
OM
OM
CT Detention Pipeline for Wells 121,R2,&R3 and Park Improvements 02870-3
so
5/21/2002 10:23 AM 1:1DATA\REM101.006\Specs\06e Appendix B-Div 2 02870 Site Furnishings.doc
3 of 3
vir
DIVISION 2—SITEWORK
Section 02872—Drinking Fountain
ew
PART 1 GENERAL
er 1.01 SCOPE
A. General: Furnish all labor, equipment and materials necessary for the removal and re-installation
air
of the existing drinking fountain in location as indicated on the drawings including, but not
limited to:
1. Concrete Pad
2. Utility Connections.
B. Although not specifically indicated, furnish and install all supplementary or miscellaneous items,
appurtenances and devices incidental to, or necessary for complete re-installation of fully
operational existing free-standing high-low drinking fountain in the new location.
1.02 RELATED DOCUMENTS
A. The provisions and intent of the Contract, including General Conditions, Supplementary
Conditions, and General Requirements apply to the work of this section as if specified in this
No section. Refer to drawings for relocation of drinking fountain.
B. Related Sections include the following:
err
WSDOT 2000 Cast-in-Place Concrete
r C. Coordinate work of this section with related work to ensure a smooth and logical progression of
work in conjunction with underground utility excavations and other work in this area.
e,r PART 2 PRODUCTS
A. Haws pedestal "Hi-Lo" drinking fountain Model 3300 — to be relocated. Any required
er
connections shall be compatible with this model.
PART 3: EXECUTION
3.01 INSTALLATION
A. Remove existing drinking fountain and protect from damage during re-installation. Contractor is
responsible for preservation and protection of existing drinking fountain.
B. Remove concrete slab and prepare new pad area in accordance with Manufacturer's written
er instructions for installation.
C. Install new concrete pad, ensuring finished grade matches the adjacent path. Slope as necessary
to drain.
D. Install drinking fountain secure, plumb, and level in accordance with Manufacturer's instructions
and all applicable codes and ordinances.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02872- I
rrr 5/21/2002 10:23 AM JA DATA Appendix B-Div 2 02872 Drinking Fountain.doc
1 of 2
two
DIVISION 2—SITEWORK
Section 02872—Drinking Fountain
E. Adjust water flows as necessary and required.
3.02 CLEAN UP
A. Remove all debris, surplus materials, and trimmings upon completion of the installation.
END OF SECTION
air
ori
will
orir
CT Detention Pipeline for Wells R1,R2,&R3 and Park Improvements 02872-2
5121!2002 10:23 AM J:IDATAIREM101-006\Specs\06f Appendix B-Div 2 02872 Drinking Fountain.doc
2of2
w
DIVISION 2—S1'1'EWORK
Section 02880—Sports Court Equipment and Structures
PART 1 GENERAL
r 1.01 SCOPE
A. General: Furnish all labor, equipment and materials necessary for the provision and
installation of miscellaneous sports court equipment and structures, including, but not
limited to:
1. Basketball Posts, Backboards, and Goals
2. Court Backboards.
B. Although not specifically indicated, furnish and install all supplementary or
miscellaneous items, appurtenances and devices incidental to, or necessary for complete
installation.
1.02 RELATED DOCUMENTS
A. Drawings and Division 0 apply to this section.
B. Related Sections include the following:
IMO
Section 02790 Sports Court Surfacing
Section 02820 Chain Link Fencing
ea WSDOT Cast-in-Place Concrete
C. Coordinate work of this section with related work to ensure a smooth and logical
progression of work in conjunction with the sports court installation and surfacing work.
PART 2 PRODUCTS
2.01 BASKETBALL POSTS, BACKBOARDS, and GOALS
A. Posts: Bison 4 'h" inch galvanized gooseneck pole, Model BA777 or approved equal.
Quantity-Four(4).
B. Backboards: Bison polyethylene fan-shaped backboard, 39" x 54" x 1", Model BA495P
or approved equal. Quantity—Four(4).
+rr
C. Goals: Bison double-rim, Model BA39U or approved equal. Quantity—Four(4).
,. D. Available from: Sitelines Park and Playground Products Inc., Everett, WA,
Ph: 800-235-2440 or 425-355-5655.
IMO
CT Detention Pipeline for Wells Rl,R2,&R3 and Park Improvements 02880- 1
5/21/2002 10:23 AM .1:\DATA\REN\101-006\Specs\06g Appendix B-Div 2 02880 Sport Equip and Structures.doc
WO
1 of 3
UMW
DIVISION 2—SITEWORK Ii
Section 02880—Sports Court Equipment and Structures
S
2.02 COURT BACKBOARD
SI
A. Sportwall ABS System, 20' x 8', Model ABS2000 or approved equal flat-paneled
backboard system.
Quantity-Two(2). •
B. Available from Sportwall International,Inc., Santa Barbara,CA, Ph: 800 695 5056.
C. Sand filler for backboard per manufacturer's instructions.
PART 3 EXECUTION a
3.01 GENERAL
A. Locate all court equipment and structures in accordance with the general locations on the
drawings, and in accordance with specifications and manufacturer's instructions. Obtain
approval from the Owners Representative prior to installation. Provide and/or install
improvements at location and quantity indicated.
a
B. All site furnishings to be set level,plumb and square unless otherwise noted.
C. Where there is a conflict between manufacturer's recommendations for installation and w
the drawings, consult with Owner's Representative before proceeding.
3.02 BASKETBALL EQUIPMENT
A. Install in approved locations per court layout plans to ensure backboards and goals are in
proper location to conform the written standards from the National Federation of State a
High School Associations for goal locations.
B. Install post footings per detail in locations to ensure proper court layout. Contractor
responsible for proper court layout in locating this equipment.
3.03 COURT BACKBOARDS a
A. Install in location indicated on plan per manufacturer's installation requirements. Plan
view installation detail is available from manufacturer. Backboards are to be back-to-back
to allow for two-sided play.
a
B. Contractor to sleeve footings for post installations for fence supports for backboard. Fill
with non-shrink high-strength grout after installing posts.
a
CT Detention Pipeline for Wells R1, R2,&R3 and Park Improvements 02880-2
5/21/2002 10:23 AM 1:\DATA WEN l01-006\Specs()6g Appendix B-Div 2 02880 Sport Equip and Structures.doc
a
2 of 3
•• DIVISION 2—SITEWORK
Section 02880—Sports Court Equipment and Structures
C. Fill backboard with sand filler per manufacturer's written instructions after installation is
complete.
.. END OF SECTION
iYrr
sir
WO
VW
VW
+.r
CT Detention Pipeline for Wells R1,R2,&R3 and Park Improvements 02880-3
5/21/2002 10:23 AM J:\DATA\REM101-006\Specs106g Appendix B-Div 2 02880 Sport Equip and Structures.doe
law
3 of 3
rr
DIVISION 2 -SITE WORK
Section 02900—Planting
PART 1 —GENERAL
err
1.01 SUMMARY
A. Extent of Work:Planting required for this work is indicated on the drawings and,in
general,includes planting and other ground cover work,erosion control, weed control
IN and maintenance of the finished work.
B. Related Documents: The provisions and intent of the Contract,including the General
Conditions,Supplementary Conditions and General Requirements, apply to the work as
if specified in this section.
rr
C. Related Work Specified Elsewhere:
1. Section 02360—Root Barrier Systems
2. Section 02915—Transplanting Trees
3. Section 02920—Sod Lawn
- 1.02 QUALITY ASSURANCE:
A. Qualifications of Workmen: Contractor must be experienced in landscape work of the
highest professional quality of a similar nature and able to show evidence of said work;
must have adequate facilities and personnel for indicated work;and must be acquainted
,rr
with all other work related to the site improvements, and any other work which might
affect preparation for installation of landscaping.
rrr
B. Standards:
1. All planting materials shall be nursery-grown under climatic conditions similar to
or hardier than those at the site. All plants shall have normal habit of growth and
NO be healthy, vigorous and free of disease,insects,insect eggs and larvae. All
plants shall be at least equal to the size specified prior to pruning. Measurements
+rs shall be taken with all branches in their normal growing position. No plants shall
be pruned prior to delivery to the site unless authorized, in writing, by the
Engineer.
Collected plants shall not be used. Substitutions shall not be made without the
.r
written approval of the Engineer.
CT Detention Pipeline for Wells Rl,R2,&R3 and Park Improvements 02900-1
irr
DIVISION 2 -SITE WORK
Section 02900—Planting
All plants and planting material shall meet or exceed the specification of Federal,
State and local laws requiring inspection for plant disease and insect control.
2. Unless otherwise noted,measurements,caliper,branching,grading,quality,
balling and burlapping shall follow the American Nursery and Landscape
Association(ANLA)ANSI Z60.1. Names shown on the drawings conform to
the standardized names of[ANSI Z60.] Names not present in this listing
conform to accepted practice in nursery trade.
C. Inspection: All larger trees or specimen-quality plant material shall be inspected at the a
place of growth by representatives of the Engineer. Samples of all other plant material
shall be submitted to the Engineer for acceptance prior to shipment to the site. The
Contractor is advised that inspection and acceptance of all stock,prior to planting,is
mandatory and the Engineer reserves the right to reject any or all plant material until
final inspection and acceptance. All rejected plants shall be removed immediately from
the site. When requested by the Engineer,provide sales receipts for all nursery stock
and certificates of inspection from all Federal,State and local authorities.
1.03 REFERENCES:
A. General: Conform with the following standard specifications,except as supplemented
or modified hereinafter:
1. Plant Names: American Joint Committee on Horticultural Nomenclature,Latest
Edition,and herein after called AJCHN.
2. Quality Standards: American Association of Nurserymen's American Standard
for Nursery Stock,Latest Edition.
