Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Bidding Requirements,
City of Renton Forms,
Contract Forms, Conditions of the
Contract, and Specifications
CAG 05-165 FED. AID No. STPH - 0900 (21 )
r
Award Date: 2/6/2006
Award TO: sanders General Construction
` 5188 NW Sammamish Rd
Issaquah, WA 98027
,.. low AMOUNT: $1,655,345.54
�Y
NE Sunset Boulevard (SR-900)/
Duvall Avenue NE Intersection
Improvements Project
Submitted to
City of Renton
1055 South Grady Way
Renton, Washington 98055
General Bid Information:
(425) 430-7200
City Contact: James Wilhoit Submitted by
BERGER/ABAM
(425) 430-7319
° E N G I N E E R S I N C.
Consultant Contact: Gary Phillips \ fM L `•
(206) 431-2300 Y
f L�
j 3 90
1
EXPIRES:10/22/07
Job No. FAPWT-04-031 October 2005
qw
M CITY OF RENTON
RENTON,WASHINGTON
CONTRACT DOCUMENTS
for the
NE Sunset Boulevard (SR 900)/Duvall Avenue NE Intersection Improvements Project
PROJECT NO. CAG 05-165
FEDERAL AID NO. STPH-0900 (21)
October 2005
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
.. SPECIFICATIONS
PLANS
CITY OF RENTON
1055 South Grady Way
+� Renton,WA 98055
r.
r
r
® Printed on Recycled Paper
on
.. CITY OF RENTON
Project No. CAG
�r NE Sunset Boulevard (SR 900)/Duvall Avenue NE Intersection Improvements Project
INDEX
4"
I. CALL FOR BIDS
II. INTRODUCTION
r` 1. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON
3. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
•. 4. SCOPE OF WORK
5. VICINITY MAP
III. PROJECT PROPOSAL
1. BIDDER'S CHECKLIST
2. PROPOSAL
3. SCHEDULE OF PRICES
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. BID BOND FORM
.. 6. NON-COLLUSION/ANTITRUSTIMINIMUM WAGE
7. BUY AMERICAN CERTIFICATE
•s
IV. CONTRACT DOCUMENT FORMS
1. BOND TO THE CITY OF RENTON
2. CITY OF RENTON INSURANCE INFORMATION(INCLUDING SAMPLE)
3. CERTIFICATE OF INSURANCE (INCLUDING SAMPLE)
V. REQUIRED DOCUMENTS FOR FEDERAL AID CONTRACTS
1. REQUIRED CONTRACT PROVISIONS
FOR FEDERAL AID CONSTRUCTION
(AND AMENDENT)
VI. CONTRACT SPECIFICATIONS
4W 1. SPECIAL PROVISIONS
2. AMENDMENTS TO THE STANDARD SPECIFICATIONS
APPENDIX A-HOURLY MINIMUM WAGE RATES
APPENDIX B-STANDARD PLANS
VII. CONTRACT PLANS
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Ptoject ii October 2005
City of Renton
NE Sunset Boulevard (SR 900)/Duvall Avenue NE
Intersection Improvements Project
. Call for Bids
The City of Renton, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat.
252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department
of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in
federally assisted programs of the Department of Transportation issued pursuant to such
Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered
into pursuant to this advertisement, disadvantaged business enterprises will be afforded
full opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color or national origin in consideration for an award.
CITY OF RENTON
CAG-05-165
CALL FOR BIDS
NE Sunset Boulevard (SR 900)/Duvall Avenue NE Intersection Improvements Project
Sealed bids will be received until 2:30 p.m., Tuesday, November 15, 2005, at the City Clerk's
office, 7"' floor, and will be opened and publicly read in conference room #521 on the fifth floor,
Renton City Hall, 1055 South Grady Way.
The work to be performed within 150 working days from the date of commencement under this
contract shall include, but not be limited to:
Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto
(except any materials, equipment, utilities, or service, if any, specified herein to be furnished by
Owner or others), and performing all Work as required by the Contract in accordance with the
Contract Documents, all of which are made a part hereof.
The Work shall include the installation of a traffic signal system, including but not limited to,
grading, planing, asphalt paving, asphalt overlay, concrete sidewalks, lane striping, installing
signal poles with masts, signal heads, luminaires, traffic signs, and stormwater, sewer and water
main improvements and all other work necessary to complete the project.
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the
plans and specifications of this contract document
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Approved plans and specifications and contract forms may be obtained from the City of Renton,
Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South
Grady Way, Renton, WA 98055. There is a non-refundable fee of$45.96 plus $4.04 Tax (Total
$50.00) for each set. If ordered by mail, add $5.00 for postage, which is also non-refundable.
No telephone orders will be accepted.
Questions regarding this call for bids or the plan holders lists should be directed to the Public
Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any
questions regarding the project, please contact the Project Manager, James Wilhoit, at 1055
South Grady Way, Renton, WA 98055 or(425) 430-7319.
A certified check or bid bond in the amount of five percent (5%) of the total of each bid must
accompany each bid.
The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall
apply.
Bonnie 1. Walton, City Clerk
Published:
Daily Journal of Commerce
October 19 & 25, 2005
November 1 & 8, 2005
.r.
City of Renton
NE Sunset Boulevard (SR 900)/Duvall Avenue NE
Intersection Improvements Project
II. Introduction
.r
INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton
w City Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered
r and the award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall
be submitted on the forms attached hereto.
2. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the
attention of the Project Engineer. Written addenda to clarify questions that arise may then be
a* issued.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way,
modify the contract documents, whether made before or after letting the contract.
aw
3. The work to be done is shown in the plans and/or specifications. Quantities are understood to
be only approximate. Final payment will be based on actual quantities and at the unit price
♦ bid. The City reserves the right to add or to eliminate portions of that work as deemed
necessary.
4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders
shall satisfy themselves as to the local conditions by inspection of the site.
5. The bid price for any item must include the performance of all work necessary for completion of
that item as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the
event of errors, the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
wr
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of
Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall
.. accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately
following the decision as to award of contract. The check of the successful bidder will be
returned provided he enters into a contract and furnishes a satisfactory performance bond
"„ covering the full amount of the work within ten days after receipt of notice of intention to
award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of
Renton as liquidated damage for such failure.
"V 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as
the City may request further information on particular points.
.w 10. The bidder shall, upon request, furnish information to the City as to his financial and practical
ability to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
w
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage,
worker's compensation, public liability, and property damage as indicated on forms enclosed
under Attachment A herein and as identified within Specification Section 1-07.18.
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar
chart type construction schedule for the project.
14 Before starting work under this contract, the Contractor is required to supply information to
the City of Renton on all chemical hazards Contractor is bringing into the work place and
potentially exposing City of Renton Employees.
+Mr
15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage."
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in
the bid forms to be considered responsive for award. The total price of all schedules will be
used to determine the successful low responsive bidder.
, . Partial bids will not be accepted. The owner reserves the right to award any or all schedules of
the Bid to meet the needs of the City. The intent is to award to only one BIDDER.
17. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed
a depth of four feet, any contract therefor shall require adequate safety systems for the trench
.�. excavation that meet the requirements of the Washington Industrial Safety and Health Act,
Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate
item. The costs of trench safety systems shall not be considered as incidental to any other
+M contract item and any attempt to include the trench safety systems as an incidental cost is
prohibited.
18. Payment of Prevailing Wages
W
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on
+� this contract the prevailing rate of wage for an hour's work in the same trade or occupation in
the area of work regardless of any contractual relationship which may exist, or be alleged to
exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
wr
The most recent issue of the prevailing wage rates are included within these specifications
under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible
for obtaining updated issues of the prevailing wage rate forms as they become available during
the duration of the contract. The wage rates shall be included as part of any subcontracts the
Contractor may enter into for work on this project.
�. 19. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance
s with the requirements of RCW 39.16.
w
4W
+► 20. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention
of environmental pollution and the preservation of public natural resources. The
CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws.
The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations
under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply
'r with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding
removal and encapsulation of asbestos materials.
w• 21. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
Specifications, Special Provisions, and other sections of these contract documents. These
standard specifications are hereby made a part of this contract and shall control and guide all
activities within this project whether referred to directly, paragraph by paragraph, or not.
rr
1. WSDOT/APWA"2004 Standard Specifications for Road, Bridge and Municipal
Construction" and"Division 1 APWA Supplement" hereinafter referred to by the
.. abbreviated title "Standard Specifications."
A. Any reference to"State,""State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be
modified to read"City of Renton," unless specifically referring to a standard
specification or test method.
B. All references to measurement and payment in the WSDOT/APWA standards shall
'r be deleted and the measurement and payment provisions of Section 1-09.14,
Measurement and Payment(added herein) shall govern.
r 22. If a soils investigation has been completed, a copy may be included as an appendix to this
document. If one has not been provided for this project by the City or Engineer, the Bidders
shall familiarize themselves adequately with the project site and existing subsurface condition
as needed to submit their bid.. Upon approval of the City, the Bidder may make such
W subsurface explorations and investigations as they see fit. The Bidder shall be responsible for
protection of all existing facilities, utilities and other buried or surface improvements and shall
restore the site to the satisfaction of the City.
■.
23 Bidder's Checklist
rr ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the
attached index are included in their copy of the bid specifications. If documents are
missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain
the missing documents prior to bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit
With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including
sales tax?
w.
VW
w
•� ❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
rr
rr.►
..
..
.r
..
■n
w
.w
CITY OF RENTON
SUMMARY OFAhITMCANS WITH DISABII.lY7ES ACT POLICY
ADOPTED B Y RESOL U770N NO. 3007
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities rriating to employment such as
recruitment, selection,promotion,termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffn requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WrM HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate firlly 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 DISABILr 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
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls,and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
C RENTON RENTON CITY COUNCIL:
Mayor uncil P=ideat
Attest:
City Cleric
+•� CITY OF RENTON
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:
op (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment
related activities included recruitment, selection, promotion, demotion,
training, retention and separation are conducted in a manner which is based on
job-related criteria which does not discriminate against women, minorities and
other protected classes. Human resources decisions will be in accordance with
individual performance, staffing requirements, governing civil service rules,
and labor contract agreements.
.rr
(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.
w
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan
and Equal Employment Program will be maintained and administered to
facilitate equitable representation with the City work force and to assure equal
employment opportunity to all. It shall be the responsibility of elected officials,
the Mayor, the Affirmative Action Officer, department administrators,
managers, supervisors, Contract Compliance Officers and all employees to
•� carry out the policies, guidelines and corrective measures set forth in the
Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants
and suppliers conducting business with the City of Renton shall affirm and
subscribe to the Fair Practices and Non-discrimination policies set forth by the
law and in the City's Affirmative Action Plan and Equal Employment Program.
Copies of this policy shall be distributed to all City employees, shall appear in all operational
documentation of the City, including bid calls, and shall be prominently displayed in
appropriate city facilities.
4s
CONCURRED IN by the City Council of the City of RENTON,Washington, this 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
w iV(ayor Council President
Attest:
s \
City Clerl
w►
w
CITY OF RENTON
Project No. CAG 05-165
NE Sunset Boulevard (SR 900)/Duvall Avenue NE Intersection Improvements Project
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation
of the facilities, as shown on the plans and as described in the construction specifications, to include
but not be limited to:
Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto
(except any materials, equipment, utilities, or service, if any, specified herein to be furnished
by Owner or others), and performing all Work as required by the Contract in accordance with
the Contract Documents, all of which are made a part hereof.
•
The Work shall include the installation of a traffic signal system, including but not limited to,
grading, planning, asphalt paving, asphalt overlay, concrete sidewalks, lane striping,
r, installing signal poles with masts, signal heads, signal interconnect between Anacortes
andDuvall, luminaries, traffic signs, relocating luminaires, relocating water meters,
hydrants, and all other work necessary to complete the project.
The work shall also include the installation and/or replacement of the storm and sanitary
sewer system, including but not limited to installing catch basins, storm and sanitary sewer
manholes and pipes, side sewers; furnishing, installing and maintaining erosion control
measures, providing traffic control, and patching and restoring all disturbed area.
Any contractor connected with this project shall comply with all Federal, State, County, and City
codes and regulations applicable to such work and perform the work in accordance with the plans
and specifications of this contract document. A total of 150 working days will be allowed for the
completion of this project.
•
4W
W
ow
W
we
4V
NE Sunset Boulevard(SR 900)/Duvall Avenue tit:
Intersection Improvements Project 9 October 2005
t
NORTH
405 a
�� y •V v -et . � :\. LAY'.: }':. X � � ',R "�t.
Y�".. �• *t5. '+d•. � %.,i"+ � x� � -� tit � Y'� " `
• ili^ � h� � _ ' i
f S �
w t°�t 'wat -pia *-ar' 3 .0 � �'2�� _ � ?S'v- ; � . w �,�' � �`Y• Z f
#� � y.�� f+'"''e k,.: w i�': :`e ".ac.� .h -� {�.'Yi4:.' 'Fr .�,a�iM1� q,. a• �-, `� � .
vgi
WA
BERGER- a .� 405 +� -, r .e 1�•' '� . '�'4��} k.
'� • • • •
R •r ,�t s f �k��� �?'��a�'t s�x ..Y� '4 §�,+�,�+ � } v'xA:3PS-' R,+�' + �r�-.r�#' � '� 'sir 1:"'rd t��'f'�ay «v�` u«*tx'r P 3 �'IYa' �4����Ilc ter
City of Rent'
NE Sunset Boulevard (SR 900)/Duvall Avenue NE`'
Intersection Improvements Project
� f
III. Project Proposal` �-
t
Project: NE Sunset Boulevard SR 900)/Duvall Avenue NE Intersection Improvements Project
Project No. CAG--0 — 1&57
Company: JAwDCtZ5 tz R-L Bid Amount: 1, &5�i 3q5.5'T
Address: qlgg A/k) q nti S�, RoC
&-)4 9 5627
Phone No: 2x, G 5f
"�-
i
fl ,
1
a
f '
d
� t
BIDDER'S CHECKLIST
r
1. ✓ PROJECT PROPOSAL COVER SHEET
.. 2. BIDDER'S CHECKLIST
3. ✓ PROPOSAL FORM
4. _ SCHEDULE OF PRICES
5. ✓ ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
6. ✓/ BID BOND FORM
i 7. V CERTIFICATION FOR FEDERAL AID CONTRACTS
8. CERTIFICATION OF EEO REPORT
a 9. ✓ SUBCONTRACTOR LIST FORM
10. NON-COLLUSION AND DEBARMENT AFFADAVIT
.. 11. v ASSIGNMENT OF ANTITRUST CLAIMS
r
12. 7— MINIMUM WAGE AFFADAVIT FORM
13. BUY AMERICAN CERTIFICATION
r
Above documents must be executed by the Contractor, President, Vice President, and Secretary if
corporation by-laws permit. All pages must be signed. In the event another person has been duly
authorized to execute contracts, a copy of the corporation minutes establishing this authority must
be attached to the bid document.
rr
err
�r
r
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
�r Intersection Improvements Project Octoiw' Zoo.-)
CITY OF RENTON
Project Number CAG 05-165
i
1 Duvall Avenue NE/SR 900 (Sunset Blvd) Intersection Improvement Project
i
PROPOSAL
TO THE CITY OF RENTON
RENTON,WASHINGTON
Ladies and/or Gentlemen:
The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced
in this improvement, and the method by which payment will be made for said work, and hereby
propose to undertake and complete the work embraced in this improvement, or as much thereof as
can be completed with the money available, in accordance with the said plans, specifications and
contract and the following schedule of rates and prices:
d6 (Note: Unit prices for all items, all extensions, and total
amount of bid should be shown. Show unit prices both
in writing and in figures.)
Printed Name: f _i S
Signature: .�2�ii O) 44�41u
Address: QCyuS f-; IQOt
' Names of Members of Partnership: J Q,FO 2'I
OR
Name,of President of Corporation
.d.
ame o ecretary`of orporat on
Corporation Organized under the laws of
i' With Main Office in State of Washington at
e" ti � �'t.4AkTiFfiA
y'
NE Sunset Boulevard(SR 900)/DuvalI Avenue NTE
406 Syr x. y
intersection Improvements Project ,'� erg`. fit# October 2005
{
r ,r
` City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900(SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A-NON-SALES TAX PORTION(QTY(Renton)on SUMMARY OF QUANTITIES)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS CTS I DOLLARS CTS
103 4 EA Remove Drainage 2-02.3
Structure SP
$ -( ►v 22.0. 01D
per Each
i 104 354 LF Remove Storm Sewer Pipe 2-02.3
j SP
i
per Lineal Foot
105 625 SY Remove Sidewalk Incl.Haul 2-02
SP
$
per Square Yard
106 913 LF Remove Cement Conc.Curb 2-02
and Gutter Incl.Haul SP
o o _ 13
per Lineal Foot
109 300 CY Roadway Excavation 2-03
Incl.Haul SP
per Cubic Yard
110 875 SY Planing Bituminous 5-04.3
Pavem`e SP
(nt
$ it11� 50D_ `
er e Yard
112 579 LF Corrugated Polyethylene 7-04.2
Storm Sewer Pipe SP
12 In.Diam. , O o ,
$ In i tr —OxSZ.cl ,u7� A
per Lineal Foot
114 314 LF Corrugated Polyethylene 7-04.2
Storm Sewer Pipe SP
24 In.Diam.
per Lineal oot
NE Sunset Boulevard(SR 900)/Duvall Avenue NE.
Intersection Improvements Project October 2005
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900(SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A NON-SALES TAX PORTION(continued)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS CTS DOLLARS CTS
115 3 EA Catch Basin Type 1 7-05
SP
per Each
116 11 EA Catch Basin Type 2 7-05
48 In..D�`t'Y1�. SP
$ ..m�,�er 1, $8O 20, !080
.,
per Eac
118 3 EA Movin Existing Hydrants 7-14
$
per Each 00
119 3 EA Water Meter Relocation and 7-10
Replacement SP
4-- hA/n 500.0fl Q
er Each
9 120 jYG TON Crushed Surfacing 9-03.9(3)
3 � l0'�� $✓ Base Course �
$ �'�u= 1t� lea-
per Ton
121 750 TON HMA CL. '/2 IN. 5-04
PG64-22 SP
$ � h't'I�a--� 60. 00 45, DD0
rr
per Ton
124 955 LF Cement Conc.Traffic 8-04
Curb and Gutter f
er Lineal Foot
127 942 LF Paint Line 8-22
r
$
!k'14-a 6A — .50 4 71.00
1 per LinefWFo t
1 129 9 EA Plastic Traffic Arrow 8-22
do
$ -Qi,c (o$.00 6 I L�00
per Each
x
130 2 EA Plastic Traffic Letter 8-22
$ 0r�., _ c>�. l 8 5.00 3 #7 0,00
per Each
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
e Intersection Improvements Project October 2005
s:
' r + City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900 (SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
i (Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A NON-SALES TAX PORTION(continued)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS CTS DOLLARS CTS
131 9 EA Plastic Bicycle Lane Symbol. 8-22
$ fn t - �- �foo. 12 2.60 /P 00
8
per Each
132 8 HUND Raised Pavement Marker 8-09
Type 1
Q`tc tat"," hA
$ tititih.t:¢�1-tSx� �ia- l q l•00 1, 5��
per Hundred
133 1 HUND Raised Pavement Marker 8-09
Type 2
0o q00. 00
i
per Hundred
138 958 CY Structure Excavation Class B 2-09
Incl.Haul
$ _ 4- h°� 2 3. oD 221-b34
per Cubic Yard
139 5,147 SF Shoring or Extra Excavation 2-09
Class B
per Square Foot
' '. 140 281 CY Gravel Backfill for Pipe Zone 7-08
Bedding SP
■: $ ��--faro � "+0/tra— 3 Z.,, �0 _��-�9-�- s
-r Cubic Yard
141 5 EA Plugging Existing Pipe 7-08
SP
i'001" 111
PA&1 _ I o�.o0 53 S
per Each Y1-b
143 640 SY Cement Conc.Sidewalk 8-14
SP
$ �►� `{ -'l *sO/fr ' 2 3 50 a
per 5quare Yard
144 28 SY Cement Conc.Driveway 8-06
Entrance Type 1
$ qv- '/o I , 03(0
per Square Yar
fit.
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
' Intersection Improvements Project October 2005
City of Renton—Transportation Department
.r DUVALL AVENUE NE/SR 900(SUNSET BLVD)
{ INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
j written or typed words shall prevail.)
SCHEDULE A NON-SALES TAX PORTION(continued)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS CTS DOLLARS CTS
145 86 SY Cement Conc.Driveway 8-06
— I Entrance Type 4
-
1 per Square Y d
148 2 EA Connect to Existing 7-05
Catch Basin SP
$
6&,o6J 2-2-5-00 4,50-00
,.�
per Each Cf- It a
149 4 EA Connect Structure to 7-05
Existing Pipe SP
• S ; hL,Gu.x_ dA_od "16-ty- 500, 00 000
per E ch
i 150 1 EA Adjust Manhole 7-05.3
i�P�kh-f x}50•o o �}So 0 0
per Each
151 5 EA Adjust Catch Basin 7-05.3
SP DLO
'750, oo
per Each
,n 152 7 EA Locking Solid Metal Cover and 7-05
Frame for Catch Basin SP
74, LAA
.r
per Each
Total Schedule A(non-sales tax portion): .
Total of extended amounts in words
0 Ail,
dollars and ;"Lt1 cents.
THE UNDERSIGNED BIDDER HEREBY AGREES TO COMMENCE WORK ON THIS PROJECT,
IF AWARDED HIM/HER, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION AND TO
COMPLETE THE WORK WITHIN 150 WORKING DAYS.
Dated at 55 f f Zt K f q this /5 ' day of
&V e�nWGey ,2005
1
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
I-
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900(SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A SALES TAX PORTION(QTY(State)on SUMMARY OF QUANTITIES)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS CTS DOLLARS CTS
101 1 LS Mobilization 1-09.7
s _ 006— -- 8, 000
per Lump Sum Qtr-
102 1 LS Clearing and Grubbing 2-01
per Lump Sum
103 10 EA Remove Drainage 2-02.3
Structure SP
i
s Two Z'20. 00 2,200
per Each h p�
104 468 LF Remove Storm Sewer Pipe 2-02.3
SP
$ 1 5t7 ILI
er Lineal Foot
105 575 SY Remove Sidewalk Incl.Haul 2-02
Sp
$ f — 1� ��Q?T 5. 00
per Square Yard
106 1,167 LF Remove Cement Cone.Curb 2-02
and Gutter Incl.Haul SP
$
per Lineal Foot T
107 140 LF Remove Extruded Curb 2-02
per Lineal Foot
108 1 LS Remove Existing Traffic Markings 8-22.3
J SP
$ 0yKj . �uel-VnOIOU- 100.00 oe .o0
per Lump Sum
109 820 CY Roadway Excavation 2-03
Incl.Haul (( --LL SPP
s �IAlfibtwU—7Zcl-O `� 2-0/Oa" 22-,2 8. 2o4-
per Cubic Yard
110 1.525 SY Planing Bituminous 5-04.3
Pavement SP
$ IMAAe+ nOfQ�'' , 00 b� too
per Square Yard
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
' City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900(SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
1 be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A SALES TAX PORTION(QTY(State)on SUMMARY OF QUANTITIES)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS CTS DOLLARS CTS
111 13 LF Class IV Reinf.Cone.Storm 7-04
Sewer Pipe 12 In.Diam. SP 12� oa
$ 04te �,un�dn�ed�-fux
per Lineal Foot
j 112 1,200 LF Corrugated Polyethylene 7-04.2
Jl Storm Sewer Pipe SP
+� 12 In.Diam.
,31 .00 aO
per Lineal F
do � 113 228 LF Corrugated Polyethylene 7-04.2
Storm Sewer Pipe SP
18 In.
Diam. 4D,00 10,944
per Lineal Foot
114 64 LF Corrugated Polyethylene 7-04.2
Storm Sewer Pipe SP
24 In.Diam.
per Lin'A F of
115 8 EA Catch Basin Type 1 7-05
SP
A,
per Each
' 116 8 EA Catch Basin Type 2 7-05
48 In.Diam. SP
Y
per Each
117 50 CY Gravel Backfill for Trench 7-08
$ �jSO- 4q,00 2, 2350
er Cubie Yard
118 1 EA Moving Existing Hydrants 7-14
$ ZOD
er Each 4hmnI&Ld wtov--
119 1 EA Water Meter Relocation and 7-10
Replacement SP
$ � d.�"0 0 �-- 600,00 500 .00
per Each
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project ,; k : ..,;; October 2005
a
W Z e r'
�t a wx
7:
City of Renton—Transportation Depa" merit`
DUVALL AVENUE NE/SR 900 (SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both.words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A SALES TAX PORTION(QTY(State)on SUMMARY OF QUANTITIES)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID('Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS CTS DOLLARS CTS
120 �I � TON Crushed Surfacing 9-03.9(3)
(�t��S �ZO Base Course
% per Ton
121 1,550 Ton HMA CL.'/1 IN. 5-04
PG 64-22
SP
er Ton
122 0.07 Acre Seeding,Fertilizing and 8-02
Mulching SP
$ K'%- 0 0 1 , 050
per Ac
123 1 LS Temporary Water Pollution 1- 07.15
j Control SP
per Lump Sum
124 1,015 LF Cement Cone.Traffic 8-04
Curb and Gutter
per Lineal Foot
125 318 LF Type C Block Traffic Curb 8-07
$ + S% 3. s o 2
per Lineal Foot
126 65 LF Removing and Resetting 8-11
Beam Guardrail
er Lineal Foot
127 387 LF Paint Line 8-22
$ �;�+u cry • 50 1 q 3.So
per Lineal of
128 799 SF Plastic Crosswalk Line 8-22
per Square Foot
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 200.5
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900(SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
i
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and totaj.amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A SALES TAX PORTION(QTY(State)on SUMMARY OF QUANTITIES)
129 13 EA Plastic Traffic Arrow 8-22 'f
1 $ .* ' ��%t g- Kola- -- (0 r00 g g 4,8 0
erer Each ?�1.y
132 19 HUND Raised Pavement Marker ,Q 8-09
- Type 1
$ 0-`1,�,nehi -axe, �- `o� q 1 .00 A 2
per Hundred
133 3 HUND Raised Pavement Marker 8-09
Type 2
$ 4y W,, IWAJARA q,-"Al 800.00 112,00
per Hundred
1
134 1 LS Permanent Signing 8-21
j $ 10, .50b 101500
er Lum Sum q- "Vat
w.
135 1 LS Illumination System 8-20
$ •,,SP- .201.500 2-0)5-00
per Lump Sum "/03
136 1 LS Traffic Signal System -'
1521600 157.1000
per Lump Sum
137 1 LS Traffic Control 1-10
P
122 00o I22 oaa
,..
per Lump Sum
138 1,235 CY Structure Excavation Class B 2-09
Incl.Haul
$ 'dux -`fu� ``°lea— 2`3.oo _ 4o
per Cubic Yard
139 8,067 SF Shoring or Extra Excavation 2-09
r
Class B
$ Tlh �c5 30 2� zo,to
—
per S uare Foot
I NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900 (SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
{ written or typed words shall prevail.)
SCHEDULE A SALES TAX PORTION(QTY(State)on SUMMARY OF QUANTITIES)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS'CTS DOLLARS CTS
140 404 CY Gravel Backfill for Pipe Zone 7-08
Bedding SP
$ -T► I 4, 3 0,a o J 2, 12d
er Cubic Ya
141 1 EA Plugging Existing Pipe 7-08
SP
s r� kWJAQA ve, ��ob 05.00 Jos,00
per Each
142 1 LS Contractor Supplied 1-05.4(3)
Surveying
12, 000 i z, 000
i
per Lump Sum
143 650 SY Cement Conc.Sidewalk 8-14
SP
per Square Ydrd
145 109 SY Cement Conc.Driveway 8-06
Entrance Type 4
$ � - f- s% 33 .570 51.
per Square Yird
146 2 EA Cement Conc.Sidewalk 8-14
Ramp Type I SP
$ �t,<,t�.o * n0 '360.00 0 0
er�Eac M V el
147 2 EA Cement Conc.Sidewalk 8-14
Ramp Type 2B SP
$ DnQ t�.oCvre,�. aF— °lets` 15000 2,1000
per Each �—
148 3 EA Connect to Existing 7-05
Catch Basin SP
S WO67LW `f'"°AV 'ZZO,00 toQD .00
per Each
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900(SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A SALES TAX PORTION(QTY(State)on SUMMARY OF QUANTITIES)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS CTS DOLLARS CTS
149 3 EA Connect Structure to 7-05
Existing Pipe SP
swLl�uod
hOr�o 75,00 1, 4z5
per Each V
151 5 EA Adjust Catch Basin 7-05.3
SP
$ Nt a no 0.00 700.()0
ca--
er Eac
152 6 EA Locking Solid Metal Cover and 7-05
'~ Frame for Catch Basin SP
$ !hh�� 550,00 00
per Ea
153 1 LS Trimming And Cleanup 2-11
$ O t2 kWh" g-hbl n 120,00
per Lump Sum
154 1 FA Resolution of Utility Conflicts 1-07.17
SP Estimated $20,000.00
per Force Acc unt
155 1 FA Minor Changes 1-04.4(1)
Estimated $30,000.00
si L
per Force Acco nt
156 1 FA Archaeological and 1-07.16 ,
i, Historical Salvage SP
$�
Estimated $10,000.00
)-
per Force Account
157 1 LS Stormwater 7-20
Detention Vault SP
pre h A JZ +z"-
er Lump Sum
i
r �
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900(SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A SALES TAX PORTION(QTY(State)on SUMMARY OF QUANTITIES)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS CTS DOLLARS CTS
158 1 LS Stormwater 7-20
Wet Vault SP
45, 000 bJr,000
i
per Lump um
159 1 FA Utility Potholing I-07
no�SP Estimated $5,000.00
J
per Force Account
160 1 LS SPCC Plan 1-07
i
$ 0 650,00
per Lump Sum
1 Subtotal Total Schedule A(sales tax portion):
8.8% Sales Tax Schedule A(sales tax portion): gg
1 Schedule A sales tax portion): 6
1 Tota Sc d ( r ) � 5
Total of extended amounts in words:
dollars and V A,4 cents.
THE UNDERSIGNED BIDDER HEREBY AGREES TO COMMENCE WORK ON THIS PROJECT,
IF AWARDED HIM/HER, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION AND TO
COMPLETE THE WORK WITHIN 150 WORKING DAYS.
Dated at Gtyue 14 this 1� ' day of
1 too vc rnVer ,2005
1
i
Total Schedule A(non-sales tax portion):
Total Schedule A(sales tax portion): 4q 1 516 -1/6
Combined Total Schedule A: 11 G l0 155 SL
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900(SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE B ;M
lITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY Prices to be Written in Words) DOLLARS CTS DOLLARS CTS
201 1 LS Shoring,Design,Construction,and
iMaintenance SP 2-09
Ovl e-4& 1>.tze
$ !A AA n n= � /'1 0�CTt� 3 0 0 11 3 b o
per Lump Sum
202 330 LF 16-in.Diameter Ductile Iron Water Main Pipe
j
and Fittings SP 7-09
$_fie h,rmint npJ0- Rola 100,0o 333 000
per Lineal Foot
203 1 EA 12-in.Gate Valve Assembly SP 7-12
$
per Each V I U n o
204 1 EA 8-in.Gate Valve Assembly SP 7-12
$ 0 vu. +kAAA. l 0 0 ! , 3 o a
per Each it fro
i
C 205 1 EA Hydrant Assembly SP 7-14
I *;
5)rl 00 51 ,700
per Each
206 2 EA Connection to Existing Water Mains SP 7-09
$ - �O,5 3.5 13, o
; er Each
207 250 TON Select Trench BackSll for Water Main
SP 7-08
30.80 1100—
0
per Ton
208 20 TON Foundation Material for Water Main SP 7-09
$ 14- 501 U-0-- 16. 50 330
per Ton
I.
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900 (SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
{ (Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE B
!' ITEM APPROX. T_'UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
1 NO. QUANTITY Prices to be Written in Words) DOLLARS CTS DOLLARS CTS
209 137 TON HMA Class 1/2 in.PG 64-22 SP 5-04
s,
per Ton
210 10 CY Concrete for Thrust Blockings SP 7-09
�Wa
S -4r,� -ac x -t- 'a/rn—' 22%.w) 2a 2 G a
per Cubic Yard
211 1 LS Removal of Existing Water Utilities SP 2-02
S 'rGV-o ��a�-o
� �( /
per Lump Sum
Subtotal Schedule B: - B M 3 0 , oo
.., ,,. 8.8%o Sales Tax Schedule B: �, �Jr • ��
�.,... Total Schedule B: 91, f
Total of extended amounts in words:
—&yu. +9 ftwa r� -gip e. kAk,,� :lfe�
doll rs and
THE UNDERSIGNED BIDDER HEREBY`A
. ; IF AWARDED HIM/HER, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION AND TO
COMPLETE THE WORK WITHIN 150 WORKING DAYS.
Dated at this �S'K' day of
2005
"?",y' tW tgE:+9 i 'S sr$ a 1'^.t±F'sa`�S'* :a: '" r` *r:r;4's qx a4 •r n:. i ...P"�` S'' .vyfye
�+ c`a y.• .,.BA ,,,
`�� p�a �'��' ���+a' � ti �e ��'7a+�+`'G•�,k y, ,�,,m g,�°'.-"ai �k r a '` {� s.��� �� i-.. k�1.
` R .. 4� t.�W'�!'.,?�yC '^"�,_.� "��'+d�. .*+^�`�>,.f,, v'�';WW�'�'�ri3�$" iti•���4 � # .,4� - r'"�` r�' xvki.r�kR)•' �
1 .
i
• City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900 (SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink Show unit prices in both words and figures and where conflict occurs the
iwritten or typed words shall prevail.)
SCHEDULE C
Y
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
No. QUANTITY Unit Prices to be Written in Words DOLLARS CTS DOLLARS CTS
301 1 LS Mobilization&Demobilization
1-09.7
$ _ $ M, 006 $ 33, 000
Per Lum S cj-- r,o
a 302 I LS Trench Excavation Safety System
2-09
. $ n c ��Gu1c�- n% $ Cl D0.OD $ q 00 80
Per Lump Sum
+I 303 1 LS Temporary Erosion/Sedimentation
j Controls 8-01
I
$ 11 ihtFlurtdWd kbbor $ 00 00 $ oo.va
Per Lump Sum
304 1 LS Construction Surveying,Staking,
i
And As-builts 1-05
$ $ 2,501) $ �L�, ,5o d
Per Lump Sum
305 1 LS Landscape Restoration
8-02
$ rLv / $ 00.00 $ 100.b0
Per Lump Sum
306 1255 LF Television Inspection of Sanitary
Sewers 7-17
$ ; $ $ *753.00
Per Lineal Fo t
307 1200 LF 15-Inch Diameter PVC Sewer Pipe
7-17
$ Qne rh mat. $ 1 oa $ Oro
� .�-ou �tr�- �3
Per Li al Foot
308 55 LF 8-Inch Diameter PVC Sewer Pipe
7-17
$ + "t/rr– $ 07,o0 $—4, 5
- Per Lin,�Al F of
■r
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900 (SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE C(continued)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
i
No. QUANTITY Unit Prices to be Written in Words DOLLARS CTS DOLLARS CTS
309 200 LF 6-Inch Diameter PVC Side Sewer
Pipe 7-18
Per Lineal Fob
310 3 EA 54-Inch Diameter Sanitary Sewer
Manhole 7-05
lLP.0 4-w
Per Each
311 5 EA 48-Inch Diameter Sanitary Sewer
Manhole 7-05
$ :�n�_ ,11=�� $
Per Each m
312 1 EA 48-Inch Diameter Cut-in Sanitary
j Sewer Manhole 7-05
JII $ 'd - $ ,950 $— tom
Per Each
313 5 EA Connections to Existing Manholes
7-05
� 1
$ u�I�u l/�o(. $ _5q0,00 $ 2 q 5 0
Per Each
314 20 CY Abandon Existing Sanitary Sewer
Main 7-05
111 L -IMO
■ 3
$ - - ,e $ 255.00 : $ 5, 100
Per C is ar
315 4 EA Abandon Existing Sanitary Sewer
Manhole 7-05
$
Per Ea
316 70 Ton Foundation Gravel
7-10
$ $ ia.00 $ 2�0
Per Ton
Mail
is
City of Renton—Transportation Department
' DUVALL AVENUE NE/SR 900 (SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
{ (Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
' written or typed words shall prevail.)
SCHEDULE C(continued)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT
No. QUANTITY Unit Prices to be Written in Words DOLLARS CTS DOLLARS CTS
317 1570 Ton Select Imported Trench Backfill
4 7-10
I, $�w q- l�a�r� $ I 0• b a $ 11� ,
Per Ton
318 340 Ton Crushed Surfacing Base Course
JJ 4-04
too
Per Ton
' 319 250 Ton HMA Class 1/2 In.PG 64-22
5-04
Per To
320 20 SY Remove/Replace Concrete Sidewalk
&Driveways 8-14
$
1 Per Square Yald U
321 30 LF Remove/Replace Concrete Curb
&Gutter 8-04
Per Lineal Foot G
Subtotal Schedule C: D 013 . 0W
.
8.8% Sales Tax Schedule C: 4 w; ' 1
Total Schedule C: 3OZ I t 8• 4
Total of extended amount in words:
Dol ars
and Cents.
THE UNDERSIGNED BIDDER HEREBY AGREES TO COMMENCE WORK ON THIS PROJECT,
IF AWARDED HIM, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION AND TO
' COMPLETE THE WORK WITHIN 150 WORKING DAYS.
Dated at this I,k4ln day of
N or ern(rG✓ , 2005
III. PROJECT PROPOSAL C'IT Y bF RENTON
Planning/Building/Public Works Department
i
3. SCHEDULE OF PRICES
SUMMARY SHEET
TOTAL SCHEDULE A:
TOTAL SCHEDULE B: _ q
TOTAL SCHEDULE C:
GRAND TOTAL FOR SCHEDULES A, B & C: 656 , 3q5
Amount in Words of Grand Total for Schedules A, B & C:
dollars
I and _ cents.
I
BY SIGNING THIS PROPOSAL, THE BIDDER FURTHER DECLARES THAT
HE/SHE FULLY UNDERSTANDS THE CONSTRAINED SCHEDULE FOR THIS
i PROJECT AND HEREBY PROPOSES TO COMPLETE THE WORK INCLUDED IN
THIS IMPROVEMENT WITHIN THE TIME LIMIT FOR COMPLETION, AS DEFINED
IN THE PRO
THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK ON THIS PROJECT, IF
1
AWARDED TO HIM/HER, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION OF THE
CONTRACT AGREEMENT AND TO COMPLETE THE WORK WITHIN 120'WORKING DAYS.
5 ok„to
_ SjAMjjjA, ix AAIL�J SAN a2 a L, QqIZts
Signed Printed Name
VAO.naGr-+r Spr"CEZS QNE"i.
Title ,C�ormpany
Dated at �55w�(uA-� this �s day of 140 20 0,S— ..
skedpficetotLAs NE Sunset Blvd(SR 900ylhrvall>t.',f wv.-cctwnlmprovements
h L
.lf,t1... f�1'}l u1Cw ...%A'" 4 r,')`p •'9'. R
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
z NO.M�— DATE 0
NO. DATE I OS
woo
NO. DATE #'
I
SIGNED ,�� O3 (r�iu�
TITLE (kgkg ,
NAME OF COMPANY A<;FtlUDErzs (Dmfkge_ (ION sr
ADDRESS 51W N W-S0.mma rn�5 A Rr.(
CITY/STATE/ZIP ��SG� I WA q F0 2-7 �.
TELEPHONE (4-,_5)' 55-7
y k a
:+ e - n;-`��'r'ak''� d� >uk ft�V �`.,•,*,text` ? +<,r +.��+ -'� �r'ay w .sk»d����x �r&s X *, X„a..t,N,y�,'rw;fitA;..:+ 'at._... �` .,. '�.
.�! . �'�?., .� �^e.•: rox ,x., „d..`v �,^s ',.5„as _'„n, ., r;-. 1� ._ -�'..6{°xY^.�X�.�r. as... 4 _ »fi'�: t�"'S'a �''�� Flgd_.s+; h,._.,:.
1 i•
CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE# 2-90 19 LICENSE# 5614P iC 430 61(
r
1 �g�S.k!�r xa* �s aw,rYi i•k'e-""t�w'�;?.�. -,,�.rr '� '�r�s � i l>F �u��w 4ez'�"i"j' k +✓•'- r r ,yam.`k ,F ° q ;�} ky.r ;,'gya F
r'
0
f �
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project 26 October 2005
'. Y 0 N
&n
NE Sunset Boulevard (SR 900)/Duvall Avenue NE Intersection
Improvements Project
,. CONTRACT NO, CAG 05-165
FEDERAL AID NO. STPH-0900 (21)
i ADDENDUM NO. 1 TO THE PLANS AND SPECIFICATIONS
4
Date of Issue: November 7,2005
so Date of Bid Opening: November 15,2005
NOTICE TO ALL PLANHOLDERS:
The Bid Documents for the above-named project are modified as described below. Bidders shall
take this addendum into consideration when preparing and submitting their bids.
Bidders shall attach this addendum to their copy of the Contract Documents, and shall
i acknowledge receipt of this addendum in the space provided in the Proposal Form. Failure to do
so may subject the bidder to disqualification of his bid.
THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS:
SPEC? L PROVISIONS:
No changes to the Special Provisions
SCHEDULE OF PRICES:
No changes to the Schedule Of Prices
PLANS:
• On Plan Sheet W-1, "WATER MAIN IMPROVEMENT SHEET 1 OF 1," add references
to Details 1, 2, and 3 as indicated on the attached Sheet W-I REV
• Incorporate attached W-I DETAILS 1, 2, and 3 into contract documents.
..
c
r- 51A 11 —q 11 Own
NplgMe[1.L rlq ut
.r-0D N STA 175.87 M LT(B-LINE)
RAW rLK DL•.W
>: 'Ao18Gl 11100 Bu.N>a x1AY 18'/1%'BDID 4D0((W x�
• q EIR 011 A W 11E �
mr.lrcic eaa¢ �O
s \
I \
tt
/
EXIST 72•z44� STA 17N35 10'LT(B)uNE)
ARCH PIPE . GATE VALK lR x Y.8
G HYDRAE EASING E111E NiDNAwi
1IAORIEET A>;mrr (tY gHID tlMY) p` a
hl I
1T m r--A K Ar1.OIO 2237 -IC GA WAIER SD
EXIST 12"RCPJ " "5 U,-1Y
DM Y MATER TO RERAN \/ •\
-LINE W
NE VALL AVE. NE x 761 ,pp
175.00 ,\ loot HYZCZ.1 Inns 100
i 173400 •\
Ztf
� Ct� A-IRiE�,
EXIST 48"CONC CULVERT •\ ,� �
\ mfr f rxeom,\
v I n .9.utr e• a .tlr!¢.asro O o \ V`i1 STA 176 2
EU
p • ,f 57 NG t]'
I • Y,orr.nc q O T tC,
\\
N11I16 1a. `.r uA O CONOREn F
\\\\y, 1 i
WATER MAIN MPROVEMENT PLAN
SCALE:, =zD-O
173+00 n++W 175+W 178+00 176+W
_....... ........
RmBEE.�tD a iTiN76
40 Owcerao Ex rMaEEe aE ocoBCS .. ..
..... _. =c Vic m... ... ....
+o+ —
.. [ O ML•4U= -O
ML k4mm �Q' II�v
rnrtA%E>r MA er°GRSt
_ _
aw-
t 310 Ls.-i0'01`4 e+-41/IRLroull, wolfs
EM 4M
- -
rm:Ao Na sthl-aoR(n) -
RECOMMENDED FOR APPROVAL �� y 1_•�. r=�!
DATE p H[M1pOM IO' OAIE
i
i
1 9 TESTING DETAIL
Exlsr.e' WATER UNE
I
I
N EW 16'WATER LINE
O
I 16'X16'VERTICAL CROSS(MJiW FOR POLYPIGCOIG
I-BL1NO FLANGE ON/OP WI1I 2'TAP t 1'PLUG
I-BUNG MIIG£ TA BOTTOM
I-PLUG(YJ) IAP r 1'BLOW-OFF
TE4P.BLOCK
� I
FINAL CONNECTION DETAIL
R
AI7ER ALL TESMIG.CLEANING BY pp.YPIG-1 OEND(A#J)
CONNECT>a LXKTRIG WATER LS WITN e'-RO q[NO(YJ)
e'S!£EYE(YJ)AAID O.L SPOOLS
FINAL C�ONIIECTION BY LYIY FORCES
- CAP t ABANDON EX157 e'WATER UNE
EXIST e'WATER LINE
NEW 16'WATER LINE
WATER CONNECTION DETAIL
CONNECTION TO EXISTING
WATER LINE
i
O
CITY OP 11
' + STANDARD P(wN5
LST DATE:Oa/OA
SP PAGE:
DATE REVISION
gV PPR DWG. NAME: .
r
r
a
i 3
0
TESTING DETAIL
F
is n
Aw
•• NEW D.I.WATER LINE
'7r w
✓r
TAPPING TEE(MJKFL) VERTICAL CROSS(MJKFL)FOR POLYPIGGING
r TAPPING GATE VALVE(FL XMJ) 1-BUND FLANGE ON TOP WITH 2' TAP AND 2'PLUG
TEMPORARY PLUG(MJ)WITH 2-INCH TAP I-BUND FLANGE ON BOTTOM
AND 2-INCH BLOW-OFF ASSEMBLY T-PLUG(MJ)WITH 2'TAP&2'BLOW-OFF
CONCRETE BLOCKING TEMPORARY BLOCK
z
� � A
3
FINAL CONNECTION DETAIL
F
X
y0 NEW D.I. WATER LINE
I
W-t Der,4/[, z0
AFTER ALL CLEANING BY POLYPIG,PRESSURE TESTING
AND DISINFECTION,REMOVE TEMPORAY BLOCK&BLOW OFF
AND CONNECT TO VALVE WITH D.I.SLEEVE(MJ)&D.I.SPOOLS
FINAL CONNECTION BY CITY FORCES
NOTES:
1. TAPPING TEES SHALL BE MADE OF CAST IRON,OUCTILE IRON OR
EPDXY-COATED STEEL BOLTS AND NUTS SNAIL BE COR-TEH.ALL
1110 TEES AND VALVES SHALL BE WATER TESTED BEFORE TAP
2.NO SIZE ON SIZE TAPS ON CAST-IRON WATER LINES.TAP SHALL BE
AT LEAST 2'SMALLER DIAMETER THAN THE EXISTING MAIN.
3.NO WET TAP ON ASBESTOS CEMENT LINE OR STEEL LINE
4.WET-TAPPING OF EXISTING CITY OF RENTON WATER MAINS WALL BE
DONE BY SPEER TAPS,INC.,U.S.FILTER,SUPERIOR TAPPING INC.OR WATER CONNECTION DETAIL
WESTERN UTILITIES SUPPLY CO.,INC.
5. CONTRACTOR SHALL POTHOLE AND EVRIFY THE HORIZONTAL AND WET-TAP EXISTING WATER MAIN
VERTICAL ALIGNMENT OF EXISTING LINE OR STUB AND SHALL START
LAYING THE NEW LINE AT THE SAME HORIZONTAL AND VERTICAL Y
ALIGNMENT OF THE EXISTING STUB. C/
6.CITY FORCES WALL PERFORM THE FINAL CONNECTION FROM THE WATER 4.4 CITY OF RENTON
LINE TO THE TAPPING VALVE WITH D.I. SLEEVE AND D.I.SPOOL. STANDARD PLANS
LST DATE:04/04
DATE I BY APPR' DWG. NAME:BRX7 SP PAGE:8115
Ilr
Irir
i
s
r
Aw
TEMPORARY 2' GALVANIZED PIPE
AND 2' GATE VALVE
FINISHED GRADE EIEVATI❑
\\.�\•�\.�\I\\ice\\i\\i\\i1�\/�
INSTALL 2' PLUG ON TOP BLIND FLAT
3 FT MIN. COVER (10-INCH DIAMETER AND UNDER) AFTER REMOVAL OF POLYPIG
r 4 FT MIN. COVER (12-INCH DIAMETER AND OVER)
NEW WATER MAIN POLYPIG •.
A
VERTICAL CROSS FOR POLYPIGGING STATION
SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE
VERTICAL CROSS (MJ X FL)
ONE BLIND FLANGE ON TOP OF CROSS WITH 2' TAP t 2' TEMPORARY BLOW-OFF ASSEMBLY
(REMOVE BLOW-OFF ASSEMBLY AND INSTALL 2'PLUG AFTER REMOVAL OF CLEANING'POLY-PIG')
ONE BLIND FLANGE ON BOTTOM OF CROSS
ONE PLUG(MJ)ON END OF CROSS
CONCRETE BLOCKING
ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE
DISINFECTION OF NEW WATER MAIN
D6Zi91L
WATER MAIN POLYPIGGING STATION
VERTICAL CROSS FOR POLYPIGGING
Y
��•..��B7�� CITY OF RENTON
♦ +■
STANDARD PLANS
LST DATE:04/04
2005 12:34 FAX 425 430 7376 RENTON TRANS. Sys. T Q002/007
r
r_
.. NE Sunset Boulevard (SR 900)/Duvall Avenue NE Intersection
Improvements Project
dw CONTRACT NO. CAG 05-165
FEDERAL AID NO. STPH-0900 (21)
ADDENDUM NO. 2 TO THE PLANS AND SPECIFICATIONS
Date of Issue: November 10, 2005
s
Date of Bid Opening: November 15,2005
NOTICE TO ALL PLANHOLDERS:
The Bid Documents for the above-named project are modified as described below. Bidders shall
take this addendum into consideration when preparing and submitting their bids.
s
A
Bidders shall attach this addendum to their copy of the Contract Documents, and shall
acknowledge receipt of this addendum in the space provided in the Proposal Form. Failure to do
so may subject the bidder to disqualification of his bid.
THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS:
SPECL4L PROVISIONS:
No changes to the Special Provisions
SCHEDULE OF PRICES:
J• On"SCHEDULE A NON-SALES TAX PORTION',item#120 Approx.Quantity is revised to read 85.
• On"SCHEDULE A SALES TAX PORTION(QTY(State)on SUMMARY OF QUANTITIES)", item#120
Approx.Quantity is revised to read 320.
r
PLANS:
•• • On Plan Sheet SQ1, "SUMMARY OF QUANTITIES", Sheet 1 of 28, revise item #120
QTY, QTY(State)and QTY (Renton) as indicated on the attached sheet SQ1 REV.
i
dw
A05 12:34 FAX 425 430 7376 RENTON TRANS. SYS. T 11003/007
• On Plan Sheet TSI, "TRAFFIC SIGNAL PLAN", Sheet 21 of 28, revise WIRING
SCHEDULE, CONDUIT RUN #11, CONDUIT SIZE as indicated on the attached sheet
TS1 REV.
• On Plan Sheet TSI, "TRAFFIC SIGNAL PLAN", Sheet 21 of 28, revise WIRING
SCHEDULE, CONDUIT RUN #12, CONDUIT SIZE as indicated on the attached sheet
r
TSI REV.
• On Plan Sheet TSI, "TRAFFIC SIGNAL PLAN', Sheet 21 of 28, revise WIRING
SCHEDULE, CONDUIT RUN #13, CONDUIT SIZE as indicated on the attached sheet
TS 1 REV.
• On Plan Sheet TSI, "TRAFFIC SIGNAL PLAN', Sheet 21 of 28, revise WIRING
dw SCHEDULE, CONDUIT RUN #14, CONDUIT SIZE as indicated on the attached sheet
TS 1 REV.
Im • On Plan Sheet TS1, "TRAFFIC SIGNAL PLAN', Sheet 21 of 28, revise WIRING
SCHEDULE, CONDUIT RUN #15, CONDUIT SIZE as indicated on the attached sheet
TSI REV.
• On Plan Sheet TSI, "TRAFFIC SIGNAL PLAN", Sheet 21 of 28, revise WIRING
SCHEDULE,additional REMARKS.
.0
..
r
M
dW
ow
an
i
X005 12:35 FAX 425 430 7376 RENTON TRANS. SYS. T Q004/007
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900(SUNSET BLVD)
INTERSECTION UAPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink. Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A NON-SALES TAX PORTION continued
ITEM APPROX. UNITS ITEM WI�o be WrinRn in WordsJNnit DOLLARS CTS DOLLARS CTS
NO. QUANTITY
115 3 EA Catch Basin Type 1 7-05
SP
$
JLe
r Each
116 11 EA Catch Basin Type 2 7-05
48 In.Diam. SP
S
r Each
118 3 EA Moving Existing Hydrants 7-14
per Each
119 3 EA Water Meter Relocation and 7-]0
Replacement SP
$ A
e ach
120 85 Crushed Surfacing 9-03.9(3)
Base Course
$
21 750 TON HMA CL.'/2 IN. 5-04
PG64-22 SP
$
er Ton
124 955 LF Cement Conc.Traffic 8-04
Curb and Gutter
$
Lineal Foot
127 942 LF Paint Line 8-22
$
er Lineal Foot
129 9 EA Plastic Traffic Arrow 8-22
S
Each
130 2 EA Plastic Traffic Letter 8-22
per Each
NE Sunset Boulevard(SR 900)/1)uvall Avenue NE October 2005
Intersection Improvements Project
005 12:35 FAX 425 430 7376 RENTON TRANS. SYS. T x]005/007
City of Renton—Transportation Department
DUVALL AVENUE NE/SR 900(SUNSET BLVD)
INTERSECTION IMPROVEMENT PROJECT
SCHEDULE OF PRICES
(Note: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must
be written or entered in ink Show unit prices in both words and figures and where conflict occurs the
written or typed words shall prevail.)
SCHEDULE A SALES TAX PORTION(QTY(State)on SUMMARY OF QUANTITIES)
ITEM APPROX. UNITS ITEM WITH UNIT PRICED BID(Unit UNIT PRICE AMOUNT
NO. QUANTITY fdqs4o be Written in Words) DOLLARS CTS DOLLARS CTS
120 320 TON Crushed Surfacing 9-03.9(3)
Base Course
T
121 1,550 Ton HMA CL.%:IN. 5-04
PG 64-22
SP
per Ton
122 0.07 Acre Seeding,Fertilizing and 8-02
Mulching SP
per Acre
123 1 LS Temporary Water Pollution 1- 07.15
Control SP
r Lump Sum
124 1,015 LF Cement Cone.Traffic 8-04
Curb and Gutter
$
r Lineal Foot
125 318 LF Type C Block Traffic Curb 8-07
$
r Lineal Foot
126 65 LF Removing and Resetting 8-11
Beam Guardrail
$
per Lineal Foot
127 387 LF Paint Line 8-22
S
r Lineal Foot
128 799 SF Plastic Crosswalk Line 8-22
per Square Foot
NF.Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
5 12:35 FAX 425 430 7376 RENTON TRANS. SYS. T 1a006/007
0A
b
II.
fi .��� refs$ $
o_
g 1f i to z�
oil\ oos
aka � f g8g � g
0
R k
` ggy Jay III gay $ $
4
Oki
R
* \ $ � $ dp
loll,, ill yp
• , �\ I. Y R Gf.` O
0
AN
.0
T.:
4111 1 till
b
B �
tOSl i
i
■
■
■
■
■
— ss
1
n�r rt _`.fit �� _•;" = •�n 7. ,, • IR R
' j :•lip;'— . :, , — �: ,��; :.
-j. .i •., _ %?'rt Rya??•, .1.1
101:111111 SIR 111111111:11����II
11111©
• � IIi110
1 =
—
3n:i'• l �i
^•n
` L h
[Fa'`LL�-!! �! IlrLrrlrr rFNts 1111
11111', I I !.1 I� rl
11111101111:3113113 111 IR �Nl�1�11'III'��" "II'I'lllll�'I"'�'�III'I"I'llllllll
■811�����I�II�Illllllllllllll�lllll��lll���r��l��ll�lll��lrllll�l�l�llll��l��01 ':
• n"
BID BOND FORM
j Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the
amount of$ which amount is not less than five percent of the total bid.
iSignature
Know All Men by These Presents:
That we, , as Principal, and
as Surety, are held and firmly bound unto the City of Renton, as
Obligee, in the penal sum of 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
according to the terms of the proposal or bid made by the Principal
therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance
with the terms of said proposal or bid and award and shall give bond for the faithful performance
thereof, with Surety or Sureties approved by the Obligee;or if the Principal shall, in case of failure to
do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids,
then this obligation shall be null and void; otherwise it shall be and remain in full force and effect
and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the
amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF 1200—.
Principal
Surety
a Received return of deposit in the sum of$
r P 4
k-1 pert CD
ifr
,
1
`y 4
t
NE Sunset Boulevard(SR 900)/Duvall Avenue N E
s?. Intersection Improvements Project 27 = October 2005
Certification for Federal-Aid Contracts
The prospective participant certifies by signing and submitting
this bid or proposal, to the best of his or her knowledge and
belief, that:
(1) No Federal appropriated funds have been paid or will we paid, by or on
behalf of the undersigned,to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract, the making of any
Federal grant,the making of any Federal loan,the entering into of any
cooperative agreement,and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Farm-LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a prerequisite for making or entering into this transaction imposed
by Section 1352,Title 31,U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than$10,000 and not
more than$100,000 for each failure.
The prospective participant also agrees by submitting his or her bid or proposal
that he or she shall require that the language of this certification be included in
all lower tier subcontracts, which exceed$100,000 and that all such
subrecipients shall certify and disclose accordingly,.
U,
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project 28 October 2005
CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT
Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal
Opportunity Clause and the filing of Required Reports.
The bidder proposed subcontractor,L,hereby certifies that he has ✓ ,has not_, participated in a
previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders
10925, 11114 or 11246, and that he has_, has not , filed with the Joint Reporting Committee the
Director of the Office of Federal Contract Compliance, A Federal Government contracting or
administering agency, or the former President's Committee on Equal Employment Opportunity, all
reports due under the applicable filing requirements.
.Sw N��as �O t✓���-�c. �oNSTQ,ue`�o�1
(Company)
By:
//oven,[Pe r l5, 2005 h, an=e.A
Date: (Title)
Note: The above certification is required by the Equal Employment Opportunity Regulations of the
Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the equal
opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are
set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations. .... <, ,..r.
Proposed prime contractors and subcontractors 'who"have participated in ._a:, previous contract ol`,
subcontract subject to the Executive Orders and have not filed the required reports should note that 41
CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a
report covering the delinquent period or such other period specified by the Federal Highways
Administration or by the Director,Office of Federal Contract Compliance,U.S. Department of Labor.
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project 29 October 2005
SUBCONTRACTOR LIST
Project No. CAG 05-165
NE Sunset Boulevard (SR 900)/Duvall Avenue NE Intersection Improvements Project
RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall
submit the names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the
contract price, and whose work involves either heating, air conditioning, ventilation, plumbing, or
electrical.
If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid
shall be considered nonresponsive and, therefore,void.
Complete one of the following for contracts that exceed$1,000,000:
A. There are no*subcontractors proposed whose subcontract amount exceeds ten
M percent (10%) of the contract prMe.
f
Name:�1iA,k jra- L` Gt g-1 S Title:
1
Signature: �, C�l%dln
B. The following subcontractor(s) subcontract amount exceeds 10 percent of the
contract price: (list subcontractor and bid item)
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
( Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item (s)
Subcontractor Name
I Address
I Phone No. State Contractor's License No.
Bid Item (s)
7 , Subcontractor Name
Address
Phone No. State Contractor's License.No.
� .:.• ,4�•� fj.1n ... c�' �.� k�Y.t i'�' g�.� i'1- ,+� :,!u,e6�. .T,i'.�Frt'a4'+4�..;.
' 1 ..1d'MRs1A +i�'%'aNi .W d •n-i. N*�exY�,;'.�.e4wla'�ti. " ." .la�]Y'. `is:'+S• .;, +'rP,+.�e' L "'F �-F �'�.w> •�. '1,Y #`' F'...
NE Sunset Boulevard SR 900)/Duvall Avenue NE F t�
Intersection Improvements Project 30 October 2005
y .
r..
7
NON-COLLUSION DECLARATION
� 1, by signing the proposal, hereby declare, under penalty of
perjury under the laws of the United States that the following
statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has
(have) not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of
free competitive bidding in connection with the project for which this
proposal is submitted.
2. That by signing the signature page of this proposal, I am
deemed to have signed and have agreed to the provisions
of this declaration.
NOTICE TO ALL BIDDERS
To report bid rigging activities call:
1-800-424.9071
The U.S. Department of Transportation (USDOT) operates the above toll-free
"hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone
u - . with knowledge of possible bid rigging, bidder collusion, or other fraudulent
activities should use,the "hotline" to reportsuchFactivities.
"° fie' otfiF is pa `o `U D s'c n i h, `ngd`eTF3ff7tb i en i an `�nve i a
highway construction contract fraud and abuse and is operated under the
direction of the USDOT Inspector General. All information will be treated
confidentially and caller anonymity will be respected
1 Ne.
rhYs x.. pg*yy+ d a^w. t' � ,yy,,. � cn v+ �xi'1,'� �.`� � +wS. f1 'g a�;' •
}V ��,.{€- A •�� �ti. Y ,�. .h,�.t � + „'_;aa 4. A r -+?F .+ �xtas c i#^ ,, - �aY„v.t �
Revised �q�IMAW "•: ,.
DOT Form 272.036H
Revised 10/94 ,s f�+"c �� 4rr
,#.
l
f
NON-COLLUSION O- I N AND DEBARMENT AFFIDAVIT
I NON
* STATE OF WASHINGTON )
** COUNTY OF IIJ& )
I, the undersigned, an authorized representative of ***Sigrlp�IZS ���'i �oNSr, being
first duly sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either
directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in
restraint of free competitive bidding in connection with the project for which this proposal is submitted.
I further certify that, except as noted below,the firm, associated or corporation or any person in a controlling
capacity associated therewith or any position involving the administration of federal funds; is not currently under
suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been
suspended, debarred,voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does
not have a proposed debarment pending;and has not been indicted,convicted,or had a civil judgment rendered against
said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or
official misconduct within the past 3 years.
r
I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have agreed
l to the provisions of this affidavit.
N E � •NSEf $i�d C5Xq()o) 1 b um.11 Avenue 45 a Nr£r2S ,nt�v
`, Name of Project
Sqa t>15(ZS £ i F,1ACT16&1
me of Bidder's Firm
i'
t
Signature of Authorized Representative of Bidder
�� '� 6V+°m�r tf�✓ , Z OOS
Date
I certify that I know or have satisfactory evidence that Allen Sanders is the person who appeared before me,
' and said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and
i
voluntary act for the uses and purposes mentioned in the instrument.
` .: � 15 Noy ,7,065
. �• a._ Dated �""� SAND,
=00 k tl Public in and for the Sate
�o€Vo%shington residing at 1 Q 4
(print):
i7pointment expires: 03/81/09
NOTE: , ~
Exceptions will not necessarily Te�i9�,,�' Genial of award,but will be considered in determining bidder responsibility. For n
any exception noted, indicate above to wtiorr�Tl' ��ipitiating agen d a es of actin xovidin alse " ormati ma
result in criminal prosecution or administrat ive's
*A suspending or debarring official may grant an exception permitting a debarred,suspended or excluded person to participate in
particular transaction upon a written determination by such official stating the reason(s)for deviating form the Presidential policy` I.
established by Executive order 12549..."(49 CFR Part 29 Section 29.215).
*If notarization of proposal takes place outside of Washington State,DELETE WASHINGTON,and enter appropriate State
Fill in county where notarization of proposal takes place;
*** Fill in firm name.
a
r�
NE Sunset Boulevard(SR 900)/Duvall Avenue October 2005
NEintersection Improvements Project
n
CERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
STATE OF WASHINGTON )
SS
COUNTY OF KING )
Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust
violations are in fact usually borne by the purchaser. Therefore,vendor hereby assigns to purchaser
any and all claims for such overcharges as to goods and materials purchased in connection with this
order or contract,except as to overcharges resulting from antitrust violations commencing after the
I' date of the bid,quotation,or other event establishing the price under this order or contract. In
addition,vendor warrants and represents that each of his suppliers and'subcontractors shall assign any
and all such claims to purchaser,subject to the aforementioned exception.
NE .SiimsEr $W b(512 g 60)I,N A Va ky nae NE T nfyr5ec-kwl
Name of Project
Er1-�+c. �xena
Name idder's Firm
nature of Authorized Representative of Bidder
NDYemGP-r' 15, -ZZoo
Date
I certify that I know or have satisfactory evidence that AIIen Sa.n er5 is the person who
appeared before me, and said person acknowledged that '(he/she) signed this instrument and
acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the
m instrument.
SqN
Dated Nov. (5 Z o0.5-
1. ,� .
dMic; in and for the State
r,6n residing at a a h
Xra Qnl11mt)• � �i lo b � S
r ,
4 f
� � � vv�� ` r�� �,� � >^°�' �`` r;'� i" ; a,•n- s f,,„ x /l > �,e.r*a�k.n�
.y
NE Sunset Boulevard(SR 900)/Duvall Avenue October 2005
NEIntersection Improvements Project
CERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
® STATE OF WASHINGTON )
SS
' COUNTY OF KING )
Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust
violations are in fact usually borne by the purchaser. Therefore,vendor hereby assigns to purchaser
any and all claims for such overcharges as to goods and materials purchased in connection with this
order or contract,except as to overcharges resulting from antitrust violations commencing after the
date of the bid,quotation,or other event establishing the price under this order or contract. In
addition,vendor warrants and represents that each of his suppliers and subcontractors shall assign any
,,. and all such claims to purchaser, subject to the aforementioned exception.
(3L xb(SR goo) lbu.MLLAve TA)rfR<Zmoq
Name of Project
Nam f Bidde irm
1 Signature Authorized Representative of Bidder
0 .ynG--er 1 Zo05
Date
I certify that I know or have satisfactory evidence that r) el5 is the person who
appeared before me, and said person acknowledged that (he/she) signed this instrument and
acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the
■ instrument.
S/Q tv4D,
Dated n� 1
J.� v
ny « a Public in and for the State
�!o hington residing at
-(Print): ct.r-i
atppointment expires:
.
w i
' �ffy A p i.'r�.v �'Y F "✓' i`�' '"A. "S'p!: '� .,r ✓,"t } .,1 4
4 /xFa'7�9
J .5. tt�m�'. >"a 'v �'„&' � ""+ �wSYS:-'i.5 ,'t*E an-ci, .,e'�r9 �� ^u_ /,riy 'xr�,l' r ,$a. •rn;ti�� S',
NE Sunset Boulevard(SR 900)/Duvall Avenue Octobei 2005
1 NEIntersection Improvements Project
Will N
Is low
"` �'`.
MINIMUM WAGE AFFIDAVIT FORM
STATE OF WASHINGTON )
SS
COUNTY OF KING )
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or
mechanic employed in the performance of such work; not less than the prevailing rate of wage or not
less than the minimum rate of wages as specified in the principal contract; that I have read the above
and foregoing statement and certificate, know the contents thereof and the substance as set forth
{ therein is true to my knowledge and belief.
N E Su N5>cT &-v t> 65k 9ao) hNviv-L Ayu EVE .7iNTrasmno4
Name of Project
N CRS b E IN'U ZK-L- 0,0 N Si e VC-77 0 I
e of B' er's Firm
Signature of Authorized Representative of Bidder
{ wDVErh6Fz l5 ZOOS.
Date
I certify that I know or have satisfactory evidence that 611" is the person who
appeared before me, and said person acknowledged that (he/she) signed this instrument and
acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the
1 instrument.
Dated N Dv-, /"A-'�
~public in and for the State
4 1\ o f'ngton residing at 5
s' R` "�l pTint): SCc nctr a- 1-. R t S
tment expires 03. 3�/ag
+ T C
NE Sunset Boulevard(SR 900)/Duvall Avenue October 2005
NFlntersection Improvements Project
.. ` 5151
WWWWWWR _
NOTICE TO BIDDERS
BUY AMERICAN—STEEL AND MANUFACTURED PRODUCTS (JAN 1991)
® (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to
steel and manufactured products produced in the United States when funds are expended pursuant
®
on " �6;4- to a grant issued under the Airport Improvement Program. The following terms apply:
I
1. Steel and manufactured products. As used in this clause, steel and manufactured
products include (1)steel produced in the United States or (2) a manufactured product
■ : j produced in the United States, if the cost of its components mined, produced, or
manufactured in the United States exceeds 60 percent of the cost of all its components and
final assembly has taken place in the United States. Components of foreign origin of the
same class or kind as the products referred to in subparagraphs (b) (1)or(2)shall be treated
as domestic.
2. Components. As used in this clause, components means those articles, materials, and
supplies incorporated directly into steel and manufactured products.
3. Cost of Components. This means the costs for production of the components,
exclusive of final assembly labor costs.
(b) The successful bidder will be required to deliver only domestic steel and manufactured
products, except those
■
(1)that the U.S. Department of Transportation has determined, under the Aviation Safety
and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and
reasonably available quantities and of a satisfactory quality;
(2)that the U.S. Department of Transportation has determined, under the Aviation Safety
and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the
public interest; or
(3)that inclusion of domestic material will increase the cost of the overall project contract by
! more than 25 percent.
nd of Clause)
A
a h; 44T'Y
N- �•.+ -
,,.dy� '^orb
oorJ
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvement Project 3 3 October 2005
C ri ^3,
.. : _ s ✓':4N:a -vim - t, .. 0 &��+.. � xs� 5 ;' -
r BID BONN FORM
Herewith rind deposit in the form of a certified check, cashier's check, cash, or bid bond in
the amount of $ which amount is not less than five percent of the
total bid.
Sign here
Know All Men by These Presents:
That we, Sanders General Construction,LLC , as Principal, and _
Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City
of Renton, as Obligee, in the penal sum of Five Percent(5%)of Bid Amount
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 conditlon of this obligation is such that if the Obligee shall make any award to the
Principal for NE Sunset Boulevard(SR 900)/Duvall Avenue NE Intersection Improvements Project CAG 05-165 according to the
terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make
and enter Into a contract with the Obligee in accordance with the terms of said proposal or
bid and award and shall give bond for the faithful performance thereof, with Surety or
Sureties approved by the Obligee; or if the PrincipalVhall, 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 8th _ DAY OF November 22005
Sanders General Construction,LLC
Principal
Travelers C rand Surety Company of America
S tty Stacy Cutbirth
Attorney-In-Fact
Received return of deposit in the sum of$
Travelers
�aw.�
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Act"). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused
by certain acts of international terrorism. We are providing you
with this notice to inform you of the key features of the Act, and to
let you know what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losses caused by international acts of terrorism as defined
in the Act. The Act further provides that the Federal Government
will pay a share of such losses. Specifically, the Federal
Government will pay 90% of the amount of covered losses caused
by certain acts of terrorism which is in excess of Travelers'
statutorily established deductible for that year. The Act also caps
the amount of terrorism-related losses for which the Federal
Government or an insurer can be responsible at
$100,000,000,000.00, provided that the insurer has met its
deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
.w w TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford,Connecticut 06183-9062
r
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
+ KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Eric Zimmerman,Joanne Reinkensmeyer,Karen Swanson,Kip W. Vandeventer,Stacy
Cutbirth,Lisa Kerstetter,Brent E. Heilesen,Anne E. Strieby,Kristine A. Lawrence,Kellie Hogan,James B. Binder,LuAnn
+ Unrue,Peter J. Comfort,Jennifer L. Snyder, of Tacoma/Olympia,Washington,their true and lawful Attomey(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 ether writings
obligatory in the nature of a bond,recognizance,or conditional undertaking and any and all consents incident thereto and to bind the
Companies,thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies,and
all the acts of said Attomey(s)-in-Fact,pursuant to the authority herein given, are hereby ratified and confirmed.
.• This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President, the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in
the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
+ appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is
+ in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
+� Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
+
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
,. COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
'o President, any Assistant Vice President, any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
+ or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
+
•
r
+' (02-05)Unlimited
MENNEME
r IN WITNESS WHEREOF,, TRAVELERS CASUALTY
AND SURETY COMPANY and FARMINGTON SURETY COMPANY OF
signed by their Senior Vice President and their co ARMINGTON CASU AMERICA, TRAVELERS
corporate seals to be hereto affixed this 2511 day of pctobere200 is instrument to be
STATE OF CO 5.
NNECTICUT
r
}SS.Hartford TRAVELERS CASUALTY AND SURETY COMPANY OF
TRAVELERS CASUALTY AND AMERICA
COUNTY OF HARTFORD FARMINGTON CASUALTY COMPANY
. .w. COMPANY
U'gJWY ANOeG C'A5s
OONtR + ; coNN, o° Z 18 2 ; B _
all
y
George W. Thompson
.. Senior Vice President
«. On this 25th day of October, 2005 before me
sworn, did de Personally came GEORGE W. THO
Pose and say: that he/she is Senior Vice President of TRA MPSON to me known
AMERICA, TRAVELERS CASUALTY VELERS CASUALTY > rho, being by me duly
corporations described in and which executed the above instrument; that he/she knows AND SURETY COMPANY OF
r affixed to the said instrument are such co SURETY COMPANY and FARMINGTON CASUALTY COMPANY
authority ngrate seals; and that he/she executed the said ins seals of said co ' the
ty of his/her office under the Standing Resolutions thereof, corporations;o fthe c that the seals
instrument on behalf of the corporations by
1
C
My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
it CERTIFICATE
I, the undersigned, Senior Vice President of T
TRAVELERS CASUALTY AND SURETY COQ TRAVELERS CASUALTY AND SURETY
r the State of Connecticut, DO ANY and FARMINGTON C RETY COMPANY OF
remains in full force and has no been revoked and at the fore gin `�U`�'TI'COMP AMERICA,
g g and attached Power of Attorney ANY stock corporations of
furthermore, that the Standing th and Certificate ct Authority
forth in the Certificate of Authority,
do ty are now in force. g Resolutions of the Boards of Directors, as set
Signed and Sealed at the Home
1� /�V Office of the Company,in the City of Hartford, State of Connecticut. Date
vU ,20 �(
,r d this v day of
rM11F W � tiO
CONK. 0 Z 1982
'�d.�CSK'- y
1 � tiN ry t A�J
r By
Nicholas Seminara
Senior Vice President
City of Renton
NE Sunset Boulevard (SR 9OO)/Duvall Avenue NE
�. Intersection Improvements Project
IV. Contract Document Forms
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
.. FHWA FEDERAL-AID CONTRACTS ONLY
/O'M
AW THIS AGREEMENT, made and entered into this 4E�4_ day of , 200 by and
between THE CITY OF RENTON, Washington, arp unicipal corporation of the State of Washington,
hereinafter referred to as "CITY" and (5F14DCs6 (p£NAd,, ereinafter referred to as "CONTRACTOR."
A. �ONstRUai7oN�PLC
WITNESSETH:
1) The Contractor shall within the time stipulated,(to-wit: within 150 working days from
date of commencement hereof as required by the Contract,of which this agreement is a
component part)perform all the work and services required to be performed,and provide and
furnish all of the labor,materials,appliances,machines,tools, equipment,utility and
transportation services necessary to perform the Contract, and shall complete the construction and
installation work in a workmanlike manner, in connection with the City's Project(identified as
No.CAG 05-165)for improvement by construction and installation of
Furnishing of materials, equipment,tools, labor,and other work or items incidental thereto
(excepting any materials,equipment,utilities,or service, if any specified herein to be
furnished by Owner or others),and performing all Work as required by the Contract in
accordance with the Contract Documents,all of which are made a part hereof.
The Work shall be to construct SR900/Duvall Ave. roadway widenings, intersection and
signal improvements. Project improvements include but are not limited to construction of
curb,gutter and sidewalks,roadway excavation and gravel borrow, hot mix asphalt, storm
drainage system including detention and water quality vaults,channelization, signing,traffic
signals, illumination and landscaping and all other Work necessary to complete the project as
specified and shown in the Contract Documents.
All the foregoing shall be timely performed, furnished,constructed, installed and completed in strict
conformity with the plans and specifications, including any and all addenda issued by the City and
all other documents hereinafter enumerated, and in full compliance with all applicable codes,
ordinances and regulations of the City of Renton and any other governmental authority having
.. jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials,appliances,
machines, tools, equipment and services shall be furnished and the construction installation
performed and completed to the satisfaction and the approval of the City's Public Works Director as
being in such conformity with the plans, specifications and all requirements of or arising under the
Contract.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
agreement, consists of the following documents, all of which are component parts of said Contract
and as fully a part thereof as if herein set out in full,and if not attached, as if hereto attached.
a) This Agreement
b) Instruction to Bidders
c) Project Proposal
.• d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
r
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
.o
h) Special Provisions, if any
•. i) Addenda, if any
and all modifications or changes issued pusuant to the Contract Documents.
.� 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 violation or non-compliance of any provision of the Contract shall cease and
satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the
expiration of said ten (10) day period, cease and terminate in every respect. In the event of any
r 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
aw 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
r 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.
The Contractor agrees to name the City as an additional insured. 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.
.. 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.
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
ar
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 &+15-(D'J"J'
working days from the date of commencement. For each and every working day of delay after the te C-
established day of completion, it is hereby stipulated and agreed that the damages to the City
aw occasioned by said delay will be the sum of(in accordance with Standard Specifications) liquidated
damages(and not as a penalty) for each such day, which shall be paid by the Contractor to the City.
sw 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
,s the duty to remedy any defects in the work and pay for any damage to other work resulting
therefrom which shall appear within the period of one (1) year from the date of final acceptance
only that work listed in Group(s) none of the Summary of quantities in the Contract Plans, i.e. the
"Federal Non-participating Items," unless a longer period is specified. However, all manufacturer's
.. warranties or guarantees on electrical and mechanical equipment, consistent with those provided as
customary trade practice, shall be assigned to the City at the time of project acceptance. The
Contractor shall further be required to supply warranties or guarantees providing for satisfactory in-
service operation of any mechanical and electrical equipment and related components involved in
Group(s) none of the Summary of Quantities in the Contract Plans, i.e. "Federal Participating
Items" for a period not to exceed 6 months following project acceptance. The City will give notice
"° of observed defects as heretofore specified with reasonable promptness after discovery thereof, and
Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault
or breach at the sole cost and expense of Contractor.
9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities
and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data
pertaining to the Contract as may be requested by the City from time to time.
10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the
Contract, including the payment of all persons and firms performing labor on the construction
project under this Contract or furnishing materials in connection with this Contract; said bond to be
in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such
bond or bonds must be duly licensed as a surety in the State of Washington.
11) The total amount of this contract is the sum of 1, k 55 3 q.5.,5 q
—� um ers
.• f ' I o d i - -f-�o anot re e �wiclred f/
Dllar5 + 5410o —
which includes any required Washington State Sales Tax. Payments will be made to Contractor as
specified in the "Special Provisions" of this Contract.
4W
or
Mr
no
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by
•• its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written.
0 c OR CITY OF RENTON
�}
lie, S,hders 4� - --k� /&,*"-
Presiden artne wrier Mayor — athy Keolker
A/TTE/ST'
Secretary // Bonnie I. Walton — City Clerk
dba (�{�DtiaS V�►�1�� tL CaNSf�UC?70�1 LLC
Firm Name
check one
r
O Individual )( Partnership O Corporation Incorporated in
Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both President and
Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the
by-laws shall be furnished to the City and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing
business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by
d/b/a and name of the company.
r
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Pngject I lober 2005
BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS: BOND NO. 104652115
That we,the undersigned SANDERS GENERAL CONSTRUCTION, LLC
TRAVELERS CASUALTY AND SURETY
as principal, and COMPANY OF AMERICA corporation organized and existing under
the laws of the State of CONNECTICUT as a surety corporation, and qualified under the
s 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 $1,655,345.54 for the payment of which sum on demand we bind.ourselves and our
,. successors,heirs,administrators or person representatives,as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of
.. the City of Renton.0
Dated at TACOMA ,Washington,this 15TH day of FEBRUARY ,2006.
AW Nevertheless,the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG 05-165 providing for
AW
construction of NE Sunset Boulevard (SR 900)/Duvall Avenue NE Intersection Improvements
(project name)
AW the principal is required-to furnish a bond for the faithful performance of the contract; and
WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the
•• work therein provided for in the manner and within the time set forth;
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the
.. manner and within the time therein'set forth, or within such extensions of time as may be granted under
said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who
shall supply said principal or subcontractors with provisions and supplies for the carrying on of said
work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or
property by reason of any carelessness or negligence on the part of said principal,or any subcontractor in
the performance of said work, and shall indemnify and hold the City of Renton harmless from any
aw 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.
TRAVELERS CASUALTY AND SURETY
SANDERS GENERAL CONSTRUCTION, LLC COMPANY OF AMERICA
Principal Surety
Signature a re STACY CUTBIRTH
rR a,,.m pjl/' ATTORNEY—IN—FACT
Title Title
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project . October 2005
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 25th day of October,2005.
STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
}SS.Hartford TRAVELERS CASUALTY AND SURETY COMPANY
COUNTY OF HARTFORD FARXWGTON CASUALTY COMPANY
�ytx�YW� QTY Any
Ssu% 'JP ,0 �GASU'4< _
! �� v 9 L
HARTFORD W HARTFORD, < X19 8 2� O B -
CONN. f g CONN. o y
iyt •,'•�+ y`d1 a'.4 �6`y s' George W. Thompson
P Senior Vice President
On this 25th day of October, 2005 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
G.TET�
`_ w
My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
CERTIFICATE
1, the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signeddpan�d Sealed at the Home Office of the Company,in the City of Hartford, State of Connecticut. Dated this 5M-.,day of
,y}wFWwa2
QTY A/y
�ptS65lfq�y` cj Os
Cr
•HAq 0 a HARTFORD, i 0 1;8 2� O
CONN.r f y ` CONN. n
�iyl•..» 14'\fa'fir�S �ar adsio
"' By
Nicholas Seminara
Senior Vice President
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Eric Zimmerman,Joanne Reinkensmeyer,Karen Swanson,Kip W.Vandeventer,Stacy
Cutbirth,Lisa Kerstetter,Brent E. Heilesen,Anne E. Strieby,Kristine A. Lawrence,Kellie Hogan,James B.Binder,LuAnn
Unrue,Peter J. Comfort,Jennifer L. Snyder, of Tacoma/Olympia,Washington, their true and lawful Attorneys)-in-Fact,with
full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following
instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond,recognizance, or conditional undertaking and any and all consents incident thereto and to bind the
Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and
all the acts of said Attomey(s)-in-Fact,pursuant to the authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any
Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in
the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer,any Assistant Treasurer,the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if
required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY,which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(02-05)Unlimited
.� FHWA FEDERAL-AID CONTRACTS ONLY
THIS AGREEMENT,made and entered into this _day of G a , 2006' . by and
between THE CITY OF RENTON, Washington, a municipal corporation of the Siate of Washington,
hereinafter referred to as "CITY" andSAq ERS Gf Whereinafter referred to as "CONTRACTOR."
06&IST R.t =o N LL,.C
WITNESSETH:
1) The Contractor shall within the time stipulated,(to-wit: within 150 working days from
date of commencement hereof as required by the Contract,of which this agreement is a
component part)perform all the work and services required to be performed, and provide and
furnish all of the labor,materials,appliances,machines,tools, equipment,utility and
transportation services necessary to perform the Contract,and shall complete the construction and
installation work in a workmanlike manner, in connection with the City's Project(identified as
No. CAG 05-165)for improvement by construction and installation of:
Furnishing of materials, equipment,tools, labor,and other work or items incidental thereto
(excepting any materials,equipment, utilities,or service, if any specified herein to be
furnished by Owner or others),and performing all Work as required by the Contract in
accordance with the Contract Documents,all of which are made a part hereof.
The Work shall be to construct SR900/Duvall Ave. roadway widenings, intersection and
signal improvements. Project improvements include but are not limited to construction of
curb,gutter and sidewalks,roadway excavation and gravel borrow, hot mix asphalt, storm
drainage system including detention and water quality vaults,channelization, signing,traffic
signals, illumination and landscaping and all other Work necessary to complete the project as
specified and shown in the Contract Documents.
All the foregoing shall be timely performed, furnished,constructed, installed and completed in strict
conformity with the plans and specifications, including any and all addenda issued by the City and
all other documents hereinafter enumerated, and in full compliance with all applicable codes,
' ordinances and regulations of the City of Renton and any other governmental authority having
jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials,appliances,
machines, tools, equipment and services shall be furnished and the construction installation
performed and completed to the satisfaction and the approval of the City's Public Works Director as
being in such conformity with the plans, specifications and all requirements of or arising under the
Contract.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this
agreement, consists of the following documents, all of which are component parts of said Contract
and as fully a part thereof as if herein set out in full,and if not attached, as if hereto attached.
a) This Agreement
b) Instruction to Bidders
' c) Project Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
h) Special Provisions, if any
i) Addenda, if any
and all modifications or changes issued pusuant to the Contract Documents.
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 violation or non-compliance of any provision of the Contract shall cease and
satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the
.. expiration of said ten (10) day period, cease and terminate in every respect. In the event of any
such termination, the City shall immediately serve written notice thereof upon the surety and the
Contractor and the surety shall have the right to take over and perform the Contract, provided,
however, that if the surety within fifteen (15) —days after the serving upon it of such notice of
termination does not perform the Contract or does not commence performance thereof within thirty
(30) days from the date of serving such notice, the City itself may take over the work under the
Contract and prosecute the same to completion by Contract or by any other method it may deem
advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the
City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it
so elects, may, without liability for so doing, take possession of and utilize in completing said
Contract such materials, machinery,appliances,equipment, plants and other properties belonging to
the Contractor as may be on site of the project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies
available to the City.
+ 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and
employees harmless and to promptly indemnify same from and against any and all claims, actions,
damages, liability of every type and nature including all costs and legal expenses incurred by reason
of any work arising under or in connection with the Contract to be performed hereunder, including
loss of life, personal injury and/or damage to property arising from or out of any occurrence,
omission or activity upon, on or about the premises worked upon or in any way relating to this r
.. Contract. This hold harmless and indemnification provision shall likewise apply for or on account
of any patented or unpatented invention, process, article or appliance manufactured for use in the
performance of the Contract, including its use by the City, unless otherwise specifically provided
,. for in this Contract.
The Contractor agrees to name the City as an additional insured. 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.
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.
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
r
Intersection Improvements Project October 2005
AC4RD_,. CERTIFICATE OF LIABILITY LNSURANCE DATE(MM/DD/YY)M.r PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND March 1 . 7006
253-752-865 CONFERS NO RIGHTS UPON THE'CERTIFICATE HOLDER. THIS
BRATRUD MIDDLETON INSURANCE CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE
1201 Pacific Ave, Ste 1000 AFFORDED BY THE POLICIES BELOW.
Tacoma WA 98402 INSURERS-AFFORDING COVERAGE
INSURED INSURER A First Mercury Insurance Company
SANDERS GENERAL CONSTRUCTION LLC INSURER:B: RSUI Indemnit I Company
5188 NW Sammamish Rd INSURERC: Ohio Casualty Insurance Company
Issaquah WA 98027
INSURER D:
INSURER E:
COVERAGES ._. ...... ....__...- _ _ .._._.._ ... .......
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED'NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING
ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR`OTHER;DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY
PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSF POLICY EFFECTIVE POLICY EXPIRATION
LTR TYPE OF INSURANCE POLICY NUMBER DATE(MMlDQ/YY) DATE(MMJDD/YY) (4 2) LIMITED
GENERALLIABILITY
) EACHOCCURRENCE
X COMMERCIAL GENERAL LIABILITY 000393 01/06/06 01/06/07 $ 1,000,060
A CLAIMSAADE [_X-1 OCCUR b re S 50, 00
C); MED EXP.(Any-ana,persan) $
d) PERSONAL 8,ADV INJURY S 1 000'000
GENL AGGREGATE LIMIT APPLIES PER: a) GENERAL AGGREGATE $ 2,000,000
POLICY ®PROJECT F-1 LOG n PRODUCTS.-COMP/OP AGG $ 1,000,000
AUTOMOBILE LIABI UTY COMBINED SINGLE LIMIT
(N 3) X ANYAUTO A052908193 01/06/06 01/06/07 a) (Eaw6cry1 S,1"OD0,010
C ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS b) (Per�—) $
HIRED AUTOS.
x NON-OWNEDAUTOS �) BODILY-INJURY
(Per=Kle") $
d) (Per aPROPERcc TY
d DAMAGE
S
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S
e ANY AUTO NIA OTHER THAN EA WX
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE S 1 ,000 0
! a) 0000UR F1 CLAIMS MADE VRA215623 01/06/06 01/06/07 AGGREGATE s 0
B DEDUCTIBLE S
8 RETENTION $ g
S
(k:5) WORKERS COMPENSATION AND -
EAtPLOYERS LIABILITY TORYLIMITS ER
E.L.EACH ACCIDENT ;
E.L.DISEASE-EA EMPLOYEE $
EL.DISEASE-POLICY LIMIT I S
(#6 OTHER
( 7) DESCRIPTION OF OPERATIONS l LOCATIONS!VEHICLES l EXCLUSIONS ADDED BY ENDORsEIAENT/SPECIAL PROVISIONS
City of Renton is narned as an additl anal.insured (9),
Endorsements attached: CG2010 (10/01) Additional Insured; _CVX—GL 70915 (3/99)
Primary endorsement; CG2404 (10/93) Waiver of Transfer .Rights; CG2503 Agg Lim i s
CERTIFICATE HOLDER [XI ADDITIONAL INSURED;INSURER LETTER. CANCELLATION. (k B)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE
City of Renton THE EXPIRATIONDATE THEREOF,THE ISSUING COMPANY WILL MAIL
Attn: 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED.TO
1055 South Grady Way THE:LEFT.
Renton, WA. 98055 AUTHORIZED REP ATIVE
POLICY NUMBER:FMFL000393
COMMERCIAL GENERAL LIABILITY
CG 20 10 10 01
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL. INSURED_-_OWNE_RS,_LES_SEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
Any person or organization, trustee, estate or government entity to whom or to
which the Named Insured is obligated, by virtue of written contract to provide
Insurance, Such As Is Afforded By This Policy.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
' as applicable to this endorsement.)
A. Section li —Who is An Insured is amended to (1) All work, including materials, parts or
Include as an Insured the person or organization equipment furnished in connection
' shown in the Schedule, but only with respect to with such work, on the project (other
iiabillty arising out of your ongoing operations than service, maintenance or repairs)
performed for that insured_ to be performed by or on behalf of the
B. With respect to the insurance afforded to these additional insureds) at the site of the
' additional Insureds, the following exclusion is covered operations has been com-
added: pleted; or
2. Exclusions (2) That portion of "your work" out of
This insurance does not apply which the injury or damage arises has
' PP Y to "bodily in- been put to its intended use by any
jury" or"property damage"occurring after: person or organization other than an-
other contractor or subcontractor en-
gaged in performing operations for a
® principal as a part of the same project.
CG 20 10 10 01 ©ISO Properties, Inc., 2000 Page 1 of 1
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET PRIMARY ENDORSEMENT
This endorsement modifies insurance provided under the following.
COMMERCIAL GENERAL LIABILITY COVERAGE PART
......... . . ............................._...._...... ...............
It is hereby agreed that subject to all the terms and conditions of the insurance including, but not limited
to, the foregoing limitations and exclusions, that such insurance as is afforded by this policy for the
benefit of an additional insured shall be primary insurance as respects to any claim, loss or limitation
arising directly from the Named Insured's operation and any other insurance maintained by the
additional insured shall be excess and non-contributory with the insurance provided hereunder.
It is the intent of this endorsement to exclude all claims, demands or suits arising out of any "bodily
injury" or"property damage" to which this insurance does not apply. There shall, therefore, be no duty or
obligation on our part under this insurance to defend, respond to, investigate, or indemnify anyone for
any such claims, demands or suits.
Nothing herein contained shall be held to waive, vary, alter or extend any of the terms, limitations and
conditions of the policy other than as above stated.
1b
CVX-GL-0915(3/99)
COMMERCIAL GENERAL LIABILITY
POLICY NUMBER:FMFL000393 CG 24 0410 93
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
Name of Person or Organization:
Any person or organization,trustee,estate or government entity to whom or to
which the Named Insured is obligated, by virtue of written contract to provide
Insurance,.Such As Is Afforded By This Policy
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMER-
CIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following:
We 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: - - -
CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Paae 1 of 1
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AMENDMENT -- AGGREGATE LIMITS OF INSURANCE
(PER PROJECT)
.This endorsement modifies insurance provided under the following:..............................................................................................
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
The General Aggregate Limit under LIMITS OF INSURANCE (SECTION 111) applies separately to each of your
projects away from premises owned by or rented to you.
CG 26 03 11 85 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 ❑
City of Renton
NE Sunset Boulevard (SR 9OO)/Duvall Avenue NE
Intersection Improvements Project
V. Required Documents for Federal Aid Contracts
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005-
REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
I. General. .. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . within the limits of the project unless It is labor performed by
11. Nondiscrimination. . . . . . . . . . . . . .. .. . . . . . . . . . convicts who are on parole, supervised release, or
III. Nonsegregated Facilities. . . . . . . . . . . . . . . . . . . . probation.
IV. Payment of Predetermined Minimum Wage . . . . . .
V. Statements and Payrolls. . . . . . . . . . . . . . . . . . . . . . II.NONDISCRIMINATION
VI. Record of Materials, Supplies,and Labor. . . .. . . . .
VII. Subletting or Assigning the Contract. . . . .. . . . . . . . (Applicable to all tracts f$1 construction contracts and to
VIII. Safety:Accident Prevention . . . . . . . . . . . . . . . . . .
all related subcontracts of$10,000 or more.)
IX. False Statements Concerning Highway Projects. .. . 1.Equal Employment Opportunity: Equal employment
X. Implementation of Clean Air Act and Federal opportunity(EEO)requirements not to discriminate and to
Water Pollution Control Act. . . . . . . . . . . . . . . . . .. . .. . take affirmative action to assure equal opportunity as set
XI.Certification Regarding Debarment,Suspension, forth under laws,executive orders, rules, regulations(28
Ineligibility, and Voluntary Exclusion . . . . . . . . . . . . . . . CFR 35, 29 CFR 1630 and 41 CFR 60)and orders of the
XII.Certification Regarding Use of Contract Funds for Secretary of Labor as modified by the provisions prescribed
Lobbying . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . herein, and imposed pursuant to 23 U.S.C. 140 shall
ATTACHMENTS constitute the EEO and specific affirmative action standards
for the contractor's project activities under this contract.The
(i Employment Preference for Appalachian Contracts Equal Opportunity Construction Contract Specifications set
(included In Appalachian contracts only) forth under 41 CFR 60-4.3 and the provisions of the
L GENERAL American Disabilities Act of 1990(42 U.S.C. 12101 et seq.)
set forth under 28 CFR 35 and 29 CFR 1630 are
1.These contract provisions shall apply to all work incorporated by reference In this contract. In the execution
performed on the contract by the contractor's own of this contract,the contractor agrees to comply with the
organization and with the assistance of workers under the following minimum specific requirement activities of EEO:
contractor's immediate superintendence and to all work
performed on the contract by piecework, station work, or by a.The contractor will work with the State highway agency
subcontract. (SHA)and the Federal Government In carrying out EEO
obligations and in their review of his/her activities under
2. Except as otherwise provided for in each section,the the contract.
contractor shall insert in each subcontract all of the
stipulations contained in these Required Contract b.The contractor will accept as his operating policy the
Provisions, and further require their inclusion in any lower following statement:
tier subcontract or purchase order that may in turn be made "It is the policy of this Company to assure that applicants
The Required Contract provisions shall not be incorporated are employed, and that employees are treated during
by reference in any case.The prime contractor shall be employment,without regard to their race, religion,sex,
responsible for compliance by any subcontractor or lower color, national origin, age or disability.Such action shall
tier subcontractor with these Required Contract Provisions Include:employment, upgrading,demotion, or transfer;
3.A breach of any of the stipulations contained in these recruitment or recruitment advertising; layoff or
Required Contract Provisions shall be sufficient grounds for termination; rates of pay or other forms of compensation,
termination of the contract. and selection for training, Including apprenticeship,
preapprenticeship, and/or on-the-job training"
4.A breach of the following clauses of the Required
Contract Provisions may also be grounds for debarment as 2.EEO Officer:The contractor WIII designate and make
provided in 29 CFR 5.12: known to the SHA contracting officers an EEO Officer who
WIII have the responsibility for and must be capable of
Section 1, paragraph 2, effectively administering and promoting an active contractor
Section IV, paragraphs 1,2,3,4,and 7; program of EEO and who must be assigned adequate
authority and responsibility to do so.
Section V, paragraphs 1 and 2a through 29. 3.Dissemination of Policy:All members of the contractor's
5. Disputes arising out of the labor standards provisions of staff who are authorized to hire, supervise, promote, and
Section IV(except paragraph 5)and Section V of these discharge charge employees, or who recommend such
Required Contract Provisions shall not be subject to the action, or who are substantially involved In such action,will
general disputes clause of this contract. Such disputes shall be made fully cognizant of, and will implement,the
be resolved in accordance with the procedures of the U S contractor's EEO policy andcontractual responsibilities to
Department of Labor(DOL)as set forth In 29 CFR 5. 6, and provide EEO In each grade and classification of
7. Disputes within the meaning of this clause include employment.To ensure that the above agreement will be
disputes between the contractor(or any of Its met,the following actions will be taken as a minimum.
subcontractors)and the contracting agency,the DOL or the
contractor's employees or their representatives. a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and
6.Selection of Labor:During the performance of this then not less often than once every six months, at which
contract,the contractor shall not:a.discriminate against time the contractor's EEO policy and its implementation
labor from any other State, possession, or territory of the will be reviewed and explained.The meetings will be
United States(except for employment preference for conducted by the EEO Officer.
Appalachian contracts,when applicable,as specified in
Attachment A), or b. employ convict labor for any purpose
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
b.All new supervisory or personnel office employees will actions reviewed, such corrective action shall include all
be given a thorough indoctrination by the EEO Officer, affected persons.
covering all major aspects of the contractor's EEO
d.The contractor will promptly investigate all complaints of
obligations within thirty days following their reporting for
duty with the contractor. alleged discrimination made to the contractor in
connection with his obligations under this contract,will
c.All personnel who are engaged in direct recruitment for attempt to resolve such complaints,and will take
the project will be instructed by the EEO Officer in the appropriate corrective action within a reasonable time. If
contractor's procedures for locating and hiring minority the investigation indicates that the discrimination may
group employees. affect persons other than the complainant,such corrective
action shall include such other persons. Upon completion
d. Notices and posters setting forth the contractor's EEO of each investigation,the contractor will inform every
policy will be placed in areas readily accessible to complainant of all of his avenues of appeal.
employees, applicants for employment and potential
employees. 6.Training and Promotion:
e.The contractor's EEO policy and the procedures to a.The contractor will assist in locating,qualifying,and
implement such policy will be brought to the attention of increasing the skills of minority group and women
employees by means of meetings,employee handbooks, employees,and applicants for employment.
or other appropriate means.
b. Consistent with the contractor's work force
4.Recruitment:When advertising for employees,the requirements and as permissible under Federal and State
contractor will include in all advertisements for employees regulations,the contractor shall make full use of training
the notation:"An Equal Opportunity Employer."All such programs, i.e.,apprenticeship, and on-the-job training
advertisements will be placed in publications having a large programs for the geographical area of contract
circulation among minority groups in the area from which the performance.Where feasible,25 percent of apprentices or
project work force would normally be derived. trainees in each occupation shall be in their first year of
apprenticeship or training. In the event a special provision
a.The contractor will, unless precluded by a valid for training is provided under this contract,this
bargaining agreement,conduct systematic and direct subparagraph will be superseded as indicated in the
recruitment through public and private employee referral special provision.
sources likely to yield qualified minority group applicants.
To meet this requirement,the contractor will identify 7. Unions: If the contractor relies in whole or in part upon
sources of potential minority group employees, and unions as a source of employees,the contractor will use
establish with such identified sources procedures whereby his/her best efforts to obtain the cooperation of such unions
minority group applicants may be referred to the contractor to increase opportunities for minority groups and women
for employment consideration. within the unions, and to effect referrals by such unions of
minority and female employees.Actions by the contractor
b. In the event the contractor has a valid bargaining either directly or through a contractor's association acting as
agreement providing for exclusive hiring hall referrals, he agent will include the procedures set forth below:
is expected to observe the provisions of that agreement to
the extent that the system permits the contractor's a.The contractor will use best efforts to develop, in
compliance with EEO contract provisions. (The DOL has cooperation with the unions,joint training programs aimed
held that where implementation of such agreements have toward qualifying more minority group members and
the effect of discriminating against minorities or women,or women for membership in the unions and increasing the
obligates the contractor to do the same,such skills of minority group employees and women so that they
implementation violates Executive Order 11246, as may qualify for higher paying employment.
amended.)
b.The contractor will use best efforts to incorporate an
c.The contractor will encourage his present employees to EEO clause into each union agreement to the end that
refer minority group applicants for employment. such union will be contractually bound to refer applicants
Information and procedures with regard to referring without regard to their race,color, religion,sex, national
minority group applicants will be discussed with origin, age or disability.
employees.
c.The contractor is to obtain information as to the referral
5. Personnel Actions:Wages,working conditions, and practices and policies of the labor union except that to the
employee benefits shall be established and administered, extent such information is within the exclusive possession
and personnel actions of every type, including hiring, of the labor union and such labor union refuses to furnish
Upgrading, promotion,transfer,demotion, layoff,and such information to the contractor,the contractor shall so
termination, shall be taken without regard to race, color, certify to the SHA and shall set forth what efforts have
religion, sex, national origin, age or disability.The following been made to obtain such information.
procedures shall be followed:
d. In the event the union is unable to provide the
a The contractor will conduct periodic inspections of contractor with a reasonable flow of minority and women
project sites to insure that working conditions and referrals within the time limit set forth in the collective
employee facilities do not indicate discriminatory treatment bargaining agreement,the contractor will,through
of project site personnel. independent recruitment efforts,fill the employment
vacancies without regard to race, color, religion, sex,
b The contractor will periodically evaluate the spread of national origin. age or disability;making full efforts to
wages paid within each classification to determine any obtain qualified and/or qualifiable minority group persons
evidence of discriminatory wage practices. and women (The DOL has held that it shall be no excuse
c The contractor will periodically review selected that the union with which the contractor has a collective
personnel actions in depth to determine whether there is bargaining agreement providing for exclusive referral failed
evidence of discrimination.Where evidence is found,the to refer minority employees.)In the event the union
contractor will promptly take corrective action If the review referral practice prevents the contractor from meeting the Ulu
indicates that the discrimination may extend beyond the obligations pursuant to Executive Order 11246.,as
NF;Sunset Boulevard(SR 900)/Duvall Avenue NE ,
Intersection Improvements Project October 2005
amended,and these special provisions, such contractor facilities are maintained.The firm agrees that a breach of
shall immediately notify the SHA. this certification is a violation of the EEO provisions of this
contract.The firm further certifies that no employee will be
8.Selection of Subcontractors,Procurement of denied access to adequate facilities on the basis of sex or
Materials and Leasing of Equipment:The contractor shall disability.
not discriminate on the grounds of race, color, religion,sex,
national origin, age or disability in the selection and retention b.As used in this certification,the term"segregated
of subcontractors, including procurement of materials and facilities"means any waiting rooms,work areas, restrooms
leases of equipment. and washrooms, restaurants and other eating areas,
timeclocks, locker rooms,and other storage or dressing
a.The contractor shall notify all potential subcontractors areas, parking lots,drinking fountains, recreation or
and suppliers of his/her EEO obligations under this entertainment areas,transportation, and housing facilities
contract. provided for employees which are segregated by explicit
b. Disadvantaged business enterprises(DBE), as defined directive, or are, in fact,segregated on the basis of race,
in 49 CFR 23,shall have equal opportunity to compete for color, religion, national origin, age or disability, because of
and perform subcontracts which the contractor enters into habit, local custom, or otherwise.The only exception will be
pursuant to this contract.The contractor will use his best for the disabled when the demands for accessibility override
efforts to solicit bids from and to utilize DBE (e.g.disabled parking).
subcontractors or subcontractors with meaningful minority c.The contractor agrees that it has obtained or will obtain
group and female representation among their employees. identical certification from proposed subcontractors or
Contractors shall obtain lists of DBE construction firms material suppliers prior to award of subcontracts or
from SHA personnel. consummation of material supply agreements of$10,000 or
c.The contractor will use his best efforts to ensure more and that it will retain such certifications in its files.
subcontractor compliance with their EEO obligations. IV.PAYMENT OF PREDETERMINED MINIMUM WAGE
9.Records and Reports:The contractor shall keep such (Applicable to all Federal-aid construction contracts
records as necessary to document compliance with the EEO exceeding$2,000 and to all related subcontracts, except for
requirements. Such records shall be retained for a period of projects located on roadways classified as local roads or
three years following completion of the contract work and rural minor collectors,which are exempt.)
shall be available at reasonable times and places for
inspection by authorized representatives of the SHA and the 1.General:
FHWA.
a.All mechanics and laborers employed or working upon the
a.The records kept by the contractor shall document the site of the work will be paid unconditionally and not less
following: often than once a week and without subsequent deduction
or rebate on any account[except such payroll deductions as
(1)The number of minority and non-minority group are permitted by regulations(29 CFR 3)issued by the
members and women employed in each work Secretary of Labor under the Copeland Act(40 U.S.C.
classification on the project; 276c)]the full amounts of wages and bona fide fringe
(2)The progress and efforts being made in cooperation benefits(or cash equivalents thereof)due at time of
with unions,when applicable,to increase employment payment.The payment shall be computed at wage rates not
opportunities for minorities and women, less than those contained in the wage determination of the
Secretary of Labor(hereinafter"the wage determination")
(3)The progress and efforts being made in locating, which is attached hereto and made a part hereof, regardless
hiring, training,qualifying, and upgrading minority and of any contractual relationship which may be alleged to exist
female employees;and between the contractor or its subcontractors and such
laborers and mechanics. The wage determination(including
(4)The progress and efforts being made in securing any additional classifications and wage rates conformed
the services of DBE subcontractors or subcontractors under paragraph 2 of this Section IV and the DOL poster
with meaningful minority and female representation (WH-1321)or Form FHWA-1495)shall be posted at all
among their employees. times by the contractor and its subcontractors at the site of
b.The contractors will submit an annual report to the SHA the work in a prominent and accessible place where it can
each July for the duration of the project, indicating the be easily seen by the workers. For the purpose of this
number of minority,women,and non-minority group Section,contributions made or costs reasonably anticipated
employees currently engaged in each work classification for bona fide fringe benefits under Section 1 (b)(2)of the
required by the contract work.This information is to be Davis-Bacon Act(40 U.S.C.276a)on behalf of laborers or
reported on Form FHWA-1391. If on-the job training is mechanics are considered wages paid to such laborers or
being required by special provision,the contractor will be mechanics,subject to the provisions of Section IV,
required to collect and report training data. paragraph 3b, hereof Also,for the purpose of this Section,
regular contributions made or costs incurred for more than a
111. NONSEGREGATED FACILITIES weekly period(but not less often than quarterly)under plans,
funds,or programs,which cover the particular weekly
(Applicable to all Federal-aid construction contracts and to period, are deemed to be constructively made or incurred
all related subcontracts of$10,000 or more.) during such weekly period. Such laborers and mechanics
a. By submission of this bid,the execution of this contractor shall be paid the appropriate wage rate and fringe benefits
subcontract, or the consummation of this material supply on the wage determination for the classification of work
agreement or purchase order,as appropriate,the bidder, actually performed.without regard to skill, except as
Federalaid construction contractor,subcontractor, material provided in paragraphs 4 and 5 of this Section IV.
supplier or vendor,as appropriate,certifies that the firm
does not maintain or provide for its employees any b. Laborers or mechanics performing work in more than one
segregated facilities at any of its establishments. and that classification may be compensated at the rate specified for
the firm does not permit its employees to perform their each classification for the time actually worked therein,
services at any location, under its control,where segregated provided,that the employer's payroll records accurately set
NE:Sunset Boulevard(SR 900)/Duvall Avenue- N F
Intersection Improvements Project October 2005
forth the time spent in each classification in which work is b. If the contractor or subcontractor, as appropriate,does
performed. not make payments to a trustee or other third person,
he/she may consider as a part of the wages of any laborer
c. All rulings and interpretations of the Davis-Bacon Act and or mechanic the amount of any costs reasonably anticipated
related acts contained in 29 CFR 1, 3, and 5 are herein in providing bona fide fringe benefits under a plan or
incorporated by reference in this contract. program, provided,that the Secretary of Labor has found,
2. Classification: upon the written request of the contractor,that the
applicable standards of the Davis-Bacon Act have been met.
a. The SHA contracting officer shall require that any class of The Secretary of Labor may require the contractor to set
laborers or mechanics employed under the contract,which aside in a separate account assets for the meeting of
is not listed in the wage determination,shall be classified in obligations under the plan or program.
conformance with the wage determination.
4.Apprentices and Trainees(Programs of the U.S. DOL)
b. The contracting officer shall approve an additional and Helpers:
classification,wage rate and fringe benefits only when the
following criteria have been met: a.Apprentices:
(1)the work to be performed by the additional (1)Apprentices will be permitted to work at less than the
classification requested is not performed by a predetermined rate for the work they performed when they
classification in the wage determination; are employed pursuant to and individually registered in a
bona fide apprenticeship program registered with the DOL,
(2)the additional classification is utilized in the area by Employment and Training Administration, Bureau of
the construction industry, Apprenticeship and Training, or with a State
(3)the proposed wage rate, including any bonafide apprenticeship agency recognized by the Bureau,or if a
fringe benefits, bears a reasonable relationship to the person is employed in his/her first 90 days of probationary
employment as an apprentice in such an apprenticeship
wage rates contained in the wage determination: and program,who is not individually registered in the program,
(4)with respect to helpers,when such a classification but who has been certified by the Bureau of
prevails in the area in which the work is performed. Apprenticeship and Training or a State apprenticeship
agency(where appropriate)to be eligible for probationary
c. If the contractor or subcontractors, as appropriate,the employment as an apprentice.
laborers and mechanics(if known)to be employed in the
additional classification or their representatives, and the (2)The allowable ratio of apprentices to journeyman-level
contracting officer agree on the classification and wage rate employees on the job site in any craft classification shall
(including the amount designated for fringe benefits where not be greater than the ratio permitted to the contractor as
appropriate), a report of the action taken shall be sent by the to the entire work force under the registered program.Any
contracting officer to the DOL,Administrator of the Wage employee listed on a payroll at an apprentice wage rate,
and Hour Division, Employment Standards Administration, who is not registered or otherwise employed as stated
Washington, D.C. 20210.The Wage and Hour above,shall be paid not less than the applicable wage rate
Administrator,or an authorized representative,will approve, listed in the wage determination for the classification of
modify, or disapprove every additional classification action work actually performed. In addition,any apprentice
within 30 days of receipt and so advise the contracting performing work on the job site in excess of the ratio
officer or will notify the contracting officer within the 30-day permitted under the registered program shall be paid not
period that additional time is necessary. less than the applicable wage rate on the wage
determination for the work actually performed.Where a
d. In the event the contractor or subcontractors, as contractor or subcontractor is performing construction on a
appropriate,the laborers or mechanics to be employed in project on a locality other than that in which its program is
the additional classification or their representatives,and the registered,the ratios and wage rates(expressed in
contracting officer do not agree on the proposed percentages of the journeyman-level hourly rate)specified
classification and wage rate(including the amount in the contractor's or subcontractor's registered program
designated for fringe benefits,where appropriate),the shall be observed.
contracting officer shall refer the questions, including the
views of all interested parties and the recommendation of (3)Every apprentice must be paid at not less than the rate
the contracting officer,to the Wage and Hour Administrator specified in the registered program for the apprentice's
for determination.Said Administrator, or an authorized level of progress,expressed as a percentage of the
representative,will issue a determination within 30 days of journeyman-level hourly rate specified in the applicable
receipt and so advise the contracting officer or will notify the wage determination Apprentices shall be paid fringe
contracting officer within the 30-day period that additional benefits in accordance with the provisions of the
time is necessary. apprenticeship program If the apprenticeship program
does not specify fringe benefits, apprentices must be paid
e.The wage rate(including fringe benefits where the full amount of fringe benefits listed on the wage
appropriate)determined pursuant to paragraph 2c or 2d of determination for the applicable classification. If the
this Section IV shall be paid to all workers performing work Administrator the Wage and Hour Division determines that
in the additional classification from the first day on which a different practice prevails for the applicable apprentice
work is performed in the classification. classification,fringes shall be paid in accordance with that
3.Payment of Fringe Benefits: determination.
a.Whenever the minimum wage rate prescribed in the (4)In the event the Bureau of Apprenticeship and
contract for a class of laborers or mechanics includes a Training, or a State apprenticeship agency recognized by
fringe benefit which is not expressed as an hourly rate,the the Bureau,withdraws approval of an apprenticeship
contractor or subcontractors, as appropriate,shall either pay program,the contractor or subcontractor will no longer be
the benefit as stated in the wage determination or shall pay permitted to utilize apprentices at less than the applicable
another bona fide fringe benefit or an hourly case equivalent predetermined rate for the comparable work performed by
thereof regular employees until an acceptable program is
approved.
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 20M
b.Trainees: prime contractor, or any other Federally-assisted contract
(1)Except as provided in 29 CFR 5.16,trainees willnot be subject to Davis-Bacon prevailing wage requirements which
is held by the same prime contractor, as much of the
permitted to work at less than the predetermined rate for accrued payments or advances as may be considered
the work performed unless they are employed pursuant necessary to pay laborers and mechanics, including
to and individually registered in a program which has apprentices,trainees, and helpers,employed by the
received prior approval,evidenced by formal certification contractor or any subcontractor the full amount of wages
by the DOL, Employment and Training Administration. required by the contract. In the event of failure to pay any
laborer or mechanic, including any apprentice,trainee, or
(2)The ratio of trainees to journeyman-level employees on helper,employed or working on the site of the work,all or
the job site shall not be greater than permitted under the part of the wages required by the contract,the SHA
plan approved by the Employment and Training contracting officer may, after written notice to the contractor,
Administration.Any helper listed on the payroll at a trainee take such action as may be necessary to cause the
rate who is not registered and participating in a training suspension of any further payment,advance,or guarantee
plan approved by the Employment and Training of funds until such violations have ceased.
Administration shall be paid not less than the applicable
wage rate on the wage determination for the classification 7.Overtime Requirements:
of work actually performed. In addition, any trainee No contractor or subcontractor contracting for any part of the
performing work on the job site in excess of the ratio contract work which may require or involve the employment
permitted under the registered program shall be paid not of laborers,mechanics,watchmen, or guards(including
less than the applicable wage rate on the wage
determination for the work actually performed. apprentices,trainees, and helpers described in paragraphs
4 and 5 above)shall require or permit any laborer,
(3)Every trainee must be paid at not less than the rate mechanic,watchman,or guard in any workweek in which
specified in the approved program for his/her level of he/she is employed on such work,to work in excess of 40
progress, expressed as a percentage of the hours in such workweek unless such laborer, mechanic,
journeymanlevel hourly rate specified in the applicable watchman, or guard receives compensation at a rate not
wage determination.Trainees shall be paid fringe benefits less than one-and-one-half times his/her basic rate of pay
in accordance with the provisions of the trainee program. If forall hours worked in excess of 40 hours in such workweek.
the trainee program does not mention fringe benefits, g.Violation:
trainees shall be paid the full amount of fringe benefits
listed on the wage determination unless the Administrator Liability for Unpaid Wages: Liquidated Damages: In the
of the Wage and Hour Division determines that there is an event of any violation of the clause set forth in paragraph 7
apprenticeship program associated with the corresponding above,the contractor and any subcontractor responsible
journeyman-level wage rate on the wage determination thereof shall be liable to the affected employee for his/her
which provides for less than full fringe benefits for unpaid wages. In addition,such contractor and
apprentices, in which case such trainees shall receive the subcontractor shall be liable to the United States(in the
same fringe benefits as apprentices. case of work done under contract for the District of
(4) In the event the Employment and Training Columbia or a territory,to such District or to such territory)
Administration withdraws approval of a training program, for liquidated damages. Such liquidated damages shall be
the contractor or subcontractor will no longer be permitted computed with respect to each individual laborer, mechanic,
watchman,or guard employed in violation of the clause set
to utilize trainees less than the applicable forth in paragraph 7, in the sum of$10 for each calendar day
predetermined rate a for the work performed until an on which such employee was required or permitted to work
acceptable program is approved. in excess of the standard work week of 40 hours without
c Helpers: payment of the overtime wages required by the clause set
forth in paragraph 7.
Helpers will be permitted to work on a project if the helper
classification is specified and defined on the applicable 9.Withholding for Unpaid Wages and Liquidated
wage determination or is approved pursuant to the Damages:
conformance procedure set forth in Section IV.2.Any worker
listed on a payroll at a helper wage rate,who is not a helper The SHA shall upon its own action or upon written request of
under a approved definition,shall be paid not less than the any authorized representative of the DOL withhold, or cause
applicable wage rate on the wage determination for the to be withheld,from any monies payable on account of work
classification of work actually performed. performed by the contractor or subcontractor under any
5.Apprentices and Trainees(Programs of the U.S.DOT): such contract or any other Federal contract with the same
prime contractor, or any other Federally-assisted contract
Apprentices and trainees working under apprenticeship and subject to the Contract Work Hours and Safety Standards
skill training programs which have been certified by the Act,which is held by the same prime contractor, such sums
Secretary of Transportation as promoting EEO in connection as may be determined to be necessary to satisfy any
with Federal-aid highway construction programs are not liabilities of such contractor or subcontractor for unpaid
subject to the requirements of paragraph 4 of this Section wages and liquidated damages as provided in the clause set
IV.The straight time hourly wage rates for apprentices and forth in paragraph 8 above.
"` trainees under such programs will be established by the
particular programs.The ratio of apprentices and trainees to V.STATEMENTS AND PAYROLLS
journeymen shall not be greater than permitted by the terms (Applicable to all Federal-aid construction contracts
of the particular program. exceeding$2,000 and to all related subcontracts,except for
6.Withholding:
projects located on roadways classified as local roads or
rural collectors.which are exempt.)
The SHA shall upon its own action or upon written request of
an authorized representative of the DOL withhold. or cause
to be withheld,from the contractor or subcontractor under
this contract or any other Federal contract with the same
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
1.Compliance with Copeland Regulations(29 CFR 3): wages earned,without rebate, either directly or
indirectly, and that no deductions have been made
The contractor shall comply with the Copeland Regulations either directly or indirectly from the full wages earned,
of the Secretary of Labor which are herein incorporated by other than permissible deductions as set forth in the
reference. Regulations, 29 CFR 3; (3)that each laborer or '
2. Payrolls and Payroll Records: mechanic has been paid not less that the applicable
wage rate and fringe benefits or cash equivalent for the
a. Payrolls and basic records relating thereto shall be classification of worked performed, as specified in the
maintained by the contractor and each subcontractor applicable wage determination incorporated into the
during the course of the work and preserved for a period of contract.
3 years from the date of completion of the contract for all
laborers, mechanics,apprentices,trainees,watchmen, e.The weekly submission of a properly executed
helpers,and guards working at the site of the work. certification set forth on the reverse side of Optional Form
WH-347 shall satisfy the requirement for submission of
b.The payroll records shall contain the name,social the"Statement of Compliance"required by paragraph 2d
security number, and address of each such employee; his of this Section V.
or her correct classification; hourly rates of wages paid
(including rates of contributions or costs anticipated for f.The falsification of any of the above certifications may
bona fide fringe benefits or cash equivalent thereof the subject the contractor to civil or criminal prosecution under
types described in Section 1 (b)(2)(B)of the Davis Bacon 18 U.S.C. 1001 and 31 U.S.C.231.
Act);daily and weekly number of hours worked; g.The contractor or subcontractor shall make the records
deductions made;and actual wages paid. In addition,for required under paragraph 2b of this Section V available for
Appalachian contracts,the payroll records shall contain a inspection, copying,or transcription by authorized
notation indicating whether the employee does, or does representatives of the SHA,the FHWA, or the DOL, and
not, normally reside in the labor area as defined in shall permit such representatives to interview employees
Attachment A, paragraph 1.Whenever the Secretary of during working hours on the job. If the contractor or
Labor, pursuant to Section IV, paragraph 3b, has found subcontractor fails to submit the required records or to
that the wages of any laborer or mechanic include the make them available,the SHA,the FHWA,the DOL, or all
amount of any costs reasonably anticipated in providing may,after written notice to the contractor, sponsor,
benefits under a plan or program de-scribed in Section 1 applicant,or owner,take such actions as may be
(b)(2)(B)of the Davis Bacon Act,the contractor and each necessary to cause the suspension of any further
subcontractor shall maintain records which show that the payment, advance, or guarantee of funds. Furthermore,
commitment to provide such benefits is enforceable,that failure to submit the required records upon request or to
the plan or program is financially responsible,that the plan make such records available may be grounds for
or program has been communicated in writing to the debarment action pursuant to 29 CFR 5.12.
laborers or mechanics affected, and show the cost
anticipated or the actual cost incurred in providing VI.RECORD OF MATERIALS,SUPPLIES,AND LABOR
benefits. Contractors or subcontractors employing
apprentices or trainees under approved programs shall 1.On all Federal-aid contracts on the National Highway
maintain written evidence of the registration of apprentices System,except those which provide solely for the
and trainees, and ratios and wagerates prescribed in the installation of protective devices at railroad grade crossings,
applicable programs. those which are constructed on a force account or direct
labor basis, highway beautification contracts, and contracts
c. Each contractor and subcontractor shall furnish,each for which the total final construction cost for roadway and
week in which any contract work is performed,to the SHA bridge is less than$1,000,000(23 CFR 635)the contractor
resident engineer a payroll of wages paid each of its shall:
employees(including apprentices,trainees,and helpers,
described in Section IV,paragraphs 4 and 5, and a. Become familiar with the list of specific materials and
watchmen and guards engaged on work during the supplies contained in Form FHWA-47,"Statement of
preceding weekly payroll period).The payroll submitted Materials and Labor Used by Contractor of Highway
shall set out accurately and completely all of the Construction Involving Federal Funds,"prior to the
information required to be maintained under paragraph 2b commencement of work under this contractr
of this Section V.This information may be submitted in b. Maintain a record of the total cost of all materials and
any form desired.Optional Form WH-347 is available for supplies purchased for and incorporated in the work, and
this purpose and may be purchased from the also of the quantities of those specific materials and
Superintendent of Documents(Federal stock number 029- supplies listed on Form FHWA-47, and in the units shown
005-0014-1 1, U.S. Government Printing Office, on Form FHWA-47. c. Furnish,upon the completion of the
Washington, D.C.20402.The prime contractor is contract,to the SHA resident engineer on Form FHWA-47
responsible for the submission of copies of payrolls by all together with the data required in paragraph 1 b relative to
subcontractors. materials and supplies, a final labor summary of all
d. Each payroll submitted shall be accompanied by a contract work indicating the total hours worked and the
"Statement of Compliance,"signed by the contractor or total amount earned.
subcontractor or his/her agent who pays or supervises the 2.At the prime contractor's option,either a single report
payment of the persons employed under the contract and covering all contract work or separate reports for the
shall certify the following: contractor and for each subcontract shall be submitted
(1)that the payroll for the payroll period contains the VII.SUBLETTING OR ASSIGNING THE CONTRACT
information required to be maintained under paragraph
2b of this Section V and that such information is correct 1.The contractor shall perform with its own organization
and complete; contract work amounting to not less than 30 percent(or a
greater percentage if specified elsewhere in the contract)of
(2)that such laborer or mechanic(including each helper the total original contract price,excluding any specialty
apprentice, and trainee)employed on the contract items designated by the State.Specialty items may be
during the payroll period has been paid the full weekly
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 2005
performed by subcontract and the amount of any such standards and to carry out the duties of the Secretary under
specialty items per-formed may be deducted from the total Section 107 of the Contract Work Hours and Safety
original contract price before computing the amount of work Standards Act(40 U.S.C.333).
required to be performed by the contractor's own
organization(23 CFR 635). IX. FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
a. "Its own organization"shall be construed to include only
workers employed and paid directly by the prime In order to assure high quality and durable construction in
contractor and equipment owned or rented by the prime conformity with approved plans and specifications and a
contractor,with or without operators.Such term does not high degree of reliability on statements and representations
include employees or equipment of a subcontractor, made by engineers, contractors,suppliers, and workers on
assignee, or agent of the prime contractor. Federal-aid highway projects, it is essential that all persons
concerned with the project perform their functions as
b. "Specialty Items"shall be construed to be limited to carefully,thoroughly,and honestly as possible.Willful
work that requires highly specialized knowledge,abilities, falsification,distortion, or misrepresentation with respect to
or equipment not ordinarily available in the type of any facts related to the project is a violation of Federal law.
contracting organizations qualified and expected to bid on To prevent any misunderstanding regarding the seriousness
the contract as a whole and in general are to be limited to of these and similar acts,the following notice shall be
minor components of the overall contract. posted on each Federal-aid highway project(23 CFR 635)in
one or more places where it is readily available to all
2.The contract amount upon which the requirements set persons concerned with the project:
forth in paragraph 1 of Section VII is computed includes the
cost of material and manufactured products which are to be NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-
purchased or produced by the contractor under the contract AID HIGHWAY PROJECTS
provisions.
18 U.S.C. 1020 reads as follows:
3.The contractor shall furnish(a)a competent
superintendent or supervisor who is employed by the firm, "Whoever, being an officer, agent, or employee of the United
has full authority to direct performance of the work in States, or of any State or Territory, or whoever, whether a
accordance with the contract requirements,and is in charge person, association, firm, or corporation, knowingly makes
of all construction operations(regardless of who performs any false statement, false representation, or false report as
the work)and(b)such other of its own organizational to the character, quality, quantity, or cost of the material
resources(supervision, management, and engineering used or to be used, or the quantity or quality of the work
services)as the SHA contracting officer determines is performed or to be performed, or the cost thereof in
necessary to assure the performance of the contract. connection with the submission of plans, maps,
specifications, contracts, or costs of construction on any
4. No portion of the contract shall be sublet, assigned or highway or related project submitted for approval to the
otherwise disposed of except with the written consent of the Secretary of Transportation;or
SHA contracting officer,or authorized representative, and
such consent when given shall not be construed to relieve Whoever knowingly makes any false statement, false
the contractor of any responsibility for the fulfillment of the representation, false report or false claim with respect to the
contract.Written consent will be given only after the SHA character,quality, quantity, or cost of any work performed or
has assured that each subcontract is evidenced in writing to be performed, or materials furnished or to be furnished, in
and that it contains all pertinent provisions and requirements connection with the construction of any highway or related
of the prime contract. project approved by the Secretary of Transportation;or
VIII.SAFETY:ACCIDENT PREVENTION Whoever knowingly makes any false statement or false
representation as to material fact in any statement,
1 In the performance of this contract the contractor shall
comply with all applicable Federal, State,and local laws certificate, or report submitted pursuant to provisions of the
Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355),
governing safety, health,and sanitation(23 CFR 635).The as amended andsupplemented;
contractor shall provide all safeguards,safety devices and
protective equipment and take any other needed actions as Shall be fined not more than$10,000 or imprisoned not
it determines, or as the SHA contracting officer may more than 5 years or both."
determine, to be reasonably necessary to protect the life and
health of employees on the job and the safety of the public X.IMPLEMENTATION OF CLEAN AIR ACT AND
and to protect property in connection with the performance FEDERAL WATER POLLUTION CONTROL ACT
of the work covered by the contract.
(Applicable to all Federal-aid construction contracts and to
2 It is a condition of this contract,and shall be made a all related subcontracts of$100,000 or more.)
condition of each subcontract,which the contractor enters By submission of this bid or the execution of this contract or
into pursuant to this contract,that the contractor and any subcontract, as appropriate,the bidder, Federal-aid
subcontractor shall not permit any employee, in construction contractor,or subcontractor,as appropriate,will
performance of the contract,to work in surroundings or be deemed to have stipulated as follows:
under conditions which are unsanitary,hazardous or
dangerous to his/her health or safety, as determined under 1.That any facility that is or will be utilized in the
construction safety and health standards(29 CFR 1926) performance of this contract, unless such contract is exempt
promulgated by the Secretary of Labor, in accordance with under the Clean Air Act, as amended(42 U.S.0 1857 et
Section 107 of the Contract Work Hours and Safety seq., as amended by Pub.L. 91-604),and under the Federal
Standards Act(40 U.S.C.333). Water Pollution Control Act,as amended(33 U.S.C. 1251 et
3 Pursuant to 29 CFR 1926.3, it is a condition of this seq., as amended by Pub.L. 92-500), Executive Order
contract that the Secretary of Labor or authorized 11738, and regulations in implementation thereof(40 CFR
representative thereof,shall have right of entry to any site of 15)is not listed, on the date of contract award; on the U.S
contract performance to inspect or investigate the matter of Environmental Protection Agency(EPA)List of Violating
compliance with the construction safety and health Facilities pursuant to 40 CFR 15.20.
NE Sunset Boulevard(SR 900)fDuvall Avenue NE
Intersection Improvements Project October 2005
2. That the firm agrees to comply and remain in compliance g.The prospective primary participant further agrees by
with all the requirements of Section 1 14 of the Clean Air Act submitting this proposal that it will include the clause titled
and Section 308 of the Federal Water Pollution Control Act "Certification Regarding Debarment, Suspension,
and all regulations and guidelines listed thereunder. Ineligibility and Voluntary Exclusion-Lower Tier Covered
Transaction,"provided by the department or agency '
3.That the firm shall promptly notify the SHA of the receipt entering into this covered transaction,without
of any communication from the Director,Office of Federal modification, in all lower tier covered transactions and in
Activities, EPA, indicating that a facility that is or will be all solicitations for lower tier covered transactions,
utilized for the contract is under consideration to be listed on
the EPA List of Violating Facilities. h.A participant in a covered transaction may rely upon a ,
certification of a prospective participant in a lower tier
4. That the firm agrees to include or cause to be included covered transaction that is not debarred, suspended,
the requirements of paragraph 1 through 4 of this Section X ineligible,or voluntarily excluded from the covered
in every nonexempt subcontract,and further agrees to take transaction, unless it knows that the certification is
such action as the government may direct as a means of erroneous.A participant may decide the method and
enforcing such requirements. frequency by which it determines the eligibility of its
XI.CERTIFICATION REGARDING DEBARMENT, principals. Each participant may, but is not required to,
SUSPENSION,INELIGIBILITY AND VOLUNTARY check the nonprocurement portion of the"Lists of Parties
EXCLUSION Excluded From Federal Procurement or Nonprocurement
Programs"(Nonprocurement List)which is compiled by
1. Instructions for Certification-Primary Covered the General Services Administration.
Transactions: i. Nothing contained in the foregoing shall be construed to
(Applicable to all Federal-aid contracts-49 CFR 29) require establishment of a system of records in order to
render in good faith the certification required by this
a. By signing and submitting this proposal,the prospective clause.The knowledge and information of participant is
primary participant is providing the certification set out not required to exceed that which is normally possessed
below. by a prudent person in the ordinary course of business
b.The inability of a person to provide the certification set dealings.
out below will not necessarily result in denial of j. Except for transactions authorized under paragraph f of
participation in this covered transaction.The prospective these instructions, if a participant in a covered transaction
participant shall submit an explanation of why it cannot knowingly enters into a lower tier covered transaction with
provide the certification set out below.The certification or a person who is suspended,debarred, ineligible, or
explanation will be considered in connection with the voluntarily excluded from participation in this transaction,
department or agency's determination whether to enter in addition to other remedies available to the Federal
into this transaction. However,failure of the prospective Government,the depart-mentor agency may terminate
primary participant to furnish a certification or an this transaction for cause or default.
explanation shall disqualify such a person from
participation in this transaction. '`""
c.The certification in this clause is a material Certification Regarding Debarment,Suspension,
representation of fact upon which reliance was placed Ineligibility and Voluntary Exclusion-Primary Covered
when the department or agency determined to enter into Transactions
this transaction. If it is later determined that the
prospective primary participant knowingly rendered an 1.The prospective primary participant certifies its knowledge
erroneous certification, in addition to other remedies and belief,that it and its principals:to the best of its
available to the Federal Government,the departmentor knowledge and belief,that is and its principals:
agency may terminate this transaction for cause of default. a.Are not presently debarred,suspended, proposed for
d.The prospective primary participant shall provide debarment,declared ineligible, or voluntarily excluded
immediate written notice to the department or agency to from covered transactions by any Federal department or
whom this proposal is submitted if any time the agency;
prospective primary participant learns that its certification b. Have not within a 3-year period preceding this proposal
was erroneous when submitted or has become erroneous been convicted of or had a civil judgement rendered
by reason of changed circumstances. against them for commission of fraud or a criminal offense
e The terms"covered transaction,""debarred," in connection with obtaining, attempting to obtain,or
"suspended,""ineligible,""lower tier covered transaction," performing a public(Federal, State or local)transaction or
"participant.""person,""primary covered transaction," contract under a public transaction;violation of Federal or
"principal.""proposal,"and"voluntarily excluded, "as used State antitrust statutes or commission of embezzlement.
in this clause, have the meanings set out in the Definitions theft,forgery. bribery, falsification or destruction of
and Coverage sections of rules implementing Executive records, making false statements,or receiving stolen
Order 12549 You may contact the department or agency property;
to which this proposal is submitted for assistance in c.Are not presently indicted for or otherwise criminally or
obtaining a copy of those regulations. civilly charged by a governmental entity(Federal, State or
f The prospective primary participant agrees by local)with commission of any of the offenses enumerated
submitting this proposal that,should the proposed covered in paragraph 1 b of this certification, and
transaction be entered into, it shall not knowingly enter d. Have not within a 3-year period preceding this
into any lower tier covered transaction with a person who application/proposal had one or more public transactions
is debarred, suspended,declared ineligible, or voluntarily (Federal. State or local)terminated for cause or default
excluded from participation in this covered transaction,
unless authorized by the department or agency entering 2.Where the prospective primary participant is unable to
into this transaction. certify to any of the statements in this certification.such
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 200
prospective participant shall attach an explanation to this a person who is suspended,debarred, ineligible, or
proposal. voluntarily excluded from participation in this transaction,
in addition to other remedies available to the Federal
Government,the department or agency with which this
2.Instructions for Certification-Lower Tier Covered transaction originated may pursue available remedies,
Transactions: including suspension and/or debarment.
(Applicable to all subcontracts, purchase orders and other
lower tier transactions of$25,000 or more-49 CFR 29) Certification Regarding Debarment,Suspension,
a. By signing and submitting this proposal,the prospective Ineligibility Voluntary Exclusion—Lower Tier Covered
lower tier is providing the certification set out below. Transactions: and
b.The certification in this clause is a material 1.The prospective lower tier participant certifies,by
representation of fact upon which reliance was placed submission of this proposal, that neither it nor its principals
when this transaction was entered into. If it is later is presently debarred,suspended, proposed for debarment,
determined that the prospective lower tier participant declared ineligible, or voluntarily excluded from participation
knowingly rendered an erroneous certification,in addition in this transaction by any Federal department or agency.
to other remedies available to the Federal Government, 2.Where the prospective lower tier participant is unable to
the department, or agency with which this transaction certify to any of the statements in this certification, such
originated may pursue available remedies, including prospective participant shall attach an explanation to this
suspension and/or debarment. proposal.
c.The prospective lower tier participant shall provide
immediate written notice to the person to which this
proposal is submitted if at any time the prospective lower XII.CERTIFICATION REGARDING USE OF CONTRACT
tier participant learns that its certification was erroneous FUNDS FOR LOBBYING
by reason of changed circumstances.
d.The terms"covered transaction,""debarred," (Applicable to all Federal-aid construction contracts and to
all related subcontracts which exceed$100,000-49 CFR
"suspended,""ineligible,""primary covered transaction," 20)
"participant,""person,""principal,""proposal, "and
"voluntarily excluded,"as used in this clause, have the 1.The prospective participant certifies, by signing and
meanings set out in the Definitions and Coverage sections submitting this bid or proposal,to the best of his or her
of rules implementing Executive Order 12549.You may knowledge and belief,that:
contact the person to which this proposal is submitted for a. No Federal appropriated funds have been paid or will be
assistance in obtaining a copy of those regulations. aid,b or on behalf of the undersigned,to an
p y g y person for
e.The prospective lower tier participant agrees by influencing or attempting to influence an officer or
submitting this proposal that,should the proposed covered employee of any Federal agency,a Member of Congress,
transaction be entered into, it shall not knowingly enter an officer or employee of Congress,or an employee of a
into any lower tier covered transaction with a person who Member of Congress in connection with the awarding of
is debarred, suspended,declared ineligible, or voluntarily any Federal contract,the making of any Federal grant,the
excluded from participation in this covered transaction, making of any Federal loan,the entering into of any
unless authorized by the department or agency with which cooperative agreement, and the extension, continuation,
this transaction originated. renewal,amendment,or modification of any Federal
f.The prospective lower tier participant further agrees by contract,grant, loan, or cooperative agreement.
submitting this proposal that it will include this clause titled b. If any funds other than Federal appropriated funds have
"Certification Regarding Debarment, Suspension, been paid or will be paid to any person for influencing or
Ineligibility and Voluntary Exclusion-Lower Tier Covered attempting to influence an officer or employee of any
Transaction,"without modification, in all lower tier covered Federal agency, a Member of Congress, an officer or
transactions and in all solicitations for lower tier covered employee of Congress, or an employee of a Member of
transactions. Congress in connection with this Federal contract,grant,
loan,or cooperative agreement,the undersigned shall
g.A participant in a covered transaction may rely upon a complete and submit Standard Form-LLL, "Disclosure
certification of a prospective participant in a lower tier Form to Report Lobbying,"in accordance with its
covered transaction that is not debarred, suspended, instructions.
ineligible, or voluntarily excluded from the covered
transaction, unless it knows that the certification is 2.This certification is a material representation of fact upon
erroneous.A participant may decide the method and which reliance was placed when this transaction was made
frequency by which it determines the eligibility of its or entered into.Submission of this certification is a
principals. Each participant may,but is not required to, prerequisite for making or entering into this transaction
check the Nonprocurement List. imposed by 31 U.S.C. 1352 Any person who fails to file the
required certification shall besubject to a civil penalty of not
h. Nothing contained in the foregoing shall be construed to less than$10,000 and not more than$100,000 for each
require establishment of a system of records in order to such failure.
render in good faith the certification required by this
clause.The knowledge and information of participant is 3.The prospective participant also agrees by submitting his
not required to exceed that which is normally possessed or her bid or proposal that he or she shall require that the
by a prudent person in the ordinary course of business language of this certification be included in all lower tier
dealings. subcontracts,which exceed$100,000 and that all such
i. Except for transactions authorized under paragraph a of recipients shall certify and disclose accordingly.
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with
NE Sunset Boulevard(SR 900)/Duvall Avenue NE
Intersection Improvements Project October 200.,
w
ATTACHMENT A-EMPLOYMENT PREFERENCE FOR other pertinent information required by the State
APPALACHIAN CONTRACTS Employment Service to complete the job order form.The job
order may be placed with the State Employment Service in
(Applicable to Appalachian contracts only.) writing or by telephone. If during the course of the contract
1. During the performance of this contract,the contractor work,the information submitted by the contractor in the
undertaking to do work which is,or reasonably may be,done original job order is substantially modified, he shall promptly
as on-site work,shall give preference to qualified persons notify the State Employment Service.
who regularly reside in the labor area as designated by the 3.The contractor shall give full consideration to all qualified
DOL wherein the contract work is situated, or the subregion, job applicants referred to him by the State Employment
or the Appalachian counties of the State wherein the Service.The contractor is not required to grant employment
contract work is situated,except: to any job applicants who, in his opinion, are not qualified to
a.To the extent that qualified persons regularly residing in perform the classification of work required.
the area are not available. 4. If,within 1 week following the placing of a job order by the
b. For the reasonable needs of the contractor to employ contractor with the State Employment Service,the State
supervisory or specially experienced personnel necessary Employment Service is unable to refer any qualified job
to assure an efficient execution of the contract work. applicants to the contractor,or less than the number
requested,the State Employment Service will forward a
c. For the obligation of the contractor to offer employment certificate to the contractor indicating the unavailability of
to present or former employees as the result of a lawful applicants. Such certificate shall be made a part of the
collective bargaining contract,provided that the number of contractor's permanent project records. Upon receipt of this
nonresident persons employed under this subparagraph 1 certificate,the contractor may employ persons who do not
c shall not exceed 20 percent of the total number of normally reside in the labor area to fill positions covered by
employees employed by the contractor on the contract the certificate, notwithstanding the provisions of
work,except as provided in subparagraph 4 below. subparagraph 1 c above.
2.The contractor shall place a job order with the State 5.The contractor shall include the provisions of Sections 1
Employment Service indicating(a)the classifications of the through 4 of this Attachment A in every subcontract for work
laborers, mechanics and other employees required to which is, or reasonably may be,done as on-site work
perform the contract work,(b)the number of employees
required in each classification,(c)the date on which he
estimates such employees will be required,and(d)any ,
NE Sunset Boulevard(SR 900)(Duvall Avenue N1, ,
Intersection Improvements Project October 2005
FEDERAL AID PROPOSAL NOTICES segregated by directive or on a de facto basis. The
certification also provides that the subcontractor or material
NOTICE TO PROSPECTIVE FEDERAL AID supplier will not maintain such segregated facilities.
CONSTRUCTION CONTRACTORS
(c) Subcontractors or material suppliers receiving
I. Certification of Nonsegregated Facilities subcontract awards or material supply agreements
exceeding $10,000 which are not exempt from the
(a)A Certification of Nonsegregated Facilities, as required provisions of the Equal Opportunity clause will be required
by the May 9, 1967, Order of the Secretary of Labor (32 to provide for the forwarding of this notice to prospective
F.R. 7439, May 19, 1967) on Elimination of Segregated subcontractors for construction contracts and material
Facilities is included in the proposal and must be submitted suppliers where the subcontracts or material supply
prior to the award of a Federal aid highway construction agreements exceed $10,000 and are not exempt from the
contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause.
provisions of the Equal Opportunity clause.
(b) Bidders are cautioned as follows: By signing this bid, II. Implementation of Clean Air Act and Federal Water
the bidder will be deemed to have signed and agreed to Pollution Control Act
the provisions of the 'Certification of Nonsegregated
Facilities" in this proposal. This certification provides that ti l signing this bid, the bidder will be deemed to have
s
the bidder does not maintain or provide for his employee stipulated as follows:
facilities which are segregated on a basis of race, creed, (1) That any facility to be utilized in the performance of
color, or national origin, whether such facilities are this contract, unless such contract is exempt under the
segregated by directive or on a de facto basis. The Clean Air Act, as amended (42 U.S.C. 1857 et seg., as
certification also provides that the bidder will not maintain amended by Pub L. 91-604), and under the Federal Water
such segregated facilities. Pollution Control Act, as amended (33 U.S.C. 125 et seg.,
as amended by Pub L. 92-500). Executive Order 1 1 738,
(c) Bidders receiving Federal aid highway construction and regulations in implementation thereof(40 C.F.R., Part
contract awards exceeding$1 0,000 which are not exempt 15), is not listed on the U.S. Environmental Protection
from the provisions of the Equal Opportunity clause will be Agency (EPA) List of Violating Facilities pursuant to 40
required to provide for the forwarding of the following notice C.F.R. 15.20.
to prospective subcontractors for construction contracts and (2) That the State Department of Transportation shall be
material suppliers where the subcontracts or material supply promptly notified prior to contract award of the receipt by
agreements exceed $10,000 and are not exempt from the the bidder of any communication from the Director, Office
provisions of the Equal Opportunities clause. of Federal Activities, EQA, indicating that a facility to be
utilized for the contract is under consideration to be listed
NOTICE TO PROSPECTIVE on the EPA List of Violating Facilities.
SUBCONTRACTORS AND MATERIAL
SUPPLIERS OF REQUIREMENT FOR FEDERAL AID CERTIFICATION
CERTIFICATION OF NONSEGREGATED CERTIFICATE OF NONSEGREGATED
FACILITIES FACILITIES
(a)A Certification of Nonsegregated Facilities as required (Applicable to Federal aid construction contracts and related
by the May 9, 1967, Order of the Secretary of Labor (32 subcontracts exceeding$10,000 which are not exempt from
F.R. 7439, May 19, 1967) on Elimination of Segregated the Equal Opportunity clause.)
Facilities, which is included in the proposal, or attached
hereto, must be submitted by each subcontractor and By the submission of this bid,the execution of this contract
material supplier prior to the award of the subcontract or or subcontract,or the consummation of this material supply
consummation of a material supply agreement is such agreement, as appropriate, the bidder, Federal aid
subcontract or agreement exceeds $10,000 and is not construction contractor,subcontractor,or material supplier,
exempt from the provisions of the Equal Opportunity clause. as appropriate,certifies that he does not maintain or provide
for his employees any segregated facilities at any of his
(b) Subcontractors and material suppliers are cautioned establishments,and that he does not permit his employees
as follows: by signing the subcontract or entering into a to perform their services at any location, under his control,
material supply agreement, the subcontractor or material where segregated facilities are maintained. He certifies
supplier will be deemed to have signed and agreed to the furtherthat he will not maintain or provide for his employees
provisions of the'Certification of Nonsegregated Facilities" any segregated facilities at any of his establishments, and
in the subcontract or material supply agreement. This that he will not permit his employees to perform their
certification provides that the subcontractor or material services at any location, under his control, where
I supplier does not maintain or provide for his employees segregated facilities are maintained. He agrees that a
facilities which are segregated on the basis of race, creed, breach of this certification is a violation of the Equal
color, or national origin, whether such facilities are
DOT Form 272-036G
+� Revised 8185
Penn 1 n/�
contract, and in each trade, and the contractor shall '
Opportunity clause in this contract. As used in this o f the cont
certification, the term `segregated facilities' means any make a good faith effort to employ minorities and women
waiting rooms, work areas, restrooms and washrooms, evenly on each of its projects. The transfer of minority or
restaurants and other eating areas, time clocks, locker female employees ortrainees from Contractorto Contractor
rooms and other storage or dressing areas, parking lots, or from project to project for the sole purpose of meeting
drinking fountains, recreation or entertainment areas, the Contractor's goals shall be a violation of the contract,
transportation, and housing facilities provided for the Executive Order and the regulations in 41 CFR Part t
employees which are segregated by explicit directive or 60-4. Compliance with the goals will be measured against
are in fact segregated on the basis of race, creed, color, or the total work hours performed.
national origin, because of habit,local custom or otherwise.
(3) The Contractor shall provide written notification to me
He agrees that (except where he has obtained identical
Director of the Office of Federal Contract Compliance
certifications from proposed subcontractors and material
suppliers for specific time periods), he will obtain identical Programs within 10 working days of award of any
certifications from proposed subcontractors or material construction subcontract in excess of $10,000 at any tier
suppliers prior to the award of subcontracts or the for construction work under the contract resulting from this
consummation of material supply agreements, exceeding solicitation. The notification shall list the name, address,
000 which are not exempt from the provisions of the and telephone number of the subcontractor, employer
10 p p
Equal Opportunity clause, and that he will retain such identification number of the subcontractor,estimated dollar
certifications in his files. amount of the subcontract, estimated starting and
completion dates of the subcontract, and the geographical
Note: The penalty for making false statements in offers is area in which the subcontract is to be performed.
prescribed in 18 U. S. C. 100 1.
NOTICE OF REQUIREMENT FOR (4) As used in this Notice and in the contract resulting
from this solicitation, the "covered area" is as designated
AFFIRMATIVE ACTION TO ENSURE EQUAL in the Special Provisions for this project.
EMPLOYMENT OPPORTUNITY
(EXECUTIVE ORDER 11 246) The goals and timetables for female and minority utilization
shall be included in all Federal and fedrally assisted
(1) The Offeror's or Bidder's attention is called to the"Equal construction contracts and subcontracts in excess of
Opportunity Clause" and the "Standard Federal Equal $10,000. The goals are applicable to me Contractor's
Employment Specifications" set forth herein. aggregate on-site construction workforce whether or not
part of that workforce is performing work on a Federal or
(2) The goals and timetables for minority and female federally assisted construction contract or subcontract.
participation, expressed in percentage terms for the
Contractor's aggregate work force in each trade on all
construction work in the covered area, are as follows:
Time- Goals for minority Goals for female
Tables participation for participation in
each trade each trade
(See Special Provisions)
These goals are applicable to all the Contractor's
construction work(whether or not it is Federal or federally
assisted) performed in the covered area. If the contractor
performs construction work in a geographical area located
outside of the covered area, it shall apply the goals
established for such geographical area where the work is
actually performed. With regard to this second area, the
contractor also is subject to the goals for both its federally
involved and nonfederally involved construction.
The Contractor's compliance with the Executive Order and ,
the regulations in 41 CFR Part 60-4 shall be based on its
implementation of the Equal Opportunity Clause, specific
affirmative action obligations required by the specifications
set forth in 41 CFR 60-4.3(a), and its efforts to meet the
goals. The hours of minority and female employment and
training must be substantially uniform throughout the length
DOT Form 272-036G
Revised 8185
PI n 1 I
City of Renton
NE Sunset Boulevard (SR 900)/Duvall Avenue NE
Intersection Improvements Project
VI. Contract Specifications
r
City of Renton
NE Sunset Boulevard (SR 900)/Duvall Avenue NE
Intersection Improvements Project
Special Provisions
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 SPECIAL PROVISIONS
2
4 GENERAL REQUIREMENTS
- 5
6 DESCRIPTION OF WORK
7 (March 13, 1995)
8 This contract provides for the improvement of NE Sunset Boulevard (SR 900)/Duvall Avenue
9 NE Intersection and other work, including the installation of a traffic signal system between
10 Anacortes andDuval Avenues grading, planning, asphalt paving, asphalt overlay, concrete
11 sidewalks, lane striping, traffic signs, and relocating luminaires, water meters, hydrants, and
12 the installation and/or replacement of the storm and sanitary sewer system, all in accordance
13 with the attached Contract Plans, these Contract Provisions, and the Standard
14 Specifications.
15
16
17 1-01 DEFINITIONS AND TERMS
N 18
19 1-01.1 General
20 Section 1-01.1 is supplemented with:
21 (******)
22 Whenever reference is made to the State, Commission, Department of Transportation,
23 Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be
24 deemed to mean the City of Renton acting through its City Council, employees, and duly
25 authorized representatives for all contracts administered by the City of Renton.
26
27 1-01.3 Definitions
28 Section 1-01.3 is revised and supplemented by the following:
29 (******)
30 Act of god
31 "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of
- 32 nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for
33 the specific locality of the work, which might reasonably have been anticipated from
34 historical records of the general locality of the work, shall not be construed as an act of god.
35
36 City
37 The City of Renton
38
39 Consulting Engineer
40 The Contracting Agency's design consultant, who may or may not administer the
41 construction program for the Contracting Agency.
42
43 Contract Price
44 Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in
45 properly executed change orders.
46
47 Day
48 Unless otherwise designated, day(s) as used in the Contract Documents, shall be
49 understood to mean working days.
50
51 Engineer
52 The City Engineer or duly authorized representative who is a currently licensed registered
53 engineer in the State of Washington, or an authorized member of a licensed consulting firm
54 retained by Owner for the construction engineering of a specific public works project.
55
56 Inspector
NE Sunset Boulevard(SR 900)/Duvall Avenue 1 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Owner's authorized representative assigned to make necessary observations of the work .
2 performed or being performed, or of materials furnished or being furnished by Contractor.
3
4 Or Equal
5 Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency
6 on recommendation of the engineer, shall be the sole judge of the quality and suitability of
7 the proposed substitution.
8 The responsibility and cost of furnishing necessary evidence, demonstrations, or other
9 information required to obtain the approval of alternative materials or processes by the
10 Owner shall be entirely borne by the Contractor.
11
12
13 Owner
14 The City of Renton or its authorized representative also referred to as Contracting Agency.
15
16 Performance and Payment Bond
17 Same as "Contract Bond" defined in the Standard Specifications.
18
19 Plans
20 The contract plans and/or standard plans which show location, character, and dimensions of
21 prescribed work including layouts, profiles, cross-sections, and other details. Drawings may
22 either be bound in the same book as the balance of the Contract Documents or bound in
23 separate sets, and are a part of the Contract Documents, regardless of the method of
24 binding. The terms "Standard Drawings" or "Standard Details" generally used in
25 specifications refers to drawings bound either with the specification documents or included
26 with the Plans or the City of Renton Standard Plans.
27
28 Points
29 Wherever reference is made to Engineer's points, this shall mean all marks, bench marks,
30 reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal
31 and vertical control of the work.
32
33 Provide
34 Means "furnish and install" as specified and shown in the Plans.
35
36 Secretary, Secretary of Transportation
37 The chief executive officer of the Department and other authorized representatives. The
38 chief executive officer to the Department shall also refer to the Department of
39 Planning/Building/Public Works Administrator.
40
41 Shop Drawings
42 Same as "Working Drawings" defined in the Standard Specifications.
43
44 Special Provisions
45 Modifications to the standard specifications and supplemental specifications that apply to an w
46 individual project. The special provisions may describe work the specifications do not cover.
47 Such work shall comply first with the special provisions and then with any specifications that
48 apply. The Contractor shall include all costs of doing this work within the bid prices.
49
50 State
51 The state of Washington acting through its representatives. The State shall also refer to The
52 City of Renton and its authorized representatives where applicable.
53
54 Supplemental Drawings and Instructions
55 Additional instructions by Engineer at request of Contractor by means of drawings or
56 documents necessary, in the opinion of Engineer, for the proper execution of the work. Such
57 drawings and instructions are consistent with the Contract Documents.
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 2 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1
2 Utility
3 Public or private fixed improvement for the transportation of fluids, gases, power, signals,
4 or communications and shall be understood to include tracks, overhead and
5 underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains.
6
7
8 1-02 BID PROCEDURES AND CONDITIONS
9
10 1-02.6 Preparation of Proposal
11 The third paragraph is revised as follows:
12 (*****.k)
13 All prices shall be in legible figures and words written in ink or typed. The proposal shall
14 include:
15 1. A unit price for each item (omitting digits more than four places to the right of the
16 decimal point), each unit price shall also be written in words; where a conflict arises the
17 written words shall prevail.
18
19 1-02.6(1) is a new section.
21 1-02.6(1) Proprietary Information
22 Vendors should, in the bid proposal, identify clearly any material(s) which constitute
23 "(valuable) formula, designs, drawings, and research data" so as to be exempt from
24 public disclosure, RCW 42.17.310, or any materials otherwise claimed to be
25 exempt, along with a Statement of the basis for such claim of exemption. The
26 Department (or State) will give notice to the vendor of any request for disclosure of
27 such information received within 5 (five) years from the date of submission. Failure
28 to so label such materials or failure to timely respond after notice of request for
29 public disclosure has been given shall be deemed a waiver by the submitting vendor
30 of any claim that such materials are, in fact, so exempt.
31
32 1-02.12 Public Opening of Proposals
33 Section 1-02.12 is supplemented with the following:
34
35 Date Of Opening Bids
36 Sealed bids are to be received at 2:30 p.m. November 15, 2005, at the City Clerk's office
37 and will be opened and publicly read in conference room 521 on the fifth floor, Renton
- 38 City Hall, 1055 South Grady Way.
39
41 The Contracting Agency reserves the right to postpone the date and time for bid
m 42 opening. Notification to bidder will be by addenda.
43
44 1-03 AWARD AND EXECUTION OF CONTRACT
45 1-03.1 Consideration of bids
46 Section 1-03.1 is supplemented with the following:
47 (****.k*)
48 All bids will be based on total sum of all schedules of prices. No partial bids will be
49 accepted unless so stated in the call for bids or special provisions. The City reserves the
50 right however
51 to award the Schedule A work and all or any other schedule (s) of a bid to the bidder who
52 submitted the lowest bid for Schedule A.
53
54
55
56
NE Sunset Boulevard (SR 900)/Duvall Avenue 3 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 1-03.2 Award of Contract
2 Section 1-03.2 is supplemented with the following:
3 (******)
4 The contract, bond form, and all other forms requiring execution, together with a list of all _.
5 other forms or documents required to be submitted by the successful bidder, will be
6 forwarded to the successful bidder within 10 days of the award. The number of copies to
7 be executed by the Contractor shall be determined by the Contracting Agency.
8
9 1-03.3 Execution of Contract
10 Section 1-03.3 is revised and supplemented as follows:
12 Within 10 calendar days after receipt from the City of the forms and documents required
13 to be completed by the Contractor, the successful bidder shall return the signed
14 Contracting Agency-prepared contract, an insurance certification as required by Section
15 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before
16 execution of the contract by the Contracting Agency, the successful bidder shall provide
17 any pre-award information the Contracting Agency may require under Section 1-02.15.
18
19 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
20 Agency nor shall any work begin within the project limits or within Contracting Agency-
21 furnished sites. The Contractor shall bear all risks for any work begun outside such
22 areas and for any materials ordered before the contract is executed by the Contracting
23 Agency.
24
25 If the bidder experiences circumstances beyond their control that prevents return of the
26 contract documents within 20 calendar days after the award date, the Contracting �.
27 Agency may grant up to a maximum of 20 additional calendar days for return of the
28 documents, provided the Contracting Agency deems the circumstances warrant it.
29
30 The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with
31 a Contractor who is not registered or licensed as required by the laws of the state. In
32 addition, the Contracting Agency requires persons doing business with the Contracting
33 Agency to possess a valid City of Renton business license prior to award.
34 When the Bid Form provides spaces for a business license number, a Washington State
35 Contractors registration number, or both the Bidder shall insert such information in the
36 spaces provided. The Contracting Agency requires legible copies of the Contractor's
37 Registration and business license be submitted to the Engineer as part of the
38 Contracting Agency's post-award information and evaluation activities.
39
40 1-04 SCOPE OF WORK
41 1-04.2 Coordination of Contract Documents, Plans, Special Provisions
42 Specifications, and Addenda
43 Revise the second paragraph to read:
44 (******)
45 Any inconsistency in the parts of the contract shall be resolved by following this order of
46 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
47 1. Addenda,
48 2. Proposal Form,
49 3. Special Provisions,
50 4. Contract Plans,
51 5. Amendments to Division 1-99 APWA Supplement
52 6. Amendments to the Standard Specifications,
53 7. Division 1-99 APWA Supplement
54 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
55 Construction
56 9. Contracting Agency's Standard Plans (if any)
57 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
NE Sunset Boulevard (SR 900)/Duvall Avenue 4 October 2005
NElntersection improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
2 Section 1-04.3 is a new section:
3 (******
4 1-04. Contractor-Discovered Discrepancies
4 5 Upon receipt of award of contract, Contractor shall carefully study and compare all the
6 components of the Contract Documents and other instructions, and check and verify all field
7 measurements. Contractor shall, prior to ordering material or performing work, report in
8 writing to Engineer any error, inconsistency, or omission in respect to design or mode of
9 construction, which is discovered. If Contractor, in the course of this study or in the
10 accomplishment of the work, finds any discrepancy between the Plans and the physical
11 condition of the locality as represented in the Plans, or any such errors or omissions in
12 respect to design or mode of construction in the Plans or in the layout as given by points and
13 instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and
14 Engineer will promptly check the same. Any work done after such discovery, until correction
15 of Plans or authorization of extra work is given, if Engineer finds that extra work is involved,
16 will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided
17 in Section 1-04.4 of the Standard Specifications.
18
19 1-04.8 Progress Estimates and Payments
20 Section 1-04.8 is supplemented as follows:
22 The Contractor is encouraged to provide to the Engineer prior to progress payments an
23 estimate of lump sum work accomplished to date. The Engineer's calculations and decisions
24 shall be final in regard to the actual percentage of any lump sum pay item accomplished and
25 eligible for payment unless another specific method of calculating lump sum payments is
26 provided elsewhere in the specifications.
- 27
28 1-04.11 Final Cleanup
29 Section 1-04.11 is supplemented as follows:
31 All salvage material as noted on the plans and taken from any of the discarded facilities
32 shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops.
33 Any cost incurred in salvaging and delivering such items shall be considered incidental to the
34 project and no compensation will be made.
35
36 The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all
37 work, equipment and materials required to perform final cleanup. If this pay item does not
- 38 appear in the contract documents then final clean up shall be considered incidental to the
39 contract and to other pay item and no further compensation shall be made.
40
41 1-04 SCOPE OF THE WORK
42 1-04.12 Hours of Work
43 This new section is added as follows:
44 General hours of work for the Project shall be limited to the hours of 7:00 a.m. to 5:00 p.m.
45 The Hours of work may be changed at the discretion of the Engineer when it is in the interest
46 of the public or the Contractor due to reasons of safety, health and welfare and must be
47 approved in writing prior to the start of work. The Contractor shall give a minimum of 48
- 48 hours notice to the Contracting Agency prior to work on any roadway and shall do no work
49 on the roadway without a traffic control plan approved by the City Transportation Division.
50
NE Sunset Boulevard(SR 900)/Duvall Avenue 5 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 1-05 CONTROL OF WORK
2 1-05.4 Conformity With and Deviation from Plans and Stakes
3 Delete the first sentence of the first paragraph of this section and replace with the following:
4 The Contractor shall lay out and set any construction stakes and marks needed to establish
5 the lines, grades, slopes, and cross-sections.
6 Section 1-05.4 is supplemented with the following:
7 (******)
8 If the project calls for Contractor supplied surveying, the Contractor shall provide all required
9 survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11
10 and elsewhere in these specifications as being provided by the Engineer. All costs for this
11 survey work shall be included in "Contractor Supplied Surveying," per lump sum.
12
13 The Engineer or Contractor supplied surveyor will provide construction stakes and marks
14 establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such
15 work per Section 1-11. The Contractor shall assume full responsibility for detailed
16 dimensions, elevations, and excavation slopes measured from the Engineer or Contractor
17 supplied surveyor furnished stakes and marks.
18
19 The Contractor shall provide a work site which has been prepared to permit construction
20 staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or
21 Contractor supplied surveyor informed of staking requirements and provide at least 48 hours
22 notice to allow the Engineer or Contractor supplied surveyor adequate time for setting
23 stakes.
24
25 The Contractor shall carefully preserve stakes, marks, and other reference points, including
26 existing monumentation, set by Contracting Agency forces. The Contractor will be charged
27 for the costs of replacing stakes, markers and monumentation that were not to be disturbed
28 but were destroyed or damaged by the Contractor's operations. This charge will be deducted
29 from monies due or to become due to the Contractor.
30
31 Any claim by the Contractor for extra compensation by reason of alterations or
32 reconstruction work allegedly due to error in the Engineer's line and grade, will not be
33 allowed unless the original control points set by the Engineer still exist, or unless other
34 satisfactory substantiating evidence to prove the error is furnished the Engineer. Three
35 consecutive points set on line or grade shall be the minimum points used to determine any
36 variation from a straight line or grade. Any such variation shall, upon discovery, be reported
37 to the Engineer. In the absence of such report the Contractor shall be liable for any error in
38 alignment or grade. Engineer. All survey work shall be done in accordance with Section 1-
39 11 SURVEYING STANDARDS of these specifications.
40
41 The Contractor shall keep updated survey field notes in a standard field book and in a format
42 set by the Engineer, per Section 1-11.1(4): These field notes shall include all survey work
43 performed by the Contractor's surveyor In establishing line, grade and slopes for the
44 construction work. Copies of these field notes shall be provided the Engineer upon request
45 and upon completion of the contract work the field book or books shall be submitted to the
46 Engineer and become the property of the Contracting Agency.
47
48 If the survey work provided by the Contractor does not meet the standards of the Engineer,
49 then the Contractor shall, upon the Engineer's written request, remove the individual or ..
50 individuals doing the survey work and the survey work will be completed by the Engineer at
51 the Contractor's expense. Costs for completing the survey work required by the Engineer will
52 be deducted from monies due or to become due the Contractor.
53
54 All costs for survey work required to be performed by the Contractor shall be included in the
55 prices bid for the various items which comprise the Improvement or be included in the bid
NE Sunset Boulevard(SR 900)/Duvall Avenue 6 October 2005
NElntersection Improvements Project
y VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 item for "Contractor Supplied Surveying" per lump sum if that item is included in the
2 contracts.
3
4 (******)The following Sections of 1-05.4(3) are new sections:
5 (******)
6 1-05.4(3) Contractor Supplied Surveying
7 The Contractor shall supply the survey work required for the project. The Contractor
8 shall retain as a part of the Contractor Organization an experienced team of surveyors
9 under the direct supervision of a professional land surveyor licensed by the State of
10 Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1-
11 11.
0 12
13 The Contractor and/or Surveyor shall inform the Engineer in writing of any errors,
14 discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor
15 from constructing the project in a manner satisfactory to the Engineer. All errors,
16 discrepancies, and omissions must be corrected to the satisfaction of the Engineer
17 before the survey work may be continued.
18
19 The Contractor shall coordinate his work with the Surveyor and perform his operations
20 in a manner to protect all survey stakes from harm. The Contractor shall inform the
21 Surveyor of the Contractor's intent to remove any survey stakes and/or points before
22 physically removing them.
23
24 The surveyor shall be responsible for maintaining As-Built records for the project. The
25 Contractor shall coordinate his operations and assist the Surveyor in maintaining
26 accurate As-Built records for the project.
27
28 If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these
29 plans and specifications, accurate As-Built records and other work the Engineer deems
30 necessary, the Engineer may elect to provide at Contractor expense, a surveyor to
31 provide all As-Built records and other work as directed by the Engineer. The Engineer
32 shall deduct expenses incurred by the Engineer-supplied surveying from moneys owed
33 to the Contractor.
34
35 Payment per Section 1-04.1 for all work and materials required for the full and complete
36 survey work required to complete the project and as-built drawings shall be included in
37 the lump sum price for "Contractor Supplied Surveying" Section 1-05.4(4) is a new
38 section:
40 1-05.4(4) Contractor Provided As-Built Information
41 It shall be the contractor's responsibility to record the location prior to the backfilling of
42 the trenches, by centerline station, offset, and depth below pavement, of all existing
43 utilities uncovered or crossed during his work as covered under this project.
44
y 45 It shall be the contractor's responsibility to have his surveyor locate by centerline
46 station, offset and elevation each major item of work done under this contract per the
47 survey standard of Section 1-11. Major items of work shall include but not be limited to:
48 Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction
- 49 boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in
50 Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets.
51
52 After the completion of the work covered by this contract, the contractors surveyor shall
53 provide to the City the hard covered field book(s) containing the as-built notes and one
54 set of white prints of the project drawings upon which he has plotted the notes of the
55 contractor locating existing utilities, and one set of white prints of the project drawings
56 upon which he has plotted the as-built location of the new work as he recorded in the
57 field book(s). This drawing shall bear the surveyors seal and signature certifying its
58 accuracy.
NE Sunset Boulevard(SR 900)/Duvall Avenue 7 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1
2 All costs for as-built work shall be included in the contract item "Contractor Supplied
3 Surveying," lump sum.
4
5 1-05.4(5) Responsibility for surveys
6 All surveys and survey reports shall be prepared under the direct supervision of a
7 person registered to practice land surveying under the provisions of Chapter 18.43
8 RCW.
9
10 All surveys and survey reports shall be prepared in accordance with the requirements
11 established by the Board of Registration for Professional Engineers and Land Surveyors
12 under the provisions of Chapter 18.43 RCW.
13
14 1-05.4(6) Survey Datum and Precision
15 The horizontal component of all surveys shall have as its coordinate base: The North
16 American Datum of 1983/91.
17
18 All horizontal control for projects must be referenced to or in conjunction with a minimum
19 of two of the City of Renton's Survey Control Network monuments. The source of the
20 coordinate values used will be shown on the survey drawing per RCW 58.09.070.
21
22 The horizontal component of all surveys shall meet or exceed the closure requirements
23 of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the
24 requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail
25 Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by
26 ALTA and ACSM in 1992 or comparable classification in future editions of said
27 document. The angular and linear closure and precision ratio of traverses used for
28 survey control shall be revealed on the face of the survey drawing, as shall the method
29 of adjustment.
30
31 The horizontal component of the control system for surveys using global positioning
32 system methodology shall exhibit at least 1 part in 50,000 precision in line length
33 dependent error analysis at a 95 percent confidence level and performed pursuant to
34 Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined
35 in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative
36 Positioning Techniques dated August 1, 1989 or comparable classification in future
37 editions of said document.
38
39 The vertical component of all surveys shall be based on NAVD 1988, the North
40 American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey
41 Control Network benchmarks. If there are two such benchmarks within 3000 feet of the
42 project site a tie to both shall be made. The benchmark(s) used will be shown on the
43 drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one
44 must be set on or near the project in a permanent manner that will remain intact
45 throughout the duration of the project. Source of elevations (benchmark) will be shown
46 on the drawing, as well as a description of any bench marks established.
47
48 1-05.4(7) Subdivision Information
49 Those surveys dependent on section subdivision shall reveal the controlling monuments
50 used and the subdivision of the applicable quarter section.
51
52 Those surveys dependent on retracement of a plat or short plat shall reveal the
53 controlling monuments, measurements, and methodology used in that retracement.
54
55 1-05.4(8) Field Notes
56 Field notes shall be kept in conventional format in a standard bound field book with
57 waterproof pages. In cases where an electronic data collector is used field notes must
NE Sunset Boulevard(SR 900)/Duvall Avenue 8 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 also be kept with a sketch and a record of control and base line traverses describing
2 station occupations and what measurements were made at each point.
3
4 Every point located or set shall be identified by a number and a description. Point
- 5 numbers shall be unique within a complete job. The preferred method of point
6 numbering is field notebook, page and point set on that page. Example: The first point
7 set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,
8 the second point would be 348.16.02, etc.
9
10 Upon completion of a City of Renton project, either the field notebook(s) provided by the
11 City or the original field notebook(s) used by the surveyor will be given to the City. For
12 all other work, surveyors will provide a copy of the notes to the City upon request. In
13 those cases where an electronic data collector is used, a hard copy print out in ASCII
14 text format will accompany the field notes.
15
16 1-05.4(9) Corners and Monuments
17 Corner A point on a land boundary, at the juncture of two or more boundary lines. A
18 monument is usually set at such points to physically reference a corner's location on the
19 ground.
20
21 Monument Any physical object or structure of record which marks or accurately
22 references:
23
24 A corner or other survey point established by or under the supervision of an
25 individual per section 1-05.4(5) and any corner or monument established by
26 the General Land Office and its successor the Bureau of Land Management
27 including section subdivision corners down to and including one-sixteenth
28 corners; and
29
30 Any permanently monumented boundary, right of way alignment, or horizontal
31 and vertical control points established by any governmental agency or private
32 surveyor including street intersections but excluding dependent interior lot
33 corners.
34
35 1-05.4(10) Control or Base Line Survey
36 Control or Base Line Surveys shall be established for all construction projects that will
37 create permanent structures such as roads, sidewalks, bridges, utility lines or
38 appurtenances, signal or light poles, or any non-single family building. Control or Base
39 Line Surveys shall consist of such number of permanent monuments as are required
40 such that every structure may be observed for staking or "as-builting" while occupying
41 one such monument and sighting another such monument. A minimum of two of these
42 permanent monuments shall be existing monuments, recognized and on record with the
43 City of Renton. The Control or Base Line Survey shall occupy each monument in turn,
44 and shall satisfy all applicable requirements of Section 1-11.1 herein.
45
46 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate
47 scale. North orientation should be clearly presented and the scale shown graphically as
48 well as noted. The drawing must be of such quality that a reduction thereof to one-half
- 49 original scale remains legible.
50
51 If recording of the survey with the King County Recorder is required, it will be prepared
52 on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW.
53 A photographic mylar of the drawing will be submitted to the City of Renton and, upon
54 their review and acceptance per the specific requirements of the project, the original will
55 be recorded with the King County Recorder.
56
NE Sunset Boulevard(SR 900)/Duvall Avenue 9 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch
2 mylar, and the original or a photographic mylar thereof will be submitted to the City of
3 Renton.
4
5 The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and
6 shall conform to the City of Renton's Drafting Standards. American Public Works
7 Association symbols shall be used whenever possible, and a legend shall identify all
8 symbols used if each point marked by a symbol is not described at each use.
9
10 An electronic listing of all principal points shown on the drawing shall be submitted with
11 each drawing. The listing should include the point number designation (corresponding
12 with that in the field notes), a brief description of the point, and northing, easting, and
13 elevation (if applicable) values, all in ASCII format, on IBM PC compatible media.
14
15 1-05.4(11) Precision Levels
16 Vertical Surveys for the establishment of bench marks shall satisfy all applicable
17 requirements of section 1-05.
18
19 Vertical surveys for the establishment of bench marks shall meet or exceed the
20 standards, specifications and procedures of third order elevation accuracy established
21 by the Federal Geodetic Control Committee.
22
23 Bench marks must possess both permanence and vertical stability. Descriptions of
24 bench marks must be complete to insure both recoverability and positive identification
25 on recovery.
26
27 1-05.4(12) Radial and Station -- Offset Topography
28 Topographic surveys shall satisfy all applicable requirements of section 1-05.4(5) herein.
29
30 All points occupied or back sighted in developing radial topography or establishing ,-
31 baselines for station -- offset topography shall meet the requirements of section 1-
32 05.4(5) herein.
33
34 The drawing and electronic listing requirements set forth in section 1-05.4(5) herein �-
35 shall be observed for all topographic surveys.
36
37 1-05.4(13) Radial Topography
38 Elevations for the points occupied or back sighted in a radial topographic survey shall
39 be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or
40 Federal Geodetic Control Committee third order elevation accuracy specifications, OR
41 2) trigonometric leveling with elevation differences determined in at least two directions
42 for each point and with misclosure of the circuit not to exceed 0.1 feet.
43
44 1-05.4(14) Station--Offset Topography
45 Elevations of the baseline and topographic points shall be determined by spirit leveling
46 and shall satisfy Federal Geodetic Control Committee specifications as to the turn points
47 and shall not exceed 0.1 foot's error as to side shots.
48
49 1-05.4(15) As-Built Survey
50 All improvements required to be "as-built" (post construction survey) per City of Renton
51 Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be
52 located both horizontally and vertically by a Radial survey or by a Station offset survey.
53 The "as-built" survey must be based on the same base line or control survey used for
54 the construction staking survey for the improvements being "as-built". The "as-built"
55 survey for all subsurface improvements should occur prior to backfilling. Close
56 cooperation between the installing contractor and the "as-builting" surveyor is therefore
57 required.
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 10 October 2005
NElntersection Improvements Project
~~ VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 All "as-built" surveys shall satisfy the requirements of section 1-05.4(5) 1-11.1(1) herein
2 and shall be based upon control or base line surveys made in conformance with these
3 Specifications.
4
5 The field notes for "as-built" shall meet the requirements of section 1-05.4(8) herein and
6 submitted with stamped and signed "as-built" drawings which includes a statement
7 certifying the accuracy of the "as built".
8
9 The drawing and electronic listing requirements set forth in section 1-05.4(10) herein
10 shall be observed for all "as-built" surveys.
11
12 1-05.4(16) Monument Setting and Referencing
13 All non corner monuments, as defined in 1-05.4(9), shall meet the requirements of
14 section 1-05.4(6) herein. If the monument falls with in a paved portion of a right of way
15 or other area, the monument shall be set below the ground surface and contained within
16 a lidded case kept separate from the monument and flush with the pavement surface,
17 per section 1-05.4(7).
18
19 In the case of right of way centerline monuments all points of curvature (PC), points of
20 tangency (PT), street intersections, center points of cul de sacs shall be set. If the point
21 of intersection, PI, for the tangents of a curve fall within the paved portion of the right of
22 way, a monument can be set at the PI instead of the PC and PT of the curve.
23
24 For all non corner monuments set while under contract to the City of Renton or as part
25 of a City of Renton approved subdivision of property, a City of Renton Monument Card
26 (furnished by the city) identifying the monument; point of intersection (PI), point of
27 tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street
28 intersection, etc., complete with a description of the monument, a minimum of two
29 reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out
30 and filed with the city.
31
32 1-05.4(17) Materials
33
34 Monuments
35 Monuments per 1-05.4(9) shall meet the requirements as set forth in City of Renton
36 Standard Plans page H031 and permanently marked or tagged with the surveyor's
37 identification number.
38
39 Monument Case and Cover
40 Materials shall meet the requirements of section 9-22 and City of Renton Standard
41 Plans page H031.
42
43
44
- 45 1-05.5 Construction Stakes
46 1-05.5(2) Road and Utility Surveys (APWA Only)
47 Add the following to the set of information to be furnished by the Contractor
48 Sanitary sewer and water line alignment and grade stakes (50' max. interval for laser
49 control, 30' max. interval for batter boards)
50
51 1-05.11(3) Operational Testing
52 Section 1-05.11(3) is supplemented as follows:
53 (******)
NE Sunset Boulevard (SR 900)/Duvall Avenue 11 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a -.
2 minimum of 3 working days' notice of the time for each test and inspection. If the
3 inspection is by another authority than Engineer, Contractor shall give Engineer a
4 minimum of 3 working days' notice of the date fixed for such inspection. Required
5 certificates of inspection by other authority than Engineer shall be secured by
6 Contractor.
7
8 1-05.14 Cooperation with Other Contractors
9 Section 1-05.14 is supplemented as follows:
10 (******)
11 Contractor shall afford Owner and other contractors working in the area reasonable
12 opportunity for the introduction and storage of their materials and the execution of their
13 respective work and shall properly connect and coordinate Contractor's work with theirs.
14
15 Other utilities, districts, agencies, and contractors who may be working within the project
16 area are:
17
18 1. Puget Sound Energy (gas and electric)
19 2. AT&T Broadband
20 3. QWest Communications
21 4. City of Renton (water, sewer, transportation)
22 5. Private contractors employed by adjacent property owners
23 6. Comcast
24 7. 360 Network
25
26 The Contractor shall coordinate with City of Renton before tying into any existing electrical
27 service cabinet.
28
29 Section 1.05.14(1) is a new section:
30 (******) -
31 1-05.14(1) Notifications Relative to Contractor's Activities
32 Contractor shall notify the following listed agencies and individuals, prior to
33 commencement of the work, and submit to these agencies/individuals:
34 a. The name(s) of the construction superintendent in responsible charge, and other
35 individuals having full authority to execute the orders or directions of Engineer, in
36 the event of an emergency.
37 b. The time of the commencement and completion of work.
38 c. Names of streets or locations of alleys to be closed.
39 d. Schedule of operations.
40 e. Routes of detours where possible.
41 f. Planned utility shutdown times and locations.
42 g. Construction staging.
43
44 Notification shall be written, with a copy delivered to Engineer 5 days prior to the
45 commencement of work on the project.
46
47 Contractor must notify the same parties, in writing, of all changes to any of the above
48 items during the project.
49
50
50
51 Section 1-05.18 is a new section:
52 (******)
53 1-05.18 Contractor's Daily Diary
54 Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record
55 of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type
56 that is commonly available through commercial outlets. The Diary must contain the Project
57 and Number; if the Diary is in loose-leaf form, this information must appear on every page.
NE Sunset Boulevard(SR 900)/Duvall Avenue 12 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The Diary must be kept and maintained by Contractor's designated project
2 superintendent(s). Entries must be made on a daily basis and must accurately represent all
3 of the project activities on each day.
4
- 5
6 At a minimum, the diary shall show on a daily basis:
7 1. The day and date.
8 2. The weather conditions, including changes throughout the day.
9 3. A complete description of work accomplished during the day with adequate
10 references to the Plans and Contract Provisions so that the reader can easily and
11 accurately identify said work in the Plans. Identify location/description of
12 photographs or videos taken that day.
13 4. An entry for each and every changed condition, dispute or potential dispute,
14 incident, accident, or occurrence of any nature whatsoever which might affect
15 Contractor, Owner, or any third party in any manner.
16 5. Listing of any materials received and stored on- or off-site by Contractor for future
17 installation, to include the manner of storage and protection of the same.
18 6. Listing of materials installed during each day.
19 7. List of all subcontractors working on-site during each day.
20 8. Listing of the number of Contractor's employees working during each day by
21 category of employment.
22 9. Listing of Contractor's equipment working on the site during each day. Idle
23 equipment on the site shall be listed and designated as idle.
24 10. Notations to explain inspections, testing, stake-out, and all other services furnished
25 by Owner or other party during each day.
26 11. Entries to verify the daily (including non-work days) inspection and maintenance of
- 27 traffic control devices and condition of the traveled roadway surfaces. Contractor
28 shall not allow any conditions to develop that would be hazardous to the public.
29 12. Any other information that serves to give an accurate and complete record of the
30 nature, quantity, and quality of Contractor's progress on each day.
31 13. Plan markups showing locations and dimensions of constructed features to be used
32 by Engineer to produce record drawings.
33 14. All pages of the diary must be numbered consecutively with no omissions in page
34 numbers.
35 15. Each page must be signed and dated by Contractor's official representative on the
36 project.
37
- 38 Contractor may use additional sheets separate from the diary book if necessary to provide a
39 complete diary record, but they must be signed, dated, and labeled with project name and
40 number.
41
42 Engineer or other Owner's representative on the job site will also complete a Daily
43 Construction Report.
44
45 1-06 CONTROL OF MATERIAL
46 Foreign Made Materials
47 Section 1-06 is supplemented with the following:
48
49 (March 13, 1995)
50 The major quantities of steel and iron construction material that is permanently incorporated
51 into the project shall consist of American-made materials only.
52
53 The Contractor may utilize minor amounts of foreign steel and iron in this project provided
KK 54 the cost of the foreign material used does not exceed one-tenth of one percent of the total
55 contract cost or$2,500.00 , whichever is greater.
NE Sunset Boulevard(SR 900)/Duvall Avenue 13 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1
2 American-made material is defined as material having all manufacturing processes occur in
3 the United States. The action of applying a coating to steel or iron is deemed a
4 manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting,
5 and any other coating that protects or enhances the value of steel or iron. Any process from
6 the original reduction from ore to the finished product constitutes a manufacturing process
7 for iron. The following are considered to be steel manufacturing processes:
8
9 1. Production of steel by any of the following processes:
10
11 a. Open hearth furnace.
12
13 b. Basic oxygen.
14
15 c. Electric furnace.
16
17 d. Direct reduction. -
18
19 2. Rolling, heat treating, and any other similar processing.
20
21 3. Fabrication of the products.
22
23 a. Spinning wire into cable or strand.
24
25 b. Corrugating and rolling into culverts.
26 �.
27 c. Shop fabrication.
28
29 A certification of materials origin will be required for any items comprised of, or containing,
30 steel or iron construction materials prior to such items being incorporated into the permanent
31 work. The certification shall be on DOT Form 350-109 provided by the Engineer, or such
32 other form the Contractor chooses, provided it contains the same information as DOT Form
33 350-109.
34
35 1-06.1 Approval of Materials Prior to Use M
36 Section 1-06.1 is supplemented as follows:
37 (******)
38 The materials and equipment lists submitted to Engineer at the Preconstruction Conference
39 shall include the quantity, manufacturer and model number, if applicable, of materials and _.
40 equipment to be installed under the Contract. This list will be checked by Engineer as to
41 conformity with the Contract Documents. Engineer will review the lists within 10 working
42 days, noting required corrections. Contractor shall make required corrections and file 2
43 corrected copies with Engineer within one week after receipt of required corrections. -
44 Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility
45 for suitability for the intended purpose, nor for deviations from the Contract Documents.
46
47 1-06.2(1)...Samples and Tests for Acceptance
48 Section 1-06.2(1) is supplemented a follows:
50 The finished Work shall be in accordance with approved samples. Approval of samples .
51 by Engineer does not relieve Contractor of responsibility for performance of the Work in
52 accordance with the Contract Documents.
NE Sunset Boulevard (SR 900)/Duvall Avenue 14 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1
2 1-06.2(2) Statistical Evaluation of Materials for Acceptance
3 Section 1-06.02(2) is supplemented by adding the following:
5 Unless stated otherwise in the special provisions, statistical evaluation will not be used
6 by the City of Renton.
7
8 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
9 1-07.1 Laws to Be Observed
10 Section 1-07.1 is supplemented as follows:
11 (******)
12 Contractor shall erect and properly maintain, at all times, as required by the conditions and
13 progress of the work, all necessary safeguards for protection of workers and the public; shall
14 post danger signs warning against known or unusual hazards; and shall designate as Safety
15 Supervisor a responsible employee on the construction site whose duty shall be the
16 enforcement of safety. The name and position of such person so designated shall be
17 reported in writing to Engineer by Contractor.
18
19 Contractor shall, at all times, enforce strict discipline and good order among all employees
20 and shall not employ any person unfit or not skilled in the work assigned to him/her.
21
22 Necessary sanitation conveniences for the use of the workers on the job, properly secluded
23 from public observation, shall be provided and maintained by Contractor.
24
25 1-07.2 State Taxes
26 Section 1-07.2 is supplemented with the following:
27
28 (March 13, 1995)
29 The work on this contract is to be preformed upon lands whose ownership obligates the
30 Contractor to pay State sales tax on portions of the project work and obligates the Contractor
31 to collect State sales tax from the Contracting Agency on other portions of the project as
32 follows:
33
34 1. The provisions of Section 1-07.2(1) apply to the following listed portions of the
35 project:
36 All Schedule A work performed on or adjacent to Duavll Avenue NE in areas
37 identified as "City of Renton Right of Way- Schedule A Non-Sales Tax Portion
38 (See Summary of Quantities)" on Alignment Plan Al (also identified as QTY
39 (Renton) on the SUMMARY OF QUANTITIES)
40
41 2. The provisions of Section 1-07.2(2) apply to all of the remaining portions of the
42 project.
43
44 For bidding purposes the Contracting Agency has segregated the plan quantities which are
45 affected by Section 1-07.2(1) from those quantities affected by Section 1-07.2(2). These
46 approximate quantities are shown on the Summary of Quantities sheets; however, any tax
47 payments shall be based on actual quantities used.
48
49 1-07.6 Permits and Licenses
50 Section 1-07.6 is supplemented as follows:
51 (******)
52 The permits, easements, and right of entry documents that have been acquired are available
53 for inspection and review.
54
NE Sunset Boulevard(SR 900)/Duvall Avenue 15 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Contractor shall be required to comply with all conditions of the permits, easements, and
2 rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner
3 from claims on all easements and rights of entry.
4
5 All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall
6 comply with the special provisions and requirements of each.
7
8 Permits, permission under franchises, licenses and bonds of a temporary nature necessary
9 for and during the prosecution of the work, and inspection fees in connection therewith shall
10 be secured and paid for by Contractor. If Owner is required to secure such permits,
11 permission under franchises, licenses and bonds, and pay the fees, the costs incurred by
12 Owner thereby shall be charged against Contractor and deducted from any funds otherwise
13 due Contractor.
14
15 (March 13, 1995)
16 No hydraulic permits are required for this project unless the Contractor's operations use,
17 divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the
18 waters of the State or materials from gravel or sand bars, or from stream beds.
19
20
21
22
23
24 1-07.7 Load Limits
25 Section 1-07.7 is supplemented with the following:
26
27 (March 13, 1995)
28 If the sources of materials provided by the Contractor necessitates hauling over roads other
29 than State Highways, the Contractor shall, at the Contractor's expense, make all
30 arrangements for the use of the haul routes.
31
32 1-07.9 Wages
33
34 1-07.9(1) General
35 Section 1-07.9(1) is supplemented with the following:
36
37 October 6, 2003)
38 The Federal wage rates incorporated in this contract have been established by the Secretary
39 of Labor under United States Department of Labor General Decision No. WA030001.
40
41 1-07.9(5) Required Documents
42 Delete the first sentence of the third paragraph, and replace it with the following:
43 (******)
44 Contractor must submit weekly certified payrolls for the Contractor and all subcontractors
45 and lower tier subcontractors, regardless of project's funding source.
46
47 1-07.11 Requirements For Nondiscrimination
48 Section 1-07.11 is supplemented with the following:
49
50 (March 6, 2000)
51 Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive -
52 Order 11246)
53
NE Sunset Boulevard (SR 900)/Duvall Avenue 16 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS —CITY OF RENTON
�. 1 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard
2 Federal Equal Employment Opportunity Construction Contract Specifications set forth
3 herein.
.. 4
5 2. The goals and timetables for minority and female participation set by the Office of
6 Federal Contract Compliance Programs, expressed in percentage terms for the
7 Contractor's aggregate work force in each construction craft and in each trade on all
8 construction work in the covered area, are as follows:
9
Women -Statewide
Timetable Goal
Until further notice 6.9%
v. Minorities-CV Standard Metropolitan Statistical Area (SIVISA)
Spokane, WA:
SIVISA Counties:
Spokane, WA 2.8
VVA Spokane.
Non-SIVISA Counties 3.0
�• WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield: WA
Lincoln. VVA Pend Oreille: WA Stevens: VVA Whitman.
Richland.TWA
SMSA Counties:
Richland Kennewick,INA 5.4
WA Benton: WA Franklin.
Non-SIVISA Counties 3.6
Lh+A WalIa Walla.
Yakima.WA:
SIVISA Counties:
Yakima. WA 9.7
VA Yakima.
Non-SIVISA Counties 7.2
Aw TWA Chelan: WA Douglas; WA Grunt; WA Kittitas; WA Okanogan.
10
Seattle,WA:
SMSA Counties:
Seattle Everett, WA 7.2
TWA King: WA Snohomish.
Tacoma, WA 6.2
VVA Pierce.
Non-SMSA Counties 6.1
WA Clallam: WA Grays Harbor: VVA Island: WA Jefferson: WA
Kitsap: VVA Lewis: WA Mason;WA Pacific:WA San Juan: WA Skagit:
WA Thurston: WA Whatcom.
Portland. OR:
SMSA Counties:
Portland. O RAVA 4.5
VVA+C Iark.
Non-SIVISA C:01-111ties 3.8
',,°,'A Cowlitz; WA Klickitat: WA Skomani.i: p''tfA Wahkiakum.
11
12
NE Sunset Boulevard(SR 900)/Duvall Avenue 17 October 2005
NElntersection Improvements Project
rr
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 These goals are applicable to each nonexempt Contractor's total on-site construction
2 workforce, regardless of whether or not part of that workforce is performing work on a
3 Federal, or federally assisted project, contract, or subcontract until further notice.
4 Compliance with these goals and time tables is enforced by the Office of Federal
5 Contract compliance Programs.
6
7 The Contractor's compliance with the Executive Order and the regulations in 41 CFR
8 Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific
9 affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a),
10 and its efforts to meet the goals. The hours of minority and female employment and
11 training must be substantially uniform throughout the length of the contract, in each
12 construction craft and in each trade, and the Contractor shall make a good faith effort to
13 employ minorities and women evenly on each of its projects. The transfer of minority or
14 female employees or trainees from Contractor to Contractor or from project to project for
15 the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the
16 Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will
17 be measured against the total work hours performed.
18
19 3. The Contractor shall provide written notification to the Engineer within 10 working days of
20 award of any construction subcontract in excess of $10,000 or more that are Federally
21 funded, at any tier for construction work under the contract resulting from this solicitation.
22 The notification shall list the name, address and telephone number of the subcontractor;
23 employer identification number of the subcontractor; estimated dollar amount of the
24 subcontract; estimated starting and completion dates of the subcontract; and the
25 geographical area in which the contract is to be performed.
26
27 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered
28 Area is as designated herein.
29
30 Standard Federal Equal Employment Opportunity Construction Contract Specifications 1
31 (Executive Order 112461
32
33 1. As used in these specifications: -
34 a. Covered Area means the geographical area described in the solicitation from
35 which this contract resulted;
36
37 b. Director means Director, Office of Federal Contract Compliance Programs,
38 United States Department of Labor, or any person to whom the Director
39 delegates authority;
40
41 c. Employer Identification Number means the Federal Social Security number used
42 on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department
43 Form 941;
44
45 d. Minority includes:
46
47 (1) Black, a person having origins in any of the Black Racial Groups of
48 Africa.
49
NE Sunset Boulevard(SR 900)/Duvall Avenue 18 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of
2 Mexican, Puerto Rican, Cuban, Central American, South American, or
3 other Spanish origin.
4
5 (3) Asian or Pacific Islander, a person having origins in any of the original
6 peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands
7 and Samoa.
8
9 (4) American Indian or Alaskan Native, a person having origins in any of the
10 original peoples of North America, and who maintain cultural
11 identification through tribal affiliation or community recognition.
12
13
14 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the
15 work involving any construction trade, it shall physically include in each subcontract in
16 excess of $10,000 the provisions of these specifications and the Notice which contains
17 the applicable goals for minority and female participation and which is set forth in the
18 solicitations from which this contract resulted.
19
20 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan
21 approved by the U.S. Department of Labor in the covered area either individually or
22 through an association, its affirmative action obligations on all work in the Plan area
23 (including goals and timetables) shall be in accordance with that Plan for those trades
24 which have unions participating in the Plan. Contractors must be able to demonstrate
25 their participation in and compliance with the provisions of any such Hometown Plan.
26 Each Contractor or Subcontractor participating in an approved Plan is individually
27 required to comply with its obligations under the EEO clause, and to make a good faith
28 effort to achieve each goal under the Plan in each trade in which it has employees. The
29 overall good faith performance by other Contractors or Subcontractors toward a goal in
30 an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to
31 take good faith effort to achieve the Plan goals and timetables.
32
33 4. The Contractor shall implement the specific affirmative action standards provided in
34 paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation
35 from which this contract resulted are expressed as percentages of the total hours of
36 employment and training of minority and female utilization the Contractor should
37 reasonably be able to achieve in each construction trade in which it has employees in
38 the covered area. Covered construction contractors performing construction work in
39 geographical areas where they do not have a Federal or federally assisted construction
40 contract shall apply the minority and female goals established for the geographical area
41 where the work is being performed. The Contractor is expected to make substantially
42 uniform progress in meeting its goals in each craft during the period specified.
43
44 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union
45 with whom the Contractor has a collective bargaining agreement, to refer either
46 minorities or women shall excuse the Contractor's obligations under these specifications,
47 Executive Order 11246, or the regulations promulgated pursuant thereto.
48
49 6. In order for the nonworking training hours of apprentices and trainees to be counted in
50 meeting the goals, such apprentices and trainees must be employed by the Contractor
51 during the training period, and the Contractor must have made a commitment to employ
NE Sunset Boulevard(SR 900)/Duvall Avenue 19 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 the apprentices and trainees at the completion of their training, subject to the availability
2 of employment opportunities. Trainees must be trained pursuant to training programs
3 approved by the U.S. Department of Labor.
4
5
6 7. The Contractor shall take specific affirmative actions to ensure equal employment
7 opportunity. The evaluation of the Contractor's compliance with these specifications shall
8 be based upon its effort to achieve maximum results from its action. The Contractor shall
9 document these efforts fully, and shall implement affirmative action steps at least as
10 extensive as the following:
11
12
13 a. Ensure and maintain a working environment free of harassment, intimidation,
14 and coercion at all sites, and in all facilities at which the Contractor's employees
15 are assigned to work. The Contractor, where possible, will assign two or more
16 women to each construction project. The Contractor shall specifically ensure that
17 all foremen, superintendents, and other on-site supervisory personnel are aware
18 of and carry out the Contractor's obligation to maintain such a working
19 environment, with specific attention to minority or female individuals working at
20 such sites or in such facilities.
21
22 b. Establish and maintain a current list of minority and female recruitment sources,
23 provide written notification to minority and female recruitment sources and to
24 community organizations when the Contractor or its unions have employment
25 opportunities available, and maintain a record of the organizations' responses.
26
27 c. Maintain a current file of the names, addresses and telephone numbers of each
28 minority and female off-the-street applicant and minority or female referral from a
29 union, a recruitment source or community organization and of what action was
30 taken with respect to each such individual. If such individual was sent to the
31 union hiring hall for referral and was not referred back to the Contractor by the
32 union or, if referred, not employed by the Contractor, this shall be documented in
33 the file with the reason therefor, along with whatever additional actions the
34 Contractor may have taken.
35
36 d. Provide immediate written notification to the Director when the union or unions
37 with which the Contractor has a collective bargaining agreement has not referred
38 to the Contractor a minority person or woman sent by the Contractor, or when
39 the Contractor has other information that the union referral process has impeded
40 the Contractor's efforts to meet its obligations.
41
42 e. Develop on-the-job training opportunity and/or participate in training programs for
43 the area which expressly include minorities and women, including upgrading
44 programs and apprenticeship and trainee programs relevant to the Contractor's
45 employment needs, especially those programs funded or approved by the U.S.
46 Department of Labor. The Contractor shall provide notice of these programs to
47 the sources compiled under 7b above.
48
49 f. Disseminate the Contractor's EEO policy by providing notice of the policy to
50 unions and training programs and requesting their cooperation in assisting the
51 Contractor in meeting its EEO obligations; by including it in any policy manual
NE Sunset Boulevard(SR 900)/Duvall Avenue 20 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 and collective bargaining agreement; by publicizing it in the company newspaper,
2 annual report, etc.; by specific review of the policy with all management
3 personnel and with all minority and female employees at least once a year; and
4 by posting the company EEO policy on bulletin boards accessible to all
5 employees at each location where construction work is performed.
6
7 g. Review, at least annually, the company's EEO policy and affirmative action
8 obligations under these specifications with all employees having any
9 responsibility for hiring, assignment, layoff, termination or other employment
10 decisions including specific review of these items with on-site supervisory
11 personnel such as Superintendents, General Foremen, etc., prior to the initiation
12 of construction work at any job site. A written record shall be made and
13 maintained identifying the time and place of these meetings, persons attending,
14 subject matter discussed, and disposition of the subject matter.
15
16 h. Disseminate the Contractor's EEO policy externally by including it in any
17 advertising in the news media, specifically including minority and female news
18 media, and providing written notification to and discussing the Contractor's EEO
19 policy with other Contractors and Subcontractors with whom the Contractor does
20 or anticipates doing business
21
22 i. Direct its recruitment efforts, both oral and written to minority, female and
23 community organizations, to schools with minority and female students and to
24 minority and female recruitment and training organizations serving the
25 Contractor's recruitment area and employment needs. Not later than one month
26 prior to the date for the acceptance of applications for apprenticeship or other
27 training by any recruitment source, the Contractor shall send written notification
28 to organizations such as the above, describing the openings, screening
29 procedures, and tests to be used in the selection process.
30
31 j. Encourage present minority and female employees to recruit other minority
32 persons and women and where reasonable, provide after school, summer and
- 33 vacation employment to minority and female youth both on the site and in other
34 areas of a Contractor's work force.
35
w 36 k. Validate all tests and other selection requirements where there is an obligation to
37 do so under 41 CFR Part 60-3.
38
39 I. Conduct, at least annually, an inventory and evaluation of all minority and female
40 personnel for promotional opportunities and encourage these employees to seek
41 or to prepare for, through appropriate training, etc., such opportunities.
42
43 m. Ensure that seniority practices, job classifications, work assignments and other
44 personnel practices, do not have a discriminatory effect by continually monitoring
45 all personnel and employment related activities to ensure that the EEO policy
46 and the Contractor's obligations under these specifications are being carried out.
47
48 n. Ensure that all facilities and company activities are nonsegregated except that
49 separate or single-user toilet and necessary changing facilities shall be provided
50 to assure privacy between the sexes.
51
NE Sunset Boulevard(SR 900)/Duvall Avenue 21 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 o. Document and maintain a record of all solicitations of offers for subcontracts
2 from minority and female construction contractors and suppliers, including
3 circulation of solicitations to minority and female contractor associations and
4 other business associations.
5
6 p. Conduct a review, at least annually, of all supervisors' adherence to and
7 performance under the Contractor's EEO policies and affirmative action
8 obligations.
9
10 8. Contractors are encouraged to participate in voluntary associations which assist in
11 fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of
12 a contractor association, joint contractor-union, contractor-community, or other similar
13 group of which the Contractor is a member and participant, may be asserted as fulfilling
14 any one or more of the obligations under 7a through 7p of this Special Provision provided
15 that the Contractor actively participates in the group, makes every effort to assure that
16 the group has a positive impact on the employment of minorities and women in the
17 industry, ensure that the concrete benefits of the program are reflected in the
18 Contractor's minority and female work-force participation, makes a good faith effort to
19 meet its individual goals and timetables, and can provide access to documentation which
20 demonstrate the effectiveness of actions taken on behalf of the Contractor. The
21 obligation to comply, however, is the Contractor's and failure of such a group to fulfill an
22 obligation shall not be a defense for the Contractor's noncompliance.
23
24 9. A single goal for minorities and a separate single goal for women have been established.
25 The Contractor, however, is required to provide equal employment opportunity and to
26 take affirmative action for all minority groups, both male and female, and all women, both
27 minority and non-minority. Consequently, the Contractor may be in violation of the
28 Executive Order if a particular group is employed in substantially disparate manner (for
29 example, even though the Contractor has achieved its goals for women generally, the
30 Contractor may be in violation of the Executive Order if a specific minority group of
31 women is underutilized).
32
33 10. The Contractor shall not use the goals and timetables or affirmative action standards to -
34 discriminate against any person because of race, color, religion, sex, or national origin.
35
36 11. The Contractor shall not enter into any subcontract with any person or firm debarred
37 from Government contracts pursuant to Executive Order 11246.
38
39 12. The Contractor shall carry out such sanctions and penalties for violation of these
40 specifications and of the Equal Opportunity Clause, including suspensions, terminations
41 and cancellations of existing subcontracts as may be imposed or ordered pursuant to
42 Executive Order 11246, as amended, and its implementing regulations by the Office of
43 Federal Contract Compliance Programs. Any Contractor who fails to carry out such
44 sanctions and penalties shall be in violation of these specifications and Executive Order
45 11246, as amended.
46
47 13. The Contractor, in fulfilling its obligations under these specifications, shall implement
48 specific affirmative action steps, at least as extensive as those standards prescribed in
49 paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts
50 to ensure equal employment opportunity. If the Contractor fails to comply with the
NE Sunset Boulevard(SR 900)/Duvall Avenue 22 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 requirements of the Executive Order, the implementing regulations, or these
2 specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
3
4 14. The Contractor shall designate a responsible official to monitor all employment related
5 activity to ensure that the company EEO policy is being carried out, to submit reports
6 relating to the provisions hereof as may be required by the government and to keep
7 records. Records shall at least include, for each employee, their name, address,
8 telephone numbers, construction trade, union affiliation if any, employee identification
9 number when assigned, social security number, race, sex, status (e.g., mechanic,
10 apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per
11 week in the indicated trade, rate of pay, and locations at which the work was performed.
12 Records shall be maintained in an easily understandable and retrievable form; however,
13 to the degree that existing records satisfy this requirement, the Contractors will not be
14 required to maintain separate records.
15
16 15. Nothing herein provided shall be construed as a limitation upon the application of other
17 laws which establish different standards of compliance or upon the application of
18 requirements for the hiring of local or other area residents (e.g., those under the Public
19 Works Employment Act of 1977 and the Community Development Block Grant Program).
20
21 (August 2, 2004)
22 Disadvantaged Business Enterprise Participation
23 The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this
24 contract. The requirements of this contract are to encourage DBE participation, supply a
25 bidder's list, and to report race neutral accomplishments quarterly as described in this
26 special provision. No preference will be included in the evaluation of bids/proposals, no
27 minimum level of DBE participation shall be required as a condition for receiving an award
28 and bids/proposals will not be rejected or considered non-responsive on that basis.
29
30 DBE Goals
31 No DBE goals have been assigned as a part of this contract.
32
33 Affirmative Efforts to Solicit DBE Participation
34 DBE firms shall have equal opportunity to compete for and perform subcontracts which the
35 Contractor enters into pursuant to this contract. Contractors are encouraged to:
F 36
37 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably
38 designed to provide DBEs capable of performing the work with timely notice of such
39 opportunities. All advertisements should include a provision encouraging participation
40 by DBE firms and may be done through general advertisements (e.g. newspapers,
41 journals, etc.) or by soliciting bids/proposals directly from DBEs.
42
43 2. Utilize the services of available minority community-based organizations, minority
44 contractor groups, local minority assistance offices and organizations that provide
45 assistance in the recruitment and placement of DBEs and other small businesses.
46
47 In addition, the Office of Minority and Women's Business Enterprises has two DBE
48 Supportive Services Offices available to assist you as follows:
49
50 Seattle: (206) 553-7356
NE Sunset Boulevard(SR 900)/Duvall Avenue 23 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Tacoma: (253) 680-7393
2
3 3. Establish delivery schedules, where requirements of the contract allow, that
4 encourage participation by DBEs and other small businesses. �.
5
6 4. Achieve attainment through joint ventures.
7
8 In the absence of a mandatory goal, all DBE participation that is attained on this project will
9 be considered as "race neutral" participation and will be reported as such.
10
11 DBE Eligibility (for reporting purposes only)
12 Selection of DBEs:
13 DBEs utilized on the contract will be eligible to be counted as race neutral participation only
14 if the firm is identified as a DBE on the current list of firms certified by the Office of Minority
15 and Women's Business Enterprises (OMWBE), the DBE firm is certified in the corresponding
16 NAICS code(s) for the type of work to be performed, and the DBE firm performs a
17 commercially useful function. A list of firms certified by OMWBE, including the NAICS codes
18 for which they are certified, is available from that office and on line through their website
19 (www.omwbe.wa.gov/directory/directory.htm) or by telephone at (360) 704-1181.
20
21 Counting DBE Participation For Reporting Race Neutral Accomplishments
22 When a DBE firm participates in a contract, only the value of the work actually performed by
23 the DBE will be counted as race-neutral participation.
24
25 1. Count the entire amount of the portion of the contract that is performed by the DBE's
26 own forces. Include the cost of supplies and materials obtained by the DBE for the
27 work of the contract, including supplies purchased or equipment leased by the DBE
28 (except supplies and equipment the DBE Subcontractor purchases or leases from
29 the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). Work
30 performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will
31 not be counted as race-neutral participation. In very rare situations, a DBE firm may
32 utilize equipment and/or personnel from a non-DBE firm other than the Prime
33 Contractor or its affiliates. Should this situation arise, the arrangement must be short-
34 term and have prior written approval from the Contracting Agency. The arrangement
35 must not erode a DBE firm's ability to perform a Commercially Useful Function (See
36 discussion of CUF, below).
37
38 2. Count the entire amount of fees or commissions charged by a DBE firm for providing
39 a bona fide service, such as professional, technical, consultant, or managerial
40 services, or for providing bonds or insurance.
41
42 3. When a DBE subcontracts part of the work of its contract to another firm, the value of
43 the subcontracted work may be counted as race neutral participation only if the
44 DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a
45 non-DBE firm does not count as race neutral participation.
46
47 4. When a non-DBE subcontractor further subcontracts to a lower-tier subcontractor or
48 supplier who is a certified DBE, then that portion of the work further subcontracted
49 may be counted toward the DBE goal, so long as it is a distinct clearly defined portion
50 of the work of the subcontract that the DBE is performing with its own forces in a
51 commercially useful function.
NE Sunset Boulevard(SR 900)/Duvall Avenue 24 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1
2 DBE Prime Contractor
3 A DBE prime Contractor may only count the work performed with its own forces and the work
4 performed by DBE Subcontractors and DBE suppliers.
5
6 Joint Venture
7 When a DBE performs as a participant in a joint venture, only that portion of the total dollar
8 value of the contract equal to the distinct, clearly defined portion of the work that the DBE
9 performs with its own forces will count as race neutral participation.
10
11 Commercially Useful Function
12 Payments to a DBE firm will count as race neutral participation only if the DBE is performing
13 a commercially useful function on the contract.
14
15 1. A DBE performs a commercially useful function when it is responsible for execution
16 of the work of the contract and is carrying out its responsibilities by actually
17 performing, managing, and supervising the work involved. To perform a commercially
18 useful function, the DBE must also be responsible, with respect to materials and
19 supplies used on the contract, for negotiating price, determining quality and quantity,
20 ordering the material, installing (if applicable) and paying for the material itself.
21
22 2. A DBE does not perform a commercially useful function if its role is limited to that of
23 an extra participant in a transaction, contract, or project through which funds are
24 passed in order to obtain the appearance of DBE participation.
25
26 Trucking
27 Use the following factors in determining whether a DBE trucking company is performing a
28 commercially useful function:
29
30 1. The DBE must be responsible for the management and supervision of the entire
31 trucking operation for which it is listed on a particular contract.
32
33 2. The DBE must itself own and, with its own workforce, operate at least one fully
34 licensed, insured, and operational truck used on the contract.
35
w 36 3. The DBE receives credit only for the total value of the transportation services it
37 provides on the contract using trucks it owns or leases, insures, and operates with
38 drivers it employs.
39
40 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use
41 of and control over the truck. This does not preclude the leased truck from working
42 for others during the term of the lease with the consent of the DBE, so long as the
43 lease gives the DBE absolute priority for use of the leased truck. Leased trucks must
44 display the name and identification number of the DBE.
45
46 5. The DBE may lease trucks from another DBE firm, including an owner-operator who
47 is certified as a DBE. The DBE who leases trucks from another DBE may report race-
48 neutral participation for the total value of the transportation services the lessee DBE
49 provides on the contract.
50
NE Sunset Boulevard(SR 900)/Duvall Avenue 25 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 6. The DBE may also lease trucks from a non-DBE firm and may enter an agreement
2 with an owner-operator who is a non-DBE. The DBE who leases trucks from a non-
3 DBE or employs a non-DBE owner-operator is entitled to count race-neutral
4 participation only for the fee or commission it receives as a result of the lease
5 arrangement. The DBE may not count the total value of the transportation services
6 provided by the lessee, since these services are not provided by a DBE.
7
8 7. In any lease or owner-operator situation, as described in paragraphs 5 & 6 above,
9 the following rules shall apply:
10
11
12 • The DBE is limited to leasing or renting two additional trucks for each truck
13 owned by the DBE trucking firm. The total number of leased or rented trucks
14 shall include owner-operator arrangements.
15
16 • A written lease/rental agreement on all trucks leased or rented, showing the
17 true ownership and the terms of the rental must be submitted and approved
18 by the Contracting Agency prior to the beginning of the work. The agreement
19 must show the lessor's name, trucks to be leased, and agreed upon amount
20 or method of payment (hour, ton, or per load). All lease agreements shall be
21 for a long-term relationship, rather than for the individual project. Does not
22 apply to owner-operator arrangements.
23
24 Only the vehicle, (not the operator) is leased or rented. Does not apply to
25 owner-operator arrangements.
26
27 8. In order for payments to be counted as race-neutral participation, DBE trucking firms
28 must be covered by a subcontract or a written agreement approved by WSDOT prior
29 to performing their portion of the work.
30
31 Expenditures paid to other DBEs
32 Expenditures paid to other DBEs for materials or supplies may be counted toward race
33 neutral participation as provided in the following:
34
35 Manufacturer
36 1. Counting
37 If the materials or supplies are obtained from a DBE manufacturer, count 31
38 100 percent of the cost of the materials or supplies toward race neutral 32
39 participation.
40
41 2. Definition
42 To be a manufacturer, the firm operates or maintains a factory or establishment that
43 produces, on the premises, the materials, supplies, articles, or equipment required
44 under the contract and of the general character described by the specifications.
45
46 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on-
47 site" review and been approved by WSDOT-OEO to operate as a DBE Manufacturing
48 firm. To schedule a review, the manufacturing firm must submit a written request to
49 WSDOT/OEO and may not receive race neutral credit, until the completion of the _.
50 review. Once a firm's manufacturing process has been approved in writing, it is not
NE Sunset Boulevard(SR 900)/Duvall Avenue 26 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 necessary to resubmit the firm for approval unless the manufacturing process has
2 substantially changed. Information on approved manufacturers may be obtained from
3 WSDOT-OEO.
4
5 Regular Dealer
6 1. Counting
7 If the materials or supplies are purchased from a DBE regular dealer, 60
8 percent of the cost of the materials or supplies will count toward race neutral
9 participation.
10
11 2. Definition
12 a) To be a regular dealer, the firm must own, operate or maintain a store,
13 warehouse, or other establishment in which the materials, supplies, articles or
14 equipment of the general character described by the specifications and
15 required under the contract are bought, kept in stock, and regularly sold or
16 leased to the public in the usual course of business. It must also be an
17 established, regular business that engages, as its principal business and
18 under its own name, in the purchase and sale or lease of the products in
19 question.
20
21 b) A person may be a regular dealer in such bulk items as petroleum products,
22 steel, cement, gravel, stone, or asphalt without owning, operating, or
23 maintaining a place of business, as provided elsewhere in this specification, if
24 the person both owns and operates distribution equipment for the products.
25 Any supplementing of regular dealers' own distribution equipment shall be by
26 a long-term lease agreement and not on an ad hoc or contract-by-contract
27 basis
28
29 c) Packagers, brokers, manufacturers' representatives, or other persons who
30 arrange or expedite transactions are not regular dealers.
31
32 3. Regular dealer status is granted on a contract-by-contract basis. To obtain regular
33 dealer status, a formal written request must be made by the interested supplier
34 (potential regular dealer) to WSDOT/OEO. Included in the request shall be a full
35 description of the project, type of business operated by the DBE, and the manner the
36 DBE will operate as a regular dealer on the specific contract. Rules applicable to
37 regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is
38 reviewed by WSDOT-OEO, the DBE supplier requesting it will be notified in writing
39 whether regular dealer status was approved.
40
41 Materials or Supplies Purchased from a DBE
42 With respect to materials or supplies purchased from a DBE who is neither a manufacturer
43 nor a regular dealer, the entire amount of fees or commissions charged for assistance in the
44 procurement of the materials and supplies or fees or transportation charges for the delivery
45 of materials or supplies required on a job site may be counted as race neutral participation.
46 No part of the cost of the materials and supplies themselves may be applied as race neutral
47 participation.
48
49 Procedures Between Award and Execution
NE Sunset Boulevard(SR 900)/Duvall Avenue 27 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 After award of the contract, the successful bidder shall provide the additional information
2 described below. A failure to comply shall result in the forfeiture of the bidder's proposal
3 bond or deposit.
4
5 A list of all firms who submitted a bid or quote in an attempt to participate in this project
6 whether they were successful or not. Include the correct business name, federal employer
7 identification number (optional) and a mailing address.
8
9 The firms identified by the Contractor may be contacted to solicit general information as
10 follows:
11
12 1. age of the firm
13
14 2. average of its gross annual receipts over the past three-years
15
16 Procedures After Execution
17 Reporting
18 The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation"
19 (actual payments) on a quarterly basis for any calendar quarter in which DBE work is
20 accomplished or upon completion of the project, as appropriate. The quarterly reports are
21 due on January 20th,April 20th, July 20th, and October 20th of each year. The dollars reported
22 will be in accordance with the "Counting DBE Participation For Reporting Race Neutral
23 Participation" section of this specification.
24
25 In the event that the payments to a DBE have been made by an entity other than the Prime
26 Contractor (as in the case of a lower-tier subcontractor or supplier), then the Prime
27 Contractor shall obtain the quarterly report, including the signed affidavit, from the paying
28 entity and submit the report to the Contracting Agency.
29
30 Payment
31 Compensation for all costs involved with complying with the conditions of this specification
32 and any associated DBE requirements is included in payment for the associated contract
33 items of work.
34
35 Section 1-07.11(11) is new:
36 (......)
37 1-07.11(11) City of Renton Affidavit of Compliance
38 Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a
39 copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this
40 document will be bound in the bid documents.
41
42 1-07.12 Federal Agency Inspection
43 Section 1-07.12 is supplemented with the following:
44 (******)
45 Required Federal Aid Provisions
46 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the
47 amendments thereto supersede any conflicting provisions of the Standard Specifications and
48 are made a part of this contract; provided, however, that if any of the provisions of FHWA
49 1273, as amended, are less restrictive than Washington State Law, then the Washington
50 State Law shall prevail.
51
52 The provisions of FHWA 1273, as amended, included in this contract require that the
53 Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together
NE Sunset Boulevard(SR 900)/Duvall Avenue 28 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be
2 included in each subcontract requiring the subcontractors to insert the FHWA 1273 and
3 amendments thereto in any lower tier subcontracts, together with the wage rates. The
4 Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is
5 inserted in each subcontract for subcontractors and .lower tier subcontractors. For this
6 purpose, upon request to the Project Engineer, the Contractor will be provided with extra
7 copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this
8 Special Provision.
9
10 1-07.13(1) General
11 Section 1-07.13(1) is supplemented as follows:
12 (******)
13 During unfavorable weather and other conditions, the contractor shall pursue only such
14 portions of the work as shall not be damaged thereby.
15
16 No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable
17 conditions shall be constructed while these conditions exist, unless by special means or
18 precautions acceptable to the engineer, the contractor shall be able to overcome them.
19
20 1-07.15 Temporary Water Pollution/Erosion Control
21 Section 1-07.15 is supplemented as follows:
22 (******)
23 Contractor shall submit for approval a plan showing measures to prevent, control, and stop
24 water pollution and erosion within the project.
25
26 Temporary water pollution control work shall also consist of placing filter fabric over storm
- 27 drainage structures during construction and cleaning the fabric periodically, catch basin
28 inserts, straw bales, plastic sheeting, and other items as directed by Engineer. These and
29 other temporary water pollution/erosion control measures shall be performed on an
30 as-needed basis, when so directed by Engineer.
31
32
33 All work and materials required to provide temporary water pollution control shall be paid as
34 the force account item "Temporary Water Pollution Control," as provided in Section 1-09.6.
35
36
37 1-07.16 Protection And Restoration Of Property
38
39 1-07.16(1) Private/Public Property
40 Section 1-07.16(1) is supplemented by adding the following:
42 Private property such as plants, shrubs, trees, fences, and rockeries within the work area
43 shall be removed and restored to the satisfaction of the property owner. It shall be the
44 Contractor 's responsibility to notify each property owner when it is necessary to remove
45 such improvements to facilitate the Contractor's progress, and to remove those
46 improvements to locations requested by the property owner or to restore them to near
47 original location in as near original condition as possible.
48 For the purpose of this contract, all property not within the Right of Way, including property
49 owned by the City of Renton, shall be considered private property.
50 The Contractor shall notify all property owners along the construction area, by mail,
51 prior to the start of construction. Names and addresses will be furnished by the Owner.
- 52 The Contractor shall further notify each occupancy in person a minimum of three days
53 prior to construction adjacent to each property.
54
NE Sunset Boulevard(SR 900)/Duvall Avenue 29 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The Contracting Agency will obtain all easements and franchises required for the
2 project. The contractor shall limit his operation to the areas obtained and shall not
3 trespass on private property.
4
5 The Contracting Agency may provide certain lands, as indicated in connection with the
6 work under the contract together with the right of access to such lands. The contractor
7 shall not unreasonably encumber the premises with his equipment or materials.
8
9 The contractor shall provide, with no liability to the Contracting Agency, any additional
10 land and access thereto not shown or described that may be required for temporary
11 construction facilities or storage of materials. He shall construct all access roads,
12 detour roads, or other temporary work as required by his operations. The contractor
13 shall confine his equipment, storage of material, and operation of his workers to those
14 areas shown and described and such additional areas as he may provide.
15 A. General. All construction work under this contract on easements, right-of-way, over
16 private property or franchise, shall be confined to the limits of such easements,
17 right-of-way or franchise. All work shall be accomplished so as to cause the least
18 amount of disturbance and a minimum amount of damage. The contractor shall
19 schedule his work so that trenches across easements shall not be left open during
20 weekends or holidays and trenches shall not be open for more than 48 hours.
21 B. Structures. The contractor shall remove such existing structures as may be
22 necessary for the performance of the work and, if required, shall rebuild the
23 structures thus removed in as good a condition as found. He shall also repair all
24 existing structures which may be damaged as a result of the work under this
25 contract.
26 C. Easements. Cultivated areas and other surface improvements. All cultivated
27 areas, either agricultural or lawns, and other surface improvements which are
28 damaged by actions of the contractor shall be restored as nearly as possible to
29 their original condition.
30 Prior to excavation on an easement or private right-of-way, the contractor shall strip
31 top soil from the trench or construction area and stockpile it in such a manner that it
32 may be replaced by him, upon completion of construction. Ornamental trees and
33 shrubbery shall be carefully removed with the earth surrounding their roots
34 wrapped in burlap and replanted in their original positions within 48 hours.
35
36 All shrubbery or trees destroyed or damaged, shall be replaced by the contractor
37 with material of equal quality at no additional cost to the Contracting Agency. In the
38 event that it is necessary to trench through any lawn area, the sod shall be carefully
39 cut and rolled and replaced after the trenches have been backfilled. The lawn area
40 shall be cleaned by sweeping or other means, of all earth and debris.
41
42 The contractor shall use rubber wheel equipment similar to the small tractor-type
43 backhoes used by side sewer contractors for all work, including excavation and
44 backfill, on easements or rights-of-way which have lawn areas. All fences, markers,
45 mail boxes, or other temporary obstacles shall be removed by the contractor and
46 immediately replace, after the trench is backfilled, in their original position. The
47 contractor shall notify the Contracting Agency and property Owner at least 24 hours
48 in advance of any work done on easements or rights-of-way.
49
50 Damage to existing structures outside of easement areas that may result from
51 dewatering and/or other construction activity under this contract shall be restored to
52 their original condition or better. The original condition shall be established by
53 photographs taken and/or inspection made prior to construction. All such work
54 shall be done to the satisfaction of the property Owners and the Contracting
55 Agency at the expense of the contractor.
56 D. Streets. The contractor will assume all responsibility of restoration of the surface of
57 all streets (traveled ways) used by him if damaged.
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 30 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 D. Streets. The contractor will assume all responsibility of restoration of the surface of
2 all streets (traveled ways) used by him if damaged.
3
4 In the event the contractor does not have labor or material immediately available to
5 make necessary repairs, the contractor shall so inform the Contracting Agency. The
6 Contracting Agency will make the necessary repairs and the cost of such repairs shall
7 be paid by the contractor.
8
9 The contractor is responsible for identifying and documenting any damage that is pre-
10 existing or caused by others. Restoration of excavation in City streets shall be done in
11 accordance with the City of Renton Trench Restoration Requirements, which is
12 available at the Public Works Department Customer Services counter on the 6th floor,
13 Renton City Hall, 1055 South Grady Way.
14
15 1-07.16(2) Vegetation Protection and Restoration
16 Section 1-07.16(2) is supplemented by adding the following:
17 All lawn within the area to be disturbed by the Contractor's operations shall be cut with a
18 sod-cutting machine, removed and disposed. The disturbed lawn area shall be restored with
19 sod, after trench is backfilled and compacted. The restoration of the distributed lawn area
- 20 shall be performed under the following guidelines:
21 A. Topsoil shall be placed at a depth of 3 inches.
22 B. Topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a
23 smooth even grade without low areas to trap water and hand compacted, all
24 as approved by the Engineer.
25 C. Sod strips shall be placed within 48 hours of being cut. Placement shall be
26 without voids and shall have the end joints staggered. The sod shall be rolled
27 with a smooth roller following placement.
28 D. Barriers shall be erected, with warning signs where necessary, to preclude
29 pedestrian traffic from access to the newly placed lawn during the
30 establishment period.
31 E. The watering schedule of all newly laid sod shall be four times a week for
32 three weeks. The watering shall be such duration as to soak the replaced
33 sod thoroughly and promote good root growth.
34 F. Such removal, complete restoration and maintenance of the lawn shall be
35 considered incidental to other items of work and no further compensation
36 shall be made.
37
38 (December 6, 2004)
39 Archaeological And Historical Objects
40 Section 1-07.16(4) is supplemented with the following:
41
42 The project area potentially contains archaeological or historical objects that may have
- 43 significance from a historical or scientific standpoint. To protect these objects from damage
44 or destruction, the Contracting Agency, at its discretion and expense, may monitor the
NE Sunset Boulevard(SR 900)/Duvall Avenue 31 October 2005
NElntersectlon Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Contractor's operations, conduct various site testing and perform recovery and removal of
2 such objects when necessary.
3
4 The Contractor may be required to conduct its operations in a manner that will accommodate
5 such activities, including the reserving of portions of the work area for site testing,
6 exploratory operations and recovery and removal of such objects as directed by the
7 Engineer. If such activities are performed by consultants retained by the Contracting Agency, -
8 the Contractor shall provide them adequate access to the project site.
9
10 Added work necessary to uncover, fence, dewater, or otherwise protect or assist in such
11 testing, exploratory operations and salvaging of the objects as ordered by the Engineer shall
12 be paid by force account as provided in Section 1-09.6. If the discovery and salvaging
13 activities require the Engineer to suspend the Contractor's work, any adjustment in time will
14 be determined by the Engineer pursuant to Section 1-08.8.
15
16 To provide a common basis for all bidders, the Contracting Agency has entered an amount
17 for the item "Archaeological and Historical Salvage" in the Proposal to become a part of the
18 total bid by the Contractor.
19
20
21 1-07.17 Utilities and Similar Facilities
22 Section 1-07.17 is supplemented by adding:
23 (******)
24 Existing utilities indicated in the Plans have been plotted from the best information available
25 to Engineer. Information and data shown or indicated in the Contract Documents with
26 respect to existing underground utilities or services at or contiguous to the project site are
27 based on information and data furnished to Owner and Engineer by owners of such
28 underground facilities or others, and Owner and Engineer do not assume responsibility for
29 the accuracy or completeness thereof. It is to be understood that other aboveground or
30 underground facilities not shown in the Plans may be encountered during the course of the
31 work.
32
33 All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously
34 marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their
35 location to be determined by the Engineer or utility personnel under adverse conditions,
36 (inclement weather or darkness).
37
38 Where underground main distribution conduits, such as water, gas, sewer, electric power, or
39 telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall
40 assume that every property parcel will be served by a service connection for each type of
41 utility.
42
43 Contractor shall check with the utility companies concerning any possible conflict prior to
44 commencing excavation in any area. Contractor shall resolve all crossing and clearance
45 problems with the utility company concerned. No excavation shall begin until all known
46 facilities, in the vicinity of the excavation area, have been located and marked.
47
48 In addition to Contractor having all utilities field marked before starting work, Contractor shall
49 have all utilities field marked after they are relocated in conjunction with this project.
50
51 Call Before You Dig
52 The 48 Hour Locators
53 1-800-424-5555
54
55 At least 2 and not more than 10 working days prior to commencing any excavations for utility
56 potholing or for any other purpose under this Contract, Contractor shall notify the
NE Sunset Boulevard(SR 900)/Duvall Avenue 32 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Underground Utilities Location Center by telephone of the planned excavation and progress
2 schedule. Contractor is also warned that there may be utilities on the project that are not
3 part of the One Call system. They must be contacted directly by Contractor for locations.
4
5 Contractor shall make arrangements 48 hours in advance with respective utility owners to
6 have a representative present when their utility is exposed or modified, if the utility chooses
7 to do so.
8
9 Existing utilities for telephone, power, gas, water, and television cable facilities shall be
10 adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans.
11 These adjustments may be completed before Contractor begins work, or may be performed
12 in conjunction with the contract work. Contractor shall be entirely responsible for
13 coordination with the utility companies and arranging for the movement or adjustment, either
14 temporary or permanent, of their facilities within the project limits. See also Section 1-05.14
15 of these Special Provisions.
- 16
17 If or when utility conflicts occur, Contractor shall continue the construction process on other
18 aspects of the project whenever possible.
19
20 The Contractor shall provide written notification to the Engineer whenever an adjustment to
21 the new sewer line location or grade is known to be required in order to avoid conflicts.
22 Locations and dimensions shown in the plans for existing buried facilities are in accordance
23 with available information obtained without uncovering, measuring, or other verification. The
24 Contractor shall be responsible for determining their exact location. All utilities should be
25 potholed to locate them horizontally and vertically a sufficient time in advance of the pipe
26 excavation, removal, and laying operation to allow adjustments to be made as necessary to
27 avoid conflicts. Contractor shall be responsible for identifying such conflicts reasonably in
28 advance of his construction efforts.
29
30 The following addresses and telephone numbers of public and franchise utilities and public
31 services are supplied for the Contractor's convenience.
32 42
33 43
34 City of Renton 44 City of Renton
35 Fire Department 45 Utility Maintenance
36 1055 South Grady Way 46 1055 South Grady Way
37 Renton, Washington 98055 47 Renton, Washington 98055
- 38 Attn: Jim Gray 48 Attn: Mike Stenhouse, Maint Svcs Dir
39 Telephone: 425/430-7023 49 George Stahl, Maint Svcs Supv
40 50 Telephone: 425/430-7400
41
51 51
52
53 City of Renton
54 Police Department
55 1055 South Grady Way
56 Renton, Washington 98055
57 Attn: Garry Anderson, Chief
58 Telephone: 425/430-7503
59 Attn: Sherry Smith, Admin, Secretary
60 Telephone: 425/430-7507
61
NE Sunset Boulevard(SR 900)/Duvall Avenue 33 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 City of Renton 27 City of Renton
2 Wastewater Maintenance 28 Water Maintenance
3 1055 South Grady Way 29 1055 South Grady Way
4 Renton, Washington 98055 30 Renton, Washington 98055
5 Attn: Ron Shaffer, Wastewater Supv 31 Attn: Ray Sled, Water Maint Mngr
6 Telephone: 425/430-7400 32 Telephone: 425/430-7400
7 33
8 AT&T Broadband 34 Metro/Bus
9 20811 - 84th Avenue South, Suite 101 35 1270 Sixth Avenue South, MS-QS
10 Kent, Washington 98032 36 Seattle, Washington 98134
11 Attn: Mike Martos 37 Telephone: 206/684-2732
12 Telephone: 206/396-6405 38 Attn: Paul Alexander
13 39 Richard Garcia: 206/684-2785
14 Puget Sound Energy 40 Jim Kost: 206/685-2785
15 P.O. Box 90868, MS-XRD-01 W 41
16 Bellevue, Washington 98009-0868 42 QWest Communications
17 Attn: Joe Jainga 43 23315 — 66th Avenue South
18 Telephone: 425/462-3807 44 Kent, Washington 98032
19 Ext. 81-3807 45 Attn- Melanie Wheeler
20 46 Telephone:
21 47
22 48 206/345-4055 Underground Utilities
23 49 Location Center
24 50 ("One-Call" Center)
25 51 1-800-424-5555[GJ 1]
26 52
53
54 Comcast Cable
55 4020 Auburn Way, North
56 Auburn, WA 98002
57 Attn: Bill Walker
58 Telephone: 206/255-6975
59
60
61 360 Network
62 Attn: Will Dronen
63 Telephone: 206/920-0248
64
65 Public and private utilities, or their contractors, will furnish all work necessary to
66 adjust, relocate, replace, or construct their facilities unless otherwise provided for in the
67 Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction
68 will be done during the prosecution of the work for this project.
69
70 Utility Potholing
71 Potholing is included as a bid item for use in determining the location of existing utilities in
72 advance of the Contractor's operations. The Contractor shall submit all potholing requests to
73 the Engineer for approval, at least 2 working days before potholing is scheduled.
74 Additionally, the Contractor shall provide potholing at Engineer's request.
75
76 In no way shall the work described under Utility Potholing relieve Contractor of any of the
77 responsibilities described in Section 1-07.17 of the Standard Specifications and Special
78 Provisions, and elsewhere in the Contract Documents.
NE Sunset Boulevard(SR 900)/Duvall Avenue 34 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Payment
2 Payment will be made at the discretion of Engineer, for the following bid item(s) in
3 accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions:
4
- 5 "Resolution of Utility Conflicts," Force Account
6
7 Section 1-07.17(1) is a new section:
9 1-07.17(1) Interruption of Services
10 Whenever in the course of the construction operation it becomes necessary to cause an
11 outage of utilities, it shall be Contractor's responsibility to notify the affected users and
12 Engineer not less than 48 hours in advance of such outage. Contractor shall make
13 reasonable effort to minimize the duration of outages, and shall estimate the length of
14 time service will be interrupted and so notify the users. In the case of any utility outage
15 that has exceeded or will exceed four hours, user contact shall again be made.
16 Temporary service, if needed, will be arranged by Contractor at no cost to Owner.
17
18 Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for
19 providing temporary overhead lighting to meet above requirements shall be incidental to
20 the various unit and lump sum items of the Contract; no separate payment will be made.
21
22 Section 1-07.18 is deleted replaced by the following new section and subsections:
_ 23 (******)
24 1-07.18 Public Liability and Property Damage Insurance
25 1-07.18(1) General
26 The contractor shall obtain and maintain in full force and effect, from the Contract
27 Execution Date to the Completion Date, public liability and property damage insurance
28 with an insurance company(ies) or through sources approved by the State Insurance
29 Commissioner pursuant to RCW 48.
30
31 The Contractor shall not begin work under the Contract until the required insurance has
32 been obtained and approved by the Contracting Agency. Insurance shall provide
33 coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting
34 Agency's consultant. The coverage shall protect against claims for bodily injuries,
35 personal injuries, including accidental death, as well as claims for property damages
36 which may arise from any act or omission of the Contractor or the subcontractor, or by
37 anyone directly or indirectly employed by either of them.
- 38
39 If warranted work is required the Contractor shall provide the City proof that insurance
40 coverage and limits established under the term of the Contract for work are in full force
41 and effect during the period of warranty work.
42
43 The Contracting Agency may request a copy of the actual declaration pages(s) for each
44 insurance policy effecting coverage(s) required on the contract prior to the date work
45 commences. Failure of the Contractor to fully comply during the term of the Contract
46 with the requirements described herein will be considered a material breach of contract
47 and shall be caused for immediate termination of the Contract at the option of the
48 Contracting Agency.
49
50 1-07.18(2) Coverages
51 As part of the response to this proposal, the Contractor shall submit a completed City of
52 Renton Insurance Information form which details specific coverage and limits for this
53 contract.
54
55 All coverage provided by the Contractor shall be in a form and underwritten by a
56 company acceptable to the Contracting Agency. The City requires that all insurers:
57 1. Be licensed to do business within the State of Washington.
NE Sunset Boulevard(SR 900)/Duvall Avenue 35 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
2 coverage are acceptable when written on a claims-made basis). The City may
3 also require proof of professional liability coverage be provided for up to two
4 (2) years after the completion of the project.
5 3. The City may request a copy of the actual declaration page(s) for each
6 insurance policy affecting coverage(s) required by the Contract prior to the
7 date work commences.
8 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is
9 preferred.) If any insurance carrier possesses a rating of less than AVII, the
10 City may make an exception.
11
12 The City reserves the right to approve the security of the insurance coverage provided
13 by the insurance company(ies), terms, conditions, and the Certificate of Insurance.
14 Failure of the Contractor to fully comply during the term of the contract with these
15 requirements will be considered a material breach of contract and shall be cause for
16 immediate termination of the contract at the option of the City.
17
18 The Contractor shall obtain and maintain the minimum insurance coverage set forth
19 below. By requiring such minimum insurance, the City of Renton shall not be deemed
20 or construed to have assessed the risks that may be applicable to the Contractor. The
21 Contractor shall assess its own risks and if it deems appropriate and/or prudent,
22 maintain higher limits and/or broader coverage.
23
24 Coverage shall include:
25 A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
26 written on an occurrence basis and include:
27 • Premises and Operations (including CG2503; General Aggregate to apply
28 per project, if applicable).
29 • Explosion, Collapse and Underground Hazards
30 • Products/Completed Operations
31 • Contractual Liability (including Amendatory Endorsement CG 0043 or
32 equivalent which includes defense coverage assumed under contract)
33 • Broad Form Property Damage
34 • Independent Contractors �.
35 • Personal/Advertising Injury
36 • Stop Gap Liability
37 B. Automobile Liability including all
38 • Owned Vehicles
39 • Non-Owned Vehicles
40 • Hired Vehicles
41 C. Workers' Compensation
42 Statutory Benefits (Coverage A) - Show Washington Labor & Industries
43 Number
44 D. Umbrella Liability (when necessary)
45 Excess of Commercial General Liability and Automobile Liability.
46 Coverage should be as broad as primary.
47 E. Professional Liability - (whenever the work under this Contract includes
48 Professional Liability, (i.e. architectural, engineering, advertising, or computer
49 programming) the CONTRACTOR shall maintain professional liability covering
50 wrongful acts, errors and/or omissions of the CONTRACTOR for damage
51 sustained by reason of or in the course of operations under this Contract.
52 F. The Contracting Agency reserves the right to request and/or require additional
53 coverages as may be appropriate based on work performed(i.e. pollution
54 liability).
55
56 CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents,
57 employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent).
58 The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to
NE Sunset Boulevard(SR 900)/Duvall Avenue 36 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 commencement of work. The City reserves the right to request copies of insurance
2 policies, if at their sole discretion it is deemed appropriate. Further, all policies of
3 insurance described above shall:
4 A. Be on a primary basis not contributory with any other insurance coverage
5 and/or self-insurance carried by CITY OF RENTON.
6 B. Include a Waiver of Subrogation Clause.
7 C. Severability of Interest Clause (Cross Liability)
8 D. Policy may not be non-renewed, canceled or materially changed or altered
9 unless forty-five (45) days prior written notice is provided to CITY OF
10 RENTON. Notification shall be provided to CITY OF RENTON by certified
11 mail.
12
13 1-07.18(3) Limits
14 LIMITS REQUIRED
15 Providing coverage in these stated amounts shall not be construed to relieve the
16 contractor from liability in excess of such limits. The CONTRACTOR shall carry the
17 following limits of liability as required below:
18
19 Commercial General Liability
20
General Aggregate" $2,000,000 **
Products/Completed Operations Aggregate $2,000,000 *'
y Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage (Any One Fire) $50,000
Medical Payments (Any One Person) $5,000
- Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
"Amount may vary based on project risk
Automobile Liability
Bodily Injury/Property Damage $1,000,000
(Each Accident)
Workers' Compensation
Statutory Benefits - Coverage A Variable
(Show Washington Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
Professional Liability (If required)
Each Occurrence/ Incident/Claim $1,000,000
Aggregate $2,000,000
21 The City may require the CONTRACTOR to keep professional liability coverage in effect
22 for up to two (2) years after completion of the project.
23
24 The Contractor shall promptly advise the CITY OF RENTON in writing in the event any
25 general aggregate or other aggregate limits are reduced. At their own expense, the
26 CONTRACTOR will reinstate the aggregate to comply with the minimum limits and
27 requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a
28 new Certificate of Insurance showing such coverage is in force.
29
30 1-07.18(4) Evidence of Insurance:
31 Within 20 days of award of the contract the CONTRACTOR shall provide evidence of
32 insurance by submitting to the CONTRACTING AGENCY the following:
33 1. City of Renton Insurance Information Form (attached herein) without
34 modification.
NE Sunset Boulevard(SR 900)/Duvall Avenue 37 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS —CITY OF RENTON
1 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items _.
2 as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised
3 above. Other requirements are as follows:
4 A. Strike the following or similar wording: "This Certificate is issued as a
5 matter of information only and confers no rights upon the Certificate
6 Holder";
7 B. Strike the wording regarding cancellation notification to the City: "Failure
8 to mail such notice shall impose no obligation or liability of any kind upon
9 the company, its agents or representatives".
10 C. Amend the cancellation clause to state: "Policy may not be non-renewed,
11 canceled or materially changed or altered unless 45 days prior written
12 notice is provided to the City". Notification shall be provided to the City by
13 certified mail.
14
15 For Professional Liability coverage only, instead of the cancellation language
16 specified above, the City will accept a written agreement that the consultant's
17 broker will provide the required notification.
18
19 1-07.22 Use of Explosives
20 Section 1-07.22 is supplemented by the following:
21 (******)
22 Explosives shall not be used without specific authority of the Engineer, and then only under
23 such restrictions as may be required by the proper authorities. Explosives shall be handled
24 and used in strict compliance with WAC 296-52 and such local laws, rules and regulations
25 that may apply. The individual in charge of the blasting shall have a current Washington
26 State Blaster Users License.
27
28 The Contractor shall obtain, comply with, and pay for such permits and costs as are
29 necessary in conjunction with blasting operations.
30
31 1-07.23 Public Convenience And Safety
32
33 1-07.23(1) Construction Under Traffic
34 Section 1-07.23(1) is supplemented by adding the following:
35 (******)
36 The contractor shall be responsible for controlling dust and mud within the project limits and
37 on any street which is utilized by his equipment for the duration of the project. The
38 contractor shall be prepared to use watering trucks, power sweepers, and other pieces of
39 equipment as deemed necessary by the engineer, to avoid creating a nuisance.
40
41 Dust and mud control shall be considered as incidental to the project, and no compensation
42 will be made for this section.
43
44 Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership
45 will be transmitted to the Contractor and prompt action In correcting them will be required by
46 the Contractor.
47
48 Contractor shall maintain the roads during construction in a suitable condition to minimize
49 affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by
50 Contractor.
51
52 At least one-way traffic shall be maintained on all cross-streets within the project limits during
53 working hours. One lane shall be provided in each direction for all streets during non-
54 working hours.
55
56 Contractor shall provide one drivable roadway lane and maintain convenient access for local
57 and commuter traffic to driveways, businesses, and buildings along the line of Work
58 throughout the course of the project. Such access shall be maintained as near as possible
NE Sunset Boulevard(SR 900)/Duvall Avenue 38 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS – CITY OF RENTON
1 to that which existed prior to the commencement of construction. This restriction shall not
2 apply to the paving portion of the construction process.
3
4 Contractor shall notify and coordinate with all property owners and tenants of street closures,
5 or other restrictions which may interfere with their access—at least 24 hours in advance for
6 single-family residential property, and at least 48 hours in advance for apartments, offices,
7 and commercial property. Contractor shall give a copy of all notices to Engineer.
8
9 When the abutting owners' access across the right-of-way line is to be eliminated and
10 replaced under the Contract by other access, the existing access shall not be closed until the
11 replacement access facility is available.
12
13 All unattended excavations shall be properly barricaded and covered at all times. Contractor
14 shall not open any trenches that cannot be completed and refilled that same day. Trenches
15 shall be patched or covered by a temporary steel plate, at Contractor's expense, except in
16 areas where the roadway remains closed to public traffic. Steel plates must be anchored.
17
18 (April 5, 2004)
19 The construction safety zone will be determined as follows:
20
21 When the posted speed is 35 MPH or under, the safety zone will be feet from the outside
22 edge of traveled way or 2 feet beyond the outside
23 edge of the sidewalk.
24
25 When the posted speed is from 40 to 55 MPH the safety zone will be feet from the outside
26 edge of traveled way.
27
28 When the posted speed is 60 MPH or over the safety zone will be 30 feet from the outside
29 edge of traveled way.
30
31 During nonworking hours equipment or materials shall not be within the safety zone unless it
o- 32 is protected by permanent guardrail or temporary concrete barrier. The use of temporary
33 concrete barrier shall be permitted only if the Engineer approves the installation and location.
34
35 During the actual hours of work, unless protected as described above, only materials
36 absolutely necessary to construction shall be within the safety zone and only construction
37 vehicles absolutely necessary to construction shall be allowed within the safety zone or
38 allowed to stop or park on the shoulder of the roadway.
39
40 The Contractor's nonessential vehicles and employees private vehicles shall not be
41 permitted to park within the safety zone at any time unless protected as described above.
42
43 Deviation from the above requirements shall not occur unless the Contractor has requested
44 the deviation in writing and the Engineer has provided written approval.
45
46 1-08 PROSECUTION AND PROGRESS
47 Section 1-08.0 is a new section with subsection:
48 (******)
49 1-08.0 Preliminary Matters
50 1-08.0(1) Preconstruction Conference
y 51 The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.
52 Additional documents may be furnished upon request at the cost of reproduction. Prior
53 to undertaking each part of the Work the Contractor shall carefully study and compare
NE Sunset Boulevard(SR 900)/Duvall Avenue 39 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 the Contract Documents and check and verify pertinent figures shown therein and all
2 applicable field measurements. The Contractor shall promptly report in writing to the
3 Engineer any conflict, error or discrepancy which the Contractor may discover.
4
5 After the Contract has been executed, but prior to the Contractor beginning the Work, a w.
6 preconstruction conference will be held between the Contractor, the Engineer and such
7 other interested parties as may be invited.
8
9 The Contractor shall prepare and submit at the preconstruction meeting:
10 Contractor's plan of operation and progress schedule (3+ copies)
11 Approval of qualified subcontractors (bring list of subcontractors if different
12 from list submitted with Bid)
13 List of materials fabricated or manufactured off the project
14 4 Material sources on the project
15 4 Names of principal suppliers
16 Detailed equipment list, Including "Rental Rate Blue Book" hourly costs (both
17 working and standby rates)
18 + Weighted wage rates for all employee classifications anticipated to be used on
19 Project 40
20 4 Cost percentage breakdown for lump sum bid item(s)
21 4 Shop Drawings (bring preliminary list)
22 Traffic Control Plans (3+ copies)
23 Temporary Water Pollution/Erosion Control Plan
24
25 In addition, the Contractor shall be prepared to address:
26 Bonds and insurance
27 Project meetings— schedule and responsibilities
28 Provision for inspection for materials from outside sources
29 Responsibility for locating utilities
30 Responsibility for damage
31 Time schedule for relocations, if by other than Contractor
32 Compliance with Contract Documents
33 Acceptance and approval of work
34 Labor compliance, payrolls, certifications
35 Safety regulations for Contractors' and Owner's employees and
36 representatives
37 Suspension of work, time extensions
38 Change order procedures
39 Progress estimates - procedures for payment
40 Special requirements of funding agencies
41 Construction engineering, advance notice of special work
42 Any interpretation of the Contract Documents requested by Contractor
43 Any conflicts or omissions in Contract Documents
44 Any other problems or questions concerning the work
45 Processing and administration of public complaints
46 Easements and rights of entry
47 Other contracts
48
49 The franchise utilities may be present at the preconstruction conference, and Contractor
50 should be prepared for their review and discussion of progress schedule and
51 coordination.
52
53 1-08.1 Subcontracting
54 Section 1-08.1 is supplemented as follows:
55 (******)
56 Written requests for change in subcontractors shall be submitted by Contractor to Engineer
57 at least 7 calendar days prior to start of a subcontractor's work.
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 40 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all
2 subcontractors and lower-tier subcontractors, and persons either directly or indirectly
3 employed by the subcontractors, as well as for the acts and omissions of persons directly
4 employed by Contractor. Contractor shall be required to give personal attention to the work
5 that is sublet. Nothing contained in the Contract Documents shall create any contractual
6 relation between any subcontractor and Owner.
7
8 Contractor shall be responsible for making sure all subcontractors submit all required
9 documentation, forms, etc.
10
11 (October 12, 1998)
12 Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall
13 submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement
14 between the Contractor and the subcontractor or between the subcontractor and any lower
15 tier subcontractor has been executed. This certification shall also guarantee that these
16 subcontract agreements include all the documents required by the Special Provision Federal
17 Agency Inspection.
18
19 A subcontractor or lower tier subcontractor will not be permitted to perform any work under
20 the contract until the following documents have been completed and submitted to the
21 Engineer:
22
23 1. Request to Sublet Work (Form 421-012), and
24 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-
25 aid Projects (Form 420-004).
26
27 The Contractor's records pertaining to the requirements of this Special Provision shall be
28 open to inspection or audit by representatives of the Contracting Agency during the life of the
29 contract and for a period of not less than three years after the date of acceptance of the
30 contract. The Contractor shall retain these records for that period. The Contractor shall also
31 guarantee that these records of all subcontractors and lower tier subcontractors shall be
32 available and open to similar inspection or audit for the same time period.
33
34
35 1-08.2 Assignment
36 The second paragraph of Section 1-08.2 is modified as follows:
37 (******)
38 Contractor shall not assign any moneys due or to become due to Contractor hereunder
39 without the prior written consent of Owner. The assignment, if approved, shall be subject to
40 all setoffs, withholdings, and deductions required by law and the Contract.
41
42 1-08.3 Progress Schedule
43 Section 1-08.3 is supplemented as follows:
44 (******)
45 The progress schedule for the entire project shall be submitted 7 calendar days prior to the
46 Preconstruction Conference. The schedule shall be prepared using the critical path
47 method (CPM), preferably using Microsoft Project or equivalent software. The schedule
48 shall contain this information, at a minimum:
49 1. Construction activities, in sufficient detail that all activities necessary to construct a
50 complete and functional project are considered. Any activity which has a scheduled
51 duration exceeding 30 calendar days shall be subdivided until no sub-element has a
52 duration exceeding 30 calendar days.
53 The schedule shall clearly indicate the activities which comprise the critical path. For
54 each activity not on the critical path, the schedule shall show the float, or slack, time.
55 2. Procurement of material and equipment.
NE Sunset Boulevard (SR 900)/Duvall Avenue 41 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS – CITY OF RENTON -
1 3. Submittals requiring review by Engineer. Submittal by Contractor and review by
2 Engineer shall be shown as separate activities.
3 4. Work to be performed by a subcontractor, agent, or any third party.
4 5. Allowances for delays which could result from normal Inclement weather (time
5 extensions due to inclement weather will not be allowed).
6 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and
7 adjust their facilities as required.
8
9 Engineer may request Contractor to alter the progress schedule when deemed necessary in
10 the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for
11 coordination with any other activity of other contractors, the availability of all or portions of
12 the job site, or special provisions of this Contract, or to reasonably meet the completion date
13 of the project. Contractor shall provide such revised schedule within 10 days of request.
14
15 If, at any time, in the opinion of Engineer, the progress of construction falls significantly
16 behind schedule, Contractor may be required to submit a plan for regaining progress and a
17 revised schedule indicating how the remaining work items will be completed within the
18 authorized contract time.
19
20 Contractor shall promptly report to Engineer any conditions which Contractor feels will
21 require revision of the schedule and shall promptly submit proposed revisions in the
22 progress schedule for acceptance by Engineer. When such changes are accepted by
23 Engineer, the revised schedule shall be followed by Contractor.
24
25 Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which
26 sets forth specific work to be performed the following week, and a tentative schedule for the
27 second week.
28
29 Failure to Maintain Progress Schedule. It shall be the responsibility of Contractor to follow
30 the progress schedule submitted and accepted, including revisions.
31
32 The cost of preparing the progress schedule, any supplementary progress schedules, and
33 weekly schedules shall be considered incidental to the Contract and no other compensation
34 shall be made.
35
36 1-08.5 Time for Completion
37 The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
38 (****.k*)
39 The Work shall be physically completed in its entirety within the time specified in the
40 Contract Documents or as extended by the Engineer. The Contract Time will be stated in
41 "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract
42 Completion Date.
43
44 A nonworking day is defined as a Saturday, a Sunday, a day on which the contract
45 specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor
46 Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The
47 day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday.
48 The day after Christmas shall be a holiday when Christmas Day occurs on a Monday,
49 Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding
50 working days shall be observed as holidays. When Christmas day occurs on a Sunday, the
51 two working days following shall be observed as holidays. When holidays other than
52 Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and
53 when they fall on a Sunday the following Monday will be counted as a non-working day. The
54 Contract Time has been established to allow for periods of normal inclement weather which,
55 from historical records, is to be expected during the Contract Time, and during which
56 periods, work is anticipated to be performed. Each successive working day, beginning with
57 the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged
NE Sunset Boulevard(SR 900)/Duvall Avenue 42 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 to the Contract Time as it occurs except a day or part of a day which is designated a
2 nonworking day or an Engineer determined unworkable day.
3
4 The Engineer will furnish the Contractor a weekly report showing (1) the number of working
5 days charged against the Contract Time for the preceding week; (2) the Contract Time in
6 working days; (3) the number of working days remaining in the Contract Time; (4) the
7 number of nonworking days; and (5) any partial or whole days the Engineer declared
8 unworkable the previous week. This weekly report will be correlated with the Contractor's
9 current approved progress schedule. If the Contractor elects to work 10 hours a day and 4
10 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked
11 would ordinarily be charged as a working day then the fifth day of that week will be charged
12 as a working day whether or not the Contractor works on that day.
13
14 The Contractor will be allowed 10 calendar days from the date of each report in which to file
15 a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the
16 report will be deemed to have been accepted by the Contractor as correct.
17
18 The requirements for scheduling the Final Inspection and establishing the Substantial
19 Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11
20 and 1-05.12.
21
22 Section 1-08.5 is supplemented as follows:
23 (******)
24 Within 10 calendar days after execution of the Contract by the Contracting Agency,
25 Contractor shall provide the Contracting Agency with copies of purchase orders for all
26 equipment items deemed critical by the Contracting Agency, including but not limited to
27 signal controller materials, lighting standards, and signal standards required for the physical
28 completion of the contract. Such purchase orders shall disclose the estimated delivery dates
29 for the equipment.
30
31 All items of work which can be performed without delivery of the critical items shall start and
32 be completed as soon as possible. At that time, Engineer may suspend the work upon
33 request of Contractor until the critical items are delivered to Contractor, if the Contracting
34 Agency received a purchase order within 10 calendar days after execution of the Contract by
35 the Contracting Agency.
36
37 Contractor will be entitled to only one such suspension of time during the performance of the
38 work and during such suspension shall not perform any additional work on the project. Upon
39 delivery of the critical items, contract time will resume and continue to be charged in
40 accordance with Section 1-08.
41
42 (March 13, 1995)
43 Section 1-08.5 is supplemented with the following:
44
45 This project shall be physically completed within 150 working days.
46
47
48 1-08.6 Suspension of Work
49 Section 1-08.6 is supplemented as follows:
50 (******)
51 Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor
52 in writing. The work shall be resumed by Contractor within 14 calendar days after the date
53 fixed in the written notice from Owner to Contractor to do so.
54
55 Contractor shall not suspend work under the Contract without the written order of Owner.
56
57 If it has been determined that Contractor is entitled to an extension of time, the amount of
58 such extension shall be only to compensate for direct delays and shall be based upon
NE Sunset Boulevard (SR 900)/Duvall Avenue 43 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Contractor's diligently pursuing the work at a rate not less than that which would have been
2 necessary to complete the original Contract Work on time.
3
4 1-08.9 Liquidated Damages
5 Section 1-08.9 is supplemented as follows:
6 (******)
7 In addition, Contractor shall compensate Owner for actual engineering inspection and
8 supervision costs and any other expenses and legal fees incurred by Owner as a result of
9 such delay. Such labor costs will be billed to Contractor at actual costs, including
10 administrative overhead costs.
11
12 In the event that Owner is required to commence any lawsuit in order to enforce any
13 provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled
14 to recover its costs, including reasonable attorneys fees, from Contractor.
15
16 1-08.10 Termination of Contract
17
18 Section 1-08.10(6) is a new section:
20 1-08.10(6) Removal of Equipment
21 In case of the termination of this Contract before completion for any cause whatever,
22 Contractor, if notified to do so by Owner, shall promptly remove all Contractor-owned
23 equipment and supplies from the property of Owner and, if Contractor fails to do so
24 within 5 calendar days from such notice by Owner, Owner shall have the right to remove
25 such equipment and supplies at the expense of Contractor, deducting the cost thereof
26 from any funds otherwise due Contractor.
27
28 Section 1-08.11 is a new section:
29 (******)
30 1-08.11 Contractor's Plant and Equipment
31 The contractor alone shall at all times be responsible for the adequacy, efficiency, and
32 sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the
33 right to make use of the contractor's plant and equipment In the performance of any work on
34 the site of the work.
35
36 The use by the Owner of such plant and equipment shall be considered as extra work and
37 paid for accordingly.
38
39 Neither the Owner nor the engineer assumes any responsibility, at any time, for the security
40 of the site from the time contractor's operations have commenced until final acceptance of
41 the work by the engineer and the Owner. The contractor shall employ such measures as
42 additional fencing, barricades, and watchmen service, as he deems necessary for the public
43 safety and for the protection of the site and his plant and equipment. The Owner will be
44 provided keys for all fenced, secured areas.
45
46 Section 1-08.12 is a new section:
47 (******)
48 1-08.12 Attention to Work
49 The contractor shall give his personal attention to and shall supervise the work to the end
50 that it shall be prosecuted faithfully, and when he is not personally present on the work site,
51 he shall at all times be represented by a competent superintendent who shall have full
52 authority to execute the same, and to supply materials, tools, and labor without delay, and
53 who shall be the legal representative of the contractor. The contractor shall be liable for the
54 faithful observance of any instructions delivered to him or to his authorized representative.
55
r
NE Sunset Boulevard(SR 900)/Duvall Avenue 44 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 1-09 MEASUREMENT AND PAYMENT
2 1-09.1 Measurement of Quantities
3 Section 1-09.1 is supplemented by adding the following:
- 4 (******)
5 Lump Sum. The percentage of lump sum work completed, and payment will be based on
6 the cost percentage breakdown of the lump sum bid price(s) submitted at the
7 preconstruction conference.
" 8
9 The Contractor shall submit a breakdown of costs for each lump sum bid item. The
10 breakdown shall list the items included in the lump sum together with a unit price of labor,
11 materials, and equipment for each item. The summation of the detailed unit prices for each
12 item shall add up to the lump sum bid. The unit price values may be used as a guideline for
13 determining progress payments or deductions or additions in payment for ordered work
14 changes.
15
16 Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments
17 only in the following manner. Where items are specified to be paid by the cubic yard, the
18 following tally system shall be used.
19
20 All trucks to be employed on this work will be measured to determine the volume of each
21 truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall
22 be no duplication of numbers.
23
24 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered
25 on the project. All tickets received that do not contain the following information will not be
26 processed for payment:
27 1 Truck number
28 2 Quantity and type of material delivered in cubic yards
29 3 Drivers name, date and time of delivery
" 30 4 Location of delivery, by street and stationing on each street
31 5 Place for Engineer to acknowledge receipt
32 6 Pay item number
33 7 Contract number and/or name
34
35 It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for
36 each truckload of material delivered. Pay quantities will be prepared on the basis of said
37 tally tickets.
38
39 Loads will be checked by Engineer to verify quantity shown on ticket.
40
41 Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is
42 given to the Inspector on the project at the time of delivery of materials for each truckload
43 delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to
44 Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be
45 honored for payment.
46
47 Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no
48 duplication of numbers.
49
50 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the
51 project. All tickets received that do not contain the following information will not be
52 processed for payment:
53 1. Truck number
54 2. Truck tare weight (stamped at source)
55 3. Gross truck load weight in tons (stamped at source)
56 4. Net load weight (stamped at source)
57 5. Driver's name, date, and time of delivery
NE Sunset Boulevard(SR 900)/Duvall Avenue 45 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 6. Location for delivery by street and stationing on each street .
2 7. Place for Engineer to acknowledge receipt
3 8. Pay item number
4 9. Contract number and/or name
5
6 1-09.3 Scope of Payment
7 Section 1-09.3 Is supplemented by adding the following:
8 (******)
9 Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in
10 the "Payment" clause of each Section of the Standard Specifications, will be the only items
11 for which compensation will be made for the Work described in or specified in that particular
12 Section when the Contractor performs the specified Work. Should a Bid Item be listed in a
13 "Payment" clause but not in the Proposal Form, and Work for that item is performed by the
14 Contractor and the work is not stated as included in or incidental to a pay item in the contract
15 and is not work that would be required to complete the intent of the Contract per Section 1-
16 04.1, then payment for that Work will be made as for Extra Work pursuant to a Change
17 Order.
18
19 The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
20 Contract Documents are synonymous.
21
22 If the "payment" clause in the Specifications relating to any unit Bid Item price in the
23 Proposal Form requires that said unit Bid Item price cover and be considered compensation
24 for certain work or material essential to the item, then the work or material will not be
25 measured or paid for under any other Unit Bid Item which may appear elsewhere in the
26 Proposal Form or Specifications.
27
28 Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
29
30 Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section
31 of the Specifications shall be considered as including all of the Work required, specified, or
32 described in that particular Section. Payment items will generally be listed generically in the
33 Specifications, and specifically in the bid form. When items are to be "furnished" under one
34 payment item and "installed" under another payment item, such items shall be furnished
35 FOB project site, or, if specified in the Special Provisions, delivered to a designated site.
36 Materials to be "furnished," or "furnished and installed" under these conditions, shall be the
37 responsibility of the Contractor with regard to storage until such items are incorporated into
38 the Work or, if such items are not to be incorporated into the work, delivered to the
39 applicable Contracting Agency storage site when provided for in the Specifications. Payment
40 for material "furnished," but not yet incorporated into the Work, may be made on monthly
41 estimates to the extent allowed.
42
43 1-09.6 Force Account
44 Section 1-09.6 is supplemented as follows:
45 (******)
46 To provide a common basis for all bidders, Owner has estimated and included in the
47 Proposal, dollar amounts for all items to be paid per force account. All such dollar amounts
48 are to become a part of Contractor's total bid. However, Owner does not warrant expressly
49 or by implication, that the actual amount of work will correspond with those estimates.
50 Payment will be made on the basis of the amount of work actually authorized in writing by
51 Engineer.
52
53 1-09.7 Mobilization
54 Section 1-09.7 is supplemented as follows:
55 (******)
56 Mobilization shall also include, but not be limited to, the following items: the movement of
57 Contractor's personnel, equipment, supplies, and incidentals to the project site; the
58 establishment of an office, buildings, and other facilities necessary for work on the project;
NE Sunset Boulevard(SR 900)/Duvall Avenue 46 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses
2 required to complete the project not furnished by Owner.
3
4 This item shall also include providing Engineer and Inspectors with access to telephone,
5 facsimile machine, and copy machine during all hours Contractor is working on the jobsite;
6 and a table and chair for their use when needed.
7
8 Payment will be made for the following bid item(s):
9 "Mobilization," Lump Sum.
10
11 1-09.9 Payments
12 Section 1-09.9 is supplemented as follows:
13 (******)
14 Applications for payment shall be itemized and supported to the extent required by Engineer
15 by receipts or other vouchers showing payment for materials and labor, payments to
16 subcontractors, and other such evidence of Contractor's right to payment as Engineer may
17 direct.
18
19 Contractor shall submit a progress report with each monthly request for a progress payment.
20 The progress report shall indicate the estimated percent complete for each activity listed on
21 the progress schedule (see Section 1-08.3).
22
23 1-09.9(1) Retainage
24 Section 1-09.9(1) is supplemented as follows:
25 (******)
26 The retained amount shall be released as stated in the Standard Specifications if no
µ 27 claims have been filed against such funds as provided by law and if Owner has no
28 unsatisfied claims against Contractor. In the event claims are filed, Owner shall
29 withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay
30 attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy
31 any claims by Owner against Contractor, until such claims have been finally settled.
32
33 Neither the final payment nor any part of the retained percentage shall become due until
34 Contractor, if requested, delivers to Owner a complete release of all liens arising out of
35 this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit
36 that so far as Contractor has knowledge or information, the release and receipts include
37 all labor and materials for which a lien could be filed: but Contractor may, if any
38 subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily
39 to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all
40 payments are made, Contractor shall reimburse to Owner all monies that the latter may
41 be compelled to pay in discharging such lien, including all costs and reasonable
42 engineer's and attorney's fees.
43
44 1-09.11(2) Claims
45 Paragraph 5 is revised as follows:
47 Failure to submit with the Final Application for Payment such information and details as
48 described in this section for any claim shall operate as a waiver of the claims by the
49 Contractor as provided in Section 1-09.9.
50
NE Sunset Boulevard(SR 900)/Duvall Avenue 47 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 1-09.13(3)B Procedures to Pursue Arbitration
2 Section 1-09.13(3)B is supplemented by adding:
4 The findings and decision of the board of arbitrators shall be final and binding on the
5 parties, unless the aggrieved party, within 10 days, challenges the findings and decision -
6 by serving and filing a petition for review by the superior court of King County,
7 Washington. The grounds for the petition for review are limited to showing that the
8 findings and decision:
9 1. Are not responsive to the questions submitted;
10 2. Is contrary to the terms of the contract or any component thereof;
11 3. Is arbitrary and/or is not based upon the applicable facts and the law
12 controlling the issues submitted to arbitration. The board of arbitrators shall
13 support its decision by setting forth in writing their findings and conclusions
14 based on the evidence adduced at any such hearing.
15
16 The arbitration shall be conducted in accordance with the statutes of the State of
17 Washington and court decisions governing such procedure.
18
19 The costs of such arbitration shall be borne equally by the City and the contractor
20 unless it is the board's majority opinion that the contractor's filing of the protest or action
21 is capricious or without reasonable foundation. In the latter case, all costs shall be
22 borne by the contractor.
23
24
25
26 1-10 TEMPORARY TRAFFIC CONTROL
27 1-10.1 General
28 Section 1-10.1 is supplemented by adding the following:
29 (******)
30 When the bid proposal includes an item for "Traffic Control," the work required for this item
31 shall be all items described in Section 1-10, including, but not limited to:
32 1. Furnishing and maintaining barricades, flashers, construction signing and other
33 channelization devices, unless a pay item is in the bid proposal for any specific
34 device and the Special Provisions specify furnishing, maintaining, and payment in a
35 different manner for that device;
36 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic
37 control labor;
38 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction
39 signs and other traffic control devices;
40 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
41 construction signs and the traffic control devices, unless a pay item is in the bid
42 proposal to specifically pay for this work; and
43 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
44 replacing of the construction signs and the traffic control devices destroyed or
45 damaged during the life of the project.
46 6. Removing existing signs as specified or a directed by the engineer and delivering to
47 the City Shops or storing and reinstalling as directed by the Engineer.
48 7. Preparing a traffic control plan for the project and designating the person r
49 responsible for traffic control at the work site. The traffic control plan shall include
50 descriptions of the traffic control methods and devices to be used by the prime
51 contractor, and subcontractors, shall be submitted at or before the preconstruction
52 conference, and shall be subject to review and approval of the Engineer.
53 8. Contacting police, fire, 911, and ambulance services to notify them in advance of
54 any work that will affect and traveled portion of a roadway.
55 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
56 periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the
57 special provisions, or as directed by the Engineer.
NE Sunset Boulevard(SR 900)/Duvall Avenue 48 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 10. Promptly removing or covering all nonapplicable signs during periods when they
2 are not needed.
3
4 If no bid item "Traffic Control" appears in the proposal then all work required by these
- 5 sections will be considered incidental and their cost shall be included in the other items of
6 work.
7
8 If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
9 equipment, or services which could not be usually anticipated by a prudent contractor for the
10 maintenance and protection of traffic, then a new item or items may be established to pay for
11 such items. Further limitations for consideration of payment for these.items are that they are
12 not covered by other pay items in the bid proposal, they are not specified in the Special
13 Provisions as incidental, and the accumulative cost for the use of each individual
14 channelizing device, piece of equipment, or service must exceed $200 in total cost for the
15 duration of their need. In the event of disputes, the Engineer will determine what is usually
w 16 anticipated by a prudent contractor. The cost for these items will be by agreed price, price
17 established by the Engineer, or by force account. Additional items required as a result of the
18 contractor's modification to the traffic control plan(s) shall not be covered by the provisions in
19 this paragraph.
20
21 Traffic control and maintenance for the safety of the traveling public on this project shall be
22 the sole responsibility of Contractor and all methods and equipment used will be subject to
23 the approval of Owner.
24
25 Traffic control devices and their use shall conform to City of Renton standards and the
26 Manual on Uniform Traffic Control Devices.
27
28 Contractor shall not proceed with any construction until proper traffic control has been
29 provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be
30 charged against Contractor's allowable contract time, and shall not be the cause for a claim
31 for extra days to complete the Work.
32
33 1-10.1(1) General
34 Section 1-10.1(1) is revised and supplemented as follows:
35 Two weeks prior to construction, the contractor shall erect informational signs alerting
36 motorists to expect delays during construction along NE Sunset Blvd and Duvall Avenue NE.
37 The signs shall give the date that construction will begin and an approximate ending date.
38 "Businesses Open" signs shall be erected in areas that will be affected by the construction.
39 Provisions shall be made to maintain ingress and egress to all businesses adjacent to the
40 construction zone.
41 Two-way traffic shall be maintained in areas with more than one lane in each direction.
42 Areas that have only one lane in each direction shall maintain a "flagged" lane to allow traffic
43 to pass through the construction zone when possible. Detours will be allowed through areas
44 where motorists cannot safely pass through the construction zone.
45 Lane closures will be necessary through portions of the project. "Water-filled", high-visibility,
46 temporary, traffic barriers will be required for lane separation if one direction of travel is
47 diverted into a lane or lanes that normally travel in the opposite direction. All traffic control
48 devices shall meet the requirements as set forth by the Manual of Uniform Traffic Control
49 Devices.
NE Sunset Boulevard(SR 900)/Duvall Avenue 49 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 In addition to the City of Renton's review and approval, Washington State Department of
2 Transportation review and approval will be required for traffic control through portions of the
3 project. it
4 1-10.2(1)B Traffic Control Supervisor
5 Paragraphs 1 and 2 are revised as follows: IN
7 A TCS shall be on the project whenever traffic control labor is required or as
8 authorized by the Engineer.
9
10 The TCS shall assure that all the duties of the TCS are performed during the
11 duration of the contract. During nonwork periods, the TCS shall be able to be
12 on the job site within a 45-minute time period after notification by the
13 Engineer.
14
15 1-10.2(2) Traffic Control Plans
16 Section 1-10.2(2) is supplemented as follows:
18 The contractor shall utilize WSDOT stansard traffic control plan(s) K-1 through K-27 as
19 applicable. Alternatively the Contractor shall propose traffic control plan(s) by showing
20 necessary construction signs, flaggers and other traffic control devices required for the
21 project. Contactors plan(s) shall be in accordance with established standards for plan
22 development as shown In Manual on uniform Traffic control Devices, Part IV.
23 Contractor's proposed traffic control plans(s) shall be submitted to the engineer for
24 approval at least 10 calendar days in advance of the time the signs and other traffic
25 control devices will be required. The Contractor shall be solely responsible for providing
26 copies of the approved Traffic Control Plan(s) to the Traffic Control Supervisor.
27
28 The Contractor shall be responsible for assuring that traffic control is installed and
29 maintained in conformance to established standards. The Contractor shall continuously -
30 evaluate the operation of the traffic control plan and take prompt action to correct any
31 problems that become evident during operation.
32
33 1-10.3 Flagging, Signs, and All Other Traffic Control Devices
34 Section 1-10.3 is supplemented as follows:
35 (******)
36 At the end of each working day, provisions shall be made for the safe passage of traffic and
37 pedestrians during non-working hours.
38
39 Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M
40 diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with
41 flashers.
42
43 1-10.3(3) Construction Signs
44 Section 1-10.3(3) paragraph 1 is revised as follows:
45 (******)
46 All signs required by the approved traffic control plan(s) as well as any other appropriate
47 signs prescribed by the Engineer, or required to conform with established standards, will
48 be furnished by the Contractor.
49
50 Section 1-10.3(3) paragraph 4 is revised as follows:
52 No separate pay item will be provided in the bid proposal for Class A or Class B
53 construction signs. All costs for the work to provide Class A or Class B construction
54 signs shall be included in the unit contract price for the various other items of the work
55 in the bid proposal.
56
NE Sunset Boulevard(SR 900)/Duvall Avenue 50 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone
2 Section 1-10.3(6) is replaced with:
4 The construction sometimes requires that traffic be maintained on a portion of the
5 roadway during the progress of the work using one-way piloted traffic control. If this is
6 the case, the Contractor's operation shall be confined to one-half the roadway,
7 permitting traffic on the other half. If, in the opinion of the Engineer, one-way piloted
8 traffic control is necessary, it shall be provided for as follows:
9 Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the
10 pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be
11 furnished by the Contractor.
12
13 1-10.4 Measurement
14 Section 1-10.4 is replaced with:
15 (......)
- 16 No specific unit of measurement will apply to the lump sum item of"Traffic Control".
17
18 No adjustment in the lump sum bid amount will be made for overtime work or for use of relief
19 flaggers.
20
21 1-10.4(1) Lump Sum Bid for Project (No Unit Items)
22 Section 1-10.4(1) is revised and supplemented as follows:
23 No separate measurement for traffic control work associated with Schedule C shall be made.
24 Traffic control shall be considered incidental to the pipe bid items for Schedule C.
25 1-10.5(1) Lump Sum Bid for Project (No Unit Items)
26 Section 1-10.5(1) is revised and supplemented as follows:
27 No separate payment for traffic control for traffic control work associated with Schedule C
28 shall be made. Traffic control shall be considered incidental to the pipe bid items for
29 Schedule C.
30
31 1-10.5 Payment
32 Section 1-10.5 is replaced with:
33 (******)
34 Payment for all labor, materials, and equipment described in Section 1-10 will be made in
35 accordance with Section 1-04.1, for the following bid items when included in the proposal:
36
37 "Traffic Control," lump sum.
38 The lump sum contract price shall be full pay for all costs not covered by other specific pay
39 items in the bid proposal for furnishing, installing, maintaining, and removing traffic control
40 devices required by the contract and as directed by the Engineer in conformance with
41 accepted standards and in such a manner as to maximize safety, and minimize disruption
42 and inconvenience to the public.
43
44 Progress payment for the lump sum item "Traffic Control" will be made as follows:
45 1. When in initial warning signs for the beginning of the project and the end of
46 construction signs are installed and approved by the Engineer, 30 percent of the
47 amount bid for the item will be paid.
48 2. Payment for the remaining 70 percent of the amount bid for the item will be paid on
49 a prorated basis in accordance with the total job progress as determined by
50 progress payments.
NE Sunset Boulevard(SR 900)/Duvall Avenue 51 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 --
2 The item "Traffic Control" will be considered for an equitable adjustment per Section 1-04.6
3 only when the total contract price increases or decreases by more than 25 percent.
4
5 The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot
6 car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any
7 necessary flaggers will be paid under the Item for traffic control.
8 a.
9 The Lump Sum contract price shall be full pay for all costs for the labor provided for
10 performing those construction operations described in Section 1-10.3(1) and as authorized
11 by the Engineer.
12
13 The Lump Sum contract price shall be full pay for all costs for performing the work described
14 in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment,
15 and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and
16 ultimate return of all Contracting Agency-furnished signs
17
18 The Lump Sum contract price shall be full pay for all costs involved when a person performs
19 the duties described in Section 1-10.2(1)B including when performing traffic control labor
20 duties.
21
22 The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle
23 or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2).
24
25
26
27 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
28 2-01.1 Description
29 Section 2-01.1 is supplemented as follows:
30 (******)
31 The limits of clearing and grubbing (construction limits) shall be defined as being the
32 construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any
33 trees abutting or adjacent to the limits of clearing and grubbing are damaged and require
34 removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to
35 remain within the clearing and grubbing limits shall be left undamaged by the Contractor's
36 operations. Any flagged trees which are damaged shall be replaced in kind at the
37 Contractor's expense. w
38
39 Existing landscaping outside the construction limits, including but not limited to, sod,
40 rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected -
41 from damage.
42
43 The property owners shall be responsible for removing and/or relocating irrigation
44 equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping
45 materials within the construction limits that they wish to save. The Contractor shall give
46 property owners 10 days' written notice prior to removing landscaping materials. All
47 landscaping materials that remain in the construction limits after that time period shall be
48 removed and disposed of, by the Contractor, in accordance with Section 2-01 of the
49 Standard Specifications, these Special Provisions, and the Plans.
50
51 The Contractor shall receive approval from the Engineer prior to removal. p
52
53 2-01.2 Disposal of Usable Material and Debris
54 Section 2-01.2 is supplemented as follows:
55 (******)
56 The Contractor shall dispose of all debris by Disposal Method No. 2 —Waste Site.
57
NE Sunset Boulevard(SR 900)/Duvall Avenue 52 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS - CITY OF RENTON
1 2-01.5 Payment
2 Section 2-01.5 is supplemented as follows:
3 (******)
4 The lump sum price for "Clearing and Grubbing" shall be full compensation for all work
5 described herein and shown in the Plans, including removing trees and shrubbery where
6 shown in the Plans and directed by the Engineer.
7
8 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
9 Construction Requirements:
10 Section 2-02.3 is supplemented with the following:
11
12 The following drainage structures shall be removed and disposed in accordance with this
13 section and as indicated on the Plans.
14
15 1. Catch Basin, 172+95.26, 28.68'RT
16 2. Catch Basin, 169+91.95, 28.99'RT
17 3. Catch Basin, 177+34.90, 23.68'RT
18 4. Catch Basin, 177+34.92, 29.10'RT
19 5. Catch Basin, 177+44.77, 38.35'RT
20 6. Catch Basin, 177+25.91, 29.491T
21 7. Catch Basin, 177+19.00, 39.591T
22 8. Catch Basin, 177+28.04, 43.151T
23 9. Catch Basin, 173+63.03, 29.631T
24 10. Catch Basin, 176+21.91, 43.33'RT
25 11. Catch Basin, 175+70.90, 29.81'RT
26 12. Catch Basin, 174+48.61, 28.94'RT
27 13. Catch Basin, 177+29.98, 28.14'RT
28 14. Catch Basin, 176+69.78, 49.521T
29
30 Contractor shall remove existing drainage structures as indicated in plans or as directed by
31 the engineer. Where drainage structures are to be removed, excavated native material may
32 be used and compacted as backfill if authorized by Engineer. Any additional material
33 needed, contractor shall use gravel borrow per section 2-03.3(14)J.
34
35 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
36 Section 2-02.3(3) is revised and supplemented as follows:
38 Item 1." Is revised as follows:
39 In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul
40 broken-up pieces to some off-project site.
41
42 The section is supplemented as follows:
43 When an area where pavement, sidewalk, or driveway has been removed is to be
44 opened to traffic before pavement patching has been completed, temporary mix asphalt
45 concrete patch shall be required. Temporary patching shall be placed to a minimum
46 depth of 2 inches immediately after backfilling and compaction are complete, and before
47 the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion
48 of the Engineer.
49
NE Sunset Boulevard (SR 900)/Duvall Avenue 53 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Section 2-02.3(4) is new:
3 2-02.3(4) Cutting Pavement, Sidewalks, and Curbs
4 All transitions to existing asphalt or cement concrete driveways, parking lots, curb and
5 gutter, and walkways shall be vertically sawcut full-depth with straight, uniform edges.
6 Existing asphalt pavement roadway edge may be cut with a wheel, provided the
7 wheelcut is full-depth and no damage occurs to the pavement which is to remain.
8 Neither impact tools nor pavement breakers may be used for trench crossing of existing -
9 pavement. Trench crossing of existing pavement shall be vertically sawcut.
10
11 Where gutter is to be placed integral with asphalt pavement, as shown on the Plans, the
12 Contractor shall take extra precaution to make a neat, uniform cut, and shall sawcut ..
13 pavement to full-depth, regardless of number of passes necessary. If, in the opinion of
14 the Engineer, the cut is not satisfactory due to Contractor's workmanship or equipment,
15 the Contractor shall fix the problem to the satisfaction of the Engineer, at no extra cost t
16 the Owner.