B. Plant Material Identification:
1. Sunset Western Garden Book, Seventh Edition
2. Dire s Guide to Hardy Trees and Shrubs, 1997
>
3. Plants that Merit Attention—Volume II—Shrubs, 1996
CT Detention Pipeline for Wells Rl,R2,&R3 and Park Improvements 02900-2
a
r. DIVISION 2 -SITE WORK
Section 02900—Planting
ow
1.04 SUBMITTALS:
+w A. Plant Materials List: Within 15 days after execution of the Contract,and before any
planting materials are delivered to the job site, submit to the Engineer a complete list of
rr► all plants to be installed:
1. Make submittal in accordance with the provisions of Section 01330—Submittal
rr
Procedures of these specifications.
ow
2. Include complete data on source,size and quality.
3. This submittal shall in no way be construed as permitting substitution for specific
items described in the drawings or these specifications unless the substitution has
been approved in advance by the Engineer.
NO
B. Manufacturer's Certificates of Conformance:
1. Fertilizer
2. Planting soil/topsoil, including each component
NO 3. Mulch
C. Samples: Submit 1/2 cubic foot of each of the following:
+rr
1. Planting soil/topsoil with specific proportions for plant beds and lawn areas.
D. Schedule for Installation: It is the Contractor's responsibility to coordinate all
work with the Engineer.
+r
E. Record Drawings: During the course of the installation,carefully record in red-line on
a print of the planting drawings all changes made to the planting system layout during
+rs
installation. Submit an approved record drawing to the Engineer prior to final
inspection.
F. Certificates:
1. All certificates required by law shall accompany shipments.
qtr
2. Upon completion of the installation and prior to final inspection,deliver all
certificates to the Engineer.
CT Detention Pipeline for Wells R1,R2,&R3 and Park Improvements 02900-3
wr
DIVISION 2 - S11'E WORK
Section 02900—Planting
1.05 PRODUCT HANDLING:
A. Delivery and Storage:
1. Deliver all items to the site in their original containers,with all labels intact and
legible,at the time of the Engineer's inspection.Plants without identifying labels
are subject to rejection by the Engineer.
2. Immediately remove from the site all plants which are not true to name and all
materials which do not comply with the provisions of this section of these
specifications.
3. Use all means necessary to protect plant materials before,during,and after w
installation and to protect the installed work and materials of all other trades.
B. Replacements: In the event of damage or rejection,immediately make all repairs and
replacements necessary for the approval of the Engineer and at no additional cost to the
Owner.
1.06 JOB CONDITIONS:
A. Site Information.: Preserve and protect all plant material on site prior to planting.
Protect from wind,drought,unusual weather and vandalism. Store all plant material on
site within limits of work or in designated approved staging area. Maintain moisture in
all delivered stock.
B. Existing Utilities:
a
1. Underground: Locate all underground utilities prior to planting.
C. Protection of Persons and Property.:Protect adjacent property,public walks,curbs and
pavement from damage. Do not place soil directly on paved surfaces. Repair at
Contractor's expense damaged curbs, paving,walks, walls, structures, and existing
plantings. Keep street and area drains open and free flowing. Erect signs and barriers
against pedestrian and vehicular traffic. Do not block public access routes with plant
material.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02900-4
"' DIVISION 2 - S1'I'h WORK
Section 02900—Planting
no
1.07 GUARANTEE
A. General: All plant material installed by the Contractor shall be guaranteed by the
Contractor for a period of one year from the date of final acceptance to be in healthy
■O condition.
1. Inspections: Make periodic inspections at no extra cost to the Owner during the
sir
guarantee period. Determine what changes,if any,should be made in the
Owner's maintenance program.
or
2. Replacement at guarantee period conclusion: Replace,at no cost to the Owner
and as soon as weather conditions permit,dead plants and plants not in vigorous
thriving condition. Replacements to be of same species and to be subject to all
indicated requirements, including the one year guarantee from replacement
planting date.
,rr 3. Fertilize any areas not in a healthy growing condition.
1.08 MAINTENANCE
MN
A. Maintain the landscape work until substantial completion or final acceptance by the Owner of
the landscape work, whichever is later.
IMP
B. The Owner will be responsible for the maintenance of the landscape work through the
,o„ guarantee period. This work includes checking the irrigation operation, weeding,removal of
dead materials,and other operations necessary to the proper care of the landscape work.
"' 1.09 CODES AND REGULATIONS
A. General: Comply with all applicable city,county, state, and federal codes and regulations.
+r.
PART 2—PRODUCTS
..r 2.01 PLANT MATERIALS:
as
A. The Contractor shall provide all plants listed in the Plant Schedule in quantities.
designated.
"' B. Container Stock: Shall have been grown in its delivery container for not less than six
months but not more than two years. Samples, selected at random by the Engineer,
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02900-5
DIVISION 2 - SITE WORK
Section 02900—Planting
shall not exhibit rootbound conditions or insufficient root systems in relation to top
growth and container size,and plants with broken balls of earth shall not be used in the
work unless the Contractor has obtained written permission from the Engineer. Under
no circumstances shall container stock be handled by their trunks, stems,or tops.
C. Balled and Burlapped Stock: Shall be dug with firm,natural balls of earth of sufficient
diameter and depth to encompass the fibrous and feeding root system necessary for the
plant's full recovery. Root balls shall be dug oversized,firmly wrapped with burlap
and bound with twine or wire mesh one size larger than the minimum standard in
accordance with the Standards of the American Association of Nurserymen.Existing
trees to be relocated, shall be dug with a mechanical transplanter with a minimum
1111
diameter of 44 inches.Root balls from mechanically dug trees shall be placed in wire
baskets lined with burlap for temporary storage and kept vigorous during the storage
r
period.
D. Ground Cover Stock: Stock shall be nursery-grown,hardened off,well rooted and
established and shall comply with the American Association of Nurserymen standards.
E. Bareroot Stock: Shall be dug and the earth removed without injury to the fibrous root
system. Protect roots from exposure until they are planted. Plants with roots dried or
shriveled from exposure are not acceptable.
2.02 PLANTING SOIL/TOPSOIL:
A. General:Planting Soil/Topsoil shall consist of loose,friable soil,free of ice, snow and
rubbish with no admixture of refuse or material toxic to plant growth. Soil shall be
reasonably free of stones, lumps,roots and weeds or similar objects larger than two
inches in diameter.Topsoil should be fertile and free-flowing(pulverized).
B. Soil shall meet additional parameters:
Parameters Range
a
pH 5.5 -7.5
Moisture Content 25% -55%
Soluble Salts 2.5 mmhos/(dS) a
Stone and Debris < .5% (by weight)
Foreign Matter < .05% (by weight)
Organic Matter > 10% (by weight)(composted)
a
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02900-6
a
DIVISION 2 - SHE WORK
Section 02900—Planting
UN
C. Particle Size
▪r 1. 100%by volume must pass a 2 inch screen.
2. 95%by volume must pass a 3/4 inch screen.
3. Not more than 70%of the soil by weight shall be less than .25 mm(fine sand) of
which no more than 25%by weight shall consist of particles less than .002 mm
.r (clay).
4. Topsoil shall meet the following mechanical analysis:
Textural Class %of Total Weight
Sand(0.05 -2.0 mm dia. range) 30
Silt(0.002-0.05 mm dia. range) 60
Clay(less than 0.002 mm dia. range) 10
rrr
2.04 WATER
A. General: Free from substances harmful to plant growth.
rrr
2.05 BARK MULCH:
A. Bark Mulch shall be free from weeds, weed seed, mold, and other noxious materials.
Fine ground Douglas Fir or approved equal.
2.06 TREE STAKES AND WIRES:
A. Stakes: 2 x 2 x length necessary Douglas Fir. Pre-stain dark brown.
B. Guys: Twelve(12)ga.galvanized guy wire attached to grommeted cloth strap or
webbing. Webbing shall surround the tree stem but not tied to it.Do not use wire with
black rubber garden.
C. Conform to the details for tree staking and guying indicated on the drawings.
2.07 COMMON FILL
A. General: Fill for subgrade in plant beds and turf areas may be approved on-site soils or
approved native material. Fill shall have maximum particle size of 2", and be free of
large rocks, sticks, or other deleterious materials. Stripped topsoil may be used as
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02900-7
IMP
DIVISION 2 -SITE WORK
Section 02900—Planting
subgrade within the top 10"under topsoil in plant beds and turf areas. Depth of organic
soils used as subgrade may be deeper than 10"only in areas approved by the Engineer.
Do not use stripped topsoil under pavements, sufacings, or structures,or other areas
where structural fill is required.
2.08 OTHER MATERIALS:
A. All other materials,not specifically described but required for a complete and proper
planting installation,shall be selected by the Contractor subject to the approval of the
Engineer.
PART 3—EXECUTION
oil
3.01 SURFACE CONDITIONS:
A. Inspection:
1. Prior to all work of this section,carefully inspect the installed work of all other
trades and verify that all such work is complete to the point where this
installation may properly commence.
2. Verify that planting may be completed in accordance with the original design and
the referenced standards.
3. Discrepancies: In the event of discrepancy, immediately notify the Engineer for
specific instructions.
4. Verify locations of conduit,ballasts and conform to all NEC codes for location of
plant material in relation to lighting and conduits.Contractor will be responsible
for coordinating placement of all plant material around light posts with Engineer
prior to planting.
3.02 GRADING:
A. General: Prepare subgrade in all lawn areas and plant beds by scarifying to 8"
id
minimum depth and removing rocks and debris over 2"in diameter. Subgrade soils
should be free-draining and without any impervious soils or other materials harmful to
plant growth. It is the Contractor's responsibility to notify the Engineer of any
subgrade conditions deleterious to plant growth.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02900-8
ii
+�» DIVISION 2 -SUE WORK
Section 02900—Planting
ime
B. Spread Topsoil: Do not spread topsoil when frozen or excessively wet or dry. Topsoil
depth after settlement:
WO
1. New Planting Beds including 6'-0"around trees in lawn areas: Minimum 18"
go around trees. Apply one-half depth of topsoil and till into existing subgrade to
depth of 8". Apply remaining topsoil.
2. Turf Areas: Minimum 6". Apply one-half depth of topsoil and till into existing
subgrade to depth of 6". Apply remaining topsoil.
nr
C. After planting trees in lawn areas,apply lawn area topsoil up to the 10' diameter circle of
mulch.