17
18 Section 2-02.3(5) is new:
19 2-02.3(5) Removing Storm Sewer Pipe
20 Contractor shall remove existing storm sewer pipe as indicated in plans or as directed
21 by the engineer. Where storm sewer pipes are to be removed, excavated native
22 material may be used and compacted as backfill if authorized by Engineer. Any
23 additional material needed, contractor shall use gravel borrow per section 2-03.3(14)J. _.
24
25 Section 2-02.4 replaces the existing vacant section:
26 (******)
27 2-02.4 Measurement
28 Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear
29 foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for
30 separate payment, but shall be included in other items of Work.
31
32 2-02.5 Payment
33 Section 2-02.5 is supplemented by adding:
34 (******)
35 "Saw Cutting", per Lineal Foot.
36 "Remove Sidewalk Incl. Haul", per Square Yard.
37 "Remove Curb and Gutter Incl. Haul", per Lineal Foot.
38 "Cold Mix", per Ton
39 "Remove Asphalt Concrete Pavement," per square yard.
40 "Remove Cement Concrete pavement," per square yard.
41 "Remove Extruded Curb " per Lineal Foot.
42 "Remove existing water utilities," per lump sum.
43 "Remove drainage structure, " per each.
44
45 Payment will be made in accordance with section 1-04.1 for the following bid item when it is
46 included in the proposal.
47 "Remove Storm Sewer Pipe," per lineal foot.
48
49 The unit contract price per lineal foot for "Remove Storm Sewer Pipe" shall be full pay for all
50 work necessary to remove the pipe including excavation, backfill, removal of pipe including
51 haul, and surface restoration.
52
53 All costs related to the removal and disposal of structures and obstructions including saw
54 cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and
55 included in other items unless designated as specific bid items in the proposal. If pavements,
56 sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay
57 items, their removal will be paid for as part of the quantity removed in excavation. If they are
58 mentioned as a separate item in the proposal, they will be measured and paid for as
NE Sunset Boulevard(SR 900)/Duvall Avenue 54 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 provided under Section 2-02.5, and will not be included in the quantity calculated for
2 excavation.
3
4 The unit contract price per lump sum for "Removal of Existing Water Utilities" shall cover the
5 complete cost of providing all labor, materials, equipment, dewatering, excavation,
6 replacement and compaction of backfill materials, capping existing pipes to be abandoned,
7 removal and disposal of existing pipes as shown on the plans, removal and disposal of valve
8 boxes, removal and delivery of existing salvaged hydrants to the City Shops, and final clean-
_ 9 up
10
11 The unit contract price per each for "Remove Drainage Structure" shall be full pay for all
- 12 work necessary to remove the structure including excavation, backfill, removal of structure
13 including haul, removal of pipe including haul, and surface restoration.
14
15 2-03 ROADWAY EXCAVATION AND EMBANKMENT
16 2-03.3 Construction Requirements
17 Section 2-03.3 is supplemented by adding the following:
18 (******)
19 Roadway excavation shall include the removal of all materials excavated from within the
20 limits shown on the plans. Suitable excavated material shall be used for embankments,
21 while surplus excavated material or unsuitable material shall be disposed of by the
22 Contractor.
23
24 Earthwork quantities and changes will be computed, either manually or by means of
25 electronic data processing equipment, by use of the average end area method. Any
26 changes to the proposed work as directed by the Engineer that would alter these quantities
27 shall be calculated by the Engineer and submitted to the Contractor for his review and
28 verification.
29
30 Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by
31 the Engineer, shall not be paid for. All work and material required to return these areas to
32 their original conditions, as directed by the Engineer, shall be provided by the Contractor at
" 33 his sole expense.
34
35 All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades
- 36 shown on the Plans. In filled and backfilled areas, fine grading shall begin during the
37 placement and the compaction of the final layer. In cut sections, fine grading shall begin
38 within the final six (6) inches of cut. Final grading shall produce a surface which is smooth
39 and even, without abrupt changes in grade.
40
41 Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross
42 sections, grades and elevations shown. Care shall be taken not to excavate below the
43 specified grades. The contractor shall maintain all excavations free from detrimental
44 quantities of leaves, brush, sticks, trash and other debris until final acceptance of the Work.
45
46 Following removal of topsoil or excavation to grade and before placement of fills or base
47 course, the subgrade under the roadway shall be proofrolled to identify any soft or loose
48 areas which may warrant additional compaction or excavation and replacement.
49
50 The Contractor shall provide temporary drainage or protection to keep the subgrade free
- 51 from standing water.
52
53 Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall
54 be taken to place excavated material at the optimum moisture content to achieve the
55 specified compaction. Any native material used for fill shall be free of organics and debris
56 and have a maximum particle size of 6 inches.
57
NE Sunset Boulevard(SR 900)/Duvall Avenue 55 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 It shall be the responsibility of the Contractor to prevent the native materials from becoming -
2 saturated with water. The measures may include sloping to drain, compacting the native
3 materials, and diverting runoff away from the materials. If the Contractor fails to take such
4 preventative measures, any costs or delay related to drying the materials shall be at his own
5 expense.
6
7 If the native materials become saturated, it shall be the responsibility of the Contractor to dry
8 the materials, to the optimum moisture content. If sufficient acceptable native soils are not
9 available to complete construction of the roadway embankment, Gravel Borrow shall be
10 used.
11
12 If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as
13 though a subgrade trimmer were specified.
14
15 If sufficient acceptable native soils, as determined by the Engineer, are not available to
16 complete construction of the roadway embankment, Gravel Borrow meeting the
17 requirements of Section 9-03.14 of the Standard Specifications shall be used.
18
19 2-03.4 Measurement
20 Section 2-03.4 is supplemented by adding the following:
21 (******)
22 At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable
23 foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in
24 the hauling vehicle at the point of loading. The contractor shall provide truck tickets for each
25 load removed. Each ticket shall have the truck number, time and date, and be approved by
26 the engineer.
27
28 2-03.5 Payment
29 Section 2-03.5 is revised as follows:
30 (...*.k*) .,
31 Payment for embankment compaction will not be made as a separate item. All costs for
32 embankment compaction shall be included in other bid items involved. Payment will be
33 made for the following bid items when they are included in the Proposal:
34 "Roadway Excavation Including Haul," Per Cubic Yard
35 "Unsuitable Foundation Excavation Including Haul," Per Cubic Yard
36 "Gravel Borrow Including Haul," Per Ton
37
38 When the Engineer orders excavation below subgrade, unit contract prices for roadway
39 excavation and haul shall apply, unless the work and/or equipment to perform the work
40 differs materially from the excavation above subgrade, then payment will be in accordance
41 with the item "Unsuitable Foundation Excavation Including Haul". In this case, all items of
42 work other than roadway excavation shall be paid at unit contract prices.
43
44 The unit contract price per cubic yard for "Roadway Excavation Including Haul' shall be full
45 pay for excavating, loading, placing, or otherwise disposing of the material.
46
47 The unit contract price per cubic yard for "Unsuitable Foundation Excavation Including Haul'
48 shall be full pay for excavating, loading, and disposing of the material.
49
50 Payment for embankment compaction will not be made as a separate item. All costs for
51 embankment compaction shall be included in other bid items involved.
52
53 2-04 HAUL
54 2-04.5 Payment
55 Section 2-04.5 is revised and supplemented as follows:
56 (,.*****)
NE Sunset Boulevard(SR 900)/Duvall Avenue 56 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 All costs for the hauling of material to, from, or on the job site shall be considered incidental
2 to and included in the unit price of other units of work.
3
4 2-06 SUBGRADE PREPARATION
5 2-06.5 Measurement and Payment
6 Section 2-06.5 is supplemented by adding the following:
7 (******)
8 Subgrade preparation and maintenance including watering shall be considered as incidental
9 to the construction and all costs thereof shall be included in the appropriate unit or lump sum
10 contract bid prices.
11
12 2-09 STRUCTURE EXCAVATION
13 2-09.1 Description
14 Section 2-09.1 is supplemented by adding the following:
15 (******)
16 This work also includes the excavation, haul, and disposal of all unsuitable materials such as
17 peat, muck, swampy or unsuitable materials including buried logs and stumps.
18
19 2-09.3(1)D Disposal of Excavated Material
20 Section 2-09.3(1)D is revised as follows:
21 (******)
22 The second paragraph is replaced with:
23 All costs for disposing of excavated material within or external to the project limits shall be
24 included in the unit contract price for structure excavation, Class A or B.
25
26 The third paragraph is replaced with:
27 If the contract includes structure excavation, Class A or B, including haul, the unit contract
28 price shall include all costs for loading and hauling the material the full required distance,
29 otherwise all such disposal costs shall be considered incidental to the work.
30
31 2-09.4 Measurement
32 Section 2-09.4 is revised and supplemented as follows:
33 (******)
34
35 Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer,
36 sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place
37 determined by the neat lines required by the Plans or by the ton as measured in
38 conformance with section 1-09.2.
39
- 40 "Shoring, Design, Construction, and Maintenance" will be based on a percentage defined as
41 the amount of sanitary sewer pipelines installed divided by the total length of water pipe
42 shown to be installed.
43
44 2-09.5 Payment
45 Section 2-09.5 is revised and supplemented as follows:
46 (******)
47 Payment will be made for the following bid items when they are included in the proposal:
48 "Structure Excavation Class A", per cubic yard.
49 "Structure Excavation Class B", per cubic yard.
50 "Structure Excavation Class A Incl. Haul", per cubic yard.
51 "Structure Excavation Class B Incl. Haul", per cubic yard.
52 "Shoring, Design, Construction, and Maintenance," per lump sum.
53
54 Payment for reconstruction of surfacing and paving within the limits of structure excavation
55 will be at the applicable unit prices for the items involved.
56
NE Sunset Boulevard(SR 900)/Duvall Avenue 57 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 If the Engineer orders the Contractor to excavate below the elevations shown in the plans,
2 the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if
3 the Contractor excavates deeper than the plans or Engineer requires, the Contracting
4 Agency will not pay for material removed from below the required elevations. In this case,
5 the Contractor, at no expense to the Contracting Agency, shall replace such material with
6 concrete or other material the Engineer approves. The unit contract price per cubic yard for
7 the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools,
8 equipment, and pumping, or shall be included in the unit bid price of other items of work if
9 "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the
10 contract.
11
12 The lump sum contract price for "Shoring, Design, Construction, and Maintenance" shall be
13 considered full compensation for all labor, materials, equipment, planning, design,
14 engineering by a registered professional engineer, submittals, assembly, maintenance,
15 removal, and disposal of shoring items, and all work necessary to support trench and
16 excavation areas as required by the project specifications and State and Federal Law, OSHA
17 and RCW Chapter 40.17, etc. required to complete this item of work in conformance with the
18 Contract Documents.
19
20 If there is no bid item for shoring or extra excavation Class B on a square foot basis and the
21 nature of the excavation is such that shoring or extra excavation is required as determined
22 by the Engineer, then shoring or extra excavation shall be considered incidental to the work
23 involved and no further compensation shall be made.
24
25 "Gravel Backfill (Kind) for (Type of Excavation)", per cubic yard or per Ton.
26 "Controlled Density Fill", per cubic yard.
27
28 When gravel backfill is paid by the ton, the Contractor shall take care to assure to the
29 satisfaction of the Engineer that such per ton backfill is only being used for the specified
30 purpose and not for purposes where backfill is incidental or being paid by cubic yard.
31 Evidence that per ton gravel backfill is not being used for its designated purpose shall be
32 grounds for the Engineer to deny payment for such load tickets.
33
34 Section 5-04.1 Hot Mix Asphalt
35 Section 5-05.1 is supplemented by the following:
36 (*****)
37 Sawcutting will be incidental to HMA.
38
39 5-04.3(5) Conditioning of Existing Surface
40 Section 5-04.3(5) is revised and supplemented as follows:
41 The Contractor shall maintain existing surface contours during patching, unless instructed
42 otherwise by City Engineer.
43
44 5-04.3(5)A Preparation of Existing Surface
45 Section 5-04.3(5)A is revised and supplemented as follows:
46 The Contractor shall provide its own mechanical sweeping equipment. The sweeper shall
47 be on the project prior to the start of paving, to insure the streets to be paved are clean
48 before the tack coat is applied. The sweeper shall keep the streets clean ahead of the
49 paving machine and clean the streets behind the empty trucks that have dumped their loads
NE Sunset Boulevard(SR 900)/Duvall Avenue 58 October 2005
NElntersection improvements Project
VI. CONTRACT SPECIFICATIONS – CITY OF RENTON
1 into the paving machine. The sweeper must sweep all streets made dirty by the
2 CONTRACTOR'S equipment. If the paving machine is "walked" from one site to another, the
3 sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay
- 4 site until given permission by the City's inspector.
5 All utilities shall be painted with a biodegradable "soap" to prevent the tack and HMA from
6 sticking to the lids. Diesel shall not be used. After the application of soap, catch basins
7 must be covered to prevent tack and HMA from getting into catch basins.
8 The Contractor shall locate all utilities for access immediately after any paving and mark the
9 location by means of painting a circle around the location and scooping a portion of asphalt
10 4" - 6" in diameter and the depth of the patch from the center of the utility location. The
11 Contractor shall locate and completely expose gas and water valves for access immediately
12 after final rolling.
13 Utility adjustments shall begin no later than the day following the start of application of HMA.
14 The Contractor shall have a crew adjusting utilities every workable working day until all
15 adjustments are complete. Utility adjustments must be completed within 15 working days
16 after patch is complete, and within the specified contract time.
17 During the adjustment of any utility, existing concrete bricks or grouting material that has
18 been broken or cracked shall be removed and replaced at the CONTRACTOR'S expense.
19
20 5-04.3(7)A Mix Design
21 Item 2 is deleted and replaced with:
22 (*****)
23
24 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification
25 that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-
26 03.8(6). The contractor must submit the mix design using DOT Form 350-042 EF.
27 Verification of the mix design by the Contracting Agency is not needed. The Project
28 Engineer will determine anti-strip requirements for the HMA.
29
30 The mix design will be the initial job mix formula (JMF) for the class of mix.
31 Any additional adjustments to the JMF will require the approval of the Project
W 32 Engineer and may be made per Section 9-03.8(7).
33
34 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
35 Item 1 is deleted and replaced with:
36 (*****)
37
38 1. General. Acceptance of HMA shall be as provided under nonstatistical or
39 commercial evaluation.
40
41 Commercial evaluation will be used for Commercial HMA and for other classes of
42 HMA in the following applications: sidewalks, road approaches, ditches, slopes,
43 paths, trails, gores and other nonstructural applications as approved by the Engineer.
44 Sampling and testing of HMA accepted by commercial evaluation will be at the option
45 of the Engineer. The proposal quantity of HMA that is accepted by commercial
46 evaluation will be excluded from the quantities used in the determination of
47 nonstatistical evaluation.
NE Sunset Boulevard(SR 900)/Duvall Avenue 59 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1
2 Item 3.E is deleted
3
4 5-04.3(14) Planing Bituminous Pavement
5 Section 5-04.3(14) is supplemented by adding the following:
6
7 The planings will not be utilized as RAP without prior city approval.
8
9
10 5-04.5(1)A Price Adjustments for Quality of HMA
11 Section is deleted and replaced with:
12 (*****)
13 Statistical analysis of quality of gradation and asphalt content will be performed
14 based on Section 1-06.2 using the following price adjustment factors:
15 Table of Price Adjustment Factors
16 Constituent Factor "f"
17 All aggregate passing: 1 '/2°, 1", 3/4",
18 '/2", 3/8" and No. 4 sieves 2
19 All aggregate passing No. 8, No 16,
20 No. 30, No. 50, No. 100 3
21 All aggregate passing No. 200 sieve 20
22 Asphalt binder 52
23
24 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of
25 HMA and for the asphalt binder.
26 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical w
27 Evaluation and having all constituents falling within the tolerance limits of the
28 job mix formula shall be accepted at the unit contract price with no further
29 evaluation. When one or more constituents fall outside the nonstatistical
30 acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in
31 accordance with Section 1-06.2 to determine the appropriate CPF. The
32 nonstatistical tolerance limits will be used in the calculation of the CPF and
33 the maximum CPF shall be 1.00. When less than three sublots exist, backup
34 samples of the existing sublots or samples from the street shall be tested to
35 provide a minimum of three sets of results for evaluation.
36 2. Commercial Evaluation. If sampled and tested, HMA produced under
37 Commercial Evaluation and having all constituents falling within the tolerance
38 limits of the job mix formula shall be accepted at the unit contract price with
39 no further evaluation. When one or more constituents fall outside the .
40 commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be
41 evaluated to determine the appropriate CPF. The commercial tolerance limits
42 will be used in the calculation of the CPF and the maximum CPF shall be
43 1.00. When less than three sublots exist, backup samples of the existing
44 sublots or samples from the street shall be tested to provide a minimum of
45 three sets of results for evaluation.
46
47 For each lot of HMA produced under Nonstatistical or Commercial Evaluation when
48 the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be
49 determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60
NE Sunset Boulevard(SR 900)/Duvall Avenue 60 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the
2 NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix.
3 If a constituent is not measured in accordance with these Specifications, its individual
- 4 pay factor will be considered 1.00 in calculating the composite pay factor.
5
6 5-04.5(1)A Price Adjustments for Quality of HMA Compaction
7 Section is deleted and replaced with:
8 (*****)
9 The maximum CPF of a compaction lot is 1.00
y 10
11 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming
12 Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic
- 13 difference of CPF minus 1.00 multiplied by 40 percent. The Compaction
14 Compliance Price Adjustment will be calculated as the product of the NCFF, the
15 quantity of HMA in the lot in tons and the unit contract price per ton of the mix.
16
17
18 5-05 CEMENT CONCRETE PAVEMENT
- 19 5-05.5...Payment
20 Section 5-05 is modified as follows:
21 (******)
22 "Cement Concrete Approach, 3-Day". Per square yard.
23
24 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS (Additional Section)
25 5-06.1 Description (Additional Section)
26 Pavement areas that have been removed by construction activities must be restored by the
27 Contractor prior to the end of each working period, prior to use by vehicular traffic. Within
28 paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel
29 over the construction areas. Temporary pavement shall be placed around trench plates or
30 others devices used to cover construction activities in a manner that provides a smooth and
31 safe transition between surfaces.
32 Within paved alleys, the Contractor may use the compacted backfill to allow vehicular traffic
33 to travel over the construction areas. Trench plates or others devices used to cover
34 construction activities shall be placed and anchored in a manner that provides a smooth and
35 safe transition between and across surfaces.
36 5-06.2 Materials (Additional Section)
37 Materials for temporary restoration in pavement areas shall be `Hot Mix'.
38 The composition of other components of the temporary asphalt pavement shall be
39 determined by the Contractor to provide a product suitable for the intended application. The
40 Contractor shall not use materials that are a safety or health hazard.
41 Temporary pavement material that does not form a consolidated surface after compaction
42 shall be considered unsuitable and shall be removed from the site. Unsuitable temporary
43 pavement shall be disposed of offsite.
NE Sunset Boulevard(SR 900)/Duvall Avenue 61 October 2005
NElntersection Improvements Project
.r
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 5-06.3 Construction Requirements (Additional Section)
2 The roadway subsurface shall be prepared for the temporary pavement as defined in
3 Section 2-06. Temporary pavement areas greater than ten (10) square feet shall be a
4 minimum of four (4) inches thick and roller compacted to consolidation. The completed
5 pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other
6 irregularities.
7 The Contractor shall immediately repair, patch, or remove any temporary pavement that
8 does not provide a flat transition between existing pavement areas.
9 All temporary asphalt pavements shall be removed from the site by the end of the project
10 and shall not be used as permanent asphalt pavement or subgrade material.
11
12 7-04 STORM SEWERS
13 7-04.2 Materials
14 The second paragraph of Section 7-04.2 is revised as follows:
15 (******)
16 Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer
17 pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated
18 corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in
19 Sections 9-05.4 and 9-05.5.
20
21 PE shall be corrugated high-density polyethylene pipe CPEP (N-12). CPEP pipes shall have
22 a Mannnings "n" value of 0.12
23 .
24 The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
25 representative, stating the specifications to which the materials or products were
26 manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer
27 for approval. Certificates showing nonconformance with the Contract shall be sufficient
28 evidence for rejection.
29
30 Approval of certificates shall be considered only as tentative acceptance of the materials and
31 products, and such action by Engineer will not relieve Contractor of his/her responsibility to -
32 perform field tests and to replace or repair faulty materials, equipment, and/or workmanship
33 and Contractor's own expense.
34
35 7-04.4 Measurement
36 The first paragraph of Section 7-04.4 is revised as follows:
37 (******)
38 The length of storm sewer pipe will be the number of linear feet of completed installation -
39 measured along the invert and will include the length through elbows, tees, and fittings. The
40 number of linear feet will be measured from the center of manhole or from the center of
41 catch basin to center of catch basins and similar type structures.
42
43 7-04.5 Payment
44 The second and third paragraphs of Section 7-04.5 are revised as follows:
45 (******)
46 The unit contract price per linear foot for storm sewer pipe of the kind and size specified
47 shall be full pay for all work to complete the installation, including adjustment of inverts to
48 manholes. When no bid item "gravel backfill for pipe bedding" is included in the Schedule of
49 Prices, pipe bedding, as shown In the standard plans, shall be considered incidental to the -
50 pipe and no additional payment shall be made.
51
NE Sunset Boulevard(SR 900)/Duvall Avenue 62 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to
2 and included in the unit contract prices for other items.
3
4 Cost of connecting pipe to structures shall be included in the various unit contract prices for
5 storm sewer pipe, and no additional compensation will be allowed.
6
7 Abandonment and plugging of pipe shall be included in the lump sum contract price for
8 "Removal of Structure and Obstruction". No separate payment will be made.
9
10 7-05 MANHOLES, INLETS, AND CATCH BASINS
- 11 7-05.2 Materials
12 Section 7-05.2 is revised and supplemented as follows:
13 Manholes shall be precast concrete unless otherwise specified. Manholes shall be sized as
14 indicated on the Drawings with eccentric reducing cones conforming to WSDOT/AWWA
15 Standard Plan B-23A unless shown otherwise on the Drawings or herein. Poured in place
_ 16 bases shall not be allowed. Maximum allowable dimension from top of cone to top of casting
17 shall be 20 inches. A minimum of one adjustment ring shall be installed between the top
18 cone and the manhole cover.
19 Internal concrete channels, benches and fillets shall be formed using 4000LS (Low
20 Shrinkage) 5 sack mix with pea gravel to 5/8-inch (max size) aggregate. A water reducing
21 admixture shall be included in the mix.
22 Pipe to manhole couplings shall be "Kor-n-Seal" boot, GPK Adaptor or approved equal.
23 Manhole sections shall have rubber gasket joints conforming to ASTM C 443. Flexible
24 plastic gaskets shall not be used. All pick holes and manhole sections shall be sealed from
25 the inside and outside with a sand and Portland cement concrete mortar to form a watertight
w 26 seal. Quick set concrete grouts, such as Jet Set Grout, are not allowed.
27 Controlled density fill used to fill sanitary sewers being abandoned under this Contract shall
28 be the following mix or approved equal. The controlled density fill must have a strength of at
29 least 100 PSI and shall have flow characteristics appropriate for filling a sanitary sewer. The
30 mix design for the controlled density fill and the method of installation shall be approved by
31 the Engineer prior to beginning operation.
32
33
34
35 Material Weight (lbs. per cubic yard) Yield, (cubic feet)
36 (Saturated, Surface Dry)
37 Ashgrove Type II 100 0.51
38 Fly Ash 400 2.85
39 CDF Sand 2,419 14.80
40 Water 225 (27.0 Gal-US) 161
41 Total Air (20.0%) 5.44
NE Sunset Boulevard(SR 900)/Duvall Avenue 63 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Total = 27.21
2 Water/Cement Ratio, 0.45 Lbs/Lb
3 Slump, 10.00 inches
4 Concrete unit Weight, 115.6 PC
5 Add one Darafill Egg Capsule per Cubic Yard
6
7 ..
8
9 7-05.3 Construction Requirements
10
11 Section 7-05.3 is revised and supplemented as follows:
12 Manhole base sections shall be placed on a graded and firmly compacted granular bedding
13 course conforming to the requirements for sewer bedding in Sections 7-08.2 and 7-08.3(1)C
14 of the Standard Specifications. The bedding shall be at least 6-inches thick and extend at
15 least 12-inches beyond the limits of the base section all around. The bedding shall be
16 graded to ensure uniform contact and support of the manhole in a true vertical position.
17 Manhole channels shall conform to the City's standard details and the construction plans. All
18 manholes shall be installed with locking frame and cover as shown on City of Renton detail
19 BR29.
20 Contractor shall re-channel existing manhole as necessary to smoothly direct the flow into
21 the existing system. Any leaks in the entry couplings or other areas created while connecting
22 to the existing manhole shall be sealed with Strata Tech ST-520 injection resin or approved
23 equal.
24 All pick holes and joints shall be sealed inside and outside with a sand and Portland cement
25 concrete mortar to provide a waterproof seal. All manholes shall be watertight.
26 Excavation for manholes, clean-outs, inlets, and catch basins shall be provided with
27 adequate safety systems meeting the requirements of the Washington State Industrial Safety
28 and Health Act (WISHA), Chapter 49.17 RCW, and all regulations adopted pursuant thereto.
29 Contractor shall have a structural engineer prepare and stamp any and all shoring plans and
30 calculations. The Contractor alone shall be responsible for worker safety and the Owner and
31 Engineer assume no responsibility.
32
33 All manholes shall have eccentric cones and shall have ladders.
34
35 Sanitary sewer pipe to manhole connections shall be "Kor-n-Seal" boot or approved equal.
36
37 7-05.3(1) Adjusting Manholes and Catch Basins to Grade
38 Section 7-05.3(1) is replaced with:
40 Where shown in the Plans or where directed by the Engineer, the existing manholes,
41 catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated
42 by the Engineer.
43
44 The existing cast iron ring and cover on manholes and the catch basin frame and grate
45 shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From
46 that point, the existing structure shall be raised or lowered to the required elevation.
47
48 The Contractor shall construct manholes so as to provide adjustment space for setting
49 cover and casting to a finished grade as shown on the construction plans, Manhole ring
NE Sunset Boulevard(SR 900)/Duvall Avenue 64 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 and covers shall be adjusted to the finished elevations per standard detail BR29, SP
2 Page 8074, prior to final acceptance of the work. Manholes in unimproved areas shall
3 be adjusted to 6" above grade.
4
5 In unpaved streets: Manholes, catch basins and similar structures in areas to be
6 surfaced with crushed rock or gravel shall be constructed to a point approximately eight
7 inches below the subgrade and covered with a temporary wood cover. Existing
8 manholes shall be cut off and covered in a similar manner. The contractor shall
9 carefully reference each manhole so that they may be easily found upon completion of
10 the street work. After placing the gravel or crushed stone surfacing, the manholes and
11 manhole castings shall be constructed to the finished grade of the roadway surface.
12 Excavation necessary for bringing manholes to grade shall center about the manhole
13 and be held to the minimum area necessary. At the completion of the manhole
14 adjustment, the void around the manhole shall be backfilled with materials which result
15 in the section required on the typical roadway section, and be thoroughly compacted.
16
17 In cement concrete pavement: Manholes, catch basins and similar structures shall be
18 constructed and adjusted in the same manner as outlined above except that the final
19 adjustment shall be made and cast iron frame be set after forms have been placed and
20 checked. In placing the concrete pavement, extreme care shall be taken not to alter the
21 position of the casting in any way.
22
23 In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is
24 completed, at which time the center of each manhole shall be carefully relocated from
25 references previously established by the contractor. The pavement shall be cut in a
26 restricted area and base material be removed to permit removal of the cover. The
27 manhole shall then be brought to proper grade utilizing the same methods of
28 construction as for the manhole itself. The cast iron frame shall be placed on the
29 concrete blocks and wedged up to the desired grade. The asphalt concrete pavement
30 shall be cut and removed to a neat circle, the diameter of which shall be equal to the
b 31 outside diameter of the cast iron frame plus two feet. The base materials and crushed
32 rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall
33 be placed so that the entire volume of the excavation is replaced up to within but not to
34 exceed 2 inches of the finished pavement surface. On the day following placement of
35 the concrete, the edge of the asphalt concrete pavement, and the outer edge of the
36 casting shall be painted with hot asphalt cement.Asphalt Class G concrete shall then be
37 placed and compacted with hand tampers and a patching roller. The complete patch
w 38 shall match the existing paved surface for texture, density, and uniformity of grade. The
39 joint between the patch and the existing pavement shall then be carefully painted with
40 hot asphalt cement or asphalt emulsion and shall be immediately covered with dry
41 paving sand before the asphalt cement solidifies. The inside throat of the manhole shall
42 be thoroughly mortared and plastered.
43
44 Adjustment of inlets: The final alignment and grade of cast iron frames for new and old
45 inlets to be adjusted to grade will be established from the forms or adjacent pavement
46 surfaces. The final adjustment of the top of the inlet will be performed in similar manner
47 to the above for manholes. On asphalt concrete paving projects using curb and gutter
48 section, that portion of the cast iron frame not embedded in the gutter section shall be
49 solidly embedded in concrete also. The concrete shall extend a minimum of six inches
50 beyond the edge of the casting and shall be left 2 inches below the top of the frame so
51 that the wearing course of asphalt concrete pavement will butt the cast iron frame. The
52 existing concrete pavement and edge of the casting shall be painted with hot asphalt
a 53 cement. Adjustments in the inlet structure shall be constructed in the same manner and
54 of the same material as that required for new inlets. The inside of the inlets shall be
55 mortared and plastered.
56
57 Monuments and cast iron frame and cover: Monuments and monument castings shall
58 be adjusted to grade in the same manner as for manholes.
NE Sunset Boulevard(SR 900)/Duvall Avenue 65 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 w
2 Valve box castings: Adjustments of valve box castings shall be made in the same
3 manner as for manholes.
4
5 For this section and for the bid item "Abandon Existing Manhole," the term "manhole(s)"
6 shall refer to either manhole(s) or catch basin(s).
7
8 7-05.3(2) Abandon Existing Manholes
9 Section 7-05.3(2) is revised as follows:
11 Where it is required that an existing manhole be abandoned, the structure shall be
12 broken down to a depth of at least 4 feet below the revised surface elevation, all
13 connections plugged, the manhole base shall be fractured to prevent standing water,
14 and the manhole filled with sand and compacted to 90 percent density as specified in
15 Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may
16 be mixed with the sand subject to the approval of the Engineer. The ring and cover shall
17 be salvaged and all other surplus material disposed of.
18
19 For this section and for the Bid Item "Abandon Existing Manhole," the term "manhole(s)
20 shall refer to either manhole(s) or catch basin(s)
21
22 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes (Additional Section)
23 Section 7-05.3(2)A is added as follows:
24 Where it is required that an existing sanitary sewer pipe be abandoned, the pipe shall be
25 filled with a controlled density fill and both ends of the pipe as well as all lateral connections
26 to the pipe shall be plugged -ith 3000 PSI cement concrete.
27
28 7-05.3(3) Connections to Existing Manholes
29 Section 7-05.3(3) is supplemented by adding the following:
31 Where shown on the plans, new drain pipes shall be connected to existing line, catch
32 basin, curb inlets and/or manholes. The contractor shall be required to core drill into the
33 structure, shape the new pipe to fit and regrout the opening in a workmanlike manner.
34 Where directed by the engineer or where shown on the plans, additional structure
35 channeling will be required.
36
37 Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall
38 be equal to "Kor-n-Seal boots. Existing sanitary sewer manholes shall be cleaned.
39 Repaired, and rechanneled as necessary to match the new pipe configuration and as
40 shown on the construction plans.
41
42 A "connection to existing" item will be allowed at any connection of a new line to an
43 existing structure, or the connection of a new structure to a existing line. No
44 "connection to existing" will be accepted at the location of new installation, relocation
45 and adjustment of line manholes, catch basins or curb inlets.
46
47 Any damage to existing pipe or structure that is to remain in place resulting from the
48 Contractor's operations shall be repaired or replaced at his own expense.
49
50 The unit bid price per each shall be full compensation for all labor, materials and
51 equipment required.
52
53 7-05.3(5) Manhole Coatings (Additional Section)
NE Sunset Boulevard(SR 900)/Duvall Avenue 66 October 2005
NElntersection Improvements Project
" VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
• 1 Section 7-05.3(5) is added as follows:
2 All new sanitary sewer manholes shall be coated as specified below.
r
3 Interior Coating
4 Coating Material: High Solids Urethane
a. 5 Surfaces: Concrete
6 Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast)
7 Application: Shop/Field
8 System Thickness: 6.0 mils dry film
9 Prime Coating: One coat of Wasser MC-Aroshield high solids urethane (2.0
10 DFT)
11 Finish Coating: Two or more coats of Wasser MC-Aroshield (min. 4.0 DFT)
12 Color: White
13 The drying time between coats shall not exceed 24 hours in any case
w
14
15 7-05.4 Measurement
16 Section 7-05.4 is revised and supplemented as follows:
18 Manholes will be measured per each. Measurement of manhole heights for payment
19 purposes will be the distance from finished rim elevation to the invert of the lowest outlet
20 pipe.
21
22 Adjustments of new structures and miscellaneous items such as valve boxes shall be
23 considered incidental to the unit contract price of the new item and no further compensation
... 24 shall be made.
25
26 Adjustment of existing structures and miscellaneous items such as valve boxes shall be
27 measured by "Adjust Existing ," per each, which shall be full pay for all labor and
28 materials including all concrete for the completed adjustment in accordance with Section 7-
29 05.3(1) and the City of Renton Standard Details.
30
31 Connection to existing pipes and structures shall be measured per each.
32
33 7-05.5 Payment
34 Section 7-05.5 is supplemented as follows:
35 (******)
36 "Adjust Existing ," per each.
37 The unit contract price per each for "Adjust Existing shall be full pay for all costs
38 necessary to make the adjustment including restoration of adjacent areas in a manner
39 acceptable to the Engineer.
40
41 If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in
42 the schedule of prices then the work will be considered incidental and its cost should be
43 included in the cost of the pipe.
44
45 "Connect to Existing Catch Basin," per each.
46 "Connect Structure to existing pipe," per each.
47 "Locking Solid Metal Cover and Frame for Catch Basin," per each.
48
49 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
a.
50 7-08.2 Materials
NE Sunset Boulevard(SR 900)/Duvall Avenue 67 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Section 7-08.2 is revised and supplemented as follows:
2 Bedding material for PVC pipe shall meet the requirements of Section 9-03.16.
3 7-08.3(1)A Pipe Zone Bedding
4 Section 7-08.3(1)A is revised and supplemented as follows:
5 Trench excavation shall be unclassified. The CONTRACTOR shall excavate all materials
6 encountered to the depth shown on the Drawings or as directed by the ENGINEER. No
7 extra payment shall be allowed for bedrock, boulders, hard pan, cemented gravel, or any
8 other material encountered.
9 All ledge rock, boulders, and stones shall be removed to provide a minimum of four inches
10 clearance under all portions of the pipe. All rock larger than two inches in diameter shall be
11 disposed of at a site obtained by the CONTRACTOR, and shall not be used for trench
12 backfill.
13 7-08.3(1)C Bedding the Pipe
14 Section 7-08.3(1)C is supplemented by adding the following:
16 Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel
17 consistent with section 9-03.12(3). It shall be placed to a depth of 6" over and 6"
18 under the exterior walls of the pipe.
19
20 Hand compaction of the bedding materials under the pipe haunches will be
21 required. Hand compaction shall be accomplished by using a suitable tamping tool
22 to firmly tamp bedding material under the haunches of the pipe. Care shall be
23 taken to avoid displacement of the pipe during the compaction effort. Compaction
24 shall provide adequate support along the pipe to prevent settling of the pipe.
25 If the native material at the trench bottom meets the gradation as specified for
26 bedding material, the bottom shall be hand finished to grade so that the pipe will
27 have uniform support along the barrel and bell. When native material at the trench
28 bottom is stony or otherwise non-uniform, the trench shall be over-excavated a
29 minimum of 6 inches below the specified grade and a layer of pipe bedding material
30 shall be placed to the specified grade. If the native material at the trench bottom is a
31 unsuitable for foundation purposes or will have difficulty providing uniform bearing
32 for the pipe, such material shall be removed and replaced with a minimum of 6
33 inches of compacted foundation material.
34 Pipe bedding shall be considered incidental to the pipe and no further
35 compensation shall be made.
36
37 7-08.3(1)D Pipe Foundation (Additional Section)
38 Section 7-08.3(1)D is added as follows:
39 When soft or unstable material is encountered at the subgrade which, in the opinion
40 of the Engineer, will not uniformly support the pipe, such material shall be
41 excavated to an additional depth as required by the Engineer and backfilled with
42 foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall
NIP
NE Sunset Boulevard(SR 900)/Duvall Avenue 68 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 be ballast and conform to the requirements of Section 9-03.9(1) of the Standard
2 Specifications.
3 Excess excavation below the required grade shall be backfilled with foundation
4 gravel as specified above and thoroughly compacted to the required grade line.
5 7-08.3(1)E Trench Dewatering (Additional Section)
6 Section 7-08.3(1)E is added as follows:
7 All pipe and fittings shall be laid "in the dry" unless otherwise approved by
8 Engineer. Dewatering may be required during construction of the sewer lines.
9 Dewatering shall be considered incidental to bid items for installation of the utilities.
10 If necessary, dewatering may consist of a combination of trench pumping, well
11 points, and/or wells, and must satisfy the following requirements:
12 Prevent water from entering the trench and maintain dry trench
13 conditions at the foundation level.
14 0 Prevent caving of the trench walls related to water migration through
15 the walls.
16 a Minimize turbidity in the effluent by utilizing properly sized filter pack
17 materials on sumps, wells, and well points.
18 0 Preserve strength of foundation soils.
19 0 Recovery of water levels may be rapid if pumping is interrupted.
20 The Contractor shall provide standby equipment installed and ready
21 to operate to ensure continuous pumping.
22 0 When wells and/or well points are no longer required, they shall be
23 removed, backfilled, and abandoned. Wells can be left in place
24 except the top three feet must be removed provided they are
25 abandoned in accordance with Chapter 173-160 WAC.
26 0 Turbid water must be treated if discharged to the storm system.
27 Discharge of dewatering effluent to the storm system must comply
° 28 with DOE dewatering permit conditions. The Contractor is required
29 to obtain this permit prior to discharging dewatering effluent to the
30 storm sewer system. All costs necessary to treat and monitor the
31 dewatering effluent in accordance with the permit shall be the
32 Contractor's responsibility.
33 The dewatering program must be completed in such a way as to
- 34 avoid excessive dewatering related settlement of adjacent facilities.
35 7-08.3(1)F Hazardous Waste Training (Additional Section)
�. 36 Section 7-08.3(1)F is added as follows:
37 Construction crews working with excavated soils shall have at least 40
38 hour of training in safety requirements for working with hazardous
39 materials should they be encountered.
40
41 7-08.3(2)A Survey Line and Grade
42 Section 7-08.3(2)A is revised and supplemented as follows:
NE Sunset Boulevard(SR 900)/Duvall Avenue 69 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The Contractor shall be responsible for securing the services of a professional land
2 surveyor or qualified engineer who shall provide all survey staking needed in
3 conjunction with the project.
4 The Contractor shall assume full responsibility for the accuracy of the staking and
5 shall provide all replacement staking or re-staking needed. The Contractor shall
6 paint the project stationing baselines on the ground at 50 foot intervals.
7 The Contractor shall have his surveyor locate each major item of work done under
8 this contract by centerline station, offset, and elevation. In addition, the Contractor
9 shall have his surveyor locate, by centerline station, offset, and elevation, all
10 existing utilities uncovered or crossed during Work covered under this contract.
11 The Contractor's surveyor shall maintain accurate field notes that record as a
12 minimum centerline station, offset and cut to each manhole, side sewer, utility
13 crossing, as well as all other changes in alignment or grade as may be needed to
14 draw accurate as-constructed records of the project. These notes shall be kept
15 legibly, in a format conforming to good engineering practice in a hard covered field
16 book.
17 Major items of work shall be defined to include the following items:
18 0 Manholes, Catch Basins and Cleanouts
19 9 Side Sewer Tees and locations at edge of right of way
20 Casing end points
21 Major changes in design grade(s)
22 Existing utility crossings
23 After completion of the work covered by this contract, the Contractor shall provide a
24 copy of all survey field notes containing the construction staking and as-built notes
25 to the Engineer in a hard cover binder along with one set of white prints of the
26 construction drawings upon which the Contractor has plotted the locations of
27 existing utilities, and one set of white prints of the construction drawings upon
28 which the Contractor has plotted the as-built location of the new work as recorded
29 in the field book(s). These drawings shall bear the surveyor's seal and signature
30 certifying its acc
31
32 Survey line and grade control shall be provided in accordance with Sections 1-05.4,
33 1-05.5 and 1-11 in a manner consistent with accepted practices.
34
35 The Contractor shall transfer line and grade into the trench where they shall be
36 carried by means of a laser beam using 50 foot minimum intervals for grade
37 staking. Any other procedure shall have the written approval of the Engineer.
38
39 7-08.3(2)B Pipe Laying — General
40 Section 7-08.3(2)B is supplemented by adding the following:
42 Checking of the invert elevation of the pipe may be made by calculations from
43 measurements on the top of the pipe, or by looking for ponding of 1/2" or less,
44 which indicates a satisfactory condition. At manholes, when the downstream
45 pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths) flow
46 elevation, unless otherwise approved by the Engineer.
47
NE Sunset Boulevard(SR 900)/Duvall Avenue 70 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 All pipe, fittings, etc. shall be carefully handled and protected against damage,
2 impact shocks, and free fall. All pipe handling equipment shall be acceptable to the
3 ENGINEER. Pipe shall not be placed directly on rough ground but shall be
4 supported in a manner which will protect the pipe against injury whenever stored at
5 the trench site or elsewhere. No pipe shall be installed where the lining or coating
6 show defects that may be harmful as determined by the ENGINEER. Such
7 damaged lining or coating shall be repaired, or a new undamaged pipe shall be
8 furnished and installed.
9
10
11 The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure
12 that there are not damaged portions of the pipe. Any defective, damaged or
13 unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be
14 removed from the interior of the pipe before lowering into position in the trench.
15 Pipe shall be kept clean during and after laying. All openings in the pipe line shall
16 be closed with water tight expandable type sewer plugs at the end of each day's
17 operation or whenever the pipe openings are left unattended. The use of burlap,
18 wood, or other similar temporary plugs will not be permitted.
19 Where necessary to raise or lower the pipe due to unforeseen obstructions or other
20 causes, the ENGINEER may change the alignment and/or the grades. Except for
21 short runs which may be permitted by the ENGINEER, pipes shall be laid uphill on
22 grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be
23 blocked and held in place until sufficient support is furnished by the following pipe
24 to prevent movement.
25
26 Unless otherwise required, all pipe shall be laid straight between the changes in
w 27 alignment and at uniform grade between changes in grade. For concrete pipes
28 with elliptical reinforcement, the pipe shall be placed with the minor axis of the
29 reinforcement in a vertical position.
30
31 Immediately after the pipe joints has been made, proper gasket placement shall be
32 checked with a feeler gage as approved by the pipe manufacturer to verify proper
33 gasket placement.
34
35 Isolated grade deviations limited to less than 18 feet in length (each) due to pipe
36 bellies or pipe settling shall not exceed one-half inch.
37 7-08.3(2)E Rubber Gasketed Joints
38 Section 7-08.3(2)E is supplemented as follows:
40 Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and
41 damaging the pipe or joint system. Any damaged pipe shall be replaced by the
42 Contractor at his expense.
43
44 7-08.3(2)J Storing Pipe (Additional Section)
45 Pipe shall be stored on clean, level ground to prevent undue scratching or gouging
46 of the pipe. If the pipe must be stacked for storage, such stacking shall be done in
47 accordance with the pipe Manufacturer's recommendations. The handling of the
48 pipe shall be done in such a manner that it is not damaged by dragging over sharp
49 objects or cut by chokers or lifting equipment. The interior of all pipe and fittings
50 shall be kept free of debris and lifting equipment at all times.
51 7-08.3(3) Backfilling
52 Section 7-08.3 is revised and supplemented as follows:
NE Sunset Boulevard (SR 900)/Duvall Avenue 71 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Select imported trench backfill conforming to Section 9-03.12(1)C shall be placed
2 between the pipe bedding and the base of the subgrade where the native material
3 is not suitable for backfill as determined by the Engineer. The remaining depth
4 shall be restored as noted on the plans. b
5 To the maximum extent available, suitable material obtained from trench excavation
6 shall be used for trench backfill. All material placed as trench backfill shall be free
7 from rocks or stones larger than 2 inches in their greatest dimension, brush,
8 stumps, logs, roots, debris and organic or other deleterious materials. No stones or
9 rock shall be placed in the upper three feet of trench backfill. Rock or stones within
10 the allowable size limit incorporated in the remainder of fills shall be distributed so
11 that they do not congregate or interfere with proper compaction. Contractor shall
12 be responsible for the disposal of any excess excavated soil material.
13 Contractor shall protect suitable native excavated material from becoming
14 unsatisfactory as a result of moisture or separation. Suitable native backfill shall
15 meet the requirements of Section 9-03.16 or 9-03.19.
16 Backfill within paved areas shall be compacted to at least 95 percent of maximum
17 dry density as determined by the modified proctor compaction test, ASTM D1557.
18 This includes the foundation, backfill, and base course materials. Maximum lift
19 thickness of backfill shall not exceed 24 inches between the top of the bedding and
20 4 feet below grade and 12 inches from 4 feet below grade to the base of the
21 subgrade. The Engineer may be on-site to collect soil samples and to test
22 compaction. The Contractor shall provide site access at all times for compaction
23 testing and sample collection. Areas of the trench which fail to meet the
24 compaction requirements shall have the backfill removed, replaced and re-
25 compacted at the Contractor's expense.
26 The Contractor shall be responsible for any settlement of backfill, sub-base, and
27 pavement which may occur during the period stipulated in the contract conditions.
28 All repairs necessary due to settlement shall be made by the Contractor at
29 Contractor's expense.
30 Backfill in unimproved areas shall be compacted to at least 90 percent of maximum
31 dry density as determined by the modified proctor compaction test, ASTM D1557.
32
33 7-08.4 Measurement
34 The first paragraph of Section 7-08.4 is revised as follows:
35 (******)
36 Select trench backfill for water main will be measured by the ton in accordance with Section
37 1-09.2. Import materials used as fill to bring the roadway to finish subgrade shall not be
38 included under this bid item and shall not be paid under this bid item. Select backfill material
39 weight shall be verified by providing a copy of certified truck tickets, which accompany each
40 truckload.
41
42 7-08.5 Payment
43 Section 7-08.5 is replaced with:
44 (******)
45 Payment will be made in accordance with Section 1-04.1 for each of the following bid items
46 that are included in the proposal:
47 "Gravel Backfill for Foundations Class ", per cubic yard, or Ton.
NE Sunset Boulevard(SR 900)/Duvall Avenue 72 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 "Gravel Backfill for Pipe Zone Bedding", per cubic yard, or Ton.
2 All costs associated with furnishing and installing bedding and backfill material within the
3 pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be
4 included in the unit contract price for the type and size of pipe installed.
5 "Plugging Existing Pipe", per each.
6 "Commercial Concrete", per cubic yard.
7 "Structure Excavation Class B", per cubic yard.
8 "Structure Excavation Class B Incl. Haul", per cubic yard.
9 "Select Trench Backfill for Water Main," per ton.
10 Unless specifically identified and provided as separate items, structure excavation,
11 dewatering and backfilling shall be incidental to pipe installation and no further compensation
12 shall be made.
13 All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the
14 unit contract price per foot for the size and type of pipe being jointed.
15 "Shoring or Extra Excavation Class B", per square foot.
16 If this pay item is not in the contract, then it shall be incidental.
17
18 The unit price shown shall cover the complete cost of providing all labor, materials,
19 equipment, select backfill, placing, and compaction of select backfill and disposal of
20 unsuitable native materials. No payment shall be made for over-excavation and subsequent
21 backfill unless the Engineer determines that the over-excavation could not be avoided.
22 Over-excavation is defined as trenching outside the limits as set forth on the construction
23 plans. Additionally, no payment shall be made for necessary compaction to correct backfilled
24 areas, which are not compacted in accordance with these specifications.
25
26 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
27
28
29 7-08.4 Measurement
30 The first paragraph of Section 7-08.4 is revised as follows:
32 Select trench backfill for water main will be measured by the ton in accordance with
33 Section 1-09.2. Import materials used as fill to bring the roadway to finish sub-grade
34 shall not be included under this bid item and shall not be paid under this bid item.
35 Select backfill material weight shall be verified by providing a copy of certified truck
36 tickets, which accompany each truckload.
37
38 7-08.5 Payment
39 Section 7-08.5 is replaced with:
41 "Select Trench Backfill for Water Main", per ton
42
43 The unit price shown shall cover the complete cost of providing all labor, materials,
44 equipment, select backfill, placing, and compaction of select backfill and disposal of
45 unsuitable native materials. No payment shall be made for over-excavation and
46 subsequent backfill unless the Engineer determines that the over-excavation could not
47 be avoided. Over-excavation is defined as trenching outside the limits as set forth on
48 the construction plans. Additionally, no payment shall be made for necessary
- 49 compaction to correct backfilled areas, which are not compacted in accordance with
50 these specifications
51
52 7-09 WATER MAINS
53
54
NE Sunset Boulevard(SR 900)/Duvall Avenue 73 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 7-09.4 Measurement
2 Section 7-09.4 is revised as follows:
3
4 Measurement for water mains shall be per lineal foot of pipe based on the actual lineal
5 footage measured along the centerline of the pipe.
6
7 Measurement shall be per each connection to existing water main.
8 Measurement for payment of concrete thrust blocking and dead-man blocks will be per
9 cubic-yard when these items are included as separate pay items. If not included as
10 separate pay items in the contract, then thrust blocking and dead-man blocks shall be
11 considered incidental to the installation of the water main and no further compensation
12 shall be made.
13
14 Foundation Material for Water Main Select trench backfill for water main will be
15 measured by the ton in accordance with Section 1-09.2. Foundation material weight
16 shall be verified by providing a copy of certified truck tickets, which accompany each
17 truckload.
18
19 Measurement for concrete for thrust blockings shall be per cubic-yard. Concrete
20 material weight shall be verified by providing a copy of certified truck tickets, which
21 accompany each truckload.
22
23 7-09.5 Payment
24 Section 7-09.5 is revised and supplemented as follows:
25
26 "16-Inch Ductile Iron Water Main Pipe & Fittings", per lineal foot.
27
28 The unit price shown shall cover the complete cost of providing all labor, materials,
29 equipment, mobilization, demobilization, traffic control, saw cutting, dewatering,
30 excavation, haul disposal of waste materials, pipe of the size and type shown, polyethylene
31 encasement, special fittings, laying and joining of pipe and fittings, pigging crosses, bends,
32 shackle rods, handling, bedding materials, as shown on the plans, bedding, backfilling and
33 compaction of native materials, testing, flushing, pigging, disinfecting, cleanup
34
35 "Connection to Existing Water Mains", per each.
36
37 The unit price shall cover the complete cost for providing all labor, materials, equipment,
38 saw cutting, excavation, dewatering, haul disposal of waste, removal and disposal of
39 existing pipes, capping and plugging existing pipes and fittings as shown on the project
40 plans, wet-tapping the existing water mains by a City approved wet-tapping contractor,
41 pipe, shackle rods, couplings, cleaning, chlorinating, final connection, bedding material,
42 replacement of bedding, backfill, compaction, and other items necessary to complete this
43 connection to the existing water mains per contract plans and specifications
44
45 "Foundation Material for Water Main", per ton
46
47 The unit price shown shall cover the complete cost of providing all labor, materials,
48 equipment, excavation, haul disposal of waste materials, dewatering, foundation material,
49 placing, and compaction of foundation material. Payment shall be per ton of foundation
50 material.
NE Sunset Boulevard(SR 900)/Duvall Avenue 74 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1
2 "Concrete for Thrust Blockings", per cubic yard
3
4 The unit price per cubic -yard shall cover the complete cost of providing all labor,
5 materials, equipment, excavation, haul disposal of waste, dewatering, concrete vertical
6 and horizontal blocks, dead-man anchor blocks, reinforcing steel, shackle rods, clamp
7 assembly, anchor bolts, and necessary form work.
NE Sunset Boulevard(SR 900)/Duvall Avenue 75 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 7-10 Water Service Line and Water Meter Relocation and Replacement
2 (.....,)
3 Section 7-10 is a new section-
4
5 7-10.1 Description
6
7 The Contractor shall protect all water service lines crossings from damages during
8 construction. Before proceeding with construction activities near water service
9 crossings, the Contractor shall pothole crossings in advance to determine if a conflict
10 exists with the proposed utilities improvements. If a conflict exists, the Contractor shall
11 notify the Project Engineer and coordinate service line relocation with the City of Renton
12 Water Maintenance Department. Should potholing reveals that the existing water
13 service line is made of galvanized piping, the Contractor shall notify the Project
14 Engineer and coordinate the replacement of the galvanized line with copper pipe by the
15 City Water Maintenance Department. A two-week advance notice shall be required for
16 each water service requiring relocation or replacement.
17
18 If a water service line does not require relocation or replacement and is damaged during
19 the course of construction, the Contractor shall be responsible for all labor, materials
20 and equipment costs associated with the repair or replacement of the service line by the
21 City Water Maintenance Department.
22
23 7-10.3 Materials
24
25 All pipe, meter setter, and meter box materials will be provided and installed by City
26 Water Maintenance Department
27
28 7-10.3 Construction Requirements
29
30 The following sequence shall apply to all planned water service line replacement or
31 relocation:
32 1. Contractor potholes and identifies the elevations and pipe materials for all water
33 service line crossings with the new utilities improvements.
34
35 2. If there is a conflict between the existing service line with the new City's utilities
36 to be installed as a part of this contract or if the existing service line is made of
37 galvanized pipe, the Contractor shall notify the City and coordinates the
38 relocation or replacement of the service line by the City Water Maintenance
39 Department. A two-week advance notice shall be required for each water
40 service requiring relocation or replacement.
41
42 3. The Contractor shall fill and grade the area where the meter will be relocated to
43 the finished grade elevation prior to the relocation of the water service line and
44 meter by the City Water Maintenance Department. The Contractor shall
45 excavate and expose the end of the existing water service line, meter setter, and
46 water meter to be relocated by the City Water Maintenance Department.
47
48 4. City of Renton Water Maintenance Department will furnish pipe materials and
49 install the extension of the existing copper service line and will relocate the water
50 meter to the new location as shown on the plans.
51
NE Sunset Boulevard(SR 900)/Duvall Avenue 76 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 5. The Contractor shall backfill and compact the trench for the water service line
2 and restore the area to finish grade.
3
4 7-10.4 Measurement
5
6 Measurement of Water Meter Relocation shall be per each.
7
8 Measurement for relocation of existing water service, meter setter, meter box and
9 connection of the type and size shown will be per each water service and shall be
10 installed in conformance with the Contract plans and specifications.
11
12 7-10.5 Payment
13
14 "Water Meter Relocation", per each
15
16 The unit contract price per each for water meter relocation shall be full compensation for
y 17 all labor, materials, equipment for the relocation of existing water service, meter setter,
18 meter box of the type and size shown size as shown shall be full pay to complete the
19 work specified in the contract documents and plans, and shall include but not be limited
20 to the following:
21 o Locating existing utilities and potholing in advance to determine their horizontal
22 and vertical location,
23 o Saw cutting, trench excavation,
24 o Removal, hauling and disposal of pavement, curbs, gutters, sidewalks, surplus
25 and unsuitable excavated material and the like,
26 o Excavation for installation of service line extension for the City Water
27 Maintenance Department to install the service line extension and meter
28 relocation.
29 o Placing and compacting of bedding materials,
w 30 o Placing and compacting trench backfill,
31 o Grading, filling, compacting the area for the meter relocation to finish grade prior
32 to relocation of the meter,
33 o Restoration of public and private properties
34
35 7-12 Valves for Water Mains
36 (******)
37 7-12.4 Measurement
38 Section 7-12.4 is supplemented by adding the following:
40 Measurement of_ Inch Diameter Gate Valve Assembly shall be per each for each type
41 and size actually installed.
42
43 7-12.5 Payment
44 Section 7-12.5 is replaced with the following:
45
46 "_ Inch Diameter Gate Valve Assembly", per each
47
48 The unit price shall cover the complete cost of providing all labor, materials, equipment,
49 including wet-tapping the existing water main by a City-approved wet-tapping contractor,
50 tapping tee and valve, valve box and cover, operating nut extension, shackle rods, saw
NE Sunset Boulevard(SR 900)/Duvall Avenue 77 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 cutting, excavation, dewatering, haul disposal of waste material, bedding material, �-
2 bedding, backfill, compaction, adjustment to finish grade, and cleanup
3
4
5
6 7-14 HYDRANTS
7 7-14.3(1) Setting Hydrants
8 Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented
9 as follows:
11 After all installation and testing is complete, the exposed portion of the hydrant shall
12 be painted with two field coats. The type and color of paint will be designated by the
13 Engineer.
14
15 Any hydrant not in service shall be identified by covering with a burlap or plastic
16 bag approved by the Engineer.
17
18 Hydrants shall be installed in accordance with AWWA specifications C600-93,
19 Sections 3.7 and 3.8.1 and the City of Renton standard details. Hydrant and guard
20 posts shall be painted in accordance with the water standard detail. Upon
21 completion of the project, all fire hydrants shall be painted to The City of Renton
22 specifications and guard posts painted with two coats of preservative paint NO. 43-
23 655 safety yellow or approved equal. Fire hydrants shall be of such length as to be
24 suitable for installation with connections to 6", 8"AND 10" piping in trenches 3 - 1/2
25 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2
26 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan.
27 Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate a.
28 valve (FL x MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4"
29 x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and
30 accessories, concrete blocks and two concrete guard posts (only if hydrants are
31 outside right-of-way).
32
33 Joint restraint (Shackle Rods) shall be installed in accordance with Section 7-
34 11.3(15).
35
36 7-14.3(4) Moving Existing Hydrants
37 Section 7-14.3(4) is supplemented by adding the following:
38
39 All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant).
40 All rubber gaskets shall be replaced with new gaskets of the type required for a new
41 installation of the same type.
42
43 7-14.5 Payment
44 Section 7-14.5 is revised as follows:
45
46
47 "Hydrant Assembly", per each.
48
49 The unit price shown shall cover the complete cost of providing all labor, materials,
50 equipment, saw cutting, dewatering, excavation, haul disposal of waste materials,
51 polyethylene encasement, pipe, fire hydrant assembly, mainline tee and gate valve, valve
52 box and cover, operating nut extension, Storz adapter, shackle rods, concrete blocking.
NE Sunset Boulevard(SR 900)/Duvall Avenue 78 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 handling, bedding materials, as shown on the plans and standard details, bedding,
2 backfilling, compaction, testing, flushing, pigging, disinfecting, cleanup.
3
4 STORMWATER VAULT(S)
5 A new section, 7-20, STORMWATER VAULT(S) is added as follows.
6
7 This work includes furnishing all labor, tools, materials, equipment and incidentals required
8 to install a Stormwater Vault and appurtenances as shown on the Plans, and in accordance
9 with the manufacturer's recommendations.
10
11 Materials
12 The stormwater vault shall be a Detention Vault/Panel Vault System as manufactured by
13 Utility Vault, 2808 A Street Southeast, Auburn, WA, 98002. Phone: (800) 892-1538, FAX:
14 (253) 735-4201 or equivalent.
15
16 No alternative equivalent systems will be considered prior to award of the contract. The
17 successful bidder may submit proposed alternate equivalent systems to the Contracting
18 Agency for review and approval by the Engineer. Submittals for alternate systems shall
19 include complete design calculations and performance data and must be certified by a
20 licensed professional engineer in the State of Washington. The Engineer shall have 10
21 working days to review the submittal for an alternate system. If revisions are required, the
22 Engineer shall have another 10 working days after re-submittal for review. The contracting
23 agency shall have sole authority to determine the equivalence of any proposed alternate and
24 will issue written approval of a proposed alternate system. The contractor must have written
25 approval of an alternate vault system prior to ordering.
26
27 The Stormwater Vault(s) shall meet the following requirements:
28
29 ■ Designed to ACI-318-99 Building Code.
30 ■ AASHTO HS-20-44 wheel load.
31 ■ ASTM C-890
32 ■ Concrete mixing proportions shall be as determined by the manufacture to
33 produce consistent quality concrete with the following minimum requirements.
34 1. Compressive strength of concrete: f'c=6000psi @28 days
35 2. Air Entrainment: 4% +/- 2%
36 ■ Reinforcing per ASTM A615 Grade 60.
37 ■ Non-Shrink Grout, 5000 psi.
38 ■ Minimum two feet of cover.
39
40 Construction Requirements
41
42 The Stormwater Vault shall be constructed according to the sizes shown on the plans and as
43 specified herein. The Contractor shall install the system at the elevation and location shown
44 on the Plans or as otherwise directed by the Engineer
45
46 The Stormwater Vault(s) shall be installed on a stable base consisting of twelve inches of
47 Gravel Backfill for Pipe Zone Bedding. The Contractor shall be responsible for preparing the
48 site for the installation of the stormwater vault(s) including, but not limited to, temporary
49 shoring, temporary anchoring, dewatering, excavation, cutting and removing pipe, new pipe,
50 bedding and compaction. The contractor shall be responsible for sealing the pipe
NE Sunset Boulevard(SR 900)/Duvall Avenue 79 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 connections to the Stormwater Vault, backfilling and furnishing all labor, tools, and materials
2 needed.
3
4 All required safety precautions for Stormwater Vault(s) installation are the responsibility of
5 the contractor.
6
7 Measurement
8 No specific unit of measurement will apply, but measurement will be for the lump sum total of
9 all items to be furnished and installed for the stormwater treatment system.
10
11 Payment
12 Payment will be made in accordance with Section 1-04.1 for the following bid item included
13 on the proposal:
14
15 "Stormwater Detention Vault", Lump Sum.
16 "Stormwater Wet Vault", Lump Sum.
17
18 The lump sum contract price for "Stormwater Detention Vault" and "Stormwater Wet Vault"
19 shall pay full for furnishing and installing the stormwater detention vault(s) and submitting for
20 approval the shop drawings, Professional Engineer's drawings and calculations. Installation
21 shall include all structure excavation, gravel bedding and subbase, gravel backfill, flow
22 control structure, riser pipes, appurtenances including manhole rings and risers, frame and
23 grate, ladders and pipe fittings or other incidental materials and work necessary to furnish
24 and install the vault(s) as detailed in the plans, specified herein and as recommended by the
25 Manufacturer.
26
27
28 7-17 SANITARY SEWERS
29 7-17.2 Materials
30 Replace the first paragraph with first table, and the fourth paragraph with second table of
31 Section 7-17.2 with the following:
32 Gravity sewer pipe shall PVC Sewer Pipe conforming to Section 9-05.12(1) unless indicated
33 otherwise on the plans. PVC pipe shall be considered flexible conduit. The Contractor shall
34 provide two copies of the pipe manufacturer's technical literature and tables of dimensional
35 tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of
36 those prescribed or having defects that prevent adequate joint seal or any other damage
37 shall be rejected. If requested by the Engineer, not less than three or more than five lengths
38 of pipe for each size, selected from stock by the Engineer, shall be tested as specified for
39 maximum dimensional tolerance of the respective pipe.
40 All fittings shall be of the same type and class as the pipe unless specifically called out for
41 herein or on the Drawings. PVC sewer pipe and fittings shall be furnished with bells and
42 spigots which are integral with the pipe wall. PVC pipe joints shall be rubber gasket type.
43 Solvent cement joints shall not be used.
44
NE Sunset Boulevard(SR 900)/Duvall Avenue 80 October 2005
NElntersectlon Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 7-17.3(2)F Air Pressure Test for Sanitary Sewers Constructed of Non Air-
2 Permeable Materials
w 3 Section 7-17.3(2)F is revised and supplemented as follows:
4 Side sewers stubbed to the property line shall be air-tested in conjunction with the main
5 sewer pipe.
6 7-17.3(2)H Television Inspection
7 Section 7-17.3(2)F is revised and supplemented as follows:
8 The video inspection shall be done after the manholes have been channeled and the line
9 cleaned and flushed. The video inspection shall be done with a minimum flow of water in the
10 pipe and inspected in the direction of the flow unless otherwise directed by the ENGINEER.
11 The camera shall have rotational capabilities and be used by the operator to view up each
12 side sewer connection and provide best views of any non-conforming items.
13 Once the television inspection has been completed the contractor shall submit the written
14 reports of the inspection plus the video tapes to the Engineer. Said video tapes are to be in
15 color and compatible with the City's viewing and recording systems. The City system
16 accepts '/2-inch wide high density VHS tapes. The tapes shall be run at standard speed SP
w 17 (1 5/16 I.P.S.). The Contractor shall use TV inspection report forms that are considered
18 industry standard and as approved by the Owner, and provide completed forms and video
19 tapes of the completed TV inspection to the Owner.
6 20 For Schedule C, Section 7-17 is revised and supplemented as follows:
21 7-17.14 Payment Schedule (Additional Section)
22 7-17.6(1) Scope
23 Payment for the various items of the Bid Sheets associated with Schedule C, as further
24 specified herein, shall include all compensation to be received by the CONTRACTOR for
25 furnishing all tools, equipment, supplies, and manufactured articles, and for all labor,
26 operations, and incidentals appurtenant to the items of work being described, as necessary
27 to complete the various items of the work in accordance with the requirements of the
28 Contract Documents, including all appurtenances thereto, and including all costs of
29 compliance with the regulations of public agencies having jurisdiction, including but not
30 limited to Safety and Health Administration of the U.S. Department of Labor (OSHA).
31 Separate payment shall not be made for any item that is not specifically set forth in the Bid
32 Schedules and all costs therefore shall be included in the prices named in the Bid Schedules
33 for the various appurtenant items of work.
34 7-17.6(2) Mobilization & Demobilization
35 Mobilization and Demobilization shall be measured as a lump sum and shall include the
36 establishment of all site improvements required to begin construction associate with
37 Schedule C, including: project schedule, and transportation of equipment to the project site,
38 receipt of all bonds and insurance policies, obtaining all required permits, along with any
NE Sunset Boulevard(SR 900)/Duvall Avenue 81 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 other submittal and shop drawing requirements, provide protection of existing facilities and
2 removal of all materials and equipment from the construction site after project completion.
3 Mobilization and Demobilization shall be paid as described in Section 1-09.7 and as modified
4 in these documents.
5 7-17.6(3) Trench Excavation Safety Systems
6 Section 2-09.4 is revised and supplemented as follows:
7 Shoring or Extra Excavation. Measurement for trench excavation safety systems shall be
8 based on a percentage defined as the amount of sanitary sewer pipelines installed divided
9 by the total length of sanitary sewer pipe shown to be installed.
10 Section 2-09.5 is revised and supplemented as follows:
11 Shoring or Extra Excavation. Payment for trench excavation safety systems shall be
12 made at the measured percentage amount for the pay period times the lump sum amount
13 bid. Said payment shall be complete compensation for all equipment, labor, materials,
14 hauling, planning, design, engineering, submittals, furnishing and constructing and removal
15 and disposal of such temporary sheeting, shoring, and bracing complete as required under
16 the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17,
17 etc. required to complete this item of work in conformance with the Contract Documents.
18 7-17.6(4) Temporary Erosion/Sedimentation Controls
19 Delete the fifteenth paragraph of Section 1-07.15 and replace Section 8-01.4 with the
20 following:
21 Measurement for temporary erosion/sediment control(s) shall be based on the percentage of
22 total work complete for Schedule C, by dollar value, at the time of measurement.
23 Replace Section 8-01.5 with the following:
24 Payment for temporary erosion/sedimentation control(s) shall be at the lump sum amount bid
25 multiplied times the measured percentage of total work completed for the contract. Said
26 payment shall be complete compensation for all labor, materials, equipment, straw-bale
27 dikes, silt fencing, plastic sheeting, etc. required to complete this item of work in
28 conformance with Contract Documents.
29
30 7-17.6(5) Construction Surveying, Staking, and As-builts
31 Measurement for construction surveying, staking and as-built information shall be based on
32 the percentage of total work complete, by dollar value, at the time of measurement.
33 Payment for construction surveying, staking and as-built information shall be at the lump
34 sum amount bid multiplied times the measured percentage of total work completed for the
35 contract. Said payment shall be complete compensation for all labor, materials, equipment,
36 travel, surveying needed to construct the improvements to the line and grade as shown on
NE Sunset Boulevard(SR 900)/Duvall Avenue 82 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 the plans, to provide the required construction and as-constructed field (as-built information)
2 notes and drawings, etc. required to complete this item of work in conformance with the
3 Contract Documents. No more than 50% of the bid amount for this item shall be paid prior to
4 the review and acceptance of the as-constructed information by the Engineer.
5 7-17.6(6) Landscape Restoration
6 Replace Section 8-02.4 with the following:
7 Measurement for landscape restoration shall be per lump sum of landscape restored as
8 required to complete this item in conformance with the Contract Documents.
9 Replace Section 8-02.5 with the following:
10 Payment for landscape restoration shall be per lump sum, which payment shall be complete
11 compensation for all labor, equipment, materials, materials hauling, sod, topsoil, preparation,
12 forming, placement, finishing, watering, cleanup, etc. required to compete this item in
13 conformance with the Contract Documents.
14 7-17.6(7) Television Inspection of Sanitary Sewers
15 Section 7-17.4 is revised and supplemented as follows:
16 Measurement for television inspection of the new sewers shall be based on the lineal feet of
17 pipe inspected.
18 Section 7-17.5 is revised and supplemented as follows:
19 Payment for television inspection of the new sewers in accordance with Section 7-17.3(2)H
.. 20 shall be made at the amount bid per linear foot. Said payment shall be considered complete
21 compensation for all labor, materials, and equipment required to perform a television
22 inspection of the pipe and to prepare a videotape record of all new sanitary sewers
23 constructed under this contract. Contractor shall bear all costs incurred in correcting any
24 deficiencies found during testing, including the cost of any additional testing that may be
25 required by the Owner to verify the correction of said deficiency. The Contractor shall be
26 responsible for all costs incurred in any television inspection performed solely for the benefit
27 of the Contractor.
28 7-17.6(8) 15-Inch Diameter PVC Sewer Pipe
- 29 7-17.6(9) 8-Inch Diameter PVC Sewer Pipe
30 Measurement for furnishing and installing 15-inch and 8-inch diameter sanitary sewer pipe
31 shall be per Section 7-17.4 for each size and type of pipe required and as defined in
32 proposal.
- 33 Section 7-17.5 is revised and supplemented as follows:
34 Payment for furnishing and installing sanitary sewer pipe shall be made at the amount bid
„ 35 per linear foot. Said payment shall be complete compensation for all labor, materials, and
36 equipment required to furnish and install the pipe of the size and type required. Work shall
37 also include but not be limited to any hauling; pavement cutting; asphalt or cement concrete
NE Sunset Boulevard(SR 900)/Duvall Avenue 83 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 pavement removal; temporary traffic control, dewatering; bypass pumping of existing
2 sanitary sewage; casing the sewer pipe at water main crossings with insufficient separation;
3 removal and disposal of waste material; placement, maintenance and removal of temporary
4 pavement patching; and testing pipe (exfiltration or low pressure air tests and deflection
5 testing) required to complete the work in accordance with the Contract Documents.
6 Furnishing and installing pipe bedding; backfilling with native materials, and compacting all
7 backfill shall also be included in this bid item. Trench limits shall be from the bottom of any
8 foundation material to the bottom of the sub-base for the asphalt patching and paving. The
9 asphalt patching and paving as well as the sub-base shall be paid as part of the asphalt
10 paving, patching, and restoration bid items. Select imported trench backfill materials shall be
11 paid under other bid items.
12 7-17.6(10) 6-Inch Diameter PVC Side Sewer Pipe
13 Measurement shall be as specified in Section 7-18.4:
14 Delete Section 7-18.5. Payment shall be as specified in Sections 1-09.14(7) and 7-17.5. -
15 7-17.6(11) 54-Inch Diameter Sanitary Sewer Manhole
16 7-17.6(12) 48-Inch Diameter Sanitary Sewer Manhole
17 7-17.6(13) 48-Inch Diameter Cut-In Sanitary Sewer Manhole
18 Section 7-05.4 is revised and supplemented as follows;
19 Measurement for furnishing and installing 54-inch, 48-inch, and 48-inch cut-in sanitary sewer
20 manholes shall be per each for each type manhole installed in conformance with the
21 Contract Documents and as defined in proposal. Measurement of manhole heights for
22 payment purchases shall be the distance from the finished rim elevation to the invert of the
23 lowest outlet pipe.
24 Section 7-05.5 is revised and supplemented as follows;
25 Payment for furnishing and installing 54-inch, 48-inch, and 48-inch cut-in sanitary sewer
26 manholes of the size required shall be made at the unit price bid per each. Said payment
27 shall be complete compensation for all labor, equipment, and materials required to furnish
28 and install the manhole of the size required. Work shall also include but not be limited to any a
29 hauling; pavement cutting; asphalt or cement concrete pavement removal; dewatering;
30 removal and disposal of waste material; placement, maintenance and removal of temporary
31 pavement patching; adjusting frames to grade; channeling manhole, testing manhole, and
32 connecting manhole to new and/or existing pipes required to complete all manholes in
33 conformance with the Contract Documents. Furnishing and installing foundation material,
34 backfilling with native material, and compacting native backfill shall also be included in this
35 bid item. Payment for cut-in manholes shall also include the cost of bypassing sewage as
36 necessary to complete the installation. Select imported trench backfill materials shall be
37 paid under other bid items.
38 Each manhole shall include but not be limited to a concrete base, precast concrete manhole
39 sections, gaskets, coating system (sealer), manhole frame and lid, ladder and rungs, and
40 other associated appurtenances.
41 7-17.6(14) Connections to Existing Manholes
NE Sunset Boulevard(SR 900)/Duvall Avenue 84 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Section 7-05.4 is revised and supplemented as follows;
2 Measurement for connecting the new sewer main to an existing manhole shall be per each
3 for connection made in conformance with the Contract Documents.
4 Section 7-05.5 is revised and supplemented as follows;
5 Payment for connections to existing manholes shall be made at the unit price bid per each.
6 Said payment shall be complete compensation for all labor, equipment, and materials
7 required to make each connection. Work shall include but not be limited to excavating
8 around and protecting the existing manhole; core drilling for the new connection;
9 rechanneling the existing manhole; removing the existing manholes if necessary; furnishing
10 and installing any fittings and/or adaptors; hauling any materials; disposing of waste
11 material; relocating ladder and rungs if necessary; making all pipe to manhole connections;
12 placing subsequent native backfill; compacting backfill; cleaning; and testing required to
13 complete all the connections in conformance with the Contract Documents. Select imported
_ 14 trench backfill materials are included in other bid items.
15
16 7-17.6(15) Abandoning Existing Sanitary Sewer Main
17 Section 7-05.4 is revised and supplemented as follows;
18 Abandoning existing gravity sewers shall be measured by the cubic yards of Controlled
19 Density Fill required to completely fill the pipes being abandoned.
20 Section 7-05.5 is revised and supplemented as follows;
21 Payment for abandoning the existing sanitary sewer pipes shall cover the complete cost of
22 providing all, labor, materials, and equipment required to fill and plug the identified existing
23 sanitary sewer mains. The work shall include but not be limited to furnishing, delivering, and
24 placing the controlled density fill and installing permanent and temporary plugs and blocks
25 as needed to ensure that the pipes being abandoned are completely filled with controlled
26 density fill.
27 7-17.6(16) Abandon Existing Sanitary Sewer Manhole
28 Section 7-05.4 is revised and supplemented as follows;
29 Measurement for abandon existing sanitary sewer manholes shall be per each for existing
30 manholes abandoned in conformance with the Contract Documents.
31 Section 7-05.5 is revised and supplemented as follows;
_ 32 Payment for abandon existing sanitary sewer manholes shall cover the complete cost of
33 providing all labor, materials, and equipment required to complete the Work. The Work shall
34 include but not be limited to saw-cutting the existing surface as needed; removing and
35 salvaging portions of the structure as identified on the Drawings; fracturing the base to
- 36 prevent standing water; plugging all pipe inlets; furnishing and installing sand or other gravel
37 material inside the manhole; compacted the sand to 90 percent density; hauling and
NE Sunset Boulevard(SR 900)/Duvall Avenue 85 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 disposing of waste materials; backfilling with native material; compacting backfill; and
2 placing, maintaining and removing temporary pavement patching in conformance with the
3 Contract Documents. Select imported trench backfill materials (except sand used to fill the
4 manhole) are included in other bid items. r
5 7-17.6(17) Foundation Gravel
6 Replace the first sentence of the fifth paragraph of Section 7-10.4 with the following:
7 Removal and replacement of unsuitable foundation material shall be measured in tons
8 based on the placed weight of material installed. Placement of foundation gravel shall be
9 measured only for the area(s) authorized by the Engineer. Certified weight tickets shall
10 accompany each load, a copy of tickets shall be given to the Engineer daily. Wasted
11 materials shall not be included in the measurement.
12 Replace the fifth paragraph of Section 7-10.5 with the following:
13 Payment for removal and replacement of unsuitable foundation material shall be made at the
14 amount bid per ton. Said payment shall be complete compensation for all labor, materials,
15 equipment, excavation, foundation gravel, haul, placement, water, compaction, removal and
16 disposal of waste material, etc. required to complete this item of work in conformance with
17 the Contract Documents.
18
19 7-17.6(18) Select Imported Trench Backfill
20 Replace the sixth paragraph of Section 7-10.4 with the following:
21 Measurement for select imported trench backfill shall be measured in tons based on the
22 weight of material installed. Certified weight tickets shall accompany each load, a copy of
23 tickets shall be given to the Engineer daily. Wasted materials shall not be included in the
24 measurement or payment. Only materials placed within the pay limits shown shall be
25 considered for payment. Material placed outside of the pay limits shown on the plans or as
26 approved by the Engineer shall be deducted from the certified tickets.
27 Replace the sixth paragraph of Section 7-10.5 with the following:
28 Payment for select imported trench backfill shall be made at the amount bid per ton. Said
29 payment shall be complete compensation for all labor, materials, equipment, hauling,
30 placement, water, compaction, removal and disposal of waste materials, etc, required to
31 complete this item of work in conformance with the Contract Documents.
32 7-17.6(19) Crushed Surfacing Base Course
33 Measurement for select Crushed Surfacing Base Course shall be measured in tons based
34 on the weight of material installed. Certified weight tickets shall accompany each load, a
35 copy of tickets shall be given to the Engineer daily. Wasted materials shall not be included in
36 measurement or payment. Only materials placed within the pay limits shown shall be for a.
37 payment. Material placed outside of the pay limits shown on the plans or as approved by the
38 Engineer shall be deducted from the certified tickets.
NE Sunset Boulevard(SR 900)]Duvall Avenue 86 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 7-17.6(20) HMA CL. 1/2" PG 64-22
2 Section 5-04.4 is revised and supplemented as follows;
3 HMA CL. '/2" PG 64-22 shall be measured in tons.
4 Section 5-04.5 is revised and supplemented as follows;
5 Payment for HMA CL. '/2" PG 64-22 shall be made at the amount bid per square yard. Said
6 payment shall be complete compensation for all labor, materials, haul, surface preparation,
7 compaction, water, pavement saw cutting, asphaltic materials, tack oil, placement, final
8 trench patch, utility adjustments, cleanup, etc. required to complete this item of work in
9 conformance with the contract documents. No additional payment shall be made for work
- 10 necessary to correct an asphalt concrete patch not installed in accordance with
11 specifications.
® 12 7-17.6(21) Remove/Replace Concrete Sidewalk & Driveways
13 Measurement for remove/replace concrete sidewalk and driveways shall be in square yards
14 of sidewalk and driveway repair required for installation of the utilities as shown in the
15 Contract Documents, unless otherwise approved by the Engineer.
16 Payment for remove and replace concrete sidewalk and driveways shall be made at the
- 17 amount bid per square yard. Said payment shall be complete compensation for all labor,
18 equipment, and materials required to remove any existing materials; hauling all materials;
19 and any and all preparation, forming, placing, finishing, cleanup, etc. required to complete
20 this item in conformance with the Contract Documents.
21 7-17.6(22) Remove/Replace Concrete Curb & Gutter
22 Measurement for remove/replace concrete curb & gutter shall be in lineal feet of curb repair
23 required for installation of utilities as shown in the Contract Documents, unless otherwise
24 approved by the Engineer.
25 Payment for remove/replace concrete curb and gutter shall be made at the amount bid per
26 lineal foot. Said payment shall be complete compensation for all labor, equipment, and
27 materials required to remove any existing materials; hauling all materials; and any
28 preparation, forming, placing, finishing, cleanup, etc. required to compete this item in
29 conformance with the Contract Documents.
30
31
32
NE Sunset Boulevard(SR 900)/Duvall Avenue 87 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 DIVISION 8
2 MISCELLANEOUS CONSTRUCTION
3 8-04 CURBS, GUTTERS, AND SPILLWAYS
4 8-04.3 Construction Requirements
5 Section 8-04.3 is supplemented as follows:
6 (******)
7 Curbs and gutters shall be constructed in accordance with cement concrete barrier curb and
8 gutter, Renton Standard Plan F001 and extruded curb Renton Standard Plan F004.
9
10 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting newly
11 placed concrete. Damaged, vandalized, or unsightly concrete shall be removed and
12 replaced at the Contractor's expense.
13
14 The Contractor shall notify the Engineer immediately in cases where the proposed gutter lip
15 elevation appears higher than the adjacent pavement. Gutter lips shall not be constructed
16 higher than -17e adjacent pavement.
17 .r
18
19 8-13 MONUMENT CASES
20 8-13.1 Description
21 Section 8-13.1 is revised and supplemented as follows:
22 (******)
23 This work shall consist of furnishing and placing monument cases and covers, in accordance
24 with the Standard Plans and these Specifications, in conformity with the lines and locations
25 shown in the Plans by the Contractor supplied surveyor.
26
27 The Contractor shall retain the services of a registered surveyor for re-establishing
28 monuments impacted by construction.
29
30 8-13.3 Construction Requirements
31 Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
32 (******)
33 The monument will be furnished by the Contractor and set by the Contractor supplied
34 surveyor.
35
36 When existing monuments will be impacted by a project, the Contractor shall be responsible
37 for assuring that a registered surveyor references the existing monuments prior to
38 construction. After construction is complete, the monuments shall be re-established by the
39 surveyor in accordance with RCW58.09.130.
40
41 8-13.4 Measurement
42 Section 8-13.4 is supplemented by adding the following:
43 (******)
44 All costs for surveying and resetting existing monuments impacted by construction shall be
45 considered incidental to the contract unless specifically called out to be paid as a bid item. _.
46
47 8-13.5 Payment
48 Section 8-13.5 is supplemented by adding the following:
50 "Reset Existing Monument" per each.
51
52 Resetting an existing monument impacted by construction shall be incidental unless included
53 as a pay item in the Schedule of Prices.
54
55
NE Sunset Boulevard(SR 900)/Duvall Avenue 88 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 8-14 CEMENT CONCRETE SIDEWALKS
2 8-14.3(4) Curing
3 Section 8-14.3(4) is replaced with:
5 The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
6 Specifications shall prevail, except that white pigmented curing compound shall not be
7 used on sidewalks. The curing agent shall be applied immediately after brushing and
8 be maintained for a period of 5 days.
9
10 The Contractor shall have readily available sufficient protective covering, such as
- 11 waterproof paper or plastic membrane, to cover the pour of an entire day in the event of
12 rain or other unsuitable weather. During the curing period, all traffic, both pedestrian
13 and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional
14 time as the Engineer may specify.
15
16 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting
17 the newly placed concrete to prevent damage. Damaged, vandalized, discolored,
18 stained, or unsightly concrete shall be removed and replaced at the expense of the
19 Contractor.
20
21 8-14.4 Measurement
22 Section 8-14.4 is supplemented by adding the following:
23 (******)
24 When the contract contains a pay item for "Curb Ramp, Cement Concrete," the per each
25 measurement shall include all costs for the complete installation per the plans and standard
26 details including expansion joint material, curb and gutter and ramped sidewalk section.
27 Sawcutting, removal and disposal of excavated materials including existing pavement and
28 sidewalk, crushed surfacing base materials and all other work, materials and equipment
29 required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement
30 Concrete" unless any of these other items are listed and specified to be paid as separate
31 pay items.
32
33 If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the plans
34 call for such installation, then quantities shall be measured with and paid for under the bid
35 items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be
36 constructed of asphalt concrete, the payment shall be included in the pay item for
37 "Miscellaneous and/or Driveway Asphalt Concrete."
38
39 8-14.5 Payment
40 Section 8-14.5 is supplemented by adding the following:
42 "Curb Ramp, Cement Concrete," per each.
43
44 Payment for excavation of material not related to the construction of the sidewalk but
45 necessary before the sidewalk can be placed, when and if shown in the Plans, will be made
46 in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all
47 excavations including haul and disposal, regardless of the depth required for constructing
48 the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit
49 contract price per square yard for "Cement Conc. Sidewalk" and the per each contract price
50 for"Curb Ramp, Cement Concrete."
51
52
NE Sunset Boulevard(SR 900)/Duvall Avenue 89 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 8-17 IMPACT ATTENUATOR SYSTEMS 4-
2 8-17.5 Payment
3 Section 8-17.5 is supplemented by the following:
4 (******)
5 If no pay item is included for temporary impact attenuators then all costs to provide and
6 install shall be considered a part of the pay item for "Traffic Control."
7
8
9 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
10 8-20.2(1) Equipment List and Drawings
12 Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following:
13 The Contractor shall submit for approval six sets of shop drawings for each of the
14 following types of standards called for on this project:
15 1. Light standards with ^r without pre-approved plans.
16 2. Signal standards wits: or without pre-approved plans.
17 3. Combination Signal and lighting standards.
18 4. Metal Strain Poles.
19
20 Paragraph five of Section 8-20.2(1) is deleted.
21
22 Paragraph six of Section 8-20.2(1) is deleted.
23
24 Section 8-20.2(1) is supplemented as follows:
25 The Contractor also shall submit either on the signal standard shop drawings or
26 attached to the signal standard shop drawings all dimensions to clearly show the
27 specific mast arm mounting height and signal tenon locations for each signal pole to be
28 installed.
29
30 8-20.3(2) Excavating and Backfilling
31 Section 8-20.3(2) has been supplemented by adding the following:
32 (******)
33 CITY OF RENTON
34 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS
35 Amended April 4, 2005 by Ordinance 5131
36
37
38 SECTION 1 PURPOSE
39 The purpose of this code section is to establish guidelines for the restoration of City streets
40 disturbed by installation of utilities and other construction activities. Any public or private
41 utilities, general contractors, or others permitted to work in the public right-of-way will adhere
42 to the procedures set forth in this policy.
43
44 SECTION 2 DEFINITIONS
45 Engineer: The term engineer shall denote the City project manager, inspector and/or plan
46 reviewer, or their designated representative.
47
48 SECTION 3 HOURS OF OPERATIONS
49 Hours for work within the roadway for asphalt overlays or trench restoration shall be as
50 directed by the Traffic Control Plan requirement-, and as approved by the Traffic Operations
51 Engineer.
52
53
NE Sunset Boulevard(SR 900)/Duvall Avenue 90 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
- 1 SECTION 4 APPLICATION
2 1. The following standards shall be followed when doing trench or excavation work
3 within the paved portion of any City of Renton right-of-way.
4 2. Modifications or exemptions to these standards may be authorized by the
- 5 Planning/Building/Public Works Administrator, or authorized representative, upon
6 written request by the permittee, their contractor or engineer and demonstration
7 of an equivalent alternative.
8
9 SECTION 5 INSPECTION
10 The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-
11 of-pavement) overlay is required due to changes in the permit conditions such as, but not
12 limited to the following:
13 1. There has been damage to the existing asphalt surface due to the contractor's
14 equipment.
15 2. The trench width was increased significantly or the existing pavement is
-. 16 undermined or damaged.
17 3. Any other construction related activities that require additional pavement
18 restoration.
19
20 SECTION 6 CITY OF RENTON STANDARDS
21 1. All materials and workmanship shall be in accordance with the City of Renton
22 Standard and Supplemental Specifications (current adopted version) except
23 where otherwise noted in these Standards. Materials and workmanship are
24 required to be in conformance with standards for the Standard Specifications for
25 Road, Bridge, and Municipal Construction prepared by the Washington State
26 Chapter of the American Public Works Association (APWA) and the Washington
27 State Department of Transportation (WSDOT) and shall comply with the most
28 current edition, as modified by the City of Renton Supplemental Specifications.
29
30 An asphalt paver shall be used in accordance with Section 5-04.3(3) of
31 Standard Specifications. A "Layton Box" or equal may be used in place of
32 the power-propelled paver. Rollers shall be used in accordance with
33 Section 5-04.3(4) of the Standard Specifications. "Plate Compactors" and
34 "Jumping Jacks" SHALL NOT be used in lieu of rollers.
35 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard
36 Details, unless modified by the City Permit. Surfacing depths shown in the
37 Standard Details are minimums and may be increased by the Engineer to
38 meet traffic loads or site conditions.
39
40 SECTION 7 REQUIREMENT FOR PATCHING, OVERLAY, OVERLAY WIDTHS
41 All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding
42 shall be a minimum of one foot (1') outside the trench width. The top two inches (2") of
43 asphalt shall be ground down to a minimum distance of one foot (1') beyond the actual
44 outside edges of the trench and shall be replaced with two inches (2") of Class B asphalt,
45 per City of Renton Standards. At the discretion of the engineer, a full street width overlay
46 may be required.
47
48 Lane-width or a full street-width overlay will be determined based upon the location and
49 length of the proposed trench within the roadway cross-section. Changes in field conditions
50 may warrant implementation of additional overlay requirements.
51
52 1. Trenches (Road Crossings):
53 a The minimum width of a transverse patch (road crossing) shall be six and
54 one-half feet (65). See City of Renton Standard Plan Drawing #HR —23 (SP
55 Page: H032A).
.. 56 b Any affected lane will be ground down two inches (2") and paved for the entire
57 width of the lane.
NE Sunset Boulevard(SR 900)/Duvall Avenue 91 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 c Patch shall be a minimum of one foot (1') beyond the excavation and patch
2 length shall be a minimum of an entire traveled lane.
3 d If the outside of the trenching is within three feet (3') of any adjacent lane line,
4 the entire adjacent traveled lane affected will be repaved
5 e An area including the trench and one foot (1') on each side of the trench but
6 not less than six and one half feet (6.5') total for the entire width of the
7 affected traveled lanes will be ground down to a depth of two inches (2"). A
8 two-inch (2") overlay of Class B asphalt will be applied per City standards.
9 2. Trenches Running Parallel With the Street:
10 a The minimum width of a longitudinal patch shall be four and one-half feet
11 (4.5'). See City of Renton Standard Plan Drawing #HR-05 (SP Page H032).
12 b If the trenching is within a single traveled lane, an entire lane-width overlay •
13 will be required.
14 c If the outside of the trenching is within three feet (3') of any adjacent lane line,
15 the entire adjacent traveled lane affected will be overlaid.
16 d If the trenching is greater than, or equal to 30% of lane per block (660-foot
17 maximum block length), or if the total patches exceed 12 per block, then the
18 lanes affected will be overlaid. Minimum overlay shall include all patches
19 within the block section.
20 e The entire traveled lane width for the length of the trench and an additional
21 ten feet (10') at each end of the trench will be ground down to a depth of two
22 inches (2"). A two-inch (2") overlay of Class B will be applied per City
23 standards.
24 3. Potholing:
25 Potholing shall meet the same requirements as trenching and pavement
26 restoration. Potholing shall be a minimum of one foot (1') beyond the excavation.
27 All affected lanes will be ground down to a depth of two inches (2") and paved not
28 less than six and one half feet (6.5') wide for the entire width of the lane.
29 Potholes greater than five feet (5) in length, width or diameter shall be restored to
30 trench restoration standards. In all cases, potholes shall be repaired per Renton
31 Standard Plan # HR05 (SP Page H032). Restoration requirements utilizing
32 vactor equipment will be determined by the engineer. ..
33
34 SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING
35 The contractor in all cases can remove the pavement in the replacement area instead of
36 grinding out the specified two inches (2") of asphalt. Full pavement replacement to meet or
37 exceed the existing pavement depth will be required for the area of pavement removal.
38
39 SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION REQUIREMENTS
40 1. Trench restoration shall be either by a patch or overlay method, as required and
41 indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP
42 Pages #H032, H032A, and H033).
43 2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut
44 or grinding. Sawcuts shall be a minimum of two feet (2') outside the excavated
45 trench width.
46 3. All trenching within the top four feet (4') shall be backfilled with crushed surfacing
47 materials conforming to Section 4-04 of the Standard Specifications. Any
48 trenching over four feet (4') in depth may use materials approved by the Engineer
49 or Materials Lab for backfilling below the four-foot (4') depth. If the existing
50 material (or other material) is determined by the Engineer to be suitable for
51 backfill, the contractor may use the native material, except that the top six inches
52 (6") shall be crushed surfacing top course material. The trench shall be
53 compacted to a minimum ninety-five percent (95%) density, as described in
54 Section 2-03 of the Standard Specifications. In the top six feet (6') of any trench,
55 backfill compaction shall be performed in eight to 12-inch (8-12") lifts. Any trench
56 deeper than six feet (6') may be compacted in 24-inch lifts, up to the top six-foot
57 (6') zone.
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 92 October 2005
NElntersection Improvements Project
— VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 All compaction shall be performed by mechanical methods. The compaction tests
2 may be performed in maximum four-foot (4') vertical increments. The test results
3 shall be given to the Engineer for review and approval prior to paving. The
4 number and location of tests required shall be determined by the Engineer.
5 4. Temporary restoration of trenches for overnight use shall be accomplished by
6 using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as
7 approved by the Engineer. ATB used for temporary restoration may be
8 dumped directly into the trench, bladed out and rolled. After rolling, the trench
9 must be filled flush with asphalt to provide a smooth riding surface. If the
10 temporary restoration does not hold up, the Contractor shall repair the patch
11 within eight hours of being notified of the problem by the City. This requirement
12 applies 24 hours per day, seven days a week. In the event that the City
13 determines to repair the temporary patch, the contractor shall reimburse the City
14 in an amount that is double the City's cost in repairing the patch, with the second
15 half of the reimbursement to represent City overhead and hidden costs.
- 16 5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as
17 required and indicated on City of Renton Standard Plans #HR-05, HR-23, and
18 HR-22 (SP Pages #H032, H032A, and H033) or as directed by the Engineer. The
19 grade of asphalt shall be AR-4000W. The materials shall be made in
20 conformance with Section 9-02.1(4) of the Standard Specifications.
21 6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall
22 be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the
23 Standard Specifications. Tack shall be applied as specified in Section 5-04 of the
24 Standard Specifications.
25 7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section
26 5-04 of the Standard Specifications; except those longitudinal joints between
27 successive layers of asphalt concrete shall be displaced laterally a minimum of
28 twelve inches (12"), unless otherwise approved by the Engineer. Fine and coarse
29 aggregate shall be in accordance with Section 9-03.8 of the Standard
30 Specifications.
31
32 All street surfaces, walks or driveways within the street trenching areas shall be
33 feathered and shimmed to an extent that provides a smooth-riding connection
34 and expeditious drainage flow for the newly paved surface.
35
36 Feathering and shimming shall not decrease the minimum vertical curb depth
37 below four inches (4") for storm water flow. The Engineer may require additional
38 grinding to increase the curb depth available for storm water flow in areas that are
39 inadequate. Shimming and feathering, as required by the Engineer, shall be
40 accomplished by raking out the oversized aggregates from the Class B mix as
41 appropriate.
42
43 Surface smoothness shall be per Section 5-04.3(13) of the Standard
44 Specifications. The paving shall be corrected by removal and repaving of the
45 trench only. Asphalt patch depths will vary based upon the streets being
46 trenched. The actual depths of asphalt and the work to be performed shall be as
47 required and indicated on City of Renton Standard Plans #HR-05, HR-23, and
48 HR-22 (SP Pages #H032, H032A, and H033).
49
50 Compaction of all lifts of asphalt shall be a minimum ninety-two percent (92%) of
51 density as determined by WSDOT Test Method 705. The number of tests
52 required shall be determined by the Engineer.
53
54 Testing shall be performed by an independent testing lab with the results being
55 supplied to the Engineer. Testing is not intended to relieve the contractor from
56 any liability for the trench restoration. It is intended to show the inspector, and
57 the City, that the restoration meets these specifications.
58
NE Sunset Boulevard (SR 900)/Duvall Avenue 93 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 8. All joints shall be sealed using paving asphalt AR-4000W.
2 9. When trenching within the unpaved roadway shoulder(s), the shoulder shall be
3 restored to its original condition, or better.
4 10. The final patch or overlay shall be completed as soon as possible and shall not
5 exceed fifteen (15) working days after first opening the trench. This time frame
6 may be adjusted if delays are due to inclement paving weather or other adverse
7 conditions that may exist. However, delaying of final patch or overlay work is
8 subject to the Engineer's approval. The Engineer may deem it necessary to
9 complete the work within the fifteen (15) working day time frame and not allow
10 any time extension. Should this occur, the Contractor shall perform the
11 necessary work, as directed by the Engineer.
12 11. A City of Renton temporary Traffic Control Plan (from Renton Transportation
13 Engineering) shall be submitted and approved by the Engineer a minimum of
14 three (3) working days prior to commencement of work.
15
16 8-20.3(4) Foundations
17 Section 8-20.3(4) has been revised and supplemented as follows:
19 Paragraph 11 is deleted.
20
21 Paragraph 13 is deleted.
22
23 The section is supplemented as follows:
24
25 The anchor bolts shall match that of the device to be installed thereon.
26
27 Where obstructions prevent construction of planned foundations, the Contractor shall
28 construct an effective foundation satisfactory to the Engineer.
29
30 The contractor shall provide all material for and construct the foundations for and to the
31 dimensions specified in table 1 below. The anchor bolts shall match that of the device
32 to be installed thereon.
33 Table 1
34 Type of device Dimensions
35
36 Street Light Pole 4' Deep x 3' Sq or Dia.
37 Signal Pole up to 40' mast arm 7' Deep x 3' Sq or Dia.
38 Signal Pole over 40' mast arm See Traffic Signal Standard
39 Plan Sheet TS2
40 Signal Controller See Detail Sheet/Renton Standard Plan 028
41 Street Light Control Cabinet See Detail Sheet/Renton Standard Plan 010
42 1 Special Base See Detail Sheet/ Standard Plan
43
44 All excess materials are to be removed from the foundation construction site and
45 disposed of at the contractor's expense.
46
47 Concrete shall be placed against undisturbed earth if possible. Disturbed earth or
48 backfill material shall be compacted to 95 percent of the material's maximum density.
49 Before placing the concrete the contractor shall block-out around any other
50 underground utilities that lie in the excavated base so that the concrete will not adhere
51 to the utility line. Concrete foundations shall be troweled, brushed, edged and finished
52 in a workmanship-like manner. Concrete shall be promptly cleaned from the exposed
53 portion of the anchor bolts and conduit after placement. Foundation shall all be Class
54 3000 concrete. After the specified curing period, the contractor may install the
55 applicable device thereon.
56
57 All concrete foundations shall be constructed in the manner specified below:
NE Sunset Boulevard(SR 900)/Duvall Avenue 94 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 1. Where no sidewalks are to be installed, the grade for the top of the foundation
2 shall be as specified by the engineer. (See detail sheet)
3 2. Where sidewalk or raised islands are to be constructed as a part of this project,
4 the top of the foundation shall be made flush with the top of the sidewalk or
5 island. (See detail sheet)
6
7 All concrete foundations shall be located as per stationing on the plans or as located by
8 the engineer in the field.
9
10 8-20.3(5) Conduit
11 Section 8-20.3(5) is revised and supplemented as follows:
13 The paragraph requiring galvanized steel conduit at certain locations is deleted.
14 Galvanized steel conduit shall only be placed if so indicated in the plans.
15
16 Trench construction shall be per Section 8-20.3(2).
17
18 When the Contractor encounters obstructions or is unable to install conduit because of
19 soil conditions, as determined by the Engineer, additional work by the Contractor to
20 place the conduit will be paid in accordance with Section 1-04.4.
21
22 Pull Wires shall be installed by the Contractor.
23
24 All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special
25 Provisions.
26
w 27 All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness
28 of conduit shall be consistent within continuous conduit runs with no mixing of different
29 schedule types between terminations.
30
31 The contractor shall provide and install all conduit and necessary fittings at the locations
32 noted on the plans. Conduit size shall be as indicated on the wiring and conduit
33 schedule shown on plans.
34
35 Conduit to be provided and installed shall be of the type indicated below:
36
37 Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used
38 whenever the conduit is to be placed other than within the roadway area.
39
40 Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used
41 when the conduit is to be placed within the roadway area.
42
43 All joints shall be made with strict compliance to the manufacturer's recommendations
44 regarding cement used and environmental conditions.
45
46 8-20.3(6) Junction Boxes
47 Section 8-20.3(6) is supplemented by adding the following:
48 (******)
49 The contractor shall provide and install junction boxes, pull boxes, and cable vaults of
50 the type and size at the locations specified in the plans and as per detail sheets.
51
52 All junction boxes and associated concrete pads shall be installed on compacted sub
53 grade which shall include six inches of 5/8th-inch minus crushed surfacing top course
54 material installed under and around the base of the junction box. The junction box shall
55 include installation of a 4" thick Class "B" cement concrete pad enclosing the junction
56 box as per the plans, specifications and detail sheets. Concrete shall be promptly
57 cleaned from the junction box frame and lid.
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 95 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 All junction boxes shall have galvanized steel lids and frames.
2
3 The inscription on the covers of all junction boxes, pull boxes, and cable vaults shall be
4 as indicated below:
5 Street lighting only: "Lighting"
6 Signal only: "Signals"
7 Traffic signal and street lighting: "TS-LT"
8 Intelligent Transportation Systems only: "ITS" w
9 Inscriptions on function boxes performing the same function shall be consistent
10 throughout the project. All junction boxes shall be installed in conformance with
11 provisions contained in the Standard Plans and Details.
12
13 8-20.3(8) Wiring
14 Section 8-20.3(8) Is revised and supplemented with the following:
16 Splices to loop return cables shall be made with soldered compression type connectors.
17 All stranded wires terminated at a terminal block shall have an open end, crimp style
18 solderless terminal connector, and all solid wires terminated at a terminal block shall
19 have an open end soldered terminal connector. All terminals shall be installed with a
20 tool designed for the installation of the correct type of connector and crimping with
21 pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall
22 be trimmed and cabled together to make a neat, clean appearing installation. No
23 splicing of any traffic signal conductor shall be permitted unless otherwise indicated on
24 the plans. All conductor runs shall be attached to appropriate signal terminal boards
25 with pressure type binding posts.
26
27 8-20.3(9) Bonding, Grounding
28 Section 8-20.3(9) is revised and supplemented as follows:
30 The fifth paragraph is deleted. w
31
32 The sixth paragraph is deleted.
33
34 The following is added:
35
36 All street light standards, signal poles and other standards on which electrical
37 equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in
38 diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in
39 the nearest junction box. All signal controller cabinets and signal/lighting service
40 cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic
41 ground rod located in the nearest junction box with a bare copper bonding strap sized in
42 accordance with the plans, specifications and applicable codes.
43
44 Ground rods are considered miscellaneous items and all costs are to be included with
45 the system or conductors. Ground straps are also miscellaneous items unless a
46 separate pay item is provided in the "Schedule of prices."
47
48 8-20.3(10) Services Transformer, Intelligent Transportation System
49 Cabinet
50 Section 8-20.3(10) is revised and supplemented as follows:
52 Paragraph two is deleted.
53
NE Sunset Boulevard (SR 900)/Duvall Avenue 96 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
- 1 Paragraph three is deleted.
2
3 The following is added:
4
5 Three types of power service are used as indicated below:
6 1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle A.C. (traffic
7 signal service only)
8 2. Type II, system shall be single phase 240 volt, 2 wire, 60 cycle A.C. (street
9 lighting non contactor, individual controlled photo-cell with no neutral wire)
10 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street
11 lighting contactor/traffic signal, grounded neutral service)
- 12
13 The power service point shall be as noted on the plans and shall be verified by the
14 electrical servicing utility.
15
16 8-20.3(11) Testing
17 Section 8-20.3(11) is supplemented as follows:
19 Requests for traffic signal turn on will not be considered until a pre-turn on inspection of
20 signal system has taken place.
21
22 All discrepancies and deficiencies must be corrected by the contractor and re-inspected
23 prior to requesting signal turn on date.
24
25 Requests for signal turn on shall not be considered until electrical service to the
26 intersection has been provided and has been energized by the electric utility.
27
28 A minimum of three (3) working days notice will be required for signal turn on.
29
30 Channelization at the intersection must be complete per plan before requesting signal
31 turn on date. Any deletions of channelization prior to turn on must be approved by the
32 engineer.
33
34 City forces shall provide, post and maintain proper signing warning of new signal ahead.
35
36 Section 8-20.3(13)A is replaced with:
38 8-20.3(13)A Light Standards
39
40 Light standards shall be handled when loading, unloading, and erecting in such a
41 manner that they will not be damaged. Any parts that are damaged due to the
42 Contractor's operations shall be repaired or replaced at the Contractor's expense,
43 to the satisfaction of the Engineer.
44
45 Contractor shall remove existing foundations and light standards as indicated
46 contract plans. Any parts damaged due to Contractor's operations shall be
47 repaired or replaced at the Contractor's expense, to the satisfaction of the
48 Engineer.
49
50 The Contractor shall relocate suitable light standards as indicated on plans with
51 NRW foundations and other materials necessary to complete the electrical system.
52
53 Light standards shall not be erected on concrete foundations until foundations have
54 set at least 72 hours or attained a compressive strength of 2,400 psi, and shall be
55 raked sufficiently to be plumb after all load has been placed, or as otherwise
- 56 directed by the Engineer.
57
58 Light Standards shall be erected in accordance with section 8-20.3(4).
59
NE Sunset Boulevard(SR 900)/Duvall Avenue 97 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Anchor bolts shall extend through the top heavy-hex nut two full threads to the
2 extent possible while conforming to the specified slip base clearance requirements.
3 Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in
4 accordance with Sections 6-03.3(33) and 8-20.3(4).
5
6 Anchor bolts damaged after the foundation concrete is placed shall not be repaired
7 by bending or welding. The Contractor's repair procedure is to be submitted to the
8 Engineer for approval prior to making any repairs. The procedure is to include
9 removing the damaged portion of the anchor bolt, cutting threads on the
10 undamaged portion to remain, the installation of an approved threaded sleeve nut
11 and stud, and repairing the foundation with epoxy concrete repair.
12
13 The grout pad shall not extend above the elevation of the bottom of the base.
14
15 In setting timber poles, the Contractor shall provide a minimum burial of 10 percent
16 of the total pole length plus 2 feet and shall plumb or rake the poles as directed by
17 the Engineer.
18
19 The hand hole shall be located at 90 degrees to the davit arm on the side away
20 from traffic. A grounding lug or nut shall be provided in the hand hole frame or
21 inside the hand hole frame or inside the pole shaft to attach a ground bonding
22 strap.
23
24 All poles and davit arms shall be designed to support a luminaire weight of 50 lbs.
25 or more and to withstand pressures caused by wind loads of 85 m.p.h. with gust
26 factor of 1.3.
27
28 All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of
29 weight load and 2.33 p.s.i. for basic wind pressure.
30
31 Davit Arms:
32
33 The davit style arm shall incorporate a 5'9" radius bend as measured from the
34 centerline of the shaft. The outer portion of the arm shall be nearly horizontal to +2'
35 above horizontal and shall be furnished with a 2" diameter shipfitter with a
36 maximum length of 8 inches to fit the luminaire specified. The pole end of the davit
37 arm tube shall be fastened securely to the top of the shaft producing a flush joint
38 with an even profile.
39
40 Anchor Base:
41
42 A one piece anchor base of adequate strength, shape and size shall be secured to
43 the lower end of the shaft so that the base shall be capable of resisting at its yield
44 point the bending moment of the shaft at its yield point. The base shall be provided
45 with four slotted or round holes to receive the anchor bolts. Nut covers shall be
46 provided with each pole.
47
48 Anchor Bolts:
49
50 Four steel anchor bolts, each fitted with two hexnuts and two washers, shall be
51 furnished with the pole. Anchor bolts shall meet the requirements of Section 9-
52 06.5(3) and 9-06.5(4). The anchor bolt yield point shall be capable of resisting the
53 bending moment of the pole shaft at its yield point. The contractor shall assure that
54 all anchor bolts conform to the recommended ASTM specifications of the pole
55 manufacturer and shall secure and submit to the City for approval all manufacturer
56 data on pole bending moment, anchor bolt fabrication data, test results and any
57 other data that may be required to confirm that the anchor bolts meet these
58 specifications.
59
NE Sunset Boulevard(SR 900)/Duvall Avenue 98 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Miscellaneous Hardware-
2
3 All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation
4 shall be stainless steel.
5
6 I.D. (Identification for poles):
7
8 The contractor shall supply and install a combination of 4-digits and one letter on
9 each pole, whether individual luminaire or signal pole with luminaire. The letter and
10 numbers combination shall be mounted at the 15 foot level on the pole facing
11 approaching traffic. Legends shall be sealed with transparent film, resistant to dust,
12 weather and ultraviolet exposure. The decal markers shall be either:
13 a. 3 inch square with gothic gold or white reflectorized 2 inch legend on a
14 black background, or
15 b. 3 inch square with black 2 inch legend on a white reflectorized
16 background.
17 The 1.D. number will be assigned to each pole at the end of the contract or project
18 by the City traffic engineering office. Cost for the decals shall be considered
19 incidental to the contract bid.
20
21 Light standards shall be spun aluminum davit style and shall meet the pole detail
22 requirements indicated below and the detail sheets at the end of these
23 specifications.
24
25 The pole shaft shall be provided with a 4" x 6" flush hand hole near the base and a
26 matching metal cover secured with stainless steel screws or bolts.
27
28 The pole shall be adjusted for plumb after all needed equipment has been installed
29 thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts
30 using proper sized sockets, open end, or box wrenches. Use of pliers, pipe
31 wrenches, or other tools that can damage galvanizing will not be permitted. Tools
32 shall be of sufficient size to achieve adequate torquing of the nuts. the space
33 between the concrete foundation and the bottom of the pole base plate shall be
34 filled with a dry pack mortar grout and trowled to a smooth finish conforming to the
35 contour of the pole base plate.
36
37 Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine
38 sand with just enough water so that the mixture will stick together on being molded
39 into a ball by hand, and will not exude moisture when so pressed. A one half inch
40 drain hole shall be left in the bottom of the grout pad as shown on the standard
41 detail.
42
43 8-20.3(14) Signal Systems
44
45 8-20.3(14)E Signal Standards
46 Item 3 in Section 8-20.3(14)E is revised as follows:
48 3. Disconnect connectors complete with pole and bracket cable shall be
49 installed in any signal standard supporting a luminaire. Illumination wiring
50 shall conform to City of Renton Standard Plans.
51
52 The following supplement is added:
53 14. Installation of all nuts and bolts shall be performed with proper sized
54 sockets, open end or box wrenches. Use of pipe wrenches or other tools
55 which can damage the galvanization of the nuts and bolts will not be
56 permitted. Tools shall be of a sufficient size and strength to achieve
57 adequate torquing of the nut(s).
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 99 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Section 8-20.3(14)F is a new section:
3 8-20.3(14)F Opticom Priority Control Systems
4 The Contractor shall supply the manufacturer's software on original disks.
5 Controller cabinets shall have the related harness wired into the cabinet by the
6 supplier.
7
8 8-20.3(15) Grout
9 Section 8-20.3(15) is supplemented by adding the following:
11 After the pole is plumbed the space between the concrete foundation and the bottom of
12 the pole base plate shall be filled with a dry pack mortar grout trowled to a smooth finish
13 conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of
14 a 1:3 mixture of Portland cement and fine sand with dust enough water so that the
15 mixture will stick together on being molded into a ball by hand and will not exude
16 moisture when so pressed. A one half inch drain hole shall be left in the bottom of the
17 grout pad as shown on the standard detail.
18
19 8-20.3(16) Reinstalling Salvaged Material
20 Section 8-20.3(16) is supplemented by adding the following.
21 (*****)
22 Contractor shall remove existing signage mast arms and haul to Renton city shops
23 located at 3555 NE Second Street, Renton, WA, for inspection and storage.
24
25 8-20.4 Measurement
26 Section 8-20.4 is supplemented as follows:
27 (******)
28 Measurement for unit price items shall be as described in Section 8-20.5 or as described in
29 the contract schedule of prices and/or special provisions.
30
31 When shown as lump sum in the Plans or in the proposal as "Copper cable connection",
32 'WSDOT connection", and "CCTV installation", no specific unit of measurement will apply,
33 but measurement will be for the sum total of all items for a complete system to be furnished
34 and installed.
35
36 8-22 PAVEMENT MARKING
37 8-22.1 Description
38 The following item In Section 8-22.1 is revised as follows:
39 (******)
40 Crosswalk Stripe _.
41 A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk
42 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
43 center of lanes. See detail sheet.
44
45 Skip Center Line (Replacement)
46 A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a
47 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center
48 line delineation on two-lane or three-lane, two-way highways.
49
50 Double Yellow Center Line (Replacement)
51 Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow
52 center stripe is used as center line delineation on multilane, two-way highways and for
53 channelization.
54
55 Approach Line (New)
56 A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
57 through movements, to separate high occupancy vehicle lanes from general purpose lanes,
NE Sunset Boulevard(SR 900)/Duvall Avenue 100 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
- 1 for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-
2 degree angle and 10 feet apart.
3
4 Lane Line (Replacement)
- 5 A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the
6 same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a
7 9-foot line and a 15-foot gap.
8
9 Two Way Left Turn Line (Replacement)
10 A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide,
11 separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit
12 consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of
13 the broken line in the direction of travel.
14
15 Crosswalk Line (Replacement)
16 A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk
17 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
18 center of lanes. See detail sheet.
19
20 Stop Line (Replacement)
21 A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
22
- 23 8-22.3(5) Installation Instructions
24 Section 8-22.3(5) is revised as follows:
25 (******)
26 A manufacturer's technical representative need not be present at the initial material
- 27 installation to approve the installation procedure.
28
29 8-22.5 Payment
30 Section 8-22.5 is supplemented as follows:
31 (******)
32 "Approach Stripe," per linear foot.
33
34 "Remove Paint Line ....." wide," per linear foot.*
35
36 "Remove Plastic Line ........Wide," per linear foot.*
37
T 38 "Remove existing traffic markings, "per lump sum.*
39
40 *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the
41 lump sum contract price for "Remove existing traffic markings" shall be full compensation for
42 furnishing all labor, tools, material, and equipment necessary for removal of existing traffic
43 markings as per the plans, specifications and detail sheets. If these pay items do not appear
44 in the contract schedule of prices, then the removal of old or conflicting traffic markings
45 required to complete the channelization of the project as shown on the plans or detail sheets
46 shall be considered incidental to other items in the contract and no further compensation
47 shall be made.
48
49 8-23 TEMPORARY PAVEMENT MARKINGS
50 8-23.5 Payment
51 Section 8-23.5 is supplemented with the following:
52 (******)
53 If no pay item is included in the contract for installation or for removal of temporary pavement
54 markings then all costs associated with these items are considered incidental to other items
- 55 in the contract or included under "Traffic Control," if that item is included as a bid item.
56
57
NE Sunset Boulevard(SR 900)/Duvall Avenue 101 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON `
1 Section 8-30 is a new section with new subsections:
2 (******)
3 8-30 CLOSED CIRCUIT TELEVISION (CCTV) CAMERA SYSTEM
4 8-30.1 Description
5 This specifications section provides the requirements for the closed circuit television (CCTV)
6 camera(s) and the pole mounted cabinet(s) that will be installed as shown on the plans. The
7 camera will be a dual mode, day (color) and night (monochrome) video camera with optical
8 zoom lens and a high speed pan/tilt positioning system enclosed within a sealed and
9 pressurized 7" optical dome. The cabinet will be a weather proofed pole-mounted
10 equipment cabinet. Both power cabling and fiber optic communications cable will be pulled
11 to and terminated inside the cabinet. The cabinet will house the video/data transmitter
12 module and provide an access point for CCTV field maintenance.
13
14 8-30.2 Materials
15 8-30.2(1) Dome Camera
16 8-30.2(1)A Functional Requirements
17 The camera shall meet the following functional requirements:
18 . %" Progressive Scan Color Sensor w
19 • Horizontal Resolution of 470 TV Lines
20 • 23:1 (3.6mm to 82.8mm) optical zoom lens
21 • Continuous digital zoom with selectable range from OFF to 1 OX
22 • Effective overall focal length of 3.6mm to 828mm
23 . possible zoom speeds
24 • Auto/Manual Focus
25 • Selectable long term integration to 1/4 second with frame store video output
26 • Selectable shutter speeds from 1/60 second to 1/30,000 second
27 • Composite video output; NTSC format
28 • Adjustable color balance
29 • Internal phase adjust line-lock, software adjustable
30 • Programmable on screen character generator
31 • Wide Dynamic Range (WDR) by use of dual shutter exposure technique.
32 • Camera Addressing via RS-422/RS-232 serial control, protocol/command set
33 to be public domain.
34 • Internal heater and blower
35 • Sealed enclosure pressurized with dry nitrogen
36 No mechanical pan limits, continuous rotation capability in either direction
37 Variable pan speed from 0.1°/sec. to >250°/sec. (Preset Mode).
38 1800 continuous tilt movement through 900 down with auto image rotation at
39 90° down.
40 Variable tilt speed from 0.1°/sec. to 60°/sec
41 64 zoom, focus, pan & tilt preset positions, each with a unique user
42 programmable preset ID
43 • Capable of tour sequence defined using up to 64 preset positions.
44 • Capable of an effective horizontal angle of view of 54° wide angle to 2.50 -
45 max. telephoto. The camera shall provide Wide Dynamic Range (WDR) by
46 use of dual shutter exposure technique.
47 8-30.2(1)B Camera Specifications
48 • Imager: Interline transfer Progressive Scan CCD with mosaic-type color
49 compensating filter.
50 • Image Area. '/4" Format 3.6mm (H) x 2.7mm (V)
51 Resolution: 470 horizontal; 350 vertical
52 Picture Elements: 758 (H) x 504 (V)
53 Video Output: NTSC, 1 V p-p @ 75 ohms, unbalanced.
54 Maximum Lens Aperture: f/1.6 (wide) to f/3.6 (tele)
55 Optical Zoom Range: 23X, 3.6mm to 82.8mm
56 Digital Zoom Range: 1X (Off) through 10X, Smooth transition from Optical to
57 Digital Zoom
NE Sunset Boulevard(SR 900)/Duvall Avenue 102 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 . Effective Digital Focal Length: 82.8mm to 828mm
2 • Optical Zoom Speed: Three speeds, from approximately 2.9 seconds to 5.8
3 seconds full range
4 • Horizontal Angle of View: Optical: 540 to 2.50; At 1 OX Digital: 540 to 0.250
.
5 • Minimum Focus Distance: 40" in tele, 0.4" in wide angle
6 • Auto Focus: Selectable Auto/Manual Minimum Scene Illumination for Reliable
7 Auto Focus, 30% video
8 • Manual Focus Speed: One speed, approximately 2.0 seconds to full range
9 • Zoom & Focus Presets: 64 preset positions, focus is auto, if programmed,
10 shall display the Preset ID
11 • Flash Memory: Update firmware and new features via serial communication.
12 • Long Term Integration Range: (Short Shutter) Provides manual selection of
13 integration duration for enhanced sensitivity. Integration times are , 1/4
14 second, 1/2 second, 1/8 second, 1/15 second, 1/30 second. Frame Store
15 video output provides continuous video output, updated at the integration
16 rate.
17 • Manual Shutter: Sectable shutter speeds of 1/60; 1/120; 1/180; 1/250; 1/500;
18 1/1,000; 1/2,000; 1/4,000; 1/10,000; 1/30,000 second
19 • Auto Iris: Iris automatically adjusts to compensate for changes in scene
20 illumination to maintain constant video level output within sensitivity
21 specifications.
22 • Manual Iris: The effect of open iris/close iris shall be done by changing the
- 23 video level. To give the effect of open iris, a decrease in the video level value
24 shall change and to give the effect of close iris an increase in the video level
25 shall change. The video level value shall range from 1 to 256 in the auto-iris
26 mode the video level is set at it's default mode.
27 • Gamma: 0.45
28 • AGC: 0 to 28 dB
29 • Color Balance: Auto Tracking Color Balance/Manual with adjustable Red and
30 Blue Levels
31 • Signal to Noise Ratio: >50 dB
32 • Synchronization: Phase-Adjust Line Lock on 60Hz.
33 • Sensitivity: (3200K): Scene Illumination F1.6, Wide Angle
- 34 3.0 Lux @ 1/60 Sec.,F1.6, Shutter, Color I.R Cut On
35 0.2 Lux @ % Sec., F1.6, Shutter, Color I.R.Cut On
36 0.3 Lux@ 1/60 Sec., F1.6, Shutter, monochrome mode I.R. Cut Off
37 0.02 Lux@ % Sec., F1.6, Shutter, monochrome mode I.R. Cut Off
38 8-30.2(1)C Character Generator Specifications
39 • ID Characters are White with a Black border.
40 • A maximum of six (6) lines of user programmable alphanumeric text can be
41 displayed.
42 • Plus 2 fixed lines for low-pressure indicator and Privacy Zones.
43 • Text can only be displayed in uppercase characters.
44 • Camera ID: Up to 2 lines, each up to 24 characters long. If both lines are
45 programmed Line 1 of Camera ID shall always appear above Line 2 of
46 Camera ID regardless of top or bottom selection.
47 • Preset ID: 1 line, up to 24 characters long, user programmable for each of the
48 64 preset positions. When a preset position is recalled the corresponding
49 preset ID shall be displayed. The preset ID shall remain displayed until a pan,
50 tilt, zoom, manual focus, auto focus select, or another preset command is
51 received.
52 • Low Pressure Indicator: 1 line, "Low Pressure", messages can be displayed in
53 "blinking" or "non-blinking" mode and be displayed when activated by low
54 internal pressure. Adjustable set points by altitude shall be provided via the
55 serial port to activate low-pressure. Message shall be enabled or disabled.
56 • Internal Temperature Indicator: 1 line, in degrees C numeric messages can be
57 displayed in "blinking" or "non-blinking" mode. Message shall be enabled or
58 disabled.
NE Sunset Boulevard(SR 900)/Duvall Avenue 103 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON `
1 . Alarm Inputs 1 & 2: 1 line, numeric messages can be displayed in "blinking" or
2 "non-blinking" mode and be enabled or disabled.
3 • Sector Message: Up to 16 sectors in 360° may be defined with up to 24
4 characters long. Message shall be programmable via the RS422/RS232
5 serial communications.
6 . Message Positioning:
7 . Right side positioning is accomplished by padding left side of message with
8 spaces.
9 Messages can be positioned at either the top or the bottom of display.
10 Blank lines are not displayed. Any programmed line being displayed shall fill
11 in toward the top if top positioning is selected, or toward the bottom if bottom
12 position is selected.
13 Display Order
14 8-30.2(1)D Privacy Zones Specifications
15 Video blanked for up to 8 Privacy zones shall be provided. The video shall be
16 blanked out for privacy. 1 line, numeric messages can be displayed. Message
17 shall be displayed in "blinking" or "non-blinking" mode and be enabled or disabled.
18 Privacy Zones shall be programmed via the RS422/RS232 serial communications.
19 8-30.2(1)E Communication and Camera Addressing Protocol Specifications
20 • Control and addressing shall be via RS422/RS232 optically Isolated serial
21 communications. Refer to dome Protocol for detailed description. Dome
22 protocol shall be public domain.
23 • Upon receipt of any given command, the dome shall not take longer than 1.0
24 second to respond.
25 • All programmable functions shall be stored in non-volatile memory and shall
26 no be lost if a power failure occurs.
27 8-30.2(1)F Pan and Tilt Positioning Specifications
28 • Continuous rotation capability in either direction. Software limits provided for
29 pan mode.
30 • 180° of tilt movement, video rotation at 900 down with auto-flip.
31 • Pan Speed (Operator Control): Variable from 0.1'/sec. to 80 '/sec.
32 • Pan Speed (Preset Control): >2500/sec.
33 • Tilt Speed (Operator Control): Variable from 0.1°/sec. to 40 °/sec.
34 • Tilt Speed (Preset Control): 600/sec.
35 • 64 Pan & Tilt preset positions with repeatability within ± 0.1°
36 8-30.2(1)G Tour Specifications
37 • A tour sequence can be defined using up to 8 Tours.
38 • The tour is programmed by selecting the preset position by number, and then
39 selecting a dwell time. The presets can be used in any order, and the same
40 preset may be used more than once as long as the total number of preset
41 positions used does not exceed 32.
42 • The dwell time defines the length of time paused at each preset position. It
43 can be from 1 second to 60 seconds. The dwell time is can be changed
44 individually for all stops on the tour.
45 • If the appropriate preset ID is programmed, it shall be displayed for each
46 preset position used on the tour.
47 • The tour shall stop upon receipt of a pan command.
48 • All programmable functions shall be stored in non-volatile memory and shall
49 no be lost if a power failure occurs.
50 8-30.2(1)H Power Requirements
51 • Operating Voltage: 89VAC to 135VAC, 120VAC Nominal 50/60 Hz. (±3.0 Hz)
52 • National Electrical Manufacturers Association (NEMA) standard TS-2 (1998)
53 for traffic control system 2.1.2
54 • Primary Input Power Interruption: The is defined in Section 2.1.4 "power
55 interruption" NEMA standard TS-2 (1998).
56 • Transients Power Service: The CCTV field equipment shall meet the
57 requirements of Section 2.1.6 "transients, power service" of the NEMA
58 standard TS-2 (1998).
NE Sunset Boulevard(SR 900)/Duvall Avenue 104 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Power consumption shall not exceed a total of 95 Watts
2 0 40 Watts for camera/receiver/P&T driver (pan & tilt in motion)
3 0 55 Watts for heater/blower (heater on)
4 8-30.2(1)1 Environmental Specifications
" 5 • Ambient Temperature Limits (Operating): -34°C to +74°C (-30°F to 165°F)
6 0 NEMA 2.1.5.1 Standard TS-2 (1998)
7 • Ambient Temperature Limits (Storage): -45°C to +85°C (-50°F to 185°F)
8 • NEMA 2.1.5.1 Standard TS-2 (1998)
9 • Humidity: Up to 100% relative humidity (per MIL-E-5400T, paragraph
10 3.2.24.4)
11 • IP 67 Rating
12 • Other: Withstands exposure to sand, dust, fungus, and salt atmosphere per
13 MIL-E-5400T, paragraph 3.2.24.7, 3.2.24.8, and 3.2.24.9.
14 • Shock: Up to 5G's, 11 ms, in any axis under non-operating conditions, MIL-E-
15 5400T, para 3.2.24.6
16 • Vibration: Sine vibration from 5 to 60 Hz with 0.082 inch total excursion
17 without damage. Random vibration from 60 to 1000 Hz, 5 G's RMS
18 (0.027g2/Hz) without damage
19 8-30.2(1)J Mechanical Specifications
20 • Weight: Shall not exceed 13 lbs.
21 • Dimensions (Pendent Mount Configuration): 13" (H) x 11" (W)
22 8-30.2(1)K Mounting Configurations
23 The dome shall include three possible mounting configurations, a wall mount, pole
24 mount or pendant mount version.
25 8-30.2(1)L Multi-conductor Interface Cable Specifications
26 The multi-conductor cable shall be Cohu part # ER8044F or approved equivalent.
27
28 The multi-conductor cable shall come shipped with all ends connectorized and shall
29 be tested by the manufacturer prior to shipment. Contractor shall disconnect as
- 30 necessary to complete installation of multi-conductor cable and shall reconnect all
31 connectors per manufacturer specifications.
32
33 Cable and connectors shall not be stressed during or after installation.
34 8-30.2(1)M Main Interface Connector Specifications
35 The main interface connector shall be equivalent to an Amphenol PT07C-14-18P.
36 The mating connector shall be a equivalent to an Amphenol PT06A-14-18S(SR).
37 8-30.2(1)N Backward Compatibility with MPC-M-100/104/105 Master
38 Controller
39 • The dome shall be compatible with existing MPC Masters, providing the
40 following control.
41 • Address Selection: Same on dome.
42 • Camera Power ON/OFF: No Effect on dome.
43 • Auto / Manual Iris Select: Same on dome.
44 • Fast/ Slow: Provides two speeds for Zoom.
45 • Auto / Manual Color Balance Select: Auto / Manual shutter Select on dome.
46 • BLUE: Increases shutter from 1/4, 1/8, 1/15,/1/30, 1/60 timing each step
47 • RED: Decreases shutter from 1/60, 1/30, 1/15, 1/8, 1/4 timing each step
48 • ZOOM: Same on dome.
49 • FOCUS: Focus Control if in Manual focus, No effect if in auto focus.
50 • IRIS: Iris Control if in Manual iris, No effect if in auto iris.
51 • PAN / TILT. Controls Pan & Tilt direction. Speed of Pan & Tilt is determined
52 by Fast / Slow mode selection and by optical zoom position of lens, so that
53 the narrower the field of view the slower the pan & tilt speed. In the fast
54 mode, the pan speed shall be adjusted to provide approximately 1 1/2 to 2 1/2
55 fields of view per second. In the slow mode the pan speed shall be adjusted
56 to provide approximately 1/2 to 1 field of view per second. The tilt speed shall
57 be adjusted to remain proportional to the pan speed.
NE Sunset Boulevard(SR 900)/Duvall Avenue 105 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 PRESETS: Allows Presets 1 through 10 to set or recalled. Selecting presets -
2 1-10 shall control presets 33 thru 42 stored in dome.
3 8-30.2(2) Pole Mounted Cabinet
4 This specifications section provides requirements a weather proofed pole-mounted
5 equipment cabinet to be installed at the new CCTV location specified on the plans. Both
6 power cabling and fiber optic communications cable will be pulled to and terminated
7 inside the cabinet. The cabinet will house the video/data transmitter module and
8 provide an access point for CCTV field maintenance.
9
10 The pole-mounted equipment cabinet shall be manufactured to meet the following
11 requirements:
12 Suggested dimensions (H x W x D): 20" x 12" x 8"
13 Cabinet shall meet dimensions required to house and protect video/data transmitter
14 module Optelecom 9216DT (ABC)/SM-FC-1313 or approved equivalent module to
15 send video and send/receive PTZ control data to TMC.
16 Cabinet shall meet dimensions required to house and protect power supply for
17 video/data transmitter module Optelecom 9010PS or approved equivalent.
18 Accommodate storage of 25' slack fiber optic cable without violating minimum bend
19 radius requirements.
20 Ventilated to allow circulation of external air through enclosure vents shall be
21 protected with air filters
22 Include two (2) duplex receptacles with 15 A fuse.
23 Provide top and bottom knockouts as required for conduit and cable access
24 Provide locking, hinged, access door.
25 Compliant with NEMA 4 standards
26 Cabinet mounting brackets shall accommodate a pole diameter from 8" to 12".
27 Brackets shall be attached to the back of cabinet and all penetrations into cabinet
28 due to bracket attachments shall be sealed.
29 The enclosure should be of grey non-reflective finish
30 8-30.3 Construction Requirements
31 8-30.3(1) Dome Camera
32 8-30.3(1)A Installation
33 The CCTV camera shall be securely mounted in the location shown on the plans.
34 m.
35 The Contractor shall coordinate with the manufacturer and follow approved
36 mounting procedures and utilize manufacturer suggested mounting hardware
37 whenever possible.
38
39 Contractor to adjust and modify manufacturer suggested mounting hardware or
40 manufacture custom mounting hardware as necessary to ensure that the camera is
41 securely mounted and that the appropriate line of sight is obtained for all
42 approaches.
43
44 The multi-conductor cable shall be installed per manufacturer specifications
45 between the camera pan-tilt unit and the cabinet. Within the cabinet, the multi-
46 conductor cable ends for camera power, video, and data/control shall be connected
47 in accordance with the drawings.
48
49 Within the cabinet, all cables shall be installed neatly between adjoining equipment
50 and secured.
51
52 8-30.3(1)B Pre-Installation Testing
53 Functional testing shall be based on manufacturers standard testing procedures as
54 well as the requirements detailed herein. Functional tests shall include at least the
55 following:
56 CCTV Camera and Lens
57 . Proper operation of automatic light compensation circuitry shall be verified
NE Sunset Boulevard(SR 900)/Duvall Avenue 106 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 • Operation of back focus, power, AGC, focus and zoom controls shall be
2 verified
3 . Automatic black level clamp circuits shall be set
4 • Horizontal resolution shall be confirmed
5 • Camera signal-to-noise ratio shall be measured at various light levels and
6 confirmed to satisfy the requirements established herein. Testing shall be
7 conducted as per the manufacturer's specified measurement procedure
8 • Color trueness shall be established using studio test charts in conjunction with
9 a waveform monitor in a controlled environment. The phase shift shall be
10 established
11 . Video output shall be set to 1 volt p-p from sync tip to peak white and the
12 variance measured to ensure compliance with the requirements of this
13 specification
14 • Bright light lens flare causing uneven light levels on the video image shall be
15 eliminated
16 8-30.3(1)C Proof Of Performance Testing
17 The Contractor shall conduct Proof of Performance Testing to include the following:
18 • Video output level at the cabinet shall be measured and recorded
19 • Proper operation of automatic light compensation circuitry shall be verified
20 • Proper operation of zoom (in/out), iris and focus functions shall be
21 demonstrated
22 • With the communications interface disconnected , the Contractor shall
23 confirm that random noise induced onto the wires does not cause any remote
24 driver or camera lens functions to occur
25 8-30.3(2) Pole Mounted Cabinet
26 The method of installation for the equipment cabinet shall include the following steps:
- 27 The pole mounted equipment cabinet should be installed in the location, and at the
28 height indicated on the project plans.
29 The cabinet shall be mounted to the existing signal pole per manufacturers
30 instructions.
31 Following installation, all excess bracket straps, bolts, or other mounting hardware
32 shall be removed, adjusted, or otherwise secured and made safe for pedestrians.
33
34 8-30.4 Measurement
35 No specific unit of measurement shall apply, but measurement will be for the sum total of all
36 items for a complete system to be furnished and installed.
37 8-30.5 Payment
38 Payment will be made in accordance with Section 1-04.1 and will be included in the Lump
39 Sum bid item "Closed Circuit Television (CCTV) Camera System "
40
41 Section 8-31 is a new section with new subsections:
42 ******)
43 -31 CLOSED CIRCUIT TELEVISION (CCTV) CAMERA CONTROL SYSTEM
44 8-31.1 Description
45 This specification section covers all materials required for the CCTV camera control system
46 to be installed by the contractor. These materials include a video matrix switcher/controller
47 system, CCTV keyboard and code distributor.
48 8-31.2 Materials
49 8-31.2(1) Video Matrix Switcher/Controller System
50 8-31.2(1)A General
51 The system supplied shall be a modular microprocessor-based video matrix
52 switcher/controller for up to 168 video inputs and 24 video outputs. The system
53 supplied shall have sufficient input and output cards to provide 24 inputs and 12
54 outputs.
55 8-31.2(1)B Functional Requirements
56 The microprocessor-based Matrix Switcher/Controller System must provide full
57 integration of video switching and control of camera sites having fixed or variable-
NE Sunset Boulevard(SR 900)/Duvall Avenue 107 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS – CITY OF RENTON
1 speed pan/tilts or domes. The integration must be automatic where selection of -
2 camera site control must follow video switching.
3 8-31.2(1)C System Architecture
4 The Matrix Switcher/Controller System shall incorporate an industry standard real-
5 time operating system running on a latest generation 32-bit RISC-based
6 microprocessor.
7
8 All configuration and user programmed information must be held in non-volatile
9 FLASH memory to prevent mechanical problems associated with continuous
10 access of information from floppy discs and the like. Retention of all user-
11 programmed information must not be affected by loss of power and the system
12 shall "reboot" automatically and begin functioning normally upon restoration of
13 power. Start-up shall not require any operator intervention.
14
15 This matrix system must be capable of receiving up to 168 independent video
16 signals and routing these signals to any or all of the video outputs. This function
17 must be done without degradation to the quality of the video signal. The Matrix
18 Switcher/Controller System shall be initially configured to provide 24 inputs and 12
19 outputs.
20
21 The matrix system must be completely modular in design, thus providing easy
22 expansion and servicing. Plug-and-play system modules must be installable with
23 power applied and automatically configure themselves for proper operation. Video
24 input modules shall not require the setting of links, jumpers or DIP switches. Hot
25 swapping of all modules shall allow for replacement and expansion of system
26 modules without the need to remove power to any part of the system, ensuring
27 continuous operation in mission critical installations.
28
29 The system shall incorporate a mid-plane architecture for connection of system
30 modules. All system modules incorporating active electronics shall be easily
31 removable directly through the front without removal of power or disturbance to
32 system wiring.
33
34 All system modules shall be identified by a color coded label for easier
35 identification.
36
37 A minimum of 168 video inputs and 12 video outputs, all with on-screen text
38 capability, must be supported in a single 8-3/4 inch high matrix switching bay
39 occupying 5U rack space or less.
40
41 A minimum of 168 video inputs and 24 video outputs, all with on-screen text
42 capability, must be supported in a 17-1/2 inch or 10U rack space or less. All bay-to-
43 bay data and video interconnect cables must be factory tested and supplied with
44 the system.
45
46 The complete video processing from video input to video output shall provide a
47 signal gain of unity (± 1.0 dB) and a differential phase of 0.5° or less. All outputs
48 must be AC coupled allowing no DC voltage onto the video output signal. The video
49 signal tilt cannot exceed 2.0%.
50
51 The circuitry responsible for routing the video signals must have a minimum
52 bandwidth of 20 MHz at a signal-to-noise ratio of -60 dB. Using 3.58 MHz as the w
53 reference, the circuitry responsible for routing the video signals must have crosstalk
54 separation of -55 dB between adjacent video channels and separation at the video
55 inputs of-70 dB.
56
57 All control parameters shall be provided—but not limited to—the system keyboards.
58 To limit user access to the matrix system, password log-on protection for up to 64
NE Sunset Boulevard(SR 900)/Duvall Avenue 108 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 users shall be provided. To increase user flexibility or restriction, eight
2 programmable levels of priority must be provided for each user's password.
3
4 All programming functions shall be protected from unauthorized use via a key-
- 5 operated switch or system lock password. For programming purposes, user
6 friendly, on-screen menus must be displayed through a system status output.
7
8 For programming with an external computer, a Windows 95 or NT 4.0 software
9 interface must be supplied. The software must provide for simplified system setup,
10 archiving and retrieval of system data, and uploading and downloading of system
11 setups to the system. System performance shall be not be affected during periods
12 of down/up loads. Configuration information must be dynamically updated and shall
13 not require the system to be rebooted.
14
15 The set up software must be user friendly, intuitive and graphical, incorporating
16 symbols and icons.
17
18 8-31.2(1)D On-Screen Monitor Display
19 Each system output must provide field programmable on-screen display of video
20 input number, video input title or preset title, alarm title, time, date, and monitor
21 status. Each on-screen display must provide horizontal and vertical positioning and
22 brightness control ranging from white to black that is adjustable from any system
23 keyboard. All characters displayed must be white with black outline to enhance
24 readability. Alarm titles must be displayed on a color background for further
25 identification.
26
27 Each system output must provide the ability to independently turn off video input
28 number and monitor status, title display or time/date information. The four digit
29 video input number must be field programmable regardless of the physical input to
30 the matrix system (pseudo number). The video Input title must consist of a
31 minimum of 16 alphanumeric characters.
32
33 Field selectable formats of the date display shall be MM/DD/YY, DD/MM/YY or
34 YY/MM/DD.
35
36 8-31.2(1)E Communications Ports
37 The Matrix Switcher/Controller System shall provide eight RS-232 communication
38 ports for external connection to computers, printers, alarm interface units and
39 additional system control keyboards.
40
- 41 Each of the ports must provide field programmable baud rates of 1200, 2400, 4800,
42 9600 baud, 19.2 and 38.4 Kbaud. With optional port expanders, each of the eight
43 ports must have the ability to expand to four ports each, thus providing a total of 32
44 ports.
45
46 The Matrix Switcher/Controller System shall provide one parallel port for connecting
47 a printer.
48 8-31.2(1)E Partitioning
49 The matrix switcher/controller system must provide for system partitioning to
50 prevent unauthorized access.
51
52 Minimum parameters for partitioning shall be keyboard-to-monitor access, camera-
53 to-monitor access, keyboard-to-camera access and keyboard-to-camera control
54 access.
55 8-31.2(1)F Camera Site Control
56 The matrix switcher/controller system shall provide a minimum of one 125 kbps
57 high speed data port for sending all video switching and camera site control code to
58 optional peripheral equipment. In addition, an optional multi-protocol control code
NE Sunset Boulevard(SR 900)/Duvall Avenue 109 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 module must be available for output of camera site control code. The choice of
2 protocol shall consist of AD Manchester code, SEC RS-422 and SensorNet.
3
4 The AD Manchester code must provide control data required for camera sites and
5 shall be transmitted over a single, 18AWG shielded-twisted pair (STP) of wires for a
6 minimum of 1500 Meters (5000 feet). The maximum number of devices that can be
7 "daisy-chained" within the 1500 Meters (5000 feet) shall be three.
8
9 The SEC RS-422 code must provide control data required for camera sites and
10 shall be transmitted over two 22AWG shielded-twisted pair of wires (STP) for a
11 maximum of 1000 Meters (3000 feet). The maximum number of devices that can be
12 "daisy-chained" within the 1000 Meters (3000 feet) shall be ten.
13
14 The SensorNet code must provide control data required for camera sites and shall
15 be transmitted over a single 22AWG unshielded-twisted pair (UTP) of wires for a
16 maximum of 1000 Meters (3000 feet): The maximum number of devices that can be
17 connected within a network link within the 1000 Meters (3000 feet) shall be thirty-
18 two. Network links can consist of a daisy chain, a backbone, or a star topology.
19 8-31.2(1)G Video Loss
20 The Matrix Switcher/Controller System shall be capable of sensing all video inputs
21 for video loss detection. This feature must be standard.
22
23 This feature must be integral to the video switching bays, and must detect the loss
24 of video sync and at least three different degrees of partial video loss for each
25 input, independently. All detection of video loss must be logged through the
26 system's parallel printer port, and any designated RS-232 port and/or the system
27 status output. In the event of video loss, the video will automatically be turned to a
28 blue raster to indicate the loss.
29 8-31.2(1)H Power
30 The Matrix Switcher/Controller System must be capable of operating to full
31 specification from a supply voltage between 90-264 VAC at a frequency of 47 to 63
32 Hz. The power consumption cannot exceed 180 watts per bay with all functions
33 operating. The system shall support a redundant power supply via a backup DC
34 power supply input.
35 8-31.2(1)1 Diagnostics
36 The front of each module shall have a Light Emitting Diode (LED) that provides a
37 rapid indication of the module's health. Under normal conditions, the status LED's
38 shall provide a synchronous beating output. A see-through window in the front-
39 panel enables the LEDs on all modules to be viewed without the front-panel having
40 to be removed.
41 ..
42
NE Sunset Boulevard(SR 900)/Duvall Avenue 110 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The Matrix Switcher/Controller System shall provide a color bar test pattern to
2 ensure consistent display attributes for all monitors installed.
Electrical Supply Voltage: 90-264 V, 47-63 Hz (auto sensing)
Power Requirements: 180 watts maximum per bay
Redundant Power Supply Input: +8 VDC @ 10A
-8 VDC @ 5A
Mechanical Mounting: 19-inch EIA rack mount, 5 U high for up to
168 video inputs and 12 video outputs; 10 U for up to
168 video inputs and 24 video outputs
Dimensions (H x W x D):
168 inputs by 12 outputs: 222 x 432 x 406 mm (8.75 x
17 x 16 in)
168 inputs by 24 outputs: 444 x 432 x 406 mm (17.5 x
17 x 16 in)
- Weight: 18.2 Kg (40 lbs.)
Up to 16 plug-and-play modules capable of being hot
swapped with power applied and automatically
configure themselves for proper operation. Modules
have color coded markers to easy identification of
modules.
Environmental Operating Temperature: 0 - 50°C (32 - 122°F)
Relative Humidity: 5 - 95% (non-condensing)
3 The Matrix Switcher/Controller System shall be an American Dynamics AD168R24-
4 12 or approved equivalent.
5
6 8-31.2(2) CCTV Keyboard
7 The CCTV keyboard supplied shall be a microprocessor based, full-function CCTV
8 Keyboard for complete control and programming of matrix switcher/controller systems.
9
10 The CCTV Keyboard shall provide all control parameters and system programming
11 required for the video matrix switcher/controller system. The operator keys shall be full
12 travel, electro-mechanical style, and shall provide true tactile feel.
- 13
14 The CCTV Keyboard must be provided with a three axis, vector solving joystick, with
15 pushbutton for single-handed control of fixed and variable speed camera pan/tilts and
16 domes. This joystick must be a "twist" joystick to allow the user to control a motorized
17 lens' TELE and WIDE functions without using operator keys. The joystick must also
18 have a pushbutton to FLIP appropriately equipped domes 180 degrees to provide
19 continuous surveillance of subjects that pass directly underneath the dome; the user will
20 not have to rotate the joystick 180 degrees or remove the hand from the joystick to
21 press a key.
22 As a minimum, the CCTV Keyboard shall provide for the following control functions:
23 video output (monitor) selection, video input (camera) selection, motorized lens control
w 24 (zoom, focus, iris), pan/tilt or dome control (pan, tilt, preset set and call, pattern set, call,
25 clear, hold and repeat), auxiliary device control (on or off), tour control (hold, run, next
26 and last), salvo control and alarm control.
27
28 LED's must be provided to quickly indicate initial numbers entered and provide system
29 confirmation of satellite, monitor and camera selections. A key operated switch shall be
30 provided to prevent unauthorized access to system programming functions.
31
NE Sunset Boulevard(SR 900)/Duvall Avenue 111 October 2005
NElntersection Improvements Project
Vi. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The CCTV Keyboard shall be provided with a standard bi-directional RS-232
2 communication port for interfacing to the matrix switcher/controller system. This port
3 must provide field programmable baud rates of 1200, 2400, 4800 or 9600 baud. The
4 RS-232 protocol must be compatible with that used by American Dynamics.
5
6 The CCTV Keyboard shall permit user programming of LED display brightness and both
7 activation/deactivation and volume control of the internal beeper. A self test mode must
8 also be provided to verify hardware and software operation of the LED display,
9 communications port, joystick calibration and memory.
10
11 The CCTV Keyboard shall be compatible with desktop or rack mounted configurations.
12
Electrical Input Voltage: 9 VAC supplied by external transformer
120 VAC, 50/60 Hz
Power: 5 watts
Mechanical Mounting: Desktop
Weight: 2.6 Kg (5.5 lb)
Dimensions (H x W x D): 76 x 133 x 419 mm (3.0 x
5.25 x 16.5 in)
Environmental Environment: Indoor
Temperature: 00 to 40°C (32° to 104°F)
Relative Humidity: 90% (non-condensing)
13 The CCTV Keyboard shall be an American Dynamics AD2079 Series or approved
14 equivalent.
15 8-31.2(3) Code Distributor
16 The Code Distributor supplied shall be a Code Distributor for control of RS-422 PTZ
17 domes.
18 °
19 The Code Distributor shall provide a minimum of 16 RS-422 outputs, configured in
20 groups of four. Each group must be independent of one another and be provided with a
21 means for setting blocks of address ranges. Access to internal switches or jumpers shall
22 not be required to accomplish this. Each group shall provide all of the camera site -
23 information, including pan, tilt, focus, iris, zoom and auxiliary information, for up to 99
24 camera sites.
25
26 Each output must be capable of transmitting and receiving over two, 22-gauge shielded
27 twisted pairs (STP) of conductors. The total distance from the Code Distributor to the
28 last dome in a daisy chain shall be at least 1000 meters (3000 feet). In addition, each
29 group must be capable of connection to full duplex RS-422 fiber optic transceivers.
30
31 The input to the Code Distributor shall be provided by any one of a variety of matrix
32 switcher/controller systems and be either a 125 kbps high-speed data or an Manchester
33 control code output. For ease-of-connection, a looping pair of BNC connectors shall be
34 provided for the high-speed data line and a removable "euro-style" terminal strip for the
35 Manchester control code line.
36
37 The Code Distributor shall be capable of receiving up to four alarms from each of the
38 remote domes. Receipt of such, shall be from the same two STP that are utilized for
39 transmitting and receiving camera site information. No additional cabling from the
40 domes shall be required. The Code Distributor shall be capable of transmitting the dome
41 alarm information in simple ASCII format with a 1200, 2400, 4800 or 9600-baud
42 selective baud rate to a matrix switcher/controller system via an RS-232 output.
43
NE Sunset Boulevard(SR 900)/Duvall Avenue 112 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 An RS-232 input shall also be provided for cascading multiple code distributors and/or
2 alarm interface units. For ease-of-connection, a pair of 8-pin modular RJ-45 connectors
3 and associated cables shall be provided. The RS-232 output shall be compatible with
4 three-wire, 18AWG, shielded wire for a distance of up to 300 Meters (1000 feet).
5
6 The Code Distributor shall provide Form C relay outputs and an Alarm LED that activate
7 when an alarm input is active on any dome connected via the respective code
8 distributor. For ease of installation and troubleshooting, visual indicators are required for
9 confirmation of power, alarm control code status.
Operational RS-422 outputs: Four independent groups of four
outputs
Address Ranges: Blocks of 99
Diagnostic LED's: Power, alarm and control code
status
Connections High Speed Data Line: In (BNC)/Out (BNC)
m Manchester Control Code: Removable "euro-style"
terminal strip for black, white and shield connection
SEC RS-422: Four groups of four, removable "euro-
style" terminal strips for +, - and ground connections of
transmit and receive
RS-232 connectors: Two, 8-pin modular RJ-45 jacks
(Input and Output) and cables
Alarm output: Form C outputs
Electrical Supply Voltage: 120 VAC (50/60 Hz)
Power Requirement: 8 watts (nominal)
Mechanical Mounting: Universal, wall, surface, and rack mount (19-
inch EIA)
Dimensions (H x W x D): 96 x 483 x 203 mm (3.5 x 19
x 8 in)
Weight: 3.2 Kg (7 lbs.)
Environmental Operating Temperature: 0 - 40°C (32 - 104°F)
Relative Humidity: 98% (non-condensing)
10
11 The Code Distributor shall be an American Dynamics AD2083-02A or approved
12 equivalent.
13
14 8-31.3 Construction Requirements
15 8-31.3(1) Video Matrix Switcher/Controller System
16 The Matrix Switcher/Controller System shall be installed and configured in accordance
17 with manufacturer's instructions in the location indicated on the project plans. The
18 Contractor shall install and test all video and control cabling as indicated in the
19 specifications.
20 8-31.3(2) CCTV Keyboard
21 The CCTV Keyboard shall be installed and configured in accordance with
22 manufacturer's instructions in the location indicated on the project plans. The
NE Sunset Boulevard(SR 900)/Duvall Avenue 113 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Contractor shall install and test the keyboard and associated control cabling as
2 indicated in the specifications.
3 8-31.3(3) Code Distributor
4 The Code Distributor shall be installed and configured in accordance with
5 manufacturer's instructions in the location indicated on the project plans. The
6 Contractor shall install and test all control cabling as indicated in the specifications.
7 8-31.4 Measurement
8 No specific unit of measurement shall apply, but measurement will be for the sum total of all
9 items for a complete system to be furnished and installed.
10 8-31.5 Payment
11 Payment will be made in accordance with Section 1-04.1 and will be included in the Lump
12 Sum bid item "Closed Circuit Television (CCTV) Camera Control System "
13
14 Section 8-32 is a new section with new subsections:
16 $-32 COMMUNICATIONS EQUIPMENT
17 8-32.1 Description
18 This specification section covers the requirements for communications equipment to be used
19 to carry video signals and data over the fiber optic cable network from the field equipment to
20 the TMC and all necessary cabling and accessories. These materials include a video
21 multiplexer/transmitter card, video demultiplexer/receiver card, video/data receiver card, rack
22 mount card chassis and power supply, video/data transmitter module, 3x1 data switch,
23 communications cable, and a control room wallplate.
24 8-32.2 Materials
25 8-32.2(1) Video Multiplexer/Transmitter and Video Demultiplexer/Receiver
26 Cards
27 The Video Multiplexer/Transmitter and Video Demultiplexer/Receiver Cards shall
28 digitally transport eight independent simplex video signals and two simplex data
29 channels over one single mode fiber.
30
31 The Video Multiplexer/Transmitter and Video Demultiplexer/Receiver Cards shall be
32 available in a rack-mount version which shall be compatible with a 4RU high by 19" rack
33 chassis. The cards shall have a video bandwidth of 2 Hz to 6.5 MHz with a SNR of—67
34 dB weighted per RS250C standards. The digital sampling method shall be a minimum
35 of 10 bits per sample at a 15 MHz or greater sampling rate.
36
37 The optical connectors shall be FC type connectors. The video connectors shall be
38 BNC type connectors.
39
40 The optical budget shall be a minimum of 17 dB.
41
42 The cards shall transport one RS485 data channel at up to 115.2 kbps using an RJ12
43 type connector and a second switch selectable RS232, RS422 or RS485 data channel
44 at up to 115.2 kbps using an RJ45 type connector.
45
46
NE Sunset Boulevard(SR 900)/Duvall Avenue 114 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The Video Multiplexer/Transmitter and Video Demultiplexer/Receiver Cards shall have
2 the following features/functionality:
Video Video Format: NTSC, PAL, SECAM
- Voltage: 1 Vp-p, 75 Ohms
Electrical Supply Voltage: Chassis backplane
Power Requirement: 1.3A @ 6VDC(Video Multiplexer/
Tran
smitt
er)
1 AA @ 6VDC(Video Demultiplexer/ Receiver)
Mechanical Mounting: Chassis rack mount
Dimensions (H x W x D): 6.1" x 1.6" x 8.6°
Weight: 0.8 Ibs
Environmental Operating Temperature: -40 to +74°C
Relative Humidity: 95% (non-condensing)
3
4 The Video Multiplexer/Transmitter Card shall be an Optelecom 9152DT-LD-FC or
5 approved equivalent. The Video Demultiplexer/Receiver Card shall be an Optelecom
6 9152DR-L-FC or approved equivalent.
7 8-32.2(2) Video/Data Transmitter Modules
8 The Video/Data Transmitter Modules, in combination with a corresponding Video/Data
9 Receiver Card, shall digitally transport one simplex video signal and three duplex data
10 channels over one single mode fiber.
11
12 The Video/Data Transmitter Modules shall be available in standalone version which
13 shall be constructed from a metal extrusion for field durability and powered from
14 external power supply modules. The units shall have a video bandwidth of 2 Hz to 6.5
15 MHz with a SNR of —67 dB weighted per RS250C standards. The digital sampling
16 method shall be a minimum of 10 bits per sample at a 15 MHz or greater sampling rate.
17
18 The optical connectors shall be FC type connectors. The video connectors shall be
19 BNC type connectors.
20
21 The optical budget for the Video/Data Transmitter Module used for the CCTV installation
- 22 shall be a minimum of 8 dB. The optical budget for the Video/Data Transmitter Module
23 used for the connection to the WSDOT facility in Shoreline shall be a minimum of 21 dB.
24
25 The units shall transport the following data signals:
26 Bi-directional audio, 20Hz to 20kHz, balanced, 6 Vp-p;
27 Full duplex, switch selectable RS232, RS422 or RS485 at up to 115.2 kbps;
28 Contact closure, isolated inputs and outputs.
29
30
NE Sunset Boulevard(SR 900)/Duvall Avenue 115 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The Video/Data Transmitter Module shall have the following features/functionality:
Video Video Format: NTSC, PAL, SECAM
Voltage: 1 Vp-p, 75 Ohms
Electrical Supply Voltage: External 6VDC Power Supply (110-
240VAC, 50-60Hz)
Power Requirement: 800 mA @ 6 VDC
Mechanical Mounting: Chassis rack mount
Dimensions (H x W x D): 1.9" x 6.0" x 8.6"
Weight: 1.8 Ibs
Environmental Operating Temperature: -40 to +74°C
Relative Humidity: 95% (non-condensing)
2
3 The Video/Data Transmitter Module used for the CCTV installation shall be an
4 Optelecom 9216DT(ABC)/SM-FC-1313 or approved equivalent. The Video/Data
5 Transmitter Module used for the connection to the WSDOT facility in Shoreline shall be
6 an Optelecom 9216DT(ABC)/SM-FC-1513 or approved equivalent. Each Video/Data
7 Transmitter Module shall include an Optelecom 901OPS power supply or approved
8 equivalent.
9 8-32.2(3) Video/Data Receiver Cards
10 The Video/Data Receiver Cards, in combination with corresponding Video/Data
11 Transmitter Modules, shall each digitally transport one simplex video signal and three
12 duplex data channels over one single mode fiber.
13
14 The Video/Data Receiver Cards shall be available in a rack-mount version which shall
15 be compatible with a 4RU high by 19" rack chassis. The cards shall have a video
16 bandwidth of 2 Hz to 6.5 MHz with a SNR of —67 dB weighted per RS250C standards.
17 The digital sampling method shall be a minimum of 10 bits per sample at a 15 MHz or
18 greater sampling rate.
19
20 The optical connectors shall be FC type connectors. The video connectors shall be
21 BNC type connectors.
22
23 The optical budget for the Video/Data Receiver Card used for the CCTV installation
24 shall be a minimum of 8 dB. The optical budget for the Video/Data Receiver Card used
25 for the connection to the WSDOT facility in Shoreline shall be a minimum of 21 dB.
26
27 The cards shall each transport the following data signals:
28 Bi-directional audio, 20Hz to 20kHz, balanced, 6 Vp-p;
29 Full duplex, switch selectable RS232, RS422 or RS485 at up to 115.2 kbps;
30 Contact closure, isolated inputs and outputs.
31
32
NE Sunset Boulevard(SR 900)/Duvall Avenue 116 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The Video/Data Receiver Cards shall have the following features/functionality:
Video Video Format: NTSC, PAL, SECAM
Voltage: 1 Vp-p, 75 ohms
Electrical Supply Voltage: Chassis backplane
Power Requirement: 900 mA @ 6 VDC
µ Mechanical Mounting: Chassis rack mount
Dimensions (H x W x D): 6.1" x 0.8" x 8.6"
-' Weight: 0.6 Ibs
Environmental Operating Temperature: -40 to +74°C
Relative Humidity: 95% (non-condensing)
2
3 The Video/Data Receiver Card used for the CCTV installation shall be an Optelecom
4 9211 DR(ABC)/SM-FC-1313 or approved equivalent. The Video/Data Receiver Card
5 used for the connection to the WSDOT facility in Shoreline shall be an Optelecom
6 9211 DR(ABC)/SM-FC-1513 or approved equivalent.
R 7 8-32.2(4) Rack Mount Card Chassis and Power Supply
8 The Rack Mount Card Chassis and Power Supply shall house the Video/Data Receiver
9 Cards and Video Multiplexer/Transmitter and Video Demultiplexer/Receiver Cards in a
10 rack mountable frame and provide suitable power for the operation of the cards.
11
12 The Rack Mount Card Chassis and Power Supply shall be compatible with a standard
13 EIA 19" rack and shall include mounting rails which will allow for mounting to the front or
W 14 rear of the chassis. The Rack Mount Card Chassis shall be 7" in height (4 RU).
15
16 The Rack Mount Card Chassis shall provide a total of 21 slots for the installation of the
17 Power Supply and cards. A total of 18 slots shall be available for the installation of
- 18 cards with the use of a single Power Supply.
19
20 The Power Supply shall be powered from 100-240VAC at 50 — 60Hz and shall provide
21 14A @ 6 VDC for the powering of the cards within the chassis.
22
23 The Rack Mount Card Chassis shall be an Optelecom 9002 or approved equivalent.
24 The Power Supply shall be an Optelecom 9030 or approved equivalent.
25 8-32.2(5) 3x1 Data Switch
26 The 3x1 Data Switch shall provide for the manual switching of RS-232 serial data feed
27 from the WSDOT Video/Data Receiver card between the three existing computer
28 workstations located in the Control Room.
- 29
30 The 3x1 Data Switch shall be a passive manual switch box with a minimum of 3 inputs
31 an one common output. The connection of an input to an output connector shall be
32 selectable by using a rotary switch located on the front of the unit. The 3x1 Data Switch
33 shall utilize 9-pin DB connectors located on the rear of the unit. The 3x1 Data Switch
34 shall have dimensions no larger than 2.75"H x 7.75"W x 6.5"D.
35
NE Sunset Boulevard(SR 900)/Duvall Avenue 117 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 8-32.2(6) Communications Cable t-
2 All cabling supplied shall be plenum rated. The cable types used shall be as follows:
Video 5Q coax, RG59/U (Beldon 88281 or approved equivalent)
High Speed Data 5Q coax, RG59/U (Beldon 88281 or approved equivalent)
RS232 -wire, shielded, 18 AWG
Audio -wire, shielded, 18 AWG -.
RS422 wo twisted, shielded pairs, 22 AWG
Network ategory 5
4 8-32.2(7) Control Room Wallplate
5 The Control Room Wallplate shall include flush mount type bulkhead connectors so as
6 to facilitate the connection of cables from the Wallplate to the CCTV, computer
7 workstation and communications equipment located on the console within the Control
8 Room.
9
10 The Wallplate shall be fabricated from 1/8" anodized aluminum with a brushed finish.
11
12 All Wallplate connectors shall be identified with a permanent label that identifies the
13 signal carried on the cable. The connectors shall be logically grouped on the Wallplate.
14 8-32.3 Installation
15 8-32.3(1) Video Multiplexer/Transmitter and Demultiplexer/Receiver Cards
16 The Video Multiplexer/Transmitter and Video Demultiplexer/Receiver Cards shall be
17 installed and configured in accordance with manufacturer's instructions in the locations
18 indicated on the project plans. The Contractor shall install and test all video cabling as
19 indicated on the project plans. End to end testing of the video signal path shall be
20 conducted to ensure the correct operation of the Video Multiplexer/Transmitter and
21 Video Demultiplexer/Receiver Cards and compliance with the manufacturer's -
22 specifications.
23 8-32.3(2) Video Data Transmitter Module
24 The Video/Data Transmitter Module shall be installed and configured in accordance with
25 manufacturer's instructions in the locations indicated on the project plans. The
26 Contractor shall install and test all video and data cabling as indicated on the project
27 plans. End to end testing of the video signal path and data channels shall be conducted
28 to ensure the correct operation of the Video/Data Transmitter Modules and compliance
29 with the manufacturer's specifications.
30 8-32.3(3) Video Data Receiver Cards
31 The Video/Data Receiver Cards shall be installed and configured in accordance with
32 manufacturer's instructions in the locations indicated on the project plans. The
33 Contractor shall install and test all video and data cabling as indicated on the project
34 plans. End to end testing of the video signal path and data channels shall be conducted
35 to ensure the correct operation of the Video/Data Receiver Cards and compliance with
36 the manufacturer's specifications. All installation work at the WSDOT Shoreline Facility
37 shall be coordinated with WSDOT personnel.
38 8-32.3(4) Rack Mount Card Chassis and Power Supply
39 The Rack Mount Card Chassis and Power Supply shall be installed in accordance with
40 manufacturer's instructions in the locations indicated on the project plans. All
41 installation work at the WSDOT SR-167 hub shall be coordinated with WSDOT
42 personnel.
43 8-32.3(5) 3x1 Data Switch ..
44 The 3x1 Data Switch shall be installed and configured in accordance with
45 manufacturer's instructions on the console in the Control Room. The exact location of
46 the unit shall be confirmed with the Engineer prior to installation. The Contractor shall
47 install and test all data cabling as indicated in the project specifications. End to end
48 testing of the data signal path shall be conducted to ensure the correct operation of the
NE Sunset Boulevard(SR 900)/Duvall Avenue 118 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 3x1 Data Switch and compliance with the manufacturer's specifications and the
2 functionality of the system.
3 8-32.3(6) Communications Cable
4 The Contractor shall supply and install all cabling and connectors necessary to
- 5 interconnect the CCTV and communications equipment as shown in the project plans
6 so as to provide a complete and operational system.
7
8 All cabling shall be neatly and securely fastened to the lacing bars within each
9 equipment rack as well as to the cable trays using waxed lacing twine. Nylon "tie-
10 wraps" shall not be used for the permanent installation of cables. Cables shall be
11 bundled separately by type. All cables shall be continuous from end to end with no
12 slices, connectors or joints of any kind between the two endpoints of the cable.
13 8- p
32 .3(7) Control Room Wallplate
14 The Contractor shall design, supply and install the Control Room Wallplate on the
15 existing flush mount 9"x9"x3.5" wallbox on the east wall of the Control Room so as to
16 provide a transition between the cabling running to the Equipment Room and the
17 cabling within the Control Room. The Contractor shall prepare a set of scaled plans
18 showing the layout of the Control Room Wallplate for approval by the Engineer prior to
19 fabrication.
- 20 8-32.4 Measurement
21 No specific unit of measurement shall apply, but measurement will be for the sum total of all
22 items for a complete system to be furnished and installed.
23 8-32.5 Payment
24 Payment will be made in accordance with Section 1-04.1 and will be included in the Lump
25 Sum bid item "Communications Equipment "
26
- 27 Section 8-33 is a new section with new Subsections:
28 (******)8-33 FIBER OPTIC AND COPPER CABLE EQUIPMENT
29 8-33.1 Description
30 This specification section covers the equipment, splicing, termination materials and
31 installation procedures required for the fiber optic and copper cable network. These
32 materials include fiber optic cable, conduit, inner duct, splice enclosures, vaults, pull boxes,
33 building entrance terminal, fiber optic patch panels, and fiber optic patchcords.
34 8-33.2 Materials
35 The materials required for this fiber optic network and copper cable installations are covered
36 below. The Contractor shall supply all additional materials that may be required to make this
37 network operational.
38 8-33.2(1) Fiber Optic Cable
39 This section modifies and supplements Section 9-29.3(1).
40
41 All fiber will be furnished and installed by the contractor and shall be designed in
42 accordance to Telcordia's Bellcore GR-20-CORE and RUS specifications.
43
44 The fiber shall be a single-mode, non-zero dispersion shifted, loose tube, single jacket,
45 all-dielectric designed for outside plant applications specifically for lashed aerial and
46 underground duct installations. Each loose tube shall be filled with a water blocking gel
47 and contain 6 fibers. The core is helically wrapped with water-blocking strength
48 members and encased with a black polyethylene jacket.
49
50 The fiber shall meet the following:
51 Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively.
52 Typical Core Diameter: 8.3 microns.
53 Cladding Diameter: 125.0 microns +/- 1.0 microns.
54
55 The Contractor shall provide all materials required for the installation and splicing of the
56 specified communications cables, power cables and associated interface devices.
57
NE Sunset Boulevard(SR 900)/Duvall Avenue 119 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The fiber optic cable network shall be capable of supporting both SONET transmission
2 speeds and protocols up to 2.4 Gb/s, and NTSC quality, color video applications.
3
4 Fiber optic cable shall contain no factory splices.
5 8-33.2(2) Fiber Optic Patch Panel
6 The Fiber Optic Patch Panel shall be a 19" rack mountable cabinet no greater than 6
7 rack units (10.5") in height containing factory terminated fiber patch points and multi-
8 fiber "pigtail". The pre-termination panel shall allow for the patching of a minimum of 72
9 singlemode fibers with factory terminated FC connectors. The multi-fiber pigtail shall
10 consist of a riser rated, tight-buffer cable. The multi-fiber pigtail shall be a minimum of
11 250 ft. in length.
12
13 Fiber management shall be provided on the front of the panel to protect fiber jumper
14 cables that will be connected to the panel.
15
16 The Contractor shall also supply and install a fiber management system within the
17 equipment rack between the Fiber Optic Patch Panel and any equipment with a fiber
18 optic connection to facilitate the protection of the Fiber Optic Patch Cords.
19
20 The panel shall have front and rear access doors. The front door shall be smoked
21 polycarbonate to allow the viewing of a patch point designation strip. Cable tie bars
22 shall also be provided on the rear of the shelf to allow for cable strain relief.
23 8-33.2(3) Fiber Optic Patch Cords -
24 The Contractor shall supply and install Fiber Optic Patch Cords as required to facilitate
25 the connection of fiber optic equipment as shown in the project plans. The Fiber Optic
26 Patch Cords shall be
27
28 The Fiber Optic Patch Cables shall be single mode fiber and shall utilize FC connectors
29 (except where indicated differently) and shall have the following features/capabilities:
30 Typical Insertion Loss: 0.3 db;
31 Typical Return Loss: -40 db;
32 Maximum Return Loss: -45 db;
33 Operating Temperature: -40 to +75 C;
34 Storage Temperature: -55 to +85 C;
35 Fiber type: 9/125 um;
36 Cable type: fiber coated 900um;
37 Cable jacket color: yellow;
38 Connector type: FC Simplex Jack, O.D. 3 mm.
39
40 The length of the Fiber Optic Patch Cords shall be such that the minimum bend radius
41 is achieved during installation and sufficient spare length is available for the future
42 movement of equipment within the rack. The spare length of patch cord shall be neatly
43 coiled and attached to the equipment rack or fiber management system.
44 8-33.2(4) Buffer Tube Fan-Out Kits
45 The contractor will provide and install a buffer tube fan-out kit on each buffer tube that
46 enters the designated pre-term.
47
48 The fan-out kit shall be an indoor kit that features a 900µm fan-out assembly that is
49 color coded to match the fiber color scheme.
50
51 The buffer tube fan-out kit shall be able to contain a minimum of 12 single-mode fibers
52 and the buffer tube and consist of a top and bottom furcation unit and a fan-out
53 assembly. The fan-out assembly's tubing shall have a length of 47-inches that will allow
54 for the installation of fiber connector.
55
NE Sunset Boulevard(SR 900)/Duvall Avenue 120 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 8-33.2(5) Fiber Connectors
2 Contractor shall supply Simplex Single-mode SC connectors that utilize epoxy. The
3 connectors shall meet the following standard and specifications and be tested to
4 Telcordia GR-326 issue 2.
Insertion Loss (SM): < 03 30 dB
Insertion Loss (MM): < 0.50 dB
Reflectance (UPC): < -55 dB
Reflectance (APC): < -65 dB
- Fiber Height: ± 50 nm
Radius of Curvature (UPC): 7-25 mm
-. Radius of Curvature (APC): 5-12 mm
Apex Offset: < 50 Itm
5 8-33.2(6) Fiber Splice Enclosure
6 The fiber optic splice enclosure shall be made of two injection-molded high-density
7 thermoplastic shells, that are 22" in length and 6" in diameter and can store up to four
8 splice trays.
9
10 The splice enclosure shall be suitable for outdoor applications with a temperature range
11 of-10o C to 60o C.
12
13 The fiber optic splice enclosure shall provide sufficient space to allow entry of fiber optic
14 cable without exceeding the cable minimum bending radius.
15
�- 16 The fiber optic splice enclosure shall protect the splices from moisture and mechanical
17 damage and shall be resistant to corrosion.
18
19 The fiber optic splice enclosure shall be waterproof, re-enterable and shall have a
20 neoprene gasket sealing system to prevent water from entering.
21
22 The fiber optic splice enclosure shall permit selective splicing to allow one or more
23 fibers to be cut and spliced without disrupting other fibers.
24
25 The fiber optic splice enclosure shall have strain relief for the cable to prevent accidental
26 tension from disturbing the splices.
27
28 Each splice tray will be able to store 36 splices securely. Each splice shall be
29 individually mounted and mechanically protected on the splice tray. Vinyl markers shall
30 be supplied to identify each fiber spliced within the enclosure.
31
32 Each splice case shall have two end plates, one end plate shall have no ports, the other
33 endplate shall consist of a three way end plate with two 3/4' ports and four 7/8" ports.
34 Each unused port will shall a grommet installed. The end plates shall be durable glass-
35 filled high-density thermoplastic shells.
36 8-33.2(7) Pull Boxes
37 This section modifies and supplements Sections 8-20.3(6) and 9-29.2.
. 38
39 The pre-cast pull boxes shall meet ASTM C 478 with 28 day 5500 psi minimum
40 compressive strength concrete and designed for H-20 loading.
41
42 All vaults and pull boxes shall be equipped with traffic-rated lids with a locking
43 mechanism. All lids shall have the identification marking of "ITS" permanently affixed to
44 the cover. The vault/pull box identification shall be stamped or welded on the cover.
45
NE Sunset Boulevard(SR 900)/Duvall Avenue 121 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON ..
1 Pull boxes used in this scope of work shall have the following specification.
2 Width 23-3/4"
3 Length 36-3/4"
4 Depth 12"
5
6 The cover for the pull box shall be traffic rated at H2O loading and have the following
7 dimension/specifications.
8 Steel checker plate lid
9 Width 20-1/4"
10 Length 33-1/4"
11 8-33.2(8) Vaults
12 This section modifies and supplements Sections 8-20.3(6) and 9-29.2.
13
14 The Contractor shall provide pre-cast utility vaults meeting ASTM C 478 with 28 day
15 5500 psi minimum compressive strength concrete and designed for H-20 loading.
16
17 All vaults and pull boxes shall be equipped with traffic-rated lids with a locking
18 mechanism. All lids shall have the identification marking of "ITS" permanently affixed to
19 the cover. The vault/pull box identification shall be stamped or welded on the cover.
20
21 Utility vaults used in this scope of work shall have the following
22 dimension/specifications.
23 Width 4'
24 Length 4'
25 Depth 4'
26
27 The Contractor shall provide solid covers (traffic rated), with a 76.2 cm (30 in.)
28 diameter clear opening.
29
30 The vault will need to be capable of intercepting existing conduits.
31 8-33.2(9) Conduit
32 This section modifies and supplements Sections 8-20.3(5) and 9-29.1.
33
34 All conduits shall be furnished and installed by the contractor and shall be Schedule 80
35 PVC, with molded end bell bushings unless otherwise specified.
36
37 All conduits joined will be sealed with an approve UV-Cement used for PVC conduits.
38
39 The size will be indicated on the design drawings.
40
41 All turns within the conduit run shall be a factory 90-degree elbow with a 36-inch radius.
42
43 Conduit installed at the following locations shall be Rigid Galvanized Steel:
44 Within railroad right of way unless otherwise specified in the contract.
45 All runs within slip form structures.
46 All surface mounted conduit with the exception of conduit risers on utility poles.
47 8-33.2(10) Flexible Fabric Innerduct
48 This section modifies and supplements Sections 8-20.3(5) and 9-29.1.
49
50 Contractor shall supply and install flexible fabric innerducts in the appropriate conduits
51 indicated on the drawings.
52 The fabric innerduct will utilize up to 80% of conduit space without affecting cable
53 pulling tension.
54 The innerduct will consist of three cells.
55 Each cell will have a pull tape installed.
56 Innerduct shall have a burn through resistance rated at 480° for rope or tape
57 The cell fabric will be resistant to tears and rips and be water resistant.
58 All cells will accept a 1-inch diameter cable.
NE Sunset Boulevard (SR 900)/Duvall Avenue 122 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
- 1 The Flexible Fabric Innerduct shall be Maxcell or approved equivalent.
2 8-33.2(11) Detectable Tape
3 This section modifies and supplements Sections 8-20.3(5).
4
5 The contractor shall furnish and install a flat polyester woven pre-lubed tape that
6 contains a 22 gauge wire.
7
8 The tape will be marked with sequential footage markings and be continuous.
9
10 The tape shall meet or exceed a breaking strength of 900Lbs, with a width of '/2-inch.
11 8-33.3 Construction Requirements
12 8-33.3(1) Fiber Optic Cable
13 This section modifies and supplements Sections 9-29.3(1).
14
15 The Contractor shall provide all materials required for the installation and splicing of the
16 specified communications cables, power cables and associated interface devices.
17
18 The contractor shall furnish and install an all-dielectric fiber optic cable that meets or
19 exceeds the specifications mentioned above.
20
21 After all conduits have been proofed and a suitable pull tape has been installed the
22 contractor will install the fiber optic cable in the following manner.
23
24 Secure a swivel device that will pass through the conduit onto the pull tape.
25 Attach a shearing pin rated at or below the manufactures recommended breaking
26 strength for the fiber.
27 Attach the fiber and the detectable pulling tape to the shearing pin.
28 Pull fiber through the conduit using an approve lubricant.
29 A mechanical device may be used as long as the manufactures recommended
30 breaking strength is not exceeded. Hand pulling is recommended.
31 Care shall be taken as to not bend the fiber optic cable more than is recommended
32 by the manufacturer.
33 8-33.3(1)A Splicing
34 The contractor shall splice the fibers in the Washington State Department (WSDOT)
35 existing splice utilizing a fusion splicer that consistently provides a splice loss of
36 less than 0.2 dB per splice. All splices will have a heat shrink support sleeve for
37 protection and strength.
M 38
39 The contractor shall splice the first three fibers from the newly install 12 strand
40 Single-mode fiber to the existing WSDOT fiber. WSDOT will advise the contractor
41 which fibers to cut and splice.
42
43 The contractors finished splice shall have a splice loss of less than 0.1 dB.
44 8-33.3(2) Fiber Optic Patch Panel
45 The Contractor shall install the Fiber Optic Patch Panel within the equipment rack as
46 shown on the Project Plans. The Contractor shall provide a service loop for the multi-
47 fiber pigtail within the equipment rack. The service loop shall be a minimum of 20 feet in
48 length. The multi-fiber "pigtail" shall be pulled from the Equipment Room on the 5th
49 Floor to the PBX Room on Level P2 and terminated as shown In the project plans.
50 8-33.3(3) Fiber Optic Patch Cords
51 The Video/Data Receiver Cards shall be installed and configured in accordance with
52 manufacturer's instructions in the locations indicated on the project plans. The
53 Contractor shall install and test all video and data cabling as indicated on the project
54 plans. End to end testing of the video signal path and data channels shall be conducted
55 to ensure the correct operation of the Video/Data Receiver Cards and compliance with
56 the manufacturer's specifications. All installation work at the WSDOT Shoreline Facility
57 shall be coordinated with WSDOT personnel.
NE Sunset Boulevard(SR 900)/Duvall Avenue 123 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 8-33.3(4) Buffer Tube Fan-Out Kits
2 The contractor shall follow the manufacturers installation instruction for the assembly
3 and installation of the kit.
4 8-33.3(5) Fiber Connectors
5 The contractor shall follow the manufacturers installation instruction for preparation and
6 installation of the connectors on the fiber.
7
8 All installed fiber connectors shall be tested with an approved light source and power
9 meter following the EIA/TIA. The connector shall have a loss not greater than .75dB.
10 8-33.3(6) Fiber Splice Enclosure
11 The Contractor shall Install the splice enclosure in locations where splicing is required
12 and/or shown in the drawings. The splice enclosure shall be securely fastened to the
13 vault wall or aerial cable span.
14
15 The splice enclosure shall be mounted to allow the cable to enter the enclosure without
16 exceeding the cable manufacturer's minimum bending radius. Sufficient cable shall be
17 coiled with the splice enclosure to allow the enclosure to be removed from the vault or
18 aerial span for splicing.
19
20 The splice enclosure shall be bonded to the ground as per manufacturer's
21 recommendations.
22 The unprotected fiber exposed for splicing within the enclosure shall be protected from
23 mechanical damage using the fiber support tubes and shall be secured within the splice
24 enclosure. The fibers shall be labeled with vinyl markers according to the identification
25 scheme indicated in the drawings.
26
27 The enclosure shall be sealed following the splicing procedure as recommended by the
28 manufacturer to provide a moisture proof environment for the splices.
29
30 Care shall be taken at the cable entry points to ensure a tight and waterproof seal is
31 made which will not leak upon aging.
32 8-33.3(7) Pull Boxes
33 This section modifies and supplements Sections 8-20.3(6) and 9-29.2.
34
35 Pull boxes shall be configured such that the tensile and bending limitations of the fiber
36 optic cable are not compromised. Pull boxes shall be configured to mechanically
37 protect the fiber optic cable against installation force as well as inert forces after cable
38 pulling operations.
39
40 Pull boxes shall be installed in accordance with plans and details.
41
42 The contractor shall excavate by hand, remove and dispose the existing pull boxes that
43 are indicated on the plans. Care shall be taken when excavating the existing pull boxes
44 so as to not damage the existing conduits.
45
46 The contractor shall place the new 26-3/4" X 36-3/4" X 12" pull boxes over the existing
47 conduit, being careful not to damage the conduit. The existing conduit may need
48 arranged in a way as to not exceed the minimum bend radius of the fiber.
49
50 The new pull boxes shall be adjusted to be flush with the finished grade.
51 8-33.3(8) Vaults
52 This section modifies and supplements Sections 8-20.3(6) and 9-29.2.
53
54 Utility vaults shall be installed in accordance with plans and details.
55
56 Utility vaults shall be configured such that the tensile and bending limitations of the fiber
57 optic cable are not compromised. Vaults shall be configured to mechanically protect the
NE Sunset Boulevard(SR 900)/Duvall Avenue 124 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 fiber optic cable against installation force as well as inert forces after cable pulling
2 operations.
3
4 Locate the existing conduits as indicated on the plans, hand excavation may need to be
�- 5 used so as to not damage the existing conduit and cables.
6
7 Once the conduits are located, excavate a hole large enough to install a 4'X 4' X 4'
8 vault. The vault should have a concrete floor that will need to be slid under the existing
9 conduits. The floor shall be resting on firmly compacted ground and level. Ensure that
10 the existing conduits are at a minimum of 4" above the floor level.
11
12 The contractor will cut out the knockouts to accommodate the existing conduits on the
13 vault walls and place the vault over the conduits using a crane or similar mechanical
14 device. Care shall be taken when lowering the vault as to not damage the existing
15 conduits.
- 16
17 Two new building entrance conduits will need to be installed into the vault. The
18 appropriate knockouts will need to be removed and the conduit fitted.
19
20 All existing conduits will need to be open and exposed for access within the vault. Care
21 shall be taken to identify which conduits have existing cables. All conduits will extend 2-
22 inches within the vault walls. At the 2-inch mark the excess conduit on the existing
23 structure will need to be removed and all cables exposed.
24
25 All knockouts will need to be sealed using a mortar concrete mix to prevent rodent and
26 water from entering the vault.
27
28 The new vault shall be adjusted to be flush with the finished grade.
29 8-33.3(9) Conduit
30 This section modifies and supplements Sections 8-20.3(5) and 9-29.1.
31
32 All vacant conduit shall be proofed before installation using the appropriate size mandrel
33 through the conduit. A polyester pull tape that meets or exceeds a breaking strength of
34 900 Ibs needs to be installed in the proofed conduit prior to the fiber being installed.
35
36 Conduits that contain existing or abandoned cables need to have a polyester pull tape
37 installed that meets or exceeds a breaking strength of 900 Ibs prior to the fiber being
38 installed.
39
40 Any conduit that cannot be mandrel or have a pull tape installed needs to be excavated
41 at the suspected area of obstruction and repaired.
42
43 The Contractor shall provide all materials required for the installation and joining of the
44 contractor furnished schedule 80 PVC.
45
46 All conduit will be furnished and installed by the contractor at a depth of 24-inches of
47 cover above the top of the conduit along the route indicated on the approved plans, any
48 deviation of the route will be approved by the design engineer.
49
50 All conduits joined will be sealed with an approve UV-Cement used for PVC conduits.
51
52 Conduit shall be laid to a minimum depth of:
53 • 24 inches below the curb grade in the sidewalk area.
54 • 24 inches below the finished grade in all other areas.
55
56 The method of trenching on the West side of Benson Ave. shall be by hand. The
57 ground in this area is unstable and may not support trenching by mechanical means.
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 125 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The contractor shall saw cut the asphalt shoulder on the West side from a new
2 handhole South of Renton City Hall on Benson where a existing conduit crosses
3 Benson West to East. The saw cut will continue North to an existing handhole just
4 South of Renton City Hall.
5
6 The contractor shall place 4-inches of sand on the bottom of the trench prior to placing
7 the conduit.
8
9 The contractor shall place 4-inches of sand above the conduit prior to placing fill dirt.
10
11 The contractor shall restore the trench and asphalt to the appropriate Renton City Traffic
12 Construction standards.
13
14 The contractor shall dispose of all excess existing trench material in a manner that is
15 consistent with all Federal, State and City environmental policies.
16
17 The number and size of the conduit to be installed will be identified on the plans.
18 8-33.3(10) Flexible Fabric Innerduct
19 This section modifies and supplements Sections 9-29.1.
20
21 Contractor will install the innerduct in accordance with the manufacturers installation
22 procedures.
23 Contractor will leave 30 inches of slack exposed at each end of the conduit.
24 Contractor shall install in conduits that are 1.5 inches in diameter, a two-cell fabric
25 innerduct.
26 Contractor shall install in conduits that are 2-inches in diameter, 1-three cell fabric
27 innerduct.
28 Contractor shall install in conduits that are 3-inches in diameter, 2-three cell fabric
29 innerduct.
30 Contractor shall install in conduits that are 4-inches in diameter, 3-three cell fabric
31 innerduct
32
33 8-33.3(11) Detectable Tape
34 This section modifies and supplements Sections 8-20.3(5). -
35
36 The contractor shall furnish and install the detectable tape in all buried underground
37 conduit that contains an all-dielectric fiber optic cable.
38 8-33.4 Measurement
39 No specific unit of measurement shall apply, but measurement will be for the sum total of all
40 items for a complete system to be furnished and installed.
41 8-33.5 Payment
42 Payment will be made in accordance with Section 1-04.1 and will be included in the Lump
43 Sum bid item "Fiber Optic and Copper Cable Equipment "
44
45 ylr
46 Section 8-34 is a new section with new subsections:
48 8-34 VIDEO EQUIPMENT
49 8-34.1 Description
50 This specification section covers the requirements for the video equipment that display and '
51 distribute the video image in the TMC and the WSDOT SR167 hub. This equipment includes
52 video monitors, a plasma display, scan converters, video distribution amplifiers, and a video
53 cassette recorder.
54 8-34.2 Materials
55 8-34.2(1) Video Monitors
56 The Video Monitors shall provide for the viewing of video feeds from the Video Matrix
57 Switcher/Controller System from within the Control Room.
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 126 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The Video Monitors shall have the following features/capabilities:
2 Screen Size (diagonal): ...................20"
3 Minimum Horizontal Resolution:.......500 Lines
4 Video Input:...................................... BNC x 1, Composite Video,
5 4-Pin Mini DIN x 1, S-Video
- 6 Video Output: ................................... BNC x 1, Composite Video
7 4-Pin Mini DIN x 1, S-Video
8 Power Requirement:.........................AC 100 to 240V, 50/60Hz
9 Power Consumption:........................ 100W
10 TV System/Color Standard:.............. NTSC/PAL/SECAM/NTSC 4.43
11 Audio Input:...................................... Phono x 1
12 Audio Output: ................................... Phono x 1
13 Built-in Speaker:...............................Yes
14 Weight:.............................................61 lb. 10 oz.
15 Dimensions (W x H x D): .................. 17 11/16" x 17 3/8" x 19 3/4"
16 The Video Monitors shall be a Sony SSM-20N5U or approved equivalent.
17 8-34.2(2) Plasma Display
18 The Plasma Display shall provide for the viewing of video feeds from the Video Matrix
19 Switcher/Controller System as well as from the Video Cassette Recorder from within the
20 Control Room. The Plasma Display shall utilize advanced plasma panel technology to
21 produce images in native panel resolution of 1365x768 picture elements on a 50"
22 diagonal screen. The Plasma Display shall also include optional attached stereo
23 speakers and a non-tilting, low profile wall mount kit.
24
25 The Plasma Display shall have the following features/capabilities:
26 Diagonal Screen Size:...................... 50"
27 Screen Aspect Ratio:........................ 16 to 9
28 Active Screen Area: ......................... 1106 x 622 mm, 43.5 x 24.5 inches
29 Native Pixel Resolution: ................... 1365 vertical dots x 768 horizontal rows
30 Pixel Pitch: .......................................0.81 mm square
31 Output color: ....................................256 RGB levels, 16.7 million colors
32 Viewing Angle: ................................. 160 degrees
33 Horizontal Frequency Range: .......... 15.5 to 93.8 kHz auto, step scan
34 Vertical Frequency Range:...............50 to120 Hz auto, step scan
35 PC Signal Compatibility:
36 VGA .................................640x480 @ 60,72,75,85,100, 120 Hz
37 SVGA...............................800x600 @ 56, 60, 72,75,85,100,120 Hz
38 XGA ................................. 1024768 @ 60,70,75, 85, 100 Hz
39 SXGA............................... 1280x1024 @ 60, 75, 85 Hz
40 WideVGA .........................848x480, 852 x 480 @ 60Hz
41 WideXGA ......................... 1360 x 768 @60Hz
NE Sunset Boulevard(SR 900)/Duvall Avenue 127 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Video Signal Compatibility:............... NTSC 3.58/4.43, PAL, SECAM,
2 Input Terminals:
3 RGB 1 (analog) ................ RGB 1 (analog)- 15-pin mini D-sub
4 RGB 2 (analog) ................5 BNC (RGB/HV)
5 RGB 3 (digital)..................29-pin DVI (digital only)
6 Video 1 ............................. Composite RCA x 1
7 Video 2.............................Composite BNC x 1
8 Video 3.............................S-Video 4-Pin DIN
9 HD Video 1 ....................... 1 set RCA Component (Y/Pb/Pr,
10 Y/Cb/Cr)
11 HD Video 2....................... 1 set BNC Component (Y/Pb/Pr,
12 Y/Cb/Cr)
13 Audio................................3 sets RCA stereo + external speaker
14 jacks
15 Audio: .............................................. Internal amplifier, 7W x 2 output power
16 External Control: .............................9-pin mini D-Sub, RS232
17 Power Requirements:....................... 120V 50/60 Hz
18 Power Consumption:........................480 W Typical, 5.4 Amp Maximum
19 Dimensions (W x H x D): ..................48.8 x 30.2 x 4.2 inches
20 Weight:.............................................44.0 kg, 97.9 lbs.
21 The Video Monitor shall be an NEC model PX-50XM2A or approved equivalent. The
22 attached speakers shall be NEC model PX-50VM1 U-S1 or approved equivalent. The
23 fixed wall mount kit shall be an NEC model FWMK or approved equivalent.
24 8-34.2(3) Scan Converter
25 The Scan Converter shall provide for the conversion of the S-VGA/XGA output from an
26 existing TMC workstation computer to a standard NTSC video signal suitable for input to
27 the Video Matrix Switcher/Controller System and subsequent display on any of the
28 video monitors or large screen display within the Control Room. The scan converter
29 shall also allow for the pass through of the S-VGA/XGA signal to the local computer
30 monitor.
31
32 The Scan Converter shall have the following features/capabilities:
33 1600 x 1280 (UGA) resolution up to 152Hz;
34 16.7 million color output;
35 Screen sizing and screen positioning capabilities;
36 Spotlight, highlight, zoom, pointer, pointer zoom, image freeze capabilities;
37 Brightness, sharpness, and contrast controls;
38 Monitor pass-through cable;
39 Composite (RCA) and S-video output, European PAL/SCART compatible.
40 8-34.24) Video Distribution Amplifier
41 The Video Distribution Amplifier shall provide for the buffering and distribution of up to
42 16 separate composite video feeds.
43
44
NE Sunset Boulevard(SR 900)/Duvall Avenue 128 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The Video Distribution Amplifier shall have the following features/functionality:
2
Electrical Supply Voltage: 12VAC
Power Requirement: 12VA
Mechanical Mounting: 19-inch EIA rack mount
Dimensions (H x W x D): 3.48" x 19" x 1.89"
Weight: 2.65 Ibs
Video Inputs: 16
Outputs: 64 (4 per input)
Bandwidth: 32 MHz @ -1.5dB, 50 MHz @ -3dB
Signal/Noise: -60 dB (RMS rel. 1 Vp-p)
Gain: OdB ± 1 d
Impedance: 75 ohm, inputs and outputs
Connections Power: 2-position removable terminal strip
Video: BNC Connectors
3
4 The Video Distribution Amplifier shall be a Kalatel KTD-344 or approved equivalent.
5 8-34.2(5) Video Cassette Recorder
6 The Contractor shall furnish and install a Video Cassette Recorder (VCR). The VCR
y 7 shall be connected to the building CATV feed (provided by others) and the video matrix
8 to facilitate the viewing, recording and playback of cable broadcast programming as well
9 as feeds from the CCTV System.
10
11 The VCR shall have the following features/functionality:
12 General
13 Power Source .................................. 120V AC +- 10%, 50/60 Hz +- 10%
w 14 Power Consumption ........................Approx. 24W
15 Operating Temperature ................... 5C — 40C (41'F — 104°F)
16 Operating Humidity .......................... 35% - 80%
17 Dimensions (W x H x D)................... 17" x 4" x 12" (maximum)
18 Weight .............................................3.9 kg (8.6 Ibs.)
19 System
20 Television System ........................... EIA Standard NTSC color signal, 525
- 21 lines, 60 fields
22 Video Recording System .................Two rotary heads, helical scanning
23 system
24 Video Head .....................................4 Heads
25 Modulation System .......................... Luminance: FM azimuth recording
26 Color signal: Converted subcarrier
27 phase shift recording
28 Tape Transport
29 Tape Speed ....................................SP: 1 5/16 ips. (33.3 mm/sec.)
30 EP: 7/16 ips. (11.1 mm/sec.)
31 Tape Format ....................................VHS
32 Record/Playback Time .................... SP: 120 min.
33 EP: 360 min.
34 Tuner
35 Broadcast Channels ........................VHF: 2 to 13CH (75 ohms)
36 UHF: 14 to 69CH (75 ohms)
37 CAN: 5A & A-5CH—EEECH (75 ohms)
NE Sunset Boulevard(SR 900)/Duvall Avenue 129 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Video
2 Signal-to-Noise Ratio ......................SP/Color: more than 42 dB
3 Audio
4 Audio Track .....................................2 tracks (Hi-Fi Audio)
5 1 track (Normal)
6 Frequency Response ......................20Hz to 20kHz (-5 —+10dB) (Hi-Fi)
7 Signal-to-Noise Ratio ...................... More than 60 dB (Hi-Fi)
8 Video Input/Output
9 Video In (Phono x1) ......................... 1.OVp-p, 75 ohms
10 Video Out (Phono x 1) ..................... 1.OVp-p, 75 ohms
11 RF modulated; VHF Channel 3 or 4
12 66 (+2.5 — 3.5) dBm, 75 ohms
13 terminated
14 Audio Input/Output
15 Audio In (Phono x 2) ........................316mV, 47k ohms
16 Audio Out (Phono x 2) .....................400mV, 1k ohms
17 Antenna Input/Output and Accessories
18 UHF/VHF ........................................75 ohms Unified Coaxial Antenna
19 Terminal
20 Standard Accessories ..................... 1 pc. Infrared Remote Control
21 The Video Cassette Recorder shall be a Panasonic AG-2570 or approved equivalent.
22 8-34.3 Construction Requirements
23 8-34.3(1) Video Monitors
24 The Contractor shall install the Video Monitors in the locations shown on the project
25 plans. The Contractor shall furnish and install all cabling required for the connection of
26 the Video Monitors to the Video Matrix Switcher/Controller System as shown on the
27 protect plans.
28 8-34.3(2) Plasma Display
29 The Contractor shall install the Plasma Display in the recessed area of the monitor wall
30 as shown on the project plans. The Contractor shall furnish and install all cabling
31 required for the connection of the Plasma Display to the Video Matrix
32 Switcher/Controller System and Video Cassette Recorder as shown on the project
33 plans. All power and signal cabling servicing the Plasma Display shall be routed to the
34 rear of the recessed area of the monitor wall and into the Equipment Room via the
35 access conduits provided. All unused access conduits shall remain capped.
36 8-34.3(3) Scan Converters
37 The Contractor shall install the Scan Converters in the locations shown on the project
38 plans. The Contractor shall furnish and install all cabling required for the connection of
39 the Scan Converters to the Video Matrix Switcher/Controller System as shown on the
40 project plans. The Scan Converters shall be mounted adjacent to the existing
41 workstation computers to which they are connected.
42 8-34.3(4) Video Distribution Amplifier
43 The Video Distribution Amplifier shall be installed and configured in accordance with
44 manufacturer's instructions in the location indicated on the project plans. The
45 Contractor shall install and test all video cabling as indicated on the project plans. All
46 installation work at the WSDOT SR-167 hub shall be coordinated with WSDOT
47 personnel.
48 8-34.3(5) Video Cassette Recorder
49 The Contractor shall install the VCR on the millwork console in the Control Room. The
50 Contractor shall furnish and install all cabling required for the connection of the VCR to
51 the Control Room Waliplate as the shown on the project plans.
52 8-34.4 Measurement
53 No specific unit of measurement shall apply, but measurement will be for the sum total of all
54 items for a complete system to be furnished and installed.
NE Sunset Boulevard(SR 900)/Duvall Avenue 130 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 8-34.5 Payment
2 Payment will be made in accordance with Section 1-04.1 and will be included in the Lump
3 Sum bid item "Video Equipment "
4
5 Section 8-35 is a new section with new subsections:
6 (******)
7 $-35 NETWORK EQUIPMENT
8 8-35.1 Description
9 This specification section covers the requirements for the network equipment. This
10 equipment includes an Ethernet Switch and all associated cabling and wiring required for its
11 installation.
12 8-35.2 Materials
13 The Ethernet Switch shall be sized to provide at least 24 ports. It shall include the software
14 and hardware for the remote management of the Switch. The ports on the Switch shall be
15 capable of operating at either 10 Mb/s or 100 Mb/s and shall automatically configure
16 themselves.
17
18 The Ethernet Switch shall conform to IEEE specifications 802.1d including Spanning Tree
19 Protocol support 802.3u for Fast Ethernet, 802.3x for full duplex Ethernet with flow control.
20 These specifications shall apply to all switch ports. The Switch shall accept modules to
21 transmit over Category 5 twisted wire pair. The Switch shall be rack mountable in a 19" rack.
22 The Switch shall be powered from 110VAC.
23 8-35.3 Construction Requirements
24 The Contractor shall install the Switch in the location shown on the project plans and shall
25 configure the Switch as required and recommend by the manufacturer.
26 8-35.4 Measurement
27 No specific unit of measurement shall apply, but measurement will be for the sum total of all
28 items for a complete system to be furnished and installed.
29 8-35.5 Payment
30 Payment will be made in accordance with Section 1-04.1 and will be included in the Lump
31 Sum bid item "Network Equipment "
32
33 Section 8-36 is a new section with new subsections:
34 (******)
35 8-36 FIBER OPTIC TESTING AND DOCUMENTATION
36 8-36.1 Description
37 This section covers the requirements for the testing of fiber optic cable. The types of
38 acceptance testing for optical fiber cable system certification are:
w 39 1. Attenuation testing
40 2. Optical Time Domain Reflectometer (OTDR) testing
41 8-36.2 Materials
42 The Contractor shall supply all materials and equipment required to perform the fiber optic
43 testing and documentation indicated below.
44 8-36.3 Construction Requirements
45 8-36.3(1) General
46 The installed optical fiber cable shall be tested for compliance with the transmission
47 requirements of this specification, the cable and hardware manufacturer's specifications,
48 and prescribed industry standards and practices.
49
50 The contractor shall test the first three fibers splices at the existing WSDOT splice from
51 the hub located at SR167 and 1-405 to where the fiber is terminated at Renton City Hall.
52
53 The contractor shall test the remaining nine Single-mode fibers on the all-dielectric fiber
54 cable from the pre-term panel at Renton City Hall to the existing WSDOT splice.
55
NE Sunset Boulevard (SR 900)/Duvall Avenue 131 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The contractor shall test the 61 fibers from Pre-term panel located in the communication
2 room on P-2 to the telecommunication room at the new Renton TMC pre-term panel.
3 8-36.3(2) Attenuation Testing
4 Insertion loss testing shall be used to measure end-to-end attenuation on each new
5 fiber installed between a field device and a communications hub as well as between
6 communications hubs. Insertion loss testing shall be performed at the 1310 nanometer
7 wavelength in both directions.
8
9 Prior to commencing testing, the Contractor shall submit the manufacturer and model
10 number of the test equipment along with certification that it has been calibrated within 6
11 months of the proposed test dates.
12
13 The following information shall be documented for each fiber test measurement:
14 1. Wavelength
15 2. Fiber type
16 3. Cable, tube and fiber IDs
17 4. Near end and far end test locations
18 5. End-to-end attenuation
19 6. Date, time, and operator
20 8-36.3(3) Optical Time Domain Reflectometer(OTDR) Testing
21 An optical time domain reflectometer (OTDR) with recording capability shall be utilized
22 to test the end-to-end transmission quality of each optical fiber. Quality tests shall
23 consider both attenuation and discontinuities. The OTDR shall be equipped with 1310
24 nanometer and 1550 nanometer light sources for singlemode optical fibers. The OTDR
25 shall be capable of providing electronic and hard copy records of each test
26 measurement.
27
28 The OTDR shall be equipped with sufficient internal masking to allow the entire cable
29 section to be tested. This may be achieved by using an optical fiber pigtail of sufficient
30 length to display the required cable section, or by using an OTDR with sufficient
31 normalization to display the required cable section.
32
33 Prior to commencing testing, the Contractor shall submit the manufacturer and model
34 number of the OTDR test unit along with certification that it has been calibrated within 6
35 months of the proposed test dates.
36
37 Each new mainline and lateral fiber shall be tested in both directions at the 1310 and
38 1550 nanometer wavelengths. Any fiber that has a bi-directional loss of .2dB or greater
39 will need to be repaired and tested until the desired reading is obtained. Existing
40 mainline and lateral fibers that are spliced to or re-spliced as part of this contract shall
41 also be tested in both directions and at both wavelengths.
42
43 The following information shall be documented for each fiber test measurement:
44 1. X-Y plot scaled for fiber length
45 2. Wavelength
46 3. Refraction index
47 4. Fiber type
48 5. Averaging time
49 6. Pulse width
50 7. Cable and fiber IDs
51 8. Near end and far end test locations
52 9. Date, time, and operator
53 10. Event table that includes: event ID, type, location, loss, and reflection.
54 8-36.3(4) Testing Documentation
55 The Contractor shall submit one hard copy and one electronic copy of the fiber test
56 results to the Engineer for approval. The Contractor shall take corrective actions on
57 portions of the fiber installation determined to be out of compliance with these
58 specifications.
59
NE Sunset Boulevard(SR 900)/Duvall Avenue 132 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
- 1 Upon acceptance of the cable installation and test results, the Contractor shall submit
2 three hard copies and one electronic copy of the fiber test results to the Engineer.
3
4 Hard copy submittals shall be bound in 3-ring binders. The electronic submittal shall be
- 5 on 3.5" floppy disks or a compact disk and include one licensed copy of the applicable
6 OTDR reader program.
7
8 The following information shall be included in each test result submittal:
9 1. Contract number, contract name, contractor name and address.
10 2. Dates of cable manufacture, installation, and testing.
11 3. Cable specifications.
12 4. Location of all splices.
13 5. OTDR test results.
14 6. Attenuation test results.
15
16 Within 30 days of submitting the test results, the Contractor, in the presence of the
17 Engineer, shall re-test a minimum of 5% of the previously tested locations to validate the
18 test results. A 5% sample will be selected randomly from the terminal device locations.
19 8-36.4 Measurement
" 20 No specific unit of measurement shall apply, but measurement will be for the sum total of all
21 work items for all required tests.
22 8-36.5 Payment
23 Payment will be made in accordance with Section 1-04.1 and will be included in the Lump
24 Sum bid item "Fiber Optic Testing and Documentation "
25
26 Section 8-37 is a new section with new subsections:
27 ******�
28 -37 SYSTEM TESTING AND DOCUMENTATION
- 29 8-37.1 Description
30 This specification section covers the requirements for the system testing and documentation
31 including the test plan development, pre-installation, subsystem, acceptance testing and the
32 system documentation requirements for the project.
33 8-37.2 Materials
34 The materials required for this installation are covered in previous specification sections.
35 The Contractor shall supply all additional materials that may be required to make this
36 equipment operational and to meet and perform to the requirements of the system testing
" 37 and documentation identified below.
38 8-37.3 Construction Requirements
39 8-37.3(1) Test Plan
40 The Contractor shall develop and submit to the Engineer, within 60 working days, an
41 installation and test plan for approval. This plan shall detail the method of installation
42 and testing for all material, equipment, and cable and include the associated schedule
43 of activities, based on these provisions, plans, the manufacturer's recommended test
44 procedures, and industry standard practices. The test plan shall include as a minimum:
45 1. A step-by-step outline of the test sequence to be followed, showing a test of
46 every function of the equipment or system to be tested;
47 2. A description of the expected operation, pass/fail criteria, and test results;
48 3. A data form to be used to record all data and quantitative results obtained
49 during the test;
50 4. A description of all test equipment, setup, manpower, or conditions required for
51 the test.
52
53 Five copies of the test plan shall be submitted to the Engineer for approval. The
54 Engineer will review then approve or disapprove the plan within four weeks. If the
55 Engineer rejects the test plan, the Contractor shall submit a revised test plan within 20
56 working days for review and approval by the Engineer. No testing shall be performed
57 until Contractor's test plan has been approved by the Engineer. The tests shall
NE Sunset Boulevard(SR 900)/Duvall Avenue 133 October 2005
NElntersect on Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 quantitatively demonstrate that the design and production of material and equipment =
2 meet the requirements of these special provisions and plans. All test results, including
3 results of failed tests or re-tests, shall be submitted and delivered to the Engineer. All
4 test equipment shall be supplied by the Contractor and where appropriate, shall bear
5 proof of calibration. All testing shall be done in the presence of, and signed off by, the
6 Engineer.
7
8 The Contractor shall notify the Engineer of his intent to proceed with testing 48 hours
9 prior to commencement of each test.
10 8-37.3(2) Pre-Installation Testing
11 Pre-installation testing shall include testing of all material, equipment and cables prior to
12 delivery to the site. The tests shall either be conducted at the equipment manufacturer's
13 premises or at a laboratory arranged by the Contractor.
14
15 All material, except test equipment and special tools, shall be bench tested in
16 accordance with the following paragraphs, which include those items described
17 elsewhere requiring pre-installation testing for each individual item where applicable.
18
19 All active equipment shall be connected to standard operating power, energized and
20 subjected to normal operating conditions for a continuous period of time of not less than
21 72 hours. At the end of the test interval all required functions of the equipment shall be
22 demonstrated to prove proper operation.
23
24 Any material or equipment that fails to meet the requirements of the contract shall be
25 repaired or replaced and the test shall be repeated until satisfactory. All pre-installation
26 test results, including results of failed tests or re-tests, shall be submitted and delivered
27 to the Engineer
28 8-37.3r2 Subsystem Testing
29 Subsystem testing shall encompass the testing of all material, equipment and cable
30 after installation, but prior to acceptance tests. These tests shall be done in accordance
31 with the performance testing requirements listed in this section and as required under
32 each individual item elsewhere in these provisions.
33
34 Subsystem testing and inspections shall include a visual inspection for damaged or
35 incorrect installation to ensure workmanship satisfies the specified requirements, as well
36 as adjustments, alignments, and measurement of parameters and operating conditions.
37
38 Installation documentation and test results shall be provided for all material, equipment
39 and cable prior to commencement of acceptance tests. Installation documentation shall
40 be in accordance with these provisions and shall include the following as appropriate:
41 1. Model, part number and serial number for all material and equipment;
42 2. All strap and switch settings of units under test;
43 3. Identification of interconnections.
44 8-37.3(3) Acceptance Testing
45 Acceptance testing shall not commence until all material required by these provisions
46 and plans are delivered, installed, aligned, and all previous tests have been completed,
47 documented, and the results approved by the Engineer. All acceptance test results shall
48 be fully documented and such documentation provided as a condition of acceptance.
49
50 These tests include the complete system in normal operations. The acceptance test
51 plan shall include the following major test and acceptance categories:
52 1. Physical inspection;
53 2. Functional tests;
54 3. Performance tests.
55 8-37.3(4) Physical Inspection
56 The Contractor shall verify that the equipment is installed per the project plans and that
57 all subsystems are correctly integrated. Any deviations from the project plans shall be
58 documented and delivered to the Engineer for approval.
NE Sunset Boulevard(SR 900)/Duvall Avenue 134 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 8-37.3(5) Functional Tests
2 The Contractor shall test all system functions to demonstrate that all circuits (video, data
3 and control), and all equipment satisfy the functional requirements of the specifications.
4
5 This testing shall include verification of each WSDOT camera image and the
6 demonstration of camera control for the local City of Renton camera located at
7 3rd/Sunset. In the event that any aspect of the functional tests are determined by the
8 Engineer to have failed, the Contractor shall cease all acceptance testing and determine
9 the cause of the failure and make repairs to the satisfaction of the Engineer. Acceptance
10 testing shall, at the discretion of the Engineer, be repeated beginning from the start of
11 functional tests.
12
13 Functional testing of the equipment shall include at a minimum the following:
14 1. All video and data communications ports shall be confirmed to be configured
15 correctly and operational;
16 2. Address recognition for all connected/addressed equipment shall be
17 established;
18 3. Required features such as partitioning, prioritizing, lockout, and sequencing
19 shall be checked;
20 4. Power draw and protection of memory settings against power disruption shall
21 be verified to conform with specifications;
22 5. The selectability of video titles and date/time information shall be
23 demonstrated;
24 6. Flexibility of information displayed, location of display and contrast shall be
25 demonstrated;
26 7. The Contractor shall confirm that the operation and performance of the new
27 system is in accordance manufacturer's standard testing procedures as well
28 the specifications contained herein by performing as a minimum the testing
29 specified under Performance Tests. See Section 3.4.3 below.
30 8-37.3(6) Performance Tests
31 The Contractor shall conduct operational performance tests on the following:
32 1. All video links from the WSDOT SR-167 communications hub to the video
33 monitors and large screen display. See Note (a) below.
34 2. The video link from the local City of Renton camera to the video monitors and
35 large screen display. See Note (a) below.
36 3. All data/control circuits operational from the video switch system to the system
37 elements located in the field.
- 38 4. System diagnostics.
39 5. Alignment and color adjustments for video monitors.
40 6. Note — The following video links performance testing shall only be required if
41 the video images, in the opinion of the Engineer, are sub-standard.
42 A. Video Links Performance Test Requirements: The following parameters
43 shall be measured in accordance with EIAITIA-250-C with suitable test
44 equipment:
45 a. Video signal to noise (S/N) greater than 47 dB
46 b. Video signal to periodic noise greater than 52 dB
47 c. Video signal to low frequency noise greater than 39 dB. If an AGC
48 circuit does not allow measurement as per EIA/TIA-250-C, Contractor
49 shall submit an alternative test plan for approval.
50 B. CCTV System: The Contractor shall test the Matrix Switcher/Controller
51 System for the following functions:
52 a. The CCTV Keyboard shall provide simultaneous switching to any
- 53 monitor or the large screen display.
54 b. All camera control/video switch functions (lockout, partitioning, etc.)
55 controlled by the system software shall be enabled and
56 demonstrated.
57 c. The CPU shall be programmed to perform salvo or bank switching,
58 sequencing, and scheduling.
NE Sunset Boulevard(SR 900)/Duvall Avenue 135 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 c. The Contractor shall demonstrate that the Matrix Switcher/Controller w.
2 System shall meet the manufacturer's specifications for signal to
3 noise ratio, low frequency noise ratio, cross talk, frequency response,
4 differential gain, differential phase and unity gain parameters under
5 normal operating conditions after system installation.
6 If any circuit or element fails to satisfy the specified performance requirements the
7 Contractor shall determine the cause and correct the failure to the satisfaction of the
8 Engineer. The full performance tests shall be repeated under operating conditions as
9 determined by the Engineer.
10 8-37.3(7) System Documentation
11 The Contractor shall submit a draft copy of all documentation for review and approval.
12 The draft documentation shall show the general approach in preparing the final manuals
13 and be in compliance with the City of Renton Information Technology Standards
14 included as part of the Contract Documents. The Engineer will review and approve or
15 reject the draft documentation within four weeks of receipt. The Contractor shall modify
16 the draft documentation if required and submit the revised draft documentation. The
17 Engineer will approve or reject the revised draft documentation within three weeks of
18 receipt. The Contractor shall arrange for re-submission in a timely manner to meet the
19 schedule in the case that documents are rejected.
20
21 Upon approval of the draft documentation, provisional documentation shall be supplied
22 3 weeks prior to the start of site testing. The provisional documentation shall be of the
23 same format as the final manuals but with temporary insertion for items which cannot be
24 finalized until the system is completed, tested and accepted. Final documentation shall
25 be submitted no later than 4 weeks after completion of the acceptance tests and shall
26 incorporate all comments made during the approval stages. The Contractor shall be
27 responsible for all delay caused by non-compliance to the specified requirements.
28 8-37.3(8) Operations and Maintenance Manual
29 Final documentation shall be approved prior to its production. Twenty copies of all final
30 documents shall be delivered. The copies shall be 8'/z" x 11" (215 mm x 280 mm) paper
31 and bound in three-ring hard-covered binders complete with dividers. The
32 documentation shall also be furnished electronically in Microsoft® "Word" format on 3'/2"
33 (90 mm) floppy disks, CD, or DVD. System documentation shall be arranged in an
34 operation and maintenance (O & M) manual format providing all the information
35 necessary to operate, maintain and repair the equipment and cable to the lowest
36 module or component level. The O & M Manual shall as a minimum consist of the
37 following sub-sections as described below:
38 Master Items Index. -- This shall be the first section of the O & M manual. The
39 section shall describe the purpose of each manual and brief description to the
40 directory of the manual. It shall also reference equipment manuals as required for
41 additional and support material.
42 System Description and Technical Data. -- This section shall contain an overall
43 description of the system and associated equipment and cables with illustrative
44 block diagrams. This section shall identify all equipment and cables in the system
45 stating the exact module and option number that are employed in the system.
46 Technical data specification and settings for every type of equipment or cable shall
47 be provided. Any modification that has been done on the equipment shall be clearly
48 described.
49 Theory of Operation. -- The manual shall contain a functional description of each
50 element of the system, explaining how each function is being achieved separately
51 and how each element works together to form the complete system.
52 Software Documentation. -- Proper documentation for all software shall be
53 provided. The software documentation shall include a clear description of the
54 system's functionality and specifications. A description on each of the software
55 modules and programs shall be provided. The Contractor shall supply related
56 programming and system user manuals, application and utilities software user
57 manuals and all associated proprietary software manuals. Software listings of all
NE Sunset Boulevard (SR 900)/Duvall Avenue 136 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
-- 1 custom programs shall also be provided, as well as a copy of any software source
2 code.
3 Operations. -- The manual shall describe how to operate the system and each
4 particular type of equipment and software. Equipment layout, layout of controls,
5 displays, software operating procedures and all other information required to
6 correctly operate the system and each functional unit shall be provided. Procedures
7 shall also be provided for initial tune-up of the system and adjustment and checkout
8 required to ensure that the system is functioning within the performance
9 requirements. Warning of special procedures shall be given. The functions and
10 setting of all parameters shall be explained.
11 Corrective Maintenance. -- The manual shall include fault diagnostic and repair
12 procedures to permit the location and correction of faults to the level of each
13 replaceable module. Procedures shall include alignment and testing of the
14 equipment following repair, the test equipment, tools, diagnostic software required
15 and the test set up.
16 Preventative Maintenance. -- The manual shall include procedures for
17 preventative maintenance in order to maintain the performance parameters of the
18 system, equipment and cables within the requirements of the specifications.
w 19 Parts List. --The manual shall include a list of all replaceable parts with exact parts
20 description and number and a directory of recommended suppliers with
21 correspondence address, e-mail address, web address, telephone and fax
22 numbers.
23 Test Results. -- This section shall include a copy of the results for all the tests that
24 have been conducted for the contract.
25 Schematic Drawings. - System schematic drawings shall be provided to identify
26 the type of equipment at each location and the function of all equipment. The
27 drawings shall also show how the system is interconnected. A comprehensive list of
28 cabling and wiring shall be provided to clearly identify the interconnection and
29 labelling of all.
30 8-37.3(9) System Labeling
31 All system labeling shall be in compliance with the City of Renton Information
32 Technology Standards included as part of the contract documents.
33 8-37.3(10) System Plan Documentation
34 All final system as-built plans shall be submitted for approval to the Engineer and City
35 as required in the City of Renton Information Technology Standards included as part of
36 this document. The Contractor shall submit a draft copy of all documentation for review
37 and approval. The plans shall comply with the Contract Documents. The Engineer will
38 review and approve or reject the draft plans within four weeks of receipt. The Contractor
39 shall modify the draft plans if required and submit the revised draft plan set. The
40 Contractor shall arrange for re-submission in a timely manner to meet the schedule in
41 the case the documents are rejected.
42
43 Final documentation shall be submitted no later than 4 weeks after completion of the
44 acceptance tests and shall incorporate all comments made during the approval stages.
45 The Contractor shall be responsible for all delay caused by non-compliance to the
46 specified requirements.
47 8-37.4 Measurement
48 No specific unit of measurement shall apply, but measurement will be for the sum total of all
49 items for all the above work items in this section to be completed.
50 8-37.5 Payment
51 Payment will be made in accordance with Section 1-04.1 and will be included in the Lump
52 Sum bid item "System Testing and Documentation "
53
54
55
56
57
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 137 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Section 9-00(A) is a new section:
2 (******)
3 9-00(A) Recycled Materials (RC)
4 The Owner encourages the use of recycled materials whenever practicable, provided that
5 those materials meet or exceed all applicable requirements described elsewhere in the
6 contract specifications. Should recycled materials be utilized, the Owner requires that a
7 Recycled Product Reporting Form be completed by the Contractor.
8
9 9-03 AGGREGATES
10 9-03.8(2) HMA Test Requirements
11 Section 9-03.8(2) is supplemented with the following:
12
13 ESAL's
14 The number of ESAL's for the design and acceptance of the HMA shall be ***
15 $$1$$ *** million.
16
17 9-03.8(6)A Basis of Acceptance (RC)
18 Section 9-03.8(6)A is replaced with:
20 1. Asphalt Concrete will be accepted based on its conformance to the project
21 job mix formula (JMF). No material for payment may be produced for use
22 on a project until the job mix formula has been approved by the engineer.
23 The mixture shall be designed to meet the test criteria listed in Section 9-
24 03.8(2) and remain within the limits set forth in 9-03.8(6). The
25 determination of the job mix formula shall be the responsibility of the
26 Contractor.
27
28 The intermingling of asphalt concrete mixtures produced from more than
29 one JMF is prohibited. Each strip of asphalt concrete pavement placed
30 during a working shift shall conform to a single job mix formula established
31 for the class of asphalt concrete specified unless there is a need to make
32 an adjustment to the JMF.
33
34 The JMF shall be submitted in writing by the Contractor to the Engineer at
35 least 10 days prior to the start of paving operations and shall include as a
36 minimum:
37 a. Percent passing each sieve size.
38 b. Percent of asphalt cement.
39 c. Asphalt grade.
40 d. Mixing temperature.
41 e. Compaction temperature.
42 f. Anti-strip agent content.
43 The Contractor may not make any changes to the JMF without prior
44 written approval of the Engineer. Should a change in sources of materials -
45 be made, a new JMF must be approved by the Engineer before the new
46 material is used.
47
48
NE Sunset Boulevard(SR 900)/Duvall Avenue 138 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS – CITY OF RENTON
1 2. Job Mix Formula Tolerances
2 a. After the JMF is determined, the several constituents of the mixture at
3 the time of acceptance shall conform to the following tolerances:
Constituent of Tolerance Limits
Mixture
The tolerance limit for
each
mix constituent shall
not
exceed the broad
band
„. specification limits
specified in Section 9-
03.8(6), except the
tolerance limits for
sieves designated as
100% passing will be
99-100.
Aggregate Broad band
pa�sinq 1,", 3/4 specification limits
5/8,,, /2 , and Section 9-03.8(6).
3/8 sieves
4 Aggregate passing 1/4" sieve ± 6%
5 Aggregate passing No. 10 sieve ± 5%
6 Aggregate passing No. 40 sieve ± 4%
7 Aggregate passing No. 200 sieve ±2% Note1
8 Asphalt cement ±0.5%Note2
9
10 For open graded mix: Tolerance limits shall be for aggregate
- 11 gradation only and shall be as specified in Section 9-03.8(6).
12
13 Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement),
14 2.5% for 50% RAP or more.
15
16 Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but
17 less than 50% RAP, 1.0% for 50% RAP or greater.
18
19 These tolerance limits constitute the allowable limits used in Section
20 5-04.3(8)A to determine acceptance.
21
22
NE Sunset Boulevard(SR 900)/Duvall Avenue 139 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON -
1 9-03.8(7) HMA Tolerances and Adjustments
2 Item 1 is deleted and replaced with:
3 (****)
4
5 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-
6 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the
7 fol!owing tolerances.
8
9 Nonstatistical Commercial
10 Evaluation Evaluation
11
12 Aggregate, percent passing
13 1", 3/4", 1/2", and 3/8" sieves ±6% ±8%
14 U.S. No. 4 sieve ±6% ±8%
15 U.S. No. 8 sieve ±6% ±8%
16 U.S. No. 16 sieve ±4% ±6% °
17 U.S. No. 30 sieve ±4% ±6%
18 U.S. No. 50 sieve ±4% ±6%
19 U.S. No. 100 sieve ±3% ±5%
20 U.S. No. 200 sieve ±2.0% ±3.0%
21 Asphalt Binder ±0.3% ±0.7%
22
23 VMA 1% below minimum value in 9-03.8(2)
24 VFA min. and max. as listed in 9-03.8(2)
25 Va 2.5% minimum and 5.5% maximum
26
27 These tolerance limits constitute the allowable limits as described in Section 1-06.2. The
28 tolerance limit for aggregate shall not exceed the limits of the control points section,
29 except the tolerance limits for sieves designated as 100% passing will be 99-100.
30
31 9-03.12(1)C Select Imported Trench Backfill (Additional Section)
32 Aggregate for select imported trench backfill shall consist of granular material, either m
33 naturally occurring or processed, and shall meet the following requirements for
34 grading and quality:
35 Sieve Size Percent Passing
36 1-1/4" square 100
37 %" square 25 min.
38 U.S. No. 40 40 max.
39 U.S. No. 200 7.0 max.
40 Sand Equivalent 50 min.
41
42
43 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
44 9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
45 Section 9-05.4 is revised as follows:
46 (******)
47 Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and
48 Type 11. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch
49 with metallized coating applied inside and out following welding is acceptable and shall be
50 asphalt treatment coated.
51
NE Sunset Boulevard(SR 900)/Duvall Avenue 140 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
2 Section 9-05.7(2) is replaced by the following:
4 Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76
- 5 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe
6 shall be Type II in conformance with ASTM C150. No admixture shall be used unless
7 otherwise specified.
8
9 9-05.7(2)A Basis for Acceptance (RC)
10 Section 9-05.7(2)A is supplemented by the following:
12 All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance
13 with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with
14 ASTM C361 or AWWA C302 except test pressure shall be 5 psi.
15
16 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
17 Section 9-05.7(3) is replaced by the following:
19 Joint assembly design shall be reinforced concrete bell and spigot type incorporating a
20 fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302.
21 Rubber gasket material shall be neoprene.
22
23 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
24 Section 9-05.7(4) is supplemented by the following:
25 (******)
26 Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM
27 C361 or AWWA C302 except test pressure shall be 5 psi.
28
29 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
30 Section 9-05.9 is replaced with:
�- 31 (******)
32 The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
33 Certificate of Compliance stating that the materials furnished comply in all respects with
34 these Specifications. The Engineer may require additional information or tests to be
35 performed by the Contractor at no expense to the State.
36
37 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
38 perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib
39 pipe shall be fabricated either by using a continuous helical lock seam or a continuous
40 helical welded seam paralleling the rib.
41
42 Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or
43 galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size,
44 coating, and metal shall be as shown in the Plans or in the Specifications.
45
46 For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall
47 and shall be fabricated from a single thickness of material. The ribs shall be essentially
48 rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch
49 (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum
50 vertical distance from the outside of pipe wall immediately adjacent to the lockseam or
51 stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches
52 center to center (measured normal to the direction of the ribs). The radius of bend of the
53 metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch.
54 If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included
55 midway between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20
56 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively
57 jointed with coupling bands.
58
a.
NE Sunset Boulevard(SR 900)/Duvall Avenue 141 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved.
2 The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-
3 05.4(3) and 9-05.4(4).
4
5 For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth
6 pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375
7 inch + 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch high
8 (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center
9 (measured normal to the direction of the ribs). The radius of bend of the metal at the corners
10 of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent.
11
12 Section 9-05.12(3) is a new additional section:
14 9-05.12(3) CPEP Sewer Pipe
15 CPEP - Smooth interior pipe and fittings shall be manufactured from high density
16 polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4
17 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply
18 with all material and stiffness requirements of AASHTO M294.
19
20 Section 9-05.14 is deleted
22 9-05.14 ABS Composite Sewer Pipe
23
24 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
25 Section 9-05.17 is replaced with:
26 (******)
27 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
28 perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib
29 pipe shall be fabricated by using a continuous helical lock seam with a seam gasket.
30 ,.
31 For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall
32 and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide
33 by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be
34 fabricated with ends that can be effectively pointed with coupling bands.
35
36 For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the
37 smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall
38 be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs
39 shall be 4.80 inches center to center (measured normal to the direction of the ribs). The
40 radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable
41 tolerance of+ 10 percent.
42
43 For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the
44 smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall
45 be 3/4 inch ± 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high
46 (measured as the minimum vertical distance from the outside of pipe wall to top surface of
47 the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured
48 normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs
49 shall be 0.0625 inch with an allowable tolerance of± 10 percent.
50
51 9-06 STRUCTURAL STEEL AND RELATED MATERIALS
52 9-06.5(4) Anchor Bolts
53 Section 9-06.5(4) has been supplemented by adding:
54 (******)
55 All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles,
56 strain poles or other types of poles shall meet the recommended specifications of the
57 pole manufacturer. The Contractor shall be responsible for providing to the Engineer
NE Sunset Boulevard(SR 900)/Duvall Avenue 142 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
- 1 any and all data concerning fabrication, strength test results, mill certification and other
2 data required to confirm that the anchor bolts meet those specifications.
3
4 The following standard specifications shall apply to anchor bolts for street light, signal
5 and strain poles provided that the Contractor can submit documentation from the
6 manufacturer affirming that anchor bolts meeting these specifications are recommended
7 for the pole to be installed thereon:
8
9 1. The standard anchor bolt for aluminum street light poles shall be 42
10 inches in length and shall meet the requirements of ASTM A 36 or ASTM A
11 307. The shaft of the anchor bolt shall be a full one inch in diameter with
12 a hot forged four inch "L" bend on the bottom end and a minimum of six
13 inches of die-cut threads on the top end.
14 2. The anchor bolts for signal poles and strain poles shall meet the
15 specifications as designated on the approved manufacturer's pole plans
16 and/or supplemental plans or specifications provided by the manufacturer.
17
18 All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and
19 shall be hot dipped galvanized unless such galvanization is not permitted for the type of
20 steel as per Section 9-06.5(4).
21
22 9-08 PAINTS
23 Section 9-08.8 is a new section and subsections:
24 (******)
25 9-08.8 Manhole Coating System Products
26 9-08.8(1) Coating System Specification
27 The following coating system specifications shall be used for coating (sealing) interior
28 concrete (including the channel) surfaces of sanitary sewer manholes when required.
29 Coating System Specification
30 A. General
31 1. Buried Manhole
32 2. Surface Color Paint System
33
34 Buried, and White C-1
35 exposed
36 concrete
37 surfaces.
38
39 9-08.8(2)Coating Systems
40 A. High Solids Urethane
41
Coating System: C1
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface In accordance with
Preparation: SSPC SP-7 (Sweep or
brush off blast)
Application: Shop/Field The drying
time between coats
shall not exceed
24hours in any case
System 6.0 mils dry film
Thickness:
NE Sunset Boulevard(SR 900)/Duvall Avenue 143 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS —CITY OF RENTON
Coatings: Primer: One coat of •r
Wasser MC-Conseal
high solids urethane
(2.0 DFT) Finish: Two
or more coats of
Wasser MC-Conseal
(min. 4.0 DFT)
1 ..
2
3
.rr
.r
ar
•
l
NE Sunset Boulevard(SR 900)/Duvall Avenue 144 October 2005
NElntersection Improvements Project
wr
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
- 1 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
2 9-23.9 Fly Ash (RC)
3 Section 9-23.9 is revised as follows:
- 4 (******)
5 Fly ash shall not be used around water lines.
6
7 9-29 ILLUMINATION, SIGNALS, ELECTRICAL
8 9-29.1 Conduit (RC)
9 Section 9-29.1 is supplemented by adding the following:
10 (******)
11 The conduit PVC- non-metallic shall be of the two types indicated below:
12 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be used in
13 all installations under roadways.
14 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards.
15
16 9-29.2 Junction Boxes (RC)
17 Section 9-29.2 is supplemented with:
19 Junction boxes shall be reinforced concrete with galvanized steel from anchored in place
20 and galvanized steel cover plate (Diamond pattern) as indicated on detail sheets.
21
22 The inscriptions on the covers of the junction boxes shall be as follows:
23 1. Signal only: "Signals"
24 2. Street Lighting only: "Lighting"
w 25 3. Traffic Signal and Street lighting Facilities: "TS-LT"
26 4. Fiber Optic—"ITS"
27
u 28 Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal,
29 or both, shall be consistent throughout the project. All junction boxes shall be installed in
30 conformance with provisions contained in the standard plans and detail sheets.
31
w 32 The above inscriptions shall not be higher than the top surface of the cover plates.
33
34 9-29.3 Conductors, Cable
35 Section 9-29.3 is revised and supplemented as follows:
36 (******)
37 Supplement:
38 Each wire shall be numbered at each terminal end with a wrap-around type numbering strip
39 bearing the circuit number shown on the plans.
40
41 The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to
42 complete the installation of the signal and lighting equipment as shown on the plans. All
43 materials and installation methods, except as noted otherwise herein, shall comply with
44 applicable sections of the National Electrical Code.
45
46 Revisions:
47 8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with
48 chemically cross-linked polyethylene type RHH-RHW insulation of code thickness.
49
50 11. Communications cable shall meet REA specification PE-39 and shall have No. 19
51 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall
52 have a petroleum compound completely filling the inside of the cable.
53
w 54 Supplement:
55 The shielded communications/signal interconnect cable shall meet the following:
56 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg.
NE Sunset Boulevard (SR 900)/Duvall Avenue 145 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone ,.
2 industry color coding.
3 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays
4 (twist lengths) to minimize cross talk and meet strict capacitance limits.
5 4. Shielding: A corrosion/oxidation resistant tinted ethylene copolymer coated (both
6 sides) .008" thick corrugated aluminum tape shield is applied longitudinally with
7 shielding coverage. A .005 corrugated tape applied in the same manner is
8 acceptable.
9 5. Outer packet: A black, low density high molecular weight virgin polyethylene
10 (compounded to withstand sunlight, temperature variations and other
11 environmental conditions plus abuse during installation) is extruded overall to
12 provide a continuous covering.
13 6. Footage markings: footage markings must be printed sequentially a minimum of 2'
14 along the outer jacket.
15 7. Filling: the entire cable within the outer jacket is flooded with petroleum-
16 polyethylene gel filling compound including the area between the outer jacket and
17 the shield.
18
19 9-29.9 Ballast, Transformers
20 Section 9-29.9 is supplemented by adding the following:
21 (******)
22 The Ballast shall be pre-wired to the lamp socket and terminal board.
23
24 9-29.10 Luminaires
25 Section 9-29.10 is supplemented by adding the following:
26 (******)
27 The filter shall be charcoal with elastomer gasket.
28 Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate
29 refractor.
30 The manufacturer's name or symbol shall be clearly marked on each luminaire.
31
32 9-29.11(2) Photoelectric Controls
33 Section 9-29.11(2) is replaced with:
34 (******)
35 Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz.
36 The unit shall consist of a light sensitive element connected to necessary control relays.
37 The unit shall be so designed that a failure of any electronic component will energize
38 the lighting circuit.
39
40 The photo cell shall be a solid state device with stable turn-on values in the temperature
41 range of -55 degrees C to +70 degrees C. The photo cell shall be mounted externally
42 on top of the luminaire. In a contactor controlled system, the photo cell to control the
43 system shall be mounted on the luminaire nearest to the service/contactor cabinet. The
44 photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a
45 minimum.
46
47 9-29.13(2) Flashing Operations
48 The following items in Section 9-29.13(2) are revised: as follows:
50 2. Police Panel Switch. When the flash-automatic switch located behind the
51 police panel door is turned to the flash position, the signals shall immediately
52 revert to flash and remove power from the controller. When the switch is
53 placed on automatic, power shall be applied to the controller to initiate start-up
54 sequence.
55 3. Cabinet Switches. When the flash-automatic switch located inside the
56 controller cabinet is placed in the flask operation Controller Cabinet Switches.
57 When the flash-automatic switch located inside the controller cabinet is placed
58 in the flash position, the signals shall immediately revert to flash, however, the
NE Sunset Boulevard(SR 900)/Duvall Avenue 146 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 controller shall continue to function. When the flash-automatic switch is placed
2 in the automatic position, the controller shall immediately resume normal cyclic
3 operation. Adjacent to the flash-automatic switch shall be a controller on-off
4 switch. If the flash-automatic switch is in the automatic position and the
5 controller on-off switch is placed in the OFF position, the signals shall
6 immediately revert to flash.
7 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation
8 voltages, the conflict monitor shall immediately cause the signal to revert to
9 flash; however, the controller shall stop time at the point of conflict. After the
10 conflict monitor has been reset, the controller shall immediately take command
11 of the signal displays.
12
13 The following is a supplement:
14 6. Flash unit shall be a two-circuit type, capable of switching loads up to 1000
15 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or
~ 16 minus two flashes per minute.
17
18 9-29.13(3) Emergency Pre-emption
19 Section 9-29.13(3) is replaced with:
21 Immediately after a valid call has been received, the preemption controls shall cause the
22 signals to display the required clearance intervals and subsequent preemption intervals.
23 Preemption shall sequence as noted in the contract. Preemption equipment shall be
24 installed so that internal wiring of the controller, as normally furnished by the
25 manufacturer, is not altered. Termination of the pre-emption sequence shall NOT place
26 a call on all vehicle and pedestrian phases. Pre-emption indicators, if required, shall turn
27 on when the controller reaches the pre-empted phase.
28
29 Emergency vehicle pre-emption shall be furnished as modules that plug directly into a
30 rack wired to accept 3-M discriminator type units. The pre-emption system operation
31 shall be compatible with the 700 Series 3M company "opticom" system which the City of
32 Renton is currently using and shall be capable of being activated by the same
33 transmitters.
w 34
35 The optical signal discriminator system shall enable an authorized vehicle to remotely
36 control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along
37 an unobstructed "line of sight" path. The system shall cause the traffic signals controller
- 38 to move into an appropriate fire pre-emption program. this optical discriminator shall
39 interface to the 562 software, for field programmability. It shall consist of the following
40 components:
41
42 1. Optical energy detectors which shall be mounted on the traffic signal mast
43 arms and shall receive the optical energy emitter's signal.
44 2. Discriminators which shall cause the signal controller to go into internal pre-
45 emption which will give the authorized vehicle the right of way in the manner
46 shown on the phase sequence diagram.
47 3. Pre-emption Indicator Lights.
48
49 Optical_Detector
50 1. Shall be of solid state construction.
51 2. Fittings shall meet the specifications of the system manufacturer to facilitate
52 ease of installation.
53 3. Shall operate over an ambient temperature range of -40°F to +180°F (-40°C to
54 +85°C).
55 4. Shall have internal circuitry encapsulated in a semi-flexible compound and
_ 56 shall be impervious to moisture.
57 5. Shall respond to the optical energy impulses generated by a pulsed Xenon
58 source with a pulse energy density of 0.8 micro joule per square meter at the
NE Sunset Boulevard(SR 900)/Duvall Avenue 147 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 detector, a rise time less than one microsecond and half power point pulse .
2 width on not less than thirty microseconds.
3
4 Discriminator
5 Each module shall do the following:
6 1. Shall provide for a minimum of two channels of optical detector input.
7 2. Shall provide for a minimum of two discrete channels of optically isolated
8 output.
9
10 When a pre-emption detector detects an emergency vehicle, the phase selector shall
11 hold the controller in the required phase or advance directly to that phase after
12 observing all vehicle clearances. The phase selector shall hold the controller in the
13 phase selected until the detector no longer detects the emergency vehicle.
14
15 When the phase selector is responding to one detector, it shall not respond to any other
16 detector until calls from the first detector are satisfied. Indicator lights shall indicate
17 power on, signal being received, channel called. Switches shall control system power
18 and simulate detector calls for each phase.
19
20 9-29.13(4) Wiring Diagrams
21 Section 9-29.13(4) is modified and supplemented by retaining the first three sentences
22 and replacing the remainder with:
23 (******)
24 The controller cabinet shall have a waterproof envelope with a side access attached to
25 the inside of the cabinet door. There shall be four (4) complete sets of controller cabinet
26 schematics as well as manuals for all assemblies and sub-assemblies. The controller
27 cabinet schematics shall include the intersection name, and an intersection diagram that
28 shall include intersection phasing and loop assignments. There shall be a digital
29 compact disk (CD) containing the controller cabinet schematics in autocad digital file
30 format.
31
32 9-29.13(6) Radio Interference Suppressors
33 Section 9-29.13(6) is supplemented by adding the following:
34 (******)
35 A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be
36 used to filter the A.C. power. Additionally, all power supplies shall have noise immunity
37 from other devices within the cabinet.
38
39 9-29.13(7) Traffic-Actuated Controllers
40 Section 9-29.13(7) is revised and supplemented with:
41 (******) K
42 NEMA Traffic Signal Controllers:
43 1. The NEMA controller shall be an Eagle Model EPAC300-M50 or equal and shall
44 meet the following specifications:
45 1.1 Required Standards
46 Traffic signal controller shall meet or exceed all requirement of the NEMA TS2-
47 1998 specification. Equipment supplier shall provide a letter from an
48 independent testing laboratory certifying controller compliance to the NEMA
49 TS2-1998 specification.
50 1.2 Standard NEMA Configurations
51 Two Input / Output configurations shall be provided:
52 a. NEMA TS-2 Type 1 for serial connection to cabinet Bus Interface Unit
53 b. NEMA TS-2 Type 2 for direct parallel connection to load switches and
54 detectors
55 1.3 Central Processor Unit (CPU)
56 In addition to NEMA requirements, the CPU shall provide the following:
57 a. Microware OS-9 Operating System with runtime license
58 b. Motorola 68360 microprocessor, 25 Mhz version
NE Sunset Boulevard(SR 900)/Duvall Avenue 148 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 c. 4 Megabytes minimum dynamic random-access memory (DRAM)
2 d. 8 Megabytes minimum FLASH memory organized as a disk drive
3 e. 512 Kilobytes minimum static random-access memory (SRAM)
4 f. Time of Day (TOD) clock with hours, minutes, seconds, month, year, and
5 automatic daylight savings time adjustment. TOD may be implemented in
6 the CPU via electronic circuitry, operating system software, or a
7 combination.
8 g. During power failures, the SRAM and TOD shall be powered by STANDBY
9 voltage from the power supply.
10 1.4 Power Supply
11 In addition to NEMA requirements, the Power Supply shall provide the
12 following:
13 a. Line Frequency Reference signal shall be generated by a crystal oscillator,
14 which shall synchronize to the 60-Hz VAC incoming power line at 120 and
15 300 degrees. A continuous square wave signal shall be +5 VDC
16 amplitude, 8.333 ms half-cycle pulse duration, and 50 +/- 1% duty cycle.
17 The Line Frequency Reference shall compensate for missing pulses and
18 line noise during normal operation. The Line Frequency Reference shall
19 continue through 500 mS power interruptions.
20 b. STANDBY voltage via supercapacitor for backup power during loss of
21 service voltage shall be provided. Supercapacitor shall have a minimum
22 of 15-farad nominal size. No batteries of any type are allowed.
23 1.5 Keyboard and Display
24 In addition to NEMA requirements, Keyboard and Display shall provide the
25 following:
26 a. Removable by pulling off, installed by pushing on, without use of tools
27 b. Stowed extension cord to allow remote use of keyboard and display
28 c. Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard
29 d. Key quantity and function per Joint NEMA/AASHTO/ITE ATC Standard
30 e. Liquid Crystal Display (LCD) with 8 lines of 40 characters
31 f. LCD contrast adjustment accomplished via the keypad, no contrast knob
32 allowed.
33 g. Light-emitting diode backlight for the LCD.
34 h. Audible electronic bell.
35 i. Connector compatible with C60 of Joint NEMA/AASHTO/ITE ATC
36 Standard, with the addition of +5VDC supplied by the controller on C60,
37 Pin 1
38 j. Keyboard and display may be deleted for cost savings by the Agency.
39 1.6 Communications
40 In addition to NEMA requirements, the controller shall provide the following:
41 a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel
42 b. Built-in Internet Protocol (IP) address assigned by Institute of Electrical
43 and Electronic Engineers (IEEE), one unique IP address for each
44 controller.
45 c. Built-in Infared (IR) wireless port compatible with Microsoft Windows for
46 Pocket PC Infrared RAW mode.
47 d. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is
48 optional per Agency specification. Choice of 2 or 4 wire operation per
49 Agency specification.
50 e. Built-in EIA-232 port for uploading and downloading applications software,
51 as well as to update the operating system.
52 f. Built-in C60 connector for use with removable Keyboard and Display,
53 Personal Computer COM1 or Personal Digital Assistant (PDA). C60
54 protocol per Joint NEMA/AASHTO/ITE ATC standard.
55 1.7 Controller Housing
56 In addition to NEMA requirements, the controller housing shall provide the
57 following:
NE Sunset Boulevard(SR 900)/Duvall Avenue 149 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 a. Seven slots with card guides for standard 3U size Versa Module Europe
2 expansion modules. The expansion modules and mating back plane
3 board in controller are optional, per Agency specification.
4 b. Two slots with card guides for standard Joint NEMA/AASHTO/ITE ATC
5 modems. The modems and mating back plane board in the controller are
6 optional, per Agency specification.
7 c. Polycarbonate construction, except back panel, rear mounting tabs and
8 power supply mounting plate shall be aluminum for electrical grounding.
9 d. Built-in carrying handle
10 e. Two adjustable front mounting feet, used to raise the front cables and vary
11 the display viewing-angle.
12 1.8 Traffic Control Software Functions
13 In addition to NEMA requirements, the controller shall provide the following:
14 a. 16 Vehicle Phases
15 b. 16 Pedestrian Phases
16 c. 4 Timing Rings
17 d. 16 Overlaps
18 e. 80 Detectors
19 f. Status: Ring Timers, Coord Timers, Preempt Timers, Time Base,
20 Communication, Detector Diagnostics, Intersection, Input / Output
21 g. Reports: Local Alarm Log, Comm Fault Log, Detector Fault Log, System
22 Detector Log, MOE Log, Speed Log, Volume Count Log, Cycle MOE Log
23 h. Coordination Modes: Permissive Mode, Yield Mode, Permissive Yield
24 Mode, Permissive Omit Mode, Sequential Omit Mode, Full Actuated
25 Mode.
26 i. Adaptive Traffic Control: Adaptive Maximum Routines, Adaptive Protected
27 / Permissive Routines, Conditional Virtual Split Routines, Coordinated
28 Adaptive Split Routines.
29 j. Preemption / Priority Routines
30 k. Standard Reports
31 I. Built-In Diagnostics
32 m. Time Base Control: 99 Day Programs, 10 Week Programs, 250 Events
33
34 NEMA and 207ON Traffic Signal Controller Firmware:
35 1. The controller shall have Eagle SE-PAC firmware or equal installed.
36 2. Operating Displays shall be via front panel and laptop computer.
37 2.1 The dynamic displays listed below shall be provided to show the operational
38 status of the controller. Additional displays shall be offered for programming.
39 2.1 .1 An intersection status display shall indicate the active status of all
40 signal driver outputs and vehicle plus pedestrian calls. When this display
41 is active, vehicle and/or pedestrian calls may be placed from the
42 keyboard.
43 2.1 .2 An active timer display shall show a summary of ring, phase,
44 coordination, preemption and time-based control status. The menu shall
45 provide for the selection of any combination of the rings for display (R1 +
46 R2, R3 +R4, R1 + R3, etc.). This active timer display shall indicate current
47 interval, pedestrian, density, passage, and maximum timing by phase and
48 ring. The status of vehicle and pedestrian phases shall be displayed in
49 combination with vehicle and pedestrian calls. Operational modes shall
50 also be displayed e.g. Time Base, Interconnected, System, Backup,
51 Manual, System Flash, Start Flash, Stoptime, Preempt, Priority, Diagnostic
52 Flash, etc. When this display is active vehicle and/or pedestrian calls may
53 be placed.
54 2.1 .3 A coord timers display shall allow viewing of the real time status of
55 coordination timer(s) and parameters for the active pattern. The coord
56 timers display shall indicate the command source, current pattern
57 information, local/system cycle count, offset mode, offset correction, time-
NE Sunset Boulevard(SR 900)/Duvall Avenue 150 October 2005
NElntersection Improvements Project
w VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 based control status, coord mode, max mode, force-off mode, phase
2 pattern & mode and permitted phase & control data.
3 2.1.4 A preempt timers display shall indicate preemption (railroad, fire,
4 emergency) and low priority (bus) status. When a preemptor is active, the
5 display shall also indicate preemptor interval and timer countdown as well
6 as priority lockout and max call time out.
7 2.1.5 A time base status display shall indicate the current time and date, the
8 current day and week program, the active programmed selections of the
9 coordination pattern and auxiliary functions.
10 2.1.6 A detector status display shall indicate the current status for up to 80
11 detectors. The display shall show the status as determined by the detector
- 12 diagnostics capability of the controller. The condition will be reported as
13 one of the following states: on-line, failed open loop, failed shorted loop,
14 failed excessive inductance change, failed max presence diagnostic,
15 failed no activity diagnostic, failed erratic counts diagnostic, BIU frame
16 fault, not supported or "LWD" (not detector, detector failure or detector
17 watchdog timeout).
18 2.1.7 A conflict monitor display shall indicate the current status of the
19 conflict monitor, all channel RYG inputs, and up to six (6) faults
20 simultaneously.
21 3. Programming
22 3.1 Programming displays shall use front panel and laptop computer and shall
23 meet the following requirements:
24 3.1.1 Programming displays in the form of menus shall aid the operator in
25 entering data from the front-panel keyboard {if controller has a keyboard).
26 3.1 .2 A main menu shall allow the user to select a major function of the
27 controller. A submenu shall then be displayed to allow the user to select a
28 sub-function within the major function.
29 3.1.3 English language and traffic engineering terminology shall be used
30 throughout to facilitate programming. The display organization shall allow
31 traffic personnel to program the controller without using reference cards or
32 manuals.
33 3.1.4 Programming entries shall consist of alpha or numerical values.
34 During program entry, the new data shall be displayed as it is entered.
35 Entries shall only be validated and stored when the ENTER ("E") key or
36 the cursor key is pressed.
37 3.2 Programming Methods
38 3.2.1 The methods listed below shall be available for controller
39 programming. The manufacturer shall be able to provide as off-the-shelf
40 items all of the firmware and software required to affect the listed
41 programming methods and to implement network operation with system
42 masters and host PC's.
43 a. Manual data entry via the front panel keyboard.
44 b. Data downloading via telemetry from a system master connected to a
45 host PC in a closed-loop system.
46 c. Data downloading from a portable PC-compatible computer via null-
47 modem cable.
48 d. Data downloading from a PC-compatible computer via modem.
49 e. Data downloading from one controller to another using a serial port on
50 each controller.
51 3.3 Programming Security
52 3.3.1 The firmware shall prevent the alteration of keypad set unit variables
53 prior to the user having entered a specific code. No access code shall be
54 required to display data. Access codes shall initially be set at "0000". Entry
55 of a code of"9999" shall prevent access from being turned off.
NE Sunset Boulevard(SR 900)/Duvall Avenue 151 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 3.4 Programming Utility Functions
2 3.4.1 A copy function shall permit copying all timing data from one phase to
3 another. It shall also permit copying all coordination pattern data from one
4 pattern to another. This feature shall facilitate data entry when
5 programming any two or more phases with the same timing values and/or
6 two or more coordination patterns with the same pattern data.
7 3.4.2 The firmware shall contain a backup database stored in nonvolatile
8 memory. A copy function shall permit transferring the backup database to
9 the active database. An alternate database for interchange control
10 operation shall be selectable.
11 3.4.3 A print function shall allow the printing of firmware data and detector
12 count, detector failure, and event logs. The firmware shall be capable of
13 interfacing with any printer with an RS-232 interface and capable of a
14 minimum width of 80 columns. The printer configuration shall provide user
15 selection of baud rate (1200, 2400, 4800, 7200, 9600, & 19200), data bits
16 (7 or 8), and parity (odd, even, and none).
17 3.4.4 A display or laptop computer screen shall allow the user to view the
18 controller software version number.
19 3.4.5 A display or laptop computer screen shall assist the user in
20 programming the conflict monitor programming card based on the
21 controller unit ring structure and overlap programming.
22 4. Actuated Control Functions shall provide:
23 4.1 Phase sequence
24 4.1.1 The phase sequence of the controller shall be programmable in most
25 any combination of sixteen phases and four timing rings.
26 4.1.2 Phase sequence information shall be changeable and shall be stored
27 in FLASH memory.
28 4.1.3 The standard phase sequence of the controller also shall be capable
29 of being altered by coordination, time-of-day or external alternate
30 sequence command. Each of the fifteen alternate sequence commands
31 shall allow reversing the normal phase sequence of eight phase pairs. The
32 sixteen total sequences shall offer every combination of lead-lag on an
33 eight phase quad-left application.
34 4.1.4 The firmware shall provide an adaptive protected/permissive
35 sequence capability which measures the volume of left turn vehicle traffic
36 and available gap windows in the opposing through vehicle traffic to
37 determine whether the turn should operate in protected or permissive
38 mode.
39 4.1.5 The firmware shall provide the ability to inhibit service of a phase
40 based on another phase being ON.
41 4.1.6 The firmware shall provide control of five-section, „
42 protected/permissive left turn heads. When selected, this feature shall
43 cause the through (even) phase yellow to inhibit display of the left turn
44 (odd) phase yellow.
45 4.2 Timing intervals
46 4.2.1 Timing intervals shall be programmable from 0-999 in one second
47 increments or from 0-99.9 in one-tenth second increments, depending on
48 the function.
49 4.2.2 Guaranteed minimum interval values of 3.0 seconds shall be set for all
50 yellow clearance timings (normal and preempt routines).
51 4.2.3 Cars before reduction shall provide a user-specified number of
52 actuations, or cars waiting, that must occur before starting gap reduction.
53 Gap reduction shall be initiated by either time before reduction or cars
54 before reduction, whichever reaches its maximum value first.
55 4.2.4 The firmware shall be capable of alternate passage / maximum
56 timings for each phase. Up to three alternate passage timings and
57 maximum green timings shall be selectable based on time of day.
NE Sunset Boulevard(SR 900)/Duvall Avenue 152 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 4.2.5 The firmware shall be capable of dynamically extending the maximum
2 green time for each phase based on vehicle demand. Up to three dynamic
3 maximum green intervals shall be selectable per phase based on time-of-
4 day. The initial interval shall be selectable as either Max 1 or Max 2. If the
5 phase terminates due to max-out for two successive cycles, then the
6 maximum green time in effect shall automatically be extended by one
7 dynamic step interval on each successive cycle until it is equal to the
8 selected Max. If the phase gaps out for two successive cycles, then the
9 maximum green time shall be reduced by one dynamic step interval until
10 such subtraction would mean the adaptive max was less than the smaller
11 of the normal max or the dynamic max value.
12 4.3 Overlaps
13 4.3.1 The firmware shall provide sixteen internally-generated overlaps (A
14 through P). These shall be individually programmable.
15 4.3.2 Each overlap shall be individually programmable to enable the green
- 16 to remain on following termination of the parent phase green (trailing
17 operation). The firmware timing for the trailing operation shall include
18 green (0-999 seconds), yellow (0-99.9 seconds) and red (0-99.9 seconds)
19 timing Intervals for each overlap.
20 4.3.3 Each overlap shall provide an entry (phase number) that will omit the
21 overlap trailing operation when the entered phase is ON.
22 4.3.4 Each overlap shall provide an entry (phase number) that will omit the
23 overlap trailing operation when the entered phase is NEXT.
24 4.3.5 Each overlap shall provide an entry (phase number) that will prevent
25 the overlap from outputting a green when the entered phase is outputting
26 a green and outputting a yellow when the entered phase is outputting a
- 27 yellow.
28 4.3.6 Each overlap shall provide an entry (phase number) that will prevent
29 the overlap from outputting a green until the entered phase is outputting a
30 green.
31 4.4 Conditional Service
32 4.4.1 The firmware shall provide a programmable conditional service
33 feature. When selected, the controller shall service an odd-numbered
34 phase once normal service to that phase has been completed and enough
35 time for additional service exists on the concurrent even phase.
36 4.5 Additional Features
37 4.5.1 The following features shall be programmable for each phase:
38 a. Phase in use
39 b. Locking/non-locking detector memory
40 c. Vehicle recall (Minimum, Maximum, and Soft)
41 d. Pedestrian recall
42 e. Recall Delay
43 4.5.2 Soft recall shall return the firmware to the programmed phase when a
44 conflicting phase is in green or red dwell and there are no serviceable
45 conflicting calls.
46 4.5.3 Recall delay shall cause the programmed recall (min, max, soft, and
47 ped) to occur the programmed seconds (0-999) after the phase
48 termination.
49 4.5.4 The firmware shall permit power-up start and external start to be
50 programmed by phase and interval. Start intervals shall be green, yellow
51 or red.
52 4.5.5 During a power-up start condition, the firmware shall be capable of
53 timing an all-red or flash interval before the start phase(s) and interval are
54 displayed.
55 4.5.6 The firmware shall provide last-car passage operation on a per phase
56 basis. When selected, this feature shall provide a full passage (vehicle
57 extension) interval when a phase gaps out with a gap in effect less than
58 the vehicle extension interval (preset gap).
NE Sunset Boulevard(SR 900)/Duvall Avenue 153 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 4.5.7 The firmware shall provide both single and dual entry operation. When
2 selected, dual entry shall cause the firmware to ensure that one phase is
3 timing in each ring.
4 4.5.8 The firmware shall provide the following additional selectable
5 pedestrian functions:
6 a. Actuated phase Rest In Walk.
7 b. Flashing WALK output.
8 c. Pedestrian Clearance protection during manual control.
9 d. Pedestrian Clearance through yellow or through yellow and red clear.
10 4.5.9 The firmware shall provide a programmable simultaneous gap
11 termination feature. When programmed, phases in both rings shall gap out
12 together in order to terminate the green interval and cross the barrier.
13 4.5.10 The firmware shall provide automatic flash selection per the
14 requirements of the MUTCD. Both the flash entrance and exit phases
15 shall be programmable, and flashing shall be controlled by either setting
16 the voltage monitor output to be FALSE or by flashing through the load
17 switch driver outputs. Automatic flash shall be selectable by external input,
18 system command, or time of day.
19 4.5.11 The firmware shall provide dimming for selectable load switch outputs.
20 Dimming shall be accomplished by inhibiting the selected outputs for
21 alternate half cycles of the 120 VAC line. Dimming shall be controllable by
22 time of day and an external input. Programming shall permit individual
23 dimming of the Green/Walk, Yellow/Ped Clear, Red/Don't Walk outputs for
24 each load switch.
25 5. Coordination
26 Coordination functions to control intersection cycle lengths, system offset
27 relationships, and phase split percentages shall be provided as a standard feature,
28 with no need for additional modules or software.
29 5.1 Coordination Modes
30 The normal coordination mode shall be selectable. Each pattern shall be
31 capable of overriding the normal coordination mode with an individually
32 selectable coordination mode for that pattern.
33 5.1 .1 Permissive Mode - The coordinated phase(s) shall operate as non-
34 actuated when coordinated. The coordinator shall provide for a controlled
35 release (permissive period) from the coordinated phase(s) to each of the
36 remaining phases in sequence. When a call is not present for the phase to
37 be serviced next in sequence, the coordinator shall re-allocate that
38 phase's time to the end of the coordinated phase.
39 The first part of each permissive period shall consist of a vehicle
40 permissive period. The length of the period shall be determined by the
41 phase split and the vehicle minimum service time.
42 The second part of each permissive period shall consist of a
43 pedestrian permissive concurrent with the vehicle permissive. The length
44 of this period shall be determined by the phase split and the pedestrian
45 minimum service time.
46 Prior to the beginning of the first permissive period, the coordinated
47 phase pedestrian shall display the Pedestrain Clear indication and dwell
48 Dont Walk. This will expand each subsequent phase permissive due to the
49 absence of coordinated phase Pedestrian Clear time in each. The
50 coordinated phase pedestrian shall dwell Dont Walk until such time as the
51 coordinated phase terminates and returns to Green or the last permissive
52 period in the cycle is complete without the coordinated phase terminating.
53 5.1.2 Yield Mode - The coordinated phases(s) shall operate as non-actuated
54 when coordinated. The coordinator shall provide for a single release from
55 the coordinated phases(s) to the remaining phases in sequence.
56 5.1.3 Permissive Yield Mode - The operation shall be similar to Permissive
57 Mode above with the following exceptions:
58 1. The coordinated phase pedestrian shall be actuated.
NE Sunset Boulevard(SR 900)/Duvall Avenue 154 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 2. Immediately prior to the first permissive, the coordinator will provide a
2 variable period for the coordinated phase extension (Permissive Yield
3 Point).
4 3. The amount of coordinated phase extension shall be distributed
5 proportionally.
6 A limitation shall be set on Sequential Omit mode in that it shall apply only
7 to controller units running with no more than two rings in a cluster.
8 5.1.4 Permissive Omit Mode - The operation shall be equal to Permissive
9 Yield Mode above except that once the coordinated phase has terminated
10 to service a call, it shall not occur again until after the last phase
11 permissive has terminated or a phase is on that is compatible with the
12 coordinated phase.
13 A limitation shall be set on Sequential Omit mode in that it shall apply
14 only to controller units running with no more than two rings in a cluster.
15 5.1.5 Sequential Omit Mode - The operation shall be equal to Permissive
- 16 Yield Mode with the following exceptions:
17 1. Sequential Omit Mode provides a phase by phase sliding window of
18 service (lifted omit). One and only one phase in a ring will have the
19 omit lifted at any time.
20 2. Following the Permissive Yield Period, the coordinated phase shall be
21 omitted until the last permissive is over.
22 3. Following the Permissive Yield Period, the opening of a permissive
23 shall occur concurrent with the closing of the prior permissive. The
24 closing of each permissive shall occur at its normal position in the
25 cycle.
26 A limitation shall be set on Sequential Omit mode in that it shall apply
W 27 only to controller units running with no more than two rings in a cluster.
28 5.1.6 Full Actuated Mode - the operation shall be as defined in Permissive
29 Yield Mode with the following exceptions:
30 1. Following the Permissive Yield Period, any phase may be served in
31 the standard sequence provided the permissive period for that phase
32 has not expired.
33 2. Following the Permissive Yield Period, any phase may be reserviced
34 in the standard sequence provided the permissive period for that
35 phase has not expired.
36 3. Following the Permissive Yield Period and prior to the end of the
37 permissive for the phase before the first coordinated phase, the
38 coordinated phase shall operate as an actuated phase.
39 A limitation shall be set on Full Actuated mode in that it shall apply only to
40 controller units running with no more than two rings in a cluster.
41 5.2 Timing Plans
42 5.2.1 A minimum of 16 Timing Plans (Dial/Split) shall be provided. The
43 Timing Plans shall be selected using telemetry (system), hardwire, or non-
44 interconnected (time base) commands.
45 5.3 Cycle Length
46 5.3.1 One cycle length shall be provided for each Timing Plan. The cycle
47 shall be adjustable over a range of 30-999 seconds in 1 second
48 increments.
49 The cycle time of each Timing Plan should be equal to the sum of the
50 phase times of the longest path between barriers in all rings in the
51 firmware.
52 5.4 Synchronization
53 5.4.1 For systems with a single system sync pulse, coordination timing shall
54 be synchronized to the leading edge of that pulse, which shall serve as
55 the master zero reference for all offset timing.
56 5.4.2 For hardwire systems with multiple sync pulses, the coordinator shall
57 lock onto the correct sync by checking for reoccurrence based on the
58 running cycle length.
NE Sunset Boulevard (SR 900)/Duvall Avenue 155 October 2005
NElntersection Improvements Project
w
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 5.4.3 After a valid system sync pulse has been received the coordinator k.
2 shall check for the proper occurrence of the system sync pulse during
3 each subsequent cycle. If a sync pulse does not occur for two consecutive
4 cycles, the coordinator shall revert to "sync monitor free" operation (may
5 be replaced by a TBC event).
6 5.5 Offset
7 5.5.1 Offset shall normally be defined as the time period from the system
8 sync pulse to the beginning of the leading coordinated phase green (local
9 zero). The coordinator shall also be capable of referencing the offset to
10 the end of the coordinated phase green.
11 5.5.2 Offsets shall be programmable In seconds. The range shall be from 0-
12 999 seconds in 1 second increments. The coordinator shall provide three
13 offsets per Timing Plan.
14 5.5.3 Offset changes shall be achieved by adding or subtracting cycle time
15 over multiple cycle periods to allow a smooth transition to the new offset.
16 Offset correction using dwell shall also be selectable.
17 5.6 Split
18 5.6.1 Each split shall provide a split interval for each phase. The split
19 interval shall be programmable using seconds. The range shall be from 0-
20 400 seconds in 1 second increments.
21 5.6.2 Split interval settings shall determine the maximum time, including
22 vehicle clearance (yellow and red), for a non-coordinated phase, or the
23 minimum time for a coordinated phase.
24 5.6.3 The firmware shall provide a 'fixed' forced mode that terminates a
25 phase based on the plan timing. Each phase shall be forced the split time
26 after it becomes active to enable all unused time phase by phase to the
27 beginning of the coordinated phase.
28 5.6.4 The firmware shall provide a 'floating' force mode that terminates a
29 phase based on the cycle timing. Each phase shall be forced at a fixed
30 position in the background cycle to enable unused time phase by phase to
31 the next phase that has vehicle traffic that is capable of taking it.
32 5.6.5 The firmware shall provide the ability to inhibit the internal maximum
33 green timing from terminating a phase during coordinated operation or
34 force the concurrent operation of Maximum Green 1 / Maximum Green 2
35 during coordinated operation.
36 5.7 Transition Cycles
37 5.7.1 The firmware shall provide a smooth and orderly transition when
38 changing from free operation to coordinated operation and from one -
39 coordination command to another.
40 5.7.2 During a free-to-coordinated transition, the firmware shall initiate a
41 pick-up cycle beginning upon receipt of a valid coordination command.
42 The firmware shall then enter coordination mode at the beginning of the
43 coordinated phase greens.
44 5.7.3 Each coordination command shall select a cycle, offset and split.
45 Cycle, offset and split changes shall not take effect until local zero.
46 5.8 Absolute Sync
47 5.8.1 The firmware shall provide a sync reference method in which each
48 cycle will be individually referenced to a single point in time. This
49 operation shall allow the firmware to keep in step with a free running cycle
50 counter, particularly one which does not divide evenly into 24 hours, such
51 as a 70 second cycle.
52 Following a power outage, the firmware shall automatically update the
53 absolute sync reference points. The firmware shall be capable of updating
54 the reference points following a power outage of up to seven days without
55 being reset.
56 5.9 Local Split Demand
57 5.9.1 The coordinator shall provide a minimum of two queue selection
58 routines (four detectors per routine assigned from system detectors) which
NE Sunset Boulevard(SR 900)/Duvall Avenue 156 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
- 1 shall allow the selection of a preferred coordination pattern based upon
2 intersection demand.
3 5.9.2 The queue routines shall be capable of selecting tasks other than
4 patterns when the demand level exceeds the thresholds. As a minimum,
5 the alternate passage/ maximum operation and adaptive maximum
6 operation as specified above shall be selected via the queue routines.
7 5.10 Free Mode
8 5.10.1 The coordinator shall provide a free mode of operation, where all
9 coordination control is removed.
10 5.10.2 Free mode operation shall be selectable by coordination commands.
11 5.10.3 The coordinator shall revert to the free mode when active controller
12 inputs or functions would interfere with coordination. Such inputs or
13 functions shall include the following:
14 a. Manual control enable
15 b. Stop time
" 16 c. Automatic flash
17 d. Preemption
18 5.11 Manual Control
19 The firmware shall allow manual override of the current coordination
20 command. The manual command shall allow selection of any coordination
21 pattern to be in effect.
22 5.12 Interconnect Modes
23 5.12.4 The coordinator shall be capable of operating with any of the following
24 interconnect types:
25 a. Telemetry
26 b. Non-interconnected coordination (time-based)
27 c. Hardwired
28 5.12.5 The coordinator shall be compatible with fixed-time interconnect,
29 which provides the sync pulse superimposed on the offset lines. The non-
30 interconnected coordination mode shall serve as a backup when using
31 telemetry or hardwired interconnect.
32 5.13Master Coordinator
33 5.13.1 The coordinator shall output the coordination command, including
34 sync pulse. This feature shall permit the firmware to be used as a time-of-
35 day master in a hardwired interconnected system.
36 5.13.2 The firmware shall provide a user selectable option of interruptor sync
37 pulses on the active offset output. Interruptor sync pulses shall provide the
38 true sync pulse plus additional pulses at intervals equal to 20% and 25%
39 of the cycle on alternate cycles.
40 6 Preemption
41 The firmware shall provide a minimum of six preemption sequences. Preemption
42 capability shall be standard and shall not require additional modules or software.
43 6.1 Railroad-Fire-Emergency Vehicle Preemption
44 6.1 .1 The six preemptors shall be selectable as to priority one to another
45 and any preempt to automatic flash.
46 6.1 .2 Each preemptor shall provide a locking and non-locking memory
47 feature for preemptor calls. If a preemptor is in the non-locking mode and
48 a call is received and dropped during the delay time, the preemptor shall
49 not be serviced.
50 6.1 .3 Preemptor timing intervals shall be programmable from 0-999 in one
51 second increments or 0-9.99 in one-tenth second increments, depending
52 on function.
53 6.1 .4 A programmable delay time interval shall be provided to inhibit the
54 start of the preemption sequence. This time shall be programmable from
55 0-999 in one second increments. This interval shall begin timing upon
- 56 receipt of a preemption call.
NE Sunset Boulevard(SR 900)/Duvall Avenue 157 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 6.1 .5 A programmable extend time shall be provided to stretch the call M
2 duration from the point of termination of the actuation. This time shall be
3 programmable from 0-999 in one second increments.
4 6.1 .6 A programmable duration time shall be provided to control the
5 minimum time that a preemptor remains active. This time shall be
6 programmable from 0-999 in one second increments.
7 6.1 .7 A programmable maximum call time shall be provided to control the
8 maximum time that a preemptor remains in control. This time shall be
9 programmable from 0-999 in one second increments. The preemptor
10 maximum call time interval shall be inhibited when set to zero.
11 6.1 .8 A programmable lockout time shall be provided to prevent entering a
12 Low Priority routine following exit from preempt. This time shall be
13 programmable from 0-999 in one second increments. If a lockout time has
14 not been entered (zero entry) then all phases with a call when leaving the
15 sequence shall be serviced before the low-priority routine may be
16 serviced.
17 6.1 .9 Signal displays in effect at the beginning of a preemption sequence
18 shall not be terminated unless the respective green/walk has been in
19 effect for a minimum time. If the respective green/walk has been active for
20 longer than the programmed minimum GREEN/WALK time, the firmware
21 shall immediately advance to the next interval. Minimum times shall be
22 programmable for the GREEN/WALK interval on a per ring basis. This
23 time shall be programmable from 0-999 in one second increments.
24 6.1 .10 A phase shall advance to pedestrian clearance if it has timed the
25 minimum GREEN/WALK interval at the beginning of a preemption
26 sequence. The programmed preempt pedestrian clearance will then be
27 timed . During preemption, Track Green and Dwell, pedestrian signals
28 shall be individually selectable as being a solid DON'T WALK, solid
29 WALK, flashing WALK, OFF (blank), or cycling (dwell).
30 6.1 .1 1 During preempt, Track Green and Dwell, vehicle signals (phase and
31 overlap) shall be individually selectable as being a solid Red, solid green,
32 flashing Red, flashing Yellow, or cycling (dwell).
33 6.1 .12 Each preemptor shall provide user-programmable Track Green and
34 Dwell intervals with appropriate clearance intervals.
35 6.1 .13 During the track green period, the preemptor shall time the track
36 green, yellow and red intervals once, and then advance to the dwell
37 interval. If track green timing is not selected (Track Green set to zero) the
38 track green and clearance intervals shall be omitted from the preempt
39 sequence.
40 6.1 .14 The preemption dwell interval shall remain in effect until the preemptor
41 duration time and dwell times have elapsed and the preemptor call has
42 been removed or the preemptor maximum time has been exceeded.
43 6.1 .15 Exit phases shall be selectable to time after the preemption sequence
44 has been completed. These shall serve as transition phases to return the
45 controller to normal operation. It shall also be possible to place calls on
46 selected phases upon exiting preemption.
47 6.1 .16 Preemptor linking shall permit preemption sequences, where lower-
48 priority preemptors may call the higher-priority preemptors upon
49 termination of their preemption sequence.
50 6.1 .17 Preemptor active outputs shall be provided for each of the
51 preemptors. The output shall be set to ON when the corresponding
52 preempt or low-priority routine is in control. Additionally, it shall be possible
53 to program the non-active, preemptor outputs to flash while another
54 preemptor is active. An additional output ("priority active") shall be active
55 when a priority routine is in control.
56
NE Sunset Boulevard(SR 900)/Duvall Avenue 158 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 6.2 Low Priority Routines
2 6.2.1 Six low-priority routine routines shall provide control for bus or other
3 low-priority vehicles. The low-priority routines shall be overridden by
4 preempt (railroad-fire-emergency vehicle) calls.
a 5 6.2.2 An oscillating signal (1 to 6.25 hz - pulse-per-second) signal with a
6 50% duty cycle shall identify a low-priority call. Low-priority calls shall be
7 capable of call memory and shall be served in the order received.
8 6.2.3 Low-priority timing intervals shall be programmable from 0-999 in one
9 second increments.
10 6.2.4 A lockout time shall be provided to avoid excessive utilization of the
11 same low-priority routine. If a call is received before the lockout time has
12 elapsed, the low priority routine shall not be reserviced. If a lockout time
13 has not been entered (zero entry) then all phases with a call when leaving
14 the sequence shall be serviced before the low-priority routine may be
15 served again.
16 6.2.5 Low-priority routines shall provide delay, extend, duration, and
17 maximum call time functions similar to those for railroad-fire-emergency
18 vehicle preemptors described above.
19 6.2.6 The low-priority routine shall advance to the green dwell interval.
20 During this interval, permissive phases shall be selectable to remain green
21 until the dwell time has elapsed and the low-priority routine call has been
22 removed or the preemptor maximum call time has been exceeded.
- 23 6.2.7 The low priority routine shall advance to the dwell interval as if Force
24 Off were active. This shall preclude early termination of a Green interval
25 prior to the completion of Minimum Green, Maximum Initial, Walk, or Ped
26 Clear time. The ability to Skip phase(s) during this transition shall be
27 provide as a user option.
28 6.2.8 It shall be possible to program the controller to allow concurrent
29 phases to be serviced for a low-priority routine with only one phase
30 selected as the dwell phase.
31 6.2.9 It shall also be possible to place calls on selected phases upon exiting
32 a low priority routine.
33 6.2.10 Low Priority routines shall not disable or lockout coordination.
34 Coordination shall continue to run during the low priority routine and shall
35 determine the phase(s) to follow based on the current allowed phase(s) in
36 the background cycle.
37 7 Preemption Safeguards
38 7.1 If a preemptor call is active when power is restored to a controller, the firmware
39 shall maintain the start-up condition for the duration of the preempt input and
40 start-up time. Similarly, if external start is applied during a preemption
41 sequence, the controller shall revert to Start-up rather than the initialization
42 condition. The start-up condition shall remain in effect for the duration of the
43 external start, preempt input and /or start-up time.
44 8 Time-based Control & Non-interconnected Coordination
45 The firmware shall include time-based control.
46 8.1 Time-based Control
47 8.1 .1 A minimum of 250 different traffic and/or auxiliary events shall be
48 capable of being programmed over a 99 year time frame.
49 8.1 .2 A program day is the list of traffic and/or auxiliary events to occur in a
50 24 hour period. The TBC program shall provide for 99 program days to be
51 defined.
52 8.1.3 The normal day-of-week (Sunday through Saturday) event listing will
53 utilize program days 01 through 07 with Sunday being program day 01.
54 8.1 .4 The exceptions to the normal day-of-week event listings (special days)
55 will utilize program days 01 through 99. Program days 01 through 49 will
56 be utilized for special day programs which occur on the same date (month
57 and month day) every year. Program days 50 through 99 shall be utilized
58 for special days which occur on one date (year, month and month day).
NE Sunset Boulevard(SR 900)/Duvall Avenue 159 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON H.
1 8.1 .5 It shall be possible to equate program days which require the same n
2 event listing to effectively multiply the event capacity. It shall be possible to
3 transfer (copy) an entire program day event listing to another program day
4 to permit data editing to create a similar but different program day event
5 listing.
6 8.2 Traffic Functions
7 8.2.1 The TBC scheduler shall provide for the programming of traffic and
8 auxiliary events to implement non-interconnected coordination. These
9 shall not have to be entered in any special sequence. Each of the traffic
10 events shall permit selection of the following functions:
11 a. Time of occurrence (Hour, minute and program day)
12 b. Coordination (TBC pattern or interconnect)
13 c. Free (No Coordination)
14 d. Flashing
15 e. Maximum 2 Timing by phase
16 f. Phase Omit by phase
17 g. Ped Omit by phase
18 h. Maximum Vehicle Recall by phase
19 i. Minimum Vehicle Recall by phase
20 j. Pedestrian Recall by phase
21 8.2.2 Selection of TBC on-line by external input shall allow the coordination
22 pattern selected by the hardwire system to override the current TBC
23 coordination pattern.
24 8.2.3 When operating in the non-interconnected coordination mode the
25 synchronization point for all cycles shall be referenced to a user selected
26 reference time (hour and minute) or the event time. The sync reference
27 time is that time from which all cycle zeros shall be calculated. The
28 synchronization point for the cycle selected by the current event, shall be
29 computed using the present time, sync reference time, and cycle length.
30 The synchronization point shall occur whenever the present time is such
31 that an even number of cycle length periods have occurred since the sync
32 reference time.
33 8.3 Auxiliary Functions
34 8.3.1 These events shall be separate from the non-interconnected traffic
35 events described above. Auxiliary events shall not have to be entered in
36 any special sequence. Each of the events shall permit selection of the
37 following functions:
38 a. Day program assignment
39 b. Start time
40 c. Auxiliary outputs
41 e. Dimming
42 g. Detector logging
43 h. Detector diagnostic plan
44 i. Control of eight special functions
45 8.4 Time Of Year Functions
46 8.4.1 The firmware shall be capable of implementing exception day
47 programs and alternate week programs on a Month, Month Day, and Year
48 basis. A minimum of nine (9) alternate week programs shall be capable of
49 being defined.
50 9 Detector Functions
51 9.1 The firmware shall provide a minimum of 72 vehicle detector inputs. Each input
52 shall be assignable to any phase and be programmable as to detector
53 function. Extend and delay timing shall be provided for each detector.
54 9.2 The firmware shall provide detector cross switching, which permits all vehicle
55 detectors to alternately place calls on their assigned phases and their assigned
56 cross-switch phases. If the assigned phase is not green and the cross-switch
57 phase is green, the detector shall place calls on the cross switch phase.
NE Sunset Boulevard(SR 900)/Duvall Avenue 160 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 9.3 Each vehicle detector shall be user-programmable to operate as one of the
2 following 7 detector types:
3 a. Type 0 (VEH) - Detector shall operate as a standard detector providing
4 one call per actuation.
5 b. Type 1 (PED): The detector input operates as a standard pedestrian
6 detector.
7 c. Type 2 (ONE): The detector input operates as a vehicle detector that is
8 operational while the phase is not green until a call is received on the
- 9 assigned phase.
10 d. Type 3 (SBA): Detector shall operate as follows: Vehicle calls shall be
11 accepted only when the phase is not green. When a call is detected, it
12 shall be held until the detection area is empty. The extend timer shall
13 begin timing with the phase green. Once the extend timer times-out OR
14 the detection area is empty, no further calls shall be accepted until the
15 phase is again not green.
- 16 e. Type 4 (SBB): Detector shall operate as follows: Vehicle calls shall be
17 accepted only when the phase is not green. When a call is detected, it
18 shall be held until the detection area is empty (if the extend timer is set to
19 zero). The extend timer shall begin timing with the phase green. If a call is
- 20 received before the extend timer has timed-out, the timer shall be reset.
21 Timer reset shall occur until a gap between the calls is large enough to
22 allow the extend timer to time-out. Once time-out has occurred, no further
23 calls shall be accepted until the green terminates.
24 f. Type 5 (PPL): The detector input operates as a turn vehicle detector
25 Adaptive Protected/Permissive routine.
26 g. Type 6 (PPT): The detector input operates as a through vehicle detector
27 Adaptive Protected/Permissive routine.
28 9.4 Each detector input shall be capable of functioning as one of 8 system
29 detectors.
30 9.5 Vehicle detectors shall be capable of being assigned to a minimum of 2 speed
31 trap detector sets. Speed shall be detected using a two detector configuration.