D. Fine Grading:
WO
1. General: Fine grade areas receiving planting and turf as indicated on drawings.
Rake entire surface to a smooth and even grade, remove all rocks over 1"in
diameter,remove grass roots and debris.
2. Compact to approximately 85%of maximum dry density per ASTM D1557.
3. Shrub and Groundcover Beds: 2"below pavement,curbs, and finish lawn grades
wr to allow 2"of mulch to be even with finished grade of adjacent surfaces.
4. Lawn Areas: Flush with surrounding grades and 1/2"below pavement and top of
curbs and walls.
5. Bermed Lawn Areas: Flush with surrounding grades at lowest elevations and
+rr
evenly graded to highest elevations as shown on the drawings. Finished grades
shall be smooth to prevent lawn-mower scouring,and maximum of 1 vertical foot
ter
in 5 horizontal feet. Top of berms shall be gently sloped to mid-crest at 1 vertical
foot in 40 horizontal feet.
ON
3.03 LAYOUT:
A. Locate new planting where indicated on the drawings,except where obstructions below
ground or overhead are encountered or where changes have been made in the
e• construction. Obtain the Engineer's approval for all planting location changes prior to
installation.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02900-9
VIM
DIVISION 2 - SITE WORK
Section 02900—Planting
0
3.04 PLANTING TREES AND SHRUBS:
A. General:
1. Plant nursery stock immediately upon delivery to the site and approval by the
Engineer except that,if this is not feasible,heel-in all bare-root and balled
material with damp soil or sawdust and protect it from sun and wind.
0
2. Regularly water all nursery stock in containers and place them in a cool area
protected from sun and drying winds.
3. All plant material to be placed during the Contract period, or as approved by the
Engineer. Do not plant when ground is frozen, snow-covered,or muddy.
4. Prior to commencement of this Work, stake tree locations and stake outline of
a
beds in lawn areas. Obtain approval of Engineer prior to planting.
B. Excavation:
1. All trees and shrubs shall be planted in pits as dimensioned on the planting plan.
0
2. Unless specifically authorized in writing by the Engineer,mechanical excavating
equipment will not be permitted for digging planting pockets.
3. The Contractor shall exercise caution when excavating plant pits. Repair of any
damage to existing conduits during excavation and backfill operations will be the
sole responsibility of the Contractor at no additional cost to the Owner.
4. Excavate and scarify sides of all plant pits to dimensions shown below. Remove
any impervious or otherwise unsuitable soils or material or amend only as
approved by Engineer. Backfill plant pits with native soils approved by the
Engineer which were removed from the plant pit.
Shrub pits to be excavated 0"deeper and 12" wider(all sides)than rootball or
container size.
a
Tree pits to be excavated 0"deeper and 2(two)times the diameter of the root
ball on all sides.The root crown of trees(i.e. the flaire, where the top of the root ito
ball and tree stem meet) shall be exposed and set in the pit so that it is one-half
i
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02900-10
a
DIVISION 2 -SITE WORK
Section 02900—Planting
inch to two inches higher than the surrounding grade.Trees shall not be planted
lower than this. Adjust area at paved edges.
r
Groundcover pits to be excavated 0"deeper and 8"wider(all sides)than
rootball. Adjust area at paved edges.
C. Planting Shrubs and Trees: Orient as directed for best appearance. Set in center of pits
on on-site soil. For trees in lawns areas, allow for placement of lawn area topsoil mix
up to circle of mulch around the tree. Hold firmly in place while backfill mixture is
being placed. Break down any smooth walls of the plant pit during the backfill
process. Place backfill carefully,avoiding root damage and filling all voids. Compact
tow fill by jetting to avoid air pockets. Allow to soak away and add more backfill mixture
as required.
OW
1. For container stock: Cut 2 sides with approved type cutter,taking care to avoid
root damage.
er
2. For balled stock: Cut string and remove fasteners. Remove top 1/3 of burlap.
""' 3. For wire baskets: Cut wire and remove top'h of wire basket.
D. Planting Groundcover: Rake existing soil smooth and free from all soil lumps,rocks,
■r
sticks and other deleterious materials. Space the ground cover plants evenly as
indicated on the drawings,staggering the spaces around shrubs and trees as well as in
tam
the open areas.Plant only in soil that is moist but friable, never wet or soggy. In the
case of planting in the open on hot days, shorten the time between planting and
rr
watering.After planting,cover all areas with two inches of mulch and protect against
loss due to wind or oversprinkling.
OW
E. Organic Mulch: Spread 2"depth as indicated in all new shrub and groundcover beds
and in a 10'-0"diameter around trees in lawn areas. Keep mulch off of tree stems and
wr
away from trunk flare.
as F. Staking and Guying: Place stakes, wire, webbing as indicated. Hose with wire running
through it is prohibited.
IMP
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02900-11
.r
DIVISION 2 - SffE WORK
Section 02900—Planting
3.05 WATERING:
A. The Contractor is responsible for watering all new plantings using temporary irrigation iiii
system of the Contractor's design until Final Acceptance of the irrigation system installed
by the Contractor. The Contractor shall avoid methods which may damage plant
material. Temporary automatic irrigation systems shall not operate while permanent
zones are on. The Contractor shall coordinate with the Owner's maintenance personnel
regarding allowable times for operation of the temporary system.
3.06 CLEAN UP:
A. Remove from site all cans, surplus subsoil,and other debris resulting from
aril
planting and grading operations. Neatly dress and finish landscaping areas.
B. Remove all soil and stains caused by work of this Section from adjacent hard
surfaces.
3.07 PLANT ESTABLISHMENT AND FINAL ACCEPTANCE:
A. General: The Contractor shall maintain all plantings in this project; shall be „y
responsible for the survival of all plant material in acceptable condition and shall
maintain all landscape areas in a neat and orderly fashion until Final Acceptance of the
project by the Engineer. The Contractor will be held responsible for all damage or loss
of trees, shrubs and ground covers caused by his inattention or carelessness. The
Contractor shall repair damage caused by traffic,vandalism, weather or other outside
causes.
a a
B. Preliminary Inspection and Acceptance: When work specified in this Section has been
completed,an inspection will be made within seven(7)days of Contractor's request.
The Engineer will generate a punch list of items that will require revisions or
completion to comply with the Contract documents. Preliminary acceptance of
landscaping will be given when items on the punch list have been completed to the
satisfaction of the Engineer.
C. Establishment Period: The Establishment Period will commence on the date of
Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance
by the Engineer of landscape work,whichever is later. Maintenance during this period
will include:
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02900-12
DIVISION 2 -SITE WORK
Section 02900—Planting
1. Watering: Water areas of new turf and plant beds so they receive adequate water
rrw
for survival of the plant in a healthy position.
2. Adjustment of Stakes and Guys: Adjust as necessary to maintain vertical growth
of trees. Replace damaged or removed stakes and guys. If Establishment period
extends 12 months beyond date of Preliminary Acceptance,remove all stakes and
guys.
wr
3. Weeding: Remove all weeds before they reach 4"height or spread from all shrub
and groundcover beds,and around newly planted trees.
D. Guarantee: All new plant material shall be guaranteed by the Contractor to be in a
w healthy condition for a period of one year from the date of Final Acceptance.
1. Inspection: Make periodic inspections, at no cost to the Owner, during
+rr
the guarantee period. Determine what changes, if any, should be made in the
Owner's maintenance program.
rr
2. Replace, at no cost to Owner and as soon as weather conditions permit,dead
plants and plants not in vigorous,thriving condition. Replacements to be of same
species and subject to requirements of this Section,including the one year
wr
guarantee following replacement planting for all replacements.
E. Final Acceptance: Final inspection of the work of the Section will be made at the time of
air the Final Inspection of the entire project or earlier,if approved by the Engineer. A final
punch list will be issued. Final Acceptance of the landscaped areas which are the
responsibility of the Contractor will be contingent upon Final Acceptance of the entire
project or at the determination of the Engineer if earlier than Final Acceptance of the
entire project.
Orr END OF SECTION
CT Detention Pipeline for Wells R1,R2,&R3 and Park Improvements 02900-13
r
DIVISION 2 - STYE WORK
Section 02915 -Transplanting Trees
eel
PART 1 - GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE:
The provisions and intent of the Contract, including the General Conditions,
Supplementary Conditions and General Requirements apply to the work as of specified in
go
this section. Work related to this section is described in:
.. A. Section 02900—Planting
B. Section 02920—Sod Lawn
1.02 DESCRIPTION OF WORK:
A. The extent and location of"Transplanting" work is indicated on the drawings and
is referenced in the Plant Schedule. The work includes the requirements for
transplanting existing trees and associated work in conformance with these
specifications and as indicated on the drawings.
B. Contractor is responsible for storage and care of the trees slated for transplanting
es during the period from removal to transplantation. Trees are to be stored on site
using proper measures and protection to ensure health and survival.
.r
1.03 QUALITY ASSURANCE:
A. Qualifications of Workmen: Provide at least one person who shall be present at
all times during execution of the Work and who shall be thoroughly familiar with
the type of materials being installed and the best methods for their installation and
who shall direct all work performed under this section.
B. Standards: Unless otherwise noted, measurements,caliper, branching, grading,
quality, balling and burlapping shall follow or exceed the Code of Standards of
the American Association of Nurserymen in the American Standard for Nursery
SO
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02915- 1
IMP
DIVISION 2 - SITE WORK
Section 02915 -Transplanting Trees
Stock. Names shown on the drawings conform to the standardized names of the
•
American Joint Committee on Horticulture Nomenclature, Second Edition, 1942.
Names not present in this listing conform to accepted practice in nursery trade.
Ml
PART 2 -PRODUCTS
2.01 TREE STAKES AND WIRES:
All stakes shall be per Specifications Section 02900 and conforming to the requirements
per drawing details.
a
2.02 WRAPPING:
Ml
For tree-trunk protection, as required, use six inch wide strips, medium-weight burlap
fabric or better.
PART 3-EXECUTION
a
3.01 SURFACE CONDITIONS:
eti
A. Inspection:
1. Prior to all work of this section, carefully inspect the installed work of all
other trades and verify that all such work is complete to the point where this
installation may properly commence.