32 Speed shall be computed using a keyboard entered loop spacing distance (11
33 ft. or 22 ft.).
34 9.6 The firmware shall provide a minimum of 8 hardware-denoted pedestrian
35 detector inputs. Each pedestrian detector shall be assignable to any phase.
36 10 System Communications
37 10.1 The firmware shall be capable of communicating with an on-street system
38 master or directly to a central office computer-based system master. This
39 capability shall be provided by a separate telemetry module, which shall be
40 included in the controller when required by the plans and specifications. The
41 telemetry module shall receive system commands and data transmissions. In
42 addition, it shall transmit the controller status, data base and system detector
43 information to the system master.
44 10.2System Commands
45 10.2.1 The telemetry module shall allow the firmware to receive, as a
46 minimum, the following commands:
47 a. Cycle, offset, and split (coordination pattern)
48 b. Timing parameter downloading and verification
49 c. Special function commands (minimum of eight)
50 d. Coordinated, Free, standby and flash mode commands
51 e. Time and date
52 f. Request for local status
53 10.2.2 In the absence of being polled by the master, within a user-defined
54 period (1-255 minutes), the local will revert to backup TBC and
55 coordination mode. When again polled by the master the local will return
56 to the system mode and transition to the master-called program.
57
NE Sunset Boulevard(SR 900)/Duvall Avenue 161 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 10.3Status Data -
2 10.3.1 The status of each of the following functions shall be transmitted to the
3 system master in response to a local status request:
4 a. Green and yellow status for all phases and overlaps
5 b. Walk and pedestrian clearance status for all phases
6 c. Vehicle and pedestrian detector status
7 d. Phase termination status
8 e. Local time _.
9 f. Coordination status
10 (1) Command source
11 (2) Sync or transitioning status of coordinator
12 g. Conflict flash status -
13 h. Local flash status
14 I. Automatic flash status
15 j. Local Free
16 k. Preempt activity and calls
17 I. Volume and occupancy data from a minimum of 8 system detectors
18 m. Speed data from a minimum of two speed detectors
19 n. Status of six user-defined alarms
20 10.4 Upload/Download Capability
21 10.4.1 The telemetry module shall provide the capability to upload/download
22 the entire intersection data base.
23 10.5Telemetry
24 10.5.1 Telemetry shall utilize TDM/FSK data transmission at 1200 baud over
25 a single pair of wires. These may be leased lines (Type 3002, voice grade,
26 unconditioned) or dedicated cable. Optional fiber optic communications
27 capability shall also be available.
28 10.5.2 The nominal transmitter output level shall be 0 dbm into a 600 ohm
29 load. The receiver sensitivity shall be 3 to -40 dbm.
30 10.5.3 There shall be a communications status display to show telemetry
31 activity as follows: on or off line, carrier active or inactive, transmit
32 active/inactive and response returned (ACK or NAK) , receive active and
33 data valid or invalid.
34 11 Diagnostic Features
35 11 .1 The 2070 controller provides the SE-PAC firmware with a Validation Suite that
36 consists of resident diagnostic capabilities, some automatic and some user
37 initiated, describing its own internal state.
38 The automatic Validation Suite routines run continuously in a loop until
39 stopped by the user. The user-initiated routines are executed on command by
40 a front panel or laptop key entry. Some of the tests require installation of wrap-
41 around or loop-back cables.
42 1 1 .2Automatic tests performed on the controller include: Real Time Clock, RAM
43 memory, FLASH memory, Input/Output wrap-around, SDLC packet, and
44 Timers.
45 11.3 User-initiated tests performed on the controller include: Keypads and Displays,
46 Data Key Validation, and Terminal Validation.
47 11.4 Detector Diagnostics
48 11.4.1 Time-of-day controlled detector diagnostics shall be provided that
49 allow testing vehicle and pedestrian detectors for no activity, maximum
50 presence, and erratic output.
51 11 .1 .2 A minimum of two detector diagnostic plans shall be provided. These
52 plans shall be selectable on a time-of-day basis. This shall allow varying
53 the detector diagnostic values to correspond with changes in detector
54 activity.
55 11 .1 .3 If a detector is diagnosed as failed, the associated phase shall be
56 placed on minimum recall until such time as the detector is classified as
57 "on-line".
NE Sunset Boulevard(SR 900)/Duvall Avenue 162 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 11 .1 .4 Diagnostics for detectors connected to the controller using a Bus
2 Interface Unit (BIU) shall also include detection of watchdog, open and
3 shorted loop, and excessive inductance change failures.
4 12 Logging Features
5 The firmware shall be capable of logging and reporting activity, failures, and the
6 occurrence of selected events or alarms.
7 12.1 Communications Fault Logging
8 12.1 .1 The firmware shall include a communications fault log capable of
9 storing a minimum of 60 time and date-stamped communications fault
10 events. Once logged, communications fault events shall remain in the log
11 until cleared or the log capacity is exceeded at which time the oldest
12 communications fault events shall be overwritten.
13 12.2 Detector History Logging
14 12.2.1 The firmware shall include a detector history log capable of logging
15 raw and average volume and raw and average occupancy for up to 8
16 system detectors. The log shall be capable of storing a minimum of 96
17 time and date stamped detector history events. Once logged, detector
18 history events shall remain in the log until cleared or the log capacity is
19 exceeded at which time the oldest detector history events shall be
20 overwritten.
21 12.2.2 The detector logging shall be controlled as TBC programmed events.
22 12.3Detector Fault Logging
23 12.3.1 The firmware shall include a detector fault log capable of storing a
24 minimum of 60 time and date-stamped detector fault events. Once logged,
25 detector fault events shall remain in the log until cleared or the log
26 capacity is exceeded at which time the oldest detector fault events shall
27 be overwritten.
28 12.3.2 All detector diagnostic faults shall be recorded in the detector fault log
29 including: no activity, maximum presence, erratic counts, watchdog failure,
30 open loop, shorted loop, and excessive inductance change. If a detector
'p 31 recovers after a diagnostic fault, a detector on-line event shall be stored in
32 the detector fault log.
33 12.4Event Logging
_. 34 12.4.1 The firmware shall include an event log capable of storing a minimum
35 of 120 time and date-stamped events or alarms. Once logged, events
36 shall remain in the log until cleared or the log capacity is exceeded at
37 which time the oldest events shall be overwritten.
38 12.4.2 At a minimum the following events shall be logged: communication
39 failures, coordination faults, conflict monitor and local flash status,
40 preempt, power ON/OFF, data change (from keyboard), data change
41 (from remote), processor faults, EPROM and EEPROM diagnostic faults,
42 invalid configuration. Up to 86 different messages shall be available. An
43 event shall be logged when an event or alarm returns to normal status.
44 12.5MOE Logging
45 The firmware shall capture information on a coordination cycle by cycle basis
46 noting:
47 a. Volume (Per cycle average number of actuations)
48 b. Stops (Per cycle average number of actuation received during the non-
-° 49 green time of the phase)
50 c. Delay (Per cycle average time of the delay on each phase - delay
51 accumulates based on cars waiting and elapsed time)
52 d. Utilization (Per cycle average green time used on each phase)
53 The above information shall be included in a moe log capable of storing a
54 minimum of 24 time and date-stamped moe events. Once logged, moe events
55 shall remain in the log until cleared or the log capacity is exceeded at which
56 time the oldest moe events shall be overwritten.
57
NE Sunset Boulevard(SR 900)/Duvall Avenue 163 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 12.6Speed Logging
2 The firmware shall capture the average speed trap speed for the duration a
3 coordination pattern is active for inclusion in a speed log capable of storing a
4 minimum of 24 time and date-stamped speed events. Once logged, speed
5 events shall remain in the log until cleared or the log capacity is exceeded at
6 which time the oldest speed events shall be overwritten.
7 12.7Cycle MOE Logging
8 The firmware shall capture coordination information on a cycle by cycle basis
9 for each noting the force status, green utilization plus/minus from split, and
10 whether there was a offset correction in that cycle for inclusion in a cycle moe
11 log capable of storing a minimum of 60 time and date-stamped cycle moe
12 events. Once logged, cycle moe events shall remain in the log until cleared or
13 the log capacity is exceeded at which time the oldest cycle moe events shall
14 be overwritten.
15 12.8Volume Count Logging
16 The firmware shall be capable of using up to 24 vehicle or pedestrian detector
17 inputs for a Volume Count log capable of storing a minimum of 72 time and
18 date-stamped Volume Count events. Once logged, Volume Count events shall
19 remain in the log until cleared or the log capacity Is exceeded at which time the
20 oldest Volume Count events shall be overwritten.
21 The Volume Count log interval shall be user selectable within the range 0-120
22 minutes. Each Volume Count event in the log shall denote if an assigned
23 detector was diagnosed as failed at any time during the log interval. When a
24 power down occurs in a log interval, all detectors shall be marked as failed to
25 prevent the data being used In error.
26
27 Model 207ON Traffic Signal Controllers:
28 The Contractor shall provide, deliver and install Model 207ON controllers, with all
29 applicable modules described herein. The Contractor shall supply operating system
30 software, drivers and descriptors, initialization software, and the validation suite as
31 required herein.
32 Model 207ON controller units shall meet all requirements set forth in the A
33 Recommended Standard of the Joint Committee on the ATC Ballot Copy for Joint
34 Adoption by AASHTO, ITE, and NEMA, ATC 2070 v01.05, Advanced Transportation
35 Controller (ATC) Standard for the Type 2070 Controller, March 29, 2001. The 207ON
36 controller units shall comply with all future addenda to above specification prior to bid
37 opening date.
38 Model 207ON controllers shall be fully assembled and in full compliance with the
39 referenced ATC specification. The Contractor shall provide evidence that controller
40 units have been approved to meet the referenced ATC specification. When available,
41 the Contractor shall submit all test results to the City of Renton for review. The m
42 Contractor shall notify the City of Renton of all changes required for unit to pass and
43 shall correct all controller units provided to the City of Renton If required to do so by City
44 of Renton staff. All cost for modifications associated with compliance of the referenced
45 ATC specification shall be at the expense of the Contractor.
46 The Model 207ON controllers shall be equipped with the following:
47 19" Rack Mountable Unit Chassis
48 Type 2070-1A CPU Module
49 Type 2070-213 Field 1/0 Module (NEMA Style Cabinet)
50 Type 2070-313 Front Panel Assembly (8 x 40 display)
51 Type 2070-4A Power supply (10 Amp)
52 Type 2070-5A VME Cage Assembly
53 Type 2070-6A Asynchronous Data Modem
54 Type 2070-7A Serial Data Modem
55 Type 2070-8 NEMA Interface Module
56 Type 2070-9 Model 207ON Back Cover
57 207ON controller units shall be designed to operate with the City of Renton's latest
58 revision NEMA cabinet specification.
NE Sunset Boulevard(SR 900)/Duvall Avenue 164 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The Contractor shall provide diagnostic software/ hardware capable of checking CPU
2 memory for the 2070-1 CPU module, 2070-213 1/0 module, Display functions on 2070-3
3 front panel assembly and power supply operating voltages. Software/ Hardware
4 diagnostic test shall be capable of producing a printed copy of test results. Test results
5 will indicate pass or fail for each function tested.
6 The Contractor shall provide one (1) removable data key with each 207ON controller
7 unit.
8 The Contractor shall provide forty (40) hours of training by qualified manufacturer's
9 instructors for the repair of hardware. Training shall include a complete discussion of
10 the design, theory of operation, and diagnostic test procedures described in 3.5 of this
11 specification. all related software, and validation suite. Training shall be at a location to
12 be determined by the City of Renton. The Contractor shall videotape all training
13 supplied to the City of Renton and a copy of the videotape shall be supplied to the City
14 of Renton for future reference.
15 The Model 207ON controller unit shall comply with electrical, environmental and
16 testing requirements defined in the ATC specification.
17 The Contractor shall, within fifteen days from the date of Notice to Proceed, supply
18 quality control procedures and test report formats as required by the ATC specification.
19 The Contractor shall comply with all testing, quality control, and reporting procedures
20 specified in the ATC specification.
21 The Contractor shall submit all documentation required by ATC specification, this
22 specification, and all associated procurement documentation.
23 All equipment provided under this specification shall be provided with operational
24 manuals, which document the operation and maintenance of the equipment.
25 Additionally, the following documentation shall be provided for the various items
26 furnished.
27 Manuals shall be printed on 8.5 by 11-inch paper. Schematics, layouts, parts lists
28 and plan details may be on 11 by 17-inch sheets, but the sheets must be neatly folded
29 to 8.5 by 11-inch size. D size sheets must be neatly folded and bound to fit in the 8.5 by
30 11-inch manuals. The manual shall be bound in durable covers, and shall suffer no
31 degradation when subjected to normal cabinet temperature testing.
32 Each manual shall include the following: General Description, General
33 Characteristics, Installation, Adjustments, Theory of Operation, Systems Description
34 (Including Block Diagram(s)), Detailed Description of Circuit Operations, and
35 Maintenance. Maintenance shall cover Preventative Maintenance, Trouble Analysis,
36 Trouble Shooting Sequence Chart, waveforms, Voltage Measurements, and Alignment
37 Procedures.
38 Contractor shall provide technical information in the form of manufacturer's published
39 data sheets for all medium and large scale integrated circuits.
40 Parts lists including circuit and board designation, part type and class, power rating
41 and component manufacturer, and original manufacturer's part number shall be
r. 42 provided.
43 An electrical interconnection drawing shall be furnished.
44 Assembly drawings and a pictorial diagram showing physical locations and
45 identification of each component shall be provided.
46 The serial numbers and revision numbers of equipment covered by manuals shall be
47 printed on the front cover of the manuals.
48 Updated documentation shall be provided for any and all design changes or
49 modifications to equipment, circuits, or components supplied to the City of Renton. The
50 City of Renton shall be notified, in writing, of any impending changes.
51 Any and all equipment furnished shall be covered by the manufacturer's warranty for
52 a minimum period of (5) years from date of delivery with respect to materials, parts,
53 workmanship, and performance.
54 The successful bidder shall bear all expenses connected with the return of any
55 equipment which the City of Renton deems necessary to return to the factory for proper
56 adjustments or repairs during the warranty period.
NE Sunset Boulevard(SR 900)/Duvall Avenue 165 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 The City of Renton reserves the right to withhold any payments which may still be
2 due should it be discovered that the equipment does not meet the specifications and/or
3 claims of the bidder.
4 The manufacturer and/or contractor shall have field engineers or technicians
5 available on request to assure satisfactory initial operation and to consult with the City ~°
6 of Renton or their representatives on any special circuitry that may be required in certain
7 applications.
8 The manufacturer and/or contractor shall furnish a certified document stating that all
9 equipment and operating system and validation software tests good, is Y2K compliant,
10 and meets all criteria of the "A Recommended Standard of the Joint Committee on the
11 ATC, Ballot Copy for Joint Adoption by AASHTO, ITE, and NEMA, ATC 2070 v01.05,
12 Advanced Transportation Controller (ATC) Standard for the Type 2070 Controller, March
13 29, 2001.
14
15 9-29.13(7)A Environmental, Performance and Test Standards for Solid-State
16 Traffic Controllers (RC)
17 Section 9-29.13(7)A is supplemented by adding the following:
19 The traffic signal controller assemblies, including the traffic signal controller,
20 auxiliary control equipment and cabinet shall be shop tested to the satisfaction of
21 the Engineer. Testing and check-out of all timing circuits, phasing and signal
22 operation shall be at the City of Renton Signal Shop, Renton, Washington. The
23 Signal Shop will make space available to the Contractor for the required test
24 demonstrations. The Contractor shall assemble the cabinet and related signal
25 control equipment ready for testing. A complete demonstration by the Contractor of
26 all integrated components satisfactorily functioning shall start the test period. Any
27 malfunction shall stop the test period until all parts are satisfactorily operating. The
28 test shall be extended until a minimum of 72 hours continuous satisfactory
29 performance of the entire integrated system has been demonstrated. The
30 demonstration by the Contractor to the Engineer of all components functioning
31 properly shall not relieve the Contractor of any responsibility relative to the proper
32 functioning of all aforestated control gear when field Installed.
33
34 9-29.13(7)B Auxiliary Equipment for NEMA Controllers
35 Section 9-29.13(7)B is revised and supplemented as follows:
37 The following auxiliary equipment shall be furnished and installed in each cabinet
38 for NEMA traffic-actuated controllers:
39 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut in the
40 flasher and isolate the controller from light circuits. See Section 9-29.13(2) for
41 operational requirements. The flasher shall be two circuit with indicator lights.
42 The unit shall be rated for fifteen (15) amps per circuit through the entire NEMA
43 temperature range.
44 2. Modular solid state relay load switches of sufficient number to provide for each
45 vehicle phase (including future phases if shown in the plans), each pedestrian
46 phase and preemption sequence indicated in the contract. Type P & R
47 cabinets shall include a fully wired 16-position back panel. Solid-state load
48 switches shall conform to NEMA standards except only optically isolated load
49 switches will be allowed. Load switches shall include indicator lights on the
50 input and output circuits.
51 3. A power panel with:
52 a. A control-display breaker sized to provide 125 percent overload
53 protection for all control equipment and signal displays, 30 ampere
54 minimum.
55 b. A 20 ampere accessory breaker wired parallel to the control display
56 breaker. The breaker will carry accessory loads, including vent fan, .
57 cabinet light, plug receptacle, etc.
NE Sunset Boulevard(SR 900)/Duvall Avenue 166 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 c. A busbar isolated from ground and unfused for the neutral side of
2 power supply.
3 d. A radio interference suppresser to the output side of the control
4 display breaker. See Section 9-29.13(6) for other requirements.
5 e. A transient voltage protection device connected to the controller
6 power circuit for protection against voltage abnormalities of 1 cycle or
7 less duration. The protector shall be a solid state high energy circuit
8 containing no spark gap, gas tube, or crow bar component. The
9 current rating of the device shall be 15 amps minimum. The device
10 shall provide transient protection between neutral and ground, line
11 and ground, as well as line and neutral. If the protection circuits fail,
12 they shall fall to an open circuit condition. The device shall meet all
13 requirements of UL standard 1449. The suppressed voltage rating
14 shall be 600 volts or less when subjected to an Impulse of 6,000 volts,
15 3,000 amp source impedance, 8.0/20 microsecond waveform as
16 described in UL 1449. In addition, the device shall withstand, without
17 failure or permanent damage, one full cycle at 264 volts RMS. The
18 device shall contain circuitry to prevent self-induced regenerative
19 ringing. There shall be a failure warning indictor light which shall
20 illuminate when the device has failed and is no longer operable.
21 f. Cabinet ground busbar independent (150K ohms minimum) of
22 neutral.
23
24 Sections 4 - 13 are replaced with the following:
25
26 GENERAL
27 All mounting hardware used in the cabinet, whether it is used to secure equipment
28 or some portion of the cabinet itself, shall be stainless steel or nickel plated brass.
29
30 FAIL SAFE UNIT
31 1. INTRODUCTION
32 This specification sets forth the minimum requirements for a shelf-
33 mountable, sixteen channel, solid-state Malfunction Management Unit
34 (MMU). The MMU shall meet, as a minimum, all applicable sections of the
35 NEMA Standards Publication No. TS2-1998. Where differences occur, this
36 specification shall govern.
37 2. MONITORING FUNCTIONS
- 38 The following monitoring functions shall be provided in addition to
39 those required by the NEMA Standard Section 4.
40 2.1 DUAL INDICATION MONITOR
41 Dual Indication monitoring shall detect simultaneous input combinations of
42 active Green (Walk), Yellow, or Red (Dont Walk) field signal inputs on the
43 same channel. In Type 12 mode this monitoring function detects
44 simultaneous input combinations of active Green and Yellow, Green and
45 Red, Yellow and Red, Walk and Yellow, or Walk and Red field signal
46 inputs on the same channel.
47 2.1.1 DUAL INDICATION MONITORING
48 Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be
49 provided on the MMU front panel to enable Dual Indication Monitoring on
50 a per channel basis. The Dual Indication Monitor function shall provide
51 two modes of operation, Dual Indication Fault and GY-Dual Indication
52 Fault.
53 When voltages on two inputs of a vehicle channel are sensed as
54 active for more than 450 msec, the MMU shall enter the fault mode,
55 transfer the OUTPUT relay contacts to the Fault position, and illuminate
56 the DUAL INDICATION indicator. The MMU shall remain in the fault mode
57 until the unit is reset by the RESET button or the EXTERNAL RESET
58 input. When voltages on two inputs of a vehicle channel are sensed as
NE Sunset Boulevard (SR 900)/Duvall Avenue 167 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS —CITY OF RENTON •
1 active for less than 200 msec, the MMU shall not transfer the OUTPUT
2 relay contacts to the Fault position.
3 When operating in the Type 16 mode with Port 1 communications
4 enabled, Bit #68 (Spare Bit #2) of the Type #129 response frame shall be
5 set to indicate a Dual Indication fault has been detected. •
6 Dual Indication Monitoring shall be disabled when the RED ENABLE
7 input is not active.
8 2.1.2 GY-DUAL INDICATION MONITOR
9 GY Dual Indication monitoring shall detect simultaneous inputs of active
10 Green and Yellow field signal inputs on the same channel. It will be used
11 to monitor channels which have an unused Red field signal input tied to
12 AC LINE such as a five section signal head. ..
13 GY Dual Indication Monitoring shall be enabled by a front panel option
14 switch. When the GY-Dual Indication Monitoring option is enabled, all
15 channels which have the front panel FIELD CHECK/DUAL ENABLE
16 switches OFF shall be individually monitored for simultaneous active
17 Green and Yellow field signal inputs. All channels which have the front
18 panel FIELD CHECK/DUAL ENABLE switches ON (i.e. enabled for Dual
19 Indication Monitoring) shall function as described above in Dual Indication •
20 Monitoring.
21 2.2 FIELD CHECK MONITORING
22 Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be
23 provided on the MMU front panel to enable Field Check Monitoring on a w
24 per channel basis. The Field Check Monitor function shall provide two
25 modes of operation, Field Check Fault and Field Check Status.
26 Field Check Monitoring shall be disabled when the RED ENABLE
27 input is not active. The Field Check Monitoring function shall be disabled •
28 in the Type 12 mode.
29 2.2.1 FIELD CHECK MONITOR
30 In the Field Check Fault mode, when the field signal input states r,
31 sensed as active or inactive by the MMU do not correspond with the data
32 provided by the Controller Unit in the Type #0 message for 10 consecutive
33 messages, the MMU shall enter the fault mode, transfer the OUTPUT
34 relay contacts to the Fault position, and illuminate the FIELD CHECK FAIL ..
35 indicator. The Channel Status Display shall indicate the channels on which
36 the Field Check fault was detected. Bit #67 (Spare Bit #1) of the Type
37 #129 response frame shall be set to indicate a Field Check fault has been
38 detected. The MMU shall remain in the fault mode until the unit is reset by
39 the RESET button or the EXTERNAL RESET input.
40 2.2.2 FIELD CHECK STATUS
41 The Field Check Status mode shall work in combination with the other •
42 fault monitoring functions of the MMU. When a Conflict, Red Fail,
43 Clearance Fail, or Dual Indication Fail triggers the MMU, the Channel
44 Status Display and Fault Status Display shall correspond to that detected
45 fault. If Field Check errors were detected while the fault was being timed, .
46 the inputs on which the Field Check errors were detected shall double
47 pulse at the same time as the FIELD CHECK STATUS indicator. Bit #67
48 (Spare Bit #1) of the Type #129 response frame shall also be set to
49 indicate Field Check errors have been detected. "
50 2.3 RECURRENT PULSE MONITORING
51 The Signal Monitor shall detect Conflict, Red Fail, and Dual Indication
52 faults that result from intermittent or flickering field signal inputs. These •
53 recurring pulses shall result in a latching fault with the RECURRENT
54 PULSE STATUS indicator illuminated along with the resulting Conflict,
55 Red Fail, or Dual Indication indicator. An option switch shall be provided to
56 disable the RP detect function for testing purposes.
57 When operating in the Type 16 mode with Port 1 communications
urr
NE Sunset Boulevard(SR 900)/Duvall Avenue 168 October 2005
NElntersection Improvements Project
•
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
° 1 enabled, Bit #69 (Spare Bit #3) of the Type #129 response frame shall be
2 set to indicate a Recurrent Pulse status has been detected.
3 2.4 EXTERNAL WATCHDOG MONITOR
4 The MMU shall provide the capability to monitor an optional external
5 logic level output from a Controller Unit or other external cabinet circuitry.
6 If the MMU does not receive a change in state on the EXTERNAL
7 WATCHDOG input for 1500 msec (±100 msec), the MMU shall enter the
8 fault mode, transfer the OUTPUT relay contacts to the Fault position, and
° 9 illuminate the CVMNVATCHDOG indicator. The MMU shall remain in the
10 fault mode until the unit is reset by the RESET button or the EXTERNAL
11 RESET input. An MMU Power Failure shall reset the CVMNVATCHDOG
12 fault state of the monitor. The EXTERNAL WATCHDOG input shall be
13 wired to connector MSB-S.
14 When operating in the Type 16 mode with Port 1 communications
15 enabled, Bit #70 (Spare Bit #4) of the Type #129 response frame shall be
16 set to indicate an External Watchdog fault has been detected.
17 2.5 WALK DISABLE OPTION
18 The MMU shall provide the capability to exclude the Walk inputs from
19 the Red Fail fault detection algorithm when operating in the Type 12
20 mode. When the option is selected, the absence of signals on the Green,
21 Yellow, and Red field outputs of a channel will place the MMU-16 unit into
22 the fault mode, transfer the OUTPUT relay contacts to the Fault position,
23 and illuminate the RED FAIL indicator.
24 2.6 TYPE FAULT MONITOR
25 The MMU shall verify at power-up that the Type 12 or Type 16
26 operating mode as determined by the TYPE SELECT input is consistent
27 with the mode set by the last external reset.
28 Detection of a Type Fault shall place the MMU into the fault mode,
29 transfer the OUTPUT relay contacts to the Fault position, illuminate the
30 DIAGNOSTIC indicator, and flash the TYPE 12 indicator at a 2Hz rate.
31 The MMU shall remain in the fault mode until the unit is reset by the
32 RESET button or the EXTERNAL RESET input. An MMU Power Failure
33 shall reset the Type Fault state of the monitor.
34 2.7 CONFIGURATION CHANGE MONITOR
35 On power-up, reset, and periodically during operation, the Signal
36 Monitor shall compare the current configuration settings with the
37 previously stored value. If the settings have changed, the Signal Monitor
° 38 shall automatically log the new setting. These settings shall include the
39 Program Card jumpers and all switches.
40 A programming option shall be provided such that any change in the
41 configuration parameters shall cause the Signal Monitor to enter the fault
42 mode causing the Output relay contacts to close and enabling the Stop-
43 Time output to the controller. To indicate this fault mode the PGM CARD /
44 CF indicator shall flash at a 4 Hz rate. Depressing the Reset button for 3
45 seconds shall be required to clear this fault and log the new configuration
46 parameters.
47 If the programming option is not selected, the unit shall not set the
48 fault mode but will still log the configuration change.
° 49 2.8 CVM LOG DISABLE
50 The MMU shall provide a means to disable the logging of CVM fault
51 events.
52 3 DISPLAY FUNCTIONS
53 The following display functions shall be provided in addition to those
54 required by the NEMA Standard Section 4.
55 3.1 FULL INTERSECTION CHANNEL STATUS DISPLAY
56 A separate Red, Yellow, and Green indicator shall be provided for
57 each channel to show full intersection status simultaneously. For Type 12
NE Sunset Boulevard(SR 900)/Duvall Avenue 169 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 mode operation the Walk input status shall be shown on channel �.
2 indicators 13 through 16.
3 3.2 FAULT CHANNEL STATUS DISPLAY
4 During normal operation the 48 Channel Status indicators shall display
5 all active signals. In the fault mode the Channel Status indicators shall
6 display all signals active at the time of the fault for six seconds and then
7 indicate the channels involved in the fault for 2 seconds.
8 3.3 FIELD CHECK STATUS DISPLAY
9 The FIELD CHECK FAIL indicator shall illuminate when a Field Check
10 Fault is detected. The Channel Status display shall show the channels on
11 which the Field Check fault occurred.
12 If Field Check errors occurred during a Conflict Fault, Red Fail,
13 Clearance Fail, or Dual Indication Fail the FIELD CHECK STATUS
14 indicator shall illuminate. The channels on which the Field Check Status
15 was detected during the fault shall double pulse on the Channel Status
16 Display at the same time as the FIELD CHECK STATUS indicator.
17 3.4 RECURRENT PULSE STATUS DISPLAY
18 If Recurrent Pulse inputs were detected during a Conflict Fault, Red
19 Fail, or Dual Indication Fail the RECURRENT PULSE STATUS indicator
20 shall illuminate. The channels on which the Recurrent Pulse Status was
21 detected during the fault shall double pulse on the Channel Status Display
22 at the same time as the RECURRENT PULSE STATUS indicator.
23 3.5 DISPLAY INDICATORS
24 The following display indicators shall be provided in addition to those
25 required by the NEMA Standard Section 4.
26 3.5.1 Type 12 Mode Indicator
27 The TYPE 12 indicator shall illuminate when the MMU is programmed
28 for Type 12 operation. If a Type Fault is detected the DIAGNOSTIC
29 indicator shall illuminate and the TYPE 12 indicator shall flash at a rate of
30 2Hz.
31 3.5.2 Dual Indication Indicator
32 The DUAL INDICATION indicator shall illuminate when a DUAL
33 INDICATION Fault is detected. The Channel Status display shall show the
34 channels which were detected as DUAL INDICATION.
35 3.5.3 Power Indicator
36 The POWER indicator shall flash at a rate of 2Hz when the AC LINE
37 voltage is below the drop-out level. It shall illuminate steadily when the AC
38 LINE voltage returns above the restore level.
39 3.5.4 Port 1 Receive Indicator
40 The RECEIVE indicator shall illuminate for a 33 msec pulse each time
41 a Port 1 message is correctly received from the Controller Unit.
42 3.5.5 Port 1 Transmit Indicator
43 The TRANSMIT indicator shall illuminate for a 33 msec pulse each
44 time a Port 1 message is transmitted from the MMU.
45 3.5.6 RS232 Receive Indicator
46 The COMM indicator shall illuminate for a 33 msec pulse each time a
47 message is correctly received on the RS-232 port.
48 3.5.7 Program Card / CF Indicator
49 The PGM CARD indicator shall illuminate if the Programming Card is
50 absent or not seated properly in the edge connector. The PGM CARD
51 indicator shall flash at a 4 Hz rate if the MMU has been triggered by a
52 Configuration Change fault
53 3.5.8 Y+R Clearance Indicator
54 The Y+R CLEARANCE indicator shall illuminate when the MMU has
55 been triggered by a Yellow Change plus Red Clearance fault.
56 3.5.9 Field Check Fail Indicator -
57 The FIELD CHECK FAIL indicator shall illuminate when the MMU has
58 been triggered by a Field Check fault.
NE Sunset Boulevard(SR 900)/Duvall Avenue 170 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 3.6 OPERATING MODES
2 The MMU shall operate in both the Type 12 mode and Type 16 mode
3 as required by the NEMA Standard.
4 4 HARDWARE
5 4.1 ENCLOSURE
6 4.1.1 The MMU shall be compact so as to fit in limited cabinet space. It shall
7 be possible to install on a shelf that is at least 7" deep. Overall
8 dimensions, including mating connectors and harness, shall not exceed
9 10.5' x4.5" x11" (HxWxD).
10 4.1.2 The enclosure shall be constructed of sheet aluminum with a minimum
11 thickness of 0.062", and shall be finished with an attractive and durable
12 protective coating. Model, serial number, and program information shall be
13 permanently displayed on the top surface.
14 4.2 ELECTRONICS
15 4.2.1 A microprocessor shall be used for all timing and control functions.
16 Continuing operation of the microprocessor shall be verified by an
17 independent monitor circuit, which shall force the OUTPUT RELAY to the
18 de-energized "fault' state and indicate an error message if a pulse is not
19 received from the microprocessor within a defined period not to exceed
20 500 ms.
21 4.2.2 High speed sampling techniques shall be used to determine the true
22 RMS value of the AC field inputs. Each AC input shall be sampled at least
23 32 times per line cycle. The RMS voltage measurement shall be
24 insensitive to phase, frequency, and waveform distortion.
25 4.2.3 In the interest of reliability, only the PROM memory device for the
26 microprocessor firmware shall be socket mounted. The PROM Memory
27 socket shall be a precision screw machine type socket with a gold contact
28 finish providing a reliable gas tight seal. Low insertion force sockets or
29 sockets with "wiper" type contacts shall not be acceptable.
30 4.2.4 All user programmed configuration settings shall be stored in an
31 electrically erasable programmable read-only memory (EEPROM) or front
32 panel DIP switches. Designs using a battery to maintain configuration data
33 shall not be acceptable.
34 4.2.5 All 120 VAC field terminal inputs shall provide an input impedance of
35 at least 150K ohms and be terminated with a resistor having a power
36 dissipation rating of 0.5 Watts or greater.
37 4.2.6 All electrical components used in the MMU shall be rated by the
38 component manufacturer to operate over the full NEMA temperature
39 range of-34oC to +74oC.
40 4.2.7 All printed circuit boards shall meet the requirements of the NEMA
41 Standard plus the following requirements to enhance reliability:
42 a. All plated-through holes and exposed circuit traces shall be plated
43 with solder.
44 b. Both sides of the printed circuit board shall be covered with a solder
45 mask material.
46 c. The circuit reference designation for all components and the polarity
47 of all capacitors and diodes shall be clearly marked adjacent to the
48 component. Pin #1 for all integrated circuit packages shall be
49 designated on both sides of all printed circuit boards.
50 d. All electrical mating surfaces shall be gold plated.
51 e. All printed circuit board assemblies shall be coated on both sides with
52 a clear moisture-proof and fungus-proof sealant.
53 4.3 FRONT PANEL & CONNECTORS
54 4.3.1 All displays, configuration switches, and connectors shall be mounted
55 on the front panel of the MMU. All MMU configuration inputs beyond those
56 required by the NEMA Standard shall be provided by front panel mounted
57 DIP switches and shall be clearly labeled. Configuration DIP switches
58 shall be provided for the following functions:
NE Sunset Boulevard(SR 900)/Duvall Avenue 171 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 a. Field Check/ Dual Enables 1-16
2 b. GY-Dual Indication Enable (GY ENABLE)
3 c. Recurrent Pulse Test Disable (RP DISABLE)
4 d. External Watchdog Enable (WD ENABLE)
5 e. Walk Disable (Type 12)
6 f. Configuration Change Fault Enable (CF ENABLE)
7 g. CVM Log Disable
8 4.3.2 MS CONNECTORS
9 The MS connectors on the MMU shall have a metallic shell and be
10 attached to the chassis internally. The connectors shall be mounted on the
11 front of the unit in accordance with the following: Connector A shall
12 intermate with a MS 3116 22-55 SZ, and Connector B shall intermate with
13 a MS 3116 16-26 S.
14 In the interest of reliability and repair ability, printed circuit board
15 mounted MS connectors shall not be acceptable. Internal MS harness
16 wire shall be a minimum of AWG #22, 19 strands.
17 4.3.3 EIA-232 Port
18 The EIA-232 port shall be electrically isolated from the MMU
19 electronics using optical couplers. The connector shall be an AMP 9721A
20 or equivalent 9 pin metal shell D subminiature type with female contacts.
21 Pin assignments shall be as shown in the following table:
22 PIN FUNCTION
23 1 DCD*
24 2 TX DATA
25 3 RX DATA
26 4 DTR (Data Terminal Ready)
27 5 SIGNAL GROUND
28 6 DSR*
29 7 DSR*
30 8 CTS*
31 9 NC
32 *Jumper options shall be provided to allow the connection of Pin #4 to be
33 made with Pin #7, and the connection of Pin #8 to be made with Pin #1
34 and or Pin #6.
35 5 EVENT LOGGING FUNCTIONS
36 The Signal Monitor shall be capable of storing in non-volatile memory
37 a minimum of 100 events. Each event shall be marked with the time and
38 date of the event. These events shall consist of fault events, AC Line
39 events, reset events, and configuration change events. The capability to
40 assign a four digit identification number and 30 character description to
41 the unit shall be provided. The event logs shall be uploaded to a PC using
42 the serial port of the Signal Monitor and Windows 9x based software
43 provided by the manufacturer.
44 Each event log report shall contain the following information:
45 a) Monitor ID#: a four digit (0000-9999) ID number and 30 character
46 description assigned to the monitor.
47 b) Time and Date: time and date of occurrence.
48 c) Event Number: identifies the record number in the log. Event#1 is the
49 most recent event.
50 5.1 Monitor Status Report (CS)
51 The Current Status report shall contain the following information:
52 a) Fault Type: the fault type description.
53 b) Field Status: the current GYR(W) field status and field RMS voltages
54 if the monitor is not in the fault state, or the latched field status and
55 field RMS voltages and fault channel status at the time of the fault.
56 c) Cabinet Temperature: the current temperature if the monitor is not in
57 the fault state, or the latched temperature at the time of the fault.
NE Sunset Boulevard(SR 900)/Duvall Avenue 172 October 2005
NElntersection Improvements Project
w VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
w 1 d) AC Line Voltage: the current AC Line voltage and frequency if the
2 monitor is not in the fault state, or the AC Line voltage and frequency
3 at the time of the fault.
4 e) Control Input Status: the current state and RMS voltages of the Red
5 Enable input & Load Switch Flash bit input if the monitor is not in the
6 fault state, or the status latched at the time of the fault.
7 5.2 Previous Fault Log (PF)
8 The Previous Fault log shall contain the following information:
9 a) Fault Type: the fault type description.
10 b) Field Status: the latched field status with RMS voltages, fault channel
11 status, RP Detect status and Field Check status at the time of the
12 fault.
13 c) Cabinet Temperature: the latched temperature at the time of the fault.
14 d) AC Line Voltage: the AC Line voltage & frequency at the time of the
15 fault.
- 16 e) Control Input Status: the latched state of the Red Enable input at the
17 time of the fault.
18 5.3 AC Line Event Log (AC)
19 The AC Line log shall contain the following information:
20 a) Event Type: describes the type of AC Line event that occurred.
21 Power-up -AC on, monitor performed a cold start
22 Interrupt -AC Line < Brownout level
23 Restore -AC restored from AC brown-out or AC interruption (AC Off),
24 no cold start
25 b) AC Line Voltage: the AC Line voltage & frequency at the time of the
26 event.
27 5.4 Monitor Reset Log (MR)
28 The Monitor Reset log shall contain the following information:
29 a) The monitor was reset from a fault by the front panel Reset button, or
30 External Reset input, or a non-latched event clear.
31 5.5 Configuration Change Log (CF)
32 The Configuration Change log shall contain the following information:
33 a. The status of all configuration programming including the contents of
34 the Program Card, all configuration dip switches and option switches.
35 b. Any configuration programming inputs such as 24V Inhibit, Port 1
36 Disable, Type select.
37 c. Configuration CRC: A unique CRC value which is based on the
-- 38 configuration of items #a and #b above.
39 The log shall also indicate which items have been changed since the last log
40 entry.
41 5.6 Signal Sequence Log (SSQ)
42 A log shall be provided that graphically displays all field signal states
43 for up to 30 seconds prior to the current fault trigger event. The resolution
44 of the display shall be at least 50 milliseconds.
45
46 SURGE PROTECTOR (LIGHTING ARRESTER)
47 The controller shall have an input voltage surge protector that shall protect the
48 controller input from any voltage surges that could damage the controller or any of
49 its components.
50
51 FIELD WIRING TERMINAL
52 There shall be a terminal strip for field wiring in the controller cabinet. The
53 terminals 'shall be numbered in accordance with the schematic wiring diagram on
54 the plans. If a different numbering system is used for the cabinet wiring, then both
55 numbers shall label each terminal and the cabinet wiring schematic drawing shall
56 include the field wiring numbers where the terminal strip is illustrated. A common
57 bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6
58 terminals shall be provided.
59
NE Sunset Boulevard(SR 900)/Duvall Avenue 173 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 COMPUTER INTERFACE UNIT
2 Interface communication devices shall be designed as separate units or as
3 modules that plug directly into the controller case. The communication devices
4 shall be used for on-line computer control of the intersection and shall be capable
5 of transmitting all detector and signal status information and receiving and decoding
6 command information from the computer all in conformance and within the
7 capability of the multisonic master computer unit or other central system as
8 specified in the plans and specifications and the interconnect cables.
9
10 DOOR SWITCH
11 A door switch shall be provided on the signal cabinet door interfacing with the
12 signal conflict monitor. In the event that the conflict monitor has been left
13 disconnected, the signal display shall immediately flash when the signal cabinet
14 door is closed. The signal display shall remain in flash when the cabinet door is
15 reopened. The signal display shall also remain in flash if a power recovery occurs
16 with the door open and if the conflict monitor is not installed. A reset switch located
17 on the load-bay shall be provided to clear both of these flashing conditions. A
18 second door switch shall be provided to operate the cabinet light.
19
20 UNIVERSAL DETECTOR INPUT PANEL
21 A universal detector input panel shall be provided on the left sidewall of the
22 cabinet. This panel shall be usable with any NEMA TS1 Controller and shall include
23 a detector matrix to assign detector outs to any controller detector input on the A, B,
24 C or D cable.
25
26 WIRE COLOR SCHEME
27 All 120VAC circuits shall use black wire. All other circuits shall not use black
28 wires. Color traces shall be used to identify functions. Red wire is to be used for all
29 24VDC circuits, and blue for logic ground circuits.
30
31 PREEMPTION INDICATOR LIGHT
32 The preemption indicator light shall be energized when the emergency
33 vehicle preemption system is in operation. Said light shall turn on when a phase is
34 preempted and the priority green is displayed. There shall be one indicator light for
35 each of the four emergency vehicle preempt channels.
36
37 POWER REQUIREMENTS
38 The controller cabinet and all associated equipment shall be designed for use
39 on 120 volts, 60 Hz., single phase alternating current.
40
41 LOADBAY
42 The controller cabinet shall contain a loadbay panel with the following
43 minimum requirements:
44 1. The loadbay shall be wired for 8 vehicle phases, 4 pedestrian phases, 4
45 overlap phases and 16 loadswitch positions.
46 2. The loadbay shall incorporate a swing down design to facilitate ease of
47 maintenance and repair. It shall have service loops with sufficient slack to
48 allow for the load bay to swing down without any of the harnesses being
49 unsecured. Panels mounted on the sides, and shelves shall not interfere with
50 the swing down operation. The loadbay width shall not exceed 34". To obtain
51 this size, loadswitch sockets may be on 1.9375' centers.
52 3. The loadbay shall be located in the front of the rear wall of the cabinet.
53 4. Terminal blocks for terminating field wiring shall be supplied. No wires are
54 permitted on the field side of the blocks. This includes wires for flash control.
55 5. Flash programming shall be done with the use of 9 pin Molex connectors. The
56 connectors shall also provide a means to select which flasher circuit is used.
57 The pin assignments of these connectors shall comply with existing standards.
NE Sunset Boulevard(SR 900)/Duvall Avenue 174 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 6. The loadbay shall be designed with an intuitive layout to facilitate maintenance.
2 A vertical terminal block for each phase will be mounted above the
3 corresponding phase loadswitch. All controller functions for that phase will
4 terminate on that terminal block.
5 7. The loadbay shall be designed to incorporate the use of supplemental loads.
6 These loads shall be chassis mounted. The use of "sky hooks" to mount
7 components is unacceptable. Supplemental load resistors are to be provided
8 for all odd phase's red, yellow and green.
9 8. All pedestrian monitor input wires shall be terminated on banana jacks to allow
10 easy reprogramming in the future.
11 9. All load switches, flasher, and flash transfer relay sockets shall be mounted
12 with screws. Clip mounting is unacceptable.
13 10. The loadbay shall incorporate a relay to remove 24VDC from the load switches
14 during flash. Immediately below this relay there shall be mounted a NC push
15 button switch to reapply the 24VDC for trouble shooting purposes.
16 11. All wiring shall be color-coded. Wire with a black base color shall be used for
17 all 120VAC circuits; all other circuits will not use black. Red, yellow and green
18 traces shall be used to identify related functions on both black and not black
19 wires. Red shall be used for 24VDC circuits
20 12. The loadbay shall be a Cascade Signal Corporation assembly #361 or a pre-
21 approved equal.
22
23 TECHNICIAN TEST PANEL
24 The maintenance panel shall be hinged for easy interior access. The
25 maintenance panel shall have the 20 AMP GFI and have the following switches and
26 indicators:
27 Flash/Automatic
28 Stop Time - 3-position switch, On - OFF- On Flash (with Stop Time indicator
29 light, LED).
30 Controller Power - On / Off
31 Vehicle Call - Push buttons - Phase 1 through 8
32 Ped Call - Push buttons - Phase 2, 4, 6 & 8
33 Preemption -Test push buttons -A, B, C, & D
34
35 LIGHT, FAN AND THERMOSTAT ASSEMBLY
36 The fan and thermostat assemblies shall be located on the top inside of the
37 cabinet and shall be attached to the plenum. One (1) complete fan assembly shall
38 be furnished in each cabinet. The cabinet light is to be an fluorescent and operated
39 by a NC door operated switch.
40 The fan shall be rated at 100-CFM minimum and shall have ball bearings.
41 Sleeve bearings are expressly forbidden. The fan shall have screened covers.
42 The thermostat shall be 120 VAC and have a temperature rating of 70 to 120
43 degrees Fahrenheit. An RC network shall be provided across the positive and
44 negative inputs to the fan.
45
46 FLASH TRANSFER RELAY
47 Flash transfer relays shall be provided with each cabinet. Six (6) each shall
48 be supplied with the Type 'P' cabinet. A thin copper disc called a non-freeze pin
49 shall be included in the relay design to combat the residual magnetism phenomena.
50 The uses of tape, plastic or dimples are not acceptable solutions.
51
52 LOADSWITCHES
53 The load switches shall be a three-(3) function NEMA and shall have LED
54 indicator lights that show the input side of the relay. The unit shall be rated for a
55 minimum of ten (10) amps per circuit through the entire NEMA temperature range.
56
57
NE Sunset Boulevard(SR 900)/Duvall Avenue 175 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 DETECTOR CARD CAGE
2 The detector card cage shall be a completely enclosed assembly. It shall
3 have 12 positions and wired for two channel detector amps as specified in section
4 9-29.18. The last two card cage slots shall be wired for the emergency pre-emption
5 modules described in section 9-29.13(3). The detector power supply(s) shall
6 occupy the first two slots of the card cage.
7
8 UNIVERSAL PROGRAM PANEL
9 The controller cabinet shall be provided with a raised universal Program
10 Panel, with connectors attached in lieu of a "D" cable. A cable shall be provided to
11 work with the controller specified. The attached connectors and pin assignments
12 shall be consistent with existing standards. The panel shall contain 2 dual surge
13 suppressors, SRA64. These are to be wired for protection of the telemetry lines.
14 The panel shall contain ten 20 position feed through terminal blocks, and one 6
15 position terminal block. The function and layout of these terminal blocks shall be
16 consistent with existing standards. The first block shall be used to input to the
17 controllers normal 8 phase inputs on the A, B and C cables. Pull up resistors shall
18 be provided on this block to insure compatibility with both TS1 and TS2 detectors.
19 The second and third blocks shall be the detector out puts from the card cage(s).
20 The fourth block shall be the detector inputs to the "D" cable. The fifth and seventh
21 blocks shall be the green inputs into the card cages. The sixth block shall have the
22 controller greens and reds. The remaining blocks shall have miscellaneous "D"
23 functions laid out consistent with existing standards. The panel shall be a Cascade
24 Signal Corporation assembly # 564 or a pre-approved equal. The "D" cable
25 provided must work with an Eagle M-50 controller.
26
27 The table below indicates the standard field detector numbers and the
28 standard controller detector numbers.
29
30 TABLE —Traffic signal Controller Input
31 (From the Detector Field Termination Panel through the Universal Program Panel to
32 Controller
Detector Controller Detector Controller Detector Controller Detector Controller
# Input# # Input# # Input# # Input# ,.
1 1 9 9
2 2 10 10
3 3 11 11
4 4 12 12
5 5 13 13
6 6 14 14
7 7 15 15
8 8 16 16
33
34 CABINET QUALITY
35 The cabinet shall be compliant to both mechanical and function specification
36 prior to being shipped to owner.
37 1. Cabinet and hardware will comply with project specification.
38 2. Function compliance will be tested with power applied.
39 3. All cabinet and loadbay functions will pass point-to-point tests including
40 expansion requirements.
41 4. All field detector inputs must be checked from field connection point to
42 controller.
43 Cabinet issues and clarifications need to be documented and addressed prior
44 to delivery. This agency will NOT provide QA or testing service for the delivered
45 cabinet. Testing done by this agency is not in lieu of manufacturer test
46 requirements.
47
48
NE Sunset Boulevard(SR 900)/Duvall Avenue 176 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 9-29.13(7)D NEMA Controller Cabinets
2 Section 9-29.13(7)D is replaced with:
4 General
~ 5 Cabinets for traffic signals and safety lighting shall comply with Section 9-29
6 of the Standard Specifications for Road, Bridge and Municipal construction 2000,
7 except as supplemented by the requirements herein. The cabinet shall be anodized
8 aluminum and painted white inside, with a minimum thickness of 0.080 or 0.125
9 inches as indicated herein. The cabinet shall be fabricated from flat aluminum and
10 welded. The riveted type fabrication will not be permitted. All cabinets shall be
11 supplied with a standard Best CX-1 Lock, Red Construction Core. All control
12 cabinets shall include but not be limited to switches, relays, flashers, power supply,
13 component racks, terminals, wiring harnesses, lights, interior and exterior hardware
14 and/or related components, and when specified on the plans and special
15 provisions, shall include operating components, such as controller, modems, loop
16 amplifiers, load switches, preempt module, and signal monitor.
17
18 Cabinet Mounting and Installation
19 The foundation for a cabinet shall be a concrete pedestal of the same size as
20 the base of the cabinet with one foot of the foundation above the adjacent grade.
21 The pedestal shall be poured in place and shall be 12 inches below grade and 12
22 inches above grade. A sidewalk shall be provided on all sides of a cabinet and
.. 23 poured in place with the cabinet foundation. The sidewalk shall be 36 inches wide
24 on the door sides and 12 inches wide on the non-door sides (see detail sheet).
25
26
W 27 NEMA TS1 Type `P' Traffic Signal Controller Cabinets
28 GENERAL
29 The standard traffic signal controller cabinet shall be a NEMA TS1 Type 'P'.
30 The traffic signal cabinet(s) built to NEMA TS1 standards shall be supplied in
31 compliance with Section 9-29.13, Traffic Signal Cabinet of the Standard
32 Specification 2000 and modified as stated herein.
33 All new traffic signals located within a signal interconnect system shall be
34 connected to said system.
35 The following are requirements for all cabinets:
36 1. The cabinet shall be anodized aluminum, with a minimum thickness of
37 0.125 inches.
38 2. All sheet metal products incorporated within this cabinet are to be
39 aluminum, shall be a minimum thickness of 0.090 inches and are to be
40 powder coated white.
41 3. The dimensions shall be 55" High x 44" Wide x 26" Deep.
42 4. No vertical seams shall be allowed except for the attachment of the panels
43 above and below the door. The cabinet sides and back shall be fabricated
44 of one continuous piece of sheet aluminum. All interior seams shall be
45 continuously welded.
46 5. The roof shall be fabricated of one (1) continuous piece of sheet aluminum
47 and shall incorporate a plenum to which the fan will be mounted from the
48 inside of the cabinet to provide forced air ventilation. The ventilation
49 exhaust opening of the unit shall be underneath the front overhang and
50 shall have a screen. The roof section shall be continuously welded to the
51 main cabinet body.
52 6. The cabinet interior shall be painted white and the shelves shall be white.
53 The inside of the cabinet door does not need to be white.
54 7. The Cabinet shall be base mounted. The Type `P' cabinets shall have four
55 (4) mounting holes on the bottom of the unit. The mounting holes will be:
56 Center to center width: 40- 5/8"
57 Center to center in depth: 18-1/2"
NE Sunset Boulevard(SR 900)/Duvall Avenue 177 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 8. The main door of the cabinet shall include a police door. Stainless steel -.
2 hinges shall support both the main door and police door.
3 9. The main door shall be equipped with a three (3) point latching
4 mechanism, fabricated from heavy gauge steel with steel locking rods and
5 twin nylon rollers. This mechanism is to be cadmium plated. Main door
6 shall be provided with a doorstop to securely hold the door open at
7 approximately 90 degrees, 120 degrees, and 180 degrees.
8 10. Included with the main door shall be a replaceable filter, 12" x 16" x 1",
9 which shall be located behind the louvered vents and secured with a
10 aluminum cover, holding clips and spring.
11 11. Door handle shall be made of stainless steel and have a provision for
12 padlocking.
13 12. Two (2) shelves or more shall be included and shall be of sufficient depth
14 to store equipment, and be powder coated white.
15 13. A pullout shelf with an internal document storage compartment mounted
16 under the controller shelf shall be supplied. The document drawer shall
17 have a nominal storage area of approximately 17" W x 12" D x 1" H as
18 approved by the Engineer.
19 14. All mounting hardware used in the cabinet, whether it is used to secure
20 equipment or some portion of the cabinet itself, shall be stainless steel or
21 nickel plated brass.
22 15. The cabinet shall be supplied with a standard Lock, Best CX-1, Red
23 Construction Core for the main door and a standard police lock for the
24 police door. Two (2) keys for each lock shall be included.
25
26 9-29.16(2) Conventional Traffic Signal Heads
27 Section 9-29.16(2) is supplemented by adding the following:
28
29 Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on the
30 signal plans.
31
32 Each signal head shall have a 1/4 inch drain hole in its base.
33
34 Position of the signal heads shall be located as close as possible to the center of the
35 lanes.
36
37 Signal heads shall be mounted on the mast arm such that the red indicators lie in the
38 same plane and such that the bottom of the housing of a signal head shall not be less
39 than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of
40 the roadway.
41
42 9-29.16(2)A Optical Units
43 Section 9-29.16(2)A has been revised as follows:
44 (******)
45 Light Emitting Diode (LED) light sources are required for all displays.
46
47 9-29.16(2)B Signal Housing
48 The fifth paragraph of Section 9-29.16(2)B has been revised as follows:
50 Each lens shall be protected with a removable visor. The visor shall be tunnel type
51 unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall
52 be made of aluminum throughout. Visors shall be flat black in color inside and shall
53 be yellow baked enamel on the outside. Visors shall have attaching ears for
54 installation to the housing door. The signal display shall have square doors. End
55 caps shall be made from aluminum and shall be installed with fittings to provide a
56 watertight seal. A bead of silicone sealant shall be applied around the perimeter of
57 all top end cap openings prior to installation of the end cap assembly Plastic end
NE Sunset Boulevard(SR 900)/Duvall Avenue 178 October 2005
NElntersection Improvements Project
- VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
-, 1 caps shall utilize a threaded stud with seal and wing nut. End caps shall have the
2 same color as the signal housing.
3
4 9-29.16(2)C Louvered Visors
- 5 Section 9-29.16(2)C has been revised as follows:
7 Where noted in the Contract, louvered tunnel visors shall be furnished and
8 installed. Directional louvers shall be constructed to have a snug fit in the signal
9 visor. The outside cylinder shall be constructed of aluminum, and the louvers shall
10 be constructed of anodized aluminum painted flat black. Dimensions and
11 arrangement of louvers shall be as shown in the contract.
12
13 9-29.16(2)D Back Plates
14 Section 9-29.16(2)d has been deleted and replaced with:
16 Back plates shall be furnished and attached to the signal heads. Back plates shall
17 be constructed of anodized, 3-S half-hard aluminum sheet, 0.058-inch minimum
18 thickness, with 5-inch square cut border and painted black in front and yellow in
19 back.
20
21 9-29.16(2)E Painting Signal Heads
22 Section 9-29.16(2)E has been revised as follows:
24 Traffic signal heads shall be finished with two coats of factory applied traffic signal
25 federal yellow baked enamel or shall be finished with a traffic signal federal yellow
26 oven baked powder coating comprised of resins and pigments. Aluminum end caps
• 27 and the back of back plates shall be painted to match the color of the signal
28 housing. The inside of visors, front of back plates, and louvers shall be finished with
29 two coats of factory applied flat black enamel.
30
31 9-29.17 Signal Head Mounting Brackets and Fittings
32 Section 9-29.17 is replaced as follows:
33 (******)
34 Mounting hardware will provide for a rigid connection between the signal head and mast
35 arm. All mounting hardware will be of the top-mount plumbizer type as shown on the
36 standard plans, unless specified otherwise on the plans.
37
38 Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans.
39 Material requirements for signal head mounts are as follows:
40 Aluminum
41 1. Hinge fittings for Type E mount.
42 2. Arms and slotted tube fittings for Type N mount.
43 3. Plumbizer, tapered adjustment washers and flange adapter fittings for Type M
44 mount. The plumbizer shall be cast from tenzalloy AAA No. 713.
45 4. Tube clamp and female clamp assembly for Type N mount.
46 Bronze
47 1. Terminal compartments for Type A, B, C, F, H, and K mounts.
48 2. Collars for Type C, D, and F mounts.
49 3. Ell fittings for Type L and LE mounts.
50 4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts.
51 5. Balance adjuster for Type Q, R, and S mounts.
52 Galvanized Steel
53 1. Washers for Type A, B, C, D, F, H, and K mounts.
54 2. Fasteners for Type A, B, E, H, and K mounts.
55 Stainless Steel
56 1. All set screws and cotter Keys.
57 2. Bands for Type N mount.
58 3. Hinge pins for Type E mount.
NE Sunset Boulevard(SR 900)/Duvall Avenue 179 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 4. Bolts, nuts and washers for Type M mount.
2 5. Bolt, nut and washers for Type L mount.
3 6. Bolts, nuts, washers, and screw buckle swivels.
4 Steel
5 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts.
6 2. Multi-head mounting assemblies and spider assemblies for Type Q, R, and S
7 mounts.
8 3. Nipples for Type L, LE, P, Q, R, and S mounts.
9
10 All other miscellaneous hardware shall be stainless steel.
11
12 All hardware for mounts shall be painted with two coats of factory applied traffic signal
13 federal yellow baked enamel.
14
15 Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter.
16
17 Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section
18 terminal block.
19
20 All hardware for mounts shall be painted with two coats of factory applied traffic signal
21 Federal yellow baked enamel.
22
23 9-29.24 Service Cabinets
24 Section 9-29.24 is replaced by the following:
25 (******)
26 The signal/street lighting service cabinet shall be as indicated on the contract plans and
27 detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or -
28 brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge
29 used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the
30 continuous concealed piano type and no screws, rivets or bolts shall be visible outside the
31 enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall
32 have ventilation louvers on the lower and upper sides complete with screens, filters and
33 have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene
34 gasket.
35
36 9-29.24(1) Painting
37 Section 9-29.24(1) is replaced with the following:
38 (******)
39 The finish coat shall be a factory baked on enamel light grey in color. The galvanized
40 surface shall be etched before the baked on enamel is applied. The interior shall be
41 given a finish coat of exterior grade of white metal enamel.
42
43 Painting shall be done in conformance with the provisions of Section 8-20.3(12).
44
45 9-29.24(2) Electrical Circuit Breakers and Contactors
46 Section 9-29.24(2) is deleted and replaced with the following:
48 The electrical circuit breakers and contactors shall be as indicated on the contract plans
49 and detail sheets. The following equipment shali be featured within the cabinet.
50 1. Main circuit breaker
51 2. Branch circuit breakers
52 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type
53 4. Light control test switch (120 volt-15 Amp)
54 5. Contactor relay for each circuit
55 6. Double pole branch breaker(s) for lighting circuits (240 volt)
56 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs)
57 8. Type 3-single phase 120/240 volt grounded neutral service
58 9. One 120 volt 40 Amp single pole branch breaker (signal service)
NE Sunset Boulevard(SR 900)/Duvall Avenue 180 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 10. Complete provisions for 16 breaker poles
2 11. Name plates phenolic black with white engraving except the main breaker
3 which shall be red with white lettering. All name plates shall be attached by
4 S.S. screws.
- 5 12. Meter base sections are unnecessary
6
7 9-29.25 Amplifier, Transformer, and Terminal Cabinets
8 Section 9-29.25 is replaced with:
9 (******)
10 The pole mounted terminal box shall be made of molded fiberglass, be grey in color, be
11 approximately 16" high x 13-7/8" wide x 5-7/8" deep and have a minimum of 16 terminals on
12 the terminal blocks. The box shall be weather tight, have a single door with continuous
13 hinge on one side and screw hold downs on the door locking side. All hardware will be
14 stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the
15 unit price of terminal box.
16
17 Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by
18 a marker strip. The marker strip shall be permanently marked with the circuit number
19 indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of
20 accepting no less than 3 #12 AWG wires fitted with spade tips.
21
22 Cabinet doors shall be gasketed with a one-piece closed cell neoprene gasket and shall
23 have a stainless steel piano hinge.
24
25 One spare 12 position terminal block shall be installed in each terminal cabinet and amplifier
26 cabinet.
27
28 Mounting shall be as noted in the contract.
29
30 Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13"
31 wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock.
32
33 9-30 WATER DISTRIBUTION MATERIALS
34 9-30.1(1) Ductile Iron Pipe (RC)
35 Section 9-30.1(1) is revised as follows:
37 1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA
38 C151. Ductile iron pipe shall have a cement-mortar lining meeting the
39 requirements of AWWA C104. . All other ductile iron pipe shall be Standard
40 Thickness Class 52 or the thickness class as shown in the Plans.
41
42 9-30.3(1) Gate Valves (3inches to 12 inches)
43 Section 9-30.3(1) is replaced with:
44 (******)
45 Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate
46 valves shall be Iowa List 14, Mueller Company No. A2380, Kennedy, or M&H.
47
48 Approval of valves other than models specified shall be obtained prior to bid opening.
49
50 All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve
51 box and extensions, as required. All 12" diameter and larger gate valves shall be
52 installed in a vault. See Water Standard Detail for 12" gate valve assembly vault and 1"
53 bypass installation.
54
- 55 Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted,
56 double disc with bronze wedging device and O-ring stuffing box.
57
NE Sunset Boulevard(SR 900)/Duvall Avenue 181 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 Resilient Seated Gate Valves:
2 Resilient seated gate valves shall be manufactured to meet or exceed the requirements
3 of AWWA Standard C509 latest revisions.
4
5 All external and internal ferrous metal surfaces of the gate valve shall be coated for
6 corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory
7 applied to all valve parts prior to valve assembly and shall meet or exceed the
8 requirements of AWWA Standard C-550 latest revision. Valves shall be provided with
9 two (2) internal O-ring stems seals. The valves shall be equipped with one (1) anti-
10 friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-
11 directional flow. The stem shall be independent of the stem nut or Integrally cast.
12
13 Manufacturers of Resilient Seated gate Valves shall provide the City on request that the
14 valve materials meet the City specifications.
15
16 Valves shall be designed for a minimum water operating pressure of 200 psi.
17
18 End connections shall be mechanical joints, flanged joints or mechanical by flanged
19 joints as shown on the project plans.
20
21 Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067,
22 Mueller Series 2370, Kennedy.
23
24 Approval of valves other than model specified shall be obtained prior to bid opening. All
25 gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve
26 box and extensions, as required.
27
28 All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass
29 assembly and shall be installed in a concrete vault per City of Renton Standard Details,
30 latest revision.
31
32 9-30.3(3) Butterfly Valves
33 Section 9-30.3(3) is supplemented by adding the following:
34 ( *****)
35 Butterfly valves shall be Dresser 450 or Pratt Groundhog.
36
37 9-30.3(5) Valve Marker Posts
38 Section 9-30.3(5) has been deleted and replaced with the following:
40 The valve markers shall be fabricated and installed in conformance with the Standard
41 Drawings.
42
43 Valve markers shall be carsonite composite utility marker .375"x 6-0" or approved equal
44 with blue label "water."
45
46 9-30.3(7) Combination Air Release/Air Vacuum Valves
47 Section 9-30.3(7) has been supplemented as follows:
48 (******)
49 Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy-Duty,"
50 combination air release valve, or equal.
51
52 Installation shall be per the City of Renton Standard Detail, latest revision.
53
54 Piping and fitting shall be copper or brass. Location of the air release valve as show on
55 the plans is approximate. The installation shall be set at the high point of the line.
56
57 9-30.3(8) Tapping Sleeve and Valve Assembly
58 Section 9-30.3(8) is revised as follows:
NE Sunset Boulevard(SR 900)/Duvall Avenue 182 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
2 Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved
3 material.
4
5 Section 9-30.3(9) is a new section:
7 9-30.3(9) Blow-Off Assembly
8 Permanent blow-off assembly shall be #78 Kupferle Foundry Co. or approved equal.
9 Installation of blow-off permanent blow-off assembly shall be per City of Renton Water
10 Standard Detail, latest revision. Pipe and fittings shall be galvanized. Blow-off
11 assembly shall be installed at location(s) shown on the plans. Temporary blow-off
12 assembly on new dead-end water main shall be installed at location shown on the
13 plans.
14
15 Temporary blow-off assemblies for testing and flushing of the new water mains will not
16 be included under this item and shall be considered incidental to the contract and no
17 additional payment shall be made.
18
19 9-30.5 Hydrants
20 Section 9-30.5 is supplemented by adding the following:
22 Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal
23 conforming to AWWA C-502-85. Approval must be obtained prior to bid opening.
24
25 Compression type fire hydrants (opening against pressure) shall be Clow Medallion,
26 M&H 929, Mueller Super Centurion 200, conforming to AWWA C-502-85.
27
28 9-30.5(1) End Connections (RC)
29 Section 9-30.5(1) is supplemented by adding the following:
31 Hydrants shall be constructed with mechanical joint connection unless otherwise
32 specified in bid proposal description.
33
w. 34 9-30.5(2) Hydrant Dimensions
35 Section 9-30.5(2) is replaced with the following:
37 Fire hydrants shall be Corey type (opening with the pressure) or compression type
38 (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical
39 joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose
40 nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper
41 nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside
42 diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4"
43 pentagon operating nut opened by turning counter clockwise (left).
44
45 The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating
46 nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted
47 with suitable neoprene gaskets for positive water tightness under test pressures.
48
49 The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz.
50 Stortz adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat
51 anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees
52 apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic
53 molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated
54 stainless steel aircraft cable.
55
56 Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants,
57 latest revisions.
58
NE Sunset Boulevard(SR 900)/Duvall Avenue 183 October 2005
NElntersection Improvements Project
VI. CONTRACT SPECIFICATIONS — CITY OF RENTON
1 9-30.6(3)6 Polyethylene Pipe
2 Section 9-30.6(3)6 has been modified as follows:
4 Polyethylene pipe shall not be used.
5
6 9-30.6(4) Service Fittings
7 Section 9-30.6(4) has been revised as follows:
9 Fittings used for copper tubing shall be compression type with gripper ring.
10
11 9-30.6(5) Meter Setters
12 Section 9-30.6(5) has been supplemented as follows:
14 Meter setters shall be installed per the City of Renton Standard Details for water meters,
15 latest revision.
16
17
18 END OF SPECIFICATIONS
NE Sunset Boulevard(SR 900)/Duvall Avenue 184 October 2005
NElntersection Improvements Project
City of Renton
NE Sunset Boulevard (SR 900)/Duvall Avenue NE
Intersection Improvements Project
Amendments to the Standard Specifications
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 AMENDMENTS TO THE STANDARD SPECIFICATIONS
2
3 The following Amendments to the Standard Specifications are made a part of this contract
4 and supersede any conflicting provisions of the Standard Specifications. For informational
5 purposes, the date following each Amendment title indicates the implementation date of the
6 Amendment or the latest date of revision.
7
8 Each Amendment contains all current revisions to the applicable section of the Standard
9 Specifications and may include references which do not apply to this particular project.
10
11 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
12 August 1, 2005
13 1-07.1 Laws to be Observed
14 The first, second, and fourth paragraphs are revised to read:
15
16 The Contractor shall always comply with all Federal, State, tribal or local laws,
17 ordinances, and regulations that affect work under the contract. The Contractor shall
18 indemnify, defend, and save harmless the State (including the Governor, Commission,
19 Secretary, and any agents, officers, and employees) against any claims that may arise
20 because the Contractor (or any employee of the Contractor or subcontractor or material
21 person) violated a legal requirement.
22
23 The Contractor shall be responsible for the safety of all workers and shall comply with
24 all appropriate state safety and health standards, codes, rules, and regulations,
25 including, but not limited to, those promulgated under the Washington Industry Safety
26 and Health Act RCW Chapter 49.17 (WISHA) and as set forth in Title 296 WAC
27 (Department of Labor and Industries). The Contractor shall likewise be obligated to
28 comply with all federal safety and health standards, codes, rules, and regulations that
29 may be applicable to the contract work.
30
31 Without usurping the authority of other agencies, the Contracting Agency will cooperate
32 with them in their efforts to enforce legal requirements. Upon awareness of a violation
33 of a legal requirement, the Engineer will notify the Contractor in an effort to achieve
34 compliance. The Engineer may also notify the agency responsible for enforcement if
35 the Engineer deems that action is necessary to achieve compliance with legal
36 requirements. The Engineer will also assist the enforcement agency to obtain
37 Contractor compliance to the extent such assistance is consistent with the provisions of
38 the contract.
39
40 1-07.5 Fish and Wildlife and Ecology Regulations
41 The section title is revised to read:
42
43 1-07.5 Environmental Regulations
44
45 1-07.5(1) General
46 This section is revised to read:
47
48 Throughout the work, the Contractor shall comply with all current rules of the resource
49 agencies having jurisdiction over the affected areas. Some, though not all, of these
50 rules are summarized below. Any of these agencies may, without prejudice to the
51 Contracting Agency, add rules as needed to protect game, fish, or the environment.
52
53 The following restrictions apply to all work:
54
55 No work shall occur within the jurisdictional areas unless authorized in the contract
56 provisions and associated environmental permits.
September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 No materials shall be placed below the ordinary high water line except as may be
3 specified in the contract. >�
4
5 No equipment shall enter waters of the State, except as may be specified in the
6 contract.
7
8 1-07.5(2) State Department of Fish and Wildlife
9 Item 7 is deleted.
10
11 1-07.5(3) State Department of Ecology
12 This section is revised to read:
13
14 In doing the work, the Contractor shall:
15
16 1. Get a waste discharge permit from the Ecology Department before:
17
18 a. Washing aggregate; or
19 b. Discharging water from pit sites or excavations into a ground or
20 surface waterway when the water contains turbidity, silt, or foreign
21 materials.
22
23 2. Give the Project Engineer a copy of each waste discharge permit before the
24 work begins.
25
26 3. Control drainage and erosion in a manner that reduces waterway pollution.
27
28 4. Perform work in such a manner that all materials and substances not
29 specifically identified in the contract documents to be placed in the water do
30 not enter waters of the State, including wetlands.
31
32 5. Use equipment that is free of external petroleum-based products.
33
34 6. Remove accumulations of soil and debris from drive mechanisms (wheels,
35 tracks, tires) and undercarriage of equipment prior to using equipment below
36 the ordinary high water line.
37
38 7. Clean loose dirt and debris from all materials placed below the ordinary high
39 water line. No materials shall be placed below the ordinary high water line
40 without the Engineer's approval.
41
42 8. Notify the Engineer and Ecology Department immediately should oil,
43 chemicals, or sewage spill into waters of the State.
44
45 1-07.7(2) Load Limit Restrictions
46 Item 1 is supplemented with the following:
47
48 If the Contractor desires to utilize work methods resulting in load that exceed any of the
49 restrictions described above, the Contractor shall submit calculations and other
50 supporting information (as specified in Section 6-01.6 for bridges under construction) to
51 the Engineer for approval in accordance with Sections 6-01.6 and 6-01.9. The Engineer
52 will review the calculations and supporting information to determine if the loading meets
53 the criteria specified in Section 6-01.6. The Contractor shall not place or operate
54 construction vehicles or equipment on or over the structure until receiving the
55 Engineer's approval of the submittal.
56
2 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 1-07.11(10)B Required Records and Retention
2 The third and fourth paragraphs are revised to read:
3
4 Monthly Employment Utilization Reports
5 WSDOT Form #820-010 or substitute form as approved by the Contracting Agency.
6 This form is required for all federally assisted projects if the contract is equal to or
7 greater then $10,000 and for every associated subcontract equal to or greater than
8 $10,000. These monthly reports are to be maintained in the respective Contractor or
9 subcontractor's records.
10
11 In addition, for contracts with a value of $100,000 or more, the Contractor shall submit
12 copies of the completed WSDOT form 820-010 or approved substitute to the
13 Contracting Agency by the fifth of each month throughout the term of the contract. The
14 Contractor shall also collect and submit these forms monthly from every subcontractor
15 who holds a subcontract with a value of$100,000 or more.
16
17 Failure to submit the required reports by their due dates may result in the withholding of
18 progress estimate payments.
19
20 1-07.13(4) Repair of Damage
21 This section is revised to read:
22
23 The Contractor shall promptly repair all damage to either temporary or permanent work
24 as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1),
25 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4 using
26 the estimated bid item "Reimbursement for Third Party Damage".
27
28 In the event the Contracting Agency pays for damage to the Contractor's work or for
29 damage to the Contractor's equipment caused by third parties, any claim the Contractor
30 had or may have had against the third party shall be deemed assigned to the
31 Contracting Agency, to the extent of the Contracting Agency's payment for such
32 damage.
33
34 Payment will be limited to repair of damaged work only. No payment will be made for
35 delay or disruption of work.
36
37 For the purpose of providing a common proposal for all bidders, the Contracting Agency
38 has entered an amount for "Reimbursement For Third Party Damage" in the proposal to
39 become a part of the total bid by the Contractor.
40
41 1-07.14 Responsibility for Damage
42 The first paragraph is revised to read:
43
44 The State, Governor, Commission, Secretary, and all officers and employees of the
45 State, including but not limited to those of the Department, will not be responsible in any
46 manner: for any loss or damage that may happen to the work or any part; for any loss of
47 material or damage to any of the materials or other things used or employed in the
48 performance of work; for injury to or death of any persons, either workers or the public;
49 or for damage to the public for any cause which might have been prevented by the
50 Contractor, or the workers, or anyone employed by the Contractor.
51
52 The first sentence of the third paragraph is revised to read:
53
54 Subject to the limitations in this section, the Contractor shall indemnify, defend, and
55 save harmless the State, Governor, Commission, Secretary, and all officers and
56 employees of the State from all claims, suits, or actions brought for injuries to, or death
57 of, any persons or damages resulting from construction of the work or in consequence
3 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 of any negligence regarding the work, the use of any improper materials in the work,
2 caused in whole or in part by any act or omission by the Contractor or the agents or
3 employees of the Contractor during performance or at any time before final acceptance.
4 In addition to any remedy authorized by law, the State may retain so much of the money
5 due the Contractor as deemed necessary by the Engineer to ensure indemnification
6 until disposition has been made of such suits or claims.
7
8 This section is supplemented with the following:
9
10 The Contracting Agency will forward to the Contractor all claims filed against the State
11 according to RCW 4.92.100 that are deemed to have arisen in relation to the
12 Contractor's work or activities under this contract, and, in the opinion of the Contracting
13 Agency, are subject to the defense, indemnity, and insurance provisions of these
14 Standard Specifications. Claims will be deemed tendered to the Contractor and insurer,
15 who has named the State as a named insured or an additional insured under the
16 contract's insurance provisions, once the claim has been forwarded via certified mail to
17 the Contractor. The Contractor shall be responsible to provide a copy of the claim to the
18 Contractor's designated insurance agent who has obtained/met the contract's insurance
19 provision requirements.
20
21 Within 60 calendar days following the date a claim is sent by the Contracting Agency to
22 the Contractor, the Contractor shall notify the Claimant and WSDOT (Risk Management
23 Office, PO Box 47418, Olympia, WA 98504-7418) of the following:
24
25 a. whether the claim is allowed or is denied in whole or in part, and, if so, the
26 specific reasons for the denial of the individual claim, and if not denied in full,
27 when payment has been or will be made to the claimant(s) for the portion of
28 the claim that is allowed, or
29
30 b. if resolution negotiations are continuing. In this event, status updates will be
31 reported no longer than every 60 calendar days until the claim is resolved or a
32 lawsuit is filed.
33
34 If the Contractor fails to provide the above notification within 60 calendar days, then the
35 Contractor shall yield to the Contracting Agency sole and exclusive discretion to allow
36 all or part of the claim on behalf of the Contractor, and the Contractor shall be deemed
37 to have WAIVED any and all defenses, objections, or other avoidances to the
38 Contracting Agency's allowance of the claim, or the amount allowed by the
39 Contracting Agency, under common law, constitution, statute, or the contract and
40 these Standard Specifications. If all or part of a claim is allowed, the Contracting
41 Agency will notify the Contractor via certified mail that it has allowed all or part of the
42 claim and make appropriate payments to the claimant(s) with State funds.
43
44 Payments of State funds by the Contracting Agency to claimant(s) under this section will
45 be made on behalf of the Contractor and at the expense of the Contractor, and the
46 Contractor shall be unconditionally obligated to reimburse the Contracting Agency for
47 the "total reimbursement amount", which is the sum of the amount paid to the
48 claimant(s), plus all costs incurred by the Contracting Agency in evaluating the ,
49 circumstances surrounding the claim, the allowance of the claim, the amount due to the
50 claimant, and all other direct costs for the Contracting Agency's administration and
51 payment of the claim on the Contractor's behalf. The Contracting Agency will be
52 authorized to withhold the total reimbursement amount from amounts due the
53 Contractor, or, if no further payments are to be made to the Contractor under the
54 contract, the Contractor shall directly reimburse the Contracting Agency for the amounts
55 paid within 30 days of the date notice that the claim was allowed was sent to the
56 Contractor. In the event reimbursement from the Contractor is not received by the
57 Contracting Agency within 30 days, interest shall accrue on the total reimbursement
4 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 amount owing at the rate of 12 per cent per annum calculated at a daily rate from the
2 date the contractor was notified that the claim was allowed. The Contracting Agency's
3 costs to enforce recovery of these amounts are additive to the amounts owing.
4
5 1-07.15(1) Spill Prevention, Control and Countermeasures Plan
6 This section is revised to read:
7
8 The Contractor shall prepare a project specific spill prevention, control and
9 countermeasures (SPCC) plan to be used for the duration of the project. The plan shall
10 be submitted to the Engineer prior to the commencement of any on site construction
11 activities. The Contractor shall maintain a copy of the plan at the work site, including
12 any necessary updates as the work progresses. If hazardous materials are
13 encountered during construction, the Contractor shall do everything possible to control
14 and contain the material until appropriate measures can be taken. Hazardous material,
15 as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous
16 Substances". Occupational safety and health requirements that may pertain to SPCC
17 planning are contained in but not limited to WAC 296-824 and WAC 296-843.
18
19 The SPCC plan shall address the following project-specific information:
20
21 1. SPCC Plan Elements
22
23 A. Site Information
24 Identify general site information useful in construction planning,
25 recognizing potential sources of spills, and identifying personnel
26 responsible for managing and implementing the plan.
27
28 B. Project Site Description
29 Identify staging, storage, maintenance, and refueling areas and their
30 relationship to drainage pathways, waterways, and other sensitive
31 areas. Specifically address:
32
33 the Contractor's equipment maintenance, refueling, and
34 cleaning activities.
35 the Contractor's on site storage areas for hazardous
36 materials.
37
38 C. Spill Prevention and Containment
39 For each of the locations identified in B, above, specifically address:
40
41 1. Spill prevention and containment measures to be used at
42 each location.
43 2. The method of collecting and treating, or disposing of runoff
44 from each location.
45 3. The method of diverting project runoff from each location.
46
47 D. Spill Response
48 Outline spill response procedures including assessment of the
49 hazard, securing spill response and personal protective equipment,
50 containing and eliminating the spill source, and mitigation, removal
51 and disposal of the material.
52
53 E. Standby, On-Site, Material and Equipment
54 The plan shall identify the equipment and materials the Contractor will
55 maintain on site to carry out the preventive and responsive measures
56 for the items listed.
57
5 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 F. Reporting
2 The plan shall list all federal, state and local agency telephone
3 numbers the Contractor must notify in the event of a spill.
4
5 G. Program Management
6 Identify site security measures, inspection procedures and personnel
7 training procedures as they relate to spill prevention, containment,
8 response, management and cleanup.
9
10 H. Preexisting Contamination
11 If preexisting contamination in the project area is described elsewhere
12 in the plans or specifications, the SPCC plan shall indicate measures
13 the Contractor will take to conduct work without allowing release or
14 further spreading of the materials_
15
16 I. Work Below the Ordinary High Water Line
17 Identify equipment that will be used below the ordinary high water
18 line. Outline daily inspection and cleanup procedures that ensure
19 equipment is free of all external petroleum-based products. Identify
20 refueling procedures for equipment that cannot be moved from below
21 the ordinary high water line.
22
23 2. Attachments
24
25 A. Site plan showing the locations identified in (1. B. and 1. C.) noted
26 previously.
27
28 B. Spill and Incident Report Forms, if any, that the Contractor will be
29 using.
30 Implementation Requirements
31 The Contractor shall implement prevention and containment measures identified in the
32 SPCC plan prior to performing any of the following:
33
34 Placing materials or equipment in staging or storage areas
35 Equipment refueling
36 Equipment washing
37 Stockpiling contaminated materials
38
39 Payment
40 The lump sum contract price for the "SPCC Plan" shall be full pay for:
41
42 1. All costs associated with creating the SPCC plan.
43
44 2. All costs associated with providing and maintaining on site standby materials
45 and equipment described in the SPCC plan.
46
47 3. All costs associated with implementing the prevention and containment
48 measures identified in the approved SPCC plan.
49
50 As to other costs associated with spills the contractor may request payment as provided
51 for in the Contract. No payment shall be made if the spill was caused by or resulted
52 from the Contractor's operations, negligence or omissions.
53
54 1-07.16(1) Private/Public Property
55 This section is revised to read:
56
6 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 The Contractor shall not use Contracting Agency owned or controlled property other
2 than that directly affected by the contract work without the approval of the Engineer. If
3 the Engineer grants such approval, the Contractor shall then vacate the area when
4 ordered to do so by the Engineer. Approval to temporarily use the property shall not
5 create any entitlement to further use or to compensation for any conditions or
6 requirements imposed.
7
8 The Contractor shall protect private or public property on or in the vicinity of the work
9 site. The Contractor shall ensure that it is not removed, damaged, destroyed, or
10 prevented from being used unless the contract so specifies.
11
12 Property includes land, utilities, trees, landscaping, improvements legally on the right-of-
13 way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines,
14 signs, and other property of all description whether shown on the plans or not.
15
16 If the Engineer orders, or if otherwise necessary, the Contractor shall install protection,
17 acceptable to the Engineer, for property such as that listed in the previous paragraph.
18 The Contractor is responsible for locating and protecting all property that is subject to
19 damage by the construction operation.
20
21 If the Contractor (or agents/employees of the Contractor) damage, destroy, or interfere
22 with the use of such property, the Contractor shall restore it to original condition. The
23 Contractor shall also halt any interference with the property's use. If the Contractor
24 refuses or does not respond immediately, the Engineer may have such property
25 restored by other means and subtract the cost from money that will be or is due the
26 Contractor.
27
28 The Contractor may access the worksite from adjacent properties. The Contractor shall
29 not use or allow others to use this access to merge with public traffic. During non-
30 working hours, the Contractor shall provide a physical barrier that is either locked or
31 physically unable to be moved without equipment. The access shall not go through any
32 existing structures. The access may go through fencing. The Contractor shall control or
33 prevent animals from entering the worksite to the same degree that they were controlled
34 before the fence was removed. The Contractor shall prevent persons not involved in
35 the contract work from entering the worksite through the access or through trails and
36 pathways intersected by the access. If the contract documents require that existing
37 trails or pathways be maintained during construction, the Contractor will insure the safe
38 passage of trail or pathway users. The Contractor shall effectively control airborne
39 particulates that are generated by use of the access. The location and use of the
40 access shall not adversely affect wetlands or sensitive areas in any manner. The
41 Contractor shall be responsible for obtaining all haul road agreements, permits and/or
42 easements associated with the access. The Contractor shall replace any fence, repair
43 any damage and restore the site to its original state when the access is no longer
44 needed. The Contractor shall bear all costs associated with this worksite access.
45
46 1-07.16(2) Vegetation Protection and Restoration
47 The new paragraph below is inserted to follow the third paragraph:
48
49 Any pruning activity required to complete the work as specified shall be performed by
50 persons qualified as a Certified Arborist at the direction of the Engineer.
51
52 In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide for
53 Plant Appraisal, Current Edition".
54
55 1-07.16(3) Fences, Mailboxes, Incidentals
56 The first sentence in the first paragraph is revised to read.
57
7 September 2005
VI. CONTRACT SPECIFICAT IONS AMENDMENTS
1 The Contractor shall maintain any temporary fencing to prevent pedestrians from
2 entering the worksite and to preserve livestock, crops, or property when working through
3 or adjacent to private property.
4
5 (December 6, 2004) 1
6 Archaeological And Historical Objects
7 Section 1-07.16(4) is supplemented with the following:
8
9 The project area potentially contains archaeological or historical objects that may have
10 significance from a historical or scientific standpoint. To protect these objects from damage
11 or destruction, the Contracting Agency, at its discretion and expense, may monitor the
12 Contractor's operations, conduct various site testing and perform recovery and removal of
13 such objects when necessary.
14
15 The Contractor may be required to conduct its operations in a manner that will accommodate
16 such activities, including the reserving of portions of the work area for site testing,
17 exploratory operations and recovery and removal of such objects as directed by the
18 Engineer. If such activities are performed by consultants retained by the Contracting Agency,
19 the Contractor shall provide them adequate access to the project site.
20
21 Added work necessary to uncover, fence, dewater, or otherwise protect or assist in such
22 testing, exploratory operations and salvaging of the objects as ordered by the Engineer shall
23 be paid by force account as provided in Section 1-09.6. If the discovery and salvaging
24 activities require the Engineer to suspend the Contractor's work, any adjustment in time will
25 be determined by the Engineer pursuant to Section 1-08.8. 23
26
27 To provide a common basis for all bidders, the Contracting Agency has entered an amount
28 for the item "Archaeological and Historical Salvage" in the Proposal to become a part of the
29 total bid by the Contractor.
30
31 1-07.18 Public Liability and Property Damage Insurance
32 This section is revised to read:
33
34 The Contractor shall obtain and keep in force the following policies of insurance. The
35 policies shall be with companies or through sources approved by the State Insurance
36 Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the
37 policies shall be kept in force from the execution date of the contract until the date of
38 acceptance by the Secretary (Section 1-05.12).
39
40 1. Owners and Contractors Protective Insurance providing bodily injury and property
41 damage liability coverage with limits of $3,000,000 per occurrence and in the
42 aggregate for each policy period, written on Insurance Services Office (ISO) form
43 CG0009 together with Washington State Department of Transportation Amendatory
44 Endorsement No. CG 29 08, specifying the State of Washington as a named
45 insured.
46
47 The Contractor may choose to terminate this insurance after the date of Substantial
48 Completion as determined by the Engineer or, should Substantial Completion not
49 be achieved, after the date of Physical Completion as determined by the Engineer.
50 In the event the Contractor elects to terminate this coverage, prior to acceptance of
51 the contract, the Contractor shall first obtain an endorsement to the Commercial
52 General Liability Insurance described below that establishes the Contracting
53 Agency on that policy as an additional insured.
i
8 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 2. Commercial General Liability Insurance written under ISO Form CG0001 or its
3 equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate
4 for each policy period. This protection may be a CGL policy or any combination of
5 primary, umbrella or excess liability coverage affording total liability limits of not less
6 than $3,000,000. Products and completed operations coverage shall be provided
7 for a period of one year following final acceptance of the work.
8
9 3. Commercial Automobile Liability Insurance providing bodily injury and property
10 damage liability coverage for all owned and nonowned vehicles assigned to or used
11 in the performance of the work with a combined single limit of not less than
12 $1,000,000 each occurrence with the State named as an additional insured in
13 connection with the Contractor's Performance of the contract.
14
15 The Owners and Contractors Protective Insurance policy shall not be subject to a
16 deductible or contain provisions for a deductible. The Commercial General Liability
17 policy and the Commercial Automobile Liability Insurance policy may, at the discretion of
18 the Contractor, contain such provisions. If a deductible applies to any claim under these
19 policies, then payment of that deductible will be the responsibility of the Contractor,
20 notwithstanding any claim of liability against the Contracting Agency. However in no
21 event shall any provision for a deductible provide for a deductible in excess of
22 $50,000.00.
23
24 Prior to contract execution, the Contractor shall file with the Department of
25 Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420,
26 ACORD Form Certificates of Insurance evidencing the minimum insurance coverages
27 required under these specifications.
28
29 All insurance policies and Certificates of Insurance shall include a requirement providing
,., 30 for a minimum of 45 days prior written notice to the Contracting Agency of any
31 cancellation or reduction of coverage. All insurance coverage required by this section
32 shall be written and provided by "occurrence-based" policy forms rather than by "claims
33 made" forms.
34
35 Failure on the part of the Contractor to maintain the insurance as required shall
36 constitute a material breach of contract upon which the Contracting Agency may, after
37 giving five working days notice to the Contractor to correct the breach, immediately
38 terminate the contract or, at its discretion, procure or renew such insurance and pay any
39 and all premiums in connection therewith, with any sums so expended to be repaid to
40 the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
41 offset against funds due the Contractor from the Contracting Agency.
42
43 All costs for insurance, including any payments of deductible amounts, shall be
44 considered incidental to and included in the unit contract prices and no additional
45 payment will be made.
46
47 1-07.20 Patented Devices, Materials, and Processes
48 This section is revised to read:
49
50 The Contractor shall assume all costs arising from the use of patented devices,
51 materials, or processes used on or incorporated in the work, and agrees to indemnify,
52 defend, and save harmless the State, Governor, Commission, Secretary, and their duly
53 authorized agents and employees from all actions of any nature for, or on account of the
54 use of any patented devices, materials, or processes.
55
56 1_07.23(1) Construction Under Traffic
57 The first paragraph is supplemented with the following:
9 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 1
2 The Contractor shall enter interstate highways only through legal movements from
3 existing roads, streets, and through other access points specifically allowed by the
4 contract documents.
5
6 The fourth sentence in the second paragraph is revised to read:
7
8 Deficiencies not caused by the Contractor's operations shall be repaired by the
9 Contractor, when ordered by the Engineer, at the Contracting Agency's expense.
10
11 In the sixth paragraph, 3. "C", the first sentence is revised to read:
12
13 Temporary concrete barrier or other approved barrier installed on the traffic side of the
14 drop-off with 2 feet between the drop-off and the back of the barrier and a new edge of
15 pavement stripe a minimum of 2 feet from the face of the barrier.
16
17 1-07.26 Personal Liability of Public Officers
18 This section is revised to read:
19
20 Neither the Governor, the Commission, the Secretary, the Engineer, nor any other
21 officer or employee of the State shall be personally liable for any acts or failure to act in
22 connection with the contract, it being understood that in such matters, they are acting
23 solely as agents of the State.
24
25 SECTION 1-09, MEASUREMENT AND PAYMENT
26 August 1, 2005
27 1-09.1 Measurement of Quantities
28 The third paragraph is supplemented with the following:
29
30 Hour - measured for each hour that work is actually performed. Portions of an hour will
31 be rounded up to a half hour.
,I 32
33 1-09.6 Force Account
34 On page 1-91, under "For Labor", the fourth and fifth sentences in the second paragraph
35 are deleted.
36
37 1-09.7 Mobilization
38 Under the second paragraph, item 3 is revised to read:
39
40 When the substantial completion date has been established for the project, payment of
41 any amount bid for mobilization in excess of 10 percent of the total original contract
42 amount will be paid.
43
44 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
45 August 1, 2005
46 Section 1-10 is revised in its entirety to read:
47
48 1-10.1 General
49 The Contractor, utilizing contractor labor and contractor-provided equipment and
50 materials (except when such labor, equipment or materials are to be provided by the
51 Contracting Agency as specifically identified herein), shall plan, manage, supervise and
52 perform all temporary traffic control activities needed to support the work of the contract.
53
10 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 1-10.1(1) Materials
2 Materials shall meet the requirements of the following sections:
3
4 Stop/Slow Paddles 9-35.1
5 Construction Signs 9-35.2
6 Wood Sign Posts 9-35.3
7 Sequential Arrow Signs 9-35.4
8 Portable Changeable Message Signs 9-35.5
9 Barricades 9-35.6
10 Traffic Safety Drums 9-35.7
11 Barrier Drums 9-35.8
12 Traffic Cones 9-35.9
13 Tubular Markers 9-35.10
14 Warning Lights and Flashers 9-35.11
15 Truck-Mounted Attenuator 9-35.12
16
17 1-10.1(2) Description
18 The Contractor shall provide flaggers, spotters and all other personnel required for labor
19 for traffic control activities and not otherwise specified as being furnished by the
20 Contracting Agency.
21
22 The Contractor shall perform all procedures necessary to support the contract work.
23
24 The Contractor shall provide signs and other traffic control devices not otherwise
25 specified as being furnished by the Contracting Agency. The Contractor shall erect and
26 maintain all construction signs, warning signs, detour signs, and other traffic control
27 devices necessary to warn and protect the public at all times from injury or damage as a
28 result of the Contractor's operations which may occur on or adjacent to highways,
29 roads, or streets. No work shall be done on or adjacent to the roadway until all
30 necessary signs and traffic control devices are in place.
31
32 The traffic control resources and activities described shall be used for the safety of the
33 public, of the Contractor's employees, and of the Contracting Agency's personnel and to
34 facilitate the movement of the traveling public. Traffic control resources and activities
35 may be used for the separation or merging of public and construction traffic when such
36 use is in accordance with a specific approved traffic control plan.
37
38 Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and
39 remove signs; or provide, erect, maintain, and remove other traffic control devices when
40 ordered to do so by the Engineer, the Contracting Agency may, without further notice to
41 the Contractor or the Surety, perform any of the above and deduct all of the costs from
42 the Contractor's payments.
43
44 The Contractor shall be responsible for providing adequate labor, sufficient signs, and
45 other traffic control devices, and for performing traffic control procedures needed for the
46 protection of the work and the public at all times regardless of whether or not the labor,
47 devices or procedures have been ordered by the Engineer, furnished by the Contracting
48 Agency, or paid for by the Contracting Agency.
49
50 Wherever possible when performing contract work, the Contractor's equipment shall
51 follow normal and legal traffic movements. The Contractor's ingress and egress of the
52 work area shall be accomplished with as little disruption to traffic as possible. Traffic
53 control devices shall be removed by picking up the devices in a reverse sequence to
54 that used for installation. This may require moving backwards through the workzone.
55 When located behind barrier or at other locations shown on approved traffic control
56 plans, equipment may operate in a direction opposite to adjacent traffic.
57
,� September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 The Contractor is advised that the Contracting A
ac g enc g y may have entered into operating
2 agreements with one or more law enforcement organizations for cooperative activities.
3 Under such agreements, at the sole discretion of the Contracting Agency, law
4 enforcement personnel may enter the workzone for enforcement purposes and may
5 participate in the Contractor's traffic control activities. The responsibility under the
6 contract for all traffic control resides with the Contractor and any such participation by
7 law enforcement personnel in Contractor traffic control activities will be referenced in the
8 Special Provisions or will be preceded by an agreement and, if appropriate, a cost
9 adjustment. Nothing in this contract is intended to create an entitlement, on the part of
10 the Contractor, to the services or participation of the law enforcement organization.
11
12 1-10.2 Traffic Control Management
13
14 1-10.2(1) General
15 It is the Contractor's responsibility to plan, conduct and safely perform the work. The
16 Contractor shall manage temporary traffic control with his or her own staff. Traffic
17 control management responsibilities shall be formally assigned to one or more company
18 supervisors who are actively involved in the planning and management of field contract
19 activities. The Contractor shall provide the Engineer with a copy of the formal
20 assignment. The duties of traffic control management may not be subcontracted.
21
22 The Contractor shall designate an individual or individuals to perform the duties of the
23 primary Traffic Control Supervisor (TCS). The designation shall also identify an
24 alternate TCS who can assume the duties of the primary TCS in the event of that
25 person's inability to perform. The TCS shall be responsible for safe implementation of
26 approved Traffic Control Plans provided by the Contractor.
27
28 The designated individuals shall be certified as worksite traffic control supervisors by
29 one of the organizations listed in the Special Provisions. Possession of a current
30 flagging card by the TCS is mandatory. A traffic control management assignment and a
31 TCS designation are required on all projects that will utilize traffic control.
32
33 The Contractor shall maintain 24-hour telephone numbers at which the Contractor's
34 assigned traffic control management personnel and the TCS can be contacted and be
35 available upon the Engineer's request at other than normal working hours. These
36 persons shall have the resources, ability and authority to expeditiously correct any
37 deficiency in the traffic control system.
38
39 1-10.2(1)A Traffic Control Management
40 The responsibilities of the Contractor's traffic control management personnel shall
41 include:
42
43 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS)
44 to ensure that proper safety and traffic control measures are implemented and
45 consistent with the specific requirements created by the Contractor's
46 workzones and the Contract. Some form of oversight shall be in place and
47 effective even when the traffic control management personnel are not present
48 at the jobsite.
49
50 2. Providing the Contractor's designated TCS with approved Traffic Control Plans
51 (TCPs) which are compatible with the work operations and traffic control for
52 which they will be implemented. Having the latest adopted edition of the
53 Manual On Uniform Traffic Control Devices for Streets and Highways
54 (MUTCD,) including the Washington State Modifications to the MUTCD and
55 applicable standards and specifications available at all times on the project.
56
12 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 3. Discussing proposed traffic control measures and coordinating implementation
2 of the Contractor-adopted traffic control plan(s) with the Engineer.
3
4 4. Coordinating all traffic control operations, including those of subcontractors
5 and suppliers, with each other and with any adjacent construction or
6 maintenance operations.
7
8 5. Coordinating the project's activities (such as ramp closures, road closures, and
9 lane closures) with appropriate police, fire control agencies, city or county
10 engineering, medical emergency agencies, school districts, and transit
11 companies.
12
13 6. Overseeing all requirements of the contract that contribute to the convenience,
14 safety, and orderly movement of vehicular and pedestrian traffic.
15
41r 16 7. Reviewing the TCS's diaries daily and being aware of field traffic control
17 operations.
18
19 8. Being present on-site a sufficient amount of time to adequately satisfy the
20 above-listed responsibilities.
21
22 Failure to carry out any of the above-listed responsibilities shall be a failure to comply
23 with the contract and may result in a suspension of work as described in Section 1-08.6.
24
25 1-10.2(1)B Traffic Control Supervisor
26 A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or
27 spotting or other traffic control labor is being utilized or less frequently, as authorized by
28 the Engineer.
f 29
30 The TCS shall personally perform all the duties of the TCS. During nonwork periods,
31 the TCS shall be available to the job site within a 45-minute time period after notification
32 by the Engineer.
33
34 The TCS's duties shall include:
35
36 1. Having a current set of approved traffic control plans (TCPs), applicable
37 contract provisions as provided by the Contractor, the latest adopted edition of
38 the MUTCD, including the Washington State Modifications to the MUTCD, the
39 book Quality Guidelines for Work Zone Traffic Control Devices, and applicable
40 standards and specifications.
41
42 2. Inspecting traffic control devices and nighttime lighting for proper location,
43 installation, message, cleanliness, and effect on the traveling public. Traffic
44 control devices shall be inspected at least once per hour during working hours
45 except that Class A signs and nighttime lighting need to be checked only once
46 a week. Traffic control devices left in place for 24 hours or more shall also be
47 inspected once during the nonworking hours when they are initially set up
48 (during daylight or darkness, whichever is opposite of the working hours). The
49 TCS shall correct, or arrange to have corrected, any deficiencies noted during
50 these inspections.
51
52 3. Preparing a daily traffic control diary on each day that traffic control is
53 performed using DOT Forms 421-040A and 421-040B, and submitting them to
54 the Engineer no later than the end of the next working day. The Contractor
1 55 may use alternate forms if approved by the Engineer. Diary entries shall
56 include, but not be limited to:
57
13 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 a. Time of day when signs and traffic control devices are installed and
2 removed,
3 b. Location and condition of signs and traffic control devices,
4 c. Revisions to the traffic control plan,
5 d. Lighting utilized at night, and
6 e. Observations of traffic conditions.
7
8 4. Making minor revisions to the traffic control plan to accommodate site
9 conditions provided that the original intent of the traffic control plan is
10 maintained and the revision has the concurrence of both the Contractor and
11 the Engineer.
12
13 5. Attending traffic control coordinating meetings or coordination activities as
14 necessary for full understanding and effective performance.
15
16 6. Ensuring that all needed traffic control devices and equipment are available
17 and in good working condition prior to the need to install or utilize them.
18
19 The TCS may perform the work described in Section 1-10.3(1)A Flaggers and Spotters
20 or in Section 1-10.3(1)6 Other Traffic Control Labor and be compensated under those
21 bid items, provided that the duties of the TCS are accomplished.
22
23 1-10.2(3) Conformance to Established Standards
24 Flagging, signs, and all other traffic control devices and procedures furnished or
25 provided shall conform to the standards established in the latest WSDOT adopted
26 edition of the Manual On Uniform Traffic Control Devices for Streets and Highways
27 (MUTCD,) published by the U.S. Department of Transportation and the Washington
28 State Modifications to the MUTCD. Judgment of the quality of devices furnished will be
29 based upon Quality Guidelines for Work Zone Traffic Control Devices, published by the
30 American Traffic Safety Services Association. Copies of the MUTCD and Quality
31 Guidelines for Work Zone Traffic Control Devices may be purchased from the American
32 Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg,
33 Virginia 22406-1022. The Washington State Modifications to the MUTCD may be
34 obtained from the Department of Transportation, Olympia, Washington 98504.
35
36 In addition to the standards of the MUTCD described above, the Contracting Agency
37 has scheduled the implementation of crashworthiness requirements for most workzone
38 devices. The National Cooperative Highway Research Project (NCHRP) Report 350
39 has established requirements for crash testing. Workzone devices are divided into four
40 categories. Each of those categories and, where applicable, the schedule for
41 implementation is described below:
42
43 Category 1 includes those items that are small and lightweight, channelizing, and
44 delineating devices that have been in common use for many years and are known to be
45 crashworthy by crash testing of similar devices or years of demonstrable safe
46 performance. These include cones, tubular markers, flexible delineator posts, and
47 plastic drums. All Category 1 devices used on the project shall meet the requirements
48 of NCHRP 350 as certified by the manufacturer of the device.
49
50 Category 2 includes devices that are not expected to produce significant vehicular
51 velocity change, but may otherwise be hazardous. Examples of this class are
52 barricades, portable sign supports and signs, intrusion alarms and vertical panels. All
53 new Category 2 devices purchased after October 1, 2000 shall meet the requirements
54 of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used ,
55 on the project until December 31, 2007. For the purpose of definition, a sign support
14 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 and sign shall be considered a single unit. A new sign may be purchased for an existing
2 sign support and the entire unit will be defined as "existing equipment."
3
4 Category 3 is for hardware expected to cause significant velocity changes or other
5 potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash
6 cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting
7 the definitions of Category 1 or 2 are examples from this category. Many Category 3
8 devices are defined in the design of the project. Where this is the case, NCHRP 350
9 requirements have been incorporated into the design and the Contractor complies with
10 the requirements by constructing devices according to the plans and specifications.
11 Where the device is a product chosen by the Contractor, the device chosen must be
12 compliant with the requirements of NCHRP 350.
13
14 Category 4 includes portable or trailer-mounted devices such as arrow displays,
15 temporary traffic signals, area lighting supports, and portable changeable message
16 signs. There is presently no implementation schedule for mandatory crashworthiness
17 compliance for these devices.
18
19 The condition of signs and traffic control devices shall be acceptable or marginal as
20 defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and will be
21 accepted based on a visual inspection by the Engineer. The Engineer's decision on the
22 condition of a sign or traffic control device shall be final. A sign or traffic control device
23 determined to be unacceptable shall be removed from the project and replaced within
24 12 hours of notification.
25
26 1-10.3 Traffic Control Labor, Procedures and Devices
27
28 1-10.3(1) Traffic Control Labor
29 The Contractor shall furnish all personnel for flagging, spotting, for the execution of all
30 procedures related to temporary traffic control and for the setup, maintenance and
31 removal of all temporary traffic control devices and construction signs necessary to
32 control traffic during construction operations.
33
34 Workers engaged as flaggers or spotters shall wear reflective vests and hard hats.
35 During hours of darkness, white coveralls or white or yellow rain gear shall also be
36 worn. The vests and other apparel shall be in conformance with Section 1-07.8.
37
38 1-10.3(1)A Flaggers and Spotters
39 Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans
40 or where directed by the Engineer. All flaggers and spotters shall possess a current
41 flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The
43 fle q gging. card shall be immediately available and shown to the Contracting Agency upon
44
45 Flagging stations shall be shown on Traffic Control Plans at locations where
46 construction operations require stopping or diverting public traffic. Flagging stations
47 shall be staffed only when flagging is required. This staffing may be continuous or
48 intermittent, depending on the nature of the construction activity. Whenever a flagger is
49 not required to stop or divert traffic, the flagger shall move away from the flagging
50 station to a safer location. During hours of darkness, flagging stations shall be
51 illuminated in a manner that insures that flaggers can easily be seen but that does not
52 cause glare to the traveling public. Flaggers shall be equipped with portable two-way
53 radios, with a range suitable for the project. The radios shall be capable of having direct
54 contact with project management (foremen, superintendents,, etc.).
55
56 The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all flagging
57 operations. The specification for Stop/Slow paddles in Section 9-35.1 requires 24"
15 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 paddles and all new addles purchased for the project shall conform to those '
P P P 1
2 provisions. Previously specified 18" paddles may be used at the request of the
3 Contractor until December 31, 2005.
4
5 Spotting stations shall be shown on Traffic Control Plans at locations where a spotter
6 can detect errant drivers or other hazards and provide an effective warning to other
7 workers. Spotting stations will not be allowed at locations where the spotter will be in
8 unnecessary danger. The Contractor shall furnish noise-makers or other effective
9 warning devices for spotting operations. The duties of a spotter shall not include
10 flagging.
11
12 1-10.3(1)B Other Traffic Control Labor
13 In addition to flagging or spotting duties, the Contractor shall provide personnel for all
14 other traffic control procedures required by the construction operations and for the labor
15 to install, maintain and remove any traffic control devices shown on Traffic Control
16 Plans.
17
18 1-10.3(2) Traffic Control Procedures
19
20 1-10.3(2)A One-Way Traffic Control
21 The project work may require that traffic be maintained on a portion of the roadway
22 during the progress of the work using one-way traffic control. If this is the case, the
23 Contractor's operation shall be confined to one-half the roadway, permitting traffic on the
24 other half. If shown on an approved traffic control plan or directed by the Engineer, one-
25 way traffic control, in accordance with the MUTCD, shall be provided and shall also
26 conform to the following requirements:
27
28 In any one-way traffic control configuration, side roads and approaches will be closed or
29 controlled by a flagger or by appropriate approved signing. A side road flagger will
30 coordinate with end flaggers where there is line of sight and with the pilot car where the
31 end flaggers cannot be seen.
32
33 Queues of vehicles will be allowed to take turns passing through the workzone in the
34 single open lane. When one-way traffic control is in effect, Contractor vehicles shall not
35 use the open traffic lane except while following the same rules and routes required of
36 the public traffic.
37
38 As conditions permit, the Contractor shall, at the end of each day, leave the work area in
39 such condition that it can be traveled without damage to the work, without danger to
40 traffic, and without one-way traffic control. If, in the opinion of the Engineer, one-way
41 traffic control cannot be dispensed with after working hours, then the operation will be
42 continued throughout the non-working hours.
43
44 1-10.3(2)B Rolling Slowdown
45 For work operations on multi-lane roadways that necessitate short-term roadway
46 closures of 15 minutes or less, the Contractor may implement a rolling slowdown.
47 Where included in an approved traffic control plan, a rolling slowdown shall be
48 accomplished using one traffic control vehicle with flashing amber lights for each lane to
49 be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of
50 the blockade. The traffic control vehicles shall enter the roadway and form a moving
51 blockade to reduce traffic speeds and create a clear area in front of the moving
52 blockade to accomplish the work without a total stoppage of traffic.
53
54 A portable changeable message sign shall be placed ahead of the starting point of the
55 traffic control to warn traffic of the slowdown. The sign shall be placed far enough
56 ahead of the work to avoid any expected backup of vehicles.
57
16 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 The location where the traffic control vehicles shall begin the slowdown and the speed
2 at which the moving blockade will be allowed to travel will be calculated to
3 accommodate the estimated time needed for closure. The chase control vehicle shall
4 follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the
5 Contractor may begin the work operation. In the event that the work operation is not
6 completed when the moving blockade reaches the site, all work except that necessary
7 to clear the roadway shall cease immediately and the roadway shall be cleared and
8 reopened as soon as possible.
9
10 All ramps and entrances to the roadway between the moving. blockade and work
11 operation shall be temporarily closed using flaggers. Radio communications between
12 the work operation and the moving blockade shall be established and utilized to adjust
13 the speed of the blockade to accommodate the closure time needed.
14
15 1-10.3(2)C Lane Closure Setup/Takedown
16 Where allowed by the contract and where shown on approved traffic control plans or
17 directed by the Engineer, the Contractor shall set up traffic control measures to close
18 one or more lanes of a multi-lane facility. When this is to occur, the following sequence
19 shall be followed:
20
21 1. Advance warning signs are set up on the shoulder of the roadway opposite the
22 lane to be closed,
23
24 2. Advance warning signs are set up on the same shoulder as the lane to be
25 closed,
26
27 3. A truck-mounted attenuator, with arrow board, is moved into place at the
28 beginning of the closure taper,
29
30 4. Channelization devices are placed to mark the taper and the length of the
31 closure as shown on the traffic control plan.
32
33 Once the lane is closed, the TMA/arrow board combination may be replaced
34 with an arrow board without attenuator.
35
36 If additional lanes are to be closed, this shall be done in sequence with previous lane
37 closures using the same sequence of activities. A truck-mounted attenuator with arrow
38 board is required during the process of closing each additional lane and may be
39 replaced with an arrow board without attenuator after the lane is closed. Each closed
40 lane shall be marked with a separate arrow board at all times.
,. 41
42 Traffic control for lane closures shall be removed in the reverse order of its installation.
43
44 1-10.3(2)D Mobile Operations
45 Where construction operations are such that movement along the length of a roadway is
46 continuous or near-continuous to the extent that a stationary traffic control layout will not
47 be effective, the Contractor shall implement a moving, or mobile, traffic control scheme.
48 Such moving control shall always be conducted in the same direction as the adjacent
49 traffic.
1 50
51 Where shown on an approved traffic control plan or where directed by the Engineer,
52 mobile traffic control shall consist of portable equipment, moving with the operation. A
53 portable changeable message sign shall be established in advance of the operation, far
54 enough back to provide warning of both the operation and of any queue of traffic that
55 has formed during the operation. The advance sign shall be continuously moved to stay
56 near the back of the queue at all times. A truck-mounted attenuator, with arrow board,
57 shall be positioned and maintained at a fixed distance upstream of the work. A shadow
17 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 vehicle, with truck-mounted attenuator shall be ositioned and maintained immediately
'
P Y
2 upstream of the work.
3
4 1-10.3(2)E Patrol & Maintain Traffic Control Measures
5 At all times, when temporary traffic control measures are in place, the Contractor shall
6 provide for patrolling and maintaining these measures. The work shall consist of
7 resetting mislocated devices, assuring visibility of all devices, cleaning and repairing
8 where necessary, providing maintenance for all equipment, including replacing batteries
9 and light bulbs as well as keeping motorized and electronic items functioning, and
10 adjusting the location of devices to respond to actual conditions, such as queue length,
11 unanticipated traffic conflicts and other areas where planned traffic control has proven
12 ineffective.
13
14 This work shall be performed by the Contractor, either by or under the direction of the
15 Traffic Control Supervisor. Personnel, with vehicles if necessary, shall be dispatched so
16 that all traffic control can be reviewed at least once per hour during working hours and
17 at least once during each non-working day.
18
19 1-10.3(3) Traffic Control Devices
20
21 1-10.3(3)A Construction Signs
22 All construction signs required by approved traffic control plans, as well as any other
23 appropriate signs directed by the Engineer shall be furnished by the Contractor. The
24 Contractor shall provide the posts or supports and erect and maintain the signs in a
25 clean, neat, and presentable condition until the need for them has ended. Post
26 mounted signs shall be installed as shown in Standard Plans G-1 and G-4a. Sign
27 attachment to posts shall conform to the applicable detail shown in Standard Plan G-9b.
28 When the need for construction signs has ended, the Contractor, upon approval of the
29 Engineer, shall remove all signs, posts, and supports from the project and they shall
30 remain the property of the Contractor.
31
32 No passing zones on the existing roadway that are marked with paint striping and which
33 striping is to be obliterated by construction operations shall be replaced by "Do Not
34 Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts
35 and signs. The signs shall be maintained by the Contractor until they are removed or
36 until the contract is physically completed. When the project includes striping by the
37 Contractor, the signs and posts shall be removed by the Contractor when the no
38 passing zones are reestablished by striping. The signs and posts will become the
39 property of the Contractor. When the Contractor is not responsible for striping and
40 when the striping by others is not completed when the project is physically completed,
41 the posts and signs shall be left in place and shall become the property of the
42 Contracting Agency.
43
44 All existing signs, new permanent signs installed under this contract, and construction
45 signs installed under this contract that are inappropriate for the traffic configuration at a
46 given time shall be removed or completely covered with metal, plywood, or an Engineer
47 approved product specifically manufactured for sign covering during periods when they
48 are not needed.
49
50 Construction signs will be divided into two classes. Class A construction signs are those
51 signs that remain in service throughout the construction or during a major phase of the
52 work. They are mounted on posts, existing fixed structures, or substantial supports of a
53 semi-permanent nature. Class A signs will be designated as such on the approved
54 Traffic Control Plan. "Do Not Pass" and "Pass With Care" signs are classified as Class
55 A construction signs. Sign and support installation for Class A signs shall be in
56 accordance with the Contract Plans or the Standard Plans. Class B construction signs
57 are those signs that are placed and removed daily, or are used for short durations which
18 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 may extend for one or more days. They are mounted on portable or temporary
2 mountings.
3
4 Where it is necessary to add weight to signs for stability, the only allowed method will be
5 a bag of sand that will rupture on impact. The bag of sand shall have a maximum
6 weight of 40 pounds, and shall be suspended no more than 1 foot from the ground.
7
8 Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
9 Engineer deems to be unacceptable while their use is required on the project shall be
10 replaced by the Contractor.
11
12 1-10.3(3)B Sequential Arrow Signs
13 Where shown on an approved traffic control plan or where ordered by the Engineer, the
14 Contractor shall provide, operate and maintain sequential arrow signs. In some
15 locations, the sign will be shown as a unit with an attenuator. In other locations, the
16 plan will indicate a stand-alone unit.
17
18 1-10.3(3)C Portable Changeable Message Sign
19 Where shown on an approved traffic control plan or where ordered by the Engineer, the
20 Contractor shall provide, operate and maintain portable changeable message signs.
21 These signs shall be available, on-site, for the entire duration of their projected use.
22
23 1-10.3(3)D Barricades
24 Where shown on an approved traffic control plan or where ordered by the Engineer, the
25 Contractor shall provide, install and maintain barricades. Barricades shall be kept in
26 good repair and shall be removed immediately when, in the opinion of the Engineer,
27 they are no longer functioning as designed.
28
29 Where it is necessary to add weight to barricades for stability, the only allowed method
30 will be a bag of sand that will rupture on impact. The bag of sand shall have a
31 maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the
1 32 ground.
33
34 1-10.3(3)E Traffic Safety Drums
35 Where shown on an approved Traffic Control Plan, or where ordered by the Engineer,
36 the Contractor shall provide, install and maintain traffic safety drums.
37
38 Used drums may be utilized, provided all drums used on the project are of essentially
39 the same configuration.
40
41 The drums shall be designed to resist overturning by means of a weighted lower unit
42 that will separate from the drum when impacted by a vehicle.
43
44 Drums shall be regularly maintained to ensure that they are clean and that the drum and
45 reflective material are in good condition. If the Engineer determines that a drum has
46 been damaged beyond usefulness, or provides inadequate reflectivity, a replacement
1 47 drum shall be furnished.
48
49 When the Engineer determines that the drums are no longer required, they shall be
50 removed from the project and shall remain the property of the Contractor.
51
52 1-10.3(3)F Barrier Drums
53 Where shown on approved Traffic Control Plans and as ordered by the Engineer, barrier
54 drums shall be placed on temporary concrete barrier at the following approximate
55 spacing:
56
57 Concrete Barrier Barrier Drum
19 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 Placement , Spacing in Feet '
2 Tangents '/2 mile or less , 2 times posted speed limit
3 Tangents greater than Y2 mile 4 times posted speed limit
4 Tapers and Curves posted speed limit
5 Note 1
6 Note 2 A minimum of 3 barrier drums shall be used.
7 A minimum of 5 barrier drums shall be used.
8
9 Temporary concrete barrier reflectors may be excluded when using barrier drums.
10 ,
11 Both legs of the barrier drums shall be completely filled with sand. The top oval should
12 not be filled.
13
14 Used barrier drums may be used, provided all barrier drums used on the project are of
15 essentially the same configuration.
16
17 Barrier drums shall be regularly maintained to ensure that they are clean and that the
18 barrier drum and reflective material are in good condition. If the Engineer determines
19 that a barrier drum has been damaged beyond usefulness, or provides inadequate
20 reflectivity, a replacement barrier drum shall be furnished.
21
22 When the Engineer determines that the drums are no longer required, they shall be
23 removed from the project and shall remain the property of the Contractor.
24
25 1-10.3(3)G Traffic Cones ,
26 Where shown on an approved traffic control plan or where ordered by the Engineer, the
27 Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good
28 repair and shall be removed immediately when directed by the Engineer. Where wind or
29 moving traffic frequently displace cones, an effective method of stabilizing cones, such
30 as stacking two together at each location, shall be employed.
31
32 1-10.3(3)H Tubular Markers
33 Where shown on an approved traffic control plan or where ordered by the Engineer, the
34 Contractor shall provide, install and maintain tubular markers. Tubular markers shall be
35 kept in good repair and shall be removed immediately when directed by the Engineer.
36 Tubular markers are secondary devices and are not to be used as substitutes for cones
37 or other delineation devices without an approved traffic control plan.
38
39 Where the Traffic Control Plan shows pavement-mounted tubular markers, the adhesive
40 used to fasten the base to the pavement shall be suitable for the purpose, as approved
41 by the Engineer. During the removal of pavement-mounted tubular markers, care shall
42 be taken to avoid damage to the existing pavement. Any such damage shall be
43 repaired by the Contractor at no cost to the Contracting Agency.
44
45 1-10.3(3)1 Warning Lights and Flashers
46 Where shown attached to traffic control devices on an approved traffic control plan or
47 where ordered by the Engineer, the Contractor shall provide and maintain flashing
48 warning lights. Lights attached to advance warning signs shall be Type B, high-intensity.
49 Lights attached to traffic safety drums, barricades or other signs shall be Type C,
50 steady-burning low intensity or, where attention is to be directed to a specific device,
51 Type A, flashing low-intensity units.
52
53 1-10.3(3)J Truck-Mounted Attenuator
54 Where shown on an approved traffic control plan or where ordered by the Engineer, the '
55 Contractor shall provide, operate and maintain truck-mounted impact attenuators (TMA).
56 These attenuators shall be available, on-site, for the entire duration of their projected
57 use.
r
20 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 The TMA shall be positioned to separate and protect construction workzone activities
3 from normal traffic flow.
4
5 During use, the attenuator shall be in the full down-and-locked position. For stationary
6 operations, the truck's parking brake shall be set.
7
8 1-10.4 Measurement
9
10 1-10.4(1) Lump Sum Bid for Project (No Unit Items)
11 When the bid proposal contains the item "Project Temporary Traffic Control", there will
12 be no measurement of unit items for work defined by Section 1-10 except as described
13 in Section 1-10.4(3). Also, except as described in Section 1-10.4(3), all of Sections 1-
14 10.4(2) and 1-10.5(2) is deleted.
15
16 No specific unit of measurement will apply to the lump sum item of "Project Temporary
17 Traffic Control."
18
19 1-10.4(2) Item Bids with Lump Sum for Incidentals
20 When the bid proposal does not contain the item "Project Temporary Traffic Control",
21 Sections 1-10.4(1) and 1-10.5(1) are deleted and the bid proposal will contain some or
22 all of the following items, measured as noted.
23
24 No specific unit of measurement will apply to the lump sum item of "Traffic Control
25 Supervisor."
26
27 "Flaggers and Spotters" will be measured by the hour. Hours will be measured for each
28 flagging or spotting station, shown on an approved Traffic Control Plan, when that
29 station is staffed in accordance with Section 1-10.3(1)A. When a flagging station is
30 staffed on an intermittent basis, no deduction will be made in measured hours provided
31 that the person staffing the station is in a standby mode and is not performing other
32 duties.
33
34 "Other Traffic Control Labor" will be measured by the hour. With the exception of
35 patrolling and maintaining, hours will be measured for each person engaged in any one
36 of the following activities:
! 37
38 0 Operating a pilot vehicle during one-way piloted traffic control.
39
40 0 Operating a traffic control vehicle or a chase vehicle during a rolling slowdown
41 operation.
42
43 Operating a vehicle or placing/removing traffic control devices during the setup
44 or takedown of a lane closure. Performing preliminary work to prepare for
45 placing and removing these devices.
46
1 47 • Operating any of the moving traffic control equipment, or adjusting signing
48 during a mobile operation as described in Section 1-10.3(2)D.
49
50 0 Patrolling and maintaining traffic control measures as described in Section 1-
51 10.3(2)E. The hours of one person will be measured for each patrol route
52 necessary to accomplish the review frequency required by the provision,
53 regardless of the actual number of persons per route.
54
55 Placing and removing Class B construction signs. Performing preliminary work
56 to prepare for placing and removing these signs.
57
L 21 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 Relocation of Portable Changeable Message Signs within the project limits. '
2 9 9 P 1
3 Installing and removing Barricades, Traffic Safety Drums, Barrier Drums,
4 Cones, Tubular Markers and Warning Lights and Flashers to carry out
5 approved Traffic Control Plan(s). Performing preliminary work to prepare for
6 installing these devices.
8 Time spent on activities other than those listed will not be measured under this
i
9 item.
10
11 "Construction Signs, Class A" will be measured by the square foot of panel area for
12 each sign designated on an approved Traffic Control Plan as Class A or for each
13 construction sign installed as ordered by the Engineer and designated as Class A at the
14 time of the order. Class A signs may be used in more than one location and will be
15 measured for each new installation. Class B construction signs will not be measured.
16 Sign posts or supports will not be measured.
17
18 "Sequential Arrow Sign" will be measured by the hour for the time that each sign is
19 operating as shown on an approved Traffic Control Plan or as directed by the Engineer.
20
21 "Portable Changeable Message Sign" will be measured per each one time only for each
22 portable changeable message sign used on the project. The final pay quantity shall be
23 the maximum number of such signs in place at any one time as approved by the
24 Engineer.
25 ,26 "Operation of Portable Changeable Message Sign" will be measured by the hour for
27 each hour of operation. The hours of operation will be determined by the Engineer.
28 Hours of operation in excess of those determined by the Engineer will be at the
29 Contractor's expense.
30
31 "Truck Mounted Impact Attenuator" will be measured per each one time only for each
32 truck with mounted impact attenuator used on the project. The final pay quantity shall
33 be the maximum number of truck-mounted impact attenuators in place at any one time.
34
35 "Operation of Truck-Mounted Impact Attenuator" will be measured by the hour for each
36 truck-mounted attenuator manned and operated. Manned and operated shall be when
37 the truck-mounted impact attenuator has an operator and is required to move, in
38 operating position, with the construction operation or when moving the TMA from one
39 position to another on the project.
40
41 No specific unit of measurement will apply to the force account item of "Repair Truck-
42 Mounted ImpactAttenuator".
43
44 No specific unit of measurement will apply to the lump sum item of "Other Temporary
45 Traffic Control".
46
47 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control
48 The contract provisions may establish the project as lump sum, in accordance with
49 Section 1-10.4(1) and also include one or more of the items included above in Section
50 1-10.4(2). When that occurs, the corresponding measurement provision in Section 1-
51 10.4(2) is not deleted and the work under that item will be measured as specified.
52
53 1-10.4(4) Owner-Provided Resources
54 The contract provisions may call for specific items of labor, materials or equipment,
55 noted in Section 1-10 as the responsibility of the Contractor, to be supplied by the
56 Contracting Agency. When this occurs, there will be no adjustment in measurement of
57 unit quantities.
22 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 1-10.5 Payment
3
4 1-10.5(1) Lump Sum Bid for Project (No Unit Items)
5 "Project Temporary Traffic Control", lump sum.
6 The lump sum contract payment shall be full compensation for all costs incurred by the
7 Contractor in performing the contract work defined in Section 1-10, except for costs
8 compensated by bid proposal items inserted through contract provisions as described in
9 Section 1-10.4(3).
10
11 1-10.5(2) Item Bids with Lump Sum for Incidentals
12 "Traffic Control Supervisor", lump sum.
13 The lump sum contract payment shall be full compensation for all costs incurred by the
14 Contractor in performing the contract work defined in Section 1-10.2(1)B.
15
16 "Flaggers and Spotters", per hour.
17 The unit contract price, when applied to the number of units measured for this item in
18 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by
19 the Contractor in performing the contract work defined in Section 1-10.3(1)A.
20
21 "Other Traffic Control Labor", per hour.
22 The unit contract price, when applied to the number of units measured for this item in
23 accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred
24 by the Contractor in performing the contract work specifically mentioned for this item in
25 Section 1-10.4(2).
26
27 "Construction Signs Class A", per square foot.
28 The unit contract price, when applied to the number of units measured for this item in
29 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
30 materials and equipment incurred by the Contractor in performing the contract work
31 described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care"
32 signs must be left in place, a change order, as described in Section 1-04.4, will be
33 required. When the bid proposal contains the item "Sign Covering", then covering those
34 signs indicated in the contract will be measured and paid according to Section 8-21.
35
36 "Sequential Arrow Sign", per hour.
37 The unit contract price, when applied to the number of units measured for this item in
38 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
39 materials and equipment incurred by the Contractor in performing the contract work
40 described in Section 1-10.3(3)B.
41
42 "Portable Changeable Message Sign", per each.
43 The unit contract price, when applied to the number of units measured for this item in
44 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
45 materials and equipment incurred by the Contractor in procuring all portable changeable
46 message signs required for the project and for transporting these signs to and from the
47 project.
48
49 "Operation of Portable Changeable Message Sign", per hour.
50 The unit contract price, when applied to the number of units measured for this item in
51 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
52 materials and equipment incurred by the Contractor in performing the contract work
53 described in Section 1-10.3(3)C except for costs compensated separately under the
54 items "Other Traffic Control Labor' and "Portable Changeable Message Sign".
55
56 "Truck-Mounted Impact Attenuator", per each.
23 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 The unit contract price, when applied to the number of units measured for this item in
2 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor,
3 materials and equipment incurred by the Contractor in performing the contract work
4 described in Section 1-10.3(3)J except for costs compensated separately under the
5 items "Operation of Truck-Mounted Impact Attenuator" and "Repair Truck-Mounted
6 Impact Attenuator".
7 '8 "Operation of Truck-Mounted Impact Attenuator", per hour.
9 The unit contract price, when applied to the number of units measured for this item in
10 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, ,
11 materials and equipment incurred by the Contractor in operating truck-mounted impact
12 attenuators on the project.
13
14 "Repair Truck-Mounted Impact Attenuator", by force account.
15 All costs of repairing or replacing truck-mounted impact attenuators that are damaged
16 by the motoring public while in use as shown on an approved Traffic Control Plan will be
17 paid for by force account as specified in Section 1-09.6. To provide a common proposal
18 for all bidders, the Contracting Agency has estimated the amount of force account for
19 "Repair Truck-Mounted Impact Attenuator" and has entered the amount in the Proposal
20 to become a part of the total bid by the Contractor. Truck-mounted attenuators
21 damaged due to the Contractor's operation or damaged in any manner when not in use
22 shall be repaired or replaced by the Contractor at no expense to the Contracting
23 Agency.
24
25 "Other Temporary Traffic Control", lump sum. ,
26 The lump sum contract payment shall be full compensation for all costs incurred by the
27 Contractor in performing the contract work defined in Section 1-10, and which costs are
28 not compensated by one of the above-listed items.
29
30 1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control
31 The contract provisions may establish the project as lump sum, in accordance with
32 Section 1-10.4(1) and also reinstate the measurement of one or more of the items
33 described in Section 1-10.4(2). When that occurs, the corresponding payment provision
34 in Section 1-10.5(2) is not deleted and the work under that item will be paid as specified.
35
36 SECTION 1-99, APWA SUPPLEMENT '
37 August 1, 2005
38 1-01.3 Definitions (APWA only) page 1-119
39 The first paragraph under"Add the following:" is revised to read:
40
41 All references in the Standard Specifications to the terms "State", "Governor',
42 "Department of Transportation", "Washington State Transportation Commission",
43 "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State
44 Treasurer" shall be revised to read "Contracting Agency".
45
46 Section 1-04.2 (APWA Only) page 1-125 '
47 The second paragraph is revised to read:
48
49 Any inconsistency in the parts of the contract shall be resolved by following this order of
50 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
51
52 1. Addenda,
53 2. Proposal Form,
54 3. Special Provisions,
55 4. Contract Plans,
56 5. Amendments to Division 1-99 APWA Supplement
24 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 6. Division 1-99 APWA Supplement
2 7. Amendments to the WSDOT/APWA Standard Specifications,
3 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal
4 Construction
5 9. Contracting Agency's Standard Plans (if any)
6 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
7
8 Section 1-07.18.4 (APWA Only) Page 1-134 and 1-135
9 This section is revised to read:
10
11 When the Contractor delivers the executed contract for the work to the Contracting
12 Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for
13 each policy of insurance meeting the requirements set forth above. The certificate must
14 conform to the following requirements:
15
16 An ACORD certificate Form 25-S, showing the insuring company, policy effective dates,
17 limits of liability and the Schedule of Forms and Endorsements.
18
19 A copy of the endorsement naming Contracting Agency and any other entities required
20 by the Contract Provisions as Additional Insured(s), and stating that coverage is primary
21 and noncontributory, showing the policy number, and signed by an authorized
22 representative of the insurance company on Form CG2010 (ISO) or equivalent.
23
24 The certificate(s) shall not contain the following or similar wording regarding cancellation
25 notification to the Contracting Agency: "Failure to mail such notice shall impose no
26 obligation or liability of any kind upon the company."
27
28 Section 1-10 Temporary Traffic Control (APWA Only) page 141
29 This section is revised to read:
30
31 1-10.1(2) Description (APWA only)
32 The third paragraph is revised to read:
33
34 The Contractor shall provide flaggers, signs, and other traffic control devices not
35 otherwise specified as being furnished by the Contracting Agency. The Contractor
36 shall erect and maintain all construction signs, warning signs, detour signs, and
37 other traffic control devices necessary to warn and protect the public at all times
38 from injury or damage as a result of the Contractor's operations which may occur
39 on highways, roads, streets, sidewalks, or paths. No work shall be done on or
40 adjacent to any traveled way until all necessary signs and traffic control devices are
41 in place
42
43 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
44 August 1, 2005
45 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
46 The section title is revised to read:
47
48 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
49
50 The first sentence is revised to read:
51
52 In removing pavement, sidewalks, curbs, and gutters, the Contractor shall:
53
54 Item 3 is revised to read:
55
wr
P
25 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or 9 utter ,
2 that is to remain and the portion to be removed.
3 '4 2-02.4 Measurement
5 This section is supplemented with the following:
6
7 No specific unit of measurement shall apply to the lump sum item of removal of
8 structures and obstruction.
9
10 2-02.5 Payment '
11 The second paragraph is revised to read:
12
13 If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal
14 will be paid for as part of the quantity removed in excavation.
15
16 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
17 January 5, 2004
18 2-03.3(14)D Compaction and Moisture Control Tests
19 This section is revised to read:
20
21 Maximum density and optimum moisture content shall be determined by one of the
22 following methods:
23
24 1. materials with less than 30 percent by weight retained on the U.S. No. 4 sieve
25 shall be determined using FOP for AASHTO T 99 Method A.
26
27 2. materials with 30 percent or more by weight retained on the U.S. No. 4 sieve
28 and less than 30 percent retained on the 3/4 inch sieve shall be determined by
29 WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The
30 determination of which test procedure to use will be made solely by the
31 Contracting Agency.
32
33 3. materials with 30 percent or more retained on the 3/4 inch sieve shall be
34 determined by WSDOT Test Method No. 606.
35
36 In place density will be determined using Test Methods WSDOT FOP for AASHTO T
37 310 and WSDOT SOP for T 615.
38
39 SECTION 2-09, STRUCTURE EXCAVATION
40 August 1, 2005
41 2-09.3(1)E Backfilling
42 The first paragraph under Timing is revised to read:
43
44 Backfill shall not be placed against any concrete structure until the concrete has
45 attained 90 percent of its design strength and a minimum age of 14 days, except that
46 reinforced concrete retaining walls 15 feet in height or less may be backfilled after the
47 wall has attained 90 percent of its design compressive strength and curing requirements
48 of Section 6-02.3(11) are met. Footings and columns may be backfilled as soon as
49 forms have been removed, so long as the backfill is brought up evenly on all sides. i
50 Ilr
51 2-09.3(3)A Preservation of Channel
52 This section is revised to read:
53
26 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 When foundations or substructures are to be built in or next to running streams, the
2 Contractor shall:
3
4 1. Excavate inside cofferdams, caissons, or sheet piling unless dredging or open
5 pit excavation is permitted.
6
7 2. Backfill foundations placed inside cofferdams and behind sheet piling prior to
8 removing cofferdams or sheet piling. This backfill shall be level with the
9 original stream bed and shall prevent scouring.
10
11 3. Remove any excavation material that may have been deposited in or near the
12 stream so that the watercourse is free from obstruction.
13
14 4. Maintain water depth and horizontal clearances required for traffic to pass on
15 navigable streams, furnishing any channel signals or lights required during
16 construction.
17
18 5. Place riprap around the outside of cofferdams, as specified, to repair local
19 scour.
20
21 2-09.4 Measurement
22 In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18
23 inches.
24
25 SECTION 2-10, DITCH EXCAVATION
26 April 5, 2004
27 2-10.1 Description
28 The second paragraph is supplemented with the following:
29
30 Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the
31 requirements of Section 2-03.3(14)M.
32
33 SECTION 4-04, BALLAST AND CRUSHED SURFACING
34 January 5, 2004
35 4-04.3(5) Shaping and Compaction
36 In the first paragraph, the first sentence is revised to read:
37
38 Immediately following spreading and final shaping, each layer of surfacing shall be
39 compacted to at least 95 percent of the standard density determined by the
40 requirements of Section 2-03.3(14)D before the next succeeding layer of surfacing or
41 pavement is placed.
42
43
44 SECTION 5-04, HOT MIX ASPHALT
45 August 1, 2005
46 5-04.3(7)A Mix Design
47 The first paragraph 1. General', is revised to read:
48
49 1. General. Prior to the production of HMA, the Contractor shall determine a design
50 aggregate structure and asphalt binder content in accordance with WSDOT
51 Standard Operating Procedure 732. Once the design aggregate structure and
52 asphalt binder content have been determined, the Contractor shall provide test data
53 demonstrating that the design meets the requirements of Sections 9-03.8(2) and 9-
27 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 03.8(6) on WSDOT HMA Mix Design Submittal form 350-042. In no case shall the '
2 paving begin before the determination of anti-strip requirements has been made.
3 '4 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture
5 In Item 2 (Aggregates) the second sentence is revised to read:
6
7 The acceptance criteria for aggregate properties of sand equivalent, fine aggregate
8 angularity and fracture will be their conformance to the requirements of Section 9-
9 03.8(2).
10 '
11 In item 3, C. (Test Results), the second and third paragraphs are revised to read:
12
13 Sublot sample test results (gradation and asphalt binder content) may be challenged by
14 the Contractor. For HMA mixture accepted by statistical evaluation with a mix design
15 that did not meet the verification tolerances, the test results in the test section including
16 the percent air voids (Va) may be challenged. To challenge test results, the Contractor
17 shall submit a written challenge within five working days after receipt of the specific test
18 results. A split of the original acceptance sample will be sent for testing to either the
19 Region Materials Lab or the State Materials Lab as determined by the Project Engineer.
20 The split of the sample with challenged results will not be tested with the same
21 equipment or by the same tester that ran the original acceptance test. The challenge
22 sample will be tested for a complete gradation analysis and for asphalt binder content.
23
24 The results of the challenge sample will be compared to the original results of the
25 acceptance sample test and evaluated according to the following criteria:
26
27 Deviation
28 U.S. No. 4 sieve and larger Percent passing t4.0
29 U.S. No. 8 sieve Percent passing t2.0
30 U.S. No. 200 sieve Percent passing t0.4
31 Asphalt binder % Percent binder content t0.3
32 Va % Percent Va t0.7
33
34 Item 3, D. (Test Methods) is revised to read:
35
36 D. Test Methods
37 Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be
38 by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of
39 asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for
40 compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11.
41
42 5-04.3(13) Surface Smoothness
43 In the first paragraph, the second sentence is revised to read:
44
45 The completed surface of the wearing course shall not vary more than 1/8 inch from the
46 lower edge of a 10-foot straightedge placed on the surface parallel to the centerline.
47
48 5-04.4 Measurement
49 The first sentence is revised to read:
50
51 HMA CL. PG HMA for CL. PG , and Commercial HMA will be
52 measured by the ton in accordance with Section 1-09.2, with no deduction being made
53 for the weight of asphalt binder, blending sand, mineral filler, or any other component of
54 the mixture. '
55
56 5-04.5 Payment
57 The statement for the pay item " Pavement Repair Excavation Incl. Haul" is revised to read:
28 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 The unit contract price per square yard for "Pavement Repair Excavation Incl. Haul"
3 shall be full payment for all costs incurred to perform the work described in Section 5-
4 04.3(5)E with the exception, however, that all costs involved in the placement of HMA
5 shall be included in the unit contract price per ton for "HMA for Pavement Repair Cl.
6 PG _", per ton.
7
8 SECTION 5-05, CEMENT CONCRETE PAVEMENT
9 August 1, 2005
10 5-05.3(7) Placing, Spreading, and Compacting Concrete
11 The second paragraph is revised to read:
12
13 The average density of the cores shall be at least 97 percent of the approved mix
14 design density with no cores having a density of less than 96 percent.
15
16 5-05.3(1) Concrete Mix Design for Paving
17 Number 1. Materials, is revised to read:
18
19 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall conform
20 to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9-03.1(4)
21 AASHTO grading No. 467. An alternate combined gradation may be proposed,
22 which has a maximum aggregate size equal to or greater than a 2-inch square
23 sieve. The combined aggregate gradation shall conform to Section 9-03.1(5).
24
25 Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious
26 material, shall conform to Section 9-23.9 and shall be limited to Class F with a
27 maximum CaO content of 15 percent by weight.
28
29 Ground granulated blast furnace slag, if used, shall not exceed 25 percent by
30 weight of the total cementitious material and shall conform to Section 9-23.10.
31 When both ground granulated blast furnace slag and fly ash are included in the
32 concrete mix, the total weight of both these materials is limited to 35 percent by
33 weight of the total cementitious material. As an alternative to the use of fly ash,
34 ground granulated blast furnace slag and cement as separate components, a
35 blended hydraulic cement that meets the requirements of Section 9-01.2(4)
36 Blended Hydraulic Cements may be used.
37
38 The water/cement ratio shall be calculated on the total weight of cementitious
39 material. The following are considered cementitious materials: Portland cement,
40 fly ash, ground granulated blast furnace slag and microsilica. The minimum
41 cementitious material for any mix design shall be 564 pounds per cubic yard.
42
43
44 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
45 August 2, 2004
46 7-05.5 Payment
47 The sentence following "Catch Basin Type 2_ In. Diam.", per each" is deleted.
48
49 The following is inserted after"Concrete Inlet", per each":
50
51 All costs associated with furnishing and installing gravel backfill for bedding manholes,
52 inlets and catch basins shall be included in the unit contract price for the item installed.
53
54 The following is inserted after"Precast Concrete Drywell", per each
29 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 1
2 "Combination Inlet", per each.
3 All costs associated with furnishing and installing gravel backfill for bedding manholes, ,
4 inlets, and catch basins shall be in the unit contract price for the item installed.
5
6 SECTION 7-12, VALVES FOR WATER MAINS
7 April 5, 2004
8 7-12.3 Construction Requirements
9 In the third paragraph the reference to Section 7-10 is revised to Section 7-09. ,
10
11 In the fourth paragraph the reference to Section 7-11 is revised to Section 7-09.
12
13 SECTION 7-14, HYDRANTS ,
14 April 5, 2004
15 7-14.3(1) Setting Hydrants
16 In the third paragraph the reference to Section 7-11 is revised to Section 7-09.
17
18 7-14.3(6) Hydrant Extensions
19 The reference to Section 7-11 is revised to Section 7-09. ,
20
21 SECTION 7-15, SERVICE CONNECTIONS
22 April 5, 2004
23 7-15.3 Construction Requirements
24 In the second paragraph the reference to Section 7-10 is revised to Section 7-09.
25 '
26 SECTION 7-17, SANITARY SEWERS
27 April 5, 2004
28 7-17.3(2)B Exfiltration Test ,
29 In the third paragraph, "Maximum leakage (in gallons per hour)" = 0.28 x 4H x D x L
30 -T6- 100 .
31 7-17.3(2)C Infiltration Test
32 In the second paragraph, "Maximum leakage (in gallons per hour)" = 0.16 x 4H x D x L ,
33 7-2 100 .
34
35 7-17.3(2)E Low Pressure Air Test for Sanitary Sewers Constructed of Air-
36 Permeble Materials _
37 In the seventh paragraph, the statement "If CT —1, then time = KT" is revised to "If CT < 1,
38 then time = KT."
39
40 In the seventh paragraph, the statement "If CT . 1.75, then time = KT/1.75" is revised to "If CT
41 > 1.75, then time = KT/1.75."
42
43 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
44 August 1, 2005
45 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
46 This section is revised to read:
47
48 The Contractor shall identify the ESC Lead at the preconstruction discussions. The
49 ESC Lead shall have, for the life of the contract, a current Certificate of Training in
50 Construction Site Erosion and Sediment Control from a course approved by WSDOT's
51 Statewide Erosion Control Coordinator.
30 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC)
3 plan. Implementation shall include, but is not limited to:
4
5 1. Installing and maintaining all temporary erosion and sediment control Best
6 Management Practices (BMPs) included in the TESC plan to assure continued
7 performance of their intended function. Damaged or inadequate TESC BMPs
8 shall be corrected immediately.
9
10 2. Inspecting all on-site erosion and sediment control BMPs at least once every
11 five working days and each working day there is a runoff event. Inspections
12 shall occur within 24 hours of the runoff event. A TESC Inspection Report shall
13 be prepared for each inspection and shall be included in the TESC file. A copy
14 of each TESC Inspection Report shall be submitted to the Engineer no later
15 than the end of the next working day following the inspection. The report shall
16 include, but not be limited to:
17
18 a. When, where and how BMPs were installed, maintained, modified,
19 and removed;
20 b. Observations of BMP effectiveness and proper placement;
21 c. Recommendations for improving future BMP performance with
22 upgraded or replacement BMPs when inspections reveal TESC plan
23 inadequacies.
24
25 3. Updating and maintaining a TESC file on site that includes, but is not limited to:
26
27 a. TESC Inspection Reports.
28 b. Temporary Erosion and Sediment Control (TESC) plan narrative.
29 c. National Pollutant Discharge Elimination System construction permit
30 (Notice of Intent).
31 d. Other applicable permits.
32
33 Upon request, the file shall be provided to the Engineer for review.
34
35 8-01.3(1)C Ground Water
36 This section including title is revised to read:
37
38 8-01.3(1)C Water Management
39 1. Ground Water
40 When ground water is encountered in an excavation, it shall be treated and
41 discharged as follows:
42
43 A. When the ground water conforms to Water Quality Standards for Surface
44 Waters of the State of Washington (Chapter 173-201A WAC), it may
45 bypass detention and treatment facilities and be routed directly to its
46 normal discharge point at a rate and method that will not cause erosion.
47
48 B. When the turbidity of the ground water is similar to the turbidity of the site
49 runoff, the ground water may be treated using the same detention and
50 treatment facilities being used to treat the site runoff and then discharged
51 at a rate that will not cause erosion.
52
53 C. When the turbidity is greater than the turbidity of the site runoff, the ground
54 water shall be treated separately until the turbidity is similar to or better
55 than the site runoff, and then may be combined and treated as in B,
56 above.
57 2. Process Water
31 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 All water generated on site from construction or washing activities that is more '
2 turbid than site runoff shall be treated separately until the turbidity is the same or
3 less than the site runoff, and then may be combined and treated as in 1B, above. '
4 Water may be infiltrated upon the approval of the Engineer.
5
6 3. Offsite Water
7 The Contractor shall, prior to disruption of the normal watercourse, intercept the
8 offsite stormwater and pipe it either through or around the project site. This water
9 shall not be combined with onsite stormwater and shall be discharged at its pre-
10 construction outfall point in such a manner that there is no increase in erosion ,
11 below the site.
12
13 The method for performing this work shall be provided by the Contractor for the
14 Engineer's approval. '
15
16 SECTION 8-02, ROADSIDE RESTORATION
17 August 1, 2005
18 8-02.3(2) Roadside Work Plan
19 This section is revised to read:
20
21 Before starting any work that disturbs the earth and as described in Sections 8-01, 8-02
22 and 8-03, the Contractor shall submit a roadside work plan for approval by the Engineer.
23 The roadside work plan shall define the work necessary to provide all contract
24 requirements, including: clearing and grubbing, roadway excavation and embankment, '
25 planting area preparation, seeding, planting, plant replacement, irrigation, and weed
26 control in narrative form.
27
28 The Roadside Work Plan shall also include the following: '
29
30 Progress Schedule
31 In accordance with Section 1-08.3, the Progress Schedule shall include the
32 planned time periods for work necessary to provide all contract requirements
33 covered in Sections 8-01, 8-02, and 8-03. Where appropriate, notes on the
34 schedule shall indicate the calendar dates during which these activities must occur.
35
36 Weed Control Plan
37 The Weed Control Plan shall be submitted and approved prior to starting any work
38 defined in Section 8-02.3(2).
39
40 The weed control plan shall show the scheduling of all weed control measures
41 required under the Contract including, hand weeding, rototilling, applications of
42 herbicides, noxious weed control, mowing, and shoulder slope weed control. Target
43 weeds and unwanted vegetation to be removed shall be identified and listed in the
44 weed control plan.
45
46 The plan shall be prepared and signed by a licensed Commercial Pest Control
47 Consultant when chemical pesticides are proposed. The plan shall include
48 methods of weed control; dates of weed control operations; and the name,
49 application rate, and Material Safety Data sheets of all proposed herbicides. In
50 addition, the Contractor shall furnish the Engineer with a copy of the current
51 product label for each pesticide and spray adjuvant to be used. These product
52 labels shall be submitted with the weed control plan for approval.
53
54 Plant Establishment Plan
55 The Plant Establishment Plan shall be prepared in accordance with Section 8-
56 02.3(13), submitted and approved prior to initial planting acceptance in accordance
32 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 with Section 8-02.3(12). The Plan shall show the proposed scheduling of activities,
2 materials, equipment to be utilized for the first year plant establishment, and an
3 emergency contact person. The Plan shall include the management of the
4 irrigation system, when applicable. Should the plan become unworkable at any time
5 during the first year plant establishment, the Contractor shall submit a revised plan
6 prior to proceeding with further work.
7
8 No on-site soil placement, grading, weed control, irrigation, or planting work shall
9 begin until the plan is approved. Upon approval of the roadside work plan by the
10 Engineer, the Contractor shall proceed in accordance with the approved plan.
11
12 8-02.3(12) Completion of Initial Planting
13 Item 1. is revised to read:
14
15 1. 100 percent of each of the plant material categories shall be installed as shown in
16 the Contract Plans. A minimum of 95% shall be in a healthy and vigorous growing
17 condition, as described in Section 8-02, on May 31st.
18
19 8-02.5 Payment
20 The 11th paragraph is revised to read:
21
22 Payment shall be increased to 70 percent of the unit contract price per each for
' 23 contracted plant material at the completion of the initial planting.
24
' 25 The 12th paragraph is revised to read:
26
27 Payment shall be increased to the appropriate percentage upon accomplishment of
28 the following phases of plant establishment.
29
30 3 months after completion of initial planting 80%
31 6 months after completion of initial planting 90%
' 32 Completion of 1 st year plant establishment 100%
33
34 The 25th paragraph is revised to read:
35
36 "Fine Compost ", per cubic yard.
37
38 The below bid item is inserted to follow the 25th paragraph:
39
40 "Coarse Compost", per cubic yard.
41
42 The 26th paragraph is revised to read:
43
44 The unit contract price per cubic yard for "Fine Compost' or "Coarse Compost" shall be
45 full pay for furnishing and spreading the compost onto the existing soil.
46
47 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
48 December 6, 2004
49 8-04.3(1)A Extruded Cement Concrete Curb
50 The second and third paragraphs are revised to read:
51
52 The pavement shall be dry and cleaned of loose and deleterious material prior to curb
' 53 placement. Cement concrete curbs shall be anchored to the existing pavement by
54 placing steel tie bars 1 foot on each side of every joint.
55
56 Tie bars shall meet the dimensions shown in the Standard Plans.
' 33 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB
3 August 2, 2004 '
4 8-07.1 Description
5 This section is revised to read: '
6
7 This work shall consist of furnishing and installing precast traffic curb, block traffic curb,
8 sloped mountable curb, or dual faced sloped mountable curb of the design and type
9 specified in the plans in accordance with these Specifications and in conformity to the '
10 Standard Plans and the locations indicated in the plans or as directed by the Engineer.
11
12 8-07.3(1) Installing Curbs
13 This section is supplemented with the following: '
14
15 For sloped mountable curb installed in curves, the units shall be either curved blocks
16 precast to the radii shown in the plans or tangent blocks sawn to the dimensions shown
17 in the Standard Plans to conform to the specified radii.
18
19 8-07.3(2) Painting of Curbs
20 The first sentence is revised to read:
21
22 Concrete curbing shall be painted with two full coats of paint conforming to Section 9-
23 34.2, as shown in the Plans or as designated by the Engineer.
24
25 8-07.4 Measurement
26 This section is supplemented with the following:
27
28 Sloped mountable curb will be measured by the linear foot along the front face of the
29 curb. Dual faced sloped mountable curb will be measured by the linear foot of tapered
30 block and nosing block installed. Measurement of both faces shall not be allowed.
31
32 8-07.5 Payment
33 This section is supplemented with the following:
34
35 "Precast Sloped Mountable Curb", per linear foot.
36 "Precast Dual Faced Sloped Mountable Curb", per linear foot.
37
38 SECTION 8-14, CEMENT CONCRETE SIDEWALKS
39 April 4, 2005
40 8-14.3(3) Placing and Finishing Concrete
41 The fourth paragraph is revised to read:
42
43 Sidewalk ramps shall be of the type specified in the Plans. The detectable warning
44 pattern shall have the truncated dome shape shown in the Standard Plans and may be
45 installed using a manufactured material before or after the concrete has cured, or by
46 installing masonry or ceramic tiles. Embossing or stamping the wet concrete to achieve
47 the truncated dome pattern or using a mold into which a catalyst hardened material is
48 applied shall not be allowed. Acceptable manufacturers' products are shown on the
49 Qualified Products List.
50
51 When masonry or ceramic tiles are used to create the detectable warning pattern, the
52 Contractor shall block out the detectable warning pattern area to the depth required for '
53 installation of the tiles and finish the construction of the concrete ramp. After the
34 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 concrete has set and the forms have been removed, the Contractor shall install the tiles
2 using standard masonry practices.
3
4 The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall
5 match Federal Standard 595a, color number 33538. When painting the detectable
6 warning pattern is required, paint shall conform to section 9-34.2(1).
8 8-14.3(5) Ramp Detectable Warning Retrofit
9 This section is supplemented with the following:
10
11 Where shown in the plans, the Contractor shall retrofit existing cement concrete
12 sidewalk ramps by installing a detectable warning pattern having the truncated dome
13 shape shown in the Standard Plans. The warning pattern shall be the width of the ramp
14 and cover the bottom two feet of the ramp. The truncated dome pattern shall be
15 perpendicular to the long axis of the ramp.
16
17 The Contractor shall use one of the detectable warning pattern products listed in the
18 Qualified Products List or submit another manufacturer's product for approval by the
19 Engineer. The warning pattern shall be capable of being bonded to an existing cement
20 concrete surface. The surface of the warning pattern, excluding the domes, shall not be
21 more than 3/8 inch above the surface of the concrete after installation.
22
23 8-14.4 Measurement
24 This section is supplemented with the following:
' 25
26 Ramp detectable warning retrofit will be measured by the square foot of truncated dome
27 material installed on the existing ramp.
28
r 29 8-14.5 Payment
r 30 The following new bid item is inserted after "Cement Conc. Sidewalk Ramp Type e" per
31 each.
' 32
33 "Ramp Detectable Warning Retrofit", per square foot.
34
35 SECTION 8-19, REDIRECTIONAL LAND FORM
' 36 April 5, 2004
37 This section is deleted, and the section title is revised to VACANT.
38
39 SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
40 April 5, 2004
41 8-20.3(5) Conduit
42 The third sentence in the seventeenth paragraph is revised to read:
43
44 Grout shall obtain a minimum of 4000 psi compressive strength at 7 days.
' 45
46 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes
47 This section is supplemented with the following:
' 48
49 Where conduit and junction boxes are placed in barrier, the Prime Contractor shall
50 coordinate the work of the Contractor constructing the barrier and the electrical
51 Contractor so that each junction box placed in the barrier is placed in correct alignment
52 with respect to the barrier, with the face of the box flush or uniformly chamfered within '/2
53 inch of the barrier surface. If any point on the surface of the junction box placed in
54 barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor
35 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 shall install a box extension meeting the Engineer's approval and grout around the '
2 extension or remove and replace the entire section of barrier.
3 '4 8-20.3(9) Bonding, Grounding
5 The first paragraph is revised to read:
6 '
7 All metallic appurtenances containing electrical conductors (luminaires, light standards,
8 cabinets, metallic conduit, non-metallic conduit, etc.) shall be made mechanically and
9 electrically secure to form a continuous systems which shall be effectively grounded.
10 Where metallic conduit systems are employed, the conduit system constitutes the ,
11 equipment grounding conductor. Where nonmetallic conduit is installed, the installation
12 shall include an equipment ground conductor, in addition to the conductors noted in the
13 contract. Bonding jumpers and equipment grounding conductors shall be installed in
14 accordance with Section 9-29.3. The equipment ground conductor between the '
15 isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper
16 conductor. Where parallel circuits are enclosed in a common conduit, the equipment
17 grounding conductor shall be sized by the rating of the largest overcurrent device
18 serving any circuit contained within the conduit. '
19
20 8-20.3(11) Testing
21 The fourth paragraph is revised to read:
22
23 When the project includes a traffic signal system, the Contractor shall conduct tests
24 noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a minimum of
25 five days advance written notice of the proposed traffic signal turn-on date and time.
26 The traffic signal turn-on procedure shall not begin until all required channelization,
27 pavement markings, illumination, signs, and sign lights are substantially complete and
28 operational unless otherwise allowed by the Engineer. The Contractor shall provide
29 traffic control to stop all traffic from entering the intersection. The Contracting Agency
30 electronics technician will program the controller and enter the timing data, then turn
31 the traffic signal system to its flash mode to verify proper flash indications. The
32 Contracting Agency electronics technician will then conduct functional tests to
33 demonstrate that each part of the traffic signal system functions as specified. The
34 Contractor shall conduct functional tests to demonstrate that each part of the
35 illumination system, or other electrical system, functions as specified. These
36 demonstration shall be conducted in the presence of a Contracting Agency electronic
37 technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or
38 his/her designee. The Contracting Agency electronics technician will then turn the traffic
39 signal to stop-and-go operation for no less than one full cycle. Based on the results of
40 the turn-on, the Engineer will direct the Contracting Agency electronics technician to
41 either turn the traffic signal on to normal stop-and-go operation, to turn the signal to
42 flash mode for a period not to exceed five calendar days, or to turn the signal off and
43 require the Contractor to cover all signal displays and correct all deficiencies.
44
45 SECTION 8-22, PAVEMENT MARKING
46 April 4, 2005
47 8-22.1 Description
48 Transverse Markings
49 This section is revised to read:
50
51 Crosswalk Line
52 A series of SOLID WHITE lines, 24 inches wide and 8 feet long, conforming to
53 details in the Standard Plans.
54
55 Stop Line
56 A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract.
36 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 Symbol Markings
3 This section is supplemented with the following:
4
5 Access Parking Space Symbol with Background
6 A WHITE marking with, a BLUE background and WHITE border conforming to
7 details in the Standard Plans that is used to a designate restricted parking stall on
8 cement concrete pavement surfaces.
9
10 Yield Line Symbol
11 A series of WHITE markings conforming to details in the Standard Plans forming a
12 transverse line across a vehicle path and used to designate the point when vehicles
13 shall yield before entering a traffic lane.
14
15 Yield Ahead Symbol
16 A WHITE marking conforming to details in the Standard Plans that is used in
17 advance of a yield line.
18
19 Speed Bump Symbol
20 WHITE marking used to identify a speed bump placed in a traffic lane.
21
22 8-22.3(2) Preparation of Roadway Surfaces
23 This section is revised to read:
24
25 For the application of paint the pavement surface temperature and ambient temperature
26 shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free
27 of contaminants such as surface oils. Portland cement concrete pavement shall have a
28 minimum compressive strength of 2500 psi and shall be dry, clean and free of
29 contaminants. Contaminants shall be removed by approved mechanical means.
30
31 For the application of plastic pavement marking material surface temperature and
32 ambient temperature shall be 50° F and rising. New and existing HMA pavement shall
33 be dry, clean, and free of contaminants such as surface oiis and existing pavement
34 marking materials. Portland cement concrete pavement shall also be free of
35 contaminants including curing agents. Contaminants shall be removed by approved
36 mechanical means.
37
38 Pavement surfaces shall be prepared for plastic marking application in accordance with
39 the previous paragraph and the pavement marking material manufacturer's
40 recommendations. Manufacturers of Type D material also require a pavement cure
41 period prior to application. Typically, Type D material applied on hot mix asphalt
42 pavement requires a pavement cure period of 21 days. Typically, Type D material
43 applied on portland cement concrete pavement requires a pavement cure period of 28
44 days. These cure periods may be reduced if the manufacturer performs a successful
45 bond test.
46
47 Existing pavement marking material shall be removed, measured, and paid for in
48 accordance with the provisions in this section of the Standard Specifications.
49
50 8-22.3(3) Marking Application
51 The first paragraph is revised to read:
52
53 Lane line and right edge line shall be white in color. Center line and left edge line shall
54 be yellow in color. All temporary pavement markings shall be retro reflective. Paint and
55 sprayed or extruded plastic material shall be applied with a top dressing of glass
56 breads. Two applications of paint will be required to complete all paint markings. The
37 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 time period between paint applications will vary depending on the type of pavement and '
2 paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows:
3 '4 Pavement Type Paint Type Time Period
5 Bituminous Surface Treatment Low VOC Waterborne 4 hours min., 48
6 hours max. '
7 Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30
8 days max.
9 Cement Concrete Pavement Low VOC Waterborne 4 hours min., 30
10 days max. '
11 Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48
12 hrs. max.
13 Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30
14 days max. '
15 Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30
16 days max.
17
18 The first sentence of the second paragraph is revised to read: '
19
20 Where paint is applied on centerline on two-way roads with bituminous surface
21 treatment or centerline rumble strips, the second paint application shall be applied in the
22 opposite direction as the first application.
23
24 The ninth and tenth paragraphs are revised to read:
25
26 Profiles are defined as that portion of the plastic line that is applied at a greater
27 thickness than the base line thickness. Profiles shall be applied using the extruded
28 method in the same application as the base line. See the Standard Plans for details.
29
30 Embossed plastic lines are defined as a plastic line applied with a transverse groove.
31 Embossed plastic lines may be applied with profiles. See the Standard Plans for details.
32
33 The last paragraph is revised to read:
34
35 When two or more spray applications are required to meet thickness requirements for
36 Type A and Type D materials, top dressing with glass beads is only allowed on the last
37 application. Any loose beads, dirt or other debris shall be swept or blown off the line
38 prior to application of each successive application. Successive applications shall be
39 applied squarely on top of the preceding application.
40
41 8-22.4 Measurement
42 The sixth paragraph is revised to read:
43
44 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking
45 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and
46 pattern shown in the Standard Plans. These lines will be measured as painted or plastic
47 line or wide line by the linear foot of line installed. Crosswalk line will be measured by
48 the square foot of marking installed.
49
50 The seventh paragraph is revised to read:
51
52 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad ;r
53 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and
54 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be
55 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each,
56 regardless of the number of arrow heads.
57
38 September 2005
or
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 The ninth paragraph is revised to read:
2
3 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane
4 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
5 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed
6 bump symbol will be measured per each. Removal of crosswalk lines will be measured
7 by the square foot of lines removed.
8
9 8-22.5 Payment
10 The following items are deleted:
11
12 "Painted HOV Lane Symbol Type "
13 "Plastic HOV Lane Symbol Type "
14
15 This section is supplemented with the following:
16
17 "Painted Access Parking Space Symbol with Background", per each.
18 "Plastic Access Parking Space Symbol with Background", per each.
19 "Painted HOV Lane Symbol", per each.
20 "Plastic HOV Lane Symbol", per each.
21 "Painted Yield Line Symbol", per each.
22 "Plastic Yield Line Symbol", per each.
23 "Painted Yield Ahead Symbol", per each.
24 "Plastic Yield Ahead Symbol", per each.
25 "Painted Speed Bump Symbol", per each.
26 "Plastic Speed Bump Symbol", per each.
27
28 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS
29 August 1, 2005
30 8-23.1 Description
31 The second paragraph under'Temporary Lane Line" is revised to read:
32
33 Lane line and right edge line shall be white in color. Center line and left edge line shall
34 be yellow in color. Edge Lines shall be installed only if specifically required in the
35 contract. All temporary pavement markings shall be retroreflective.
36
`' 37 SECTION 9-01, PORTLAND CEMENT
38 December 6, 2004
`r 39 9-01.2(1) Portland Cement
40 This section is revised to read:
41
42 Portland cement shall conform to the requirements for Types I, II, or III cement of the
43 Standard Specifications for Portland Cement, AASHTO M 85 or ASTM C 150, except
44 that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na20
45 plus 0.658 K20and except that the content of Tricalcium aluminate (C3A) shall not
46 exceed 8 percent by weight calculated as 2.650A1203 minus 1.692Fe203. The total
47 amount of processing additions used shall not exceed 1% of the weight of portland
48 cement clinker. The type and amount of processing additions used shall be shown on
1 49 mill test reports.
50
51 The time of setting shall be determined by the Vicat Test method, AASHTO T 131 or
53 ASTM C 191.
i
r
Ir.
39 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 9-01.2(4) Blended Hydraulic Cement
2 This section is revised to read:
3
4 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM)
5 (MS) cement conforming to AASHTO M 240 and meet the following additional
6 requirements:
7
8 1. Type IP(MS) Portland - Pozzolan Cement with moderate sulfate resistance.
9
10 This product shall be limited to Portland Cement and Pozzolan. Pozzolan shall '
11 be limited to fly ash or ground granulated blast furnace slag. Fly ash is limited
12 between 15 percent and 35 percent by weight of the cementitious material.
13 Ground granulated blast furnace slag is limited between 15 percent and 25
14 percent by weight of the cementitious material.
15
16 2. Type I(SM) (MS) Slag Modified Portland Cement with moderate sulfate
17 resistance.
18
19 This product shall be limited to Portland Cement and ground granulated blast
20 furnace slag. The addition of ground granulated blast furnace slag shall be
21 limited to a maximum of 25 percent by weight of the cementitious material.
22
23 3. Type I(PM)(MS) Pozzolan — Modified Portland Cement with moderate sulfate
24 resistance.
25
26 The product shall be limited to Portland Cement and pozzolan. The pozzolan
27 shall be limited to fly ash or ground granulated blast furnace slag at a
28 maximum of 15 percent by weight of the cementitious material.
29
30 The source and weight of the fly ash or ground granulated blast furnace slag shall be
31 certified on the cement mill test certificate and shall be reported as a percent by weight
32 of the total cementitious material. The fly ash or ground granulated blast furnace slag
33 constituent content in the finished cement will not vary morethan plus or minus 5
34 percent by weight of the finished cement from the certified value.
35
36 Fly ash shall meet the requirements of Section 9-23.9 of these Standard Specifications.
37
38 Ground granulated blast furnace slag shall meet the requirements of Section 9-23.10 of
39 these Standard Specifications.
40
41 SECTION 9-02, BITUMINOUS MATERIALS
42 August 1, 2005
43 9-02.1(3) Rapid-Curing (RC) Liquid Asphalt
44 The column headings MC-70, MC-250, MC-800, and MC-3000 are revised to RC-70, RC-
45 250, RC-800, and RC-3000 respectively.
46
47 The RC-250 requirement for"Residue of 680°F distillation % volume by difference" is revised
48 from 67 to 65.
49
50 9-02.1(4)A Performance Grade (PG) Asphalt Cement
51 This section including title is revised to read:
52
53 9-02.1(4)A Performance Graded Asphalt Binder
54
II
40 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
PG58 PG64 PG70 PG76
Performance Grade T_
-22 -28 -34 1 -22 -28 -34 -22 1 -28 1 -34 1 -22 1 -28
Original Binder
Flash point temp,
AASHTO T48 Minimum 230
°C
Viscosity,AASHTO T316
Maximum 3 Pa-s, test 135
temp, 'C
Dynamic shear, AASHTO
T315 G'/sins, minimum 58 64 70 76
1.00 kPa Test temp. @
10 rad/s, °C
Rolling Thin Film Oven Residue (AASHTO T240)
Mass Change, Maximum, 1 00
percent
Dynamic shear, AASHTO
T315 G'/sins, minimum 58 64 70 76
2.20 kPa Test temp.@ 10
rad/s, °C
Pressure Aging Vessel Residue (AASHTO R28)
PAV aging temperature, 100
°C
Dynamic shear, AASHTO
T315 G'sin6, maximum 22 19 16 25 22 19 28 25 22 31 28
5000 kPa Test temp. @
10 rad/s, °C
it
Creep stiffness, AASHTO
T313 S, maximum 300 -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18
MPa, m- value, minimum
0.300 Test temp. @ 60 s,
°C
1
2 All Performance Grade asphalt binders not included in this chart shall be determined by
3 Table 1-Performance Graded Asphalt Binder Specification in AASHTO M320.
r 4
5 9-02.1(9) Coal Tar Pitch Emulsion
6 The first two sentences are replaced with the following:
7
8 The coal tar pitch emulsions shall conform to the requirements found in ASTM D 5727.
9
10 SECTION 9-03, AGGREGATES
11 August 1, 2005
12 9-03.1(1) General Requirements
13 This section is revised to read:
14
15 Portland cement concrete aggregates shall be manufactured from ledge rock, talus, or
16 sand and gravel in accordance with the provisions of Section 3-01.
41 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 Aggregates tested in accordance with AASHTO T 303 or ASTM C 1260 with expansion
3 greater than 0.20 percent are Alkali Silica Reactive (ASR) and will require mitigating
4 measures. Aggregates tested in accordance with ASTM C 1293 with expansion greater
5 than 0.04 percent are Alkali Silica Reactive (ASR) and will require mitigating measures.
6
7 Aggregates for use in Commercial Concrete as defined in 6-02.3(2)6 shall not require ,
8 mitigation.
9
10 Mitigating measures for aggregates with expansions from 0.21 to 0.45 percent, when
11 tested in accordance with AASHTO T 303 or ASTM C 1260, may be accomplished by
12 using low alkali cement as per 9-01.2(3) or by using 25% Class F fly ash by total weight
13 of the cementitious materials. The Contractor may submit an alternative mitigating
14 measure through the Project Engineer to the State Materials Laboratory for-approval
15 along with evidence in the form of test results from AASHTO T 303 or ASTM C 1260 that
16 demonstrate the mitigation when used with the proposed aggregate controls expansion
17 to 0.20 percent or less. The agency may test the proposed ASR mitigation measure to
18 verify its effectiveness. In the event of a dispute, the agency's results will prevail.
19
20 Mitigating measures for aggregates with expansions greater than 0.45 percent when
21 tested in accordance with AASHTO T-303 or ASTM C-1260 shall include the use of low
22 alkali cement per 9-01.2(3) and may include the use of fly ash, lithium compound
23 admixtures, ground granulated blast furnace slag or other material as approved by the
24 Engineer. The Contractor shall submit evidence in the form of test results from ASTM C
25 1260 or AASHTO T 303 through the Project Engineer to the State Materials Laboratory
26 that demonstrate the proposed mitigation when used with the aggregates proposed will
27 control the potential expansion to 0.20 percent or less before the aggregate source may
28 be used in concrete. The agency may test the proposed ASR mitigation measure to
29 verify its effectiveness. In the event of a dispute, the agency's results will prevail.
30
31 Passing petrographic analysis (ASTM C 295) accepted by WSDOT prior to August 1,
32 2005, is acceptable as proof of mitigation until the aggregate source is reevaluated.
33
34 ASTM C 1293 sampling and testing must be coordinated through the WSDOT State
35 Materials Laboratory, Documentation Section utilizing the ASA (Aggregate Source
36 Approval ) process. Cost of sampling, testing, and processing will be borne by the
37 source owner.
38
39 9-03.1(4)C Grading
40 The third paragraph is revised to read:
41
42 In individual tests, a variation of four under the minimum percentages or over the
43 maximum percentages will be permitted, provided the average of three consecutive
44 tests is within the specification limits. Coarse aggregate shall contain no piece of greater
45 size than two times the maximum sieve size for the specified grading measured along
46 the line of greatest dimension.
47
48 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
49 This section is revised to read:
50
51 As an option to using Coarse and Fine graded aggregates for Portland Cement
52 Concrete, aggregate gradation may consist of a combined gradation. Aggregates shall
53 consist of sand, gravel, crushed stone, or other inert material or combinations thereof,
54 having hard, strong durable particles free from adherent coatings. Aggregates shall be
55 washed to remove clay, loam, alkali, organic matter, silt, bark, sticks, or other
56 deleterious matter.
57
42 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 9-03.1(5)6 Grading
2 This section is revised to read:
3
4 If a nominal maximum aggregate size is not specified, the Contractor shall determine
5 the nominal maximum aggregate size, using ACI 211.1 as a guide. In no case will the
6 maximum aggregate size exceed one-fifth of the narrowest dimension between sides of
7 the forms, one-third the depth of slabs, nor three-fourths of the minimum clear spacing
8 between individual reinforcing bars, bundles of bars, or pretensioning strands.
9
10 The combined aggregate shall conform to the following requirements based upon the
11 nominal maximum aggregate size.
12
13 Nominal Maximum
14 Aggregate Size 1-1/2 1 3/4 1/2 3/8 No. 4
15
16 2 100
17 1-1/2 87-100* 100
18 1 82-100* 100
19 3/4 62-88 $7-100- 100
20 1/2 57-83 81-100* 100
21 3/8 43-64 60-88 86-100* 100
22 4 29-47 34-54 41-64 48-73 68-100*
23 8 19-34 22-39 27-47 31-54 39-73
24 16 12-25 14-29 17-34 20-39 24-54 28-73
25 30 7-18 8-21 9-25 11-29 13-39 16-54
26 50 3-14 3-15 4-18 5-21 6-29 7-39
27 100 0-10 0-11 0-14 0-15 0-21 0-29
28 200 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0
29
3 £
31 1 '* = Nominal Maximum Size
32 All percentages are by weight.
33
34 Nominal maximum size for concrete aggregate is defined as the smallest standard sieve
35 opening through which the entire amount of the aggregate is permitted to pass.
36 Standard sieve sizes shall be those listed in ASTM C 33.
37
38 The Contracting Agency may sample each component aggregate prior to introduction to
39 the weigh batcher or as otherwise determined by the Engineer. Each separate
> 40 component will be sieve analyzed alone per AASHTO Test Method T-1 1/27. All material
41 components will be mathematically re-combined by proportions (Weighted Average),
42 supplied by the Contractor.
43
44 9-03.8(2) HMA Test Requirements
45 Number 1 is revised to read:
46
47 Vacant.
48
49 Item 3 is revised to read:
50
51 3. The uncompacted void content for the combined fine aggregate is tested in
52 accordance with WSDOT Test Method for AASHTO T 304, Method A. The minimum
53 percent voids shall be as required in the following table:
54
55 Traffic HMA Evaluation
56 ESAL's (millions) Statistical & Nonstiatistical Commercial
57 < 3 40 40
43 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 >_ 3 44 40
2
3 The last paragraph of this section is revised to read:
4
5 When material is being produced and stockpiled for use on a specific contract or for a
6 future contract, the fine aggregate angularity, fracture, and sand equivalent
7 requirements shall apply at the time of stockpiling. When material is used from a
8 stockpile that has not been tested as provided above, the specifications for fine
9 aggregate angularity, fracture, and sand equivalents shall apply at the time of its
10 introduction to the cold feed of the mixing plant.
11
12 9-03.8(7) HMA Tolerances and Adjustments
13 The requirement for"VMA" is revised to read:
14
15 VMA 1.5% below minimum value in 9-03.8(2)
16
17 9-03.12(4) Gravel Backfill for Drains
18 The percent Passing for Sieve size 3/8" square is revised from "10 -40"to "0 -40".
19
20 9-03.12(5) Gravel Backfill for Drywells
21 The percent passing for sieve size 1" square is revised to "50-100".
22
23 9-03.14 Borrow
24 This section is supplemented with the following:
25
26 9-03.14(1) Gravel Borrow
27 Ballast may be substituted for gravel borrow for embankment construction.
28
29 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall
30 All backfill material used in the reinforced soil zone of the geosynthetic retaining wall
31 shall conform to requirements of Section 9-03.14(1) and shall be free draining, free from
32 organic or otherwise deleterious material. The material shall be substantially free of
33 shale or other soft, poor durability particles, and shall not contain recycled materials,
34 such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete
35 rubble. The backfill material shall meet the following requirements:
36
37 Property Test Method Allowable Test Value
38 Los Angeles Wear,
39 500 rev. AASHTO T 96 35 percent max.
40 Degradation WSDOT Test Method 113 15 min.
41 pH AASHTO T 289-91
42
43 ** 4.5 to 9 for permanent walls and 3 to 10 for temporary walls
44
45 Wall backfill material satisfying these gradation, durability and chemical requirements
46 shall be classified as nonaggressive.
47
48 9-03.21(2) Recycled Hot Mix Asphalt
49 The Maximum Bitumen Content (Percent) for Gravel Borrow is revised from "0" to "1.2".
50
51 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS
52 April 5, 2004
53 9-04.2(2) Two Component Poured Rubber Joint Sealer
54 The section title is revised to read:
44 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 9-04.2(2) Poured Rubber Joint Sealer
3
4 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
5 August 1, 2005
6 9-05.1(2) Zinc Coated (Galvanized) or Aluminum Coated (Aluminized) -
7 Corrugated Iron or Steel Drain Pipe
8 This section is revised to read:
9
10 Zinc coated (galvanized) or aluminum coated (aluminized Type 2)'corrugated iron or
11 steel drain pipe shall meet the requirements of AASHTO M 36. The steel sheet
12 thickness shall be 0.064 inch for 6-inch diameter and larger drain pipe. Zinc coated
13 steel shall meet the material requirements of AASHTO M 218 (ASTM A929). Aluminum
14 coated steel shall meet the material requirements of AASHTO M-274 (ASTM A929).
15
16 9-05.2(4) Zinc Coated (Galvanized) or Aluminum Coated (Aluminized) -
17 Corrugated Iron or Steel Underdrain Pipe
18 This section is revised to read:
19
20 Zinc coated (galvanized) or aluminum coated (aluminized type 2) corrugated iron or
21 steel underdrain pipe shall meet the fabrication requirements of AASHTO M 36, except
22 that perforations required in Class I, II, and III pipe may be located anywhere on the
23 tangent of the corrugations provided the other perforation spacing requirements remain
24 as specified. Zinc coated steel shall meet the material requirements of AASHTO M 218
25 (ASTM A929). Aluminum coated steel shall meet the material requirements of
26 AASHTO M-274 (ASTM A929).
27
28 The pipe may conform to any one of the Type III pipes specified in AASHTO M 36, and
29 perforations in Class I, II, and III pipe may be drilled or punched. The sheet thickness
30 shall be 0.064 inch for 6-inch and larger diameter underdrain pipe.
31
32 9-05.4 Steel Culvert Pipe and Pipe Arch
33 This section is revised to read:
34
35 Steel culvert pipe and pipe arch shall meet the fabrication requirements of AASHTO M
36 36, Type I and Type II. . Zinc coated steel shall meet the material requirements of
37 AASHTO M 218 (ASTM A929). Aluminum coated steel shall meet the material
38 requirements of AASHTO M-274 (ASTM A929).
39
40 9-05.4(3) Protective Treatment
41 This section is revised to read:
42
43 Steel pipe and pipe arch culverts shall be coated by one of the following protective
44 treatments, when such treatment is specified:
45
46 Treatment 1 Coated uniformly inside and out with asphalt as per 9-05.4(4)
47 (AASHTO M190 Type A) or with polymer as per 9-05.4(6).
48 Treatment 2 Coated uniformly inside and out with asphalt and with an asphalt
49 paved invert (AASHTO M 190 Type C) or with polymer as per 9-
50 05.4(6).
51 Treatment 3 This treatment is no longer available.
52 Treatment 4 This treatment is no longer available.
53 Treatment 5 Coated inside and out with asphalt and a 100 percent periphery
54 inside spun asphalt lining (AASHTO M 190 Type D).
55 Treatment 6 This treatment is no longer available.
56
.. 45 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 9-05.4(4) As Coatings and Paved Inverts
Asphalt 9
2 Aluminum thickness in inches is deleted from the chart under item 1.
3
4 The second paragraph under item 2 is revised to read:
5
6 The paved invert for Treatment 2 shall consist of bituminous material applied in such a
7 manner that one or more smooth pavements will be formed in the invert filling the
8 corrugations for at least 40 percent of the circumference. The pavement shall have a
9 minimum thickness of 1/8 inch above the crest of the corrugations except where the
10 upper edges intercept the corrugation. The pavements shall be applied following the
11 coating with asphalt . Treatment 5 may be substituted for Treatment 2, at the option of
12 the Contractor.
13
14 Section 9-05 is supplemented with the following new section:
15
16 9-05.4(5) Polymer Protective Coating
17 Polymer coated steel pipe and pipe-arch shall meet the fabrication requirements of
18 AASHTO M 36 (ASTM A760). Polymer protective coatings shall meet the material
19 requirements of AASHTO M 246 (ASTM A742). Polymer coating shall be mill applied to
20 galvanized steel coils before fabrication and shall measure 10 mils thick on each side.
21
22 9-05.5(3) Protective Treatment
23 This section including title is revised to read:
24
25 9-05.5(3) Vacant
26
27 9-05.5(4) Asphalt Coatings
28 This section including title is revised to read:
29
30 9-05.5(4) Vacant
31
32 9-05.9 Steel Spiral Rib Storm Sewer Pipe
33 This section is revised to read:
34
35 Steel spiral rib storm sewer pipe shall meet the fabrication requirements of AASHTO M
36 36 and these Specifications. Zinc coated steel shall meet the material requirements of
37 AASHTO M 218 (ASTM A929). Aluminum coated steel shall meet the material
38 requirements of AASHTO M-274 (ASTM A929). The size, coating, metal, and
39 protective treatment, if any, shall be as shown in the Plans or in the specifications.
40
41 The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a
42 Manufacturer's Certificate of Compliance stating that the materials furnished comply in
43 all respects with these Specifications. The Engineer may require additional information
44 or tests to be performed by the Contractor at no expense to the Contracting Agency.
45
46 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends
47 cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly.
48 Spiral rib pipe shall be fabricated by using a continuous helical lock seam.
49
50 Spiral rib storm sewer pipe shall have helical ribs that project outwardly, be formed from
52 a single thickness of material, and conform to one of the following configurations:
53 1. 3/4 inch wide by 3/4 inch deep ribs at 7-1/2 inches on center.
54 2. 3/4 inch wide by 1 inch deep ribs at 11-1/2 inches on center.
55 3. 3/4 inch wide by 5/8 inch deep ribs at 12 inches on center.
56
46 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 Pipe shall be fabricated with ends that can be effectively jointed with coupling
2 bands-When it is required, spiral rib pipe shall be furnished with bituminous or polymer
3 protective treatment 1 or 2 treated or paved. The bituminous treatment for spiral rib pipe
4 shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). Polymer coating
5 shall conform to Section 9-05.4(5).
6
7 9-05.9(2) Continuous Welded Seam Pipe
8 This section including title is revised to read:
9
10 9-05.9(2) Vacant
11
12 9-05.10 Steel Storm Sewer Pipe
13 This section is revised to read:
14
15 Steel storm sewer pipe shall conform to the requirements of Section 9-05.4 for steel
16 culvert pipe, except that protective coating shall be Treatment 1 or 5, and be
17 constructed of helically corrugated lock seam pipe. When gasketed helically corrugated
18 lock seam steel pipe is called for, and the pipe is properly sized to meet hydraulic
19 requirements, Treatment 5 is not required.
20
21 9-05.11 Aluminum Storm Sewer Pipe
22 This section is revised to read:
23
24 Aluminum storm sewer pipe shall conform to the requirements of Section 9-05.5 for
25 aluminum culvert pipe, and the pipe shall be constructed of helically corrugated lock
26 seam aluminum pipe.
27
28 9-05.16 Grate Inlets and Drop Inlets
j 29 The first and second paragraphs are revised to read:
30
31 Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except
32 structural tube shall conform to ASTM A 500, Grade B, and structural shapes may
33 conform to ASTM A 992. After fabrication, the steel shall be galvanized in accordance
34 with AASHTO M 111, or galvanized with a hot-sprayed (plasma flame applied) 6 mil
35 minimum thickness plasma coating.
36
37 Steel grating shall be fabricated by weld connections. Welds, welding procedures, and
38 welding materials shall conform with the AWS D1.101.1 M, latest edition, Structural
39 Welding Code.
40
41 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
42 This section is revised to read:
43
44 Aluminum spiral storm sewer pipe shall meet the fabrication requirements of AASHTO
45 M 196 and these Specifications. Aluminum alloy shall meet the material requirements of
46 AASHTO M 97 (ASTM B744). The size and corrugation shall be as shown in the Plans
47 or in the Specifications. The size, metal, and protective treatment shall be as shown in
48 the Plans or in the Specifications.
49
50 The manufacturer of spiral rib storm sewer pipe shall furnish to the Engineer a
51 Manufacturer's Certificate of Compliance stating that the materials furnished comply in
52 all respects with these Specifications. The Engineer may require additional information
53 or tests to be performed by the Contractor at no expense to the Contracting Agency.
54
55 Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends
56 cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly.
57 Spiral rib pipe shall be fabricated by using a continuous helical lock seam.
t47 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 Spiral rib storm sewer pipe shall have helical ribs that project outwardly, be formed from
3 a single thickness of material, and conform to one of the following configurations:
4
5 1. 3/4 inch wide by % inch deep ribs at 7-1/2 inches on center.
6 2. 3/4 inch wide by 1 inch deep ribs at 11-1/2 inches on center.
7 3. 3/4 inch wide by 5/8 inch deep ris at 12 inches on center.
8
9 Pipe shall be fabricated with ends that can be effectively jointed with coupling bands.
10
11 9-05.19 Corrugated Polyethylene Culvert Pipe
12 The first paragraph is revised to read:
13
14 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294
15 Type S or D for pipe 12-inch to 60-inch diameter.
16
17 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
18 January 5, 2004
19 9-06.16 Roadside Sign Structures
20 The third paragraph is revised to read:
21
22 Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A
23 992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as
24 an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not
25 otherwise specified shall conform to either ASTM A 36 or ASTM A 992.
26
27
28 9-07.10 Prestressing Reinforcement Strand
29 The fourth paragraph is revised to read:
30
31 For every 5 reels furnished, one sample, not less than 5 feet long, shall be sent to the
32 Engineer for testing. Samples of the furnished reels with Manufacturer's Certificate of
33 Compliance, a mill certificate, and test report may be shipped directly by the
34 manufacturer to the Engineer. An independent inspector, approved by the Contracting
35 Agency, shall be present during sampling and shall provide a written certification to the
36 Engineer.
37
38 9-07.11 Prestressing Reinforcement Bar
39 The sixth paragraph is revised to read:
40
41 For each heat of steel for high-strength steel bar, the Contractor shall submit two
42 samples, each not less than 5 feet long, to the Engineer for testing.
43
44 SECTION 9-08, PAINTS
45 April 5, 2004
46 9-08.2 Paint Formulas — General
47 The following paint formulas and associate specifications are deleted:
48
49 Formula A-6-86 Zinc Dust Zinc Oxide Primer
50 Formula H-2-83-White Masonry Paint for Precast Curbs
51 Formula H-3-83 Yellow Masonry Paint for Precast Curbs
52
48 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 SECTION 9-09, TIMBER AND LUMBER
2 January 5, 2004
3 9-09.2 Grade Requirements
4 Under "Structures", the last sentence is revised to read:
5
6 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or
7 Hem-Fir No. 1.
8
9 SECTION 9-10, PILING
10 April 5, 2004
11 9-10.5 Steel Piling
12 This section is revised to read:
13
14 The material for steel piling and pile splices shall conform to ASTM A 36 or ASTM A 992,
15 except the material for steel pipe piling and splices shall conform to the requirements of
16 ASTM A 252, Grade 2. Steel soldier piles, and associated steel bars and plates, shall
17 conform to ASTM A 36 or ASTM A 992, except as otherwise noted in the Plans. All steel
18 piling may be accepted by the Engineer based on the Manufacturer's Certification of
19 Compliance.
20
21 SECTION 9-12, MASONRY UNITS
22 August 1, 2005
_ 23 9-12.4 Precast Concrete Manholes
24 The third paragraph is revised to read:
25
26 Manufacturers may reinforce the concrete mix with synthetic fibers as an alternate to
27 conventional secondary reinforcement in 48-inch diameter by 3-foot high eccentric or
28 concentric cone sections. The synthetic fiber, either nylon multifilament fibers or
29 polypropylene fibrillated fibers, shall meet the requirements of ASTM C 1116 , Section
30 4.1.3 and Note 3 and [CC ES AC 32, Sections 4.1.1 and 4.1.2. Synthetic fibers shall be
31 added at a rate of 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or
32 1.5 pounds of Polypropylene Fibrillated fibers per cubic yard of concrete and shall be
33 thoroughly mixed with the concrete before placement in the forms. The synthetic fibers
34 shall be a minimum of 0.75 inches and a maximum of 2 inches in length. A minimum of
35 two hoops of W2 wire shall be placed in the 48-inch end of each cone. No steel is
36 required in the remainder of the cone. Precast concrete units shall be furnished with
37 knockouts or cutouts.
38
39 9-12.5 Precast Concrete Catch Basins
40 The first and second sentences in the second paragraph are revised to read:
41
42 As an alternate, Type 1, Type 1L and Type 1P, Catch Basins may be fabricated using
43 synthetic fiber reinforcement, either nylon multifilament fibers or polypropylene fibrillated
44 fibers, meeting the requirements of ASTM C 1116 Section 4.1.3 and Note 3 and ICC ES
45 AC 32, Sections 4.1.1 and 4.1.2.. Synthetic fibers shall be added at the rate of 1.0
46 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of
47 Polypropylene Fibrillated fibers per cubic yard of concrete, and shall be thoroughly
48 mixed with the concrete before placement
49
49 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
2 August 1, 2005
3 9-14.4(1) Straw
4 The first sentence is revised to read:
5
6 All straw material shall be in an air dried condition free of noxious weeds and other
7 materials detrimental to plant life.
8
9 9-14.4(8) Compost
10 This section is revised to read:
11
12 Compost products shall be the result of the biological degradation and transformation of
13 plant-derived materials under controlled conditions designed to promote aerobic
14 decomposition. Compost shall be stable with regard to oxygen consumption and carbon
15 dioxide generation. Compost shall be mature with regard to its suitability for serving as
16 a soil amendment or an erosion control BMP as defined below. The compost shall have
17 a moisture content that has no visible free water or dust produced when handling the
18 material.
19
20 Compost production and quality shall comply with Chapter 173-350 WAC.
21
22 Compost products shall meet the following physical criteria:
23
24 1. Compost material shall be tested in accordance with Testing Methods for the
25 Examination of Compost and Composting (TMECC) Test Method 02.02-B,
26 "Sample Sieving for Aggregate Size Classification".
27
28 Fine Compost shall meet the following:
29
30 Min. Max.
31 Percent passing 2" 100%
32 Percent passing 1" 90% 100%
33 Percent passing 3/4" 70% 100%
34 Percent passing W 40% 75%
35 Maximum particle length of 6 inches
36
37 Coarse Compost shall meet the following:
38
39 Min. Max.
40 Percent passing 3" 100%
41 Percent passing 1" 90% 100%
42 Percent passing 3/4" 70% 100%
43 Percent passing '/4" 40% 60%
44 Maximum particle length of 6 inches
45
46
47 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC
48 04.11-A, "1:5 Slurry pH".
49
50 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be
51 less than 0.5 percent on a dry weight or volume basis, whichever provides for
52 the least amount of foreign material.
53
54 4. Minimum organic matter shall be 40 percent dry weight basis as determined by
55 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method".
56
50 September 2005 '
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 5. Soluble salt contents shall be less than 6.0 mmhos/cm tested in accordance
2 with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis".
3
4 6. Maturity greater than 80% in accordance with TMECC 05.05A, "Germination
5 and Root Elongation".
6
7 7. Stability 8 or below in accordance with TMECC 05.08-B, Carbon Dioxide
8 Evolution Rate".
9
10 8. The compost product must originate a minimum of 65 percent by volume from
11 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A
12 maximum of 35 percent by volume of other approved organic waste and/or
13 biosolids may be substituted for recycled plant waste. The supplier shall
14 provide written verification of feedstock sources
15
16 The compost supplier will test all compost products within 30 calendar days prior to
17 initial application with samples taken from the material stockpiled by the supplier for
18 project use. Samples will be taken using the Seal of Testing Assurance (STA) sample
19 collection protocol. (The sample collection protocol can be obtained from the U.S.
20 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741
21 Phone: 631-7374931). The sample shall be sent to an independent STA Program
22 approved lab. The compost supplier will pay for the test. A copy of the approved
23 independent STA Program laboratory test report shall be submitted to the Contracting
24 Agency prior to initial application of the compost.
25
26 Compost not conforming to the above requirements or taken from a source other than
27 those tested and accepted shall be immediately removed from the project and replaced
28 at no cost to the Contracting Agency.
29
► 30 The contractor shall either select a compost supplier from the Qualified Products List, of
31 submit the following information to the Engineer for approval:
32
33 1. A Request for Approval of Material Source.
34
35 2. A copy of the Solid Waste Handling Permit issued to the supplier by the
36 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional
37 Standards for Solid Waste Handling).
38
39 3. The supplier shall verify in writing, and provide lab analyses that the material
40 complies with the processes, testing, and standards specified in WAC 173-350
�r 41 and these specifications. The analysis shall be performed by an independent
42 STA Program certified laboratory.
43
44 4. A list of the feedstock by percentage present in the final compost product.
45
46 5. A copy of the producers Seal of Testing Assurance certification as issued by
47 the U.S. Composting Council.
48
49 Acceptance will be based upon a satisfactory Test Report from an independent STA
50 program certified laboratory.
51
52 Section 9-14.4 is supplemented with the following new sections:
53
54 9-14.4(9) Bonded Fiber Matrix (BFM)
55 The BFM shall be a hydraulically-applied blanket/mulch/covering composed of long
56 strand, thermally processed wood fibers and crosslinked, hydro-colloid tackifier. The
57 BFM may require a 2448 hour curing period to achieve maximum performance. Once
51 September 2005
i
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 cured, the BFM forms an intimate bond with the soil surface to create a continuous
2 absorbent, flexible erosion resistant blanket that allows for rapid germination and
3 accelerated plant growth.
4
5 9-14.4(10) Mechanically-Bonded Fiber Matrix (MBFM)
6 The MBFM shall be a hydraulically-applied, flexible erosion control
7 blanket/mulch/covering composed of long strand, thermally processed wood fibers,
8 crimped, interlocking fibers and performance enhancing additives. The MBFM shall
9 require no curing period and upon application forms an intimate bond with the soil
10 surface to create a continuous, porous, absorbent and erosion resistant blanket that
11 allows for rapid germination and accelerated plant growth.
12
13 9-16.3(2) Posts and Blocks
14 The first sentence of the first paragraph is revised to read:
15
16 Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber,
17 waterborne chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), or
18 ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel; except
19 only treated timber posts and blocks may be used for weathering steel beam guardrail.
20
21 In the second paragraph, the treatment for Pentachlorophenol is revised from 060 lbs. pcf to
22 0.60 lbs. pcf.
23
24 The fourth paragraph is revised to read:
25
26 Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36 or
27 ASTM A 992, and shall be galvanized in accordance with AASHTO M 111. Welding
28 shall conform to Section 6-03.3(25). All fabrication shall be completed prior to
29 galvanizing.
30
31 9-16.3(4) Hardware
32 This section is revised to read:
33
34 Bolts, unless otherwise specified, shall comply with ASTM A 307 Grade A specifications.
35 High strength bolts shall conform to the requirements of AASHTO M 164. Nuts, unless
36 otherwise specified, shall comply with ASTM A 563 Grade A specifications. Washers,
37 unless otherwise specified, shall meet ASTM F 844 specifications. The Contractor shall
38 submit a manufacturer's certificate of compliance for high strength bolts, nuts, and
39 washers prior to installing any of the hardware. A307 Bolts will be accepted by field
40 verification and documentation that bolt heads are stamped 307A.
41
42 9-16.3(5) Anchors
43 The sixth paragraph is revised to read:
44
45 The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming to
46 the specifications of ASTM A 36, except that the W200 x 27 may conform to ASTM A
47 992.
48
49 SECTION 9-17, FLEXIBLE GUIDE POSTS
50 January 5, 2004
51 9-17.3 Field Tests '
52 In the last paragraph, the last sentence is revised to read:
53
54 At least 70 percent of the guide posts must pass each criteria in the 55 miles per hour
55 series of impacts to be acceptable
56
52 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 SECTION 9-20, CONCRETE PATCHING MATERIAL
2 August 1, 2005
3 This section is revised in its entirety to read:
4
5 9-20.1 Patching Material
6 Concrete patching material will be prepackaged mortar extended with aggregate. The
7 amount of aggregate for extension shall conform to the manufacturer's
8 recommendation.
9
10 9-20.2 Specifications
11 Patching mortar and patching mortar extended with aggregate shall contain cementious
12 material and meet the following requirements:
13
14 9-20.21 Patching Mortar
P tching Mortar ASTM Test Method S ecification
Compressive Strength
at 3 hours C 39 Minimum 3,000 psi
at 24 hours C 39 Minimum 5,000 psi
Length Change
at 28 days C 157 0.15 percent maximum
Total Chloride Ion Content C 1218 1 lb/yd maximum
Bond Strength
at 24 hours C 882(As modified by C Minimum 1,000 psi
928, Section 8.5
Scaling Resistance(at 25 cycles of C 672(As modified by C 1 lb/ft maximum
15 freezing and thawing) 928, Section 8.4)
16 9-20.2(2) Patching Mortar Extended with A re ate
Patch Mortar Extended with Aggregate ASTM Test Method Specification
Compressive Strength
at 3 hours C 39 Minimum 3,000 psi
at 24 hours C 39 Minimum 5,000 psi
Length Change
at 28da s C 157 0.15 percent maximum
Bond Strength
at 24 hours C 882(As modified by Minimum 1,000 psi
ASTM C 928, Section 8.5)
Scaling Resistance (at 25 cycles of C 672 2 Maximum Visual
freezing and thawing) Ratin
Freeze thaw C 666 Maximum expansion-
0.10% Minimum
17
durabilit 90.0%
18 The Manufacturer shall use the services of a laboratory that has an equipment
19 calibration verification system and a technician training and evaluation process per
20 AASHTO R-18 to include all tests specified in Section 9-20.
21
22 9-20.2(3) Aggregate
23 Aggregate used to extend the patching mortar shall meet the requirements of Section 9-
24 03.1(4) and be AASHTO Grading No. 7 or 8. A Manufacturers Certificate of Compliance
25 shall be required showing the aggregate source and the gradation. Mitigation for Alkali
26 Silica Reaction (ASR) will not be required for the extender aggregate used for concrete
27 patching material.
28
f
53 September 2005
l
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 9-20.2(4) Water
2 Water shall meet the requirements of Section 9-25.1. The quantity of water shall be
3 within the limits recommended by the manufacturer
4
5 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES
6 April 4, 2005
7 This section is supplemented with the following new sub sections:
8
9 9-23.10 Ground Granulated Blast Furnace Slag
10 Ground granulated blast furnace slag shall meet the requirements of AASHTO M 302,
11 Grade 100 or Grade 120. The grade of the ground granulated blast furnace slag, the
12 source, and type of manufacturing facility shall be certified on the cement mill test
13 certificate.
14
15 9-23.11 Microsilica Fume
16 Microsilica Fume shall conform to the requirements of AASHTO M 307. The optional
17 physical requirement for Reactivity with Cement Alkalies set forth in Table 3 will be
18 required when Microsilica Fume is being used as an ASR mitigation measure.
19
20 SECTION 9-28, SIGNING MATERIALS AND FABRICATION
21 August 2, 2004
22 9-28.1 General
23 The third sentence in the first paragraph is deleted.
24
25 9-28.8 Sheet Aluminum Signs
26 The sheet thickness chart is revised to read:
27
28 Maximum Horizontal Dimension Sheet Aluminum Thickness
29 Overlay panels 0.050 inch
30 Up to 20 inches 0.063 inch
31 20 inches to 36 inches, inclusive 0.080 inch
32 Over 36 inches (Permanent Signs) 0.125 inch
33
34 The fourth paragraph is revised to read:
35
36 Before placing aluminum in contact with untreated steel, the steel surfaces shall be
37 protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-11-
38 99 and two coats of aluminum paint D-1-57.
39
40 9-28.10 Plywood Signs
41 This section is deleted.
42
43 9-28.11 Hardware
44 The entry for hardware item "Angle and "Z" Bar' in the table in this section is revised to read:
45
46 Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum
47 ASTM A 36 or ASTM A 992 Steel
48
49 9-28.14(2) Steel Structures and Posts
50 This section is revised to read:
51
52 Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for
53 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36
54 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall
54 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 thickness shall be as shown in the Plans or Standard Plans. All other structural steel for
2 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36
3 or ASTM A 992. Truss member connection hardware shall conform to Section 9-
4 06.5(3).
5
6 Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B
7 Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural
8 steel for bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A
9 992. U bolts, and associated nuts and washers, shall be stainless steel conforming to
10 Section 9-28.11, and shall be fabricated hot.
11
12 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
13 ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts
14 and washers for sign bridge and cantilever sign structure foundations shall conform to
15 AASHTO M 291 Grade DH and AASHTO M 293, respectively.
16
17 Steel sign structures and posts shall be galvanized after fabrication in accordance with
18 AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall
19 be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise
20 specified in the Plans or Special Provisions, metal surfaces shall not be painted.
21
22 Except as otherwise noted, steel used for sign structures and posts shall have a
23 controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the
24 Plans or Special Provisions specify painting of the galvanized steel surfaces, then the
25 controlled silicon content requirement does not apply for those steel members. Mill test
26 certificates verifying the silicon content of the steel shall be submitted to both the
27 galvanizer and the Engineer prior to beginning galvanizing operations.
28
29 Minor fabricating and modifications necessary for galvanizing will be allowed if not
.. 30 detrimental to the end product as determined by the Engineer. If such modifications are
31 contemplated, the Contractor shall submit to the Engineer, for approval, six copies of
32 the proposed modifications, prior to fabrication.
33
34 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL
35 April 4, 2005
36 9-29.3 Conductors, Cable
37 Under the second paragraph, item 5 is revised to read:
38
39 5. Pole and bracket cable shall be a two-conductor cable rated for 600 volts. The
40 individual conductors shall be one red and one black 19-strand No. 10 AWG
41 copper, assembled parallel. The conductor insulation shall be 45-mil polyvinyl
42 chloride or a 600 volt rated cross-linked polyethylene. The Jacketing shall be
43 polyethylene or polyvinyl chloride not less than 45-mils thick. If luminaires with
44 remote ballasts are specified in the contract, this same cable shall be used
45 between luminaire and ballast for both timber and ornamental pole construction. If
46 the luminaire requires fixture wire temperatures greater than 75°C, the outer jacket
47 shall be stripped for that portion of the cable inside the luminaire. The single
48 conductors shall then be sheathed with braided fiberglass sleeving of the
49 temperature rating recommended by the luminaire manufacturer.
50
51 9-29.6 Light and Signal Standards
52 The first paragraph is supplemented with the following
53
54 Fabrication of light and signal standards shall conform to the applicable requirements of
55 Section 6-03.3(14).
56
55 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 9-29.6(1) Light and Signal Standards
2 This section including title is revised to read:
3
4 9-29.6(1) Steel Light and Signal Standards
5 Steel plates and shapes for light and signal standards shall conform to ASTM A 36,
6 except that structural shapes may conform to ASTM A 992. Shafts for light and signal
7 standards, except Type PPB signal standards, shall conform to ASTM A 572 Grade 50.
8 Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM
9 signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for
10 light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in
11 the Standard plans for fixed base light standards. Base plates for signal standards shall
12 conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners
13 for handhole covers, bands on lighting brackets, and connector attachment brackets
14 shall conform to ASTM F 593.
15
16 Light and signal standards shall be hot-dipped galvanized in accordance with AASHTO
17 M 111 and AASHTO M 232.
18
19 Steel used for light and signal standards shall have a controlled silicon content of either
20 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon
21 content of the steel shall be submitted to both the galvanizer and the Engineer prior to
22 beginning galvanizing operations.
23
24 9-29.6(2) Slip Base Hardware
25 This section is revised to read:
26
27 Slip plates and anchor plates for light standards and for Type FB and RM signal
28 standards shall conform to the requirements of ASTM A 572 Grade 50. The keeper
29 plate shall be 28 gage, conforming to ASTM A 653 coating designation G 90. Clamping
30 bolts for slip base assemblies and slip base adapters shall conform to AASHTO M 164.
31 Studs and bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall
32 conform to AASHTO M 291 Grade DH. Hardened washers shall conform to AASHTO M
33 293. Plate washers shall conform to ASTM A 36.
34
35 Galvanized bolts shall meet standard specification 9-06.5(4).
36
37 9-29.10 Luminaires
38 Under the first paragraph, the third sentence in item D is revised to read:
39
40 All internal luminaire assemblies shall be assembled on or fabricated from either
41 stainless steel or galvanized steel.
42
43 9-29.13 Traffic Signal Controllers
44 This section is supplemented with the following:
45
46 All Traffic Signal Control Equipment Shall be Tested As Follows.
47
48 The supplier shall:
49
50 1. Seven days prior to shipping, arrange appointment for controller cabinet
51 assembly, and testing at the WSDOT Materials Laboratory or the facility
52 designated in the Special Provisions.
53
54 2. Assembly shall be defined as but not limited to tightening all screws, nuts
55 and bolts, verifying that all wiring is clear of moving parts and properly
56 secured, installing all pluggables, connecting all cables, Verify that all
56 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 contract required documents are present, proper documentation is
2 provided, and all equipment required by the contract is installed.
3
4 3. The assembly shall be done at the designated WSDOT facility in the
5 presence of WSDOT personnel.
6
7 4. The supplier shall demonstrate that all of the functions required by this
8 specification and the contract Plans and Special Provisions perform as
9 intended. Demonstration shall include but not be limited to energizing the
10 cabinet and verifying that all 8 phases, 4 pedestrian movements, 4
11 overlaps (as required by the Contract Provisions) operate per Washington
12 State Standard Specifications Section 9-29.13. The supplier shall place
13 the controller in minimum recall with interval timing set at convenient value
14 for testing purposes. Upon a satisfactory demonstration the controller
15 assembly will then be accepted by WSDOT for testing.
16
17 5. If the assembly, and acceptance for testing is not complete within 5
18 working days of delivery, the Project Engineer may authorize the return of
19 the assembly to the supplier, with collect freight charges to the supplier.
20
21 6. The Contractor will be notified when the testing is complete, and where
22 the assembly is to be picked-up for delivery to the project.
23
24 7. The supplier has 5 working days to repair or replace any components that
25 fail during the testing process at no cost to the Contracting Agency. A
26 failure shall be defined as a component that no longer functions as
27 intended under the conditions required or does not meet the requirements
28 of the Contract Specifications and is at the soul discretion of WSDOT
29
30 8. Any part or component of the controller assembly, including the cabinet
31 that is rejected shall not be submitted for use by WSDOT or any City or
r 32 County in the State of Washington.
+0 33
34 9-29.13(6) Radio Interference Suppressers
35 In the first paragraph, the second sentence is revised to read:
36
37 Interference suppressers shall be of a design which will minimize interference in both
38 broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50
39 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in
40 connection with normal installations
41
42 9-29.13(7) Traffic-Actuated Controllers
43 In the first paragraph, item 3 is revised to read:
44
45 3. A minimum of four overlaps.
46
47 9-29.13(7)B Auxiliary Equipment for NEMA Controllers
48 Under the first paragraph, item 2 is supplemented with the following:
49
50 The controller cabinet shall have all cabinet wiring installed for eight vehicle phases,
51 four pedestrian phases, four emergency pre-empts, four overlaps (OL A, B, C, D).
52
53 Under the first paragraph, item 7 is revised to read:
55 7. A "Display Panel" when noted in the contract. The display panel shall depict a
56 generic eight-phase operation. The panel shall be mounted on the inside of the
57 front cabinet door and the mounting shall be of a design that allows positioning of
57 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 the panel in four orientations 90 degrees from each other. The mounting shall be
2 removable without use of any tools. Incandescent red, yellow, green, walk and don't
3 walk indicator lights shall be provided for each phase. The indicator lights shall be
4 connected to the associated field terminals. The connecting cable shall be long
5 enough to allow for any mounting orientation. No diodes will be allowed in the
6 display panel. A means of disconnecting all wiring entering the panel shall be
7 provided. Switches shall be provided on the panel with labels and functions as
8 follows:
9
10 a. Display On — Signal indicator lamps will display the operation of the
11 intersection.
12
13 b. Test—All indicator lamps shall be energized.
14
15 c. Display Off— all signal indicator lamps shall be de-energized.
16
17 A "Detector Panel", as specified in Standard Specification Section 9-29.12(7)D,
18 shall be installed. The panel shall be mounted on the inside of the front cabinet
19 door. The detector panel shall be constructed as a single unit. Detector switches
20 with separate operate, test, and off positions shall be provided for each field
21 detector input circuit. A high intensity light emitting diode (LED) shall be provided
22 for each switch. The lamp shall energize upon vehicle, pedestrian or test switch
23 actuation. The test switch shall provide a spring loaded momentary contact that will
24 place a call into the controller. When in the OFF position, respective detector
25 circuits will be disconnected. In the operate position, each respective detector
26 circuit shall operate normally. Switches shall be provided on the panel with labels
27 and functions as follows:
28
29 a. Display On — Detector indicator lights shall operate consistent with their
30 respective switches.
31
32 b. Display Off—detector indicator lights shall be de-energized.
33
34 A means of disconnecting all wiring entering the panel shall be provided. The
35 disconnect shall include a means to jumper detection calls when the display panel
36 is disconnected. All switches on the panel shall be marked with its associated plan
37 detector number. All markers shall be permanent.
38
39 9-29.13(7)D NEMA Controller Cabinets
40 This section is revised to read:
41
42 Each traffic-actuated NEMA controller shall be housed in a weatherproof cabinet
43 conforming to the following requirements:
44
45 1. Construction shall be of 0.073-inch minimum thickness series 300 stainless
46 steel or 0.125 minimum thickness 5052 H32 ASTM 8209 alloy aluminum. The
47 stainless steel shall be annealed or one-quarter-hardness complying with
48 ASTM A666 stainless steel sheet. Cabinets may be finished inside with an
49 approved finish coat of exterior white enamel. If no other coating is specified
50 in the Contract Provisions the exterior of all cabinets shall be bare metal. All
51 controller cabinets shall be furnished with front and rear doors.
52
53 2. The cabinet shall contain shelving, brackets, racks, etc., to support the
54 controller and auxiliary equipment. All equipment shall set squarely on shelves
55 or be mounted in racks and shall be removable without turning, tilting, or
56 rotating or relocating one device to remove another. A 24 slot rack or racks
57 shall be installed. The rack(s) shall be wired for 2 channel loop detectors and
58 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop
2 detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop
3 detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6
4 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase
5 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5
6 detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23
7 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4
8 channel discriminator, wired for channel A, B, C, D. All loop detector slots shall
9 be wired for presence/ pulse detection/ extension. If an external power supply
10 is required in order for the entire racks(s) to be powered it shall be installed.
11 All rack(s) slots shall be labeled with engraved identification strips.
12
13 3. Additional detection utilizing the "D" connector shall be installed in accordance
14 with the contract. The cabinet shall be of adequate size to properly house the
15 controller and all required appurtenances and auxiliary equipment in an upright
16 position with a clearance of at least 3 inches from the vent fan and filter to
17 allow for proper air flow. In no case shall more than 70 percent of the cabinet
18 volume be used. There shall be at least a 2-inch clearance between shelf
19 mounted equipment and the cabinet wall or equipment mounted on the cabinet
20 wall.
21
22 4. The cabinet shall have an air intake vent on the lower half of the front door,
23 with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in
24 place with a spring-loaded framework.
25
26 5. The cabinet door(s) shall be provided with:
27
28 a. Spring loaded construction core locks capable of accepting a Best
29 type CX series six segment (core installed by others) shall be
30 installed in each door with the exception of the police panel door.
31 Cabinet doors shall each have a three point latch system.
32
33 b. A police panel assembly shall be installed in the front door and shall
34 have a stainless steel hinge pin and a police panel lock. Two police
35 keys with shafts a minimum of 1 3/4 inches long shall be provided
36 with each cabinet.
37
38 c. All doors and police panel door shall have one piece closed cell,
39 neoprene gaskets.
40
r 41 d. A two position doorstop assembly. Front and rear interior light control
42 switches.
43
44 9-29.13(7)E Type 170E, 170E-HC-11, 2070, 2070 Lite, ATC Controller Cabinets
45 This section is revised to read:
46
47 The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303
48 ITS/ATC cabinets, or as specified in the contract. Each door shall be furnished with a
49 construction core lock conforming to Standard Specifications 9-29.13 (7)D 5a, b and c
50 above. A police panel with door, stainless steel hinge pin and lock shall be provided.
51 Two police keys with shafts a minimum of 1 3/4" long shall be provided with each
52 cabinet. Each of these cabinets shall be furnished with auxiliary equipment described in
53 Standard Specification 9-29.13(7)C. Type 334 cabinets for traffic data station controller
54 furnished shall meet current Caltrans 170E specifications, as stated in Standard
55 Specification 9-29.13(7) and as follows. Camera control and DMS local control cabinets
56 shall contain the equipment shown in the Plans. The cabinet shall have the same
57 external physical dimensions and appearance of Model 334 cabinets.
59 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 1. The cabinet shall be fabricated of stainless steel or sheet aluminum in
3 accordance with Section 9-29.13(7)D, Item number 1. Painted steel, painted or
4 anodized aluminum is not allowed.
5
6 2. Cabinet doors shall have a three-point latch and two-position stop assembly
7 with spring loaded construction core lock capable of accepting a Best lock
8 company type, with 6-pin CX series core. The Contractor shall supply
9 construction cores. Upon contract completion, the Contractor shall deliver two
10 master keys to the Engineer.
11
12 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart.
13
14 4. A shatterproof fluorescent interior cabinet lights with self-starting ballast shall
15 be furnished, one fixture mounted on the rear rack near the top and the second
16 mounted at the top of the front rack. Door switches shall automatically turn on
17 both lights when either door is opened.
18
19 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall
20 be provided in lieu of the two controller unit support angles. The shelf shall be
21 fabricated from aluminum and shall be installed such that it does not interfere
22 with access to any terminal block. The shelf shall contain a rollout flip-top
23 drawer for storage of wiring diagrams and manuals.
24
25 A disposable paper filter element of at least 180 square inches shall be provided in lieu
26 of a metal filter.
27
28 All traffic data and ramp meter cabinets shall include the following accessories:
29
30 1. Each cabinet shall be equipped with a fully operable controller equipped as
31 specified in the Contract Provisions.
32
33 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each
34 using 133 millimeters of rack height.
35
36 3. Power Distribution Assembly shall be PDA#3 as detailed in the January 1989
37 Caltrans 170 specification, with all current amendments.
38
39 The PDA#3 shall contain three Model 200 Load Switches.
40
41 A transient voltage protection device shall be provided, which plugs into the
42 controller unit receptacle and in turn accepts the controller plug and meets the
43 electrical requirements of Section 9-29.13(7)B(3) item e.
44
45 A second transfer relay, Model 430, shall be mounted on the rear of the PDA
46 #3 and wired as shown in the Plans.
47
48 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be
49 labeled POLICE CONTROL, ON-OFF.
50
51 5. Display Panel
52
53 A. General
54 Each cabinet shall be furnished with a display panel. The panel shall be
55 mounted, showing and providing detection for inputs and specified
56 controller outputs, at the top of the front rack above the controller unit.
60 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 The display panel shall be fabricated from brushed aluminum and
2 constructed according to the detail in the Plans.
3
4 B. Text
5 All text on the display panel shall be black in color and silk screened
6 directly to the panel except the Phenolic detector and cabinet nameplates.
7 A nameplate for each loop shall be engraved with a 1/4 inch nominal text
8 according to the ITS Field Wiring Charts. The nameplates shall be
9 permanently affixed to the display panel.
10
11 C. LEDs
12 The LEDs for the display panel shall meet the following specifications:
13
14 Case size T 1-3/4
15 Viewing angle 50° minimum
16 Brightness 8 Milli candelas
17
18 LEDs with RED, YELLOW or GREEN as part of their labels shall be red,
19 yellow or green in color. All other LEDs shall be red. All LEDs shall have
20 tinted diffused lenses.
21
22 D. Detector Display Control Switch
23 Each display panel shall be equipped with one detector display control
24 switch on the panel with labels and functions as follows:
25
26 ON
27 Detector display LEDs shall operate consistent with their separate
28 switches.
29
30 OFF
31 All detector indicator LEDs shall be de-energized. Detector calls shall
32 continue to reach the controller.
33
34 TEST
35 All detector indicator LEDs shall illuminate and no calls shall be
36 placed to the controller.
37
38 E. Advance Warning Sign Control Switch
39 Each display panel shall be equipped with one advance warning sign
40 control switch on the panel with labels and functions as follows:
41
42 AUTOMATIC
43 Sign Relay shall energize upon ground true call from controller.
44
45 SIGN OFF
46 Sign Relay shall de-energize.
47
48 SIGN ON
49 Sign Relay shall energize.
50
51 F. Sign Relay
52 The sign relay shall be plugged into a socket installed on the rear of the
53 display panel. The relay shall be wired as shown in the Plans. The relay
54 coil shall draw (or sink) 50 milliamperes t 10% from the 170E controller
55 and have a DPDT contact rating not less than 10 amperes. A 1N4004
56 diode shall be placed across the relay coil to suppress voltage spikes.
57 The anode terminal shall be connected to terminal #7 of the relay as
61 September 2005
i
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 labeled in the Plans. The relay shall energize when the METERING
a y g
2 indicator LED is lit.
3
4 G. Detector Input Indicators
5 One display LED and one spring-loaded two-position SPST toggle switch
6 shall be provided for each of the 40 detection inputs. These LEDs and
7 switches shall function as follows:
8
9 TEST
10 When the switch is in the test position, a call shall be placed to the
11 controller and energize the associated LED. The switch shall
12 automatically return to the run position when it is released.
13
14 RUN
15 In the run position the LEDs shall illuminate for the duration of each
16 call to the controller.
17
18 H. Controller Output Indicators
19 The display panel shall contain a series of output indicator LEDs mounted
20 below the detection indicators. The layout shall be according to the detail
21 in the Plans. These LEDs shall illuminate upon a ground true output from
22 the controller via the C5 connector. ,
23
24 The output indicator LEDs shall have resistors in series to drop the voltage
25 from 24 volts DC to their rated voltage and limit current below their rated
26 current. The anode connection of each LED to +24 VDC shall be wired
27 through the resistor.
28
29 I. Connectors
30 Connection to the display panel shall be made by three connectors, one
31 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1
32 and P2 connectors shall be 50-pin cannon D series, or equivalent 50 pin
33 connectors and shall be compatible such that the two connectors can be
34 connected directly to one another to bypass the input detection. Wiring for
35 the P1, P2 and C5 connectors shall be as shown in the Plans.
36
37 The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and
38 C6 according to the pin assignments shown in the Plans.
39
40 6. Model 204 Flasher Unit
41 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign
42 flasher unit mounted on the right rear side panel. The flasher shall be powered
43 from T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6.
44
45 7. Fiber Optic Patch Panel
46 The Contractor shall provide and install a rack-mounted fiber optic patch panel
47 as identified in the Plans.
48
49 Cabinet Wiring
50 1. Terminal blocks TB1 through T139 shall be installed on the Input Panel.
51 Layout and position assignment of the terminal blocks shall be as noted in
52 the Plans.
53
54 Terminals for field wiring in traffic data and/or ramp metering controller
55 cabinet shall be labeled, numbered and connected in accordance with the
56 following:
57
62 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 Terminal Terminal and Connection
2 Block Pos. Wire Numbers Identification
3 TBS 501-502 AC Power, Neutral
4 T1-2 641 Sign on
5 T1-4 643 Sign off
6 T1-5 644 Flasher Output NC
7 T1-6 645 Flasher Output NO
8 T4-1 631 Lane 3 - Red
9 T4-2 632 Lane 3 - Yellow
10 T4-3 633 Lane 3 - Green
11 T4-4 621 Lane 2 - Red
12 T4-5 622 Lane 2 - Yellow
13 T4-6 623 Lane 2 - Green
14 T4-7 611 Lane 1 - Red
15 T4-8 612 Lane 1 -Yellow
16 T4-9 613 Lane 1 - Green
17
18 Loop lead-in cables shall be labeled and connected to cabinet terminals
19 according to the ITS Field Wiring Chart. This chart will be provided by the
20 Engineer within 20 days of the Contractor's request.
- 21
22 9-29.16(2)A Optical Units
23 Under the first paragraph, number 4 (warranty) is deleted.
24
25 9-29.19 Pedestrian Push Buttons
yw 26 The third paragraph is deleted
27
28 9-29.21 Flashing Beacon
r 29 This section is revised to read:
30
31 Flashing beacons shall be installed as detailed in the Plans, as specified in the Special
• 32 Provisions, and as described below:
33
+� 34 Controllers for flashing beacons shall be as specified in Section 9-29.15.
35
36 Beacons shall consist of single section, 8-inch or 12-inch traffic signal heads, three
37 or four-way adjustable, meeting all of the applicable requirements of Section 9-
38 29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch
39 yellow displays shall be dimmed 50% after dark.
40
41 Mounting brackets, mountings, and installation shall meet all applicable
42 requirements of Section 9-29.17.
43
44 Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans
45 or as determined by the Engineer.
46
47 9-29.24 Service Cabinets
48 Under the first paragraph, item F is revised to read:
49
50 F. The minimum size of control circuit conductors used in service cabinets shall be
51 No. 14 AWG stranded copper.
52
53 All electrical contactors shall have the loadside terminals toward the front (door
54 side) of the service cabinet.
55
56 Under the first paragraph, the fourth sentence of item I is revised to read:
57
63 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
al devices shall d to the dead front panel.
1 No electric all be connected p
2
3 9-29.25 Amplifier, Transformer, and Terminal Cabinets
4 Under the first paragraph, the fourth sentence of item 3 is revised to read:
5
6 The Contractor shall supply construction cores with two master keys. The keys shall be
7 delivered to the Engineer.
8
9 SECTION 9-30, WATER DISTRIBUTION MATERIALS
10 August 1, 2005
11 9-30.3(1) Gate Valves (3 Inches to 12 Inches)
12 This section including title is revised to read:
13
14 9-30.3(1) Gate Valves (3 Inches to 16 Inches)
15 Gate valves shall meet the requirements of AWWA C509 or AWWA C515. Gate valves
16 16 inches in size shall be arranged for operation in the horizontal position by enclosed
17 bevel gearing.
18
19 Prior to shipping, three certified copies of performance tests, as specified in Section 6 of
20 AWWA C509 or Sections 5 and 6 of AWWA C515, shall be submitted to the Engineer for
21 review.
22
23 9-30.3(2) Gate Valves (14 Inches and 16 Inches)
24 This section including title is revised to read:
25
26 9-30.3(2) Vacant
27
28 9-30.5(4) Hydrant Restraints
29 The first sentence is revised to read:
30
31 Shackle rods shall be 3/4 inch diameter with threaded ends, and shall be ASTM A 36
32 steel.
33
34 9-30.6(1) Saddles
35 The first sentence is revised to read:
36
37 Saddles shall be ductile iron, bronze, brass, or stainless steel.
38
39 9-30.6(2) Corporation Stops
40 The first sentence is revised to read:
41
42 Corporation stops shall be made of bronze or brass alloy.
43
44 9-30.6(4) Service Fittings
45 The first sentence is revised to read:
46
47 Fittings used for service connections shall be made of bronze or brass alloy.
48
49 9-32.4 Wood Posts
50 This section is revised to read:
51
52 Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar.
53
54 Section 9-32 is supplemented with the following:
55
64 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 9-32.8 Concrete Base
2 The concrete in the concrete base shall meet or exceed the requirements of Section 6-
3 02.3(2)B.
4
5 9-32.9 Steel pipe
6 The requirements for commercially available, Schedule 40, galvanized steel pipe,
7 elbows, and couplings shall be met for all parts not intended to be bent or welded.
8 Welded and bent parts shall be galvanized after fabrication in accordance with AASHTO
9 M 111.
10
11 9-32.10 U-Channel Post
12 U-channel posts shall meet the requirements of ASTM A 29, weigh a minimum of 3
13 pounds per linear foot, and shall be galvanized according to AASHTO M 111.
14
15 SECTION 9-33, CONSTRUCTION GEOTEXTILE
16 August 1, 2005
17 This section including title is revised to read:
18
19 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
20 April 5, 2004
21 9-33.1 Geosynthetic Material Requirements
22 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and
23 prefabricated drainage mats.
24
25 Geotextiles, including geotextiles attached to prefabricated drainage core to form a
26 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns
27 formed into a stable network such that the fibers or yarns retain their position relative to
28 each other during handling, placement, and design service life. At least 95 percent by
29 weight of the material shall be polyolefins or polyesters. The material shall be free from
30 defects or tears. The geotextile shall also be free of any treatment or coating which
31 might adversely alter its hydraulic or physical properties after installation.
32
33 Geogrids shall consist of a regular network of integrally connected polymer tensile
34 elements with an aperture geometry sufficient to permit mechanical interlock with the
35 surrounding backfill. The long chain polymers in the geogrid tensile elements, not
36 including coatings, shall consist of at least 95 percent by mass of the material of
37 polyolefins or polyesters. The material shall be free of defects, cuts, and tears.
38
�► 39 Prefabricated drainage core shall consist of a three dimensional polymeric material with
40 a structure that permits flow along the core laterally, and which provides support to the
41 geotextiles attached to it.
42
43 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in
44 Section 9-33.2, and additional tables as required in the Standard Plans and Special
45 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses
46 included in this section and their associated tables of properties are as follows:
47
48 Applicable
49 Geotextile Application Property Tables
50 Underground Drainage, Low Survivability,
51 Classes A, B, and C Tables 1 and 2
52
53 Underground Drainage, Moderate Survivability,
54 Classes A, B, and C Tables 1 and 2
for f
65 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 Separation Table 3
3
4 Soil Stabilization Table 3
5
6 Permanent Erosion Control, Moderate Survivability,
7 Classes A, B, and C Tables 4 and 5
8
9 Permanent Erosion Control, High Survivability
10 Classes A, B, and C Tables 4 and 5
11
12 Ditch Lining Table 4
13
14 Temporary Silt Fence Table 6
15
16 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans
17
18 Temporary Geosynthetic Retaining Wall Tables 7 and 10
19
20 Prefabricated Drainage Mat Table 8
21
22 Table 10 will be included in the Special Provisions.
23
24 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the
25 properties specified in the Standard Plans for permanent walls, and Table 10 for
26 temporary walls.
27
28 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material
29 placed at the wall face to retain the backfill material as shown in the Plans shall conform
30 to the properties for Construction Geotextile for Underground Drainage, Moderate
31 Survivability, Class A.
32
33 Thread used for sewing geotextiles shall consist of high strength polypropylene,
34 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew
35 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of
36 temporary or permanent geosynthetic retaining walls, shall also be resistant to
37 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile
38 itself.
39
40 9-33.2 Geosynthetic Properties
41
42 9-33.2(1) Geotextile Properties
43 Table 1: Geotextile for underground drainage strength properties for survivability.
44
45 Geotextile Property Requirements'
46 Low Moderate
47 Survivability Survivability
48 Geotextile Property Test Method z Woven/Nonwoven Woven/Nonwovan
49 Grab Tensile Strength, ASTM D4632 180 lbs./115 lbs. min. 250 lbs./160 lbs. min.
50 min. in machine and
51 x-machine direction
52
53 Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50%
54 machine and x-machine
55 direction
56
57 Seam Breaking Strength ASTM D46323 160 lbs./100 lbs. min. 220 lbs./140 lbs. min.
66 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 Puncture Resistance ASTM D4833 67 lbs./40 lbs. min. 80 lbs./50 lbs. min.
3
4 Tear Strength, min. in ASTM D4533 67 lbs/40 lbs. min. 80 lbs./50 lbs. min.
5 machine and x-machine
6 direction
7
8 Ultraviolet (UV) ASTM D4355 50% strength 50% strength
9 Rediation stability retained min., retained min.,
10 after 500 hrs. in after 500 hrs. in
11 weatherometer weatherometer
12
13 Table 2: Geotextile for underground drainage filtration properties.
14
15 Geotextile Property Requirements'
16 Geotextile Property Test MethodZ Class A Class B Class C
17 AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max.
18 (#40 sieve) (#60 sieve
19 ) (#80 sieve)
20 Water Permittivity ASTM D4491 .5 sec' min. .4 sec' min. .3 sec' min.
21
22 Table 3: Geotextile for separation or soil stabilization.
23
24 Geotextile Property Requirements'
25 Separation Soil Stabilization
26 Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan
27 AOS ASTM D4751 .60 mm max. .43 mm max.
28 (#30 sieve) (#40 sieve)
29
30 Water Permittivity ASTM D4491 .02 sec' min. 10 sec' min.
31
32 Grab Tensile Strength, ASTM D4632 250 lbs./160 lbs. min. 315 lbs./200 lbs. min.
33 min. in machine and
34 x-machine direction
35
36 Grab Failure Strain, in ASTM D4632 <50%/>50% <50%/>50%
37 machine and x-machine
38 direction
39
40 Seam Breaking Strength ASTM D46322 220 lbs./140 lbs. min. 270 lbs./180 lbs. min.
,. 41
42 Puncture Resistance ASTM D4833 80 lbs./50 lbs. min. 112 Ibs.179 lbs. min.
43
44 Tear Strength, min. in ASTM D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min.
45 machine and x-machine
46 direction
47
48 Ultraviolet (UV) ASTM D4355 50% strength 50% strength
49 Rediation stability retained min., retained min.,
50 after 500 hrs. in after 500 hrs. in
51 weatherometer weatherometer
52
53 Table 4: Geotextile for permanent erosion control and ditch lining.
55 Geotextile Property Requirements'
56 Permanent Erosion Control Ditch Lining
57 Moderate High
67 September 2005
VI CONTRACT SPECIFICATIONS AMENDMENTS
1
Servicability Servicability
2 Geotextile Property Test Method Z Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan
3 AOS ASTM D4751 See Table 5 See Table 5 .60 mm max(430 sieve)
5 Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec'min.
6
7 Grab Tensile Strength, ASTM D4632 250 lbs./160 lbs.min. 315 lbs./200 lbs.min. 250 lbs./160 lbs.min.
8 min. in machine and
9 x-machine direction
0
11 Grab Failure Strain, in ASTM D4632 15%-50%/>50% 15%-50%/?50% <50%/>50% ,
12 machine and x-machine
13 direction
15 Seam Breaking Strength ASTM D4632z 220 lbs./140 lbs.min. 270 lbs./180 lbs.min. 220 lbs./140 lbs.min.
16
17 Burst Strength ASTM D3785 400 pse/190 psi min. 500 psi/320 psi min.
18
19 Puncture Resistance ASTM D4833 80 lbs./50 lbs.min. 112 lbs./79 lbs.min. 80 lbs./50 lbs. min.
20
21 Tear Strength,min.in ASTM D4533 80 lbs/50 lbs.min. 112 Ibs.l79 lbs.min. 80 lbs./50 lbs.min.
22 machine and x-machine
23 direction
24
25 Ultraviolet(UV) ASTM D4355 70%strength 70%strength 70%strength
26 Rediation stability retained min., retained min., retained min.,
27 after 500 hrs. in after 500 hrs.in after 500 hrs.in
28 weatherometer weatherometer weatherometer
29
30 Table 5: Filtration properties for geotextile for permanent erosion control.
31
32 Geotextile Property Requirements'
33 Geotextile Property Test MethodZ Class A Class B Class C
34 AOS ASTM D4751 .43 mm max. .25 mm max. .22 mm max.
35 (#40 sieve) (#60 sieve) (#70 sieve)
36
37 Water Permittivity ASTM D4491 .7 sec' min. .4 sec-' min. .2 sec' min.
38
39 Table 6: Geotextile for temporary silt fence.
40
41 Geotextile Property Requirements'
42 Supported
43 Between
44 Unsupported Posts with Wire or
45 Geotextile Property Test MethodZ Between Posts Polymeric Mesh
46 AOS ASTM D4751 .60 mm max. for slit .60 mm max. for slit
47 film wovens film wovens
48 (#30 sieve) (#30 sieve)
49 .30 mm max. for all .30 mm max. for all
50 other geotextile other geotextile
51 types (#50 sieve) types (#50 sieve)
52 .15 mm min. .15 mm min.
53 (#100 sieve) (#100 sieve)
54
55 Water Permittivity ASTM D4491 .02 sec' min. .02 sec ' min.
56
57 Grab Tensile Strength, ASTM D4632 180 lbs. min. in 100 lbs. min.
68 September 2006
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 min. in machine and machine direction,
2 x-machine direction 100 lbs. min. in
3 x-machine direction
4
5 Grab Failure Strain, in ASTM D4632 30% max. at 180 lbs.
6 machine and x-machine or more
7 direction
8
9 Ultraviolet (UV) ASTM D4355 70% strength 70% strength
10 Rediation stability retained min., retained min.,
11 after 500 hrs. in after 500 hrs. in
12 weatherometer weatherometer
13
14 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the
15 test result for any sampled roll in a lot shall meet or exceed the values shown in the
16 table).
17
18 2The test procedures used are essentially in conformance with the most recently
19 approved ASTM geotextile test procedures, except for geotextile sampling and
20 specimen conditioning, which are in accordance with WSDOT Test Methods 914 and
21 915, respectively. Copies of these test methods are available at the State Materials
22 Laboratory in Tumwater.
23
24 3With seam located in the center of 8-inch long specimen oriented parallel to grip faces.
25
26 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced
27 Slopes
28 All geotextile properties provided in Table 7 are minimum average roll values. The
29 average test results for any sampled roll in a lot shall meet or exceed the values shown
30 in the table. The test procedures specified in the Table are in conformance with the
31 most recently approved ASTM geotextile test procedures, except for geotextile sampling
32 and specimen conditioning, which are in accordance with WSDOT Test Methods 914
33 and 915, respectively.
34
35 Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic
36 reinforced slopes and retaining walls.
37
Geotextile Property
Requirements
r Geotextile Property Test Method Woven/Nonwoven
Water Permittivity ASTM D4491 .02 sec.-1 min.
AOS ASTM D4751 .84 mm max.
(No. 20 Sieve)
Grab Tensile Strength, min. in ASTM D4632 200 lbs/120 lbs min.
machine and x-machine
direction
Grab Failure Strain, ASTM D4632 < 50% / > 50%
in machine and x-machine
direction
Seam Breaking Strengthl ASTM D4632 160 lbs/100 lbs min.
Puncture Resistance ASTM D4833 63 lbs/50 lbs min.
69 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
Tear Strength, min. ASTM D4533 63 Ibs/50 Ibs min.
in machine and x-machine
direction
Ultraviolet (UV) Radiation ASTM D4355 70% (for polypropylene
Stability and polyethyelene) and
50% (for polyester)
Strength Retained min.,
after 500 Hr. in
weatherometer
1
2 1Applies only to seams perpendicular to the wall face.
3
4 The ultraviolet (UV) radiation stability, ASTM D4355, shall be a minimum of 70%
5 strength retained after 500 hours in the weatherometer for polypropylene and
6 polyethylene geogrids and geotextiles, and 50% strength retained after 500 hours in the
7 weatherometer for polyester geogrids and geotextiles.
8
9 9-33.2(3) Prefabricated Drainage Mat
10 Prefabricated drainage mat shall have a single or double dimpled polymeric core with a
11 geotextile attached and shall meet the following requirements:
12
13 Table 8: Minimum properties required for prefabricated drainage mats.
14
15 Property Test Method Prefabricated Drainage
16 Material/Geotextile
17 Property Requirements
18
19 Width 12 inches min.
20 Thickness ASTM D 5199 0.4 inches min.
21
22 Compressive Strength at
23 Yield ASTM D 1621 100 psi min.
24
25 In Plan Flow Rate ASTM D 4716
26 Gradient = 0.1,
27 Pressure = 5.5 psi 5.0 gal. /min./ft.
28
29 Gradient = 1.0,
30 Pressure = 14.5 psi 15.0 gal. /min./ft.
31
32 Geotextile -AOS ASTM D 4751 #60 US Sieve max.
33
34 Geotextile - Permittivity ASTM D 4491 > 0.4 SEC -�
35
36 Geotextile - Grab Strength ASTM D 4632 Nonwoven - 110 lb. min.
37
38 Prefabricated drainage mats will be accepted based on the manufacturer's certificate of
39 compliance that the material furnished conforms to these specifications. The Contractor
40 shall submit the manufacturer's certificate of compliance to the Engineer in accordance
41 with Section 1-06.3.
42
43 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
44 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the
45 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control
46 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2).
70 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 9-33.4 Geosynthetic Approval and Acceptance
3
4 9-33.4(1) Source Approval
5 The Contractor shall submit to the Engineer the following information regarding each
6 geosynthetic proposed for use:
7
8 Manufacturer's name and current address,
9 Full product name,
10 Geotextile structure, including fiber/yarn type,
11 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining
12 walls), and
13 Proposed geotextile use(s).
14
15 If the geosynthetic source has not been previously evaluated, or is not listed in the
16 current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic
17 shall be submitted to the State Materials Laboratory in Tumwater for evaluation. After
18 the sample and required information for each geosynthetic type have arrived at the
19 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be
20 required for this testing. Source approval will be based on conformance to the
21 applicable values from Tables 1 through 8 in Section 9-33.2 and additional tables as
22 specified in the Special Provisions. Source approval shall not be the basis of
" 23 acceptance of specific lots of material unless the lot sampled can be clearly identified
24 and the number of samples tested and approved meet the requirements of WSDOT Test
25 Method 914.
26
27 Geogrid and geotextile products that are qualified for use in permanent geosynthetic
28 retaining walls and reinforced slopes (Classes 1, 2, or both) are listed in the current
29 WSDOT QPL.
30
31 For geogrid and geotextile products proposed for use in permanent geosynthetic
32 retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor
33 shall submit test information and the calculations used in the determination of Ta,
!w. 34 performed in accordance with WSDOT Standard Practice T925 to the State Materials
35 Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30
fp 36 calendar days after receipt of the information to complete the evaluation.
37
38 9-33.4(3) Acceptance Samples
39 Samples will be randomly taken by the Engineer at the job site to confirm that the
40 geosynthetic meets the property values specified.
41
42 Approval will be based on testing of samples from each lot. A "lot" shall be defined for
43 the purposes of this specification as all geosynthetic rolls within the consignment (i.e.,
44 all rolls sent the project site) that were produced by the same manufacturer during a
+�. 45 continuous period of production at the same manufacturing plant and have the same
46 product name. After the samples have arrived at the State Materials Laboratory in
47 Tumwater, a maximum of 14 calendar days will be required for this testing.
48
49 If the results of the testing show that a geosynthetic lot, as defined, does not meet the
50 properties required for the specified use as indicated in Tables 1 through 8 in Section 9-
51 33.2, and additional tables as specified in the Special Provisions, the roll or rolls which
52 were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic
53 retaining walls shall meet the requirements of Table 7, and Table 10 in the Special
54 Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall
55 meet the requirements of Table 7, and Table 9 in the Special Provisions, and both
56 geotextile and geogrid acceptance testing shall meet the required ultimate tensile
57 strength T"„ as provided in the current QPL for the selected product(s). If the selected
71 September 2005
S
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 roduct(s are not listed in the current QPL, the result of the testing or T., shall be
2 greaterthan or equal to T,,, as determined from the product data submitted and
3 approved by the State Materials Laboratory during source approval.
4
5 Two additional rolls for each roll tested which failed from the lot previously tested will
6 then be selected at random by the Engineer for sampling and retesting. If the retesting
7 shows that any of the additional rolls tested do not meet the required properties, the
8 entire lot will be rejected. If the test results from all the rolls retested meet the required
9 properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic
10 that has defects, deterioration, or damage, as determined by the Engineer, will also be
11 rejected. All rejected geosynthetic shall be replaced at no additional expense to the
12 Contracting Agency.
13
14 9-33.4(4) Acceptance by Certificate of Compliance
15 When the quantities of geosynthetic proposed for use in each geosynthetic application
16 are less than or equal to the following amounts, acceptance shall be by Manufacturer's
17 Certificate of Compliance:
18
19 Application Geotextile Quantity
20 Underground Drainage 600 sq. yards
21 Soil Stabilization and Separation 1,800 sq. yards
22 Permanent Erosion Control 1,200 sq. yards
23 Temporary Silt Fence All quantities
24 Temp. or Perm. Geosynthetic Retaining Wall Not required
25 Prefabricated Drainage Mat All quantities
26
27 The Manufacturer's Certificate of Compliance shall include the following information
28 about each geosynthetic roll to be used:
29
30 Manufacturer's name and current address,
31 Full product name,
32 Geosynthetic structure, including fiber/yarn type,
33 Polymer type (for all temporary and permanent geosynthetic retaining walls only),
34 Geosynthetic roll number,
35 Proposed geosynthetic use(s), and
36 Certified test results.
37
38 9-33.4(5) Approval of Seams
39 If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of
40 sewn seam which can be sampled by the Engineer before the geotextile is installed.
41
42 The seam sewn for sampling shall be sewn using the same equipment and procedures as
43 will be used to sew the production seams. If production seams will be sewn in both the
44 machine and cross-machine directions, the Contractor must provide sewn seams for
45 sampling which are oriented in both the machine and cross-machine directions. The seams
46 sewn for sampling must be at least 2 yards in length in each geotextile direction. If the
47 seams are sewn in the factory, the Engineer will obtain samples of the factory seam at
48 random from any of the rolls to be used. The seam assembly description shall be submitted
49 by the Contractor to the Engineer and will be included with the seam sample obtained for
50 testing. This description shall include the seam type, stitch type, sewing thread type(s), and
51 stitch density.
52
53 SECTION 9-34, PAVEMENT MARKING MATERIAL
54 August 1, 2005
55 9-34.2(1) High VOC Solvent Based Paint
56 "Retroreflectance" is revised to read:
72 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1
2 Retroreflectance —ASTM D 6359
3 Newly applied pavement markings shall have a minimum initial coefficient of
4 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in
5 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
6 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
7 retroreflectometer.
8
9 9-34.2(2) Low VOC Solvent Based Paint
10 "Retroreflectance" is revised to read:
11
12 Retroreflectance —ASTM D 6359
13 Newly applied pavement markings shall have a minimum initial coefficient of
14 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in
15 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
16 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
17 retroreflectometer.
18
19 9-34.2(3) Low VOC Waterborne Paint
20 "Retroreflectance" is revised to read:
21
22 Retroreflectance—ASTM D 6359
23 Newly applied pavement markings shall have a minimum initial coefficient of
24 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in
25 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
26 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
27 retroreflectometer.
28
29 9-34.3(1) Type A— Liquid Hot Applied Thermoplastic
30 "Retroreflectance" is revised to read:
31
32 Retroreflectance—ASTM D 6359
33 Newly applied pavement markings shall have a minimum initial coefficient of
34 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in
35 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
36 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
37 retroreflectometer.
38
39 9-34.3(2) Type B— Pre-formed Fused Thermoplastic
40 "Retroreflectance" is revised to read:
41
42 Retroreflectance—ASTM D 6359
43 Newly applied pavement markings shall have a minimum initial coefficient of
44 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/m2/lux for yellow in
45 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
46 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
47 retroreflectometer.
48
49 9-34.3(3) Type C— Cold Applied Pre-formed Tape
50 This section is revised to read:
51
52 Type C material consists of plastic pre-formed tape that is applied cold to the pavement.
53 The tape shall be capable of adhering to new and existing hot mix asphalt or cement
54 concrete pavement. If the tape manufacturer recommends the use of a surface primer
55 or adhesive, use a type approved by the pavement marking manufacturer. The tape
56 shall also be capable of being inlaid into fresh hot mix asphalt during the final rolling
57 process. The material is identified by the following designations: Type C-1 tape has a
73 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 surface pattern with retroreflective elements exposed on the raised areas and faces and
` 2 intermixed within its body and shall conform to ASTM D 4505, Reflectivity Level I, Class
3 2 or 3, Skid Resistance Level A. Type C-2 tape has retroreflective elements exposed on
4 its surface and intermixed within its body and shall conform to the requirements of
5 ASTM D 4505, Reflectivity Level II, Class 2 or 3, Skid Resistance Level A, and the
6 following: — ,
7
8 Retroreflectance ASTM D 6359 modified as follows: (units are
9 millicandelas/meter2/1 ux)
10 Reflectivity Level I
11 White — 500 measured with a 30-meter instrument
12 Yellow— 300 measured with a 30-meter instrument
13 Reflectivity Level II
14 White —250 measured with a 30-meter instrument
15 Yellow— 175 measured with a 30-meter instrument
16
17 9-34.3(4) Type D— Liquid Cold Applied Methyl Methacrylate
18 "Retroreflectance" is revised to read:
19
20 Retroreflectance—ASTM D 6359
21 Newly applied pavement markings shall have a minimum initial coefficient of
22 retroreflective luminance of 250 mcd/m2/lux for white and 175 mcd/mZ/lux for yellow in
23 accordance with ASTM D 6359 when measured with a 30-meter retroreflectometer.
24 WSDOT will measure retroreflectivity for compliance with a Delta LTL-X
25 retroreflectometer.
26
27 9-34.5 Temporary Pavement Marking Tape
28 This section is supplemented with the following:
29
30 Pavement marking masking tape shall conform to ASTM D 4592 Type 1 (removable),
31 except that material shall be black, non-retroreflective and non-glaring.
32
33 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
34 August 1, 2005
35 Temporary traffic control materials in this section consist of various traffic communication,
36 channelization and protection items described in Section 1-10 and listed below:
37
38 Stop/Slow Paddles
39 Construction Signs
40 Wood Sign Posts
41 Sequential Arrow Signs
42 Portable Changeable Message Signs
43 Barricades
44 Traffic Safety Drums
45 Barrier Drums
46 Traffic Cones
47 Tubular Markers
48 Warning Lights and Flashers
49 Truck-Mounted Attenuator
50
51 The basis for acceptance of temporary traffic control devices and materials shall be visual
52 inspection by the Engineer's representative. No sampling or testing will be done except that
53 deemed necessary to support the visual inspection. Requests for Approval of Material and
54 Qualified Products List submittals are not required. Certification for crashworthiness
55 according to NCHRP 350 will be required as described in Section 1-10.2(3).
56
74 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 "MUTCD," as used in this section, shall refer to the latest WSDOT adopted edition of the
2 Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of
3 conflicts between the MUTCD and the contract provisions, then the provisions shall govern.
4
5 9-35.1 Stop/Slow Paddles
6 Paddles shall conform to the requirements of the MUTCD, except that the minimum width
7 shall be 24 inches.
8
9 9-35.2 Construction Signs
10 Construction signs shall conform to the requirements of the MUTCD and shall meet the
11 requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any
12 sign/sign stand combination that satisfies these requirements will be acceptable.
13
14 Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of
15 0.080 inches and a maximum thickness of 0.125 inches.
16
17 All orange background signs shall be fabricated with Type X reflective sheeting. All post-
18 mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners
19 (screw heads, bolts or nuts) and the reflective sheeting.
20
21 Any fabric sign which otherwise meets the requirements of this section and was purchased
22 prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it
23 shall have been fabricated with Type VI reflective sheeting.
24
25 9-35.3 Wood Sign Posts
26 Use the charts below to determine post size for construction signs.
27
28 One Post Installation
29
30 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
31 4x4 - 16.0
32 46 17.0 20.0
33 6x6 21.0 25.0
34 6x8 26.0 31.0
35
36 Two Post Installation
37
38 (For signs 5 feet or greater in width)
39
40 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft.
41 44 16.0
42 46 17.0 36.0
43 6x6 37.0 46.0
44 6x8 47.0 75.0
45
46 *The Engineer shall determine post size for signs greater than 75 square feet.
47
48 Sign posts shall conform to the grades and usage listed below. Grades shall be
49 determined by the current standards of the West Coast Lumber Inspection Bureau
50 (WCLIB) or the Western Wood Products Association (WWPA).
51
52 4 x 4 Construction grade (Light Framing,
53 Section 122-b WCLIB) or(Section
54 40.11 WWPA)
55 4 x 6 No. 1 and better, grade (Structural
56 Joists and Planks, Section 123-b
57 WCLIB) or (Section 62.11 WWPA)
75 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 8 x 10 r grade Po
6 x 6, 6 x 8, No. 1 and better, g (Posts and
2 Timbers Section 131-b WCLIB or
3 (Section 80.11 WWPA)
4 6 x 10, 6 x 12 No. 1 and better, grade (Beams and
5 Stringers, Section 130-b WCLIB) or
6 (Section 70.11 WWPA)
7
8 9-35.4 Sequential Arrow Signs
9 Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the
10 following:
11
12 Sequential arrow signs furnished for stationary lane closures on this project shall be
13 Type C.
14 The color of the light emitted shall be yellow.
15 The dimming feature shall be automatic, reacting to changes in light without a
16 requirement for manual adjustment.
17
18 9-35.5 Portable Changeable Message Signs
19 Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD
20 and the following:
21
22 The PCMS shall employ one of the following technologies:
23
24 1. Fiber optic/shutter
25 2. Light emitting diode
26 3. Light emitting diode/shutter
27 4. Flip disk
28
29 Regardless of the technology, the PCMS shall meet the following general requirements:
30
31 Be light emitting and must not rely solely on reflected light. The emitted light shall
32 be generated using fiber optic or LED technology.
33
34 • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch
35 by 2 1/2 inch. If the display is composed of individual character modules, the space
36 between modules must be minimized so alphanumeric characters of any size
37 specified below can be displayed at any location within the matrix.
38
39 When activated, the pixels shall display a yellow or orange image. When not
40 activated, the pixels shall display a flat black image that matches the background of
41 the sign face.
42
43 Be capable of displaying alphanumeric characters that are a minimum of 18 inches
44 in height. The width of alphanumeric characters shall be appropriate for the font.
45 The PCMS shall be capable of displaying three lines of eight characters per line
46 with a minimum of one pixel separation between each line.
47
48 The PCMS message, using 18-inch characters, shall be legible by a person with
49 20/20 corrected vision from a distance of not less than 800 feet centered on an axis
50 perpendicular to the sign face.
51
52 0 The sign display shall be covered by a stable, impact resistant polycarbonate face.
53 The sign face shall be non-glare from all angles and shall not degrade due to
54 exposure to ultraviolet light.
55
56 0 Be capable of simultaneously activating all pixels for the purpose of pixel
57 diagnostics. Any sign that employs flip disk or shutter technology shall be
76 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 programmable to activate the disks/shutters once a day to clean the electrical
2 components. This feature shall not occur when the sign is displaying an active
3 message.
4
5 The light source shall be energized only when the sign is displaying an active
6 message.
7
8 The PCMS panels and related equipment shall be permanently mounted on a trailer with all
9 controls and power generating equipment.
10
11 The PCMS shall be operated by a controller that provides the following functions:
12
13 1. Select any preprogrammed message by entering a code.
14 2. Sequence the display of at least five messages.
15 3. Blank the sign.
16 4. Program a new message, which may include animated arrows and chevrons.
17 5. Mirror the message currently being displayed or programmed.
18
19 9-35.6 Barricades
20 Barricades shall conform to the requirements of the MUTCD supplemented by the further
21 requirements of Standard Plan H-2.
22
23 9-35.7 Traffic Safety Drums
24 Traffic safety drums shall conform to the requirements of the MUTCD and the following:
25
26 The drums shall have the following additional physical characteristics:
27
28 Material Fabricated from low-density polyethylene that meets the
29 requirements of ASTM D 4976 and is UV stabilized.
30
31 Overall Width 18-inch minimum in the direction(s)of traffic flow.
32
33 Shape Rectangular, hexagonal, circular, or flat-sided semi-circular.
34
35 Color The base color of the drum shall be fade resistant safety
36 orange.
37
38 The traffic safety drums shall be designed to accommodate at least one portable light unit.
39 The method of attachment shall ensure that the light does not separate from the drum upon
40 impact.
41
42 Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as
43 described in Section 1-10.2(3).
44
45 When recommended by the manufacturer, drums shall be treated to ensure proper adhesion
46 of the reflective sheeting.
47
48 9-35.8 Barrier Drums
49 Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control
50 purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene
51 that meets the requirements of ASTM D 4976 and is UV stabilized.
52
53 The barrier drums shall meet the following general specifications:
54
55 Total height 22 in., ± 1 in.
56 Cross-section hollow oval
57 10 in. X 14 in., ± 1 in.
77 September 2005
VI. CONTRACT SPECIFICATIONS AMENDMENTS
1 Formed support legs length 13 in., ± 1 in.
2 Space between legs 6 1/4 in. min.
3 (taper to fit conc. barrier)
4 Weight 33 lb. ± 4 lb.
5 with legs filled with sand.
6 Color Fade resistant safety orange.
7
8 Barrier drums shall have three 4-inch reflective white stripes, (one complete and two partial).
9 Stripes shall be fabricated from Type I I I or Type IV reflective sheeting.
10
11 When recommended by the manufacturer, barrier drums shall be treated to ensure proper
12 adhesion of the reflective sheeting.
13
14 9-35.9 Traffic Cones
15 Cones shall conform to the requirements of the MUTCD, except that the minimum height
16 shall be 28 inches.
17
18 9-35.10 Tubular Markers
19 Tubular markers shall conform to the requirements of the MUTCD, except that the minimum
20 height shall be 28 inches.
21
22 Pavement-mounted tubular markers shall consist of asurface-mounted assembly which
23 uses a separate base with a detachable tubular marker held in place by means of a locking
24 device.
25
26 9-35.11 Warning Lights and Flashers
27 Warning lights and flashers shall conform to the requirements of the MUTCD.
28
29 9-35.12 Truck-Mounted Attenuator
30 The Truck-Mounted Attenuator (TMA) shall be selected from the approved units listed on the 4
31 Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of
32 15,000 pounds and a maximum weight in accordance with the manufacturer's
33 recommendations. Ballast used to obtain the minimum weight requirement, or any other
34 object that is placed on the vehicle shall be securely anchored such that it will be retained on
35 the vehicle during an impact. The Contractor shall provide certification that the unit complies
36 with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with
37 NCHRP 350 requirements.
38
39 The TMA shall have an adjustable height so that it can be placed at the correct elevation
40 during usage and to a safe height for transporting. If needed, the Contractor shall install
41 additional lights to provide fully visible brake lights at all times.
42
43 The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron
44 pattern shall consist of 4-inch yellow stripes, alternating non-reflective black and reflective
45 yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit.
46
78 September 2005
City of Renton
NE Sunset Boulevard (SR 900)/Duvall Avenue NE
Intersection Improvements Project
Appendix A
Hourly Minimum Wage Rates
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 hourly rate of fringe benefits.
On public works projects, workers'wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 08-31-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $33.46 IN 5D
BOILERMAKERS
JOURNEY LEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $41.17 1M 5A
CABINET MAKERS(IN SHOP)
JOURNEY LEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $40.23 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $40.07 1M 5D
CARPENTER $40.07 1M 5D
CREOSOTED MATERIAL $40.17 1M 5D
DRYWALL APPLICATOR $40.22 1M 5D
FLOOR FINISHER $40.20 1M 5D
FLOOR LAYER $40.20 1M 5D
FLOOR SANDER $40.20 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $41.07 1M 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $40.27 1M 5D
SAWFILER $40.20 1M 5D
SHINGLER $40.20 1M 5D
STATIONARY POWER SAW OPERATOR $40.20 1M 5D
STATIONARY WOODWORKING TOOLS $40.20 1M 5D
CEMENT MASONS
JOURNEYLEVEL $41.11 1M 5D
DIVERS&TENDERS
DIVER $83.19 1M 5D 8A
DIVER TENDER $39.51 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $40.77 IT 5D 8L
ASSISTANT MATE(DECKHAND) $40.28 IT 5D 8L
BOATMEN $40.77 1T 5D 8L
ENGINEER WELDER $40.82 IT 5D 8L
LEVERMAN, HYDRAULIC $42.34 IT 5D 8L
MAINTENANCE $40.28 IT 5D 8L
MATES $40.77 IT 5D 8L
OILER $40.40 IT 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $40.29 1E 5P
ELECTRICIANS-INSIDE
CABLE SPLICER $50.60 1D 5A
CABLE SPLICER(TUNNEL) $54.40 1D 5A
CERTIFIED WELDER $48.88 1D 5A
CERTIFIED WELDER(TUNNEL) $52.50 1D 5A
CONSTRUCTION STOCK PERSON $26.72 1D 5A
JOURNEY LEVEL $47.15 1D 5A
JOURNEY LEVEL(TUNNEL) $50.60 1D 5A
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $50.84 4A 5A
r CERTIFIED LINE WELDER $46.37 4A 5A
GROUNDPERSON $33.64 4A 5A
HEAD GROUNDPERSON $35.46 4A 5A
Page 1
KING COUNTY
Effective 08-31-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A
JACKHAMMER OPERATOR $35.46 4A 5A
JOURNEY LEVEL LINEPERSON $46.37 4A 5A
LINE EQUIPMENT OPERATOR $39.50 4A 5A
POLE SPRAYER $46.37 4A 5A
POWDERPERSON $35.46 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1
ELEVATOR CONSTRUCTORS
MECHANIC $52.27 4A 6Q
MECHANIC IN CHARGE $57.41 4A 6Q
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS
JOURNEY LEVEL $28.78 1N 5D
GLAZIERS ,
JOURNEY LEVEL $41.15 1H 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $43.18 1S 5J
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $33.94 IN 5D
INLAND BOATMEN
CAPTAIN $35.14 1K 5B
COOK $30.11 1K 5B
DECKHAND $29.09 1K 5B
ENGINEER/DECKHAND $31.66 1K 5B
MATE,LAUNCH OPERATOR $33.24 1K 5B
INSULATION APPLICATORS
JOURNEY LEVEL $40.07 1M 5D
IRONWORKERS
JOURNEY LEVEL $44.62 10 5A
LABORERS
ASPHALT RAKER $33.94 IN 5D
BALLAST REGULATOR MACHINE $33.46 IN 5D
BATCH WEIGHMAN $28.78 IN 5D
BRUSH CUTTER $33.46 IN 5D '
BRUSH HOG FEEDER $33.46 1N 5D
BURNERS $33.46 1 N 5D
CARPENTERTENDER $33.46 IN 5D
CASSION WORKER $34.30 1 N 5D
CEMENTDUMPER/PAVING $33.94 IN 5D
CEMENT FINISHER TENDER $33.46 1 N 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $33.46 IN 5D
CHIPPING GUN(OVER 30 LBS) $33.94 IN 5D
CHIPPING GUN(UNDER 30 LBS) $33.46 1N 5D
CHOKER SETTER $33.46 IN 5D
CHUCK TENDER $33.46 IN 5D
CLEAN-UP LABORER $33.46 IN 5D
CONCRETE DUMPER/CHUTE OPERATOR $33.94 IN 5D
CONCRETE FORM STRIPPER $33.46 IN 5D
CONCRETE SAW OPERATOR $33.94 IN 5D
CRUSHER FEEDER $28.78 IN 5D
CURING LABORER $33.46 IN 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $33.46 IN 5D
DITCH DIGGER $33.46 IN 5D
DIVER $34.30 IN 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $33.94 IN 5D
Page 2
KING COUNTY
Effective 08-31-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DRILL OPERATOR,AIRTRAC $34.30 IN 5D
DUMPMAN $33.46 1 N 5D
EPDXYTECHNICIAN $33.46 1N 5D
EROSION CONTROL WORKER $33.46 1 N 5D
FALLER/BUCKER, CHAIN SAW $33.94 1N 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning; NOT $26.46 1 N 5D
construction debris cleanup)
FINE GRADERS $33.46 1 N 5D
FIRE WATCH $28.78 1 N 5D
FORM SETTER $33.46 1 N 5D
GABION BASKET BUILDER $33.46 IN 5D
GENERAL LABORER $33.46 IN 5D
GRADE CHECKER&TRANSIT PERSON $33.94 1 N 5D
GRINDERS $33.46 1 N 5D
GROUT MACHINE TENDER $33.46 1 N 5D
GUARDRAIL ERECTOR $33.46 IN 5D
HAZARDOUS WASTE WORKER LEVEL A $34.30 1 N 5D
HAZARDOUS WASTE WORKER LEVEL B $33.94 1 N 5D
HAZARDOUS WASTE WORKER LEVEL C $33.46 1 N 5D
HIGH SCALER $34.30 1 N 5D
HOD CARRIER/MORTARMAN $33.94 1 N 5D
JACKHAMMER $33.94 1 N 5D
LASER BEAM OPERATOR $33.94 IN 5D
MANHOLE BUILDER-MUDMAN $33.94 IN 5D
MATERIAL YARDMAN $33.46 1 N 5D
MINER $34.30 1 N 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $33.94 1 N 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $33.94 1 N 5D
PILOT CAR $28.78 1 N 5D
PIPE POT TENDER $33.94 1 N 5D
PIPE RELINER(NOT INSERT TYPE) $33.94 1 N 5D
PIPELAYER&CAULKER $33.94 IN 5D
PIPELAYER&CAULKER(LEAD) $34.30 1 N 5D
PIPEWRAPPER $33.94 IN 5D
POT TENDER $33.46 IN 5D
POWDERMAN $34.30 1 N 5D
POWDERMAN HELPER $33.46 1N 5D
POWERJACKS $33.94 1 N 5D
RAILROAD SPIKE PULLER(POWER) $33.94 1 N 5D
RE-TIMBERMAN $34.30 IN 5D
RIPRAP MAN $33.46 1 N 5D
RODDER $33.94 1 N 5D
! SCAFFOLD ERECTOR $33.46 1 N 5D
SCALE PERSON $33.46 IN 5D
SIGNALMAN $33.46 IN 5D
SLOPER(OVER 20") $33.94 IN 5D
SLOPER SPRAYMAN $33.46 IN 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $33.94 1 N 5D
SPREADER(CONCRETE) $33.94 IN 5D
STAKE HOPPER $33.46 1 N 5D
STOCKPILER $33.46 IN 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $33.94 IN 5D
TAMPER(MULTIPLE&SELF PROPELLED) $33.94 IN 5D
TOOLROOM MAN(AT JOB SITE) $33.46 IN 5D
TOPPER-TAILER $33.46 IN 5D
TRACK LABORER $33.46 IN 5D
Page 3
KING COUNTY
Effective 08-31-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRACK LINER(POWER) $33.94 IN 5D '
TRUCK SPOTTER $33.46 IN 5D
TUGGER OPERATOR $33.94 IN 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $33.46 IN 5D
VIBRATOR $33.94 IN 5D
VINYL SEAMER $33.46 IN 5D
WELDER $33.46 IN 5D
WELL-POINT LABORER $33.94 IN 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1
LANDSCAPING OR PLANTING LABORERS $8.42 1
LATHERS '
JOURNEY LEVEL $40.22 1M 5D
PAINTERS
JOURNEY LEVEL $32.00 2B 5A '
PLASTERERS
JOURNEY LEVEL $40.58 1R 5A
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $52.41 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $38.42 IT 5D 8L
BACKHOE,EXCAVATOR, SHOVEL (3 YD&UNDER) $41.12 IT 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD&UNDER 6 YD) $41.59 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $42.13 IT 5D 8L
BACKHOES, (75 HP&UNDER) $40.71 IT 5D 8L
BACKHOES, (OVER 75 HP) $41.12 IT 5D 8L
BARRIER MACHINE(ZIPPER) $41.12 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $41.12 IT 5D 8L
BELT LOADERS(ELEVATING TYPE) $40.71 IT 5D 8L
BOBCAT(SKID STEER) $38.42 IT 5D 8L
BROOMS $38.42 IT 5D 8L
BUMP CUTTER $41.12 IT 5D 8L
CABLEWAYS $41.59 IT 5D 8L
CHIPPER $41.12 IT 5D 8L
COMPRESSORS $38.42 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $38.42 IT 5D 8L
CONCRETE PUMPS $40.71 IT 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41.12 IT 5D 8L
CONVEYORS $40.71 IT 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $40.71 IT 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $41.12 IT 5D 8L
CRANES, 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING $41.59 IT 5D 8L
JIB WITH ATACHMENTS) ,
CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $42.13 IT 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $42.68 IT 5D 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $38.42 IT 5D 8L
CRANES,A-FRAME,OVER 10 TON $40.71 IT 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $43.22 IT 5D 8L
ATTACHMENTS
CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $41.12 IT 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE(45-99 TONS) $41.59 IT 5D 8L
CRANES,OVERHEAD, BRIDGE TYPE(100 TONS&OVER) $42.13 IT 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $42.13 IT 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT BASE TO BOOM $42.68 IT 5D 8L
CRUSHERS $41.12 IT 5D 8L
Page 4
KING COUNTY
Effective 08-31-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DECK ENGINEER/DECK WINCHES(POWER) $41.12 IT 5D 8L
DERRICK, BUILDING $41.59 IT 5D 8L
DOZERS,D-9&UNDER $40.71 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $40.71 IT 5D 8L
DRILLING MACHINE $41.12 IT ' 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $38.42 IT 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $40.71 IT 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $41.12 IT 5D 8L
FORK LIFTS, (3000 LBS AND OVER) $40.71 IT 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $38.42 IT 5D 8L
GRADE ENGINEER $40.71 IT 5D 8L
GRADECHECKER AND STAKEMAN $38.42 IT 5D 8L
GUARDRAIL PUNCH $41.12 IT 5D 8L
HOISTS, OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $4031 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $40.71 IT 5D 8L
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $41.12 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $38.42 IT 51D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $40.71 IT 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $41.59 IT 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $42.13 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD), PLANT FEED $41.12 IT 5D 8L
LOCOMOTIVES,ALL $41.12 IT 5D 8L
MECHANICS,ALL $41.59 IT 5D 8L
MIXERS,ASPHALT PLANT $41.12 IT 5D 8L
MOTOR PATROL GRADER(FINISHING) $41.12 IT 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $40.71 IT 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $41.59 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $38.42 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $38.42 IT 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $41.12 IT 5D 8L
PLANT OILER(ASPHALT, CRUSHER) $40.71 IT 5D 8L
POSTHOLE DIGGER, MECHANICAL $38.42 IT 51D 8L
POWER PLANT $38.42 IT 5D 8L
PUMPS,WATER $38.42 IT 5D 8L
QUAD 9, D-10,AND HD-41 $41.59 IT 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 IT 51D 8L
EQUIP
RIGGER AND BELLMAN $38.42 IT 51D 8L
ROLLAGON $41.59 IT 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $38.42 IT 5D 8L
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $40.71 IT 5D 8L
ROTO-MILL, ROTO-GRINDER $41.12 IT 5D 8L
SAWS,CONCRETE $40.71 IT 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP;ARTICULATING $41.12 IT 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED, HARD TAIL END DUMP,ARTICULATING $41.59 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $40.71 IT 5D 8L
SCREED MAN $41.12 IT 5D 8L
SHOTCRETE GUNITE $38.42 IT 5D 8L
SLIPFORM PAVERS $41.59 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $41.12 IT 5D 8L
SUBGRADE TRIMMER $41.12 IT 5D 8L
TOWER BUCKET ELEVATORS $40.71 IT 5D 8L
TRACTORS, (75 HP&UNDER) $40.71 IT 5D 8L
TRACTORS,(OVER 75 HP) $41.12 IT 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $41.12 IT 5D 8L
Page 5
KING COUNTY
Effective 08-31-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $41.59 1T 5D 8L '
TRENCHING MACHINES $40.71 1T 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $40.71 1T 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $41.12 1T 5D 8L '
TRUCK MOUNT PORTABLE CONVEYER $41.12 1T 5D 8L
WHEEL TRACTORS, FARMALL TYPE $38.42 1T 5D 8L
YO YO PAY DOZER $41.12 1T 5D 8L
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $33.88 4A 5A
SPRAY PERSON $32.16 4A 5A
TREE EQUIPMENT OPERATOR $32.59 4A 5A
TREE TRIMMER $30.31 4A 5A
TREE TRIMMER GROUNDPERSON $22.76 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $49.71 1G 5A
ROOFERS '
JOURNEY LEVEL $34.53 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $48.22 1 E 6L
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.04 16 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $12.44 1 5S
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $50.24 1H 5C
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1
TELEPHONE LINE CONSTRUCTION-OUTSIDE
CABLE SPLICER $28.92 2B 5A
HOLE DIGGER/GROUND PERSON $16.22 2B 5A
INSTALLER(REPAIRER) $27.74 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $26.90 2B 5A
SPECIAL APPARATUS INSTALLER 1 $28.92 2B 5A
SPECIAL APPARATUS INSTALLER II $28.34 213 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28.92 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26.90 2B 5A
TELEVISION GROUND PERSON $15.39 2B 5A
TELEVISION LINEPERSON/INSTALLER $20.45 2B 5A
TELEVISION SYSTEM TECHNICIAN $24.32 2B 5A
TELEVISION TECHNICIAN $21.88 2B 5A
TREE TRIMMER $26.90 2B 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL $38.43 1B 5A
TILE, MARBLE&TERRAZZO FINISHERS
FINISHER $32.26 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $33.40 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $37.94 1T 5D 8L
ASPHALT MIX(OVER 16 YARDS) $38.52 1T 5D 8L
DUMP TRUCK $37.94 1T 5D 8L
DUMP TRUCK&TRAILER $3852 1T 5D 8L
OTHER TRUCKS $38.52 1T 5D 8L
TRANSIT MIXER $23.45 1
Page 6
KING COUNTY
Effective 08-31-05
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $1771 1
OILER $12.97 1
WELL DRILLER $17.68 1
Page 7
1
1 �
1
i
i
1
i
1
1
1
1
i
1
1
1
1
1
BENEFIT CODE KEY - EFFECTIVE 08-31-05
mw
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10)
r HOUR WORKWEEK DAY AND THE FIRST EIGHT(8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
"d E. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
r
F. THE FIRST TWO (2) HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
J. THE FIRST TWO (2)HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND ALL HOURS ON
SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME
HOURS OVER TEN (10) HOURS ON THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY
THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE. MONDAY THROUGH FRIDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED IN EXCESS OF TEN (10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
' M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
0. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,
AND AFTER TEN(10)HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)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.
BENEFIT CODE KEY-EFFECTIVE 08-31-05 '
-2-
1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) '
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
S. THE FIRST TWO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE ,
HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. '
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. '
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- '
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL. BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE: OF WAGE
IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE ,
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO"TIMES THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDI I ION TO
THE HOLIDAY PAY. '
M ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOI SRI Y RATE
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES T1I1 HOURLY
RATE OF WAGE.
BENEFIT CODE KEY-EFFECTIVE 08-31-05
-3-
2. P. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
r SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO 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 THANKSGIVING DAY,AND CHRISTMAS DAY(7).
B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
w 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
+r FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
a�
F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY,AND CHRISTMAS DAY(11).
wm
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).
lr H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. AND
CHRISTMAS DAY(6).
J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7).
N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS'
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9).
P. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY(6).
R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,AND CHRISTMAS DAY(7).
T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR
AFTER CHRISTMAS(10).
V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8).
BENEFIT CODE KEY-EFFECTIVE 08-31-05 '
-4-
5. Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, '
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
B. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND
CHRISTMAS DAY(9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY(9).
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
CHRISTMAS DAY.(8)
Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY,
THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8). UNPAID HOLIDAY_
PRESIDENTS'DAY.
T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR ,
DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
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, AND ONE DAY OF THE
EMPLOYEE'S CHOICE(9). '
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 OR AFTER 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 DEPT[] 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
BENEFIT CODE KEY-EFFECTIVE 08-31-05
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: SI.00,
LEVELS C&D:$0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00,
LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25.
I
1
1
1 ''
i
1
1
1
1
1
1
1
1
1
1
1
1
■.
General Decision Number: WA030001 09/23/2005 WA1
Superseded General Decision Number: WA020001
`r State: Washington
Construction Types: Heavy (Heavy, and Dredging) and Highway
Counties: Washington Statewide.
HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes
1W D.O.E. Hanford Site in Benton and Franklin Counties)
Modification Number Publication Date Modification Number Publication Date
0 06/13/2003 18 11/05/2004
1 01/23/2004 19 11/19/2004
2 02/06/2004 20 12/03/2004
3 02/13/2004 21 01/14/2005
4 03/05/2004 22 02/18/2005
5 03/12/2004 23 03/18/2005
6 04/16/2004 24 03/25/2005
7 05/14/2004 25 04/01/2005
8 06/18/2004 26 04/22/2005
9 06/25/2004 27 06/03/2005
10 07/02/2004 28 06/10/2005
11 07/23/2004 29 06/17/2005
12 08/06/2004 30 07/08/2005
13 08/20/2004 31 07/29/2005
14 09/03/2004 32 08/12/2005
15 10/01/2004 33 08/19/2005
16 10/15/2004 34 09/09/2005
17 10/22/2004 35 09/16/2005
36 09/23/2005
CARP0001-008 06/01/2005
' Rates Fringes
' Carpenters:
COLUMBIA RIVER AREA -
ADAMS, BENTON, COLUMBIA,
DOUGLAS (EAST OF THE 120TH
' MERIDIAN) , FERRY,
FRANKLIN, GRANT, OKANOGAN
(EAST OF THE 120TH
MERIDIAN) AND WALLA WALLA
COUNTIES
GROUP 1: . . . . . . . . . . . . . . . . . . .$ 24.18 7.75
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 25.29 7.75
' GROUP 3 : . . . . . . . . . . . . . . . .$ 24.45 7.75
GROUP 4: . . . . . . . . . . . . . .$ 24.18 7. 75
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 59.90 7. 75
GROUP 6: . . . . . . . . . . . . . . . . . . .$ 28.32 7.75
WA030001 Modification 35 l
Federal Wage Determination
SPOKANE AREA: ASOTIN,
GARFIELD, LINCOLN, PEND
OREILLE, SPOKANE, STEVENS '
AND WHITMAN COUNTIES
GROUP 1: . . . . . . . . . . . . . . . . . . .$ 23.51 7.75
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 24.61 7.75
GROUP 3: . . . . . . . . . . . . . . . . . . .$ 23.77 7.75 '
GROUP 4 : . . . . . . . . . . . . . . . . . . .$ 23 .51 7.75
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 58.24 7.75
GROUP 6 : . . . . . . . . . . . . . . . . . . .$ 27.60 7.75
CARPENTERS CLASSIFICATIONS '
GROUP 1: Carpenter; Burner-Welder; Rigger and Signaler; '
Insulators (all types) , Acoustical, Drywall and Metal
Studs, Metal Panels and Partitions; Floor Layer, Sander,
Finisher and Astro Turf; Layout Carpenters; Form Builder;
Rough Framer; Outside or Inside Finisher, including doors, ,
windows, and jams; Sawfiler; Shingler (wood, composition)
Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and
Dismantling; Stationary Saw-Off Bearer; Wire, Wood and '
Metal Lather Applicator
GROUP 2: Millwright, machine erector
GROUP 3 : Piledriver - includes driving, pulling, cutting, ,
placing collars, setting, welding, or creosote treated
material, on all piling '
GROUP 4: Bridge, dock and wharf carpenters
GROUP 5: Divers '
GROUP 6: Divers Tender
ZONE PAY: ,
ZONE 1 0-45 MILES FREE
ZONE 2 46-65 MILES $2.00/PER HOUR
ZONE 3 66-100 MILES $3 .00/PER HOUR '
ZONE 4 OVER 100 MILES $4.50/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main ,
Post Office of established residence of employee.
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE. ) or Main
Post Office of established residence of employee.
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee. ,
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee. t
CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of
established residence of employee.
WA030001 Modification 35 2
Federal Wage Determination
DEPTH PAYY FOR DIVERS:
Each foot over 50-100 feet $1.00
Each foot over 100-175 feet 2.25
Each foot over 175-250 feet 5.50
r
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task) , where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
i
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
rr LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit" .
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
WA030001 Modification 35 3
Federal Wage Determination
----------------------------------------------------------------
CARP0003-006 06/01/2005
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS (Piledriver only) , PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean) , SKAMANIA AND WAHKIAKUM ,
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS '
ZONE 1:
Rates Fringes ,
Carpenters:
CARPENTERS; ACOUSTICAL. . . . . .$ 28.41 11.16
DIVERS TENDERS. . . . . . . . . . . . . .$ 31.01 11.16
DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 67.18 11.16
DRYWALL. . . . . . . . . . . . . . . . . . . . .$ 28.41 11.16
FLOOR LAYERS & FLOOR '
FINISHERS (the laying of
all hardwood floors nailed
and mastic set, parquet
and wood-type tiles, and '
block floors, the sanding
and finishing of floors,
the preparation of old and ,
new floors when the
materials mentioned above
are to be installed) ;
INSULATORS (fiberglass and '
similar irritating
materils. . . . . . . . . . . . . . . . . . . .$ 28.56 11. 16
MILLWRIGHTS. . . . . . . . . . . . . . . . .$ 28.91 11.16 ,
PILEDRIVERS. . . . . . . . . . . . . . . . .$ 28.91 11.16
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET ,
100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET
150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET
Zone Differential (Add up Zone 1 rates) :
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70 '
Zone 5 - 2.00
Zone 6 - 3.00
WA0 30001 Modification 35 4
Federal Wage Determination '
r BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
M that point. )
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
M miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
+. ----------------------------------------------------------------
CARP0770-003 06/01/2005
Rates Fringes
' Carpenters:
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN) ,
' KITTITAS, OKANOGAN (WEST
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
ACCOUSTICAL WORKERS. . . . . . . .$ 21.71 10.45
' CARPENTERS AND DRYWALL
APPLICATORS. . . . . . . . . . . . . . . .$ 21.45 10.45
CARPENTERS ON CREOSOTE
' MATERIAL. . . . . . . . . . . . . . . . . . .$ 21.55 10.45
DIVERS TENDER. . . . . . . . . . . . . .$ 32.26 10.67
DIVERS. . . . . . . . . . . . . . . . . . . . .$ 72.52 10.67
INSULATION APPLICATORS. . . . .$ 21.45 10.45
MILLWRIGHT AND MACHINE
ERECTORS. . . . . . . . . . . . . . . . . . .$ 30.40 10.45
PILEDRIVER, BRIDGE DOCK
' AND WHARF CARPENTERS. . . . . . .$ 29.40 10.45
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING. . . . . . .$ 29.60 10.45
SAWFILERS, STATIONARY
' POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
' OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . .$ 21.58 10.45
WA030001 Modification 35 5
Federal Wage Determination
to.