2. Verify that transplanting may be completed in accordance with the original
design and the referenced standards. Stake all new locations for approval by
the Owner's Representative prior to commencing the Work.
Ml
B. Discrepancies:
1. In the event of discrepancy,immediately notify the Owner's
Representative.
a
2. Do not proceed with the installation until discrepancy has been fully
resolved.
CT Detention Pipeline for Wells R1,R2,&R3 and Park Improvements 02915- 2
iii
DIVISION 2 - SITE WORK
Section 02915 -Transplanting Trees
3.02 LAYOUT:
New planting shall be located where indicated on the drawings, except where
obstructions below ground or overhead are encountered or where changes have been
made in the construction. The Owner's Representative shall approve any planting
location changes prior to installation.
3.03 TRANSPLANTING TREES:
A. Trees to be transplanted shall be dug with firm,natural balls of earth of sufficient
diameter and depth to encompass the fibrous and feeding root system necessary
for the plant's full recovery. Trees shall be dug using a mechanical transplanter
with a minimum diameter of 44 inches or larger. Root balls shall be firmly
wrapped with burlap and bound with twine and/or wire mesh in accordance with
the Standards of the American Association of Nurserymen.
B. Excavation: All shrubs shall be planted in pits twice the width of the root ball,
center and set on minimum six inch depth of compacted soil mixture.
C. Planting:
1. Trees shall be planted uprighted and faced to give the best appearance or
relationship to adjacent structures. Trees shall be planted in conformance
MO
with the planting diagram. The surrounding soil outside of the root ball on
mechanically transplanted trees shall be rototilled to a depth of 6" to 8"in
ir.
an area two times the diameter of the root ball.
2. Platform wire and surplus binding from top and sides of balls shall be
removed and burlap shall be loosened at top of balls or may be removed
entrirely.
3. Fill holes with backfill mixture consisting of the specified soil
amendment.
4. Fill to proper height to receive the plant and thoroughly tamp the mixture
before setting the plant.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02915- 3
ON
DIVISION 2 - Sl'1'E WORK
Section 02915 -Transplanting Trees
5. Set plant in upright position in the center of the hole and compact the
backfill mixture around the ball or roots.
6. Thoroughly water each plant when the hole is 2/3 filled.
7. After watering, tamp the soil in place until the surface of the backfill is
level with the surrounding area and the crown of the plant is at the finished
grade of the surrounding area.
8. Build up a temporary watering basin around the base of each tree and
shrub,unless otherwise directed by the Owner's Representative.
•
3.04 GUYING, STAKING AND WRAPPING:
a
All trees shall be supported immediately after planting; all trees shall be staked in
accordance with the details.
A. Staking: After trees to be staked are placed and backfilled, stake per detail. Stake
shall be in line with tree, parallel with prevailing winds and plumbed to a vertical a
position. Tree shall be vertical before webbing and wire is placed around trunk.
+
Attach wire to each stake and to webbing pulled taut.
3.05 MULCHING:
All trees shall be mulched with a two inch layer of bark-mulch, as specified in Section
02900—Planting,within two days after planting. This mulch shall entirely cover the area
of the planting pit or saucer around each plant in minimum 10'-0" diameter circle.
3.06 PROTECTION:
S
All plantings and ground cover shall be properly protected against harm from wind,
unusual weather and the public. Special storage or planting techniques, defoliating,wilt- ad
proofing or spray-misting may be required by the Owner's Representative for unseasonal
planting, prolonged periods of drought,etc. No Work shall be performed in, over or
adjacent to planting areas without proper protection and safeguards.
a
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02915- 4
111f1
•• DIVISION 2 - Sfl'E WORK
Section 02915 -Transplanting Trees
3.07 INSPECTION:
In addition to normal progress inspections, schedule and conduct the following formal
inspections, giving the Owner's Representative at least twenty-four(24) hours' prior
notice of readiness for:
A. Inspection of plant locations, to verify compliance with the drawings.
O" B. Final inspection after completion of planting: Schedule this inspection
sufficiently in advance, and in cooperation with the Owner's Representative, so
that the final inspection may be conducted within 24 hours after completion of
planting.
es
C. Final inspection at the end of the maintenance period, provided that all previous
deficiencies have been corrected.
3.08 MAINTENANCE:
A. General: Maintain all planting, starting with the planting operations and
continuing for 30 calendar days after all planting is complete and approved by the
Owner's Representative.
B. Temporary Storage of Plants: All existing trees to be transplanted shall be stored
irr in a shaded location agreed to by the Owner's Representative. 100% of the root
ball shall be covered with a minimum of 2"of coarse mulch during the storage
.• period. Trees shall be stored in an upright fashion and supported to prevent falling
over. Trees shall be watered regularly to keep root balls moist following storage
and until reinstalled into the landscape. Trees which become 50% or more dead
shall be replaced at the expense of the contractor for one year following planting
�r back into the landscape.
C. Work Included:
1. Maintenance shall include all watering, weeding, cultivating, spraying and
pruning necessary to keep the plant materials in a healthy growing
ow
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02915- 5
err
DIVISION 2 -SITE WORK
Section 02915 -Transplanting Trees
condition and to keep the planted areas neat and attractive throughout the
maintenance period.
2. Provide all equipment and means for proper application of water to those
planted areas not equipped with an irrigation system.
3. Protect all planted areas against damage, including erosion and
trespassing,by providing and maintaining proper safeguards.
3.09 CLEANUP:
All debris, such as cans, surplus materials and trimmings, shall be removed from the site.
Planting areas shall be neatly dressed and finished; and all paved areas, adjacent walls,
a
etc., shall be flushed free of topsoil and bark mulch.
END OF SECTION
oil
oii
•
a
CT Detention Pipeline for Wells R1, R2,&R3 and Park Improvements 02915 - 6
I
DIVISION 2 -SITE WORK
Section 02920—Sod Lawn
PART 1 —GENERAL
1.01 SUMMARY
ow A. Extent of Work: Planting required for this work is indicated on the drawings and,
in general,includes installation of sod lawn, erosion control, weed control and
+ maintenance of the finished work. Work of Section 02900—Planting is directly
related to this Section. Refer Section 02900 for preparatory work prior to
rr installing work of this Section.
B. Related Documents: The provisions and intent of the Contract,including the
General Conditions, Supplementary Conditions and General Requirements, apply
to the work as if specified in this section.
.r�
C. Related Work Specified Elsewhere:
1. Section 02900—Planting
.r 2. Section 02915 —Transplanting Trees
1.02 QUALITY ASSURANCE:
A. Qualifications of Workmen: Provide at least one person who shall be present at
all times during execution of the Work and who shall be thoroughly familiar with
the type of materials being installed and the best methods for their installation and
who shall direct all work performed under this section.
B. Standards:
r..
1. Sod shall be nursery-grown (farm-grown) under climatic conditions
wis
similar to or hardier than those at the site. Sod shall have normal habit of
growth and be healthy, vigorous and free of disease, insects, insect eggs
- and larvae. Sod material shall meet or exceed the specification of Federal,
State and local laws requiring inspection for plant disease and insect
••+ control.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02920-1
err
DIVISION 2 - SITE WORK
Section 02920—Sod Lawn
1.03 SUBMITTALS: Make submittals in accordance with the provisions of the Contract—
submittal procedures of these specifications.
A. Certification of Material—
1. Include seed mix percentages, purity, germination rates, weed experience,
and date tested for the preceding. Include complete data on source, size
a
and quality.
2. Supply on-site 12" x 12" sample of each sod specified for inspection and aii
approval in advance by the Owner's Representative.
3. Supply Grower's written recommendations for fertilizer type, rate of
application, and frequency.
a
B. Manufacturer's Certificates of Conformance:
1. Fertilizer
2. Comply with Section 02900—Planting for"Planting Soil/Topsoil".
C. Schedule for Installation: It is the Contractor's responsibility to coordinate all
work with the Owner's Representative.
D. Record Drawings: During the course of the installation, carefully record in red-
line on a print of the planting drawings all changes made to the lawn area layout
during installation. Submit an approved record drawing to the Owner's
Representative prior to final inspection.
E. Certificates:
1. All certificates required by law shall accompany shipments.
2. Upon completion of the installation and prior to final inspection, deliver
all certificates to the Owner's Representative.
a
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02920-2 aill
.. DIVISION 2 -SITE WORK
Section 02920—Sod Lawn
1.04 PRODUCT HANDLING:
OW A. Delivery and Storage:
1. Deliver all items to the site in their original containers, with all labels
intact and legible, at the time of the Owner's Representative's inspection.
2. Coordinate delivery and installation of sod to ensure sod is installed
immediately upon delivery.
3. Use all means necessary to protect new lawn areas before, during, and
after installation and to protect the installed work and materials of all other
trades.
ifs B. Replacements: In the event of damage or rejection, immediately make all repairs
and replacements necessary for the approval of the Owner's Representative and at
no additional cost to the Owner.
1.05 JOB CONDITIONS:
.r
A. Site Information.: Preserve and protect all sod on site prior to and during
installation. Protect from wind, drought, unusual weather and vandalism. Store
all sod on site within limits of work.
B. Existing Utilities:
1. Underground: Locate all underground utilities prior to planting.
C. Protection of Persons and Property.: Protect adjacent property,public walks,
curbs and pavement from damage. Do not block public access routes with plant
material.
PART 2—PRODUCTS
2.01 SOD:
A. The Contractor shall provide sod to all new lawn areas and to those lawn areas
requiring restoration from the Contractor's operations.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02920-3
.rr
DIVISION 2 - SITE WORK S
Section 02920—Sod Lawn
B. Sod: Non-net"Premium Shadow Master" Sod Mixture from Emerald Turfgrass
Farms, Inc., Sumner,WA, Ph: 253 838 9911 or 425 641 0608, or approved equal.
Approved equal must be from a local grower and be established in growing sod in
sandy loam soils. Sod grown in heavy clay soils is not acceptable. All required
certifications apply for"approved equal". Sod shall contain 65% perennial turf-
type ryegrass by weight and 35% hard fescue by weight.