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the '
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham '
Auburn Bremerton Anacortes
Renton Shelton Yakima '
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend ,
Zone Pay:
0 -25 radius miles Free
25-35 radius miles $1.00/hour '
35-45 radius miles $1.15/hour
45-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour '
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall, '
Tacoma City center, and Everett City center
Zone Pay: ,
0 -25 radius miles Free
25-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour '
WA030001 Modification 35 6
Federal Wage Determination '
,. -------------------------------------------------------------
CARP0770-006 06/01/2005
Rates Fringes
Carpenters:
WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON,
KING, KITSAP, LEWIS (excludes piledrivers only) , MASON, PACIFIC
(North of a straight line made by extending the north boundary line of
Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES
ACOUSTICAL WORKERS. . . . . . . . .$ 29.56 10.67
BRIDGE, DOCK & WHARF
CARPENTERS. . . . . . . . . . . . . . . . .$ 29.40 10.67
CARPENTERS AND DRYWALL
�w APPLICATORS. . . . . . . . . . . . . . . .$ 29.40 10.67
CARPENTERS ON CREOSOTE
MATERIAL. . . . . . . . . . . . . . . . . . .$ 29.50 10.67
DIVERS TENDER. . . . . . . . . . . . . .$ 32.26 10.67
+� DIVERS. . . . . . . . . . . . . . . . . . . . .$ 72.52 10.67
INSULATION APPLICATORS. . . . .$ 29.40 10.67
MILLWRIGHT AND MACHINE
ERECTORS. . . . . . . . . . . . . . . . . . .$ 30.40 10.67
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING. . . . . . .$ 29.60 10.67
SAWFILERS, STATIONARY
POWER SAW OPERATORS,
FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR
SANDER OPERATOR AND
r OPERATORS OF OTHER
STATIONARY WOOD WORKING
TOOLS. . . . . . . . . . . . . . . . . . . . . .$ 29.53 10.67
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
' Chelan Pt. Townsend
Zone Pay:
' 0 -25 radius miles Free
25-35 radius miles $1.00/hour
35-45 radius miles $1.15/hour
45-55 radius miles $1.35/hour
' Over 55 radius miles $1.55/hour
WA030001 Modification 35 7
Federal Wage Determination
I
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay: '
0 -25 radius miles Free
25-45 radius miles $ .70/hour
Over-45-radius-miles- --$150/hour
------------------------------
ELEC0046-001 06/06/2005
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 36.85 3-+12.64 ,
Electrician. . . . . . . . . . . . . . . . . . . .$ 33.50 30+12.64
----------------------------------------------------------------
ELEC0048-003 01/01/2005
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes ,
Cable splicer. . . . . . . . . . . . . . . . . .$ 31.60 390+$13.05
Electrician. . . . . . . . . . . . . . . . . . .�$-3135--------3%+$13.05
-------------------------------- ------------
ELEC0073-001 07/01/2004
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN '
COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 24.07 3$+11.58
Electrician. . . . . . . . . . . . . . . . . . .�$-2367---------30+11.58 ,
ELECO076-002 09/01/2005
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON ,
COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 34. 78 3%-+12 .91
Electrician. . . . . . . . . . . . . . . . . . . .$ 31.62 3e+12 . 91
WA030001 Modification 35 8
Federal Wage Determination ,
.i ----------------------------------------------
------------------
ELEC0077-002 02/01/2005
Rates Fringes
r
Line Construction:
CABLE SPLICERS. . . . . . . . . . . . . .$ 39.48 3.8758+9.75
GROUNDMEN. . . . . . . . . . . . . . . . . . .$ 24.68 3.875%+8.00
LINE EQUIPMENT MEN. . . . . . . . . .$ 30.32 3.875%+8.00
LINEMEN, POLE SPRAYERS,
HEAVY LINE EQUIPMENT MAN. . . .$ 35.25 3.875%+9.75
'r POWDERMEN, JACKHAMMERMEN. . . .$ 26.44 3.875%+8.00
TREE TRIMMER. . . . . . . . . . . . . . . .$ 20.98 3.875%+7.94
----------------------------------------------------------------
ELEC0112-005 06/01/2005
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 31.24 3%+12.28
Electrician. . . . . . . . . . . . . . . . . . . .$ 29.90 3%+12.43
----------------------------------------------------------------
* ELECO191-003 09/01/2005
i
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 33.72 3%+11.72
Electrician. . . . . . . . . . . . . . . . . . . .$ 30.66 3%+11.72
----------------------------------------------------------------
* ELECO191-004 09/01/2005
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 29.33 3%+11.67
Electrician. . . . . . . . . . . . . . . . . . . .$ 26.66 3%+11.67
----------------------------------------------------------------
ELEC0970-001 01/01/2005
COWLITZ AND WAHKIAKUM COUNTIES
Rates Fringes
Cable splicer. . . . . . . . . . . . . . . . . .$ 31.57 3%+10.60
Electrician. . . . . . . . . . . . . . . . . . . .$ 28.70 39.+10.60
WA030001 Modification 35 g
Federal Wage Determination
----------------------------------------------------------------
ENGI0302-003 06/01/2005
CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) ,
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE '
120TH MERIDIAN) COUNTIES
PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS
SHOWN BELOW)
Zone 1 (0-25 radius miles) :
Rates Fringes
Power equipment operators:
Group 1A. . . . . . . . . . . . . . . . . . .$ 31.08 11.05
Group 1AA. . . . . . . . . . . . . . . . . .$ 31.63 11.05
Group 1AAA. . . . . . . . . . . . . . . . .$ 32 .17 11.05
Group 1. . . . . . . . . . . . . . . . . . . . .$ 30 .54 11.05
Group 2. . . . . . . . . . . . . . . . . . . . .$ 30.07 11.05
Group 3 . . . . . . . . . . . . . . . . . . . . .$ 29 .66 11.05
Group 4. . . . . . . . . . . . . . . . . . . . .$ 27 .37 11.05
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1. 00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton,
Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments) ; Tower crane over 175 ft in
height, base to boom
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments) ; Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments) ; Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building work;
Excavator, shovel, backhoes over 3 yards and under 6 yards;
Hard tail end dump articulating off-road equipment 45 yards
and over; Loader- overhead 6 yards to, but not including 8
yards; Mucking machine, mole, tunnel, drill and/or shield;
Quad 9, HD 41, D-10; Remote control operator on rubber tired
earth moving equipment; Rollagon; Scrapers-self propelled 45
yards and over; Slipform pavers; Transporters, all truck or
track type
WA030001 Modification 35 10
Federal Wage Determination
r
GROUP 2 - Barrier machine (zipper) ; Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
' tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power) ;
Drilling machine; Excavator, shovel, backhoe-3 yards and
„�. under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant feed;
Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor
'D patrol graders-finishing; Piledriver (other than crane
mount) ; Roto-mill,roto-grinder; Screedman, spreader, topside
operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar
Green; Scraper-self propelled, hard tail end dump,
articulating off-road equipment-under 45 yards; Subgrade
trimmer; Tractors, backhoes-over 75 hp; Transfer material
service machine-shuttle buggy, blaw knox-roadtec; Truck crane
ow oiler/driver-100 tons and over; Truck Mount portable
conveyor; Yo Yo Pay dozer
w GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck or
crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill locator;
Outside hoists- (elevators and manlifts) , air tuggers, strato
tower bucket elevators; Hydralifts/boom trucks over 10 tons;
Loader-elevating type, belt; Motor patrol
grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrpers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes-A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding operator;
Pavement breaker; Posthole digger, mechanical; Power plant;
Pumps, water; Rigger and Bellman; Roller-other than plant
mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment
operator
WA030001 Modification 35 11
Federal Wage Determination
CATEGORY B PROJECTS: 950 OF THE BASIC HOURLY RATE FOR EACH
GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A
PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED
RATES MAY BE PAID ON THE FOLLOWING:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5
million excluding mechanical, electrical, and utility portions
of the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving including, but
utilities excluded.
3. Marine projects (docks, wharfs, ect. ) less than $150, 000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft
classifications subject to working inside a federally designed
hazardous perimeter shall be elgible for compensation in
accordance with the following group schedule relative to the
level of hazardous waste as outlined in the specific hazardous
waste project site safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing.
H-2 Class "C" Suit - Base wage rate plus $.25 per hour.
H-3 Class "B" Suit - Base wage rate plus $.50 per hour.
H-4 Class "A" Suit - Base wage rate plus $.75 per hour.
ENGI0302-009 06/01/2005
CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) ,
SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 95k OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
WORK PERFORMED ON HYDRAULIC DREDDGES:
Zone 1 (0-25 radius miles) :
Rates Fringes
Power equipment operators:
GROUP 1
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 29.23 11.05
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 26.96 8.40 ,
GROUP 2
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 29.35 11.05
TOTAL PROJECT COST UNDER
$300, 000. . . . . . . . . . . . . . . . . . .$ 27 .06 8.40
WA030001 Modification 35 12
Federal Wage Determination
GROUP 3
TOTAL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 29.72 11.05
TOTAL PROJECT COST UNDER
$300, 000. . . . . . . . . . . . . . . . . . .$ 27.38 8.40
GROUP 4
TOTAL PROJECT COST
$300, 000 AND OVER. . . . . . . . . .$ 29.77 11.05
TOTAL PROJECT COST UNDER
$300, 000. . . . . . . . . . . . . . . . . . .$ 27.43 8.40
GROUP 5
TOATL PROJECT COST
$300,000 AND OVER. . . . . . . . . .$ 31.29 11.05
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 28.75 8.40
GROUP 6
TOTAL PROJECT COST
$300, 000 AND OVER. . . . . . . . . .$ 29.23 11.05
TOTAL PROJECT COST UNDER
$300,000. . . . . . . . . . . . . . . . . . .$ 26.96 8.40
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) - $ .70
Zone 3 (Over 45 radius miles) - $1.00
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton,
Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 - ASSISTANT MATE (DECKHAND)
GROUP 2 - OILER
GROUP 3 - ASSISTANT ENGINEER (ELECTRIC, DIESEL, STEAM OR
BOOSTER PUMP) ; MATES AND BOATMEN
GROUP 4 - CRANEMAN, ENGINEER WELDER
GROUP 5 - LEVERMAN, HYDRAULIC
GROUP 6 - MAINTENANCE
CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH
GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A
PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES
MAY BE PAID ON THE FOLLOWING:
WA030001 Modification 35 13
Federal Wage Determination
r
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of the
contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving including, but utilities
excluded.
3. Marine projects (docks, wharfs, ect. ) less than $150, 000.
HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE
AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft
classifications subject to working inside a federally designed
hazardous perimeter shall be elgible for Compensation in
accordance with the following group schedule relative to the
level of hazardous waste as outlined in the specific hazardous
waste project site safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing.
H-2 Class "C" Suit - Base wage rate plus $.25 per hour.
H-3 Class "B" Suit - Base wage rate plus $.50 per hour.
H-4 Class "A" Suit - Base wage rate plus $.75 per hour.
----------------------------------------------------------------
WA030001 Modification 35 14
Federal Wage Determination
ENGI0370-002 06/01/2005
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) ,
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
4F
ZONE 1:
Rates Fringes
Js
Power equipment operators:
GROUP 1A. . . . . . . . . . . . . . . . . . .$ 21.79 7.87
op GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 22.34 7.87
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 22.66 7.87
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 23.27 7.87
GROUP 4. .$ 23.43 7.87
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 23.59 7.87
GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 23.87 7.87
GROUP 7. . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . $ 24.14 7.87
GROUP 8. .$ 25.24 7.87
ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco,
Washington; Lewiston, Idaho
r Zone 2: Outside 45 mile radius of Spokane, Moses Lake,
Pasco, Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power) ; Deck
Hand; Drillers Helper (Assist driller in making drill rod
connections, service drill engine and air compressor,
repair drill rig and drill tools, drive drill support truck
to and on the job site, remove drill cuttings from around
bore hole and inspect drill rig while in operation) ;
Fireman & Heater Tender; Grade Checker; Hydro-seeder,
Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking
Machine; Pumpman; Rollers, all types on subgrade, including
seal and chip coatings (farm type, Case, John Deere &
similar, or Compacting Vibrator) , except when pulled by
Dozer with operable blade; Welding Machine
WA030001 Modification 35 15
Federal Wage Determination
GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration
Plant (under 1000 ton) ; Assistant Plant Operator, Fireman
or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement) ; Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power) ; Concrete Saw (multiple cut) ; Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated) ; Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline) ;
Hoist, single drum; Loaders (bucket elevators and
conveyors) ; Longitudinal Float; Mixer (portable-concrete) ;
Pavement Breaker, Hydra Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled) ;
Railroad Power Tamper Operator (self-propelled) ; Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete) ; Spreader Box (self-propelled) ; Straddle Buggy
(Ross & similar on construction job only) ; Tractor (Farm
type R/T with attachment, except Backhoe) ; Tugger Operator
GROUP 3 : A-frame Truck (2 or more drums) ; Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton) ;
Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix
Operator, single unit (concrete) ; Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar) ;
Bending Machine; Bob Cat; Boring Machine (earth) ; Boring
Machine (rock under 8 inch bit) (Quarry Master, Joy or
similar) ; Bump Cutter (Wayne, Saginau or similar) ; Canal
Lining Machine (concrete) ; Chipper (without crane) ;
Cleaning & Doping Machine (pipeline) ; Deck Engineer;
Elevating Belt-type Loader (Euclid, Barber Green &
similar) ; Elevating Grader-type Loader (Dumor, Adams or
similar) ; Generator Plant Engineers (diesel or electric) ;
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet) ; Soil Stabilizer (P & H or
similar) ; Spreader Machine; Tractor (to D-6 or equivalent)
and Traxcavator; Traverse Finish Machine; Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar) ; Curb Extruder (asphalt or
concrete) ; Drills (churn, core, calyx or diamond) (operate
drilling machine, drive or transport drill rig to and on
job site and weld well casing) ; Equipment Serviceman;
Greaser & Oiler; Hoist (2 or more drums or Tower Hoist) ;
Loaders (overhead & front-end, under 4 yds. R/T) ;
Refrigeration Plant Engineer (under 1000 ton) ; Rubber-tired
Skidders (R/T with or without attachments) ; Surface Heater
& Plant Machine; Trenching Machines (under 7 ft. depth
capacity) ; Turnhead (with re-screening) ; vacuum Drill
(reverse circulation drill under 8 inch bit)
WA030001 Modification 35 16
Federal Wage Determination
w
A, GROUP 5: Backhoe (under 45, 000 gw) ; Backhoe & Hoe Ram (under
3/4 yd. ) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes
(25 tons & under) , all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons) ; Drilling
a* Equipment (8 inch bit & over) (Robbins, reverse circulation
& similar) (operates drilling machine, drive or transport
drill rig to and on job site and weld well casing) ; Hoe
4-W Ram; Piledriving Engineers; Paving (dual drum) ; Railroad
Track Liner Operaotr (self-propelled) ; Refrigeration Plant
Engineer (1000 tons & over) ; Signalman (Whirleys, Highline
Hammerheads or similar)
rs
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade
wire) ; Backhoe (45, 000 gw and over to 110, 000 gw) ; Backhoes
& Hoe Ram (3/4 yd. to 3 yd.) ; Batch Plant (over 4 units) ;
Batch & Wet Mix Operator (multiple units, 2 & incl. 4) ;
Blade Operator (motor patrol & attachments, Athey & Huber) ;
Boom Cats (side) ; Cable Controller (dispatcher) ; Clamshell
Operator (under 3 yds. ) ; Compactor (self-propelled with
blade) ; Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons) , all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar;
Draglines (under 3 yds.) ; Drill Doctor; H.D. Mechanic; H.D.
Welder; Loader Operator (front-end & overhead, 4 yds. Incl.
8 yds. ) ; Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete) ; Quad-Track or similar
equipment; Rollerman (finishing asphalt pavement) ; Roto
Mill (pavement grinder) ; Scrapers, all, rubber-tired;
Screed Operator; Shovel (under 3 yds. ) ; Tractors (D-6 &
equilvalent & over) ; Trenching Machines (7 ft. depth &
over) ; Tug Boat Operator Vactor guzzler, super sucker
GROUP 7: Backhoe (over 110, 000 gw) ; Backhoes & Hoe Ram (3 yds
& over) ; Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons) , all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over) ; Elevating Belt
(Holland type) ; Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar) ;
Loaders (overhead & front-end, over 8 yds. to 10 yds. ) ,
Rubber-tired Scrapers (multiple engine with three or more
scrapers) ; Shovels (3 yds. & over) ; Whirleys & Hammerheads,
ALL
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower) , all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over) ; Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .30 over scale
Over 250 ft $ .60 over scale
WA030001 Modification 35 17
Federal Wage Determination
I
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
----------------------------------------------------------------
ENG20370-006 06/01/2005
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) ,
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
WORK PERFORMED ON HYDRAULIC DREDGES
Rates Fringes
Hydraulic Dredge
GROUP 1: . . . . . . . . . . . . . . . . . . . .$ 32.41 7.87
GROUP 2 : . . . . . . . . . . . . . . . . . . . .$ 32.53 7.87
GROUP 3 : . . . . . . . . . . . . . . . . . . . .$ 32.90 7.87
GROUP 4 : . . . . . . . . . . . . . . . . . . . .$ 32.95 7.87
GROUP 5: . . . . . . . . . . . . . . . . . . . .$ 34.47 7.87
GROUP 6: . . . . . . . . . . . . . . . . . . . .$ 32.41 7.87
GROUP 1: Assistant Mate (Deckhand)
GROUP 2 : Assistant Engineer (Electric, Diesel, Steam, or
Booster Pump) ; Mates and Boatmen
GROUP 3 : Engineer Welder
GROUP 4 : Leverman, Hydraulic
GROUP 5: Maintenance
GROUP 6 : Oiler
HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
----------------------------------------------------------------
WA030001 Modification 35 18
Federal Wage Determination
ENGIO612-001 06/01/2005
LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A
PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF
WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND
THURSTON COUNTIES
PROJECTS:
CATEGORY A PROJECTS (excludes Category B projects, as shown
below)
ar Rates Fringes
Power equipment operators:
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project cost $300, 000 and
over
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 29.23 11.05
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 29.35 11.05
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 29.71 11.05
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 29.77 11.05
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 31.29 11.05
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 29.23 11.05
WORK PERFORMED ON
HYDRAULIC DREDGES:Total
Project Cost under $300,000
GROUP 1. . . . . . . . . . . . .$ 26.96 8.40
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 27.06 8.40
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 27.38 8.40
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 27.43 8.40
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 28 .75 8.40
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 26.96 8.40
ZONE 2 (26-45 radius miles) - Add $. 70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates
BASEPOINTS: Tacoma, Olympia, and Centralia
CATEGORY B PROJECTS - 95% of the basic hourly rate for each
group plus full fringe benefits applicable to Category A
projects shall apply to the following projects: Reduced
rates may be paid on the following:
1. Projects involving work on structures such as buildings
and structures whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docts, wharfs, etc. ) less than $150, 000
WA030001 Modification 35 19
Federal Wage Determination
WORK PERFORMED ON HYDRAULIC DREDGES:
GROUP 1: Assistant Mate (Deckhand
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump) ; Mates and Boatmen
GROUP 4 : Craneman, Engineer Welder
GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance
HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND
DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS
HANDLING OF HAZARDOUS WASTE MATERIALS
H-1 - When not outfitted with protective clothing of level D
equipment - Base wage rate
H-2 - Class "C" Suit - Base wage rate + $.25 per hour
H-3 - Class "B" Suit - Base wage rate + $.50 per hour
H-4 - Class "A" Suit - Base wage rate +$.75 per hour
----------------------------------------------------------------
ENGI0612-002 06/01/2005
LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles) :
Rates Fringes
Power equipment operators:
GROUP 1A. . . . . . . . . . . . . . . . . . .$ 31.08 11.05
GROUP 1AA. . . . . . . . . . . . . . . . . .$ 31 .63 11.05
GROUP 1AAA. . . . . . . . . . . . . . . . .$ 32 .17 11.05
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 30 .54 11.05
GROUP 2 . . . . . . . . . . . . . . . . . . . . .$ 30.07 11.05
GROUP 3 . . . . . . . . . . . . . . . . . . . . .$ 29.66 11.05
GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 27 .37 11.05
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) = $ .70
Zone 3 (Over 45 radius miles) - $1 . 00
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP lAA - Cranes- 200 tons to 300 tons, or 250 ft of boom
(including jib with attachments, Tower crane over 175 ft in
height, base to boom
WA030001 Modification 35 20
Federal Wage Determination
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments) ; Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
+" GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments) ; Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
AW yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power) ;
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount) ; Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists- (elevators and manlifts) , air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lfit materials;
Saws-concrete; Scrapers, concrete and carry all; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
WA030001 Modification 35 21
Federal Wage Determination
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
1
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type) ; Forklifts-under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and 4P
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc. ) less than $150, 000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
ENGI0701-002 01/01/2005
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND
WAHKIAKUM COUNTIES
Rates Fringes
Power equipment operators:
(See Footnote A)
GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 30.44 9.95
GROUP lA. . . . . . . . . . . . . . . . . . . .$ 31.96 9.95
GROUP 1B. . . . . . . . . . . . . . . . . . . .$ 33 .48 9.95
GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 29.14 9.95
GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 28 .34 9.95
GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 27.78 9.95
GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 27 .15 9.95
GROUP 6 . . . . . . . . . . . . . . . . . . . . .$ 24 .66 9.95
Zone Differential (add to Zone 1 rates) :
Zone 2 - $1 . 50
Zone 3 - 3 . 00
WA030001 Modification 35 22
Federal Wage Determination
.r►
Aw
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
IV INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
4V National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
Aim
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three
units or more; CRANE: Helicopter Operator, when used in
erecting work; Whirley Operator, 90 ton and over; LATTICE
BOOM CRANE: Operator 200 tons through 299 tons, and/or over
200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90
tons through 199 tons with luffing or tower attachments;
FLOATING EQUIPMENT: Floating Crane, 150 ton but less than
w 250 ton
GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and
over (with luffing or tower attachment) ; LATTICE BOOM
CRANE: Operator, 200 tons through 299 tons, with over 200
feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and
over
WA030001 Modification 35 23
Federal Wage Determination
GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399
tons with over 200 feet boom; Operator 400 tons and over;
FLOATING EQUIPMENT: Floating Crane 350 ton and over
GROUP 2 : ASPHALT: Asphalt Plant Operator (any type) ; Roto
Mill, pavement profiler, operator, 6 foot lateral cut and
over; BLADE: Auto Grader or "Trimmer" (Grade Checker
required) ; Blade Operator, Robotic; BULLDOZERS: Bulldozer
operator over 120, 000 lbs and above; Bulldozer operator,
twin engine; Bulldozer Operator,tandem, quadnine, D10, D11,
and similar type; Bulldozere Robotic Equipment (any type;
CONCRETE: Batch Plant and/or Wet Mix Operator, one and two
drum; Automatic Concrete Slip Form Paver Operator; Concrete
Canal Line Operator; Concrete Profiler, Diamond Head;
CRANE: Cableway Operator, 25 tons and over; HYDRAULIC
CRANE: Hydraulic crane operator 90 tons through 199 tons
(with luffing or tower attachment) ; TOWER/WHIRLEY OPERATOR:
Tower Crane Operator; Whirley Operator, under 90 tons;
LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200
feet boom; CRUSHER: Crusher Plant Operator; FLOATING
EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds.
and over; Floating Crane (derrick barge) Operator, 30 tons
but less than 150 tons; LOADERS: Loader operator, 120,000
lbs. and above; REMOTE CONTROL: Remote controlled
earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber-
tired scraper operator, with tandem scrapers, multi-engine;
SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel,
Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING
MACHINE: Wheel Excavator, under 750 cu. yds. per hour
(Grade Oiler required) ; Canal Trimmer (Grade Oiler
required) ; Wheel Excavator, over 750 cu. yds. per hour;
Band Wagon (in conjunction with wheel excavator) ;
UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote
or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over
130,000 lbs.
GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up
to and including 120,000 lbs. ; HYDRAULIC CRANE: Hydraulic
crane operator, 50 tons through 89 tons (with luffing or
tower attachment) ; LATTICE BOOM CRANES: Lattice Boom
Crane-50 through 89 tons (and less than 150 feet boom) ;
FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR:
excavator over 80, 000 lbs. through 130, 000 lbs. ; LOADERS:
Loader operator 60, 000 and less than 120,000; RUBBER-TIRED
SCRAPERS: Scraper Operator, with tandem scrapers;
Self-loading, paddle wheel, auger type, finish and/or 2 or
more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR:
Shovel, Dragline, Clamshell operators 3 cu. yds. but less
than 5 cu yds.
WA030001 Modification 35 24
Federal Wage Determination
f
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screeman required) ; BLADE: Blade operator; Blade operator,
finish; Blade operator, externally controlled by
electronic, mechanical hydraulic means; Blade operator,
4W multi-engine; BULLDOZERS: Bulldozer Operator over 20, 000
lbs and more than 100 horse up to 70, 000 lbs; Drill Cat
Operator; Side-boom Operator; Cable-Plow Operator (any
,P type) ; CLEARING: Log Skidders; Chippers; Incinerator; Stump
Splitter (loader mounted or similar type) ; Stump Grinder
(loader mounted or similar type; Tub Grinder; Land Clearing
Machine (Track mounted forestry mowing & grinding machine) ;
+� Hydro Axe (loader mounted or similar type) ; COMPACTORS
SELF-PROPELLED: Compactor Operator, with blade; Compactor
Operator, multi-engine; Compactor Operator, robotic;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete
Cooling Machine Operator; Concrete Paving Road Mixer;
Concrete Breaker; Reinforced Tank Banding Machine (K-17 or
similar types) ; Laser Screed; CRANE: Chicago boom and
r.r similar types; Lift Slab Machine Operator; Boom type
lifting device, 5 ton capacity or less; Hoist Operator, two
(2) drum; Hoist Operator, three (3) or more drums; Derrick
Operator, under 100 ton; Hoist Operator, stiff leg, guy
derrick or similar type, 50 ton and over; Cableway Operator
up to twenty (25) ton; Bridge Crane Operator, Locomotive,
Gantry, Overhead; Cherry Picker or similar type crane;
Carry Deck Operator; Hydraulic Crane Operator, under 50
tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator;
Diesel-Electric Engineer; Grizzley Operator; Drill Doctor;
Boring Machine Operator; Driller-Percussion, Diamond, Core,
Cable, Rotary and similar type; Cat Drill (John Henry) ;
Directional Drill Operator over 20, 000 lbs pullback;
FLOATING EQUIPMENT: Diesel-electric Engineer; Jack
Operator, elevating barges, Barge Operator, self-
unloading; Piledriver Operator (not crane type) (Deckhand
required) ; Floating Ciamshelll, etc. Operator, under 3 cu.
yds. (Fireman or Diesel-Electric Engineer required) ;
Floating Crane (derrick barge) Operator, less than 30 tons;
GENERATORS: Generator Operator; Diesel-electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types) ;
Guardrail Auger Operator (all types) ; Combination Guardrail
machines, i.e. , punch auger, etc. ; HEATING PLANT: Surface
Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR:
Robotic Hydraulic backhoe operator, track and wheel type up
to and including 20,0000 lbs. with any or all attachments;
Excavator Operator over 20, 000 lbs through 80,000 lbs. ;
LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders
Operator, front end and overhead, 25, 000 lbs and less than
60, 000 lbs; Elevating Grader Operator by Tractor operator,
Sierra, Euclid or similar types; PILEDRIVERS: Hammer
Operator; Piledriver Operator (not crane type) ; PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping
Machine Operator; Pipe Bending Machine operator; Pipe
Wrapping Machine Operator; Boring Machine Operator; Back
Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning
Decontamination Machine Operator; Ultra High Pressure Water
Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting
WA030001 Modification 35 25
Federal Wage Determination
Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel
Electric Engineer (Plant or Floating; Bolt Threading
Machine operator; Drill Doctor (Bit Grinder) ; H.D.
Mechanic; Machine Tool Operator; RUBBER-TIRED SCRAPERS:
Rubber-tired Scraper Operator,single engine, single f4p
scraper; Self-loading, paddle wheel, auger type under 15
cu. yds. ; Rubber-tired Scraper Operator, twin engine;
Rubber-tired Scraper Operator, with push- ull attachments;
Self Loading, paddle wheel, auger type 15 cu. yds. and
over, single engine; Water pulls, water wagons; SHOVEL,
DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric
Engineer; Stationay Drag Scraper Operator; Shovel,
Dragline, Clamshell, Operator under 3 cy yds. ; Grade-all
Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders,
Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor
operator, rubber-tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber-tired dozers and
pushers (Michigan, Cat, Hough type) ; Skip Loader, Drag Box;
TRENCHING MACHINE: Trenching Machine operator, digging
capacity over 3 ft depth; Back filling machine operator;
TUNNEL: Mucking machine operator
GROUP 5: ASPHALT: Extrusion Machine Operator; Roller
Operator (any asphalt mix) ; Asphalt Burner and
Reconditioner Operator (any type) ; Roto-Mill, pavement
profiler, ground man; BULLDOZERS: Bulldozer operator,
20, 000 lbs. or less or 100 horse or less; COMPRESSORS:
Compressor Operator (any power) , over 1,250 cu. ft. total
capacity; COMPACTORS: Compactor Operator, including
vibratory; Wagner Pactor Operator or similar type (without
blade) ; CONCRETE: Combination mixer and Compressor
Operator, gunite work; Concrete Batch Plant Quality Control
Operator; Beltcrete Operator; Pumperete Operator (any
type) ; Pavement Grinder and/or Grooving Machine Operator
(riding type) ; Cement Pump Operator, Fuller-Kenyon and
similar; Concrete Pump Operator; Grouting Machine Operator;
Concrete mixer operator, single drum, under (5) bag
capacity; Cast in place pipe laying machine; maginnis
Internal Full slab vibrator operator; Concrete finishing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge
deck or similar type; Curb Machine Operator, mechanical
Berm, Curb and/or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator;
Power Jumbo Operator setting slip forms in tunnels; Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Concrete Paving Machine Operator; Concrete
Finishing Machine Operator; Concrete Spreader Operator;
CRANE: Helicopter Hoist Operator; Hoist Operator, single
drum; Elevator Operator; A-frame Truck Operator, Double
drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR:
Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and
Earth Boring Machine Operator; Vacuum Truck; Directional
Drill Operator over 20,000 lbs pullback; FLOATING
EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or
robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe
Operator, wheel type (Ford, John Deere, Case type) ;
Hydraulic Backhoe Operator track type up to and including
WA030001 Modification 35 26
Federal Wage Determination
ir►
r 20,000 lbs. ; LOADERS: Loaders, rubber- tired type, less
than 25, 000 lbs; Elevating Grader Operator, Tractor Towed
requiring Operator or Grader; Elevating loader operator,
Athey and similar types; OILERS: Service oiler (Greaser) ;
PIPELINE-SEWER WATER: Hydra hammer or simialr types;
Pavement Breaker Operator; PUMPS: Pump Operator, more than
5 (any size) ; Pot Rammer Operator; RAILROAD EQUIPMENT:
Locomotive Operator, under 40 tons; Ballast Regulator
Operator; Ballast Tamper Multi-Purpose Operator; Track
Liner Operator; Tie Spacer Operator; Shuttle Car Operator;
Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat
wagon DJBs Volvo similar types; Conveyored material hauler;
SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled;
Pulva-mixer or similar types; Chiip Spreading machine
"r operator; Lime spreading operator, construction job siter;
SWEEPERS: Sweeper operator (Wayne type) self-propelled
construction job site; TRACTOR-RUBBER TIRED: Tractor
operator, rubber-tired, 50 hp flywheel and under; Trenching
machine operator, maximum digging capacity 3 ft depth;
TUNNEL: Dinkey
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill
Operator (any type) ; Truck mounted asphalt spreader, with
screed; COMPRESSORS: Compressor Operator (any power) , under
1,250 cu. ft. total capacity; CONCRETE: Plant Oiler,
Assistant Conveyor Operator; Conveyor Operator; Mixer Box
Operator (C.T.B. , dry batch, etc. ) ; Cement Hog Operator;
Concrete Saw Operator; Concrete Curing Machine Operator
(riding type) ; Wire Mat or Brooming Machine Operator;
CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler
Driver; A-frame Truck Operator, single drum; Tugger or
Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher
Feederman; CRUSHER: Crusher oiler; Crusher feederman;
DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT:
Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding
Operator, construction job site (exclduing working
platform) ; Fork Lift or Lumber Stacker Operator,
construction job site; Ross Carrier Operator, construction
job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL
EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail
machines; Guardrail Punch Oiler; HEATING PLANT: Temporary
Heating Plant Operator; LOADERS: Bobcat, skid steer (less
than 1 cu yd. ) ; Bucket Elevator Loader Operator,
BarberGreene and similar types; OILERS: Oiler; Guardrail
Punch Oiler; Truck Crane Oiler-Driver; Auger Oiler; Grade
Oiler, required to check grade; Grade Checker; Rigger;
w
PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman
(power agitated) ; PUMPS: Pump Operator (any power) ;
Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman;
Oiler; Switchman; Motorman; Ballast Jack Tamper Operator;
+p SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler,
Grade Oiler (required to check grade) ; Grade Checker;
Fireman; SWEEPER: Broom operator, self propelled,
construction job site; SURFACING (BASE) MATERIAL: Roller
Operator, grading of base rock (not asphalt) ; Tamping
Machine operartor, mechanical, self-propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade
WA030001 Modification 35 27
Federal Wage Determination
..
Oiler; TUNNEL: Conveyor operator; Air filtration equipment
operator
ENGI0701-003 06/01/2005
4P
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND
WAHKIAKUM COUNTIES
DREDGING:
Rates Fringes
Ir
Dredging:
ZONE A
ASSISTANT ENGINEER. . . . . . . . .$ 32.02 9.75
ASSISTANT MATE. . . . . . . . . . . . .$ 28.12 9.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 34.34 9.75
LEVERMAN, HYDRAULIC. . . . . . . .$ 34.34 9.75
TENDERMAN. . . . . . . . . . . . . . . . . .$ 30.96 9.75
ZONE B +
ASSISTANT ENGINEER. . . . . . . . .$ 34 .02 9.75
ASSISTANT MATE. . . . . . . . . . . . .$ 30.12 9.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 36 .34 9.75
LEVERMAN, HYDRAULIC. . . . . . . .$ 36 .34 9.75
TENDERMAN. . . . . . . . . . . . . . . . . .$ 32 .96 9.75
ZONE C
ASSISTANT ENGINEER. . . . . . . . .$ 35.02 9.75
ASSISTANT MATE. . . . . . . . . . . . .$ 31.12 9.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL. . . . . . . . .$ 37 .34 9.75
LEVERMAN, HYDRAULIC. . . . . . . .$ 37 .34 9.75
TENDERMAN. . . . . . . . . . . . . . . . . .$ 33 .96 9.75
ZONE DESCRIPTION FOR DREDGING:
ZONE A - All jobs or projects located within 30 road miles of
Portland City Hall.
ZONE B - Over 30-50 road miles from Portland City Hall.
ZONE C - Over 50 road miles from Portland City Hall.
*All jobs or projects shall be computed from the city hall by
the shortest route to the geographical center of the
project.
----------------------------------------------------------------
IRON0014-005 07/01/2005
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 27 .42 13.89
----------------------------------------------------------------
WA030001 Modification 35 28
Federal Wage Determination
"►
an IRON0029-002 07/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
4p
Rates Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 29.12 13.89
----------------------------------------------------------------
IRON0086-002 07/01/2005
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
Ironworker. . . . . . . . . . . . . . . . . . . . .$ 28.47 13.89
----------------------------------------------------------------
IRON0086-004 07/01/2005
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
--Ironworker 30.72 13 89
----------------------- ------------ -------
w
WA030001 Modification 35 29
Federal Wage Determination
LAB00001-002 06/01/2005
ZONE 1:
Rates Fringes
Laborers:
CALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON,
PACIFIC (NORTH OF STRAIGHT
LINE MADE BY EXTENDING THE
NORTH BOUNDARY WAHKIAKUM
COUNTY WEST TO THE PACIFIC
OCEAN) , PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM COUNTIES
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 18.56 7.95
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 20.88 7.95
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 25.56 7.95
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 26. 04 7.95
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 26.40 7.95
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN) ,
KITTITAS AND YAKIMA COUNTIES
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 15.14 7.95
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 17.46 7.95
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 19.18 7.95
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 19.66 7.95
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 20.02 7.95
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $ .70
ZONE 3 - $1.00
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
WA030001 Modification 35 30
Federal Wage Determination
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc. , prior to
final acceptance by the owner)
w GROUP 2 : Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
1M Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
„%, Chipping Gun (under 30 lbs.) ; Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material) ; Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C) ; Maintenance Person; Material Yard
Person; Pot Tender; Rip Rap Person; Riggers; Scale Person;
Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper;
Toolroom Man (at job site) ; Topper-Tailer; Track Laborer;
Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ;
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B) ; High Scaler;
Jackhammer; Laserbeam Operator; Manhole Builder-Mudman;
Mortarman and Hodcarrier; Nozzleman (concrete pump, green
cutter when using combination of high pressure air and
water on concrete and rock, sandblast, gunite, shotcrete,
water blaster, vacuum blaster) ; Pavement Breaker; Pipe
Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not
insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike
Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper
(over 20 ft) ; Spreader (concrete) ; Tamper and Similar
electric, air and glas operated tool; Timber Person-sewer
(lagger shorer and cribber) ; Track Liner Power; Tugger
Operator; Vibrator; Well Point Laborer
GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman;
Hazardous Waste Worker (Level A) .
i
WA030001 Modification 35 31
Federal Wage Determination
aw
LAB00238-004 06/01/2005
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN,
PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 17.71 6.95
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 19.81 6.95
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 20.08 6.95
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 20.35 6.95
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 20.63 6.95
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 22.00 6.95
Zone Differential (Add to Zone 1 rate) : $2.00
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2 : 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson) ;
Window washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller) ; Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material) ;
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers) ;
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal) ; Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly & dismantle,
and nipper) ; Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel) ; Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures) ;
Tailhoseman (water nozzle) ; Timber Bucker and Faller (by
hand) ; Track Laborer (RR) ; Truck Loader; Well-Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
WA030001 Modification 35 32
Federal Wage Determination
ns+
an
GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolition Torch;
Dope Pot Firemen, non-mechanical; Driller Tender (when
•� required to move and position machine) ; Form Setter,
Paving; Grade Checker using level; Hazardous Waste Worker,
Level C (uses a chemical "splash suit" and air purifying
.�. respirator) ; Jackhammer Operator; Miner, Class "B" (to
include brakeman, finisher, vibrator, form setter) ;
Nozzleman (to include squeeze and flo-crete nozzle) ;
Nozzleman, water, air or steam; Pavement Breaker (under 90
4W lbs. ) ; Pipelayer, corrugated metal culvert; Pipelayer,
multi- plate; Pot Tender; Power Buggy Operator; Power Tool
Operator, gas, electric, pneumatic; Railroad Equipment,
power driven, except dual mobile power spiker or puller;
Railroad Power Spiker or Puller, dual mobile; Rodder and
Spreader; Tamper (to include operation of Barco, Essex and
similar tampers) ; Trencher, Shawnee; Tugger Operator; Wagon
Drills; Water Pipe Liner; Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup brush
machine, power propelled) ; Caisson Worker, free air; Chain
Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high) ;
Gunite (to include operation of machine and nozzle) ;
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit") ; High Scaler;
Laser Beam Operator (to include grade checker and elevation
control) ; Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels) ;
Monitor Operator (air track or similar mounting) ; Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs. , jet blast machine power propelled, sandblast
nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer) ; Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line) ,
Miner Class "D", (to include raise and shaft miner, laser
beam operator on riases and shafts)
GROUP 6 - Powderman
----------------------------------------------------------------
or
a
WA030001 Modification 35 33
Federal 'Kage Determination
..
LAB00238-006 06/01/2005
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN
Rates Fringes
Hod Carrier. . . . . . . . . . . . . . . . . . . .$ 21.90 6.95
-------------------------------------------------------------
LAB00335-001 06/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 24.22 7.95
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 24.78 7.95
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 25.20 7.95
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 25.56 7.95
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 21.86 7.95
GROUP 6. . . . . . . . . . . . . . . . . . . .$ 19.58 7.95
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 16 .57 7.95
Zone Differential (Add to Zone 1 rates) :
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2 : More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
WA030001 Modification 35 34
Federal Wage Determination
•r•
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew) ;
wr Elevator Feeders; Guard Rail, Median Rail Reference Post,
Guide Post, Right of Way Marker; Fine Graders; Fire Watch;
Form Strippers (not swinging stages) ; General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types) ; Loading Spotters; Material
Yard Man (including electrical) ; Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms) ; Rip Rap Man (hand placed) ;
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor) ; Toolroom Man (at job
'M site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher
(aggregate when used)
GROUP 2 : Applicator (including pot power tender for same) ,
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw) ; Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc. ) ; Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime) ; Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet) ;
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3 : Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring-down, or sloping and stripping) ; Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling) ; Pumperete Nozzlemen;
Sand Blasting (Dry) ; Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4 : Asphalt Raker; Concrete Saw Operator (walls) ;
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying) -applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
+�r
WA030001 Modification 35 35
Federal Wage Determination
..
GROUP 5: Traffic Flaggers
GROUP 6 : Fence Builders
GROUP 7: Landscaping or Planting Laborers
----------------------------------------------------------------
LAB00335-010 06/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Hod Carrier. . . . . . . . . . . . . . . . . . . .$ 26.04 7.95
----------------------------------------------------------------
PAIN0005-002 06/01/2005
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) ,
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS. . . . . . . . . . . . . . . . . . . .$ 23.20 10.20
----------------------------------------------------------------
PAIN0005-004 03/14/2005
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
--Painter 19.00
-------------------------- -------------6-60-------
WA030001 Modification 35 36
Federal Wage Determination
PAIN0005-006 07/01/2005
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ;
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
+W LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
4" Rates Fringes
Painters:
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting, Bridges,
Towers, Tanks, Stacks,
Steeples. . . . . . . . . . . . . . . . . . . .$ 19.84 6.53
Brush, Roller, Striping,
Steam-cleaning and Spray. . . .$ 18.84 6.53
Lead Abatement, Asbestos
Abatement. . . . . . . . . . . . . . . . . . .$ 19.84 6.53
TV Radio, Electrical
Transmission Towers. . . . . . . . .$ 20.59 6.53
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
----------------------------------------------------------------
PAIN0055-002 05/16/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
Painters:
Brush & Roller. . . . . . . . . . . . . .$ 18.03 6.63
High work - All work 60
ft. or higher. . . . . . . . . . . . . . .$ 18.78 6.63
Spray and Sandblasting. . . . . .$ 18.63 6.63
------------------
PAIN0055-007 06/01/2005
it CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Alf Painters:
HIGHWAY & PARKING LOT
STRIPER. . . . . . . . . . . . . . . . . . . . .$ 25.49 8.05
'M ----------------------------------------------------------------
aw
nr
WA030001 Modification 35 37
Federal Wage Determination
MW
PLAS0072-004 06/01/2005
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
Cement Mason
ZONE 1: . . . . . . . . . . . . . . . . . . . . .$ 22.73 7.43
Zone Differential (Add to Zone 1 rate) : Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston
Zone 1: 0 - 45 radius miles from the main post office
Zone-2�--Over-45 radius-miles-from the main post office
---------------------------------
PLAS0528-001 06/01/2005
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
Cement Masons:
CEMENT MASON. . . . . . . . . . . . . . . .$ 29.59 11.52
COMPOSITION, COLOR MASTIC,
TROWEL MACHINE, GRINDER,
POWER TOOLS, GUNNITE NOZZLE.$ 29.84 11.52
-----------------------
-----------------------------------------
PLAS0555-002 06/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND
WAHKIAKUM COUNTIES
ZONE 1:
Rates Fringes
Cement Masons:
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD. .$ 27 .89 11.05
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD. . . . . . . . . . . .$ 27 .39 11.05
CEMENT MASONS. . . . . . . . . . . . . . .$ 26 .89 11.05
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS. . .$ 27 .39 11.05
WA030001 Modification 35 38
Federal Wage Determination
sr
1W Zone Differential (Add To Zone 1 Rates) :
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
or Zone 5 - 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
+r respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
+w•' respective city hall.
ZONE 5: More than 80 miles from the respective city hall
-----------------------
-----------------------------------------
PLUM0032-002 01/01/2005
CLALLAM, KING AND JEFFERSON COUNTIES
Rates Fringes
--Plumbers and Pipefitters. . . . . . .$ 35.63 15.43
--------------------------------------------------------------
PLUM0032-003 01/01/2005
CHELAN, KITTITAS (NORTHERN TIP) , DOUGLAS (NORTH) , AND OKANOGAN
(NORTH) COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 25.88 12.78
-------------------------------------------------------------
PLUM0044-003 06/01/2005
ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN
PART) , LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN
COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 29.76 11.69
----------------------------------------------------------------
�r
WA030001 Modification 35 39
Federal Wage Determination
* PLUM0082-001 06/01/2005
CLARK (NORTHERN TIP INCLUDING WOODLAND) , COWLITZ, GRAYS HARBOR,
LEWIS, MASON (EXCLUDING NE SECTION) , PACIFIC, PIERCE SKAMANIA,
THURSTON AND WAHKIAKUM COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$ 32.95 13.77
----------------------------------------------------------
* PLUM0265-003 06/01/2005
ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES
Rates Fringes
Plumbers and Pipefitters. . . . . . .$-32 90 - ---------13 77--
-------- --------------
---------- ----
PLUM0290-003 04/01/2005
CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND)
Rates Fringes
Plumbers and Pipefitters. . . . . . .$-33.16 ---- ----1509-
------
PLUM0598-005 06/01/2005
ADAMS (SOUTHERN PART) , ASOTIN (EXCLUDING THE CITY OF
CLARKSTON) , BENTON, COLUMBIA, DOUGLAS (EASTERN HALF) , FERRY
(WESTERN PART) , FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT
NORTHERN TIP) , KLICKITAT, LINCOLN (WESTERN PART) , OKANOGAN
(EASTERN) , WALLA WALLA AND YAKIMA COUNTIES
Rates Fringes
Plumber. . . . . . . $ 32 .57 16.61
----------------------------------------------------------------
3
WA030001 Modification 35 40
Federal Wage Determination
MW
* PLUM0631-001 06/01/2005
MASON (NE SECTION) , AND KITSAP COUNTIES
Rates Fringes
Plumbers and Pipefitters
All new construction,
additions, and remodeling
of commercial building
projects such as: cocktail
1W lounges and taverns,
professional buildings,
medical clinics, retail
stores, hotels and motels,
restaurants and fast food
types, gasoline service
stations, and car washes
yr where the plumbing and
mechanical cost of the
project is less than
$100,000. . . . . . . . . . . . . .. . . . . .$ 22.10 5.18
rw All other work where the
plumbing and mechanical
cost of the project is
$100, 000 and over. . . . . . . . .$ 32.14 13.77
----------------------------------------------------------------
TEAM0037-002 06/01/2005
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean) , SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Truck drivers:
ZONE 1
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 24.65 10.00
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 24.77 10.00
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 24.90 10.00
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 25.16 10.00
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 25.38 10.00
is GROUP 6. . . . . . . . . . . . . . . . . . . .$ 25.54 10.00
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 25.74 10.00
WA030001 Modification 35 41
Federal Wage Determination
•w
Zone Differenti
al Add to Zone 1 Rates) :
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated) ; Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds. ; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site) ; Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated) ; Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu. ; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
unloading and transporting of materials on job site) ; Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds. ;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3, 000 to 5, 000 gallons
WA030001 Modification 35 42
Federal Wage Determination
.w
aw GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
+r Self-Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds. ; Truck
Mechanic-Welder-Body Repairman; Utility and Clean-up Truck;
w
Water Wagons (rated capacity) over 5, 000 to 10, 000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi-Trucks and Trains or combinations
w thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
qV 15 cu. yds. ; Water Wagon (rated capacity) over 10, 000
gallons to 15, 000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
w GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds. , and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds. , includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
---------------
TEAM0174-001 06/01/2005
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
Truck drivers:
ZONE A:
GROUP 1: . . . . . . . . . . . . . . . . . . .$ 26.94 11.58
GROUP 2: . . . . . . . . . . . . . . . . . . .$ 26.36 11.58
GROUP 3 : . . . . . . . . . . . . . . . . . . .$ 23.96 11.58
GROUP 4: . . . . . . . . . . . . . . . . . . .$ 19.71 11.58
GROUP 5: . . . . . . . . . . . . . . . . . . .$ 26.70 11.58
ZONE B (25-45 miles from center of listed cities*) : Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*) : Add
$1.00 per hour to Zone A rates.
WA030001 Modification 35 43
Federal Wage Determination
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM CENTRALIA RAYMOND OLYMPIA
EVERETT SHELTON ANACORTES BELLEVUE
SEATTLE PORT ANGELES MT. VERNON KENT
TACOMA PORT TOWNSEND ABERDEEN BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired) (when used within Teamster jurisdiction) ;
Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2 .00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
WA030001 Modification 35 44
Federal Wage Determination
re HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
4W the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
+ter LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit. "
LEVEL A: +$.75 per hour - This level utilizes a fully-
1W encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
TEAM0760-002 06/01/2005
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates Fringes
Truck drivers: (ANYONE
WORKING ON HAZMAT JOBS SEE
+rs FOOTNOTE A BELOW)
ZONE 1:
GROUP 1. . . . . . . . . . . . . . . . . . . .$ 17.83 9.90
GROUP 2. . . . . . . . . . . . . . . . . . . .$ 20.10 9.90
GROUP 3. . . . . . . . . . . . . . . . . . . .$ 20.60 9.90
GROUP 4. . . . . . . . . . . . . . . . . . . .$ 20.93 9.90
GROUP 5. . . . . . . . . . . . . . . . . . . .$ 21.04 9.90
r�r GROUP 6. . . . . . . . . . . . . . . . . . . .$ 21.21 9.90
GROUP 7. . . . . . . . . . . . . . . . . . . .$ 21.74 9.90
GROUP 8. . . . . . . . . . . . . . . . . . . .$ 22 .07 9.90
Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00)
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS
wn
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
+.r
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under) ; Leverperson (loading trucks at bunkers) ; Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber-tired,
pulling trailer or similar equipment)
w
MW
WA030001 Modification 35 45
Federal Wage Determination
GROUP 3 : Auto Crane (2000 lbs. capacity) ; Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under) ; Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16, 000 lbs. ) ; Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar) ; Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds. ) ;
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.) ; Warehouseperson (to include
shipping & receiving) ; Wrecker & Tow Truck
GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds. ) ; Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8, 000 gallons)
GROUP 5: Dumptor (over 6 yds. ) ; Lowboy (50 tons & under) ;
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds. ) ; Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds. ) ;
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton) ; Vacuum Truck (super
sucker, guzzler, etc. )
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16, 000 lbs. ) ; Dumps (Semi-end) ; Mechanic (Field) ;
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds. ) ; Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds. ) ; Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14, 000 gallons) ;
Lowboy(over 50 tons)
GROUP 7 : Oil Distributor Driver; Stringer Truck (cable
oeprated trailer) ; Transit Mixers & Trucks Hauling Concrete
(over 20 yds. ) ; Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.) ; Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons) ;
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds. ) ; Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4) 40
and eight (8) hours.
NOTE:
so
WA030001 Modification 35 46
Federal Wage Determination
r
W
ow Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
----------------------------------------------------------------
MW
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
ao
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
4W award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii) ) .
4W ----------------------------------------------------------------
In the listing above, the "SU" designation means that rates
listed under the identifier do not reflect collectively
IV bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1. ) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2 . )
and 3. ) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
L
WA030001 Modification 35 47
Federal Wage Determination
..
2. ) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to:
i
wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc. ) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board) . Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4. ) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
y
WA030001 Modification 35 48
Federal Wage Determination
r
City of Renton
aw NE Sunset Boulevard (SR 900)/Duvall Avenue NE
Intersection Improvements Project
Appendix B
Standard Plans
7
FIRE HYDRANT SHALL BE COREY-TYPE EQUAL TO IOWA F-5110 OR
COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER
7 SUPER CENTURION 2D0, AND WATEROUS PACER WITH 6" MECHANICAL
JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2"
HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER
7 CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR,
4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS
STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO
BE PAINTED WITH TWO COATS OF PAINT. KELLY-MOORE/PRESER VATIVE
PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR
APPROVED EQUAL, PUMPER CONNECTION TO FACE ROADWAY OR AS
7 DIRECTED BY RENTON FIRE DEPARTMENT, FIRE HYDRANT EXTENSION TO
BE USED IF REQUIRED.
18" TO 20" BEHIND BACK OF
7 CURB OR 12" BEHIND BACK OF
SIDEWALK THAT IS ADJACENT TO
I CURB
low TWO-PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER.
EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION
4.875" x 5" STORZ WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT
ov EXTENSION AS REQUIRED (SEE DWG BR46 / PAGE B090).
MAX
4" MIN /--RAISED PAVEMENT MARKER TYPE 88
A8 STIMSONITE TWO-WAY BLUE.
1
42" MIN CONCRETE BLOCKING
BURY
Q '!'
"•r��,�� MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET.
qw 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT
6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT
16" x 8" x 4" 2-3/4" COR-TENSTEEL TIE RODS. SEE STD DETAIL FOR TIE RODS.
MININUM CONCRETE
w BLOCK UNDER
HYDRANT —1/2 YARD WASHED DRAIN ROCK (3-TO 3/8") MIN.
1' ABOVE BOOT FLANGE. PLACE 8 MIL
POLYETHYLENE FILM AROUND TOP AND SIDES OF
�r GRAVEL.
FIRE HYDRANT ASSEMBLY
LL GROUND
RADIUS LEVEL ALL GROUND
r MIN 3' RADIUS
1 LL.875" x 5"
O6 TORZ
ONE MAN ROCK
1
6
.. Fl LL
CUT
r
HYDRANT LOCATION IN CUT OR FILL FIRE HYDRANT ASSEMBLY DETAIL
'o' ADOPTED
CITY OF RENTON
♦ )♦
STANDARD PLANS
N.tO LST DATE:04/04
HATE RY APPR'fl DWG. NAME: BR24 SP PAGE: B102
MARKER MARKER MARKER
TWO LANE ROAD OFFSET ON SIDE STREETS WHERE THE
MARKER TO INDICATE HYDRANT IS WITHIN 20' OF A
WHICH SIDE OF STREET MAIN TRAVELED STREET, THE
HYDRANT IS ON (4" FROM MARKER IS TO BE INSTALLED
DOTS OR PAINTED LINE) ON THAT MAIN STREET
MARKER MARKER
Ai
FOUR LANE ROAD OFFSET FIVE LANE ROAD OFFSET
MARKER TO INDICATE WHICH MARKER TO INDICATE WHICH
SIDE OF STREET HYDRANT IS SIDE OF STREET HYDRANT IS
ON (4" FROM DOTS OR ON (4" FROM DOTS OR
PAINTED LANE DIVIDER) PAINTED LANE DIVIDER)
HYDRANT MARKERS
.7'
1
E� 4'
RAISED PAYMENT MARKER TYPE 88 AB
S71MSONITE TWO—WAY (BLUE)
HYDRANT MARKERS
ADOPTED
CITY OF RENTON
STANDARD PLANS
NT LST DATE: 12/96
nnrc vnncinti Av ADPp n DWG. NAME: BR24A SP PAGE: 8103
w
W
Z
CAUTION VALVE BOX SHOULD NOT REST ON
M PIPE. LATER COMPACTION IN AREA OF VALVE BOX
COULD CAUSE THE BREAKAGE OF THE SERVICE.
I 11 1 w
p
it
L
41111110 i*•;1r � _ _-:; ',.•.. +r_ .1 PRIVATE PLUMBING
9" MIN. g SHALL CONNECT
12" MAX. HERE
M1 to $ 4 O
n N'40 7 7
2" BRASS PLUG
(THREADED)
`ftff`•��
1W BY PASS NOT ALLOWED
FOR IRRIGATION METERS
3 6 13
5 CRUSHED ROCK BASE
TO SUPPORT VAULT.
r, B
1-1/2" AND 2" WATER SERVICE DETAIL
MATERIAL LIST FOR 2" SERVICE WITH METER LOCATED IN RIGHT–OF–WAY BEHIND SIDEWALK DRILL 1-5/8" DIA. HOLE FOR A— A
TOUCHREAD DEVICE
7 1. 2" tapped tee on new water meter.
2. 4" long X 2" brass nipple with threaded ends (MIPT).
3. 2" resilient seat valve with threaded ends, square operating nut and volve nut extension if
required (dwg BR41/page B090).
7 4. Two piece cost iron valve box. Standard B" top section with regular base section, length to
fit, lug" type cover.
5. 2" brass bushing (MIPT x FIPT) 2 each 2" brass or bronze nipples 6" length, threaded ends 2 TYPICAL RIB
each 2"-90' brass or bronze elbows (FIPT x FIPT) 2-1/2" MIN. FROM NEAREST
6. 2" (MIPT) x compression fitting, Ford C84-66 or equal. AND FRONT EDGE OF PIT LID
7 7. 2" soft copper type K or brass nipples, length to fit.
8. 2" threaded brass 90' ell.
9. 2" Customsetter with by–pass Ford VBH 86-128-11-77 (17-3/16") or McDonald brass
30B715WDFF775, with flanged
angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass
7 with padlock wings. Customsetter shall have vertical inlet and outlet.
v
Rigid meter spreader to be supplied and installed in meter setter by contractor.
11. Water meter shall be supplied and installed by City of Renton upon payment of all related
water
meter fee end satisfactory pressure and purity tests.
12. 17"x30" equal to Mid–States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile
iron demand plate cover 18"x31" equal to Mid–States Plastics, Inc. MSCBC-1730–R with
1-5/8" drilled hole for touchread pit lid, and meter read lid.
13. 2" coupling (compression x FIPT) with 2" plug (MIPT), Ford C-14-66 or equal. The property
owner is responsible for any necessary adaptation or,extension of water service.
MATERIAL LIST FOR 1-1/2" SERVICE WITH METER LOCATED IN RIGHT–Of–WAY BEHIND SIDEWALK
1. 2" topped tee on new water main
2. 4" long X 2" brass nipple with threaded ends (MIPT).
3. 2" resilient seat valve with threaded ends, square operating nut and valve nut extension if
required (dwg BR46/page B090).
4. Two piece cast iron valve box. Standard B" top section with regular. base section,
length to fit, "lug" type cover.
5. 2" X 1-1/2" hex brass bushing (MIPT x FIPT)
2 each 1-1/2" brass or bronze nipples 6" length, threaded ends
2 each 1-1/2"– 90' brass or bronze elbows (FIPT x FIPT)
6. 1-1/2" (MIPT) x compression fitting, Ford C84-66 or equal.
7. 1-1/2" soft copper type K or brass nipples, length to fit.
B. 1-1/2" pack–joint 90' ell, for Ford L44-77 or equal.
9. 1-1/2" Customsetter with by–pass Ford VBH 66-12B x 13-3/16" or McDonald brass, with
flanged
angle ball valve and padlock wings on inlet, and angle check valve outlet, ball valve on bypass
with padlock wings. Customsetter shall have vertical inlet and outlet.
10. Rigid meter spreader to be supplied and installed in meter setter by contractor.
11. Water meter shall be supplied and installed by City of Renton upon payment of all
related water meter fee and satisfactory pressure and purity tests.
12. 17"00" equal to Mid–States Plastics, Inc. BCF Series MSBCF 1730-18 with 2" thick Ductile
iron demand plate cover 18"x31" equal to Mid–States Plastics, Inc. MSCBC-1730–R with
1-5/B" drilled hole for touchread pit lid and meter read lid.
13. 1-1/2" coupling (compression x FIPT) with 1-1/2" plug (MIPT), Ford C-14-66 or equal. The 1-1�2 & 2„ WATER SERVICE DETAIL
property owner is responsible for any necessary adaptation or extension of water service.
LOCATED IN RIGHT-OF-WAY
NOTE: BEHIND SIDEWALK
SEE BR41–TR ON METER BOX IN DRIVEWAYS ti ADOPTED
��. CITY OF RENTON
STANDARD PLANS
ef0 LST DATE:04/04
neTO onncinni I ov IAD oo'n DWG. NAME: BR42A SP PAGE: BR107.2
- r
6" CEMENT CONCRETE
1/2" R. 1" R. SIDEWALK RAMP, LANDING,
VARIES OR DRIVEWAY ENTRANCE
FROM
6" TOO a • •
v
1/4" PREMOLDED
JOINT FILLER
CEMENT CONCRETE PEDESTRIAN CURB
AT SIDEWALK RAMPS & LANDINGS AND DRIVEWAY ENTRANCES
6.
r
1/2' R. 1" R. CEMENT CONCRETE
SIDEWALK OR
s ASPHALT CONCRETE
tD PASSAGEWAY
1/4" PREMOLDED JOINT FILLER
(WHEN ADJACENT TO CEMENT
CONCRETE SIDEWALK)
CEMENT CONCRETE PEDESTRIAN CURB
r
FACE OF CURB
6 1/2" VARIES FROM 6" TO 0.
MAINTAIN 1H:6V SLOPE
VARIES I" R ON SIDE OF CURB
LEVEL
MATCH ROADWAY
SLOPE
1/2" R. TOP OF
1/2" R. ROADWAY
.. •
o0 •a r
� !' . .
w
Q 1 t0
FLUSH WITH GUTTER 1' _ 6"
PAN AT SIDEWALK
RAMP ENTRANCE
DEPRESSED CURB SECTION AT SIDEWALK RAMPS
AND DRIVEWAY ENTRANCES
CEMENT CONCRETE
GENERAL NOTE Sheet 3 of 3
See Standard Plan F-3 for Curb Expansion
and Contraction Joint spacing. ICY 0 ADOPTED
CITY OF RENTON
J
�� N.� '
STANDARD PLANS ,
O$ LST DATE: 03/2004
D, HOOD' DWG. NAME: F01 SP PAGE: F-1
O O N
CD
O
Z Z
o �� w � r 'd�yd ,c z m IL I- W 0 w
cWiao = oo 'a ' l£..� z V d' c o W Q Q u g LL
v �� Uai bbc°i no i OOQ d
o�� W Z p f-F Q a
z a)5 i H pa f Q Q U cn —j v: _
o !W W>T<g W �.w.
i Q m W N =W W
N W OOO K U1 Z
n b� VdF< >�o �w c f---7' p
< o - L)
W
` N g
LL
b m 2
Woo
LL <LL�
cc
a he
z E �i o °t •� U) o ��
10 „1 Lli �W > - • W H� W R
<.A
w co R' co U U L J a LL `- z
ZOZ .o Ol.LO1.ZLI µw[� W l` Z
u h U J v O rz b NOW S3rdVA S rt?z
o` e2U FW-m oo \\ I ULL
W
Um6 `E� U ' Y J�
K 2 z
LLI
d +kU O Ua aW
G I
z H t'�� 0 0
Zm > ► .� MZ
wW 3b �0
< �
.zc
IL
cr
m
�� $
o � a W
W G
LL LU V �a
Q
b Z 5 d
o
W
LU
o @ £
U ` O�
U.O C �V LL LU
_. m LL
0
F C 3W O {, Z C1
k W z]h ` • LL
G m z
D z S o, b n w
D =p �•--� ZO W 0 s .0 w F -.�I' r~ V
d <VW >
Y z of
b 0 c>0
0
c.
b U' rc
d
5WZ z
OWQ ° r o
co 13 WV ° W °
<
Z LL >
• W o LL
m l s p D W m
m c \
00 a �
UJ
oh V n F- •t r
w 20
W m y �2b� WCC o ' ULL
00 LU
zz 1-- it w > N W c� W
LL
' g Z` U N5La
LL LL H . J 0
U J / Q W U V �<
Z W O O
H .D'Z z
W U LLO< < O IV
U- ap ZZb
Z Y O
Z C
I
CEMENT CONCRETE
CUTTER
1/8' PREMOLDED JOINT FILLER �
I
V-6'
N
5-0" R. \ 5'-D' R.
5'-0' R 5'-0'R.
4'-8 1/4 S' 4'- 8 1/4'
S'
CATCH BASIN FRAME AND GRATE
GUTTER PAN (NOT INCLUDED IN BID ITEM)
PLAN VIEW
CATCH BASIN GUTTER PAN
z'-6-
SLOPE GUTTER PAN
DOWN TO FRAME
AND GRATE
MATCH
1/2' R. 1" R. ROADWAY 5"
SLOPE
1 TOP OF
RECESS
•�' �6 1/2• 1/2"R. ROADWAY
m
VARIES
ADJUSTMENT SECTION • •�
(NOT INCLUDED IN BID ITEM)
' CATCH BASIN OR INLET
' (NOT INCLUDED IN BID ITEM)
SECTION OA
6 1/2"
1/2' R 1• R -7 MATCH
/ ROADWAY
SLOPE
m 1/2'R.
ROADWAY
VARIES
SECTION ( B )
CEMENT CONCRETE
CURB AND GUTTER PLAN
SHEET 1 OF 1
Y 0 ADOPTED
«� . CITY OF RENTON
,A a STANDARD PLANS
N cj LST DATE: 12/17/2002
nAT� Rwlclnrl I Rv APPR'n DWG. NAME: F01A SP PAGE: F—lo
0
+° 1O L IL rn
O4 04 N
U Z O •. .� r a-
> O
>w O O V U� F� s �� n y (�V WD W
o u -' Z 1 ¢ O< z p,o 0 o W{L Q' O w l F-
L IC
a o a < a �^��r �ss d w C a 0 cW7
O W ° I W O x Z Z H Q
+°°o N N a �`�'ID Q� �� H Q o Q a
v If if
F <U(n J cn
a n
U .1
+
° r z
I I
a o I I W s
' I I a Y
I i o
�b
I I n z7 , S
f „ic B
w
Ix
uj
" N J(n
a I I & <z c
v 3 0 w
I I z w J m
I I w > _ �0
M I I zz ,.A _---- _ _— WU
I o ah
I I < a
= f=
a
c I I
c
v
" I I
O L
I I m
W 1n Y
- C O K
o go}
c I I i 3o„
F
U ci
€co — — - w
I I z
— U L++ v
Z
Ea VF o
I I UFOpp — —� — ,- zW °
Mo
°
�+
w+
I I I I Z cc� +m of
W ov -
I I I I to
Oz
I I I I n Oo
I o o I I I I <U
W
O \ N M yJ
a T
5 3/4"
;r-
5" 2„ 5„ R
O 6
12"
I '
TYPE C BLOCK
Not to Scale
I
I
1/2"
2
1 ,. '
/
r'
1�2 5 3/4"
so•R
°
R=3/8" TYp
1
3„ 2„ 5„ , 3�8 6
'
OR �►
10"
TYPE A BLOCK
Not to Scale
BLOCK TRAFFIC CURB
GtiCY p� ADOPTED
CITY OF RENTON
NOTE:
6' LENGTHS ALLOWABLE ONLY WITH APPROVAL OF ENGINEER. - STANDARD PLANS IIII,�
N T O LST DATE:44,[95- m`1
DATE REVISION BY PPR D DWG. NAME: FR03 SP PAGE: FO03
■ 2 \ _
�4 § Zr j\ {
§ k & & \ 0 2 \ § o
WLL �
f § $W �� 9f ■ � & 209
z ®
/ 7 � : ■ � <O 2 \ z
¥ -
o
e ! \2
t [ o »
2
q �|
2 :
'T 13
tm
\ / ) IL§ k f k§ / � | &
§ , � \ k
§ if
. �
�
§2
2$ b 72 .
.f
\
§ - 9 ) Ir
.. § 7 k G
g
. E [§ § ) }} \ \
b ka
� k
§ .
— ___ :AS__ � � _ �
1
I \
Quo r� k zL z z §
+ G u 5 « o§
k o
� & ■ © o ! W e
/\\ \ \
°(<
« \O\ \
!�( 10 To �§(
�
I 0 I
r • r
�.` E �• [ ` � [
cc
wK
� ID �_= E\ 10 6
-U4 -!
§ 1
�
-
�
2§ ® \- � � [( �
�
__� :As w_
,Im 6"
1/2"
1/2" R. LEVEL 1" R.
ow 7 4
D 2%
co • D _
' p
ow NOTE: EXTEND SIDEWALK TRANSVERSE SEE © 6 1/2"
JOINTS TO INCLUDE RAISED EDGE CONTRACTION
FACE OF CURB
JOINT S 1/2" 1"
RAISED EDGE DETAIL 1° R
�* 2%
p D D - TOP OF
D co ROADWAY
low p • p
• D •, 12"
WALL OR BARRIER D '
+rr
SIDEWALK
1/2" R NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION
JOINTS TO INCLUDE CURB (FULL DEPTH)
D CURB FACE DETAIL
r
1/4" PREMOLDED
JOINT FILLER
.r
SIDEWALK ADJACENT
TO WALL DETAIL
,.� 3/8" z 1/8" TO 1/4"
1p s p o
PREMOLDED
JOINT FILLER
EO EXPANSION JOINT CO CONTRACTION JOINT
vo
rw CEMENT CONCRETE SIDEWALK
SHEET 3 of 3
*0" &\:4ADOPTED
CITY OF RENTON
t STANDARD PLANS
LST DATE: 03/2004
-� ��•- DWG. NAMF: F03 SP PAGE: F-3
0�
5 / G GROOMED FINISH
4" WIDE, SMOOTH
5 TROWELED PERIMETER
t ,
0
5 � G
0
5 G CEMENT CONCRETE CURB
(CURB AND GUTTER SHOWN)
NOT INCLUDED IN BID ITEM
0
G
CONTRACTION JOINT
IN SIDEWALK ONLY
EXPANSION JOINT IN BOTH
CURB AND SIDEWALK
`6
JOINT AND FINISH
DETAIL
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK
VARIES - 6' - 0" MIN.
(SEE CONTRACT)
1/2- R. (TYP,) CURB NOT
INCLUDED
2% 2% IN BID ITEM
1/4" PREMOLDED
JOINT FILLER
CEMENT CONCRETE SIDEWALK
ADJACENT TO CURB
CEMENT CONCRETE SIDEWALK
SHEET 1 OF 3
GtiRY p� ADOPTED
CTff OF RENTON
f1 f
STANDARD PLANS
LST DATE:03/2004
1'1ATC onncin�i ov Anno DWG. NAME: F03 SP PAGE: F-3
r.r
rr MIN. 6"1 SIDEWALK
VARIES - 6' - 0" MIN.
(SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
r FP�R`� INCLUDED
2%_ IN BID ITEM
�r SEE RAISED 1/4" PREMOLDED
EDGE DETAIL JOINT FILLER
CEMENT CONCRETE SIDEWALK
7� WITH RAISED EDGE
�1I
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK 6 1/2-
VARIES - 6' - 0" MIN.
(SEE CONTRACT)
1/2- R. (TYP.)
_27 2%_ a
SEE CURB FACE DETAIL
MONOLITHIC CEMENT CONCRETE
CURB AND SIDEWALK
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK BUFFER STRIP
VARIES - 5' - 0" MIN, V RIES - 3' - 0" MI .
(SEE CONTRACT) (SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
27 d 29 INCLUDED
IN BID ITEM
CEMENT CONCRETE SIDEWALK
ADJACENT TO BUFFER STRIP
CEMENT CONCRETE SIDEWALK
SHEET 2 of 3
v% pn ADOPTED
CITY OF RENTON
�-� STANDARD PLANS
��'N T 0 LST DATE: 03/2004
neTC Crvicinni D/ !AD DD' DWG. NAME: F03 SP PAGE: F-3
DETECTABLE.WARNING
PATTERN (SEE DETAIL)
A
oz J
3/8" EXPANSION s• a
JOINT (TYP.)
(SEE STD. PLAN F-3) /
4'-0"
i
MIN.
O
�O
CROSSWALK (TYP.)
(SEE STD. PLAN H-5c)
PLAN
SIDEWALK RAMP TYPE 1A
A
3/8" EXPANSION
o JOINT (TYP.)
y \o. i 2• (SEE STD. PLAN F-3)
4'
0"
MVA'. DETECTABLE WARNING
PATTERN (SEE DETAIL)
�• 0
2 — 0"
CROSSWALK
e ` (SEE STD. PLAN H—Sc)
RAMP DETAIL ,
FOR SIDEWALK RAMP
TYPES 1B. 1C. 1D
ISOMETRIC VIEW
NOTES:
1. Avoid placing drainage structures, junction boxes or other obstructions in front of romp access areas.
2. Detectable warning patterns may be created by any method that will achieve the truncated dome
dimensions and spacing shown.
3. Curb and gutter shown, see the Contract Plans for the curb design specified. See Std. Plan F-1 for curb
details.
The plan views for SIDEWALK RAMP TYPES 1B, 1C & 1D are provided to define each romp type. See the SIDEWALK RAMP
AP DETAIL on this sheet. See Std. Plan F-3 for sidewalk joint placement and details. TYPES 1A, 1B, 1C & 1D
5. Ramp slopes shall not be steeper than 12H:1V. SHEET 1 OF 3
ADOPTED
CITY OF RENTON
♦I �♦
STANDARD PLANS
1ST DATE:03/2004
DATE REVISION RY APPR DWG. NAME: F03A SP PAGE: F-
s'
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
� A
C DETECTABLE
41W WARNING
PATTERN (TYP.)
(SEE DETAIL)
0
I
RAMP CENTERLINE rY?
B m
'M ;r+ri
2'-6"
� ..r
CEMENT CONCRETE
PEDESTRIAN CURB U
trot (SEE STD. PLAN H— c) s• CROSSWALK (TYP.)
B
q�
rr 2--6" C
3/8" EXPANSION
JOINT (TYP.) g'-0"
(SEE STD. PLAN F-3)
low SEE CONTRACT FOR
CURB RETURN RADIUS
S t�y u•:5'St ti•'•
i
V
rr G
SIDEWALK RAMP TYPE 213
e PLAN
lw
w RAMP
E
® O MIN. MAX.
ELEVATION
D i I D 1 5/8" 2 3/8"
TRUNCATED DOMES (SEE NOTE 2) E 5/8" 1 1/2"
, - DETECTABLE WARNING F 7/16" 3/4"
1 PATTERN DETAIL
PLAN GI 7/8" 1 7/16"
SIDEWALK RAMP
TYPES 2A & 213
SHEET 2 of 3
river
f a ADOPTED
\\J CITY OF RENTON
STANDARD PLANS
r
N T LST DATE: 03/2004
^•T o� ^moo DWG. NAME: F03B SP PAGE: F-3bl
6'-0' MIN.
rn ,
TOP OF
2% � � ROADWAY
CEMENT CONCRETE
SIDEWALK CEMENT CONCRETE
CURB do GUTTER
SECTION O (SEE NOTE 3)
6' 6'-0' MIN.
LANDING
2'-0"
FLUSH TOP
ROADWAY
2z
DEPRESSED
CEMENT CURB do GUTTER
CEMENT CONCRETE fO CONCRETE (SEE NOTE 3)
PEDESTRIAN CURB SIDEWALK
(SEE STD. PLAN F-1) DETECTABLE WARNING
SECTION O PATTERN (SEE DETAIL)
VARIES VARIES —
V-0' TO 'A' 2'-6' TO 'C'
TYPE 2A TYPE 213
VARIES 6'-0' TO 'B VARIES 6'-0' TO 'B'
RAMP RAMP
I 16' 6' I
3/8' EXPANSION
JOINT (TYP.) LANDING
(SEE STD. PLAN F-3)
SECTION CO
RADIUS A B C
(AT CURB FACE)
20 FEET 4'— 5 1/4' 8' — 10 1/2' 3' — 8 1/2'
30 FEET S — 10' 7' — 8' 3' — 2 1/4'
40 FEET S — Y 7 - 2' 3' - 0'
50 FEET 3' — 5 1/2' 6' — 10 3/4' 2'— 10 1/2'
60 FEET S — 41/2- 6' — 8 3/4' 2'— 9 1/2'
70 FEET 3' — 3 3/4' 6' — 7 1/2' 2' — 9' SIDEWALK RAMP
80 FEET 3' — 31/4' 6' — 61/2' 2' — 8 1/2- TYPES 2A & 2B
90 FEET 3' — 2 3/4' 6' — 5 1/2' 2' — 8 1/4' SHEET 3 of 3
100 FEET S— 2 1/2' 6' — 5' 2' — 0' Gti� o ADOPTED
CITY OF RETITON
INTERMEDIATE RADII CAN BE INTERPOLATED ��
/'Z' 3fANDARD PIAN9
LSP DATE:03/2004
I�ATF RFVISInN av APPR DWG. NAME: F03B SP PAGE: F-3
i
DRIVEWAY
(BY OTHERS)
CEMENT CONCRETE
CURB & GUTTER
(SEE NOTE 3)
CEMENT CONCRETE
PEDESTRIAN CURB (TYP.) RAMP WITH 12H:1 V
SLOPE (TYP.)
CEMENT
CONCRETE DEPRESSED
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
TYPE 1 ISOMETRIC VIEW
SEE SHEET 3
DRIVEWAY
(BY OTHERS)
CEM. CONC.
CURB & GUTTER
(SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
CEMENT CONCRETE DEPRESSED
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
TYPE 2 - ISOMETRIC VIEW
SEE SHEET 4
NOTES:
1. When the driveway width exceeds 15 feet, construct a full
depth expansion joint (see Standard Plan F-3) with 3/8" joint
filler along the driveway centerline.
2. Construct expansion joints parallel with the centerline as
required at 15' maximum spacing when driveway widths exceed
30'. See Std. Plan F-3 for sidewalk details.
3. Curb and gutter shown, see the Contract. Plans for the
curb design specified. See Std. Plan F-1 for curb details. CEMENT CONCRETE DRIVEWAY ENTRANCE
4. Avoid placing drainage structures, junction boxes or other 'TYPES 1, 2, 3, & 4
obstructions in front of driveway entrances.
Sheet 1 OF 6
GtiSY p� ADOPTED
CITY OF RENTON
O2! STANDARD PLANS
NTO IST DATE: 03/2004
I
DATE REVISION BY APPR DWG. NAME: F04 SP PAGE: F-4
DRIVEWAY J4
(BY OTHERS) CEMENT CONCRETE '
CURB & GUTTER
(SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
J�
CEMENT CONCRETE DEPRESSED
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
TYPE 3 ISOMETRIC VIEW
SEE SHEET 5
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
DRIVEWAY
(BY OTHERS)
i
CEMENT CONCRETE DEPRESSED
CURB & GUTTER
& GUTTER
(SEE NOTE 3) (SEE NOTE 3)
TYPE 4 — ISOMETRIC VIEW
SEE SHEET 6
CEMENT CONCRETE DRIVEWAY ENTRANC
TYPES 1, 2, 3, & 4
Sheet 2 of 6
GARY 0 ADOPTED
CITY OF RENTON
STANDARD PLANS
O LST DATE:03/2004
as y-
DATE I REVISION BY APPR DWG. NAME: F04 SP PAGE: F-4
I
BID ITEM (INCLUDES SIDEWALK RAMPS)
6'-0" VARIES 14' MIN. (SEE CONTRACT) 6'-0"
r
CEMENT CONCRETE
PEDESTRIAN CURB (TYP.)
3/8" EXPANSION JOINT (WHEN SPECIFIED IN CONTRACT)
(TYP.) (SEE STD. PLAN F-3) ° (SEE STD. PLAN F-1)ID
CEMENT CONCRETE SIDEWALK
o 0 0
I I I
RAMP WITH 12H:1V SEE NOTE 1 CEMENT CONCRETE
SLOPE (TYP.) B CURB do GUTTER-
PLAN VIEW (SEE NOTE 3)
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 1
NOT TO SCALE
6'-0' VARIES ^- 14' MIN. 6'-0"
RAMP (SEE CONTRACT) RAMP
CEMENT CONCRETE PEDESTRIAN
CURB (TYP.) fO1 `D
a I io /y io a
co
rY.
CEMENT CONCRETE 3/8- EXPANSION JOINT (TYP.)
SIDEWALK SECTION O (SEE STD. PLAN F-3)
1/2' R (TYP) DEPRESSED
CURB do GUTTER
VARIES (SEE NOTE 3)
31r EXPANSION JOINT
(TYP.) (SEE STD. PLAN F-3)
/DRIVEWAY SECTION BO
(BY OTHERS)
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 3 OF 6
GECY 0 ADOPTED
CITY OF RENTON
STANDARD PLANS
O ISP DATE: 03/2004
DATE REVISION BY APPR DWG. NAME: F04 SP PAGE: 4
BID ITEM
5'-0' 2'-6' VARIES � 14' MIN. (SEE CONTRACT) 2'-6" 5'-0'
DRIVEWAY
,/8" EXPANSION JOINT (TYP. SEE NOTE`1 r ENTRANCE
(SEE STD. PLAN F-3) SIDEWALK
(TYP.)
CEMENT CONCRETE O
SIDEWALK
C I OI I
io io
DRIVEWAY
CEMENT CONCRETE 5'-0" 2'-6" TAPER (TYP.)
D DRIVEWAY ENTRANCE
CURB do GUTTER SIDE SLOPE (TYP.)
(SEE NOTE 3) PLAN VIEW
PLAN VIEW ,
CEMENT .ON R DRIVEWAY ENTRANCE TYPE 2
NOT TO SCALE
VARIES — 6" to 0 DRIVEWAY DRIVEWAY '
ENTRANCE ENTRANCE
7'-6" VARIES — 14' MIN. SIDE SLOPE SIDEWALK
(SEE CONTRACT) VARIES — VARIES ^-
0 0 ,
DRIVEWAY TAPER 5'-0" to TO 7'-6"
VARIES 2' 6" to 0
tCEMENT CONCRETE 3/8" EXPANSION JOINT (TYP.) r
SIDEWALK SECTION O (SEE STD. PLAN F-3)
4'-0" 6'-0"
1/2" R (TYP) DEPRESSED
1O CURB & GUTTER
(SEE NOTE 3)
3/8" EXPANSION JOINT
DRIVEWAY (TYP.) (SEE STD. PLAN F-3)
(BY OTHERS)
SECTION DO
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 4 OF 6
GAS Y p ADOPTED
CITY OF RENTON
STANDARD PLANS
Lt'N LST DATE: 03/2004
DATE REVISION BY APPR DWG. NAME: F04 SP PAGE: =4
X Y
3/8' EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3) 3' 0" 13' 1"
CEMENT 4' 0' 10' 9"
CONCRETE VARIES ^• 14' MIN. (SEE CONTRACT)
SIDEWALK 5' 0" 7' 8"
i
0
I
o,
I I
in
� � o
F y
x a ( F x
BUFFER STRIP SEE NOTE 1 / 2' 6' 2' 6' CURB N& CUTTER
Y BID ITEM (SEE NOTE 3)
DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 3
NOT TO SCALE
DRIVEWAY 5—0" 6'-0 DEPRESSED
(BY OTHERS) 1/2- R (TYP.) �1 CURB do GUTTER
2R io /y (SEE NOTE 3)
3/8' EXPANSION JOINT(TYP.)
(SEE STD. PLAN F-3)
SECTION EO
VARIES « VARIES VARIES — 14' MIN.
2'6" to 0 2'6" to 0 (SEE CONTRACT) DRIVEWAY ENTRANCE
SIDE SLOPE (TYP.)
r VARIES 6" to 0 BUFFER STRIP
(TYP.)
b
SECTION FO
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 5 OF 6
GtiR Y p� ADOPTED
A IR% CITY OF RENTON
♦ ! +
STANDARD PLANS
�O LST DATE' 03/2004
ova y
DATE REVISION BY APPR DWG. NAME: F04 SP PAGE: F-
BID ITEM
6'-0" VARIES 14' MIN. (SEE CONTRACT) 6'-0"
3/8" EXPANSION JOINT (TYP.)
(SEE STD. PLAN F-3)
0
I
G
i
DRIVEWAY ENTRANCE SEE NOTE 1 CEMENT CONCRETE
SIDE SLOPE (TYP.) H CURB & GUTTER
(SEE NOTE 3)
PLAN VIEW
CEMENT CONCRETE DRIVEWAY ENTRANCE TYPE 4
NOT TO SCALE
I
VARIES ^- 6'-0" to 0 VARIES — 14' MIN. VARIES 6'-0" to 0
(SEE CONTRACT)
DRIVEWAY ENTRANCE VARIES — 6" to 0
SIDE SLOPE (TYP.)
17
iD i0
0
3/8" EXPANSION JOINT (TYP.)
SECTION O (SEE STD. PLAN F-3)
6'-0" DEPRESSED
1/2" R (TYP.) iO CURB & GUTTER
(SEE NOTE 3)
DRIVEWAY
(BY OTHERS)
SECTION HO
CEMENT CONCRETE DRIVEWAY ENTRANCE
TYPES 1, 2, 3, & 4
Sheet 6 OF 6
Y p� ADOPTED
Amm% CITY OF RENTON
"�� STANDARD PLANS JI
LST DATE: 03/2004 T-iv q5
DATE I REVISION I BY APPR DWG. NAME: F04 SP PAGE: F-4
0"
5 BROOMED FINISH
0 4" WIDE, SMOOTH
0' S TROWELED PERIMETER
15.
E
0�
0
0
5 0 CEMENT CONCRETE CURB
(CURB AND GUTTER SHOWN)
0 NOT INCLUDED IN BID ITEM
G
CONTRACTION JOINT
IN SIDEWALK ONLY
EXPANSION JOINT IN BOTH
CURB AND SIDEWALK
s�Q
F�
JOINT AND FINISH
DETAIL
SLOPE ROUNDING - VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
L / I SIDEWALK
VARIES ^- 6' - 0" MIN.
(SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
2y 2% INCLUDED
IN BID ITEM
1/4" PREMOLDED
JOINT FILLER
CEMENT CONCRETE SIDEWALK
ADJACENT TO CURB
CEMENT CONCRETE SIDEWALK
SHEET 1 OF 3
GY o ADOPTED
u1� CITY OF RENTON
♦ -�1
21 STANDARD PLANS
jV T IST DATE:03/2004 ,.^n
DATE REVISION BY APPR DWG. NAME: F03 SP PAGE:�F�-/3
1'- 0"
MIN. 61 SIDEWALK
VARIES - 6' - 0" MIN.
(SEE CONTRACT)
112" R. (TYP.) CURB NOT LU
,I NCB DD ITEM
8"
SEE RAISED 1/4" PREMOLDED
EDGE DETAIL JOINT FILLER
CEMENT CONCRETE SIDEWALK
WITH RAISED EDGE
SLOPE ROUNDING VARIES (SEE CONTRACT)
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK 6 112"
VARIES ^- 6' - 0" MIN.
(SEE CONTRACT)
1/2- R. (TYP-)
2% 2%
SEE CURB FACE DETAIL
MONOLITHIC CEMENT CONCRETE ,
CURB AND SIDEWALK
SLOPE ROUNDING VARIES (SEE CONTRACT) '
WHEN SPECIFIED SIDEWALK MAY BE ADJACENT
IN CONTRACT TO A WALL (SEE DETAIL)
SIDEWALK BUFFER STRIP '
VARIES - 5' - 0" MIN. VNRIES - 3' - 0" MI 4.
(SEE CONTRACT) (SEE CONTRACT)
1/2" R. (TYP.) CURB NOT
INCLUDED
2% 2% IN BID ITEM
CEMENT CONCRETE SIDEWALK
ADJACENT TO BUFFER STRIP
'i
CEMENT CONCRETE SIDEWALK
SHEET 2 of 3
IY p ADOPTED
G® CITY OF RENTON
♦ L� + STANDARD PLANS r
�O IST DATE:03/2004 /00� I
DATE REVISION BY APPR DWG. NAME: F03 SP PAGE: F-3
11111110 6"
1/2"
Fl R. LE VEL I" R.
D „ 2%_
0 b
p . p
. C
NOTE: EXTEND SIDEWALK TRANSVERSE SEE © 6 112"
ill JOINTS TO INCLUDE RAISED EDGE
CONTRACTION FACE OF CURB
"
RAISED EDGE DETAIL JOINT 5 112" 1 1" R
2�
D ° TOP OF
ROADWAY
. G
• ° 12"
WALL OR BARRIER
rr
SIDEWALK 8" 6 1/2 1"
1/2" R. NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION
JOINTS TO INCLUDE CURB (FULL DEPTH)
° CURB FACE DETAIL
r
1/4" PREMOLDED
JOINT FILLER
rll►
SIDEWALK ADJACENT
TO WALL DETAIL
' 3/8" z 1/8" TO 1/4°
D
PREMOLDED
JOINT FILLER
O EXPANSION JOINT O CONTRACTION JOINT
CEMENT CONCRETE SIDEWALK
SHEET 3 of 3
' Y O ADOPTED
C1TY OF RENTON
X&T (STANDARD PLANS /09
� -Z
O LST DATE:03/2004 L
DWG. NAME: FO3 SP PAGE: F-3
DATE REVISION BY APPR
2 (TYP) 2 (TYP)
O P'L�j1
DRIVEWAY OR ALLEY SEE ,
\ ZONING CODE FOR FOR MAX
/ & MIN WIDTHS
ui 6' MIN
ALTERNATE 10" COMMERCIAL ZONE a 2 (TYP) 0<
SIDEWALK AND 6" RESIDENTIAL ZONE m Y OW I
a.
PLANTER STRIP "a-
�,•
CURB AND GUTTER SHOWN
HOWEVER, OTHER CURBS MAY BE SEE DETAIL 'A
USED. (SEE STANDARD PLANS)
SECTION A-A
2 (TYP) PQQ4O��Pa� 1
co y�P /\ O2-
/
,
I
ALTERNATE 2
SIDEWALK NEXT TO CURB 10" COMMERCIAL ZONE
(NO PLANTER STRIP) 6" RESIDENTIAL ZONE
THICKENED BASE OF CURB do GUTTER TO
MATCH APPROACH THICKNESS ON
COMMERCIAL APPROACHES. (TYP)
6"
JOINT /3/ 16"
--/ SCORE LINE
NOTES:
1. DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15' C/C NOR LESS THAN 10' C/C.
THEY SHALL NOT BE LESS THAN 3/16" IN THICKNESS AND SHALL BE 2-1/4" DEEP.
2. 1/2" THRU JOINTS SHALL BE PLACED AT BACK, SIDES AND FRONT (BEHIND CURB) OF
APPROACH, AND IN CURB/GUTTER TO DUMMY JOINTS.
3. CEMENT CONCRETE SHALL BE CLASS 3000 AIR ENTRAINED. DETAIL A
4. ALL JOINTS SHALL BE CLEANED AND EDGED. APPROACH WITH
MONOLITHIC CURB
5. APPROACH SHALL NOT BE POURED INTEGRAL WITH CURB AND GUTTER, BUT MAY BE SEE NOTE 5
POURED INTEGRAL WITH STANDARD CURB (SEE DETAIL •'A"). '
6. SUBGRADE COMPACTION SHALL BE 95% MODIFIED PROCTOR.
7. APPROACH CENTERLINE TO MATCH THE DRIVEWAY/ALLEY CENTERLINE. THE APPROACH
WIDTH WILL BE 10' WIDER THAN THE DRIVEWAY/ ALLEY WIDTH. ,
8. NEW DRIVEWAY CONSTRUCTION CAN BE ACCOMPLISHED USING EITHER OF TWO CRITERIA
FOR DEPTH OF CONCRETE AT THE CURB. THIS SECTION OF THE DRIVEWAY CAN BE
CONSTRUCTED WITH A MINIMUM DEPTH OF 10" OF CONCRETE AT THE CURB OR A MINIMUM OF CEMENT CONCETE APPROACH
6" OF CONCRETE AT THE CURB WITH A MINIMUM OF TWO (2) #4 REBAR SECTIONS PLACED
WITHIN THE DRIVEWAY PORTION OF THE CURB. FOR DRIVEWAYS AND ALLEYS '
QTY p ADOPTED
VOA CITY OF RENTON
p=� STANDARD PLANS \0,
�N t0 IST DATE: T2-AU 0� '
07/07/03 Added note B. DJE
10/22/96 Edited graphics, text. Added note 7. DCV I DRT
DATE REVISION BY PPR 0 DWG. NAME: FR01 N SP PAGE: F006
1/2"X4" EXPANSION MATERIAL
1/4"R AT JOINTS
1/2"X4" EXPANSION MATERIAL
1/4"R AT JOINTS CEM. CONC. CURB AND GUTTER
A
SCORE 7ANDER ADIAL A � • W
TO CU '+ �• W 1N MATERIAL 1/
SCORE LINES
B B
"W"—WIDTH OF SIDEWALK
1/2"X5" EXPANSION
MATERIAL CURB RETURN
1/4"/FT. SLOPE ONLY
1/2"R 1/4"/FT. SLOPE
1/2"R 4" 1/2"R
PAVEMENT AS PER PLANS
4" 1� PAVEMENT AS PER PLANS
STANDARD CEM. CONC. PARKWAY STANDARD CEM.
CONC. CURB AND
CURB AND GUTTER GUTTER
SECTION A-A SECTION B-B
SEE SHEET 2.5.1 FOR ROADWAY DEVELOPMENT STANDARDS
GENERAL NOTES:
JOINTS: DUMMY JOINTS SHALL BE PLACED NOT TO EXCEED 15* C/C NOR LESS THAN 10' C/C. THEY SHALL
NOT BE LESS THAN 3/16' IN THICKNESS AND SHALL BE EXTENDED 2" BELOW THE GUTTER ONE. 1/2"
THRU JOINTS SHALL BE PLACED AT ALL COLD JOINTS AS DIRECTED BY ENGINEER AND SHALL EXTEND 1"
BELOW CONCRETE.
WHERE THE SIDEWALK IS TO BE PLACED AGAINST THE CURB AND CUTTER, THE JOINT SHALL BE A COLD
JOINT. 1/2"X 5' EXPANSION MATERIAL SHALL BE PLACED FROM P.C.'S TO P.T.'S AT ALL CURB RETURNS.
1/2"X4' EXPANSION MATERIAL SHALL BE PLACED AT EVERY FOURTH SIDEWALK PANEL
THE CONCRETE MIX FOR SIDEWALKS SHALL CONFORM TO THE REQUIREMENTS OF CLASS B (3/4") WITH AIR
ENTRAINMENT.
THE CONCRETE SHALL HAVE A BROOM FINISH WITH ALL EDGES HAVING A 2 1/2" TOOLED FINISH.
SUBGRADE COMPACTION SHALL BE 90%(MODIFIED PROCTOR). TYPICAL SIDEWALK
GtiCY p� ADOPTED
CITY OF RENTON
♦ j
STANDARD PLANS /C
ISf DATE: 144ZaC O L D
DATE I REVISION BY PPR D DWG. NAME: FR-02 SP PAGE: F007
l EXISTING ASPHALT 1.0'• NEW CURB
PAVEMENT MIN. k GUTTER
SAWCUT
d �
d
ARTERIAL STREET MINIMUM
3" CLASS 'B' A.C.
4" A.T.B.
6" CRUSHED ROCK 71
RESIDENTIAL STREET MINIMUM
4" CLASS 'B" A.C.
6" CRUSHED ROCK
i
CURB & GUTTER REPLACEMENT DETAIL
M LIST MATCH EXISTING THICKNESS IF GREATER. U��Y �'� ADOPTED
OF RENTON
• OR 1.0' BEYOND EDGE OF DAMAGED PAVEMENT ♦ i
STANDARD PLANS
ISC DATE: %2,496
DA7E REVISION I BY PPR p DWG. NAME: FR05 SP PAGE: F008
STANDARD APPROACH OPTIONAL APPROACH
X MN 12 1 o t 1p ' I PLANTING /
G C STRIP
6'MIN 6'MIN / 3/6-EXPANSION JOINT
3/6'EXPANSION JOINT /
I / 1
I
HALF PLAN A J HALF PLAN 8 J
NO
USE OPTIONAL APPROACH ONLY WHEN A
SIDEWALK IS USED AT THE BACK OF THE
APPROACH AND THE SIDEWALK 5 SET BACK
TO A MINIMUM OF 6'FROM CURB.
MIN I MN MIN
1/7'MAX r1/2'MAX
(BEVEL WHERE POSSIBLE) —I•(BEVEL WHERE POSSIBLE)
HALF ELEVATION HALF ELEVAnoN it
MIN 6•THICK SIDEWALK
W APPROACH AREA
FIp / OPTIONAL
— o G 90E1 TALK CEMENT CONOt£TE CURB AND iQ `11 SECTION SHOWR!(SEE STANDAR 6'MIN �� / APPROACH � 12*MIN
PLANS FOR OTHER CURB DESIGNS)
3/r EVAN"JOINT R,Y MIN
-T�- APPROACH PLAN
`6 MIN
APPOEAA EDGE DF
APPROACCH TO F1/LL DEPTH OF
CURB
NOTES:
1. A MINIMUM 3• WADE ACCESSIBLE ROUTE SHALL BE MAINTAINEO IN ALL
PEDESTRIAN ACCESSIBLE AREAS. CEMENT CONCRETE CURB AND CUTTER
SECTION SHOWN(SEE STANDARD
2 CONTRACTION JOINTS SHALL BE PLACED ALONG SIDEWALKS AT 15' PLANS FOR OTHER CURB DESIGNS)
MAXIMUM SPACING. ALL JOINTS SHALL BE CLEANED AND EDGED. �E-DDE'EXPANSION JOINT
3. INLETS SHALL BE LOCATED SO THAT RUNOFF DOES NOT FLOW PAST CURB RAMPS. MIN
4. CURB RAMPS SHALL BE POURED AS A SEPARATE UNIT FROM THE SIDEWALK. ISOLATED BY EXPANSION JOINT MATERIAL ON ALL SIDES TIICNEMED a APPROACH TO
EXCEPT AT END OF RAMP NEXT TO ROADWAY. FULL DEPTH OF CURB
5. CHANGES IN LEVEL UP TO 1/4" MAY BE VERTICAL AND WITHOUT
EDGE TREATMENT. CHANGES IN LEVEL BETWEEN 1/4' AND 1/2' SHALL SECTION B-B
BE BEVELED WITH A SLOPE NO GREATER THAN 1:2.
YE►
6. RAMP TEXTURING IS TO BE DONE MATH AN EXPANDED METAL GRATE
PLACED AND REMOVED FROM WET CONCRETE TO LEAVE A DIAMOND
PATTERN. THE LONG AXIS OF THE DIAMOND PATTERN SHALL BE
PERPENDICULAR TO THE CURB. GROOVES SHALL BE 1/8- DEEP AND
1/4- WADE. CEMENT CONCETE SIDEWALK
7. CEMENT CONCRETE APPROACHES SHALL BE CONSTRUCTED OF AND APPROACH DETAILS
AIR-ENTRAINED CONCRETE CLASS 3000 AND MAY BE POURED INTEGRAL
WITH CURB. G�`CY p� ADOPTED
' CITY OF RENTON
STANDARD PLANS
8/97 CHANGE DWG NAME FROM FR-03 70 FR-03-2 DCV 1ST DATE:8/97 �Oq-C DT J �
1
4/97 REPLACE SP PAGE: F005.2 OF 8/10/95 DCV DT JCL
DATE I REVISION BY IAPPR'DI DWG. NAME: FR-03-2 SP PAGE: FO•
DETECTABLE WARNING
PATTERN (SEE DETAIL)
A ° z
A• 4
3/8" EXPANSION
JOINT (TYP.) 1
(SEE STD. PLAN F-3) /
?• ,
i
MIN. h
O
,O
g CROSSWALK (TYP.)
(SEE STD. PLAN H-5c)
PLAN
SIDEWALK RAMP TYPE 1A
A
3/8" EXPANSION t
o JOINT (TYP.)
y \o. _ (SEE STD. PLAN F-3)
4' ` O v ,
MOH DETECTABLE WARNING
PATTERN (SEE DETAIL) '
O
• CROSSWALK
(SEE STD. PLAN H-5c)
RAMP DETAIL ,
�• FOR SIDEWALK RAMP
ISOMETRIC VIEW TYPES 1B. 1C. 1D
1. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any method that will achieve the truncated dome
dimensions and spacing shown. ,
3. Curb and gutter shown, see the Contract Plans for the curb design specified. See Std. Plan F-1 for curb
details.
4. The plan views for SIDEWALK RAMP TYPES 18, 1C & 1D are provided to define each romp type. See the SIDEWALK RAMP
RAMP DETAIL on this sheet. See Std. Plan F-3 for sidewalk joint placement and details. TYPES 1A, 1B, 1C & 1D ,
5. Ramp slopes shall not be steeper than 12H:1V. SHEET 1 OF 3
ADOPTED
CPPY OF RENTON
BPANDA E ��O
:
L4f DATE:03/203/20 04
DATE REVISION BY ppR DWG. NAME: F03A SP PAGE:F-3a
4' — 0" MIN. 6' — 0" MIN.
LANDING RAMP
2' — 0"
i0
TOP OF
27 ROADWAY
`v
CEMENT CONCRETE
SIDEWALK DEPRESSED
DETECTABLE WARNING CURB & GUTTER
PATTERN (SEE DETAIL) (SEE NOTE 3)
SECTION OA
6'-0" MIN.
10
TOP OF
2% a � ROADWAY
CEMENT CONCRETE
SIDEWALK CEMENT CONCRETE
CURB & GUTTER
SECTION BO (SEE NOTE 3)
10' - 0" MIN.
io
TOP OF
2% � � ROADWAY
CEMENT CONCRETE
SIDEWALK CEMENT CONCRETE
CURB & GUTTER
SECTION CO (SEE NOTE 3)
Ilr
SIDEWALK RAMP
TYPES 1A, 1B, 1C & ID
SHEET 2 of 3
ADOPTED
Crrr OF RENTON T-O`Q�,
STANDARD PLANS
3/20 ,(���
I3r DATE:03/2004 7`i��f-A't
DATE I REVISION I BY IAP pR DWG. NAME: F03A SP PAGE:F-3o
RADIUS POINT OF
SIDEWALK RAMP AND
CURB RETURN (TYP.) BACK EDGE OF SIDEWALK IS PARALLEL
TO APPROACH ROADWAY (TYP.)
E37 8
7
F"
SEE RAMP DETAIL
(TYP.) SEE RAMP DETAIL
(TYP-)
PLAN SIDEWALK ReM P TYPE 1D
SIDEWALK RAMP TYPE 1C
DETECTABLE WARNING PATTERN AREA
SHALL BE YELLOW, IN COMPLIANCE
8 WITH STD. SPEC. 8-14.3(3)
RAMP
B
•• a=/
.� ... MIN. MAX.
A ' ` .. B
A 1 5/8-12 3/8"
B 5/8' 1 1/2"
ELAN C 7/16' 1 3/4"
D 7/8" 1 7/16"
SEE RAMP DETAIL
TRUNCATED DOMES (SEE NOTE 2)
ELEVATION DETECTABLE WARNING PATTERN DETAIL
PLAN
SIDEWALK RAMP TYPE 1B
SIDEWALK RAMP
TYPES 1A, 1B, 1C do 1D
SHEET 3 of 3
ADOPTED
CITY OF RENTON
STANDARD PLANS
IS'f DATE:03/2004
DATE REVISION gY PR
DWG. NAME: F03A SP PAGE:G 3o
ETECTABLE WARNING
ATTERN (SEE DETAI
ISOMETRIC VIEW
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
RAMP CENTERLINE
C 3/8- EXPANSION
JOINT (TYP.)
(SEE STD. PLAN F-3)
0
CEMENT CONCRETE
PEDESTRIAN CURB �-
'S'
0
P
P
B
0
SEE CONTRACT FOR CROSSWALK (TYP.)
CURB RETURN RADIUS (SEE STD. PLAN H-5c)
SIDEWALK RAMP TYPE 2A
NOTES: PLAN
1. Avoid placing drainage structures, junction boxes or
other obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any method
that will achieve the truncated dome dimensions and SIDEWALK RAMP
spacing shown. The detectable warning pattern area shall TYPES 2A & 2B
be yellow, in compliance with Std. Spec. 8-14.3(3)
3. Curb and gutter shown, see the Contract Plans for the curb SHEET 1 OF 3
design specified. See Std. Plan F-1 for curb details. Y ADOPTED
4. See Std. Plan F-3 for sidewalk joint placement and details. ~ �'� CITY OF RENTON
5. Ramp slopes shall not be steeper than 12H:1V. ♦O♦
I STANDARD PUNS
IST DATE:03/2004 f0L I
DATE I REVISION I BY APPR DWG. NAME: F03B SP PAGE: F-3b
1
�I
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
A
DETECTABLE
C
WARNING
PATTERN (TYP.)
(SEE DETAIL)
o
I
v 1'_Q.
n'P
RAMP CENTERUNE
B m
2'-6'
o v
i
ro
CEMENT CONCRETE
PEDESTRIAN CURB
CROSSWALK (TYP.)
(SEE STD. PLAN H- c) 6,,
�0.
B Si
2'-6" C
3/8" EXPANSION
JOINT (TYP.) 5—D"
(SEE STD. PLAN F-3)
SEE CONTRACT FOR
CURB RETURN RADIUS
6
G
G SIDEWALK RAMP TYPE 213
e PLAN
I
D
RAMP
E
MIN. I MAX.
ELEVATION D 1 5/8" 2 3/8"
D 1.,, . ....I. E
TRUNCATED DOMES (SEE NOTE 2) E 5/8" 1 1/2'
DETECTABLE WARNING
^ •' PATTERN DETAIL F 7/16' 3/4"
PLAN, G 7/8" 1 7/16"
10 F
G �
SIDEWALK RAMP
TYPES 2A & 213
SHEET 2 of 3
Y p ADOPTED
CITY OF RENTON t
4 • �� y,
STANDARD PLANS
O L9T DATE:03/2004
DATE REVISION gY gppR DWG. NAME: F03B SP PAGE: F-, �b
6'-0' MIN.
10
TOP OF
2% a � ROADWAY
CEMENT CONCRETE
SIDEWALK CEMENT CONCRETE
CURB & GUTTER
SECTION OA (SEE NOTE 3)
6'
6'-0" MIN.
LANDING
/y FLUSH TOP W OF
2% a ROADWAY
DEPRESSED
7DCONCRETE ENT CURB & GUTTER
CEMENT CONCRETE (SEE NOTE 3)
PEDESTRIAN CURB SIDEWALK
(SEE STD. PLAN F-1) DETECTABLE WARNING
SECTION O PATTERN (SEE DETAIL)
I
VARIES VARIES
X-0" TO "A' 2'-6" TO "C"
- TYPE 2A TYPE 28
VARIES 6'-0" TO "B" I VARIES 6'-0" TO 'B"
RAMP RAMP
v
`v
6" I
3/8' EXPANSION
JOINT (TYP.)
(SEE STD. PLAN F-3) LANDING
SECTION CO
RADIUS
(AT CURB FACE) A B C
20 FEET 4' - 5 1/4' 8' - 10 1/2' 3' - 8 1/2'
30 FEET 3' - 10" 7 - 8' 3' - 21/4'
40 FEET 3' - 7' 7' - 2" 3' - 0'
50 FEET 3' - 5 112' 6' - 10 3/4" 2' - 1/2'
60 FEET 3' - 4 1/2" 8 3/4" 2' - ?"
70 FEET 3' - 3 3/4" 7 1/2" 2' _ 9°
SIDEWALK RAMP
80 FEET 3' - 3 1/4' 6' - 6 112' 2' - 8 1/2" TYPES 2A & 213
90 FEET 3' - 2 3/4' 6' - 5 112" 2' - 8 1/4" SHEET 3 Of 3
100 FEET 3' - 2 112" 6' - 5' 2' - 8" Gti�Y �� ADOPT
F REED TY NTON
INTERMEDIATE RADII CAN BE INTERPOLATED STANDARD PLANS I
O IST DATE:03/2004
DATE REVISION BY APPR DWG. NAME: F03B SP PAGE: F-3bj
I
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
5'-0" MIN.
SIDEWALK BUFFER STRIP
(TYP.)
RAMP CENTERLINE
J.,
SEE CONTRACT FOR
CURB RETURN RADIUS
CEMENT CONCRETE
PEDESTRIAN CURB � A
C J.•
CEMENT CONCRETE
3'-0" MIN. PEDESTRIAN CURB
RAMP
3/8" EXPANSION J"
JOINT (TYP.) ?
(SEE STD. PLAN F-3)
.� J•y J,. OnV
J
J
CROSSWALK (TYP.)
DETECTABLE WARNING (SEE STD. PLAN H-5c)
PATTERN (SEE DETAIL)
SIDEWALK RAMP TYPE 3A d
PLAN J„ a
Jy O
J j
FYI '
O
d
J�
w d
O
d
a
NOTES
1. Avoid placing drainage structures, junction boxes or other ISOMETRIC VIEW
obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any
method that will achieve the truncated dome dimensions and
spacing shown. The detectable warning pattern area shall be
yellow, in compliance with Std. Spec. 8-14.3(3)
3. Curb and gutter shown, see the Contract Plans for the SIDEWALK RAMP
curb design specified. See Std. Plan F-1 for curb details. TYPES 3A, 313, 3C, & 3D
4. See Std. Plan F-3 for sidewalk joint placement and
Sheet 1 of 6
details.
tiSY p ADOPTED
5. Ramp slopes shall not be steeper than 12H:1 V. v0 crrY OF RENTON
STANDARD PLANS
O LST DATE:03/2004 FV
DATE I REVISION I BY PPR DWG. NAME: F03C-1 SP PAGE: F-3<
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
5'-0" MIN.
SIDEWALK
L
A
X�
C
3'-0" MIN. DETECTABLE
RAMP WARNING
PATTERN (TYP.)
RAMP CENTERLINE J., (SEE DETAIL)
CEMENT CONCRETE
PEDESTRIAN CURB
0
;,Yp
\0.
BUFFER STRIP
3'-0" MIN. (TYP.)
RAMP
�/8- EXPANSION
JOINT (TYP.)
TD. PLAN'F-3)
0.1 SEE CONTRACT FOR
Yr
PEN�NG CURB RETURN RADIUS
rn
3• R
CROSSWALK (TYP.) TYp
(SEE STD. PLAN H-5c)
SIDEWALK RAMP TYPE 3B CEMENT CONCRETE CURB
PLAN
CURB RADIUS DETAIL
SIDEWALK RAMP
TYPES 3A, 313, 3C, & 3D
Sheet 2 of 6
ADOPTED
CITY OF RENTON
STANDARD PLANS
IST DATE:03/2004
DATE REVISION IBY APPR DWG. NAME: F03C-1 SP PAGE: F-3c
RADIUS POINT OF
SIDEWALK RAMP
AND CURB RETURN
RAMP CENTERLINE
J 6._D, J BUFFER STRIP
(TYP.)
MIN.
srpF�Miy J.,
w�
SEE CONTRACT FOR
G CURB RETURN RADIUS
CEMENT CONCRETE
PEDESTRIAN CURB
Jai
JY l
JY .Yi JY
CROSSWALK (TYP.)
(SEE STD. PLAN H-5c)
DETECTABLE WARNING
PATTERN (SEE DETAIL)
SIDEWALK RAMP TYPE 3C
PLAN
SIDEWALK RAMP
TYPES 3A, 3B, 3C, & 3D
Sheet 3 of 6
G`CY p ADOPTED
O CITY OF RENTON `
` + STANDARD PLANS •�
� LSI' DATE:03/2004
DATE I REVISION BY APPR DWG. NAME: F03C-1 SP;t`1P�/A-GCE/F-3
RADIUS POINT OF SIDEWALK RAMP
AND CURB RETURN
G DETECTABLE
WARNING
PATTERN (TYP.)
RAMP CENTERLINE J.. (SEE DETAIL)
CEMENT CONCRETE
PEDESTRIAN CURB
MID.) J.. BUFFER STRIP
0• (TYP.)
G
SEE CONTRACT FOR
CURB RETURN RADIUS
CROSSWALK (TYP.)
(SEE STD. PLAN H-5c)
SIDEWALK RAMP TYPE 3D
PLAN
SIDEWALK RAMP
TYPES 3A, 313, 3C, & 3D
Sheet 4 of 6
ADOPTED
CITY OF RENTON
STANDARD PUNS 0
LST DATE:03/2004 ktq-&-
DATE REVISION ',—p-R� DWG. NAME: FO.3C-1 SP PAGE: F-3,
5'-0" MIN. 3'-0" MIN.
BUFFER
STRIP `O �
TOP OF
27 a � ROADWAY
CEMENT CEMENT CONCRETE
CONCRETE CURB & GUTTER
SIDEWALK SECTION O (SEE NOTE 3)
5'-O" MIN. 3'-0" MIN.
LANDING RAMP DEPRESSED
CURB & GUTTER
2'-0" (SEE NOTE 3)
n TOP OF
2% ROADWAY
CEMENT CONCRETE DETECTABLE
PEDESTRIAN CURB WARNING
(SEE STD. PLAN F-1) PATTERN
SECTION
(SEE DETAIL)
BO
3'-0" MIN. 5'-0" MIN. 3'-0" MIN.
RAMP =_' LANDING � RAMP
3/8" EXPANSION
JOINT (TYP.)
SECTION O (SEE STD. PLAN F-3)
5'-0" MIN. 3'-0" MIN.
CEMENT CONCRETE
SIDEWALK BUFFER
STRIP �
TOP W OF
`v 2% ROADWAY
A
CEMENT CONCRETE CEMENT CONCRETE
PEDESTRIAN CURB CURB & GUTTER
(SEE STD. PLAN F-1) SECTION O (SEE NOTE 3)
SIDEWALK RAMP
TYPES 3A, 3B, 3C, & 3D
Sheet 5 of 6I
GtiT o ADOPTED
® CITY OF RENTON u
♦ ` STANDARD PUNS
fJ � I3f DATE:03/2004 !_
Yv will
DATE REVISION B#APPR� DWG. NAME: F03C-1 SP PAGE: F-36
5'-0" MIN 6'-0" MIN.
BUFFER
STRIP
TOP OF
ROADWAY
CEMENT CEMENT CONCRETE
CONCRETE CURB do GUTTER
SIDEWALK SECTION EO (SEE NOTE 3)
5'-0" MIN. 6'-0" MIN.
CEMENT CONCRETE RAMP
SIDEWALK
io
2 - 0" TOP OF
2% a ROADWAY
CEMENT CONCRETE DEPRESSED
PEDESTRIAN CURB
(SEE STD. PLAN F-1) CURB k GUTTER
(SEE NOTE 3)
5'-0` RAMP SECTION FO DETECTABLE WARNING
PATTERN (SEE DETAIL)
CEMENT CONCRETE VARIES
PEDESTRIAN CURB (TYP.) 0 TO 6"
(SEE STD. PLAN F-1)
a
]� A J
10 I- -I e RAMP
SECTION O
e )�J
Al L; B
10. . MIN. MAX.
a - O
A 1 5/8" 2 3/8"
PLAN B 5/8" 1 1/2"
C 7/16' 3/4"
1 7/16"
ELEVATION
TRUNCATED DOMES (SEE NOTE 2)
DETECTABLE WARNING PATTERN
DETAIL
SIDEWALK RAMP
TYPES 3A, 3B, 3C, & 3D
F Sheet 6 of 6
Y p ADOPTED
CITY OF RENTON ..r
♦ • STANDARD PLANS �O
LST DATE:03/2004
DATE I REVISION BY APPR DWG. NAME: F03C-1 SP PAGE: F-3
i
RADIUS POINT OF
CURB RETURN
Rq p�US
61T
SFF CON T�q r,44 ce F c f)
CEMENT CONCRETE
PEDESTRIAN CURB
3/8" EXPANSION JOINT DETECTABLE WARNING
(SEE STD. PLAN F-3) PATTERN (SEE DETAIL)
A C
Y
O 3 B 0
I
N
J,
CROSSWALK
(SEE STD. PLAN H-5c)
r
BUFFER
STRIP DISTANCE FROM P.C. RAMP LANDING
SIDEWALK RAMP TYPE 4B
PLAN VIEW
ISOMETRIC VIEW
SIDEWALK RAMP TYPE 413
Sheet 1 of 3
Gti o
ADOPTED
CITY OF RENTON
LLC"111��`
STANDARD PLANS
O IST DATE:03/2004
DATE REVISION BY APPR DWG. NAME: F03e SP PAGE: F-
5' - 0" W
BUFFER STRIP
TOP OF
2�_ � � ROADWAY
CEMENT
CONCRETE SECTION OA CEMENT CONCRETE
SIDEWALK CURB & GUTTER
(SEE NOTE 3)
3/8" EXPANSION JOINT
(SEE STD. PLAN F-3) 6' - 0"
CEMENT RAMP
CONCRETE 2 - 0"
TOP OF
SIDEWALK
LANDING ROADWAY
I 6"
DEPRESSED
DETECTABLE WARNING CURB & GUTTER
PATTERN (SEE DETAIL) (SEE NOTE 3)
SECTION Og
5' - 0" RAMP
BUFFER STRIP
DETECTABLE WARNING PATTERN AREA VARIES VARIES 0 TO W
SHALL BE YELLOW, IN COMPLIANCE 0 TO 6"
WITH STD. SPEC. 8-14.3(3) TOP OF
I AA ROADWAY
B I RAMP
a
CEMENT CONCRETE
O+ •- O+, .: CEMENT CONCRETE CURB & GUTTER
a a ` PEDESTRIAN CURB ( )
A h � .• a.. .� .a` B PEDEST SEE NOTE 3
SECTION
(SEE STD. PLAN F-1) CO
e •O.
PLAN
C
MIN. MAX.
A 1 5/8" 2 3/8"
ELEVATION B 5/8" 1 1/2
C 7/16" 3/4"
DETAIL SIDEWALK RAMP TYPE 4B
TRUNCATED DOMES (SEE NOTE 2 D 7/8" 1 7/16"
DETECTABLE WARNING PATTERN
i Sheet 2 of 3
ADOPTED
Crff OF RENTON
�•
STANDARD PLANS
T O LST DATE:03/2004
i s
DATE REVISION APPR
DWG. NAME: F03e SP PAGE: F-3e
I BY
(D co 0)
0 I I I I I I I 1 -0
-C)o
04 04 (14 04
04
r_C'4 't
x — co
in -0 co
t 'IT C4
C'4
0 M 0) r) 0 Q) -0
>
0 !E u
04 C Cl.
— '- — b N (a 00 C V)
00 04 C14 04 C,4 04 0
C
0)
-q-
cn
X I cq U') (0 U-) fl) I 0) LC) -0
0
0 vi
-C 0
0 a)E -0
co m
N C4 0 c
1-1 - 2 0 a
(n
q) U)
04 I rn I 04 x .0 C:
0
0 0 E
I C) (U
04 C:
0
z N api M 0 C:
LO 0 L)
04 C) C:
0
M M NU
x I I CN N
V 0 N—:?5
E c
_4 0
C)
(n
LO 00 0) 0 04 2 E C- ov)-60 4)
(:n
CL 0 0 E 0 o— c
C)
10 r I I o c 0 1 0
0 c 0
-C-4 0
C4 - 1 C3 U)
m
- -ff) to V) -0 C;n a)
00 00 C*4 V) q) CL
4) -0
-0 C14
C14
- o U)
II C)
0 00 Ln w E
V) >
x OD LO E ;�) 0 0
C, U:3 V)w
d t0 0
-0 -to z
V)
'C-4 C4
CO n co to
0
04 in 00 -j
-C,
C, of
x to n 0) 04 N C)
Lu
m
z
<
in r- co b
Of
U) w w Lj Lj Lj Li Li Li w w
ui uj Li ui Lu ui ui w ui
CO L, L, U- U- L� L� U- L, < SIDEWALK RAMP TYPE 4B
Es w I
< 0 0 0 0 0 0 0 0 0 0
(0 r- co 0) 0 W
:2
Of Sheet 3 of 3
Li
ADOPTED
CITY OF RENTON
STANDARD PLANS to%
O LST DATE:03/2004
I DATE I REVISION 11 By lAPPRT DWG- NAME: F03e SP PAGE: F- -e
RADIUS POINT OF
CURB RETURN v
RgO��S
SFF �ql
COy�cli,Qe
qCl F lee
CEMENT CONCRETE
3/8" EXPANSION JOINT PEDESTRIAN CURB
(SEE STD. PLAN F-3)
r
A 6'_0"
RAMP
Y B O
J
I
3 ~
I w
tD p
In
X
LANDING
CROSSWALK
Y C (SEE STD. PLAN H-5c)
DISTANCE
FROM P.C.
DETECTABLE WARNING
PATTERN (SEE DETAIL)
SIDEWALK RAMP TYPE 4A
PLAN
RADIUS X Y
(AT CURB FACE)
20 FEET 6'- 1 3/4" 2'- 7 1/4"
30 FEET T- 11 3/4" 4' - 8 1/4"
° xfz 40 FEET 9' - 5 1/4" 6'- 5"
50 FEET 10'- 8 3/4" 7- 11 1/4"
60 FEET 11'- 10 1/4" 9'-3 1/2"
ISOMETRIC VIEW 70 FEET 12'- 103/4" 10' - 63/4"
80 FEET 13' - 10 1/2" 11'- 8 3/4"
90 FEET 14' - 9 1/4' 12'- 9 3/4"
100 FEET 15' - 7 1/2" 13' - 10 1/4'
NOTES: INTERMEDIATE RADII CAN BE INTERPOLATED
1. Avoid placing drainage structures, junction boxes or other
obstructions in front of ramp access areas.
2. Detectable warning patterns may be created by any method
that will achieve the truncated dome dimensions and
spacing shown. SIDEWALK RAMP TYPE 4A
3. Curb and gutter shown, see the Contract Plans for the curb SHEET 1 OF 2
design specified. See Std. Plan F-1 for curb details.
- 4. See Std. Plan F-3 for sidewalk joint placement and details. tiC p ADOPTED
5. Ramp slopes shall not be steeper than 121-1:1 C1TY OF RENTON V. ♦ � ♦
STANDARD PLANS
LST DATE:03/2004
�n1'A
DATE I REVISION I BY APPR DWG. NAME: F03D SP PAGE: F-3c
6'-0" CEMENT CONCRETE
PEDESTRIAN CURB VARIES
(SEE STD. PLAN F-1) 0 TO 6" TOP OF
TOP OF ROADWAY
2% < � ROADWAY
CEMENT CONCRETE DEPRESSED
SIDEWALK CEMENT CONCRETE CEMENT CONCRETE CURB do GUTTER
CURB k GUTTER RAMP (SEE NOTE 3)
SECTION AO (SEE NOTE 3)
SECTION CO
3/8" EXPANSION JOINT
6'-0"
(SEE STD. PLAN F-3)
RAMP
CEMENT CONCRETE 2' — 0"
SIDEWALK TOP OF
< LANDING ROADWAY
I 6"
DEPRESSED
DETECTABLE WARNING CURB & GUTTER
PATTERN (SEE DETAIL) (SEE NOTE 3)
SECTION BO
SHALL 8E YELLOW, IN COMPLIANCE
WITH STD. SPEC. 8-14.3(3)
ETECTg6LE rARNJNG PATTERN AREA
RAMP
O .4
A I I d
MIN. MAX. TRUNCATED DOMES (SEE NOTE 2)
A ' 3/8" e DETECTABLE WARNING PATTERN
B 5//88"- 1 1 1/2" PL
C 7/16" 3/4" to DETAIL
D 7/8"
ELEVATION
SIDEWALK RAMP TYPE 4A
SHEET 2 OF 2
Y p ADOPTED Ul
CITY OF RENTON ` Ik STANDARD PLANS
O L3f DATE:03/2004 TTi
DATE REVISION 8Y tPPR DWG. NAME: F03D SP PAGE: F—,Sc
CEMENT CONCRETE
CURB AND CUTTER
S/B" FKiEMOIDED JOINT FILLER
________________
o
fV
S'-0"LR 5'-0"R.
5'-0"R.
5'-0 R.
1/4" 5" 5' 4' - 8 1/4-
CATCH BASIN FRAME AND GRATE
GUTTER PAN (NOT INCLUDED IN 810 ITEM)
PLAN VIEW
CATCH BASIN GUTTER PAN
z'-e•
SLOPE GUTTER PAN
"AD RAME
RATE
1/2'R. 5"E TOP OF
1/2"R. ROADWAY
D
1; VARIES
D
ADJUSTMENT SECTION
(NOT INCLUDED IN BID ITEM)
° CATCH BASIN OR INLET
I .•D (NOT INCLUDED IN BID ITEM)
SECTION 0
1 6 1/z'
5 1/z" ,•
1/2"R. 1"R MATCH
ROADWAY
i, SLOPE
L ° °
1/2'R.
ROADWAY
VARIES
` SECTION BO
+► CEMENT CONCRETE
CURB AND GUTTER PLAN
SHEET 1 OF 1
GAR Y p ADOPTED
CITY OF RENTON _
« + STANDARD PLANS
NT LST DATE: 1?/1 7/200
DATE REVISION I BY JAPPR DWG. NAME: F01A SP
10" AC PAVEMENT & BASE
SIDEWALK 0.02
REDUCED WIDTH � GROUT
ROLLED CURB ELEVATION A—A
CB RISER SECTION OR BRICK
3 1/2"
e
Q
12"
6
1/2- d a d
a a
a
12" --�
2 4"
ROLLED CURB
ELEVATION B—B
1/8"x 2" DUMMY JOINTS
12" 12"
7A BACK OF CURB
B
Q da a
a da d ° I
< 12" b a d
D
C Od d
12' d
d as
d d d d c
B
ADDITIONAL 2" CEMENT CONCRETE TO
L—� A EDGE OF CB IN TRANSITION AREAS
(TYP. BOTH SIDES)
FRAME AND VANED
GRATE
SURFACE WATER UTILITY
NOTES: GRATE/ROLLED CURB INSTALLATION
1. WHEN A THRU-CURB INLET IS REQUIRED, v~�Y O� ADOPTED
CITY OF RENTDN
USE A ROLLED CURB FRAME AND GRATE, 1 G
AO STANDARD PLANS P
NTO LST DATE: 11/12/96
DATE REVISION BY PPR D DWG. NAME: D-14 SP PAGE:
"SAND—IT BRACKET"
APPROVED EQUAL
3"
(� EDGE OF TRAVELED
ROADWAY
30' I
go*—
I
3'
FOR REFLECTORIZED SIGNS: MOUNT
FACING 3' OUTWARD IF SIGN IS WITHIN
30 FEET OF ROADWAY
SIGN FACE ORIENTATION
MOUNTING ON METAL POLE
2' MIN.
TO EDGE OF SIGN
4"x4" PRESSURE
TREATED POST
5/16"x2-1/2" GALVANIZED
LAG SCREWS WITH
GALVANIZED WASHERS.
12' 7' MIN
TYPICAL TO BOTTOM
OR AS OF SIGN
REQUIRED
30" MIN.
REPLACE TO MATCH EXISTING
\ADJACENT MATERIAL
COMPACTED SELECT FILL MATERIAL
MOUNTING ON WOOD POST
SIGN MOUNTING ON SINGLE
WOOD OR METAL POST
tiRY p ADOPTED
4 CITY OF RENTOH
STANDARD PLANS
LST DATE: 10/30/96
I ner17 I QrviginN av nPPR n DWG. NAME: GR01 SP PAGE: G021
AS PER PLANS CENTER OF SIGN AT
OR AS DIRECTED
BY ENGINEER CENTER OF MAST ARM
MAST ARM
SIGN MAST ARM ^SIGN
SIGNAL A /
POLE
P
SEC nO
VARIES A-A
30" EVENLY 3
MAXIMUM SPACED A 1
BETWEEN MOUNTING
MOUNTING STRAPS
STRAPS
SIGN TO BE MOUNTED LEVEL AND HOLES DRILLED
IN FIELD AFTER SIGNAL POLE IS LEVELED AND ALL
SIGNAL FIXTURES INSTALLED.
TYPICAL MOUNTING
SCOTCHUTE
SILVER ON GREEN
18° -_Q Tom_ 4..
_..._..-- -.. _ - --= I 5"
I
VARIABLE
STREET NAME - LETTERS: 8" - SERIES "E"
STREET DESIGNATION - LETTERS 4" - SERIES "E"
0.080 GAUGE ALUMINIUM SIGNS
SINGLE MESSAGE
4.. _...._.........._.............................................................._._...........................
-... --
VARIABLE
ALL LETTERS: 6" - SERIES "E"
DUAL MESSAGE
SIGN MOUN'T'ING ON SIGNAL
POLE MAST ARM (F'DCED MOUNT)
GtiRY p� ADOPTED
CITY OF RENTON
STANDARD PLANS
L3I DATE: 10/30/96
. .r DWG NAAAF• (;R(1? �,P PA(,P• rn??
0
0
AB-106
FREE SWINGING °
ASTRO—BRAC OR
APPROVED EQUAL
5/8„
7 0
ir 1/8 THICK STAINLESS
STEEL STRAP WITH 90'
TWIST 1/2" STAINLESS
STEEL BOLT
STAINLESS STEEL
LOCK WASHER
a..
1p
SI GN
MAST ARM
6v
NOTE: SIGN MOUNTING ON SIGNAL
ALL HARDWARE STAINLESS STEEL POLE MAST ARM (SWING MOUNT)
Gti�Y .o� ADOPTED
CITY OF REN1'DN
STANDARD PLANS
LST DATE: 12/96
nATF RFVlgl0N I RY LAPPR'nl DWG. NAME: GR04 SP PAGE: G023
O Z u iS u 1 Q o CD
w < aaa w ZQ y
. 4u Z
z Z o
N
°mod tid G a N OF g ° O
z `^ „F ? �v W z a o O
Lu
10 U € ¢ °c°PO"o Q, Q WLLQ Q lz7 wa
Lj
< S x
i o4 0 Y e� m day p0.pF� a N o�� Q a
U O o Q U Cn J cn
�a
Q-
° cN
a 4 -
o°- POJ
O� °b:° + M
°
Y O �
I o finti�° }'
O_Pw�P u Ni O ~ _ fO + l_
r O
on ° IN z L c
1 °
pT w ° uj
w
o JiyarA!p W
o. ap.sinp - d : . . 8
o �cc p,w7 r d
cr
Ic
._ i~ I I z — — U
i P-p o ° '" ° « r
S u n
oP o
w
1�\ q ° N N o 0 0
uN c g °
w
C
p O Q 1
E I•I Z °m O G E U ..S
ry P-40 3 i.1°� OZ
fi .spa w3 3 z - 0
Z
a °
g •soap J N > cr fi o o m S z
`c� Ioo!�lanalAS ov wn w O '�•----� ° w
U
0
figog°_-
I _JL_ r�� o<co—yyu
°n yO• g �$o E a °
TOO
o
—_— _ _—_—_—_— — ----------
hg _8 0
4P P
° � O
C fi V V
ii L fi Y ` r
OQ z
— A °E Y " P J -
m°
fi W c r—>
A c U Z ° a
a
Q
rt J fi o w
cL
Y P C° w
ihi0Ail7 10�!{-A
c
\ " „ o
°
` c°
c C 4
? _ 0
I a l g l_ J cocoa pu3
oa �
N
£ O
2 r ON r•H
z z o N
o S o
p o
N Z a 0 C) o w
a0 V
o
Q U to �
co
�w - � u •.�� - �ri7 �I�y�
• Z °w
n N
w � q
I
00 o_N N wa a: Y
a - -
EC J
Z< C Y O �-• In z S a $ L
y
E` „` ° wF J o fill
8
- - - � 15
cr
m m U 00
0
> z
z
1 Z
Q
0 4 L O«
O n Y C 4 N 2 0 0 0 O c0 O - 0 0 O N O O„ �
.�•�V O QSL. GggO «YO Q
d O ►u� J
C3 F u a
/ ?•i, ° ��a4 v ; oz S!
w
• i
- I
-a Y S qQ i I I UJ J N 4-�1
w
i
0
ca
°
J
°
� T V� 1 ; �
0 qy
O °� � a
i � � N
a
a
I g + I Z
0 4yk Ln
---- a r w
p
---- a • a �; I a a Ln
_ f I 0 Ni"
p
c N
« O p
CL
I �
z
L oR I w
h' ch
4N H�
a:_
�
r
�
\
w z « $
;.� ! k v ) § % f z °
o.E§ - - �,
¥ » , z= ' © 2k2ƒE §
\/\�� >-\; \ \ /}�{ \\: \ § \o \§\\ \
\
��} \\/ �! \}2i $� ! »f\ !�- ■
2 !!� ;|| !! (I- !f =\ f:oa :
{� �.L {t� /���
!� � ._; , -t .!`� 2:[
: }{ k\/ \/{ \/{ }} /\%k} o / j{... j\!
\{ f / \
/ .
. : #
\�
- - |■<| :
\
{ © -
| 2 b!
§
3 a�
� w= ,
0.
�'� �
.6 2
j
\\ 7 oz § )k -
£t : !:
0
\<
f i
} /6
\ 3® _ \/
_
) w
k 7
u
�--
, � ^
b
a b o
o
g x a N
F d O g
� O
w•^,� o J N ! fy t '� �� O LL Z
co
O d rO�hh
zz>•°, c :° O F N _ g" N O 1p EoA - �.7 Q N W LL
16 CL
1100 Oc
w 0 N
5 g QUU) g
ob: _ -
i1`
-'go
C-j
IdAll
_
-J o Li
z i�
b.— CL
n° Z
a
+ z
- •o
m € o Z
b - M.Mol
s - - _ �� - - 9-•1 a�sw .s-.1 O
0
LJ
TOW �
% - g44Yi4 z�c�'. 0
P BBR BB88FFFFF N ;.j5
- - _ -- = o YS\ m
b °E S. z
LLJ
o
Nil �_
-r +- � •loos a•a 2 w.•0 y � � o
p O
_J y u w
j J >
_ � W
� I w� � 4]{Id[�11.0-.1 V3!• 1°��05 2Q ..9 O
- a
a
Y-8
Q Vl A• Lfu!06o 1La•J!D
U PFL W]OIO.G IIWC.,.»W]
REF B
►1r.. _'° � z3F EMI• 8
..9-.1
h-
I
". I one J a t' os �j °� cn
o��R - " =- ,^,8•°_n8 °or fi 'a^ a < : "~�., < �� LLOI WC W
)
22 W .h€�`. art Z4* Q WLL Q Q w
Od 1f Q�S VZ Z LL O Z U
�b °«-nn tF h QUtn � cn
.LP 'fi O p
-
x _ z v..: "
o cc - �t-�y
4�2 yw
f4� o
3=fi
_& a E£-
z 11 "wOP W
r °
cr
` moo. Y` o
= h g U ° h ° o= w n°V a u - U
i F I � fifi wY Fgo F� - r N
CL
Z
W w u 1 11
P�l L
- O
U
[c = MIM S 1
Ocfs _ w S �. P Id4t �o
a ��6 c8 by = — "fi" _t/� •1 -t/� •1 08 � ~ Q
L &8g k «Qi fi o co w
CD ° o
d :o j / 1
a
v .fi °€: a4 m
4" s �c 8: - w Q -
0
Lv
a
-c
.o
fia I° oo N
: ba t7 Q p 0
o
�� J W z o M
N y ti= WO ao Ogg o O
i - C o� �..� :U o 4• p W 6 i
J lu Q t' W U-
a
CL
� H
U « \P c x
c. r +
�\�• °°° H
raNa g ° o . ° Z
a2 §c
Ef°Y 00
H y
o
ON "
01
°
v
Y S ^O
8 . ..9 se°°x a. e
3: J
W
ok
o w
U
•ciiY � � J
ubeb a a
c m 0-
CL
«P
r a
eacc c«-1
o.
1 °°o
i s°ems °s ,� I I I I w
-F'
--1 z
44- Q
w c
i w
a°� N
°
1. c*
o
A14-j° paJ°le r0
o
s -
w
Q Oa ° o
°oz mz
O aoc Y c
LU¢w o
w
x r k o~
—
a vi a
,01- 5 N
Z Q
7' O
O ba p Q N N
z z o M
O z
JW d' O� F-
Z p p a O Z F- Q
Qtj Z O Q rn
V 7 FQ- < U) Q vn.
oo
ol
� N
- +
0
a ° c o o o o a
w _ 0.cc c •
1 — 0 0 0 0
c 11
m • 3 _j
n
>
OF
LL Q
N
dAll w
}
Id A 11 TT
0
� � •• € I — I I I I I g � �
I i I I I I Z
III II II I I I Q E u
�� —1=_� _� ♦—— I I w m
°� �,• t— I I I I I J
IdAll „0-.I
u'Oa
o F°
j� -imi •+5 - Z-d-0 n
jw 5 %�N..9-.1 ♦0 9 ..9
o Z
---------a I I �II�II
--1J— ----- — --� U
Ili—t— 1,I— ----- — --� Ln
—1 U
c o
ab�
� a o
O N
Z Z Z N
O g n O
d Z
� �� F• �..�, i0 i~' i a` Z
W p Q o W LL<
0: E C) Q W `W
0 /
�7
W� °
9.0 o
o O� ^O
- s ZW O z
a S2�f wa J z < 71
<F
20
~ H Ip ` �w
_= p� Fin O �w
J LL p$I
ILd JW� ui CO
w z 0
2 �6
yy��p��II 1
_ � ' F A w Z N II O
>avi Nm O n < �°
0 g3W rc�o� U m Z SpSho
t ° 7� Lu
Wi W 0Ind
CL
wx �S °
N z
> Z
c�5 in
Mn yb
N W W N
� LLwz
O�
V x W
zw �
tY FNd z��o
i Jt i .► 106
� O
n n 3
u u
a
1 m m
IL j5
00 2
IL
Ft,
N Ed
$� w °
he � W� OWOxI
co m
f
N o z 0
wWS]F
CK
F
(E 133HS S 310N 33S) ¢j,<
2 114013H ISOd." a y
N (t 133HS'318V1 Z
io NOLLYTIVISNI
1
N 1SOd 33S) aPa I
IW A-d HLd30 � J �R�44R
J 4
s
I
-----4----- O Z '
i pp N
II and d CE
cd � z oW�Qs _'j ■■� cp1
N z
y�
NOM WK)WOM :A9 NMVMO
C)
►wdea M1Vflo3 s3an 6 " N
j j (s 31AN 33s) -� $' v �y Z Z
X 1H013H 1SOd.NL N= o °' H O O
Q
IL Iz-
GJ .rid r q W Q w W(L Q Q LQ
n°
Ci : S =Q O O 7(9 MON 30 a Z
: O .
Q d
– :}-__-=:.1; °:.e;..-_......... ---- ------ – – – F y Q U U) J va
o F
iX T.
n (S 31ON 330
1HO13H ISOd.*L
J ' N
o z (9 3JAN 333) O �•+ Z
° pa IN 1HO13HISOd.M LL.