2.02 FERTILIZER:
a
A. General: All fertilizer shall be delivered to the site in bags labeled with the
manufacturer's guaranteed analysis. Provide fertilizer per Grower's
recommendations and as approved by the Owner's Representative in the
submittals.
B. Special Protection: If stored at the site, protect fertilizer from the elements at all
times. a
2.03 PLANTING SOIL/TOPSOIL:
A. General: Planting Soil/Topsoil: Conforming to Section 02900-Planting Soil/
Topsoil.
2.04 OTHER MATERIALS:
A. All other materials,not specifically described but required for a complete and
proper planting installation, shall be selected by the Contractor subject to the
approval of the Owner's Representative.
PART 3 -EXECUTION
3.01 SURFACE CONDITIONS:
A. Inspection:
a
1. Prior to all work of this section, carefully inspect the installed work of all
other trades and verify that all such work is complete to the point where
this installation may properly commence.
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02920-4
a
.• DIVISION 2 - SITE WORK
Section 02920—Sod Lawn
.
2. Verify that lawn installation may be completed in accordance with the
original design and the referenced standards.
3. Discrepancies: In the event of discrepancy, immediately notify the
"" Owner's Representative for specific instructions.
3.02 INSTALLATION PREPARATION:
44.
A. Prepare subgrade in all lawn areas by scarifying to a 8"minimum depth and
removing rocks and debris over 1"in diameter. Subgrade soils should be free-
draining and without any impervious soils or other materials harmful to plant
growth. Notify the Owner's Representative of any subgrade conditions
deleterious to plant growth.
B. Spread topsoil to a minimum depth of 6" after settlement in all lawn areas.
C. Thoroughly rototill topsoil to a minimum depth of 6 inches.
D. Apply remaining topsoil per Section 02900—Planting.
r •
E. Fine grade per Contract Specifiactions in turf areas as indicated on drawings.
40. Rake entire surface and conform to grading tolerances defined in Section 02900.
Grade edges to 1" below adjacent paved surfaces to provide a smooth transition.
Roll as necessary to firm grade to satisfaction of the Owner's Representative.
F. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower
and lightly rake to incorporate into the soil.
�,. 3.03 SOD INSTALLATION:
A. Moisten sod bed and roll lightly for compaction.
B. Lay sod strips per supplier's instructions. Tightly butt joints, trim edges to
conform to smooth curves and straight lines of pavement. Sod is to be flush with
paved surfaces after settlement. Avoid gaps and overlaps and stagger sod joints in
a brick-like fashion.
tor
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02920-5
DIVISION 2 - SITE WORK
Section 02920—Sod Lawn
a
C. Remove any bumps,undulations, or low-high spots with a light rolling.
D. Water daily for a minimum of two weeks to prevent dehydration.
E. Protection: Protect all turf areas by erecting temporary fences,barriers, signs, etc.
as necessary to prevent trampling.
3.04 PROTECTION: a
A. Protect all new turf areas against harm from wind, unusual weather and the
a
public. Do not work in, over, or adjacent to planting areas without proper
protection and safeguards.
3.05 TURF ESTABLISHMENT AND FINAL ACCEPTANCE:
A. General: The Contractor shall maintain all new lawn areas in this project; shall be
responsible for the survival of turf in acceptable condition and shall maintain all
irV
new lawn areas in a neat and orderly fashion until Final Acceptance of the project
by the Owner's Representative. The Contractor will be held responsible for all
a
damage or loss caused by his inattention or carelessness. The Contractor shall
repair damage caused by traffic, vandalism, weather or other outside causes.
B. Preliminary Inspection and Acceptance: When work specified in this Section has
been completed, an inspection will be made within seven (7)days of Contractor's
request. The Owner's Representative will generate a punch list of items that will
require revisions or completion to comply with the Contract documents.
Preliminary acceptance of landscaping will be given when items on the punch list
have been completed to the satisfaction of the Owner's Representative.
C. Establishment Period: The Establishment Period will commence on the date of
a
Preliminary Acceptance and will extend to Substantial Completion or Final
Acceptance by the Owner's Representative of landscape work, whichever is later.
Maintenance during this period will include:
tai
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02920-6
a
INN DIVISION 2 -SITE WORK
Section 02920–Sod Lawn
1. Watering: Water areas of new turf so they receive adequate water for
survival of the plant in a healthy position.
2. Lawns shall be fertilized every six weeks from March through September
per Grower's written recommendations. Lawns shall be maintained weed-
free.
3. Lawns are to be mowed weekly or as needed to maintain a neat
appearance. All grass clippings shall be removed from the site.
Maximum height of lawn shall not exceed three inches.
4. Protect all lawn areas against damage,including erosion and trespassing,
by providing and maintaining proper safeguards.
r
5. Debris Control: Debris control shall be accomplished in all landscaped
lawn areas on a regular basis, at least weekly or more often where
no
necessary. This will include leaf fall control in Fall period. Policing for
paper and litter in all areas shall be conducted at least weekly. During the
two
Fall period leaves, wind blown into gutters and catch basins, are
considered as litter and shall be removed as debris.
D. Guarantee: All new turf areas shall be guaranteed by the Contractor to be in a
ais healthy condition for a period of one year from the date of Final Acceptance.
1. Inspection: Make periodic inspections, at no cost to the Owner, during
— the guarantee period. Determine what changes, if any, should be made in
the Owner's maintenance program.
NS
2. Replace, at no cost to Owner and as soon as weather conditions permit,
err
lawn areas not in vigorous, thriving condition.
E. Final Acceptance: Final inspection of the work of the Section will be made at
the time of the Final Inspection of the entire project or earlier, if approved by
the Owner's Representative. A final punch list will be issued. Final
Acceptance of the new turf areas which are the responsibility of the Contractor
CT Detention Pipeline for Wells R1,R2,&R3 and Park Improvements 02920-7
WIN
DIVISION 2 -SITE WORK
Section 02920—Sod Lawn
will be contingent upon Final Acceptance of the entire project or at the
determination of the Owner's Representative if earlier than Final Acceptance of
the entire project.
3.06 CLEANUP:
A. Remove all debris, such as cans, surplus materials and trimmings, from the site.
r
END OF SECTION
a
l
a
S
a
ii
a
CT Detention Pipeline for Wells RI,R2,&R3 and Park Improvements 02920-8
air
City of Renton Park Division
am
Tree Planting Diagram
NO
ON
NO . k
,.4.,,: ..+,.,,Use two opposing flexibile ties
t • r --When staking is necessary
err ,,
.t Vii'
Keep mulch 1-2"back from trunk =J : Trunk I Gently pack back-fill,
flare Il using water to settle
YON 2-4"layer of mulch 1; soil around root ball
.r: r .., v a: u. _ `* •, fG t�� ,yar ` ]i� 11 Ai11. .}4 + 4.' pug —
Cut burlap and rope awe ' A APB Y1 e
N. � l� �` �Y ��',;,�s4-if.„:::,��,���. >� Set ball on firmly packed
from top third of root ball ,,"74,.'"
p ..--__. soil to prevent settling
ow
tos
as
yip
or
am
air
40
rr
SO
live
OWN
NW 013 >,
o 0)
.. cn
a a 0
a U a, or
q
c c • ti
we •
4 ' ' A yH U U O
v) 5 (..) 5 5 -
in 0\ N, O CU VD v) 4) E 00 @) O
lir O cc cc ca a) is C) j" CI
O r.. v, 0 cn.� y- U qr.
z .g at 0 bq �,' bU `n
7 >, G.CII
-, C Q C ��'
CI U U U
i y w by _q to
cu cp
N . . cC L _
'... Y cia z N
E a x v) MI vs m.
w w F rx
ow a,
s°.
o �
E A a
o 0
c a f-0
c GA c c
L. U U U U PQ U
a
so 0
c_
0 0 0
.Ni ¢ .. .. - Co
.� aa z M M M
e. � A 0 a a
CI a V ,.O M (V N Z Z• x 1 U0 C/) r
0
+r• : L • t4
ad 15
• a c z o Q
v
w
0 o -o ra
O •� 6) 0 y
o
; - Q c a � °
tl = U ` O O U c
.L'
O �i� c6 ~' G" y'., rte. r�-. iii,— .., 01
F-+ .. N cC cd p �_ > U ra,co s.. s 17 cS 0 01 3 V 0 bq a
y
U U
v) O U n .G 4•. C %, •
A • y N F n t y cd a) p
o' O . 0) " E U a 3 L ">, . o U W FQrx g,>...,,..
� . Qn a ii: IC) s
U' xU (n
0 0
b o
rr = $ 0. C
C 0
'w^ O a .- 00) C o
O go � 'N 3T
OW a a �° ,
,0 p bpA 0 U .� y
y p 0 3 .0 110 z 3 -� o
c
00 > c 00 M
O 0 C
E
>, 0 o 0 0
.. cA 0. v) a c.° w CO
• PLANTING NOTES
1. Verify location of all underground utilities prior to commencing work. Notify
Engineer of any conflicts. Stake locations of all trees for approval prior to planting.
Adjust locations of shrubs in field as directed by Owner's Representative.
2. Coordinate all landscaping work with installation of irrigation and electrical systems.
3. Preserve and protect all existing vegetation to remain. Do not drive machinery over
roots within driplines of existing trees or stockpile materials on roots.
4. All plant material shall be in accordance with minimum sizes and types identified in
the plant schedule. All plant Material shall be healthy nursery-grown stock and meet
or exceed applicable American Assoc. of Nurserymen (AAN) Standards. Weak or
•r damaged plants will be rejected.
5. Prune existing and new vegetation and only as directed by Owner's Representative.
No plants shall be pruned prior to delivery to the site. No pruning wounds with a
diameter of more than % inch shall be present and such wounds must show vigorous
bark on all edges. Trees shall not have their bark cut, bruised, or removed in any
manner. All plants shall be free from infestation, disfiguration, scalds, cracks, and
abrasions.
6. Plant substitutions may be approved by the Owner's Representative in the event that
specified species are not commercially available.
7. All new plants shall be automatically irrigated. See Irrigation plan.
8. Topsoil depths shall be specified. Provide minimum 2" mulch per specifications in
all planting beds.
9. All groundcovers shall be planted at required triangular spacing in areas designated
"" on the Planting Plan. Contractor is responsible for supplying quantities of
groundcover to meet the spacing requirements.
10.All trees sized as caliper shall be single-stem
11.Plant Quantities:
a. Quantities provided in the Plant Schedule are accurate. Locations of trees are
shown on the plan. Shrubs and groundcovers with no symbol have their
locations noted on the Plant Schedule and are identified on the plan only as
"Planting Bed".
b. Contractor is responsible for verifying and installing quantities of plants
shown in the Planting Schedule at size and spacing as specified_
c. Sod lawn areas shown are approximate. Contractor is responsible for
installation of sod in all areas disturbed by construction even if they are not
identified in the drawings.
Prepared Br
City of Renton Community Services Administration
1055 South Grady Way
Renton WA 98055
oar
425 430 6600
January 2002
Appendix C
us
Standard Details
For Road, Bridge and Municipal Construction
so
Shackle Rodding and Tie Bolts (B089)
Cement Concrete Driveway or Alley Approach (F006)
Typical Sidewalk Detail (F007)
Chain Link Fence (L002, L002.1)
Chain Link Gates (L003)
,•• Sign Mounting on Single Wood or Metal Post (G021)
Pavement Markings (H009)
Concrete Inlet (B010)
Catch Basin Type 1 (B012)
Catch Basin Frame and Grate Details 1 of 2 (B020.1)
to Catch Basin Frame and Grate Details 2 of 2 (B020.2)
Water Service Detail (B 106)
IMP
rn
m
t) m
a © a w
a O O
o q
q © pq Q
„,
.E"
° D00
o W wr o co E q p Tr a_c o t `
�
N
7o :.2, Q T O u a2
n of °o=g o E c ° 0 A . to
0, a0`. 0 p � z Ol C o G C •p O 0 41 :Ls F rn
V 9 L C V°0.•p V -_q .- . d n\
w 0
r 6-0....;(3 3L" o. a qO a2, � A a
V rnC-O C C7 W a 0 W
,515>,-50 v E 71.-'6 .. Ent; ms O Z E"[,, X E.
c�, V c
o%n°: •n °0viu•o -t' a° as
J««�.°. �occ�_ 0' 7pc CI 0>0. zA
U OCCMC °0,•5,4,°..8 VV 0O _ O AF FF
a MQQ o q�ourn E ..0 �+ dc� �S
NW h y�UOO V`y�u yo �n w CK
,, Vp au VE ca ca .a
0 -aL.-0 cM1, u- •„°-:: a x
q 3 °O- oV3vu -*CZ U 4 A. w
u C
0 IIJUtURUNI oEaQ3a-o aQ nip o0 . oc00 0 ��rnam•o60a•p 3 o c u q• uo cn 0, suUCL-3o Lp 0- O2oo a5 uc«ou u'a a o 0
c l 0-6o KR,
..„ E2..eog -2 as-C 11 7 >..0 V • O N 9 -O
C
OC.L.-UVV t0VV._ ( -u
�
��°VC O V 0 0,,,, 0”-J«.UNN..N V U OU L pCC OODN O- Ct d O V q
1 .0V V° g-c.egO V O Q 000 m
O
C 3
111�`.
>--N-N E 0Es q ..7 VI'31771,...-OC¢-Q'CV
.p.V p CO O V C a ya� CO
. O C O y C 0 p O 0 I I 0 0... -g C C 57•UV T
>>� •C O aO7 O33 O
p00n O �V V O • E q° 7U G q�O� C V
C VWO yymOV V-V°CT.CN p TV r V OOC - LQq'' VOLVO°L°y VaOVaL V
C L g q 7 D
M M
n oil', = •y-°p - V` V V> “4 OO V V p
.....0 V o V Y a d
Q¢a c Cgi!-5..C3NV aV_ND N 1N•Irr ;. o z
ch
w
NO
C
✓ a ap
iii ..0
N \
O N
C o. -
w U
V �°
= C CCU ^ w
D °V L \y
ON V q N M V ' 'C O,w 3 V M
° 0,
vi E-mac-.y¢ a
Q C W C o E V N V ri 'VO N \\
a ,L-. -_nom N 1- q0 I- a Q .c -
° T T .Cd. .1 n0 EYVVI in M a Ot O
c
111111 .viu0
I 0l CO �c,�2C— u o VE M
-7V O' 0V.V IyOp- >�O VO C 0 NM V0 on°u uLN C —a.-d 1°i$0.v.4,�q 0 c o� .. 0 \\\\
• g▪ un ; Mull -Eoovo.^•o c° 0 oa �a .- 0 M M M 2 2111
tl 'n
W p._V`
Q
m
IN
CD
<aV tU •N a M pp OU C N om ,0 \\\\M n M
ars LN N-g0 j 01 13.>" O2« `U V a (.1) °O O V o= V OTC n '
0...O aN O'. °a•n u E O L_3 V V J V E V T -ma a \\`q M,d O1 .v E-m E'- a u O 7\._ o to M
so• _J Ti O OV OJ a0 4U C j<v.= a 0 t C V l7N o
„V O pO V yLc Oy 2,..2 c•E U-1` V V ;.. O N V 2. `Nv
1.10 0--L
CL• p0. .rncv I vvm ooV P.p o o " \\M•
o�`Z � . ` `N o\juLd7 hLL j o\ VNF IM
0.0 o,�E Na..a c --W.= Von c U " O L' -co-
. E 0d u ov V ...co wU cc . \
L E. L Nr °0om C 13 qN '1
.'t.'C N7 0 L- U V•_V0001-. O'u O p0 O V V N 1 \\
N M 0
qovp 2¢x¢ .R O O�e c ° 'i. tilg =ia lie 00
0
"• qv Q ~°~uVCn 7U \ zo a � O 000000 NCO
^ > ° OO � ico n
CVOVM M PXX OVON N mO {p OIN NO) mC M 30,,,o
NC a. • 'ow O 70, .."'N O0 '- N . M0 OO NO ; 0 L a C8 X 0 NL M V,m E�VO iv.1.< a C 0 MV O E V pQ wa o r a ri N M V a ,o t0 0 N
7 0.< ,c
V` 0 _, V V\�I�0V z >, 7 V O AEU 0-0fc
O C.O E _
O V U ., ;
U pa OO C V. 03k tcN V, V N r y(l V OoV) C0N) a ,,,- ( 0 0 0 0 0 0 N 0 0 0 0 0
an Q« r ow o- I--I< BOOVV 1 UtQ
1-a co q 0 O O O fV N N N O O O O
V a M M M M N N N N N N N N N N
• N M `- N a
°o IN a 10 aO 0 e' 0 i0
if11 N "v 10 'Co N N M M
1r
.,, 0
0
1
I CC w 11.1
Z 0
01. 00 U D d .-1 . a
Q
CL : 0_
Q= ce a d N
-I°p Q ton oo Q Z o z to
NO HOVObddV U W O 1 + Q ~CO F A Z a N
J0 ADVB zfx o> Q *0 v >' Fw ca aF
a ° wo Z "' J ="W o o° zA
z v �o `n`` p j* Q Q�° 0 > a El 0
ma �° f=- w °-'w H a 0
`° © �2 w } A w Qom a L,
� ■ w 0 + w
NEW I ,'1
z U ci' v^ l� z
30V 82if10 ,' o r � �� z
S. 0 o 0 Z
Nct 0 zc
0 -1
w w o
CC
�w 0 � a
as �~�Q ° Q
0 N O
Z > r
ZC �Q om
Q>mV)
arr C w
>-w
N D O Q 0
ct x
U S ..
CC
LEI a
H
J W �V) N.:JO U W
r ¢O? Z N o
W aS W
U� y o
K ZW U= cZ
OU$S OZO CY=U 00
QZx JN W UI-p Q C) v N ix¢ 0
zM Q¢ oz Ua ,j, O < �
Cr La 'CC'
Z NO U0< >- d W 2
�� ONt� O� UQ En ~ ¢ O ce
'c
a.UM \b °; ))b w° z > " m mo � m v
n\Vr.\ o i
d\gy �pb �j =o z z La
z rr 4p\Si ato in w m I- Z° F- F- Z Z "�` O
ON
Z liwax. W O �/ m ::: ¢ U` a .:a ¢•rr w rx : r h A vxi a W ¢ z
l �� ��` za ¢ Qaat` 3rx
11\ l\C tV�c`` \¢ O W ¢ Z M W z W N °5
\ � ` �\ Y °wOND wrnr-
©�� \ \ �\ �0 I\ ° i a } - a °w vw x °
\ \ a \ U1=- a � Up � mmrw
S. 1 \ `� ' \ d- m O m ¢ Q U ¢ m
a = J
,1.�)b N \� N Ee ©��� m mco JO Jdm � N ° �
ce J/, W (v U J N W N p] Z Z 1- J O
, iii ip rr 1 W ¢ 7 w ~ N x ~ -, w J N a IW-
N J , ,- zO ¢ ¢ 2 ^
//Y b0' Q d b7/3 4 Q XN I-. (n -, co VI x/I Fx" OU ¢ =
1 z Z 41/4 v/S z zW a � » � Fx3w = ao
S W < .9 W y Z -, = " r Z 0 Q 0 0 w W
S. F- Ja t- 3a Mme Zw � � � � � ww
J J w ,- N ° M J a w CO Or x J
Q 0 < °O ' O °Z \Q U -JCL .? N Q .~..Q
Z •- (V ('/ v Ili l0 1:
S.
N
Y N
J
d 0
\w z 3 0
O J O 0
O X to W
Z JNa 0
<I- U\O I a
0-J <ViX
ow< wZm '`4' a
cn-N 03 CL ,a co
o,< x o z W o z rn o
-, NmZ ,_ A z n\
0 La •ZV0Z w W a O
F
'nWZE5 Th'im
u.,<'--Z I- Ci .0 z0
W
.. WWm ~<z' N p„ al N5 o
o• x„ W!naw < >-. I
X w w ,--,_ O E.-. Ct
wwI Dd . Z
Y_ It
m J<
O w f> < 5
ili < ��-�Q< ••• t c
Z
0 m .
Q y
Z
0 O0 Ka 4 O ?'F O ( 0 Q<Z Ufj" O
ao 0 . J 0 � rJ + 4 cn a
n x a am a m
MIN ww° I- >In x a ° p
z
cn rc°,�a u, ,_ 0 F
fnO < N w z
J=O Z J W 0 1-` <
i~-J OaI L Ul 00 a 0
Nz< <w<0 z v ° ix
to. 1- am0cn 4 z a
Z_° o 0z O 0 Y a
0\W <�Jw 0 w a
}za aJxa� m m 3 m
• J Ln
M 0 J z
o H w W co:- _,,, < N Q
wis ° m <a Q N 0 J
IA N W J 0 m N S x Z L a
HJ<Z
Z 2 O Y Z J~
OmUIU aOaO a 4 n W Z
0 I- n-'-�o wzwm N a v a O
me WZZJ °<<a' W M W (n 0
o Z j JOmw ww�Z w 0 00 Q z
Q Q C7<I^ I-.. n O 0 T ~ W D 0
m a .b i o wXZJ o0 ce o W 0 C7 N
a z cE w' 1- La CV
U.a w m w W p o LU
Mr D o 0 0��W 5-wv, i- uc cc''n CL > tY Z `Y
OJ a pQ m
o N n- z m 1
z L Fa-D co
00 m-- a U)0 Z
SP 0
W ' \ \ 0
o /� d12�1S �NI1N d7d w
�V/ cn w
- a
i I I N
Q
/ c
o 'w F-
Mr I- mf ~a z N
z a Z _Z >F- -J Z
X O-) J Z Z J N a F-
Z
W_JF- W o0 0 a Z
0 W
rrr Q Q 0 to Z a Z a
Xaa 0 QZ O
- W- a� N Et
\Q\� WF ¢ U FW-
Ii W F- � I-
2
a W wD
M O 0
i � N� 1-.-1 o o
I
J Y \U Q Q Q
Q
J
MO 4. Z Z
W W,fir Q 0 O W
Q (n
a
Z W W
N W O m Z 0 W '�:-
N a
Z Z 00 0 O ~ p o
J
a a Q Z 'd'
ON w � wQ XO -I
Z \Q WI Lt
J CO
d Q =
X
\
W D U X a
O
ow — — 0 0 N\Nt
(n F- �-
.r
N
O
O c\ a
/� L.LL..�
2i:sties:: 1:f• A =LLI Y. N W
.. ........
.. . . W ° o a
x x ., � � U ins Vaj 2
.
,,
fi J
.. f = of "O 1
•
v
l • -:• � •• rJ 4w
st
\\ O
r. E O•
. \\ If •
L
fi >
E ': W
Z Li
C '• W•
MN 0
C . \+ o Y
+3}7!)•`: C W!•! ,•V,2..ten
a:^•7ovc e^v • O
Z 4"i17 - w —
a e .llr .
f ::::i::::ywc::xo:a3. $ K b •
s r
i
SO L
_ -, . •:aL::::iLs:::}a - - '
•
' ,, ; ' t . 0 •W W .. •a c 0111/10 3' C !a..v-.....n..v '• 1 O v l. „ • U al
• f 4 V C al W :::::::•::564 z
tem
Ns
1 :
�. r 8•. _ o r ..o_.• -r•-.I 6 L
LI
=G ..
illill
i)w . Af L:V
..w 2 _4•- R
MO ;s: s - _
•x x i h•8
b
4 ,,
C °_Zi14::ice;., - =—=.
.r.
r
N
O
. C
O a
41111N 41111N
F- v W
•n _ Q �.Zj tCa N h
r Q. a a ,n �./
IMP a c r Ov u A,
4
J O A
0 7 [ a c' c o - W A ° a
o c - .n �- g - - - - tL V v� Cn
O as C ) a• a•
0 a o a c
O i •
O L O -
MP .- ._ L` .,_ 0 ...
o i. • a c - • • J -
U C V -- U G G C r - ^ -'
a E o -a Z Z v �� N
• E 7 - - - Cgz,t.
Mr u -- •a O Cr c - - - - 1 71 1
c • a• > c - O i, , E r r O g
O O - D C C ...
O E 4. G - G C Z .° A
L1 O C O a .0 C
• •
NO C O,..: r 0 C O O
Co 3.
L - - 4 C 'J
C , m L _ C C•......C
m E - a"' 7 a r.
13 I
C • E a ._ ° ¢ c t•
a. L-- O O . , I y
E - C = -r. C E
. a, _
UP U E _o a o-
G ) - r- E -
.n it E O G - - -- c °
- - - L O E Z
c
Gs C • s
a o - —
Y w < Z ) •a
�J Z a
♦ 1 C m O Y
> J a W • v «
41110 - 1 V _ = , Z
a-
! ��`� €°g r. _ r
i1 l 1 0 Z >` • ,
Z =
O s - .-
.--. O L L N \ ■ .
F- -a 0 - -
C.)
OW W _
N n .'. .'�. --.
IfI : a - - -
a-
_ < U.S a
cc 0 MI
co CC
- -
La - -
O
N C a w i
J - i - - - r
J <
O ¢ •g .. r ^
II. n. • -s n
O •
• = a •a -• - -
_ Z a
.a
=
X I r N - X X X
- O p o O
5 0 p a <
«z at x
IMP
-, o -, ¢ i .
u a. '-' - - -
< 1
B y m
••� 8
en
V a. i l.. h N e.
W = a a •a .. . . ..
¢ Z a -
•1.-- - a O •t
— O V
_ -a C
W
-
z/L a - .,
a ^
WM
W
..
ILO
A z CO
wo der.
..r oo- 1- i aw °' (i
0s ooh < �
v:...,..: `�(O Y ' A A
V'u -co In J r-1 VJ
: dl U N
.,, Z a
ill 1 76 co
of Tw G V 6-c n- Yt.- . l ♦o;FE
• v nn 9 B O I 1 -e _ �E T I £91sadly- .9 i to a° �ITi
OW
W o v
yw_
H W .
/A
/ kr Z _ N
TtaI: :1�1 ,_i
I-IsIM_Is_;'-iF .lE-PEA.I . ,I
! \\■t1 ,
U
♦ �. -X�t,�iy • is
o
110044 it, s..\
; % � a
— I' ;• • , , •i I; ^ s e
►•1►••,i s_.1s, %%••
1►••• ∎i► >"< 1►• i . m._
am s ,.•♦moo
a
i••• •• s •, 1'•%•.. ;Vivo* 413riti ,
i •• - d:
+rr 1' j••�% �` C 9 e r :sec j 4 j = e•
1. \ fi� r r
V pp
WM
I , .\\�• • s. / $
.i..1:f'-?I_1=71��1;1.,
•—c • •.I • • _0 .,:, ,, 4 1,41, ill of;y," ••• ..:4,6. '.,--,
� ♦♦ s •.
'!1=i.!-1 .i-1-1.=
;• •... *•. ,4••''•
.. ! 444• .4••4,:*
1 ••• iiI-.A, "
ar
UM
N
0
0
D J
W Q Ili
Iris N_ 41 I C
a a
>z ui 1- 0 E-
Cr z a z 0 a
J W 1= 2 O V)
01-_ Q, o)H Q x J z Z co M
N ›- W W O E4 O
w °
\gy J 0 W A ap = I-
� z 41 c4 c3
F 1 W N I--I W u=H . ad N - QW J ~ (24 Q.° °X0Z F- W O O ztilt < /nn/ A `4 F'
(D >
o f Oo O O A dU m
I-
o
aa ip WZ v z 0 0
o W
0 11111 J Q Q
W�� d ) (n
0 0z 0
Lu Q 0 O Z
z_ Z �hi
or N O o N
m +
`AI_ moo L
Z
0
No O
Z a
a
D FY
z I— a
z m
ow 0
>-OWO
MO 11<
+11r
'lit
Q
W
sir Q W
cluO cjuO o
410 1-`)1 J
J z Z
tar
EMI <MIS f_ ,t 0
+rr W1/4". kW i
° oo�
ow
1- zW
Z li 0-61,- O
11111., D o ��o Q
or J
Avirt.., O Q1 wzz I.
F Z
Y0 � � �
NNW Q (n
NNW
CC O
CO W
1-O
I
or c
a
zQ
Q
me
o
W..
oss
" A . �•
z r„ 00
••• 3 Y -.7...,
- a' z
(Di O '5 o
s �_.. ? = W z I, c
0.
..E Q - 1^1 o °m LLIZ t°_ 0"....a.
No
oa> e
A O y a J
A
_O O- O z A [[//�� y6�/
C - O ° C- C V W MMMCCC������111' V-
F!c _ c = d o �' Q .
o .c
NOV ..Airigiiiill
o - '° °ao =E ' y
UM Ur Add1111011, ).-
0
rigms,:tir i{:;„„m 1.s.J
Oil CI
1111=1E. manam
Y
`o �v►. NL!,
.01, -I
U
$ ao J
J O O
_ _ CO
y CO 'a
•
0 f n
X•
a.
W G
U
o
�' ►'�/
zr
.r.
Jr- ---=-:►I-T m
m U h
el
ma -'�� N_
um■r'
•• �--•- m �C N tp
ratan
W
wan . z `
I_ M ar — f _ W -
•
m Z
----- _ - W r
cc CO
IMO ° " o'� <d — W
_N W
ILL
• - c mar
Ur
.4— . Assmossasama magnums
•1.0. J.0111•111111
.:,.��■��■.y�.��■�r�■i■i rrrrrm ENV '�
• ICI rm11.-L 1151�a W-' ma �..... 0 Cr
ems■MnrrNwNn. ia.
....gm��' >�■- -IBM -o Mao am�'iaar N
S MIE• • - • - W Q
mmrM.rmMrar.rai.. Im51MmmM 'r■amms& S ti5151■■m11m' O
mmmmm.■■mmmmNrm "'i.■r■■■s W swa m&wumumum11 )-)-•- T N
mamma M11a► -''zmmrmmmmm A-
■a- 4■
1 w^ srW ...MEE m
-zya
oa a_= Mmmremisz.omuuum N u
UM
. rmm .■.Mmmai I- _L_
■°—mm'- era W.W..uu 51111 W■■WN CC
iirea.�•
•--amiumrmM■M■r M■M■mmmar nnnn■sea■tr.maammrnMM w - -
Mr CL
Z_ o
a
O E D ; O
N C 4- WN
p
• N
allif f-I- C J 2 CO
P■ O J 0. -0 O Z I :11 a i D dgp U V 0 Naas p - u 0 !
at
— L r a 7 UI !i 1
N o W t
o N t v� a DO v- 1- I t
t C Nt • �!
0 0 L t\ .0 W !r 0 �'Y N
N •- ' O 0 ii E-4 CO
3 i ii< 71 z zC
O G.+N d V . X -
--I- N V V X N N V
OD O C 0 L Q L 0
o D'0 7- 0f --4- i_
C x U) 0-i- 0 0
1M 00 in L OOID 0 C C
0C O D L J -
O.x v0 .00N a - WO .0] 1
V L tT•-N I)..0
CD.0 OA) -L O.N - N T , °n a 7} D 0t N E 00/0 0 O C C
C LT 0 0+AL y0
N- + 0 .0 0 0 L- U)L a °
- E F- - t+ 4- 0 a'
V 4- T 0 0 O N
L0 00 000+- C U) L•- d
00 C E•- O" ON OIL
SW E� 00 NV 0- LL V c
a U U0
v
U t J�D3 O- O C c L U) 0- 0- -
•-.0 DL Y 0-4- 4- (., U) o
3 t 0 4--0 E4-
v
i v oNO-
4-O L, CCLC LC LO o c
C I- Y•-0 - F- 0 li 0 0 -° o
+r w _
F y • N
I L
•
• • • • O >.
Z .--•
N M Q to
h
o y
m
0. V
y
ow C + a C
0
N m i
too
— E .•.n
v •
N C `L a ° 0 W Z e4
aar + o 0 L • n C O
E mx a) ° 3 Q. € z n
•- '0 17
•
. c'o-o 4 o $ t— J q rs: a Q 0 44,1
.• _ L aaN + N v' Z Y '" A.
E Q Q
•
11 L •C L m a - 0 ai 0
i
I
A H a'
`" + m o a i 0 To v- (/) !r - o c# . ai
4- • +C• 0 0C 0) 4- .0 Q p_
M «t} 4- .000 v 0 — W
C 0°Q .0 011110 a 4- L >•
1
L. N •- a)+ N Lv
C 0.
C) •
+ h C V U -V C
O 4- C0 CN O — a) +X° - d O U O C N N C D
N C °
mY °� oa)mct) + m— 0 .
0 0
_ 4 i
N•- + 0 .0 0—0 a: C N a)L
— E 4-0 001 4- 0 0
V 4- >+ In 0
Lai 0v 00 7 - CO v'`
co U c E a Ett) 0— a,L 1 1
N O
Ea f0-Y 4- +LL E - 0)0 C+
UM 0 + 0 7 7a) X• QN o
L al 0.- 0 •0+ 0+ 0
4- y 0000 0> 417 N
4 :-0 c CL C•- LC .0•- °0 c
1/I •-.•C !-- - Y N Y•O I-•- I-L lL 0 v
iv c
NO I-
O c•Z -+ • 1) v 1!) t0
n O P Y -
• iJ
-
M L,
h l R
SW D O
a + o
C b
C
O + U 4
v° O O .4.. L n CC
+ 0 0 4-LL U a)
01� a) a) N +O °N n
L•- N N 0D > >
N a
C N K
0 y 0 m C L ,l
V) in EN O N L4- •n 0
lale O alb 0 ,o
1 a1 tD N N
N L 0
CL a/
—
1M 4.
so o / ..ilk+rr D h I ADS ``) 4 A� ° 46"-
v _s =s •,� y a MA I Eit
At/ kV/L "-z sW, y,it et:i k3
— ...ty
- --,9 % ."1":A;iii.s....41/4,.... \ .
tn en
110 '
0 0
tar _S .c s L L N T
0 0 �X .
CO cp
L
1rl 1r) _Q U L 0
i L UO N
1 1 U W
O L
.-. N 0 L 0
O CO
L CO
O M
m 4.-)
M
a
4104
d-
'° c
o
_W E. 4.
to Z A a Li
—J_ w W " E0
m_ 0 Ga i .??mom+■+ Z< • w43 o :^N
0 t Ua . E w .-■ w
z Y Z0 wao en CO
Y ►- a3 w w o a
cn 0 ~~ w x s GO U U - • - m
OW U = J \Q \Q + lal
or
N Q J d , tY Z
N
nU m ►r- mH m1- a- • /J�4L
a
viii
J ■
ii J
1 •
..
. -a
../.. er
a
r
0 • oa
0.. , / w ro
/, 0 s- _J
4, Q Q
.51- ri li---t--1-UM
\ O Z\
O w l
0
n�ri..._ X
CO 0CC
0 O
I.
W i
CO
Cr
w W Z o
0
ele M� 1 - 0 O W R.Li Ce
ZWN �. li `�SC-C- P`� \ = 0 co
U
>-F-J 5 F- LT f-
�, a J afro of w
z= ; �� U o
■
O\o J O C� iv Q
YIM M x z _j
0\ Z F- n,M•-- W W iF-4
I = _J et
Vim
w - (..I..I F- Q
\ tL I-
I 4 j M \ j 'n o 0 0
i.} o� to in
OW —I J" v 'o 0 N _ N O Z p Z Q
O OZ CO W O I JO
Z}
Q N N LLJVI W��Fa-O II
C cr U 1-WUN0
tillt .- Z W� 0NZ�0
-1 oil& 1- <m co m a
ixceiM
IMO ; op.J0C9fA11
WQJIi
W Q Z W w 0
I CLIl _ _ 00 S(r)O Z.(
IN
^ �rj wOJ�S(nN�
«t/c LI. ~o<n�OCn>>O
Z N M 4 iri 6
wr
Z n
C
or
a
in
C
m ¢.
= E Li:
O J W e
/ .0�\ \/„.
ev
` -, W W a
1
w CD Z d Q
X
cc
a O +U Imc/U H O :.- z_____K+CC
PI CJ w ar H Z
Lu
La
NW
O
IMO
C
GIP
,G
f .x G
M (V 7_n
\ O
I-
I-
fie
Ir-
a
CO 17 W O
\ W W
1 01 a d'-
1 IT W
W O�fL
L J LJ U < NC
,_
'r N S
- 1.-- \� Z J
w V
H
(n 002
M j 2
it 31111
O -O -_ O °Zz x z x °IMP 2 1n N w L]
JOin
_ v I N Z V
2 a• Y I-
6
oa0D ow-'c0 o f-1 f l
d'
(.3c 0
I V
OOP
cr00
Ca Z d I-M
S W Z N
gr-JJ0
lig
°Z°av~ia°Z
�� a=caiwoo
wi_ma
■rr p?C oYJc2a
na aOcrW°-J
~J F~O
w
LLJ N Q �atA
cn W u_W
X QQ J N J"OCW-Q
le
O M W N W O
tO
Z NriMi
vow
Cr
Id
o
•v
O I Z Cx7 O M I
Z
z z a,
or 0
(N d Qa a`:I
Fw aF
3NIl A1213d021d F-0 :, a0 a al F.
003 w 0 aj QU i d-
au O m
Q - ~ d J CO CC
Ym a> d
C`3• L.
J IL Id Q W `_ J Q w W ill O _> 0 J N
O Z I O EE ~ 0 Q C.D=X _ -z J J m m v � a UN Oix LJ.I N Qw 0-O ww d O
>F-J ~I- �cc -I � O� 00
cr >- , w}" x�UZ mw 1Dst x
>-ICr Wm 00 d� J SOW d'O 0 0_Er
CL I-SP -DFJQ0 ct� �` H hi = wF=w-�W \ ' Q
> =5 7.
M
Q_ZZ F-12_ 00 N ci_
(rr �� w Z
F OJ F-
F W�fod 00 - O U
La
>-.1 O
J Qx
Wp
0E- 1—Z m
W O O W
3N11 A123d021d cr QU) Z --
■r U I <tst C O fr t
Nu. w l l Z , z
'� i o--- Y c_n
I 1f o I I ZO�Q
_ U
W _ pN -Ni_t0m
Q
Mil ' OSI OQZ_Ji Za
J (L» mILOQ Q<
Q
J
CC
D W W O
Wr ZW Fw- F-W Y
0 V)QU W
X ZX WD � >0 ix
WO Fm 5m Z_ JOB O z0wn .rw-
UM 2w0X --(13-0)- �w I-aw w 0 c~i)n-CL C.
w > o O
WOE : 0 Z (/ W: 0 X0QO
ww lL W 0 W O W d' W 0 C
U(0 0 0Za� I-�. 0zN_j•ON Z\ I .. • • I-<OII- °1-`� wL -Jw
0o t.,-)o . 3 m O O O W U m M
•O ' - Z �--, _0 0
CVH W 0 0 0I-- -O >U)0
N§CC O < QYF- dU N w0J~
OW -xX>Q 0 \ O�Qw IOQ \_ NUQQ
NOOW OL, JZ v)CL I YOD <OnmUU I I N , z-- N OUP NO N '' O O N ti Q Z W_
ut F-O
SW W :It Q v
• i D r
• I ii Q
Q
(Y CL w•.1.l• W Cr CZ
41111 - I
Z ,`I� Z
O ` O Z
co x
_x O
No to -Z _ Z
.:Z N w Q
O W U F-w
DI- 0DI-
trr �� F-
w U)CC
z X0
w
NW