-M.0-d
b oQQ l�
UWA314 NO1S).A. 5
W `pm m�m Wo w
WW FZ m T m� yW� 5G Z� p s mZ F X7
W Zir z OSd Z �
U0o �O7 =wz
=KFW � 2
a °zH RlW
ga �WH �jxJ���p�plll0� iw�� iar<- � o
A! L� O
Ul
w
0
(dAl)SKV'3WNVA
N33NLLIG XVW.0-t 10 N d
°� g
� I LO wF �WS
m
ap
:0 G<
Ww� =WF
`b•°
�® WOOMO
zwdFa: �itz-<F{
��OZ w <
Zaj ~
ppZb ;J .-.
ez
Y7 6 V
(S UON 33S) ~
V r =�=u —� I .WO13H 190d.04. ylIi:
a (f 133HS 318VI o _ _ _ , g KLd3(l 0
NOLLYTTVIM
N 190d 33S)
I (S 310N 33S) 1Ud'30 z (2 31ON 338)
I 1NOW ISOd sH. O o 6
JHDM 190d.DL
i 8
------------ Z k (s RLON 33S) ` g
4 c iE (S 31ON S) _ °
33 ;t ANO13H 18od aw W
MDGHISOd.(H.– – – '`'="::. :;---------;-------- – – – – – – – w
c ...� c 111W-0'1 F
SOw o
'.4 (1HOf3H �y (iH013H NJIS)-k-
NOIS .A. �NIII 11.1 `8�<
motto 3nowow As WNVNO I sr.o.:•ao�.a.r.s�owwi.uW +._ow
O
"o' w
m =Z Lu �� z z z ya�N o IL H Z Z N V
o $ 8 8 vF d z o g �, O
_ gg oy g o
za O
`—° a IL w o 111
O
J W n b o � t w V �0 0
oC gw �� F =� F ivZ Izz OJJ,1�1f ��S x Q tw 0OZ QH Q
z
�L .6 N
10 in m F
pSS a°°pL a ap c O O t�
C og£$ g s g in. IL N
b � Eo b o ir
p— X x N
O V m m m m m
x x x x x x x p >i
T x C 8 6 a ?N Q m0 ic 00 b
am W'r
M X 0 0 W m
O z to E y€o yto As Fad
M. z tai ri v ri J
S
U
- ...............___..._._.................._...._.__._......._..._....--................. .... 8 W
.... ....._._�__.�__._____.._ _ ._� z
.. .....__—._---------..__.._._......._..... ..........--.................._................__. _O
...._.__._..-._ ........._..._........._.._........... d
to
w
T ai w
� b
� �rc
Q'
O r
',;:_::-N'---;i- iii► W S °°
„ ♦r� O N �f90
l
g oLL >o 2z tM5
pm
Ezz
�0 8 �o�
>o wN w o 5
a
O
F-
m
Y q 8U
$N �W�
fin
Ad
a1 X o
I � O
c w
o
b p
o^ >z
$
MOM 3nOINON 'AS NMWO $� wwo►....se.�eu.�e►,�w.v,.....isn....r:N.u..
f
9 A
c pTd °
t o l- (•�
o s v z p z z 0 o O g N°
F9 -C CL g
°X z
too C,
M
o
vim a �LL m O d ° MQ m C u1 tL Q Q cv
1iff ! c��' a = 1--0 Q 0 V
o �� � W p o p Z m 0 Q C/) a
;F QUU)) v�
a=
p Z
Lu
O
iL
U = O
fi/ E$
■ • °
AL .0
I I ——_—— —
lJt t I I
I __ I
f
t+� ('dAU J d
J
lu
U�
2W<N
:�Z O Dow
007
�
w g
O
Z® u z
W O
m 8
U
t;
m � .WLL
y o -j
IL
�i
p pp W
O 1 W
H So wrn
3LON 33S ly
w , XVW.0-.f LWOOH 1SOd)dH. b
=W Z
ONMdS LYV3WNNA Wr*3� g.0
= UA i Z
O o
N
pHp
�I II II II � f�S
I I I I
1j 1, II nON O
OS I I I I I I I I 'NIW d'1 O ~
S II II II II ~
= I I I 310N 33S F< F w =
O II 11 11 0 (1}4013H 1SOd).LFL ' d
Q
11 II II II
W
IE < SO$ r o
2
II II I' II X m•� A
II 1, II II p W o <
IJ IJ I LI �G ��
o fl o o n n CL
A A g 0 � i F W
b (IHJI3H Nus)d.. m ttt»� �' ' s
a� SOU
w
�eluw
NVNHOW LYVOV '-AB WAVNU a
LL
i
0 T O^
U 4 U Cf1
�L• ° � ~ cn
c -D Y n c N O Z
ao
c u 4 « O
. o°o 0o a, •- d Ha O O
c°.u. ;L _° °a, c W Z
n vYO J W p ll! rh
uc o0 ° o°o _ Q
oo�o, �O m o« : WLL Q Q u..l
U 4 L D N C C L E -d O C) 0
- Z
�o co o_ a.
U L H N O O
4 c_� z QU(n
�«• c o0 0 _oo Oa O
O�-Nf Ua L °O O U uj
M°03 EC U4 I'�
UEUU V V N O
c W O�
U77
E -J c N O L >o I V V�
aao4 T LO
N4OL` N°T N Ov UFO
U L 4 t•- t 3 c
T U E C 4 p 0 E
O 4 0 T 0 0 X I T N
~4 O aL O „ 3 N O Z I " o a
Lao°4 4Y O 3 CU W
W U 44 O E O N J
COL•- Q C%Y TO
O O E+-E L C O> C « [�p O
O o o • O E O
t~�f C f r LC ° lL 4D
Ocmmm Y3o woo a.-o O av
°coo aCu a oo 2n 4 Q KO h- _ / W
noon- o•-u .n aac c c
4 U 4 V o 4 E Y - 66 V E O 0 4 W N
E ^0•-
W Z-E E n S�V < S Z O V i 0 �
^ c N W .J.
o V
J ILJI-4 � O
z � Q
s _Y
o O
CL
4 w W
o 0
O _J.
jO 4 �
L �
N a �
Z
W
w
U
a L
N
C 4 •• r
3 u a <
O O F s
I c c Y -
I IC c V4 O S
�N O N ^„� abn yuawpagw3 2
2�0 .. c
c .J.. O
,'-O I F
/ J
d oO� I p W
W
.ESL r u
no-N u
V
4 V a 3 I V„
a N W
7 L
Y O I 0 x o Z
o =c� N
a
W
F O
ao�
r O<
x
a -- a
w
C J /yO
av 3 C Q• W W
o U W
c J
10 x oN 4 W u0�
O-u c .-a
Z O O W <�
�a
m o
W
o 0
0
T a QU�yA
E +L c + IAw
O C 0 +u0 a P 0C xy�F N
NN �> O nCW � OV h 0U O�� �88�fQ `nJ M0Q`= OZ 0 Q
6 O O r 2 O� NV+ ��U p �-Y k�� Oty
O
° on }.° °- %00 0° � N c r iI s �h a � J ~ dM p�� FW-
yLV
+° ov '� c u °L- ° '0. y> o �' � Q 0° WILQ Q W
n 0 0 O n 7 Y._ w N L u 1�. �� !! y 6 d _ a O 0 O U '�IC o c �d ° x ca
L °o« Q0.o J F�LL Od ~Q J a 0W Z c ° o o 3 u. a Ln
°-° u C L v F u
j• E W +
O O V L EL °
Q
1 0 C O+
a
lr
u T V c I Z + 0 0 Q
F P
41 c O P N O t O p 0 0 +C
0,0 b D Q ♦A
p V n V V - * O 00
OECY- nn V Y rte` W - m7 L_C
!- 0 0 0 O N �- 0 E c V U Q J
n p C
_ .O
c
0L 4 0 4 t O•N .- ^moo •� N Y
♦• V E c p C c S a t C MLO + l�
c 4 Y V O V VL -+ M, +
O n0 -N
u I v 7 O I+I1 w m o .�'
C OI Y n L 4 0 L V p ° O L
+ E O vi c V . 7 0 O03 7� .E0 N°"• t 6
n 0 00. 4 v 4
C. 41 11 L° C O E• u 0 L + P a u V•T O O 0. ^0L : 0 c ee6F[
11 O U t- O p> - o a c +•Nd 0 3p+ �EH �� 70 L
.- U C O VI O 0. ���^ V O ow p m° N4
0 C O V L .0
S O O N t C L w 3 U 0.L 4 4110
>t + PPO V p °N O
•Y n L L C C t p 4+d J 4
P 4
E 0 0
u
C rDL V VO O E>J ez Or o x o o Q
N+ r T u4 u
0Qi� }+
z =>zX W3.
c J £ tlIa m�
F
w la1F-
z O a N�
w r-z
cL
£H •ZH •IH Q OJ O
ci--1 W
3 J V N
�c aw. Q C E+ Y
A + n Y� I- U
L -0 N[° t+ +O� Q
Y+ C_p L_ 40 W rZ-i �O m O m
O.O c �*L °V UC L)
=O. 4P t4 OV C7
0- 0,01 NC 00 N Z
E^ O'c4J •0 UY• H
C
mo- we
m 0 TO L 0 +- O
CLO
HQ K ! 1�1 0.0 U 0i•' d _•l LV
m m 4o4c
EH zz o 0 0 0 0 0 v0 N 3 1 :°Oxn�a
Z/A Z
t
Q+m
Z -LVo +O
0 - _ CO F 0 0 Q
M U + onww
O 0 Ui Q ou
+ Z/V -
W m_W o o 4 N z O ~V _- __ -•-_ m M N+
t d 0 V 3 O
0-0—i nu
O a 1- 374 O•p
N
4 0+c>ZH Z d
0 w cz4-0 F 0M E
oLOn0 O
0 p L o+
�vw-on
O a o w w o
v
° ` L o uj
CL
r
_ N -
F- W m _ N � Y V
m Z N N N ° F. J+ J
0 o r O N .»
Z �` U : : : : N > �-a Q
ZH O J on W
m a N m 7
Z/A N F m o v+ pN �-
Z 0
Q IO O
X O O N UI �O i C1��� W N
M M M N N
VI YO = I I V) V
a.• Lo+ Yl0 clop ano It ^ FAQ I m
x
•.a xmzz aY Q YY w
°a O z + u io d
3 Tv _ r
Lc
O F
0, E¢ Yd F
W d 2 X X X X
O m 0 w 0
izz aL•< `
am
W
j Q 0)
-iN V) R� !�?
888 o W Z
�� `O Fro g J C7 Z. Z Z o 00
se z o- o Op
".» �1 Z
o� � � E b i � Z �� �° �w 0 Fw-
o ti o
aw O� P Q�S x Md'J QW d}Z H
�P Q4o W WS �^W � 0F� a�
0 46 a a c)co v�
C
W O
t Q
00 t� r
E Z
0 c L O O
�Cr tii
cCo o
N rN MNt•-'t f7 C }o O cUu U L W
O O
L W
O- L ZO 7 C
.0 0 O c
m cx
CL O L V
Q �K Y
., I JN C�
AW
V �p
,ui E
r aLLO U- C Q O
O+ mOCC C L -
3—o BOO N E Q + ,• ]S I V,F-
LLJ CL N C c
CL
o L awe d
>- oW
` yo u o =F al�l
_o �
z W �
0. i E 0
O H E LN r
top 3t „0-,1 tag w k'
UO '0 Q tll W Y 15
EW O L
o,W 3 L
p NO c C
T 0 L
am = t t
N W W
pL L
E E
C C
o; o
h W
< Po .O
ow
. 94% „ as
cr�r
U�
p
r � r
o f O O O
W
H
LL
O
D v cv
Ova V O ,.III •.'11Z
TZ
.i
0 3c z- 3. 1
N L 1-
x�-- I,I III
N
o W ^
ED
OD
W= ,
'04,
.J
> 1- m W
ui
\ W • w
w
0
oa _ W
O Y
o L U
F- WW a
U o n
« —_ Z
L'i PW a`T T _ m
m Z w
x O. P O, c W
tp C O Ct LC LW W 0
_ m
10 L-E O p L L w Q
V1
07D C tc 04c c O Q m
o
o c 0
v
s a c
N HL a
> w �}
o
o —- z 1-
o 0
v.
s
lu
+ vs
a
°
V
J O v =w zz z
0o c.L na o o 0 o c$ @ 'f F' d W a C
ccD a :o oc Z v v _°°c
0 0 '+ �,
LL N MtL o'er cu �c O op ° Eo ���df !b ��, p C7
o- L a c o ° Lc + n 3 w QI w w a Z
o� m° o: +v+ m a+° o v o v °L �O�f pQ.�� W i O}Q N c-
a L r S�`F_ V v O La Z D a t N y� W�
+ QO�'f L u UV c L O o m
Z NI-O C L \ i CI) ~ U
00 NE
w E N —
LLJA`
w r z
�LI „� „e c o _j
o° Ln
L
U T-
o <W
O rN
T JW
Z \ Oa t b
co 0 o c ~ U
D
a a U C OL0 lLU fZ-I
C Oo �+ LO� •H�LOU HLO aW
_ E a }
L ao vat o°VL uoc" ~Z (L �R j cg,or v aw cL3 U ,.!/w ,.1 O<
U { ,
J645DM M301 + e+L 3 W .Z/IZ p ` r
N Ja4so/Apol •.�5 4+!M -•a
N Vl!M 4.I0Q tlI0 X104 VIQ 0 —} > co l.� MAI
00 Gd0
¢ ,
w �
o
v a an i+i in ino
c c N N N M - P l0 Z
N J nS-• m0 O•M m CD
CL CL
Iji JW o 1:+ o°o 0o fo oar o000 0°� n n mn U„ten-n On n d'
0 OJ
cc za
U aW
c
o.
ON -\-~,ter
a +
CO O T
N V o
w 00= � d o Lo
H x } L w
m
m + u [ ”— 1
N YL 40� E L
aw 09m
L2 •m V ..�I .. LI ., I .. Lt ../F
¢ m aL I j t+ I I I I mo c c
E V101 C`� v Cv, = O O= L , LN E E O O C1
C C w Ll N.-. N^ IN^
�C° Cv,
OQ 4 Ovl Uv Y 411
30+1
11 O ^ w
Ic-
Y
TO a + p
YY H N
O ^p O I I O W
o Nm N— N— x I I L Y
ND U
=W I I I �_ D c O]
0 Ic ISl LL~
L°, •- I � I I m N W
L a + _
o
0 u M Tm m
i ^ I
N D m ^ N N
10 N N % X % X O% O%
aN = 3 % - I x
2 5§
C
Iwo ¥ A z k \ OC
° » : ■■ z [ o
Imo( \0 ` UJ© = e 5 a
(W2 \ƒ \ �% & : §\ j
® ; ) ; J o * o�0 e
\§ // �' �� / �k � � ao 0>-
z / \
I � �A2
2 /
C)L� < z 41 A� <o=
~ < I § �§
w I � <§
� e
I
Lw ||| f§
&)
§8° h / .
§[
£°°
_ �� 2§a D
� [ Q§( ° e
T,
% \ .0
_< k2
� ` �oG 2§ { » < �§
2 kz | M� ° ) e �e�
I u •. � ;| § � k§|
t■
» � � \ <©ww Z z | �\ �
I /; k $ E . ■�
co
k §§'
------ -- --� �
. � LH k
Iq[ E (
/co to
�kC §L u T� §;> �(
co z tow �� �w §�� �§ §
s°a to x: «r z
)_ }� 2E ED k� a$§ (E .
�!� �§
(L A2 §[ ID&
, /�� Li w
��-- -
XVW.ZL
2§\&
. 2) Qwa E
( ��k $(§§ § ($
0L 2022 2 ; . k
( ) )2 §�§/ E§
` �
(§ L® §2 2 E� <
zk m§ \) ° \�\ } �� \
�> � �
y | �YX
CLO_»33f
2!
@_neeo
�
.t✓t ale
I tJ O C)
j I� � ga ��� rggN� `s W� Z
Z N
�• h� a tv� ' p 'y W O w Z Z o 00
w0>ww a di �' F-d Og cD C
,<nzJxW ^„ W M 4 CL Z o
- ---- <J min<U'hN
w� � '�s �° y _ az a wu.a Q u�
j I <m O� �+ Q�S 22 D a a O 0 v
i p0.o �4 Z O�Q
C + ------ ----- a Q U� g v
� m
w
cJ {j
o
< _ pp
lJL a/f JL i e
�_ ~ �W-
I
xZ
I �
---- _ _ ----- ---
I h
i
O
¢ ' <
JN e Y• O W -- - ------+ S <
Cw m
N m Y Sh
AU d Y
g a 5
-- Z
J c!)
ow
OU
+7093NIO JO
f J 2
w
0 02
LU
zit rle Z� 5 W =5<0
r w it d d < to F-
.Z i .7JLY .t I.r/L L O a = JL- U w G lU CL
adw�
a to < <g a wIW{y�M x Jyrj
ww � Y" w <01-v O
<
I wNy I m .3w ]wC mzw— �m a
x cn
w w � ~
o tit
I
L
r
------- -
(
_ - - - m � ------------ �
a Y two
w ------- -
.g Y a
D
XVW.f
U.
O s N
o �i YggN ',Q' z r O
< ' n o �� V ♦ 8 W = N
8� Q rv0 m� 00 d �` O o; WG w Z V
=gipp 4s � x N� mm a y �� as
g Zo
g o
Q x 3 t1 <.- y W) .t m Y OV) < i Wit„ < i ~ O
O F it�a4 Q a g n ,( sy w W lL Q
s(7 a1 Q< M° Ol• r Q� G V 0 h E--•O Q � v
Q N � `p2R o P :g o'-Y° Q 0
Q
g < �a< �m a . FW LL <g F C)
Q o c c 4'� 2 Ti N a g ; N2 Q U Cn Cn
�E E= �x e o e � �
= a n E
�W e z
gg J n m c v zoo � O
°o n m t a L 8
a m U .6 0ZI
`o n
OR r vi v1 h O m W Em x m ■ `
W ¢! r
z O .Z y
of N .8/S
�p Z Z
N� O I O
,� Z F
U°
W
-------- ----
o lot C�
Z
m z a
ga <�
W
in m W
N V)
�O
J
rpl- < .4/LL
Ff
� ° m
< a
� m
a Y
° J `� Z . _ Cu° , U
P w --------- --- F V i Y�r _ gr< p
. LL N OI O W �YM ��.
�d ----------- MM d Xv
Z V yi d
z a lrO
uj
WLI
a W .Zll
NO � W O
N FW
1
XdW AB
_ -----_
O OZ
222 K
0
N� NO ✓/ O / m
C7
y
J
W
�
w § :E l � �2
| _
f 0\
§ \
§ §\ j
20 k2 § 2 00 �� ® : � z2 � /§/ < _
) e � 4 �� & � « �/k /
/
z !o © 0 < n
« ■ F ,� sI /O\ 5 z
_ ! �
� 22 ■
e
0 � »
§
_ §
e |
\ 0 k |,
|
0 Mal
ay=--------- § §
| z
------- -- 2 §
� % r
� % z
§ %
| § -- - .
z
§
� .
|
X r E §
0
In
co
�
| �
o � §[
k JCL
| /% | 4K
g | «
§
f 0 .
2 §
z o
■ §� ` § 0
/ � �
u �
-
~
§�
k��
w
a �
O00 V y88 Z N rn ~
n v
o rj w P y Q
IE _ WJ�
oa`
riiSb MV a1 0 0 H Z Q ��Q' f LLI
CL/rp \M Z O�' 1r 4�9 LS ? Z a Q Z C, o
w Q>-Q uJ a.
NQUC~n :� C,
N
x g yQpS❑(Qx y=[�
6 C S N a.
L� Wq
1
K o �
~� o
IL � I
xm� g� r
¢ T—T e
a � �
K
� a
d
o
C x
ML
m z no
_�
M
o� 0
IS
A
Q yy
F F
• h� o I I
I I r
N N I I
b a 1.- I I 0
d I I FF
I W
Z
b� 0 I m V
x I I
OF I a
I I
m W 1=
t :E
IN Li�M
aF �
W ('� rn N
a _e �'� b88NIO C ZZ Q z
Z IL wU- < ~
CA
10 p C)o d
o t
v
z y <C)
CO amp
11
1g
v3AfWe?.ticu A
ho •� ftv.%
:v n
m Z
z
a o 3 W 7
r- g W S O
� M� m G�.e i � m w�� • ----- I---/i� w
I @
in .71
Lo
I T
I U U 0 I
o'
\ � ZO4 ---- \ Xm a
o _ I
I
z
U
dAl S W
R'
O
CL
rl rl �
=+�-------------4-4-- u.' t7
I I I I I I
Z
CI r_I ;• O
W
z
a
g a im
"BAND-IT BRACKET"
OR APPROVED EQUAL
L
3"
EDGE OF TRAVELED
ROADWAY
90' 30'-�
3'
3'
FOR REFLECTORIZED SIGNS: MOUNT
FACING 3' OUTWARD IF SIGN IS WITHIN
30 FEET OF ROADWAY
SIGN FACE ORIENTATION
MOUNTING ON METAL POLE
2' MIN.
TO EDGE OF S GN
I
4"x4" PRESSURE
TREATED POST -T 5/16"x2-1/2" GALVANIZED
LAG SCREWS WITH
GALVANIZED WASHERS.
12' 7' MIN
TYPICAL TO BOTTOM
OR AS OF SIGN
REQUIRED
30" MIN.
REPLACE TO MATCH EXISTING
ADJACENT MATERIAL
COMPACTED SELECT FILL MATERIAL
MOUNTING ON WOOD POST
SIGN MOUNTING ON SINGLE
imp
WOOD OR METAL POST
Gti�Y o� ADOPTED
+ ; CITY OF RENTON
STANDARD PLANS /
LST DATE: to 3Q{oG_ O If/O y
DATE REVISION BY IAPPR'Dj DWG. NAME: GRO1 SP PAGE: G021
G- to
AS PER PLANS CENTER OF SIGN AT
OR AS CENTER OF MAST ARM
DIRECTED BY
ENGINEER
MAST ARM
SIGN MAST ARM SIGN
A�SIGNAL
POLE
p
I
I SECTION
J-JlI VARIES A-A
3
30" EVENLY 3'
MAXIMUM SPACED A 1
BETWEEN MOUNTING
MOUNTING STRAPS
STRAPS
SIGN TO BE MOUNTED LEVEL AND HOLES DRILLED IN
FIELD AFTER SIGNAL POLE IS LEVELED AND ALL
SIGNAL FIXTURES INSTALLED.
TYPICAL MOUNTING
SCOTCHUTE
SILVER ON GREEN
-- - 5" L.
"
18"
lc
4..
mss'
VARIABLE
STREET NAME - LETTERS: 8" - SERIES "E"
STREET DESIGNATION - LETTERS 4" - SERIES "E"
0.080 GAUGE ALUMINIUM SIGNS
SINGLE MESSAGE
4"
WO
24 4
6 0 © � .
VARIABLE
ALL LETTERS: 6" - SERIES "E"
DUAL MESSAGE
SIGN MOUNTING ON SIGNAL
POLE MAST ARM (FIXED MOUNT) I
tiCY p ADOPTED
tJO� CITY OF RENTON
• _- _ STANDARD PLANS 0 r O({
F N S O LST DATE: 1630,_96 l
DATE REVISION 8Y PPR D DWG. NAME: GR02 SP PAGE: G022
Gq (
U (n
LL-
z OL'� w�
D U w O d J = o
O N U N
� L.� _ �� Qw Z o N
UOY � m � w �-J
p w o
Z � Cn m � W
OOQ Oz w wo o w a o
.-LU,
O � � ZOZ w o�< cn a
� O (n OZO O -� Q�� a
Z Q = LL-
w cn CIO O
a_ Z Z
wCDCD Li
(SNOIS OM-L) „0-,9 ° (n C/�
(NOIS 3NO) 'd]0 'NIW „0-,L "K-„-�Z pro,"44'
Ln n-
ow
o �
J J wi
Li Q
00
'4- D ~ O W
0 J ° C
z
°aa ■ ■ ■ ■ ■ ■ z O
�t Z �
N U dt a_ ` f'- Q
l�VHdSV d0 3003 ?30 0 0 ~
O
9�jm jo 3ovA z
s —
z
J U)
Q
o U
U
z
F\j
X cn D. W
O m
Uhl
U)
(SNOTS OMl) 'N30 'NIW „0-,9
(NOIS ]NO)
i
cv
z
o 0
U Y
w J
O Q
n
o
cn
42" MAX
24" MIN
8..
2-,/2"
D
STD 90° BRACKET OR 360'
ADJUSTABLE BRACKET IF
REQUIRED.
1 PIPE CAP
Ii
2" GALVANIZED
STEEL PIPE $—6. 2' MIN CLEARANCE
FROM FACE OF
CURB.
10' MIN CLEARANCE
IF NO CURB.
CEMENT
1-1/2' CONCRETE
CLASS 'B'
3'
5/8th
1-1/2' MINUS
CRUSHED
ROCK
GROUND MOUNTED STREET NAME SIGNS
��Y p ADOPTED
VOA CITY OF RENTON
♦ e
STANDARD PLANS A
N�O LST DATE: 19fd9,Q6 Ogo4
DATE REVISION BY PPR D DWG. NAME: GR03 SP PAGE: G024
CENTER LINES
• ® . • • • • • • • • ® • • • • • • • •-L4 .
• 3 • • • • • • • • •�• • • • • • •-T
30' 4" YELLOW TYPE 'I'
LINE MARKERS
DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild'
LINE MARKERS (REFL.)
• • • • • •
,
9 15' �S� � 4" YELLOW TYPE 'I'
LINE MARKERS
SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild'
LINE MARKERS (REEL.)
TWO-WAY LEFT TURN LANE
• • ® • • • • • • • • • • • • • • • m 4„
12, 4" YELLOW TYPE 'Ild' LINE MARKERS (REEL.)
4" YELLOW TYPE 'I' LINE MARKERS
® • • • • • • • ® • • •
• • • • • • • • • • • • • • • ® • • •
NUMBER OF 2-WAY LEFT TURN ARROWS
SPEED LIMIT 25 MPH ----- 200' O.C.
mot ir SPEED LIMIT 30-35 MPH -- 250' O.C.
SPEED LIMIT 40-45 MPH -- 300' O.C.
r. CHANNELIZATION MARKERS DETAIL
Gti�Y p� ADOPTED '
CITY OF RENTON
• «
STANDARD PLANS
�N o LST DATE: 4-�96 OY/Dy
DATE I REVISION 8Y PPR D DWG. NAME: HR-01 SP PAGE: H001
APPROACH LINE
3 4" WHITE TYPE 'I'
24' LINE MARKERS '
4' WHITE TYPE Ile
LINE MARKERS (REEL.)
NUMBER AND LOCATIONS OF ARROWS '
APPROACH LINE LENGTH ARROW LOCATIONS *4100 0R '
20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR)
50'-125' 2 ARROWS(20' BACK & END OF APPROACH LINE)
125-300' 3 ARROWS(20' BACK, MIDWAY & END OF LINE) ARROWS
OVER 300' AT 100' INTERVALS
SKIP APPROACH LINE
! t t i t !
E8
9' 15' 3' 4" WHITE TYPE 'I'
LINE MARKERS ,
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
LANE LINE
4"
:9, 15' 3' 4" WHITE TYPE 'I'
LINE MARKERS '
4" WHITE TYPE 'Ile'
LINE MARKERS (REFL.)
CHANNELIZATION MAKERS DETAIL
ADOPTED
CITY OF RENTON
♦ i
STANDARD PLANS
N O LST DATE: 10,41Q/1{i O Y/04
DATE REVISION BY IAPPR'DI DWG. NAME: HR-02 SP PAGE: HO02
C)
bgeN� 8 0 Z
0
o p z M
o oop ` Gad, 0� N Q
u "o a •� W d Z a O Q
b�
Q� cr o 0 oawo 0 0 3 •-E
E., IL Q
Q li]
r 1, a O Z N
Z Q O F F (/) a.
a o f W c yo G ~ Q U U) _j
u – c I io M
r c C O PN E - C
IIpI a ti ...0 d — P
I T V Yi O P W
P I 1 P To a o W I u 3
V d OH 0 v O O ��
3 I } O t Y
d
I
P (�
40�o u a
w P Iv
I
3 1
1 C
c _ g
y U I u
c P
o v
u
0 fIf c
11 v c
L u r u u u
v
o
..
u U y 3
c W
Z = y aui-1 qo+OW
u O O
W
III U 1 c I
F P LL. I I —
LL. u of
Z O II II1 c
a PIPI� o
III I III 1 —
1I� O J I O
} W I W v
V N L 3 I
c W I 1 m
I 0 J I
� 1 0
i E = Z
Z
9 v + II V O
1 W ►-
4 - -
♦-L c 1 d c I Z
I 4 co O Z I C O Q
rccc a N
C U O E E 0 I C a
Z
v ao —
u un W
a 1 a J
2 O U c I 1 I L Q W
0�;v6 c I s W
u J cr
c
ac:O J 0CC U I I c V. O
LN LU _ I O H LL
I 1-•_WtL
d >a C L L
v o°-0 3 a o 1 ° N
u u a'.o I - I c o
C III \ - - O O N t V
P v L P IP I
v
U
W I � O Z3CEViE ;0 U III I L
r
L II
3 r
V OU! yo;OW
I
J_
Q
W o
y
au!] yo{D% = O
N
U I I Nf Z z o Z CO
a ,.
at 4 S ul m Y Z a O
II m
1
II 4 3 v I 6 0 � + �� o x a � w�Q a x
II " � w � Q moo o 0
a z � a
1 1 I a O� e�o4w In Z Z p < Q D
0 4 I I I p L J 2 F QUcn —i V)
4 }
a ..
II � Wo Q
I II I o 0
r
z
II - r ° yi4,
II 4
I
c
D v
Z o
U O
.c III I I c - €°E
= Y €
= [ 8
4 D I o
a O PI� ot4
o
o I
W I
II 4 z
a
II 4
N O L I I C
III I�1 / y dull yo{DW J 4 J
r I' D ,
i I
I1 4
v
i I s
Z
I g euiI yo{op O
I
Cc I F-
/ I W
U I II z
Z
-` 1 I v
— 1
z 1 1 1 O
II w
I 1 c m z
0
4 0
1 1 4
I 1 1 O N
I 4 � +i 1 �
C L U S 1 1
Z P N
4
I
v 1 \ D
v ,
I
L
om4
L t
N 4+ —° 1 4
L o
o +
D 1 1 m
N
O C D
N 11 ' 4 U
D E L P a c C 10
U O C 1 U - _ D Q
L O
♦ O.U O ; Q u C
C o L E Z O
v•- o.c
I
u D a E I t
O L N U 4 I Z
c
C
n u•-
> D c o
w L J C � I
4
O L L 0 4 0
Z 3 On a
9 dU!� yJ{DW
• N
T J
o Q �
v c W o
C)
E L
.� w � v � o p = o
°a v� �a8'f! r Z Z Z
ooDc a N g
E n
Y Odd y j
o O Y r O
O C O O
a O
0 E Im o C Ot 2Ct Fdj
-
0 c
O O
O o
na v E Q+ i;Ck Q� y a F-�p p V
S e O}Z F-
+.> cn QQ,a Z = p ~H a.
c o Ea' QUN J
Onus'
arr
�- �-` W N
0 0 0 '
L•- un
d L o c a
in 0 a-L o +
0
v O Q O
o L C L o N
mw
U O C C r�.
c 0 c u L
i y au!� gD4DK P c u c ; a �yy�
C I o v V D O 3 EE f�
o o+ ga E
c
3.
u
..r o
C
O
Oro a
C I s
s
u o t -
C O I U L = 0
z a
O I I
L
L C
( I ; O
Z c
O _ m
y M
C F- I U C Z
U
ar I a L I a Z
LLJ 10
a u U
_ Z
O I + a w
O E 3 I ~ U 3
01 Z
I 0 L Z O
u +
� � v O I U
o
+ I s o
Q U-
0
_ Cc cc O I O
O O c
-` a
o O
C
U c
L) v
-
C I o W z -
J I v FO
a I O o
v U
I U ° w
J
z I o J
O
C I U
- a I
I
v I c L
� v
c o I I 0 a
u
o U
c�
} v
o y au! -404-0W m rn
} I _ O
i - +
v �I
L
3
i
i
w
ca
0
0
g
A z 000 a
Wo . - n
�-+ .4 CN •
Oo aA
a
z
� r
s
afazu
cv
mossmCammmmum
N
U
0 O
cc
� x
z
to a
N
a
m g
Y Y
�.
_ a
N _ m
U 0o � + W
ac a
_ 0
z
A
a
+1
b
C141 co >1
_--{ 3 0 0
O ...
�] +1 m m m )
r b I N w V
v
r N m >- cn W
C'I0 o o c 'm 0c) CC
m WV u 3 000
+1 d
Z �U 0 1 1 !-
o O < } a> m 3 W
�. W X o } w
(n N } 4
Q
m 1 'clo N N N N N Q
�J o v m m m m W
0 co
=1 Q
w o +1 Z
o
N
Q-�
Z
wWu)
F-z W
z N
Z d O Z
r z d
WO � ZQ_ O
d Div ° W Q' o C>w C,
Q w
❑ m �0 p0.oF6 x d~Z " a0 Q a
N
al QUA g °ri
O a 00 E W 00
� r a
O a _ 00 (L 00 ^
O N
00 N W OD N y Z
I
n Z T W y T W
O 0 0 U 1— 00 Z 3 ya
Q ❑ O T J
a d a W a -- I 1g dFF �S
O - Z 00 - W CO o -
a a co a a 0 C
40 0
CD
N d N V N O d O L !.
O ' O O OO 'n' ° m ; O fill .
J J s
O` O O-J 00f 00
u
N
I
a a a a
c - -
O a �0 0 a �CO a � O a
O s 00 CO s O S
a a a a
> r 3 3
O N ❑ ❑ m ❑
4 a d U co r
d T T T
W
® a
z _
W U U
Z J W •- Z
Z w v a
J W
Z J W 3
-
W J
H ..r O J O O. V
N Z N W N Y c N W C N f- Z
W J V7
U �] W O Q O J O
d N O y J u W v
v N j 3 o v o Q c
W J O
m O y
L
40
a
a a a ^
N Y
❑
00 CO p
a 0. a a
O 00 >' co 3 O 3
N N N 3
N
Of ❑ Q C ci;
C)
y�� o Z 3 =
° ° 0
v ° v +� ��� a Z N N
oN o °oo° v "o zZ [�
T o .Ul + O> -o 'ter y n ' w 7 Q a O g O
D O d W L N
- - o CL
° ° t CG ► f N Z t o L d �--'J o 0 ° 0 �v > o V
O
- O L E L C
w T
+ om + Pp'� r F Q0 E QS x W WaILQ
QO o a' Z O Q Q
Qs 0- v o
° °
moI 0w
c o c M QU~ Cw�
v -•-
O + > N D -
0' •- O E IV'f•-
O W O-- W u 0•- a
L C O O U u O 1D.-
T
0 O YW O a.O
7 �e
- u L U- 0 J L h
_ T O•- 0 d •- 0 C 0
v+ o av rn - 0 0 o�C °°
W- 00 V, O C a W D O C ID y 0� MO
•- E v L•- C L•- O) N F
O D O O D J - 0 0+ L - 0 L
_ _ O
.w a° T -+ 0 - O YN t ,n D � O c C O m; �f< 'II�y,(�
N N O O•- W O - U V a 0 0 C 0 U t 0 l7 1'
3 L 3 > L4N N3 > 0 mU O
C Z V, L VI o� L L 0 , 7 ;>
GI d O (v v Z N 7 4! N N ° a
L 1/,>U N W cc > U C 0! ° d 0
N
2 2 L- y+ L- a W V t °
d :3 0 d� r 7 0
L 0i O C J N C YN L T a ise
4) 0.- 2- O r; - OD !� T
T N O N N N O N
LSO +•- C a+- O or2 ~ 3r
O 3 .U. d C L W O TC L+ ti_ r �!
E L+ a 0 0 a u - 0 0
O LL TNL TC W -NL4 yC�a Oa
+w C W •- f- 3 i
C O Q L C O W N L C O >>
W C a: 00 -L a 000 f
W e �N m CL 0n f C
owa a - co w•- r coa
a m 3 - O > a L ° >m
V L U+ 2 y L
10 C r w CJ 0 W 4, C t In O r
v or z c++ av o C++r
O O C C N E 2 v C c N Z
m+ - 7!•- Cl H u N- W
W O N W U c u a, N
U u a Z L C- it O W L C- a W
G! O T Q O O O L- z 0 0 0 T
2 d Q W tQ4- d U
n J O Q
W J N -jO u ^
a
Z Z 2 f- u C N
J T Z
O O
u a v
L V, J +
ID °
f + O 4)
�lll f •`
J1 v a W u N
U N W
U N 1-
0 o O o LL a W
� Q J
U y
v o
a
a
a
d
C J W '0 Z ; ^
J
p W M 1--• I{e-r{I
V to W
U W W Z
IV 0 0 + Z _ a
w a m w Q O J L ..
3 L 3 0
J 0 H } m 0; O
N r ° � c + F3 C Q V7
CL m N O J 41 c d V O
o d p E
r >O 4 T d ix CL ~
NZ L H Z d rm U! W
N p CW Z r- r Z
CL N •- Q O N N N
dw w
j G N C] I T�O <
N O dN W Q C M }C 2 Y
W N W >
J + J > =H
o U in Z o Z
(
0 - _.D W N a a W
J 0
d W W W
L Q
2 0-
J 7
Z Y W Q
N Z Z Qi I L + d
X
d N� p C ~_ I N �m CJ
0 ID TN C F- J O O �n L N W
F-`- O L M m p + I > N
N W d P .� 0 O� V)
p 0 c o w
d u y J U
u c a L ° o cr
Q- a J Q a
o w o
N p,
V
W
O
�N
Z
0
Z IL
JUOd w❑ 6j xi
_ _ o ❑d tY !-
Z H Q
arz
WU)f•
N_ N
to
❑
C O
l uCC ,
o O L O'O v W ill
c
O p O O
O O cl O O p 0
3 1 O O
o p p 0
O OI oy°1 O O 4 0
a ❑ O j 0 fi ri O
Q o 0
o u
c o I b �� °i 1• �
I ° O n" o
�pp r o� I O o
W aci o I O O 1
TOO s z uu O
T • I
CL 1 p •
00 •° 1
u � 00 ■ N
~ ° 0 ° .z.
❑ ❑ t- •o °6 0
00 000■ N4
W o0 0
Q
O a • -1-. �
r v
c 1°oo C
3 - I ° o W
p a • o0 o
¢ ; _ o o. ° Q
> = W
O 1
s
o 1 0
o • C7
n F o o 1
F •
O °o o o 1
s n 0 o o ■
a � 00 00
¢ • o0
0 0 ° o
•
O •
°°0 I 0 0 0
n oo 00 n
T
I. O O
O H
0 0 o °00 ■ 000 U
p 0 0 0 "C 0
• p 0 O O l O n l
0 0 D I °o o p O Eu n C
O F 0
N b I Oo° ■ 0
L O U
• 3 O 0 C.0 O 4
O 0 0 -c L
O O s 1 0 0 d O.
¢ ° O O N C
00 co I
C, I
T
❑ ❑
v
h
h
00 �
Az
Oo � Q
Q A F"
m
ca
o
�r < yi �Z c
O ♦ 4ti
L
N W
o Zt
D
N W O
Z
CL O
O li 0
~ V) O ¢ oo Z
0 o
- W �Q �
= W v' co
o V o Z Z
p o < cn
_v- 9 0 Q to
.s-. in to W 0
O
Z jj
V
N
O — o Z ,n N O
-cli 95
Qf
Q
< Lf\\ '(7)
w
M
1
UY
c
V
O =S +Y 4 p
N V S CL S t 4 LL L 4„ Z O
O 00 3 4+ 4 c L
_4 A m >>p L n- u z z `') 00
-Y O V— 4 E 0 -v L 4 4 J G �y Q
p- Y C - 4 O vL
t p 'v v L 4 P O E
H 3Y 4 4 0- L on za u
c H U 4 4 E^ H H- L L+- s e < Q�! W Q W F�•T�I
- Hp as - o L oc+ f I a- x =W Ig � F-
on In 4c0. H4 • oa4o P o 0 0 0
.H- L v- o La p 4c) p d W WLL < Q W
U. v v O+ 4 H M 010 L c
O 44 -E H Y L 3+ I �� �1P ���� ii= G� G dUO V ...
L O }} - L C = Q-02 C O C }
OO-+ H H a 0 O4 a O (y,
E H
L�N tY a d H L 3 O l/
N Q p O U .0 c [
L L c TH d L
J p U 0 0 C Tv 4- c
N d
4 0-
U O F H E>C
0 0.2
01 O I >'LO
4+ 00- 0-
d H C O O O 0 ~ p Q
>I H L Pf- PL l a 4t C+ C Ov III
O t 0-C- v- O + c H U R L I } O -04,
a OO 40 L VI P O H^
H Y O+ ado C H t t d. 0-4 7
L U L`H 0 0 P H e 4 H U OL }
O L U V1 N }} H- O C O 4 4 O Y C 4
VI H- H Q-U IA v Z H 7 L + G y�
I
r4-
o �~
= I o Z R
o 4 I I I o i°n
'4A x I I I I `u A v+ fill
W u CC a- W L+-
! 8
c
O L o a C V Q
W t c d S c 3
L I + U. J o �+
L +c 3
~ L L L-• I I W I I 1 4 0 4 0 f- '
4 L U 4 L 4 J Z H L- T
O O a p O I 4 ` 4+ H O n Z
4 �+ a' +'. r + +4- I I I o F- L ;°4 W
+. 3 4 L < I p 4 L O ; O T 7 0 7 31 c
O O c N 4- I U I A+ L I O ~ 3++}+
0.
t
4L c
v} x r o
a v I r I I I 3 0
It 0 1
4
o+ I 3 p c+' c +
L c
H
pc c +� U O C O p
C I 4 7 L L 4 L
4 _ W O L I I I O }Q }- U
L L O L Z O 4 +„ H 'o
0
CL 0 H J c - 4 V u 7 ++
I I I c
t a 4 Z L C 0 O
p
H N I U O a O O i +
I O t a _
U O F I I O t 0 +v O;
CL 0 H I I p U c C O Z
N I < 0 3 0 3 0 F-•
W + u u u u u
in 0 I I I 4D
+- 3ir i
3 I 4 W
0 4 I I I U o
i
O H E
0 4 K O}E p�A 0 0 0 0 0 0
4m I 4 V) M dcC tiI-ID In NC-4-
C- T . O 4-
I 4 6 I 4 0 W Z S
c< ~ I p 0 L 0 I I p C J co 4+-V a d a d a a a a
J.- U•„ p a. o 4 E E E E E E E E
O CO ~ O d wIn 0 I O IA ON
i I d.VI IO V)Vl v C M M N
d 3 0 L= 4 C
O 4 U L-
> H H J 4 ]- I L L
N 4 O w,O Vl O VI O N
i 4 H o N U °
4 4
T y m w O J
~ OL C< C 4 m v L L L L L L L L
�+ a= N N EEEEEEEE
o d omolnomoln
v Q C u 40-O} to w In IA P Y M M N
TL O
+ ID a O Z
H + U 4 L 4
4 4 } '
O
0-M � w H � cc ID V1 Vf r Y M M N
P 4 L
C+ L w
` O } -1 v L L L L L L L L
a °° 4 EEEEEEEE
O 4 Q H 4
t U
N H r o 0- olnolAOlnoln
d VI ld Vl VI P Q M M N
OUDI uun4.
4401 F.DM-OMj Z C)
J = o
a ~ o °�gym Q j 51 0:5 !�! o
° �o � e p a d za o 0
' " I � } w AS � �' � ° -'2: S ZF 0 ow� �i
.. rl
~> ^ o I I I } o
Ld
UtQ n 0 o m J Per % � Q F-0 a pla
23 LLJ LL� Q 0 a _ �
N w ' QN w 3 L c a u Q
T — owC4- , L W
r
d M
— u O W d T
I C r V ~
T—
3
� C
; D U a v
z
3.
o I o I
0
e
f o e
~ I �
l!�J .
J + / F
C-4
it a c
W + I = J
~ L C ►r
+ v ! L Q
C) ..
r u t
►�- 3 d o
u cr
I ° J E ' v
N
d T m
D 0
Ta o T
�¢z
aUD� jp T C
uunl +,Lal ; Q �
o
O Y U C]
3 t u r
u v oz
(�J J }— TO
O^ F..
cv
Sll
L}
d N
t D
P I
C I Q d
O I c
va I m i jjP
o c
v _dJ�lIll��_
3
c t w —° u auDI ® I ® auDI
® I T c y000uddy I eun4.uvdad
D u L
0 0
�
0 c I
m
' o a [ I 0
c
cnu i w �l r �, £ snu w=1 c `o
D t
i 7 C
O O
® I ® o D
' I o
® a `l
o m.
P
uv + D
n+ c o c C&
p
d P +C O
ECEU
Q L— a ® Z
J p d Ln „ D E L N V K
0 J P o v
m cr
'^ zt vac e L + oc v o
0 o
°a oz W o v a o v�= o o c
It
•�9 • C
> U 3„ v
>EL L
> D 0+
N
v O— T C a —n O U
N r-
auD1 v ;�
uun4. +lal
•
1
IL
40 .
co
IL
dD cm
LL
cc
fr
■�►. �L!%
�.
...
■w
H■...�
.wun
p■.1■1
N_•M■
UH
■,. V ■-
o, wN.w�■.
s... Y.�M1
N n.\ • ■
N..H■Y ■ .
•
Yn. ii= voouo - ■iu=on uu./ uH.
H.a.t•■ ii... vo■ur YH■ ■Y• u.u■ • ■Nu
■.N.■■■■.■■YHn■.t.■ .■■.■ ■• •• /.... ■.■■t
YNO.Nwon■. -•. ■■. ■o. uui - .iuu. • �
nH.Y.■w•■wYn. .. ■■.■■n■ .t.N.► H.nn■■■...
::::■::::::::i.::::::::iii::::::::: i.:V ■■_ �-
Tj
..- ■n.O nY..... ■.■■■......■... •
....■Y000n '' oouuY• .�
uuuuuuuuH■:YO.YOO ■r.
�• .•%i:unuuu ■uuuunuuuumnuunuuuuu
nGinu
•■�G�n■■.■■1 ... ..
t■••� u��too■vN ■unov■oonnn n■ n��n■.■on
.u■■■.._ ■ uuu.�uouuuuuuuu:Y■:ouuunon■
nonuY■.. •�•+HU■ uu.uuuunnuuuouHU■u.Y.o
■uHUUUN■.... .uuuuun..■nuuouuuo.uouoou
.HHn.o■uu■u■... ■unuu.•.YUU.uuN■■uuououuun
■nouuuuuuuY• iuuuuH■nuunuuouuuouuou.H■
.nonu.aon.HUU Yoououu nuununuY.Y000UH■
y
n t = _ C14
C m �a °
QQZ N
103 4Q, °aye, Q J h pZ
d F-:�
r °� � � 1..� S� z` � F• p o Z n- ° may
° n = 10 W xj
0 Jl,1rWr 5 a G = Lu LL< 0
L _ 'poi O Q 4
�+ F
° � < U)
d g
W
U q o
w« - LL.� _do
3 �g z N 0
Avnnovoa o°W q tOIJ
Ha z= a 71
z ow 7
Szo
ui
Ir
OWN
Ia
1 n
WOWh
� �
b WE b
OIL
(Y <J
lu
zE
z If
_j
W $W
ui
0 E
z
z ¢�
� �rc
OV
00W
90
=,z
_ 9=
W �WW
8 G
W z
S
g w K rr9 Vii, V O F
40 �ZU
m~ W
U T
E ui
.. -
RIKER
W
g �5E _ W
- � fA
� e
' _ Ilk
a v
n
_ = o
�F badN�° Z t C/) N N
N q
c k7 Z Z N O
r d ° cD
r �m ZD F ' �..� a z` `s p o Za
O E Y m [ `0 ^a o N = C' M W O Lil WI
Z ' c, w �d'2 F-
J �� Q� ovsr��� P Sy a W Q = WLL Q W
a y �, �oQ� W 2i Z " ~a 0 0 o v
W ppt HV Q Q D�Q U i
0 JOE Ua d M QUA ,
Q h
�fe �iw
0 . 4
iv M
W
O
.J
41 r
w N
o W
w� L Z
A A A a� � 1
ca �
i s: �ar.�.a' ` -ate. �,. }. 'a� o U
fir# ° '
a
S U-$xm
Cos N m
O
ci =
DZ b b A
_ w
W o p O
4 N C9
v (318N1 33S 0 X08d"
QS FF 0
..� Al AL zz ril N m
r
a �� UT
0-10 0 10-
�i,c c 8 c m o 7 D 2
=QZ N0
�d $� 8�
s_ mN N h a
0,0
$ 0 000 0 0
31 31 35"
.../.... . ... ..
. . ...... 31"
..... . .....
...... . ---
......... ..
. ....... .......
.. ...............
. . .. .... . ..*...*.
.. .. ............... .
.. ... . .... ....... .. . .
. .........
1'-6" 1'-6"�
... ...........
... ......... ... .. ... .. .
. ... ............. .. . . . ..
.... ............. . ... ... .
.. .. ............ .... ....
...... ......... . .... ... .
. .. .... ........ .... ....
........ ...... .... ... .
.. ...... ..... .........
......... ..... .. ... .
.. ........ ... .. ... ......
........... ... .. .. .... 9,-0"
. .......... .. ... . ........
............ . . .... ... .
. . .... ..... .. . .. . . ........
. ... ..... ... .... ....
. .. ..... . .. .. .......
...... . . . .. .... .. ..
..... .... ....
.... . . ... ...
. . .. ..... ....
6'-4" 6'-5"
45'1
7
5'-6" 5-6
BASED ON TYPICAL 11-FOOT LANE WIDTH
IML
THRU & LEFT TURN ONLY
ARROW DETAIL
ADOPTED
CITY OF RENTON
STANDARD PLANS 0
LST DATE: +071- )Lft 9
DATE REVISION BY PPR D DWG. NAME: HR11 SP PAGE: H010
31 35'
4'-5" I 13"-
31
.. ..... .......
........ ...... .
....... ....... .
............. .. .
........ .......
6" ........
.... .. . ........... . . . .
... .... . .....
........... ....
.... .... .......... ..... .
...... ..... . .
.... . ....... .
. ... ... . ... . ....... .
... .. ......... .
9,-o"
. ... . .. . . ... ... .
..... . .... .
........ . .....
6'-5" 6'-4"
. ........ .
45*
2'-3"
5'-6"* 5'-6
BASED ON TYPICAL 11-FOOT LANE WIDTH
THRU AND RIGHT TURN ONLY
ARROW DETAIL
ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: %4296 04�0y
DWG. NAME: HR12 SP PAGE: H011
DATE I REVISION I BY IAPPWDI
CURB LANE LANE LANE CURB LANE
CENTER CENTER
IN IN
LANE LANE
i
I
i
I t I
10'
t t t
� I I
I
6"MIN.(TYP.) 24 III 8"(TYP )—STRIPE
8'(TYP.)—OPEN
LANE I (TYP.) LANE 8"(TYP.)—STRIPE
i CONCRETE
GUTTER LINE LINE
I I
I I
I
TIRE LTIRE TIRE I TIRE
TRACKS TRACKS TRACKS TRACKS
* TYPICAL 4-LANE ROADWAY CONFIGURATION
* NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES.
KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND
IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON
THE THERMOPLASTIC/PAINT.
Thermoplastic/Painted Crosswalk
Gti'CY p� ADOPTED
CITY OF RENTON
STANDARD PLANS O y/0 y
NTO ISr DATE: 047404,44,&�
I ` I DATE I REVISION I BY APPR DWG. NAME: HR-13 SP PAGE: HO12
c
C)
Cd x
> � c
A. A z 0 a
W O h °?
WW
E�
a
O . 4�
z _
O - --
' N
!W
(
m
Q u
U
0
C) ;�, o Z o 0
Q N - W W
W V
O Y 'CD 4 1� WQ - W� O
Ui< mW I--
X
co
W W } t N
Ln
cn Q Ar �+ ,n
w o
Q MW > W
►.. c v
w In
,,^^ U
Ln v
J
Q
U N o 0
CROSSWALK
a o
0
3 r
N
v7
0
Of 11111, 2
0
GAO
1 CLASS "B" ASPHALT
— 2 CRUSHED SURFACING 5/8" (—)
4'
ASPHALT—
PED. PUSH BUTTON SIGN
SIGNAL
POLE PEDESTRIAN PUSH BUTTON
3'-10"
36" 36" 36"
SIDE VIEW
TRAFFIC CURB ISLAND WITH
CURB RAMP DETAIL
OtiT Y p ADOPTED
CITY OF RENTON
♦ 1 `,
STANDARD PLANS 0�
N T 0 LST DATE: t9y4 O Q v`\
DATE REVISION JBY 16PPR'DI DWG. NAME: HR09 SP PAGE: H01 4
CURB, CEMENT CONCRETE MOUNTABLE -
LANE MARKERS, TYPE No.2
USE 12 FOR ns: 15' DIA. ,
USE 16 FOR 20' DIA.
USE 20 FOR 20' DIA.
THROUGH JOINTS: PLANT MATERIAL
USE 4 FOR 20' DIA.
USE 8 FOR ? 20' DIA.
qS ® OBJECT MARKER,
NOTE SIGN CODE, W-81(P4-12)
,\ r
5" �Q
° 2—#3 BARS
(TYP_ BETWEEN JOINTS)
3—#3 CURB DOWELS
4 �5" (TYP. BETWEEN JPOINTS)
TYP
TREE PLANTING:
USE 3 TREES EQUAL SPACED FOR _>15' DIA.
USE 1 TREE, CENTERED FOR <15' DIA.
TYPICAL TRAFFIC CIRCLE
CURB, CEMENT CONCRETE
MOUNTABLE (DOWELED)
4 TREE PLANTING TYP.
LANE MARKER, TYPE No.2 2' 1' PLANT MATERIAL
5 14" 5"
PLANT MULCH(2-)
1" RADIUS 4" ,STOP SOIL (3")
6° 4" 2 1 3:1 SLOPE
EX. CONC. OR _ FILL, MATERIAL
ASPH./CONC. AGGREGATE TYPE 10
PAVEMENT
#3 BARS 6 REMOVE PAVEMENT
#3 CURB DOWEL
—LINE DRILL
TYPICAL SECTION
LANE MARKER, TYPE No.2
CONCRETE PAVEMENT CURB, CEMENT CONCRETE MOUNTABLE
SEE TYP. SECTION NOT i 0 SCALE
//3 BARS ABOVE FOR DIMENSIONS.
#3 CURB DOWEL
TRAFFIC CIRCLE
TYPICAL SECTION ���Y o� ADOPFERD TDN
STANDARD PLANS
LST DATE: 10,430AG6- D 4(o
DATE REVISION I BY JAPPR'Dj DWG. NAME: HR21 SP PAGE: HO15
a
., C)
� x
0
a � Qz C) a
G L4 0
0 C] ►n
W
z
�r -C 0
0
I
i
< v. _
W
m < V
W ,�."tee• m
> (n o
� Y
U
v Q
z m
vi <!> o
�ID w z CO�� z
a.+ z 1 Z O 0 I OQ
U� U
r m Q O
J = N X S
Q fn J W
< Q U N
�
O N Q
VI 0
_W
n OO
W
W Qf
ti
r
x� Z o
c NQ�e o ZFF 4 yaaN o H Z N
Gd°yd N y 5 y o z
P� �'QE o II p ' �_ z ° W ° Wp ui x
U-d'
L7 S O 400.1
c - -- Z Q
°cR p1 eL7< QUfn
WOD
{ cp 8o h 0=d
°cam W JI'i •
2e w m<
UA
2 0 c°° m 3 E n°o pwpp z a 71
€ a N
1�. P $ 3043 3NYI bY3N 3A09V Z
a XM X-!'NIW.St
4
Z N M WS �
rcw �iE
it
CD U
H
Fz R`
W Nb W
ON
.
° W
F W347f10HS W U
1 v
.40 3003 J a
z
El � m�
` FF FF LL
Oz5
e� ��+�+--4—%.
b� W
LL I
T b 3043 3NVl bY3N 3A09V
XVW.C!-NMI.eft
m ❑1 ❑i
o -
e� 1
< gLL T F o
J LL �.--b 6
IL
F=
W m m L�:��3 Z .
T�b� W
9) W ® _ wo
�r
LL b
W
K �
W pW¢-
F • �� T�� � tv'°w
m �m
a34V14HS
1 d4 3043 y
❑ ❑ W a�
v� m W�
W g uj Z
V + W
0 a
? o �0
T I 6 I 3043 3NYI ISM 3A09V 1L,J
f`— �1 'XyW.C.Y'NIW�t
701-3 Tod
_
o
%C, g o Z
�. � gad Za � o
o o H Z oM° x
v fA Z
o ~ ~�e'° O _G a00 0 v
oz °vF- g
�H
0IH
I
W n
0 a
Z �
W x
W
fill a
N
0
I I
e
a 0
CD m
W
m m m
0 I I a
a
e
r
LLJ
"W I I
U
N(1)
�J
Lu •
wW
LL
• I o Z
3 N
oz
ui f
O
o e mto
Wh CD
VQ a = z z o
g d d wo w
W LL Q W
aoa o
f I I t
Z ~O�Q C/) .w W Qw ) 5 co <C
� b
�e@
i I lit
W V3 ,
ON
0
Flo �
I
m m m
O
•
� 0
•
(
I I
° Z v
€ E
o
IL E"' d
Z o w p uJ W
• N � i3 e O ° � nG O o �� � � ��� F-
0 44 0 duo Q° 5 O N a Gw W LL Q w
+rr ti v j v X90 1p F c•`' d C a°Z O <
oq o� W0 Z O�Q to C-
8� Q (n
co
ar m� ma m° °vi
Y_. m °c~
° we aoo °0 F `�
a W� ar n� Cd 0 O
w C £0 1°
0 L
i
o so 0 3K
e ° of :k:
7 mw - Jg
3gz o O 8 •
° � !
uj _ �.4
d °
s
0
0 r
O f
\ f Z
0
a
m
r t \ O
j
e
U y \ • � �J
4 m O
a o
Ul
cOC z2 F
C wW
s
i
r = x
�
I I • °E
I � a°
r _ w
O O I p
Z . �
a I
O
w i = O c
LLJ
Z 9 25 �S 25 SS I� i 25 25 25 25 25 75 25 25 < O
a F
H
wh RS53S 88 ° RRSS� ° o I �
o LL O °
� N s I =
N N
Z 9
N
Ip� bga�� g O Z t-u
a H w Z Z
add yd =g .d w O
8a z ry w 4. 4 - Za o O
A � o �20 FW-
m
Cad W U-
-00 U
0 e o ��� Q���� Q O~H a
la Q�� g
Z n 08*-
w
WO
LL
-I a c7 eo
Ww
I I Po
�y W
z � > O w Q
ui
n
J O e • eoe"o F
=i
LL w
a�
$ I O
I •
O
•
U)
2
0 O
m V
N W
¢ Z g Z
U
• I uj 0 <LL
o O
1
Z m
cW �'
o G = O
�aay W N N
V Z Z [�
z xv w g c o5 a
x Q h < o d
IL za o O
U) m � O X X H
Q H p p a 0 U
a OQ U< va
F-
� H
O �rayiw
Ie e Q° J • 4
a fill
C
2 5
w r
o a
> I x
v
o =
Cl
0
zz
� O
o a
o >
� O
e
1 I • I �
e e
o a
o F
O O
d d qq
� dq
a
D--
} O
D c L
+-- n
2 Lf
; N D
O W W W c L N
z n n n - o 0
v a
O • 6 �_'-
c o
w o
W--
Na o
r
B «�
N
C)
o
O cn
ga «^� 3p N Q bagN o Q Z y z N 00
IZ
~m o N i 00.. Q W� w Fil
as o ° ° aE= 10om ,= c �..� «v o N m 0 � ��O U U LU
Sao OJ�a�`�r e��5 x W ? UOQ °
E Q FEZ 0 F0$O-SE -E -0 �n �' ppOE d Q Q U N J C/) Arr
Ph m.�myy Q �O L2`
'16 mXXW�W N W
E E s0 �y0?
x,125° mn� 8as �c w x0 �oO� �t�5�si 0� ♦ �t� .�..
v_S SE E S ag w bP <o
E w m.n
Bev
e€8 QQ °8g ae0 sego ��L
m$a
HEN tg' tp8! cyQo .V I e_
w 2 E m
�ig
F- Qa: c I ;c
Z r N ICI 'Q /p W 0
O<
W Om
CD
W
Wz <
�wfn w
HR� 'wyF-� b
N =
W
W
z'w�` w0
cc
OC<O O 6 6 <
v
T �
I m
a
m
yK b J
w ,ej '�jO tp p<prr
b
B �
O O W
vl0
O Ilf_
OT: I b b
iJJ
w O p LL
W
N i
ow id 0
y�Nz <�
FV w To CL
It
9W 82�
-° �w 9
Ir
us,
Wo� rii
Om �� it �< 0y Z
< <G p z0 O
< 3< ;< ti i
w
J
w o o b o
w_
\ �<
oN
C)
§ � \ j} \ _
� « a
F-
0, a
2
2
LL
W
■ 2220/ 0
\
� 4 o¢< \ ±
� fA /O\ 5 z
. � e
§ . I
�||
§ ]
,
2 w j\
^ & §
< 2
k §
k §
u u
� � $ 0
�
4f) .
§ � ) \ © §
§ / \ o § § o
i � § k � 2
U) / k
§
E
# « § 2 §
� P ® ! § §
� a -CIr
E a
( ( ® ( (
k ° w k § ° &
§ U) i ( §
£
� § Ul
f & .
�
�
�
I
C
°o
° a ° mo J Z Z N O�
J r�1
T O C� -E o Zg o �
Q O oO c m Z a
L4 E Y w 0 W
C-5
o• o n W Uj LL<< Q W
01
N U a d d�Z <
~ J
<U� vai
p 1
Q
0
Y
O o Y
c o a F
• v c ;, Y � � yl
W u >
N n ° 0 Y
N I M
'-100 N
� Y
a n
..9 -,Z
Jaiva° ul a ap e�
u pu° sJauJo° papunoi
-o UL:M a101d Iaa4.S ,.Z 1 •,2 -,1
t a W=
u
o �
O
~ u Y 0
I'D L m
C
r Q 3 c
Z 3 •n O O
�> n
4 r D°
Y C Y D
Y n «0 X Y O
t n 0 v v
Y 4 4 Y O
\.a n n VD
Q
O O
U L
V'01 C U
O D w
C O r Z N
X 0.
N Q
-> J
-°c . d Y
-�cL VDU_ o
< oam I I n
C]4 W l J V
U >
U O
vn = I u
4
x!
Y Z
CL
c n
< °
U ~
a
Y L
4 n �
o a o
J
\N 1 1 W m
W W > < LA)
< 7 a W a N
- - --- —� a T - a N W a
Sm w m I o ------
o II II -I i .,0 -j
1 4
m n X o °
u A D L
X O n \N U
D
O
\N �
A
LO
0
� � N
111 Q Z Z N O
J og o 0
Im ocrZa x
°f �
d CL
0~- co} Q�U g a
to
v o� 'Mo
ltrr n v �f< 11 4,
u
u ° on
?° _
N I lO
W oil
> u�
co
W U L
O
N h
r
a
.Z�i i•l N I W .W=..
b >
t-
O
u �
u n 4
a
u
?' u
u +
un
o
x
a
w°
N1W „1 Fth-
B
I. u
, •I L t
O �
j : o
\N Z
N O
•O
c r
c U
0 W
V1
`C �X4 0° 0 C7
4 wN
t
ON VO
4 u
vD
VC
C7
00
TYPE ,A' TYPE 'B'
1" ® 45' CHAMFER ALL AROUND TOP
PAINT TOP 5" WHITE ALL AROUND
REFLECTIVE MARKER (TYPICAL BOTH SIDES)
7-1/2" X 7-1/2" 1" DEEP NOTCH ALL AROUND
PRESSURE TREATED CEDAR POST
1/2" ® 45' CHAMFER ALL EDGES
2 5 GALVANIZED STEEL HASP FOR LOCK
(2)#4 HORIZ. TOP do BOTTOM ((2"x6" STEEL HINGE WELDED TO 9-1/4"x9-1/4" STEEL
& (2)#4 VERTICAL (PER SIDE) DOOR WITH 3/4" RADIUS ON 2 OPEN CORNERS
30' ND PLATE SPACER.
1/4" GALVANIZED STEEL PLATE SPACER
1/4" CHAMFER 1/2" DIA. x 2" ANCHOR BOLT, WELDED TO SPACER
2"x3/8" JOINT MATERIAL
ASPHALT CONCRETE SIDEWALK
CRUSHED SURFACING
18"12..
6�
12"
CRUSHED SURFACING
8-1/4"
NOTE:
2" MINIMUM CLEARANCE BETWEEN REBAR &
CONCRETE SURFACE.
REMOVABLE WOODEN BOLLARD 1
Gti�Y p ADOPTED
+ ` CITY OF RENTON ,
STANDARD PLANS
�N O LST DATE:127496 0 c
DATE REVISION I BY PPR D DWG. NAME: HR16 SP PAGE: H021
TYPE 'A' TYPE 'B'
1" @ 45• CHAMFER ALL AROUND TOP
PAINT TOP 5" WHITE ALL AROUND
PRESSURE TREATED REFLECTIVE MARKER (TYPICAL BOTH SIDES)
7-1/2" X 7-1/2" CEDAR POST
1" DEEP NOTCH ALL AROUND
(2)#4 HORIZ. TOP & BOTTOM
& (2)#4 VERTICAL (PER SIDE)
30"
1/2" @ 45• CHAMFER ALL EDGES
1/4" CHAMFER SLOPE CONCRETE FOR DRAINAGE
2"x3/8" JOINT MATERIAL
ASPHALT ; ': r .`:.:: CON CRETE SID_EWALK
CRUSHED SURFACING
16"
�18"
I
6�
12"
CRUSHED SURFACING
NOTE:
2" MINIMUM CLEARANCE BETWEEN REBAR &
CONCRETE SURFACE.
IYr.o
FIXED WOODEN BOLLARD
�tiCY p� ADOPTED
CITY OF RENTON
+ i +
STANDARD PLANS
L�NCO LST DATE: L2f86 04 Oy
DATE REVISION I BY PPR D DWG. NAME: HR17 SP PAGE: H022
r.
}
Q
3 In
0:J Q O
.r (3)
QQ
Z Z N M
O�
Z a o O
N W v ? t ` N N <' O a. p of
a,c v
W LL
0
U= 0~H
n u o c 41 z < C/) v
- v
D ZZ
0o c _P. - m W� N
°o WV
�` " MO
O L C \
O U
a`3 > o« p
0 0 L O a •--• l7 L-
L U O
N C - U O. O F Q Z
«v° o - o.
.-L L L `N W 6
E O N y «�
d U
N O O « 0 • g
Q z 0-
_ U Ld
o c o j „6£ 01 „2£ 41,7
; _ yy
N D 0 V) i
o E
7L a ado
Nill S
c n: •io° j4uoj aaS g�
o u
N S O a
O
ai
20 C°C a
your R y
ti o
°o Go
N' r
L v y
o� r
e_ o
•_ z
O s •\ � �I
F x
in °, -- U ••7 i
W t
n
U
F
c
� o (7 0
o -c° Z
t C+ a •`\ 0
N c O O
w 0E
O Ont° 0
.........._____ _ _ to
NOUO m_ 0
n[ o Z ••`
u- '•o Q 9
x
►-
o ° N
m O i \
Q a
J �
Q
_ W C
R t_ Q O
ao m v
u -
o° v o o
uo • 0 ^
¢<� �0 o
R
R•(`O a v u«
�o r� o c
r° _
° a
p N ♦ Ic O
'C O U O
O N v
L >W O Z N
c« O
00 4 OL \ S O
rnm c vd
O6 «O
« L
O- N O
0 +
N C 0O
E 'D °�L c •J-• W L d
^ G O W
= Q °_
c
W u
s6u puoi uaaMiaa XyW „p _ ,Z1 4)
�c
ul .o
Q
CO
N
O
e e a
OVER 6'-0" OVER 6'-0" 2"0 EXTRA STRONG
TO 7'-9" MAX. TO 7'-9" MAX. STEEL PIPE POSTS
6'-0" MAX. 6'-0" MAX. 2"0 STD. STEEL PIPE POSTS
2"0 STD. STEEL PIPE WELDED JOINTS I A
1 -9 f- 1-1/2"0 STD. STEEL PIPE
1'-9' C W CONC. CL3000
8' I i
12" 8"(TYP) �A COMPACTED SUBGRADE
COLD JOINT WHEN NOT
CONSTRUCTED INTEGRAL WITH CONCRETE WALK
SEE DETAIL A
#4 REINFORCING U
BAR AT EACH
12" MIN CONCRETE WALK GROUT POST-SEE DETAIL B
WIDTH AS SPECIFIED 1
8" 4" DIA.
16 GA. GALV.
8" 4„ 4" STEEL SLEEVE
TEGUL MINERALEAD
COMPACTED SUBGRADE 8" MIN.--{ OR EPDXY GROUT
SECTION A-A
DETAIL A
NOTES: 3' 0"
1. RAILING SHALL BE HOT DIP GALVANIZED
AFTER FABRICATION.
2. ALL POSTS SHALL BE PLUMB AND RAILS 3"R -
PARALLEL TO GRADE. DETAIL B
3. PIPE MATERIAL SHALL CONFORM TO ASTM A53.
4. REINFORCING STEEL ASTM A615, GRADE 60.
NOT TO SCALE
Is
STEEL PIPE HANDRAIL
FOR SIDEWALK
tiCY p ADOPTED
G CITY OF RENTON
STANDARD PLANS
LST DATE: 17,4"
DATE I REVISION BY PPR Dl
DWG. NAME: HR19 SP((((( PAGE: H024
M
OVER 6'-0" OVER 6'-0" 2"0 EXTRA STRONG
TO 9'-0" MAX. TO 9'-0" MAX. STEEL PIPE POSTS
�r.
6'-0" MAX. 6'-0" MAX. 2"0 STD. STEEL PIPE POSTS
2"0 STD STEEL
1'-6" 1-1/2"0 STD. STEEL PIPE
� WELDED JOINTS
CW —All CONC. CL3000
12"
g" 12" LyA COMPACTED SUBGRADE
COLD JOINT WHEN NOT
CONSTRUCTED INTEGRAL WITH C.W.
SEE DETAIL BELOW A
#4 REINFORCING
C.W. U BAR AT EACH
12-MIN, ]WIDTH AS SPECIFIED GROUT POST—SEE DETAIL B
_E
N {1 8" n 4" DIA.
Z I I 16 GA. GALV.
4„ STEEL SLEEVE
12" TEGUL MINERALEAD
OR EPDXY GROUT
COMPACTED SUBGRADE L4
12"
SECTION A-A DETAIL A
—E3+
DETAIL B
NOTES:
1. RAILING SHALL BE HOT DIP GALVANIZED
AFTER FABRICATION.
2. ALL POSTS SHALL BE PLUMB AND RAILS NOT TO SCALE
PARALLEL TO GRADE.
3. PIPE MATERIAL SHALL CONFORM TO ASTM A53.
STEEL PIPE RAILING
4. REINFORCING STEEL ASTM A615, GRADE 60. FOR BIKE PATH
ADOPTED
�•i ` CITY OF RENTON
STANDARD PLANS /
N T LST DATE: 10 0 6 Q y(p y
DATE REVISION I BY IAPPR'DI DWG. NAME: HR20 SP PAGE: H025
a �
O N
O
a
mK WOE, N
.$ z
a
uj S A o A A
C)_ m�D � H o
Oo � c�(D a o cii
�' Q — of . :
z
z
�> :7 VLL d) c < 7i C7
�CL � U
Lu
W
— p
uj
LLJ
Q X
0
Ui� a �
0
~ � w O v
_°;:j ? � W
li]
0 0 0 0
0 0 0 0 Zt1
0 0 0 0 Q W
L <
Lli 0.1
Q z ltLj
LL Z z —
xQ
a-
�w
AA N ci
T. o
_o
e,?,? �E .9° W CdZ� w Z Z
U �Sc g
°o o y in N O
pw
`
.Q.� p� F n4 NJgO�G � ��'�
�ZE q0 44 0: ti W W Q Q 11.1
aoc � �$lRR9 E$ aC' o�.i G)Qyl`�r ! S a �yWQd0cl 0 u
O� F ~U�Ep 22-10. Utn J
a
E mpp C h 4 QE Eq
g
o EA 7Eg Eg� of � ia"B
EQ� �€E& xioa E_€ �a Q�$ Vre 71
c � . a r�_
N ov 3b
�Q Cti 1,1 E'�`F EQ 7S
mm N at' 1gp IpEx roQoo hs y
'a4�
C gR t' ao.,_ cc g o Vp
IW-- ¢�E <5� C'�c AbE AS
O WF
Z ri ri Y vi ao S r @ E
°z = N� m � l
1p�p bit gW^ a CEC� S
WSW "W� gg1 d
ayyya pup --_ Am�yy a
F-1'q fUW W O '
h
W^ n J 2yy H < N
KO
O
G1N
j
,
C
Z
S
W
Y t'£ 0�
22r o_
VQ
m N =
jui
LU
� FpCo
k �
m
J_
Z o W
D
WaW V 0OX W (9
Di W lm �3 w0 -- ?
h W�m z m U
y 1•- tl W • �
Q
WO m m Z ,. d� iom d
�r rc W W Xa N
>o D V W 0� X
O
�-� m a
Wm O
4U .C'L m
Q
A-E
f
Wp W =N a
Fm 2 g n.
U O N
y! A Z
y r W
� 9 �v g� �
LL
a
�0 W
8
0.
m
O K C-S un
ego s fir.
W W
W W
N
�. N
O
N
g" F�S� �adya N _O}d ZQ z z m
dtid G~�J Og N ONO
poy� � ` oy .� r mg d Z a O O
J J ca G Q wW p LLl ►d-I
—�--- -
----• - -
�+ N
<W o�O���fr t�SS a ~W Q € o C�7
uao7°� _ ��H PPaE� Zr Q O}Q Q a
O 0 F H
Q U In J cn
N <
1fNYf Y O 1 N
m F
S
Z =Y O O Y O O
I
NfY N ru AW 5 W
AL
tiNl�l
m oo= Up v a
mpope aNm mm o _
° e3�e
^ F<F
Q
CD}
J
f
`-' W
....................
(L
O q
o W
qO) q00.r �.0PT �N d[
7 ���� �moc zmC ��e �Ft,
� � uwi2 OW�g 4w5 08
o owsZm EX:= '� V�V HIM
t
NfY 1�w0 •Sp<3�O+m p<W_ nJ WW ■ <
m =
" <�� g"
m myl�p ti
fJ
W we�
Z =Ya KIo Fi u�y ge
a
r a
vj
1� y� 1
IL 0
ca �d
m �W � p'U
mils
° g�
0 YH _J
0 m N
�y0
�ow
/ ..__......_.�j
`. ....._..................._.....� Oa(n o
Q O w
3
0 0
/ ��
N N
Irl o
N
VA= N o
ui
IL z o O
w
..1Jad0 $pwwp F
�JRS.� r )O1`1r 5 s ~W'Q aQ Z Q cu o
� O
¢ w
Z�Q
J
o. a3ob — ^ m •r Q
b o
Ul
LL
I m ` a
a
`J
b
.YltLli/lZ a
MRlO�lYld
.4O
Naum J
o vm► �
ti CL
ru
1
LL
z ,
F
°
W
p
I
00000000 I
00000000 � I
00000000 d I
O O O O
00000000 j I J • S
00000000
00000000
�� 00000000 I
Wy yl 0000_0000 � I � � o o �
DO�O�O�O S 4 I S 0 • N J
o
00000000 1L I
00000000 I m S
_ o Y
p pr rrt o
< 00000000 T G I N � r �
00000000 C I
00000000 Q m
O O O O I
O000�000 b I I
00000000 � I H I W
a °
nc jq
8g o 8 Q8 0 �° ��,81N iy�N p t �n CV
m g a vi a c m°C. 1p =o °m 0 ,�d� �� d 'j Z Z N O
a �BE� +_ z z p F �lyi dl7 g �� a M
m E �1g m °< err z� O
ggS- �E °� s ► a� < q1u d " w0 W MCI
a o e Z 2 5�° < T �.. �� O �' Mrl
x x a�.+ O Q !! � H 0 WLL Q Q Gtl
no< o a >^ g {g r ge 13 o x a z< C a
PO O p O g%�9 011 V)W w I ` Q V cn (n
o 0 fAF
o �T oE'op t�0 d
�$ JR B E� �Eo -r: x J
mw �x'E*z .9 m
J W
NWP 8sE €g$€� - - CFO ? N
v 6
a? c�i aE_� �� ca+-- --� - °
a� °
°a< gO wm
x CD
°' BmQs g D
oon x E <
E
o xo J
°p w E- �R gS 4€L'ab B o ° x<
c� �< �� U E a g°
O
gap oi- vQ S.n�'Z`o� aE f S
cc�c�a ra o �V a' �_QoxgEP o W
z a a<a f
a$ W
z
F LL }q qq U<
C RR� a O C U"r L S gwS =1-W
a m F a U e E<<E <a F m z <
z r vi a �ti o w p i
ww
1a'
O'S
SL'3
�a
z
O
O'.
OWO
CZ
,5 w
..1 W
`10
K O C
oz
x�
Wy� J
a
p S
W0
m T C, q
wl� ;43�
0
W °
!9w' � Fw
v z°
0\ �z t�
°w m
bo d� s° o
n0
sg
�w
w
a
U
VWfiS M7VW :AB NN1R10 �.uearrm.vnnorw�urrwe.rr,lr.oir�rwa
er.ru.a.ve���r.r«.r.r.�r�trwesu
z
\ § w h y _ § M . z k o
° ® z ` °5 %
Iz-= 0 0
©2 \eƒi §
J Oo : _ } \ §� © -ul< < m
_ % , ■ Lrg= 2 g
» ■ « S D- z e ±
�<§\ \ z
s
kvw
o w
a
2| § _
�° §
Kk t B§
jjo
y f§ ! § co9
o& sK
! k2 :
-
- =I --
$ �
( uj-
/}
§§ |o
) _.&
_ _ • |■
« y 2 _ 2 .2 \\ �K K;
( 2 ^ °
.;
X S
§ ■
t& § k
�.0
| % z �( _ \
\ m
§k9 §�|
06 §§§ k
| §
SSE �
� m_
n__ m__ � ^
w
o A z 00 a
U W V)
w a ui
V Oo QA
0
0
� w
o� • MD
z
�reyiw o
W
r
£
' w
as v 3 N U
.:a•. S U W W
O f .•• J Q U 1--- _
Q - \
F-Q C,
CF-Q Z --
2 O V Z WW
1 O�
QUO c'7
O
V 2 ¢ ¢oc�F-
O W Q W Z
U
O li N W Z F-
gW W>lL0 U
NOS O
O
-Q QN3 W F-
U ¢
O J J
Ln
QZZQKd
f
2 2 K N
W W N J
> O U>w Q
CC�ZOUH
\ Z W
Q Z W
\ O> W Q c-)wF-d
co
N W 2 d N O O
1I 'O U J'-UU J Z QO
/ Z Q WY Z 1-C 7
LLJ 2 V) Z
/ N ! < W O
% O OZOI.JKF-
\\\ O C7 Q W O Q W N
co O Z
W W r W
. ¢ 0 0 0
Z H W.- F-
O U U d'U N
� Qko
1—rn 2 S 2 0 W 0
LANE LINE ,
MARKING
7'-g..
STANDARD VEHICLE WHEEL PATH
3'� 4.5, 3,.
MIN. MIN. MIN. '
... ..............................................................................
> > ACP CLASS*
MIN. MIN.
6" CRUSHED SURFACING ,
2" CLASS 'B' TOP COURSE
2" SAWCUT AND REMOVE EDGE OF PAVEMENT,
OR GRIND, SEAL WITH EDGE OF CURB & GUTTER,
AR4000W OR CENTER OF LANE LINE
2.5'
MIN.
CRUSHED ROCK, FLOWABLE FILL
OR AS REQUIRED BY ENGINEER
*MINIMUM ACP CLASS 'E' or 'B' SHALL BE:
PRINCIPAL/MINOR/COLLECTOR ARTERIAL STREETS & INDUSTRIAL
ACCESS STREETS — 6" ACP CLASS 'E' or 'B'.
RESIDENTIAL ACCESS STREETS — 2" ACP CLASS 'E' or 'B'.
NOTE:
UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT
SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR TYPICAL LONGITUDINAL PATCH AND OVERLAY
DETERMINING PAVEMENT THICKNESS.
FOR FLEXIBLE PAVEMENT
Gti�Y p� ADOPTED
CITY OF RENTON
+ i ` STANDARD PLANS
I ST DATE:02/2005
02L2005 MODIFlED NOTES XN DqRD 07L2004 MOOIFlED NOTES O
DATE REVISION PP DW G. NAME: HR-05 SP PAGE: H032
1' 1' 2.5' 1' 1'
MIN MIN MIN MIN MIN
2" CLASS 'B' FACE OF CURB OR
EDGE OF PAVEMENT
CENTER LINE OR
*2" TO 6" CLASS 'E' LANE LINE
OR CLASS 'B'
6.5' MIN.
2" DEPTH OF
1 GRIND OR SAWCUT AND REMOVE
6.5' MIN.
1' 1' 2.5' --{ 1' 1'
MIN IMIN MIN MIN MIN
.... ................... .........................
2" CLASS 'B' ACP CLASS*
6" CRUSHED SURFACING TOP COURSE
r
CRUSHED ROCK, FLOWABLE FILL
OR AS REQUIRED BY ENGINEER
' TYPICAL TRANSVERSE PATCH
* FOR MINIMUM STANDARDS, SEE DWG# HR-05, FOR FLEXIBLE PAVEMENT
SP PAGE H032
GtiTY p� ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE:02/2005 1 \
02/2005 AIOOIFIED NOTES DCV DC
U� 07/2004 M001FIED NOTES OCV CZ
DATE REVISION BY PPR D DWG. NAME: HR-23 SP PAGE: H032A
3
ASPHALT CONCRETE OVERLAY SAW CUT SHALL BE VERTICAL
2" MIN. AND IN STRAIGHT LINES AS
CEMENT DIRECTED BY THE ENGINEER
REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE
ASPHALT VERTICALLY PAVEMENT
3 4° LONG DOWEL EPDXY COATED DOWEL BARS
D IA. X 1 2 L
B AR ® 18" ON CENTER
6" MIN.
ON ALL FOUR SIDES
6'
-
EXISTING RIGID BASE• MIN.
12" MIN. :
12"
COMPACTED TRENCH BACKFILL T COMPACTED CRUSHED SURFACING
AS DIRECTED BY THE ENGINEER TOP COURSE.
CUT AND PANEL REPLACEMENT DETERMINATION:
FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE ,
MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE
FOLLOWING CONDITIONS EXIST:
Less than ten (10) yrs old Ten (10) yrs or older Additional
Requirements
Local Access without
Bus Route No No
Local Access with Bus Yes Yes
Route
Intersection (All Yes Yes Plus one panel beyond
Streets the curb return
40% Removal Yes Yes
Excellent Condition
(based on visual and/or Yes Yes
non—destructive testing)
Principal, Minor, Yes, If twenty—four (24) Yes, If twenty—four (24)
Collector Arterial and square feet or more of square feet or more of
all streets in CBD and any panel needs to be any panel needs to be
all bus route patched patched
'CDF BACKFILL MAY BE USED IN LIEU OF RESTORING EXISTING RIGID BASE AT THE DISCRETION OF '
THE ENGINEER.
TYPICAL PATCH FOR RIGID PAVEMENT ,
PAVEMENT PATCHING
AND RESTORATION DETAIL
�tiCY p� ADOPTED
���,�� CITY OF RENTON
♦ !!Y
STANDARD PLANS
N O IST DATE: 127W
DATE REVISION BY PPR D DWG. NAME: HR-22 SP PAGE: H033
--�
18'-0" A
I- 7'-0' -I 4--7'-0" —i
1'-4" 1'-4"
3'-6" SCORE.....
::SINE: TYP :::::::::: :::::::::::::::::::: •::::: :::::
B7'-0 B
L 3'-6'
A�
TYPE B
tip... .. .. .. ... .
3'-6" :::SCORE. ::•:
UNE:.:3YP ::.:.:...777-777 B
7. 0.. ..... }
L - J
NOTE:
TYPE A CONCRETE SHALL BE 3000 PSI MIN.
28 DAYS, STEEL TROWEL SURFACE WITH
BROOM FINISH.
#4 BARS @ 18"O.C. EACH WAY OR
WWF 6x6-W29xW29
1" CROWN REQUIRED AT SOME SITE
FLUSH WITH ADJACENT
SURFACE ON ALL SIDES
1" CROWN REQUIRED AT SOME SITE
.—�
2"CLEAR (TYP)
SECTION A—A
SECTION B-B
BUS SHELTER FOOTING
tiCY o ADOPTED
G CITY OF RENTON
+ i `
,$ STANDARD PLANS
LI LST DATE: 12,44-Q y o y
DATE I REVISION BY PPR D DWG. NAME: HR18 SP PAGE: HO34
J F-Z Z Z C)
2 W W OO g N M
LOaS ;UOWaAOd ;o xODS V W Z d o Q0M
oqi Z O W
OOf I H
Chi Q
xm � 0 O C7
2 i .... W
O�< H cn
¢�
o�� W Q U vii
m �
a
IIOM6U!M }o pu3 m �+
c e yl
n ID
L O a
7 l
U U
L
CL
c
0 E O
c _
u
C O ff' t m O 4 l O V
L
E m E N
m c,-
�
D W
D t a
w
OQ a, b
V
Z W w = O
0 Q
O
yj C.K Z7
,
m E d
Ol W m O tW/f } 0O U_
m 7•.'.•f•�. a O
O
W E
10 O O O C t0 m
IVOC Z • n 0 o =
IV
V O
o Q tl O
s V m
N O
C 3
E a W m
n C 3 o W
o c v
�r
w
o = 0
0 C n o�
u
O U10,
0
m O
y U L
p
- 4
u w L u
w ° o n m °c
� o
L 0 E
U E O
10 V L
C m O
u
E 0
c •°-
o N
p I w 0
E
w O
^ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ D LLJ
W 0
O
N O ca
>
o c r. m
C — Q
n V ;
0 ` p I r - N
0 o c
Q �
u o
O Q
V J
m N 0 J LL
a
sabp!Jq s86p!Jq 41p!M
IAOJJOU JOj Japino4s Joj Ih—�'
1. fI{e NIN "o 'e
�JapIno4S LUawanod IJapInols�
Y
o c
V Y O O - OD
«« j- n o F-
0 _
'0 0 T u• 0 0 P o P W (n o
° o c= 0 0 o c 0 0 r�0� +,,�j m m Q Z Z N
YF. u° ooao n r 4
0 c c o o ._ . Q p
YE onr 00 o Y n '� F m W d W ap 6i O
«_G __E «O E L T C 1 u J 3 rr'
v�n E Y r o o CS �i : ; > M O�� F-
0�uY° = a o° o° ° n u J/ ° `o``O i ~ WILQ Q tzl
Lc a o c Q ~O0 0 V
gnu° v°o ou o 41 1D n 4 n E C yN 1` �d, ¢ n- O�Q a
r= 7u � 66 n n
80 'o o 0.�, n c 0 c°CD° o n o
° ° °U o o c L Y
E u On o 0 � N Q
QUN
0
L o C
t L L C 4 _E L n Y «
vCit 00o `v' - a ° L O� HMO
Y•E- Y C t C O N O
V E V u z c L O p 4 + n Y + r Y
`•`C 7+C r t 0 Y 3 aa[
r o 1 r° L r 0 o° -°n 4 cY -°v u
n o C Y 0 Y Y O Y Y n C m »
C v n C Y v 3 r a O n O- s s O
0 c 0 O -v 00 ro 0 n v O ♦
L Y O O O L M Y c Y r p Q O O CC
pY T O «~O O n U n P n+ O O C O Y-
n nH
00: Oc 00 r� Y- 00 0 0 oc YVI
L c- «o Y- o a0 aY > > Y.- e
O n
r L O 7 -D Y•-cl O n 0 Y muOO Y o 0 0 a COt + V O E Y 00
t
Y N N N
E C E[ C C a E
« T
+L•O-LV hr «0
O yyO C T n n T O 'Do aYr+LYO 0 t0 fV n
0 O wo- Y n 21
Y0+ n - t O C n� ° OPV YG Yv C +V c C
0 YUSY L 4 O L 0 C 00
0>n n-rc O 1
ao- nn c f + « O L
jc
00. a-+ + + a+ '0 Lr Y F o
W VIYn .r-•0v =c OE OE O ° OL mo )nO0, !
>onvc
Z N H J '] t-Y Y
O Y O
N a«V
n c L Y
O)O
e L Y+
�r>n
N
Y L+Y
ry O Y O a
♦�3 PO
YAI aN °C N
+c +c oIP v Envy
°E OE ♦• N
.1, "C
t t N Y
-O t 0 � 4 Y..C
-" EY •EY LO-O
OL
Cnjr
L Y 4 n "O r O L
30 00 Y N� t U PL
OO o P•-
+O _ CL
Y l O n
n+c-
/ cYVY
/ / N C°v°
I /
/ / O
c c /
t /
+ O / O
O t O t 1 y / 0
/ C /
r b
Y
Y a1 n
CL �\ / / l/1 Y
_o / n o
va o / o p U c a c
/ C Z z 1 t E O
} O O O O m 1 Q I N o
U
N n N N i n N 1 2 v Y O
7 1 ti Z 1 1 C Z 1 N 0 N O N ND
it 4 Q 11 4 Q 1 •--� Y O Q .O
.r z '•'/ 1 U Lu 1 N O
1 w N n
' a w 1 a:u W n
z °
' r 1 N Ln LLJ w
0 o
w
aJ u
a °
"
c°OD -
° P 7
O O O O E O
0.--41 Y O o -^r 0 1 O 0 P 4 YY p L FF
O
a-Cl s
o
.n,O
n n
Az o
�W o h r
• � c
= W -Mir•a
p aas I
> P (n
aph M y i C O O r W
T; C i
u h
O O ; I
d °o d ° a
co
o
U
e
N
0
Mf o
f
o m o c
e �
U
O O � o
O 0 0° o m = N f f ° E W cr
>
_ oP
N > _ 3 1 2 v
N m N_ N_ I•l m in N an F-- P
t
° o
a `a z
a • a ° a o
n
e
_ v �
n � O
ZZ
- `f a o o _ e om o• o e
fA j x O
m
lo
O 3 I x N ' N- 3 ' v O O 3 1 I •2
r °
a a
W e w CL W
a -
a o a o
O,• O
CI
d N j j
U N O N O p O sP
H N P v f
N N J N ° N r j y M P
> �
3 1 N N 3 1 ° - 3 1
> >
` A 1
O N1 N 0 y N N
c
W w a w a •
0- a a
N N
SIZE AS REQUIRED
{
0.188 WALL BRACKET 8" I 2.
ALUM. ALLOY 6063—T6
4-1/2"
O.D. 2" N.P.S.
SLIPFITTER
5'-9" RADIUS
1/2" BNC LOCKBOLT
GR. 18-8 S.S.
FLUSH JOINT 1 —2
4-1/2" O.D.
TAPERED ALUM. POLE 0.188
' WALL ALLOY 6063—T6
SATIN GROUND FINISH
25-0"
30'-0"
' 18'-3" 35'-0"
23'-3" 40'-0"
28'-3"
33'-3"
SHAFT
151 HANDHOLE. 4"x6" OPENING
W/COVER AND S.S. SCREWS 8" O.D.
BASE FLANGE ALLOY 356—T6 WITH o--GROUND LUG
BOLT COVERS & S.S. SCREWS
—►i
1--11-1/4- SQ.
11" TO 12" DIA.
BOLT CIRCLE
4 1/2" OF BOLT ABOVE
4" CONCRETE PAD FINISHED GRADE
(4) 1"x42" BNC GALV. STEEL
ANCHOR BOLTS WITH NUTS
AND WASHERS 4
o
4"
STANDARD 25— 40 FOOT DAVIT POLE
GtiTY p� ADOPTED
CITY OF RENTON
J ♦
- $ STANDARD PLANS
j� LST DATE: 10/30/96, ) J 1/Ug
y� 106/25/031 REVISED LABEL JA PPPR DATE REVISION BY DWG. NAME: JR-01 SP PAGE:J002
16 1/6'0
I—P
N
n
0
c
sb ,
4
d
FRED OPENING
4b 'B.C.: 11 1/2"
MATERIAL: GIST ALUMINUM
NOTE
BOLTS CIRCLE ALLOWED:
' 1 9 1/4'O 12 3/4'
12 1/2b
11 1/2'E
2,4 iANCHOR PLATE
LUMINAIRE Z40—WATT—DtST.—AC—VOLT—SFZ4—PH7A%T—COLTX
DESCRIPTION OF OOMPONFNTS:
FNML:D0ORA7NE GIST 356 AUMIUM. MECUWK'i41.Y ASSLMBIFD. I i
CUPOLA:DECORA1NESPlM ALUIONUM 1100-0. MECHANICALLY MOUNTED ON HOOD.
HOOD: SPUN ALUMINUM 1100-OOOME. MECHANICALLY ASSEMBLED ON THE LUMINAIRE-
GUARD: N A ROUND SHAPE.THIS GUARD IS A GIST 356 ALLMIIM WITH DECORATIVE ARMS WELDED 70 3.PROJECTION
THE FITTEt
CLOSE MADE OF ONE-PECE SEAMLESS *LIECTED-MOLDED CLEM ACRYLIC HokYWC A PRISMATIC EXTERIOR
SURFACE THE GLOBE IS MECIIMpCMLY ASSEMBLED ON THE ACCESS MECHANISM. COMES WITH 4 STEEL ANCHOR BOLTS.
3/4'x17'+3'. 6 NUTS AND 6 WASHERS.
LAMP:WATTAGE TO BE DETERM**D IMPORTANT: DO NOT OBSTRUCT SPACE
BETWEEN ANCHOR PLATE AND CONCRETE
OPTICAL SYSTEM: DISTRIBUTION 70 BE DETE MINED BASE
ACCESS-MEC AN6lt ROTDMNTIC, DIE-CAST A3E0 ALLIIMIUI OUARTER-TURN ME:CINNSM WITH CONSTANT- - ►..
PRESSURE SPRING-LOADED POINTS THE MECHANISM SHALL OFFER IOLLFREE ACCESS TO THE
INSIDE OF THE LUMINAIRE. LAMP AND BALLAST TRAY.AN EMBEDDED MEMORY-RETENTIVE GASKET BASE & BOLTS INFORMATION
SHALL ENSURE WEATHERPR00FNG.A RED KEY ON THE BALLAST TRAY SHALL INDICATE PONT
OF ENNGAGDA NT.
RnE7t CAST 356 ALUAO(UL C/W SET SCREWS 3/6-16 UNC.SUP-FITS ON A 4' OUTSIDE DIAMETER X 4'
LONG TENON.
LLWNAIRE OPTIONS:(PHH7/VOLT). BUTTON-TYPE NWOCELI._VOLTS.VOLTAGE TO BE DETERMINED.
POLE P135A-14—COLTX
DESCRIPTION OF COMPONENTS:
POLE SHAFT: SHALL BE MADE FROM A S' 12 FLUTED ROUND EXTRUDED 6061-T6 AL1MRNlM TUBM HAVING
A 0106 WALL TWKNESS. WE]DED TO BOTH THE BOTTOM AND TOP OF THE ANCHOR PLATE.
MAINTENANCE OPENING:THE POLE SHALL HAVE A 2' X 4 11Y MAINTENANCE OPENING CFMIItm 20' FROM
THE BOTTOM OF THE ANCHOR PLATT:, COMPLETE WITH A WEATHERPROOF ALUMINUM COVER AND
A FACTORY ASSEMBLED COPPER GROUND LUG.
BASE COVER TWO--PIECE SOUARE BASE COVER MADE FROM FORMED ALLANNUM, MECHANICALLY FASTENED
WITH STAINLESS STEEL SCREWS.
MISCELLANEOUS
oESC(EPTION OF COMPONENTS:
HARDWARE: ALL EXPOSED SCREWS WILL BE IN STAINLESS STEEL ALL SEAS AND SEALING DEVICES ARE MADE STREET LIGHT
ANO/OR LINED WITH 0-DM AND/OR SN.ICONE
FINISH: TEXTURED COLOR TO BE ADVISED (STANDARD LLIMEC CoIDR} (COLTx). APPUCAT1oH OF A ADOPTED /Y '
POLYESTER POWDER COAT PANT. (4 MILS/100 MICROItS1.THE CNEgCAL COMhO5R10N PROVIDE A * � ` CITY OF RENTON ( 6//
HIGHLY DURABLE IN AND SALT SPRAY ANT FNf9H IN ACCORDANCE TO THE ASTU-BI17-73
SEAN DARD AND HUMIDITY PROOF IN ACCORDANCE TO THE ASTM-02247-66 STANDARD. STANDARD PLANS a�3
DATE REVISION BY PR G. NAME: JR-378 SP PAGE:JOXXX
1 e�
m
n
a
N
g
3 4
IFREE
4 1/2' 0
B.C= 11 1/2'
MATERIAL: CAST ALUMINUM
NOTE:
BOLTS CIRCLE ALLOWED.
2 1/4'O 12 3/4'
11 1/2'tl
170 ANCHOR PLATE
LUMINAIRE 214—WATT—DUST.—AC—VOLT—SFZ4—PH7/VOLT—COLTX
ZlA DESCRPTION OF COMPONENTS:
HOOD:SPUN ALUMINUM 1100-0 DOME,MECHANICALLY ASSEMBLED ON THE t11MMIlARE
GUARD: IN A ROUND SHAPE, THIS GUARD IS A CAST 356 A UMIN IM VM DEODRAThE ARMS WELDED TO
THE FITTER.
CLOBE: MADE OF ONE-PIECE SEAMLESS M610CIm-4AIDED CLEAR ACRYLIC HAVING A PRISMATIC EXTERIOR
SURFACE THE GLDBE IS MECHANICALLY ASSEMBLED ON THE ACCESS-4ADCHANtS1.
r PRQIECrpN LAMP:WATTAGE TO BE DETERMINED
.. OPTICAL SYSTEM: DISTRIBUTION TO BE OErERMlNfM
COMES WITH 4 STEEL ANCHOR BOLTS, ACCT-dEC ANtSM:ROMMATIC, DIE-CAST A360 A IAMN QUARTER-TURN MECHANISM WITH CONS ANT-
3/4'h17'+r, 6 NUTS AND 6 WASHERS. -� :. PRESSURE SPRING-LOADED POINTS THE MECHANISM SHALL OFFER TOLLfREE ACCESS TO THE
IMPORTANT.DO NOT OBSTRUCT SPACE 066E OF THE 1U16NAIRE. LAMP AND BALLAST TRAY.AN EMBEDDED MEMORY-RETENTIVE CASKET
BEFWEEN ANCHOR PLATE AND CONCRETE
RASE. SHAT ENSURE WFAiHFRpROOFMIG,A RED LEY ON THE BALLAST TRAY SHALL INDICATE POINT
OF ENGAGEMENT.
FITTER CAST 356 ALUMINUM C/W SET SUM 3/6-16 UNC.SLIP-fTTS ON A 4' OUTSIDE DIAMETER X 4'
LANG 7ENONL
BASE k BOLTS INFORMATION LLMNNAIRE OPTIONS: (PK71voLn. eIITTOH-T'n'E PHDrocELL. %4oLm vOLTAGE To BE DETERMINED.
POLE APRSE-14-650—COLTX
DESCRIPTION OF COMPONENTS:
POLE SHAT: 94ALL BE MADE FROM A 5'ROUND EXTRUDED 6061-76 ALUMINUM TUBING. HAVING A 0.170'
WALL THICKNESS.WELDED TO BOTH THE BOTTOM AND TOP OF THE ANCHOR PLATE
MAINTENANCE OPENING:THE POLE SNAIL.NAVE A 2-X 4 1/2'MAINTENANCE OPD"CENTERED 20'FROM
THE BOTTOM OF THE M404OR PL/ATE.COMPLETE WITH A WEATHERPROOF ALUMINUM COVER No
A FACTORY ASSEMBLED COPPER GROUND LUG,
BASE COYER TWO-PIECE ROUND BASE OMA31 MADE FROM CAST 356 ALLRNONUM. MECIANI LLY FASTENED
WITH STAINLESS STEEL SCREWS.
MISCELLANEOUS
DESCRIPTION OF COMPONENTS:EXIIOSED Am/ wRR EPDN ANDS I STAINLESS STEEL ALL SEN AND SEkM DEVICES ARE MADE
FINISH:TEXTURED COLOR TO BE AYISED(STANDARD LUMEC COLO)R� (OOL APPLICATION OF A
POLYESTER POWDER COAT HIGHLY DURABLE AM SALT SPUR Y 100 FINISH IN ACCORDANCE TO THE IPI17-7 A
STANDARD AND HUMIDITY PROOF W ACCORDANCE TO THE ASTW-D2247-66 STANDARD.
STREET LIGHT
ADOPTED
t /� CITY OF RENTON q
M'AM!�Y t E fl 0 1
STANDARD IANR
DATE:04/27/(){
DATE REVISION BY PR DWG. NAME: JR-37A SP PAGE:JOXXX
2" N.P.S. SLIPFITTER
BRACKET CABLE
2"
2" BY 3/4" REDUCING
WASHER
3/4" ROMEX CONNECTOR
WITH LOCKNUT
3/4" '
SINGLE OR DOUBLE '
MAST ARM AS REQUIRED
FOR DOUBLE MAST ARM, INSTALL 2ND CABLE
BETWEEN LUMINAIRES WHEN BOTH LUMINAIRES
ARE ON SAME CIRCUIT
MAST ARM WIRING DETAIL
STRAIN RELIEF DETAIL
�tiC p ADOPTED
CITY OF RENTON
a i
STANDARD PLANS //
N O LST DATE:+e/- r, t7 f/� D y
DATE REVISION BY PPR DWG. NAME: JR-05 SP PAGE:J006 "
TO LUMINAIRE
FUSE KITS QUICK DISCONNECT
10 AMP IN LINE FUSE KITS
S.E.C. OR EQUAL
TYPICAL DESIGN 'B'
JUNCTION BOX
DRAT MINIMUM
GROUND LUG
DRAIN HOLE
SPLICE KITS CLEAR EPDXY
SPLICE KITS ON ALL THRU 2" MIN. GROUT TOP OF CONCRETE
WARE RUNS UNDER POLE BASE FOUNDATION TO BE LEVEL
WITH TOP OF SIDEWALK
4" CONCRETE PAD OR CURB.
�r
5"
9"
#8 BARE COPPER-----'
GROUND WARE
GROUND
CLAMP
PVC
1 #8 GROUND WIRE CONDUIT
SYSTEM
2 - LIGHTING SYSTEM
WIRES TO CONTACTOR CONCRETE
(SIZED AS REQ'D.) FOUNDATION
5/8'x8' COPPER CLAD
- GROUND ROD
3' SO. OR DIA.
IAir
TYPICAL LIGHTING UNDERGROUND SYSTEM
6 tiSY p ADOPTED
CITY OF RENTON
STANDARD PLANS
LST DATE: l2,4"
3 r 06/25/03 ADDED 00 GROUND WIRE JA CH
A DATE REVISION BY PPR D DWG. NAME: JR-06 SP PAGE: J007
i
7'
1
O O \ 0
~ 3
0 0 c=a
/ a
•
STREET LIGHT POLE JUNCTION BOX
PLAN VIEW
�I
4" DEEP
it I III �
III III
III III
d. Z
SIDE VIEW J
a
'd
LIGHTING STANDARD & JUNCTION BOX
PLAN VIEW 1'
INDIVIDUAL JUNCTION BOX
NOTE:
CLASS `B' CONCRETE TO BE USED CONCRETE PAD DETAILS
IN CONSTRUCTION OF PAD Y 0 ADOPTED
G CITY OF RENTON
STANDARD PLANS
LST DATE: 19{-la/9 ,oq/0�
DATE I REVISION BY PPR D DWG. NAME: JR-07 SP PAGE: J008
INSTALL DECAL NUMBERS VERTICALLY.
INSTALL IN DRY WEATHER, 50' F OR
ABOVE.
NUMBERING EXAMPLES
1 P
2 5
3 6
4 7
C 8
LETTER LETTER PREFIXED
SUFFIXED PUGET POWER
CITY OWNED OWNED
6.
Ire
CURB
MOUNTING
HEIGHT �Fc
6. 15 FEET + 9�
F
45
TRAFFIC
FLOW
6 PLAN VIEW
low
' 1-3/4" TO 2"
1
' 2" TO 2-7/8"
2-1/2" TO 3"
DECAL:
REFLECTORIZED GOTHIC GOLD OR WHITE
LEGEND ON BLACK BACKGROUND STREET LIGHT STANDARD
DECAL NUMBERING SYSTEM
ADOPTED
CITY OF RENTON
• i ` STANDARD PLANS 'I
N T O LST DATE: LZZ25 o q(Q U
DATE I REVISION I BY PPR D DWG. NAME: JR-09A SP PAGE:J009
11-
120/210 VAC
10 3W PHOTO
ELECTRIC
O 1- O
METER CELL
BASE • R
1
-H I I
I I� Tm
SWCH
LO O N �-
- -�
2 � �
M
A_j
U
U
2- L 2•- 2• •
1�
6'
21' � 2
8-
21' 16'
2' (TYP)
UL LISTED PER STANDARD =508
SUITABLE FOR USE AS SERNCE DMANCE EQUIPMENT
MEETS EUSERC/PSE SPEC.
COMPONENT SCHEDULE
0 METERBASE: 100 AMP, 4 JAW, AW ,#114TB, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSITION
(CONTRACTOR TO VERIFY WITH SERVING UTILITY)
0 PANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WIRE, COPPER BUS
WESTINGHOUSE BAB BOLT-ON BREAKERS:
1-100/2 MAIN
2-20/2 ILLUMINATION BRANCH
1-50/1 SIGNAL BRANCH
1-15/1 CONTROL CKT BRANCH
1-20/1 GROUND FAULT RECEPTACLE BRANCH
OCONTACTOR: LIGHTING RATED, 30 AMP, 4 POLE, 120 VAC COIL, SO D j891ODPA34VO2UL
OTERMINAL BLOCK TO REMOTE PHOTO ELECTRIC CELL
0 PHOTO-CELL BYPASS SWATCH, SPST, 15 AMP, 277 VAC.
0 GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A
CABINET: NEMA 3R, PADMOUNT, 112 GA PREGALVANIZED STEEL CONSTRUCTION,
2 SCREENED AND GASKETED VENTS
DOORS: HEAVY DUTY CONCEALED HINGES (LIFT-OFF TYPE)
STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR
BEST CX LOCK ON DISTRIBUTION DOOR SERVICE CABINET FOR STREET CONTROL
POISHED WIRE GLASS WINDOW IN METER DOOR & TRAFFIC SIGNAL '
CLOSED CELL NEOPRENE GASKET, CARD HOLDER ADOPTED
FINISH: POLYESTER POWDER COAT, ALUMINUM OUTSIDE, WHITE INSIDE v CM OF RENTON
STANDARD PLANS
LST DATE:04/04
06/25/03 REV15E0 LABEL JA CH
DATE REVISION BY PPR D DWG. NAME: JR-1 1 a SP PAGE:JO10
O
DIAMETER = 7/8"
4-7/8" —�
1/4- LOAD FUSE LINE 1/4-
r..
1/8" OO 0 1/8"
Yr.
CUTTING RINGS
FUSE KIT
EPDXY FILL
I.
L
INLINE SPLICE
EPDXY FILL
WYE SPLICE
SPLICE KIT FUSE HIT & SPLICE HIT DETAILS
T ADOPTED
CITY OF RENTON
♦ ♦ (�I`
"""��•��` STANDARD PLANS+6 \`
tsr DATE: , O O
DATE I REVISION I BY PR DWG. NAME: JR-12 SP PAGE:JO13
R/W LINE
TYP. CONC. PAD
SIDEWALK
CURB
uj
w
(A(A (�ROADWAY
3
2' TO 4'
OVERHANG
CURB 3'-6'-
SIDEWALK H FACE OF
CURB TO
CENTER 'SL' R W
R/W LINE OF POLE
10' MIN. ROADWAY
CLEARANCE FROM DRIVEWAY
ALTERNATE PLAN VIEW SIDEWALK
0 %
PLANTER STRIP w'
STREET LIGHT CONDUIT
TRENCH DEPTH 24"
TYPICAL STREET LIGHT
FOUNDATION LOCATION
H 25' 30' 1 35' 1 40'
SL 18'-3" 23'-3" 28'-3" 33'-3"
T 1 0.188 1 0.188 1 0.219 1 0.219
2' TO 4'
TAPERED ALUM. POLE "T WALL OVERHANG V-2"
ALLOY 6063—T6 SATIN GROUND FINISH
'H'
HANDHOLE 4"x6" OPENING 'SL'
W/COVER do S.S. SCREWS
GROUND LUG INSIDE POLE
POLE
1'-6"
11 A
0 OO
JINSIDE
STREET LIGHT CONDUIT
TRENCH DEPTH 24"
ALTERNATE STREET CROSS SECTION
LIGHT BASE AND JUNCTION BOX LOCATIONS
ADOPTED
CITY OF RENTON
♦ 1
STANDARD PLANS
LST DATE: 96
11/92 TYP. STREET LIGHT FDN. LOCATION BCA
DATE I REVISION BY PPR D DWG. NAME: JR-35 SP PAGE:JO14
TYPICAL LIGHT BASE AND JUNCTION BOX
CONCRETE PAD
7'-0^ VARIABLE MIN.
0 1 -s" 0
1' 1
4" da . a
• o�I� ° — L
ao o °
— — — — —
00 �
FRONT VIEW SIDE VIEW
TYPICAL JUNCTION BOX `B'
CONCRETE PAD — ►{
3'-0"� � 3'—0
4 — DOD OD O
000 °..O ..0 o :O
L - - - - I L_ _ _ �
FRONT VIEW SIDE VIEW
TYPICAL JUNCTION BOX 'C'
CONCRETE PAD
4'-0" ------------------------------------ �3'-0"
4„ . Oo O .
r1W L — — — — — —
—�
FRONT VIEW SIDE VIEW
TYPICAL CONCRETE PAD DETAILS
Gti�Y p ADOPTED
CITY OF RENTON
STANDARD PLANS
NTH LST DATE: TT/-7,L9160( aq
DATE REVISION BY PPR D DWG. NAME: JR-36A SP PAGE:JO1 S
r
A
r C
LEGEND DETAIL
I I
1"N Om I 1
L SIGNALS
M I LIGHTING (Mark L
TS—LT TSj"N.,n
E TELEMETRY
TRAFFIC SIGNAL SYSTEM LEGEND
Form Letters with 1/8" Weld
Bead. Grind off Diamond Pattern
PLAN VIEW before forming letters.
"Nom.
H
1"Nom [Ti
— — — — I ILLUMINATION SYSTEM LEGEND
= = = = — U_ = Lid m TYPE T BOX
TYPE 'II' BOX
c1x1x3/16, 1"Long PLAN SYMBOLS
HOOK DETAIL
(2 Hooks per Lid)
ELEVATION VIEW W
Z X
0_
H- X 00 X JUNCTION BOX DIMENSION TABLE
Z BOX TYPE
/
- B ELL ENDS) < ITEM TYPE 1 TYPE 2
ON CONDUIT "� :2_BELL A ALTERNATE B
Box Outside len th 22" 22" 33"
Box Outside Width 17" 17" 22 1/2-
6" GRAVEL PAD C Box Inside Length 18" 19" 28"
COMPACTED Box Inside Width 13" 14" 17"
Lid Length 18" 18" 26 1/2-
Lid Width 13" 13" 17"
TYPICAL JUNCTION BOX INSTALLATION DETAILS Box Depth 12" 12" 12"
Lid do Frame Depth 5/16" 5/16- 5 16"
J Wall Thickness Alin. 1 1/2' 1 1/2" 1 1/2"
Wire Reinforcement W-3 W-2.5 W-2.5
,Legend See Detail See Detail See Detoil
NOTES: ITEM MATERIALS
1. All dimensions are minimum. Exact configurations vary among different manufacturers. Box 6000 PSI concrete See Notes
* Frame Diamond Plate Steel - A786 i
2. The noted lid thickeners overall minimums. The Diamond Pattern for Type 1 or Type 2 * Lid Support 1 8'Alin.Thick Steel C,L or T.-A36
boxes shall be 28% minimum of overall thickness. * Lid Diamond Plate Steel - A786
3. Lid support members shall be welded to the frame. Anchors Steel Wire or Tee Plate
Reinforcement I ASTM A-82 Steel
4. 4000PSI concrete is allowed if box reinforcement consists of 6 X 6 W3 X W3 welded *GALVANIZED STEEL
wire fabric welded to the frame.
5. When noted in the contract. Type 2 and Type 3 Boxes shall be provided with 12' deep
extension boxes.
6. When noted in the contract. Type 2 Boxes shall be provided with a 10' X 27 1/2" 10
gage divider plate complete with fasteners.
JUNCTION BOX DETAILS
7. Non-concrete Boxes may be submitted for approval. Evaluation will include on H-20
Load Test. Gti�Y p� ADOPTED i
CITY OF RENTON
♦ i
STANDARD PLANS �p
LST DATE:
DATE REVISION BY PPR D DWG. NAME: JR-36 SP PAGE: J016
r
c
Y c U co
O+ c J 00,)
3+ 0 N
D O O O +aa f- Z Z N
r.r N D �L p0 (i0 W z 0:5
lo Z
c o v �QO 4e of zz n- pui�
D 0, w e w u Q ►L o 1 °o o o co p H LL Q W
0,
}x c0, + + L O �� e� 5 Xa~ Cti IlOZ Q
° 3 aw 10_o oou 7�,�ar �S UQ Q O Q C a.
°oC uD a Q ° � Q��� Z Z QUA
J
N N
0 c c x W t a Q
L + 7 Q O p r O
O L -c O c a W LL V)
01 - E+ r 0 3 - W D
7 ° °
N L O OF Mp
E 7 N O. 4 L co
o o+ -j N �r a 71�y,(�
so N O - N O
w+ CL to C
a C o 0 u ' O u
0 1- N U W
C
O _ � d O 6qa
0+ 3 c N U 9
O.O L 7 O L
' L C) O L N
U - T � k
N E E + )
W
w U C O D O D fin
i a +O
U u a 0
L o E f
+ �a
CD 3 X
z -+ N M L LO g[ �
0 O O
OL Q
O U O
,c c +
L D
4 Q 0 X— N
+ O L W L
a y
_ t X Z
C Z
N N M e 0
M O �.
L
0 0 a
V
L LA
N O W
C O
N
� „Z 04. ,[
0,u
c0
-w
U 7
u0.0 i E
L+
0 c L
C O c
O O O O
O U L O L +
D T c D c v
D.0 L L C
D U �� U O 7
O
- U E ! U t w
N E
U u �� N O
+- 7 ]
Q M O O —
c
!�U L D N 4, m Q v N O J N O + L OO L 0 0 0 0
O N z L L 0
E E O UN C C O L O O — T O
a+ n N D O W
J U
F-
N z
D 0
d N
D + I •,1D O
Q
u y O d
If
L U ]
p D y
N LO L
N N
C + O
01- N
_ D
- C
� 0
i p( O
u C
O
U1P!M yau!Q°9 9
s
z N v-
z= s z O lD OJ
o d. In
°m J �
- J Z z ZZ
w o «S z z o N 00
z m i �F\f oa,�yd f W Q Z d ° O
J z Z J W p w
!..�. r z` Q d 0 p H tl Q Q
80 0 NJ W_
O F Z s N 3' d �-
Z Q U fn N a w a n.
~ a
z U W W (yf F-
i z °- p
W N
•U f
4 `M
IL in o O O
m v
W W .............
o ............................................... F
W z
S S W
o -Z 4
l//Jy���_'�� di � F� 10♦ ��V
=N
Y
r o d c q
U N < 0!W $ FgsQsQF
<W m W L...1.........................................-�.........
a: - U i
Y z J V W p
v z z < N p 6
sW J Z N W a
vWi <i =i d>
' s
� g`e
N Ir1 UW YgK
iL
o
as fill
4
db mc N
Y W
3 Z
W <
K � Y
U
z z
N Z Z
N r W O
W
_ C. m W 2
H
N S F W 2 3 W d Q O
O W cr S N N z 0 d Q W S
W N < O W z Z U O O W O
L�_...... W O!-N S LL O S W Z R= f d
..._....__._
Hf 6 ,.� .U =N U W O z N Q W O d O O m 4 m
m > O S r O N N 4 H W 2
~W W U d F
Z d> W m 3 2 0 C Q U_0.-4 J d S X W U S
O J C O 2 _ Q F 0 O 2
O , W W O W m C Z J N Q 0 0 0 0 2 2,Uj,NIA H O
ww
W J W Q O<IA W
�W4J WYJ«WWN« O N NSW�W WJm~Z�
a d d K 2 S S Z U W S s
N Y W 2 OU , , . Q
d C <O . , , , o z N D z d
W W W W 0 Q O W 0-HN4-
U W
W U J 2 NNQQ m �m�0�0�U�Y
..-.................................._............... mm 1 a
v mm
�
0 j �
4 s O
49 0
Z
................. . ...
J S
j a-> a
o Y
W QS O
10 �WW Nw
n YY NQ
............................................... ,n o
d ;T:T CL
O '
...........................................................
v OS - N uN
W
d W>>-ir
Z O
�O zu
m -z
u . N
E y F-E Z O
-�
4 Ga
g a Z z r, z z a v�
0 F-
> 4 4
y Od , d z a O ONCE
i---------------i z ° .� NU oz N �FW ' 0 ir� F
W LL Q Q U
°c L v °o n° i i f a JJ, o�`i`' % g3:
0 h d ZZ Qa.
° ::C 4 L p I I �� Q� W Q O Y O Y L« v O I < Q F Q U C n J
00 n o 4 4 n N L_ __ _________J Q VQd h
c
o, 0
c c° 6« o s
0 Ic
o f o ff TD
>O Y L U a u 0 0 N
H N t N
0'C C O O D,� O E L f 1 I I ~ f
- U O O O Z� v +
O O a «C I I 1 1 yj E
N C F C p •S� ' I 1 1 I C,
C a d -
C.
CY C O C C L d 1 I
O ♦ f^ v L_____1 L_-------J
3 3 Q
] )
E 4 O K'
E. E E E_ E o � ga
Z O Z O Z p Z- ..
4 L Y O 4• 4 0 N
VI T� a >`\ TC 4
C N Y n N
fill SL
�. O • IDUIWOU DUI __ __ _______ __ ty «
Z N n N ..Zf SO!JOA � !
I I
I I
I
I I In N In
o I I 000
X<<
= L_______________J Cr==S
u m -
Z 3c c,
m Z
CL
N W W W
Jb a CL CL
mz
rrr
I I H H h
o I I
N I I
I
N
U
Z LLI
1 1 O
1 I OW
�D I I �a y� D-Li ou
o � 1 (YHri ..B ta!JOA
L_______________J I
yxj O Q
1 I W W
Z 1 I Z
Z
T
N °° a
L_______________J I/1W
H �
0 1 1 OJ E 4
ME
I y Y vv
I a H c
L_______________J C C 4 H N 4 ~
_o 0
u s
C�•H 4 C - p C H V
QO H u O Y
C
O J«.H H4 H L
tc
H O 4 )4 4 4 t u
r w H
Y C
O M E C: v H u
H J Z O C
•-« 0 0 C C D H Z O�O Y pV� V M « H
Y < E L �J ° V H - C O H ° C
J L H V p U ° L C I C L
O 4 H S O O. ♦ H -� T O H « 'C v •- f
J \ Y Y C U L C ) ~4 V 4 \ O •) ) y 0 4) P C O Y H 4 ] T )
C }pn •-H C a )L O - �Vn ` N «CO- CQ C H V O A a
O 4 Lpp a O H V u p«7 C 77 4 4 n C7 O 4 O O D T H%] H O Y 4 C 4 O H C
♦ d T co H_ 4 Y CO 4 V « y O 4 L ] O O n )V Q 4 T y C P C L L ° U
O -- - 4
O i O a -C - C
O E 4 ' CV'• -V♦ C4 L H-
U n C C
O O C J O L ] O D O\U¢U Om<Y O
C O C0 O 4 O
U 2 4 Cl ♦J -
O l Y O
.
O Y
Z W F
>< 000000 00 0000 0000 O O O N 00
r
t
r� aN'o OW Q Z Z Z v
0 g N
JO d Zd o
LL,
O W
O °v .Q° I j _1 O 0 H
x Q WLL Q Q Ct7
U Z Q F-00 O U
G z a->- Z <0.
o - N J 13-
QUA v
m� N
N
Y �te11 �
i,n w o o Ja i�
w N
"�OON 000007000 ©�OOOj©�®�9�Q ®®a®ate®niBa
Q® Q
_ ~
J W
O
U Q o
39 z 0
H
W W O z
.. _ _ _
Q Q z
Q z
w o
^R
-� W - d W �
Om s w
6/H b/H m
H
o N H
W
N x W
x C
x x N Q
O O J
o � a
U
N Q
m
-
4
z Z
z O N
�
� W Q
O W
Q
w z
o tD
W W
O ~
Q
3
J
� Z J
W ; O
= Z
H 0 w ~ J
N ? j J
O Q
W
Z 2
W
N z
4
a
N
WW,
IL cc n
o
a o ° �,C� �3df, o G Z N
ww z z o 'R a O g rn N
h m cocoa F d
ZZ Q � Z
O
N O o' R. � "� o o 'COE q ' 02d
J -e��Owf SS ~ G . F-0 O O C7
w HOC �oQQ x J Z Z a0 Z f a¢ic
> o � Q wZen. P QUA
CL _N)
Li z O ON)
z
CL Cd
r a Q d
V)
F- N + 'Y
Z �y z
o O
Q � a °
Z W W wwwwao:
z O amxxxxs . .x�. o ow €_
w " � Z N V1 N V1 N r•1 N^ L o P 2 U ���
W U � N N N N N V+ SS
J
o
W ww;woo;., " c v ° W
d
<i
Q
W w w s�
O Q ¢ N ww ww w W L n
W O x
a
U
Z '
OZ C z o oo:,
F o
N w
m n i
U O m W ¢
J Z
Q LL p Q
Z w = U O o 4
(, a Ln Q z
N Q w Q a �^ m-m. •r ° x
m o
J N a \ M N N L U: v Z N
cr
<Q ~ m O
LL
w W
o z z
W W W W W <
_ •C i s \ e\, Z Z z z Z 2\ c r
goo 000
z z z z
J z u
W � � Q
} 2 O N a
W
> Z V
Q d a Z¢
w i .o
N S
N x % m x W
a
¢ a Y Q w CL
m ° 0
_ w a w m o ^W
a z r Y = o
i
U Z Z Z 2 ¢ ¢ N¢ I
O U O O O V1 O O W O
f a � Z S m W O U O O O•C r u N 2 4 '00
•- ¢ -'¢ Cl. a o F- Uwe W Z Z N O N•- C, d .Z..�
m W O J 0 0 0 0 0 0¢ W O< J a W
o = W F- O x a a a 2 m Z U d > S 2 N U ¢ J J
m W W
a a m d O d
¢o > w m �yyW amuow4 us s � Js zao¢ -W,J�
N Xulm
J � a
z w
a ¢ zl
Q a J /J
~
W w o
J W
U > D D
CD
QO w dl D N D - rlp a
Z d F
Q O 1p
- --- --------m
Q
Z
7)
' ._ o___ __ ______ ___u�� ___- •_ _tip L�
a
L L'i r
d o
K W U Z
d X Q Q N Q Q
O Z < W Ir
a
z N l ° u
w
aQ \ N
z N
r_
5' i 00
• 0)
[v+ a r Z
07 rl
X,_ a p Q Z N N
`ucw«u N' Y� . 4 < oy yl 3 J Z
G i u b.cc u w 0 C0 G <V _ $ W C) LLI
C«0 "Y�vL -= !YW
_v p°o' + 'ry O Z Q Cn 0 Of Q Q W
o` r o..Y o w `�`,1�1p �`� '. N Q a 0 0
4 0 0 0 '0.oF W N Z O O Q (Qn n
0 00. �o v Z O—H J to
. c
v��=c_T .0 Q QU(n
Y U-- Y.1 0 Y Y �N
- IC "_• N '
T04 L0: O
CO
Ov v C
—0 Ey 00.
• L E «C
PO— CCLY NO ♦ �
.ow D._Y 0 000
pp 9z H
w i"C �CU0N A N� e C >Q
z
~o o a o.0 7011 ..0•.62 W D < 71
z _ C4 .10; No• exn a.to -1-!140-
o 0 }
aao _ c
-- �w }g
o e J
O b o b
Li
ID0711.A 1 ^Z
7666 7'-7'^ 4
� e a
CD
w
4 - �
c M=Y y > Q
S Y J
yy b C e a O
E �co x N (n
6; Z
o o g O z
.°n c
o to
« ..c .. « we o
:S8
oao "s
-C
•F� F �b"'� O
QO4 p d
v° !�!
.«�oXT"
« z
IDO;yJ1A �YQQY �
NQO F �
tn
= W
gb a g. o r
•� N N
o• o : _
c
g a N
=_ g 5 o
F. "oT • r z
x a O• Q
boy sY `6 Z~
3 W
00
. S6 0
U••OUS y0U$I 104.0 Jo+
.1od.10,46 �.O.71 •aS
u«
0
-i 3
�S OJ
O^
T` b _• w
3'
$ w
z O
b- firo CYST d� a
b° ,8R Lod
-z
o �
x." ..O--S1 'NI",.0-.01
o z
Y O
Z �vc's F-
uZ. m n
= O N n-.a m O)
N O N— Ud = p� cL
IL p O V:
WC
::D O ONV O N(J') Z Z `
ALL : SOY: a� Ug ° N
m = Q Z a
o N m z F- W p ui
dYOnd aw ocr ir F-
_ F
t QQO p
oo« N p_� < n.
Z F
X20 o i«Co W QUcn J cA
V/ O m O O N O LLJ
d
/� LL ^ v- o ;
LL ¢ r•V N O W
J
or C C L > O L MQ
ZZ•-•-♦ N V
O Z
m N
if
Q
z
V �
in > J
Q
N I ` N
4 Q
C
;
° - o c o c _
L O + :11 7
N L O O C
D V E V E _O
V O O♦ a
w m c N L N O
M O O P -
E : n: n C
° O ^ O O
o O O —
m o n o N
m O V 0 3 C
_ E
N V
li o x u Z o ID o Y ; a`,
o °C •_ s-o n - w o
; F v N o n o u
Z m m ry M �n Q \ o n n°
lo c
_ x P
waa v o N c \ o
oD
p CO N M r L c
N c
d N o 3 o u
n n c N v
O v Z 7 L o ; w w [O w
2 a u O V f \ N - O O _
X a N Ic : f Y Y
M ID
a°pOj n o N O S X O ~ cO O lo c
O O L N E n — U O u —
Q. C C v O O „ n
o - c >
L L L O V l
a u .,��
„S!'1
v
O
v> o
o
N Y p
v o 7 u
- X °n7
O w L
V n V
m V o O
p y O U
a = ; w c
M Z o
- s - - OO
D L L
m J vi �n > > S V C v 0 N
~ O N n I I c J v
O ° O N 7 \O 3
N 2 o ° o : c
Z m
�..SZ'0 N - u ;
^ wd n „0b'Z „SB'Z .; o o •s E PYD
j� O O O O O o N E
J N 7 E u u r d o C E C
Q y O1 n L �- « L Y C f •E O
N N O N 7
W
d O O O 7 O L 7 O O C C
�/� N V <O Y
apol 6
�jr- j o! ,f Y N M Q �D m
19"
6"
O 17"
TYP
24"
PLAN VIEW
15"
II 18" I �
II II
II
T6"
1
19" 51"
SIDE VIEW
CONCRETE FOUNDATION FOR "F" CABINET
tiS p ADOPTED
CEO CITY OF RENTON 1
• -_ _ ` SPANDARD PLANS a\0
N t 0
EST DATE: 1 tyfW( Q
DATE I REVISION I BY PR DWG. NAME: JR-18 SP PAGE:J026
6' 1 17 3/4' 1 18"
1'
5 3/8' 7'
15 3/4'
z
v
< 11 1/2'
33 1/2' a 31 1/2'
z
U
15 3/4'
2 7/B 12• 2 7,'8'
11'
1'
PLAN VIEW
2— 3/4" x 16" ANCHOR
BOLTS
a �
A D 12"
2„� •v d a 0 6”
1/2" RIGID CONDUIT
DRAIN
SIDE ELEVATION
M-1 CONTROLLER BASE
AND CONDUIT DETAIL
G�CY p� ADOPTED
. i + CITY OF RENTON
AO$ STANDARD PLANS
�N�O LST DATE: 11/5/96
DATE REVISION I BY PPR D DWG. NAME: JR-19 SP PAGE:J027
c
Y c � U
C+ c a0
y._ _ y
N ° ° r .t. �00'N, [j Z Z z
v N 00
co Uo 4i °d'��yd �W� -j za ° O
•- L D < o°_y .Zr Z Q. W 111
'o haj v c v °v o °ov o ^m0 O wIX w I--
0) c rn c + } L O �f i-LL p O C7
° 3 av o ooU 7�,�dr
ov Uv a F D a y v7 Z Z OH a
N•N O L C
X G } a =, =) Q Q U f n
L } a ° oo < O H
Or y C E v'n L W LL (/)
w.- O v \o'o O
} 3 3 — N V
C G) O 3 O LLJ
7 L 1D ° 3^j
O Q
N•- D n
E 7 N T L aj
m H
a } - }
O °0 N (D L Q L
N O •- N O F v + ¢
w} 0 v c
cl.C U C N
} W 77
O E.c V _o Q_ o q6E
a} 3 t N L) - 8ay§€!
a J L 7 O W ^ �e
L Gl O L
O L}N E }
N E , } }N
w c o v o v u N
d E Ln 2 U U d 0
r T
]g�gk a
vQ •X �YI
Z N M 3 x L O €C �
c °°
O L
O U O
L C }
L C N O
O
O1 Q CO x— N
t ° L - W L
} O
D i
°
Q-
Z
N � Q
O L
p O �cc L O Q
O W W N -a.l
t
co
-0
U J
O C
u°E
L}
O W
C p
O D c
} o w O
Do L O
O N L L L }
T C V ow O
D L U D
c L C
C O II O J
O U - m y U N O
E
E L II N O }.f
}— J U
— ° — M O O — 7 C
O O. O. °
V
D 7 N NQ N t N C
N O } ° L L ° O T
L } 0 0 0 -. N p U—
O W Z L D } t0 O
U D E E L
t L
C O L N . • O c O}
Q} N N -
p O 41
J U
r O- Z
N M
U
t �
W N
C ,
c i
Q
(0 Ql Q L (L _
L U 7
i 1 °D w
N O L
D C+ O
0.-
0 N
O
+ „Ol O L
} u}
N O
z * iv
Z I_ �I! •I! ��
s
" W4'a
zz
OJ Z N
> Q ° baa�, oO
" a Q �� �� g Z a 01
a ? z °z Gtr OCZm z a vdd4o 49 06 Og o N
r o "o o _
490E �� � F
J e° 5y m~ D FF--'0 p D V
O ¢
J e°t pR��� W a z a o Q g
a C7 d� E h <O(n
a ? o mGd
r Q Q 0.
r
z H
Q
Z _ U
c� z o m x sss.
W
Ln a V) Q W wWWW w c � 8
LJ
CD
fr
a W w wWWWOO� w : : w
� ` � � N O N VI ut N N N n L y .X f Z R Y t■Y
C) Q Q
Q d Z U -
° r N Q b rEC
Z 1- Q z
Q L 4= O
F- Z -
J m Z
Q W _ p Q o
Z W = U O v Q 4
0 o n
C7 d Vl Q Z � w o _ ` • x w a
N J m
w Ln Z L
a w
Ir � o
yr p W
Q w a0
W W D O\W W W W W v <
� 2 � � zzzzzi� -
d Q 000000
W O ozzzzzzN
J Z u a
W.6
U Q a
a F-
_
r x o v r
W Z v
>
Q N
VI N O O (n Q a Q J X O
d W m a o Z==
i z W O
F W F-
w a o< u~ < o
N - `- z ozoaxzma.W..o a
J 2 2 2 S K 2 i N K x
+�^ •-O U O O O V1 G O W O r
O = a S « J R w z O O
m Z Z
a
z -m d a o F uw�Wo•- iii��vi �-oao muu
000000¢ wo< J< w -
m a N m W ~ O x a a a x m z o a > x x N u ¢w w
a s
Q-
T d a»
www >- OW CO 1k1VW < muowW ui i � J � zao¢ J J
a a a N a
� YtlVN N N V1 W
Z W /
Q a ¢ Z
¢ a �
L a o
W J W
° U > D D
N --------------0-�---- ------p-�i ,
Q "•�- o � v r•v
O W al o. a
Q Y D • if i W
CD -_n
Q T z CD
d D rt p
Z
2
u__ _________ __dye__ ______�____�� O
V) cr
d o w w
a u u u
W X N z Z
T < Q Q Q Q
r U W O Z
a < <
�. � a a
O = W W
J
> -- U U
Q N
a
Z N
O
WW5
IL r ~
F � -; °o
- Moo Z N
a
Gs� �aoi'��, Q Q O g o N
` 5 DN
« N,� b y z a O
` N N
-cOm w o LL IL
W 1L
on Q G a0
_
c
V
Q N m y N N D D 7 e0� Q P��� x ,V z {� 0
C.
> > Nw« 3O U O ON rZ �WW
• ..�I 1 .- f p O n C Ic > 0 d
L n ° °CI O x Qc
U 0 d. on >4 Al_
,>O p - t C n J v 0 t'•'
E O'CO O N p n W '.I
_p G
uznp Q4
cr
ago m
gip._ 4
«
x W. a
«O m7 W 0 I w -
W
" s F 3s
a
Y C O � � x I Z
Ec.._. ._._._._._- - K
f v 4 - 01,
x o
E Z <L
4 wD _ •_ 4 d O 1- \ a •�
ZO u
x .-.a 0 0 C >- 1
m u do a.
N ON n O0
_p C7' j JO -4
.Z-. } m OE
ma« NIW p� 4 0
OZ Y- n Q UD =
L N•0
nd U D ; ,3 l V n XYW „b LL O O
D Y O
D;0
cod Qo _ ay 4
N O O p
LLL NC n u
OOf U fN
—C n 4Y
4 ON
4 Y .
o b >
L 4 �44 4
;] ..2 I N c 4., 40
O N O u 0 Z o
O U 40- OC
L ut
0 4 OI
NE „O-,� „O-,S �- pn
L°.- W'0.>.
CL
Soo
cr i
! I d ono cr }O (, _wW cr
•� �,.��
W«o
u_O C 4 u N
d n N
YNN u Lmel
C O O O Q 0 p 2 L0
P O O C L Y
Nt
VM]pO N Um0 DLL
40EO_O -4><O - CO N O
4D c-
y u o«ao0 ou� 0 � o «
p 0 F
✓ E ]
O 3
p 0 •V r- L N �_ a C O D
4� -
n 4 NU
4 o n v° - - uu «u
0.
L UN
O D D
< J F C w U 4 044 y
C LLO O
C O
f
p { a Z p y-
! >°
Z
cr V Q CO _ w Q Q U«0 P
W_ J Z O 4
O ` «N
S Q 4 _♦ «
C' D ors u0.'� ry J�OL
\TT C N O P C N ppO ]U 0. W 4 N E N
10 C
0«6 4N N E�C C D 4 =
n Pt J D N 1 0«0 u C L L U ..i4'.
y O 'O U N U N«4
Y
c
r004DDc °o°« o
f O TOO 0 0 ]� N Z
u 10
N W-�-•GUI « N C•- ]4 O
•- O ]4 4
^D u O C N
Y
4
N
mr
i
� i 1
KNOCK OUT WEEP HOLE
r BEFORE INSTALLING ;�
MAST ARM
BOTTOM VIEW
t
i
r '
I I
i
EIrLT:�Rf'TL'I�I:,t �:��?—L'�..T•.1. L)f ,.a.,�7Y.
i:.:.1iJ'.MD?
STY 7:' 1G.:�UN
I D/;'- i -/: I:Y` * �on;y�n! DVA'i NAVE: JR_215 SF Pr'G":
EV—B
68 4 7 69
49 88
31 81 82
o- 62
61 EV—C w
bi
5 51 0
o
EV—A 21
0-0.- 22
48
42 41 71 89
I
LEGEND:
29 3 8 28 ( )---� MOVEMENT
EV—D VEHICLE
HEADS
MINOR STREET �S PEDESTRIAN
HEADS
STANDARD INTERSECTION MOVEMENTS EMERGENCY
AND HEAD NUMBERS EV VEHICLE
01 —, 05
s
02 �i s 06 BARRIER
I
3
03 07
s '
04 08
4
STANDARD EIGHT PHASE OPERATION
SIGNAL HEAD LOCATION DETAIL
ADOPTED
�� CITY OF RENTON
♦ �!'lhf�
STANDARD PLANS
N IST DATE:06/03/04
D DWG_ NAME: JR-26 SP PAGE:J033
LOOP NUMBERING SYSTEM LOOP RETURN NUMBERING SYSTEM
RETURN CABLE TO HAVE SAME MARKING
AS THE FIRST LOOP CONNECTED TO IT.
2 3 EXAMPLE:
0 # LOOP NUMBER
(PHASE COUNTING FROM 11 12
NUMBER) STOP BAR BACK
AND FROM INSIDE
LANE TO OUTSIDE RETURN CABLE #11
LANE
864 #2 06
863 LOOP
862 #1 DETECTOR
861
I 852 05 LOOP
#2 851 DETECTOR
846 N.B.
44 43 845 #3 04
43 844 S.B. LOOP
843 #2 CALL DETECTOR
842 S.B.
#1 41 841 1
CALL 822 02 LOOP
42 41 821 DETECTOR
}.
[21 26
04 22 24 #1 26 #2
02
21 23 25
`O 05
4w T
51 52
63 61
#2 #1 06
Orr to
64 62
04
EACH PAIR OF LOOP MARES
AND EACH LOOP RETURN I 45 ( 46
CABLE SHALL BE TAGGED
IN EACH JUNCTION BOX
WITH A DURABLE. MOISTURE
RESISTANT TAG APPROVED
41 7
BY THE ENGINEER
3
49 41
� I
DETECTOR NUMBERING SYSTEM
ZY p ADOPTED
G CITY OF RENTON
+ «
r O STANDARD P UNS
ISf DATE: t9
O H /
O y
DATE REVISION 8Y PR DWG. NAME: JR-27 SP PAGE:J034
PEDESTRIAN SIGNAL HEAD
& MOUNTING
MAST ARM
1/4- FILLET WELD
'71
TOP-MOUNT
PLUMBIZER
IN
ll-,..----PnLE MOUNT
_j 1 TERMINAL BOX
2" PIPE
COUPLING
TUNNEL VISOR
PEDESTRIAN
PUSH BUTTON
BACKPLATE 0.
10-
8' 4'
.5. (TYP.)
L-5- (TYP.)
1E 45'
6' VARIABLE VARIABLE VARIABLE
MAST ARM LENGTH
14010`11711' G JET
k7u,)PTED
NAME.
�P I)l
2" 0 STD PIPE
2 1/8" 2" MAST ARM
ROUND EDGES FOR
7/16" 0 THRU HOLE WIRE PROTECTION
SIDE MOUNTED
SIGNAL COUPLING DETAIL
f
NOTE: SIGNAL TENON INSTALLATION
ALL WELDS SHALL BE EQUAL IN STRENGTH TO THE BASE METAL AND RY o ADOPTED
SHALL CONFORM TO THE CURRENT SPECIFICATIONS OF AMERICAN WELDING O CITY OF RENTON
SOCIETY FOR WELDED HIGHWAY AND RAILWAY BRIDGES. +
STANDARD PLANS
T LSP DATE: $Q 4" O O
DATE I REVISION gY"PR DWG. NAME: JR-32 SP PAGE:J037
j.B. _
� o
N Q Li
U �
J.B. TRAFFIC
FLOW
0
J
N U_
U LL_ 0
N LL_ 0
TRAFFIC
J B 0 FLOW
L o
J
N LL_
F—
N
THREE LAYER VINYL ELEC.
TAPE & PROTECTIVE COALING
1' (SCOTCHKOTE)
Ref: ITE TRAFFIC DETECTOR
1/2' FIELD MANUAL, 1985
LEAD—IN CABLE 2/C
SHLD.
LOOP WARES
METAL TAPE
OR SHIELD
COMPRESSION AND SOLDER
CONNECTION
TWO LAYERS OF SPLICING
COMPOUND TAPE & ONE
LAYER OF FRICTION TAPE
INDUCTION LOOP WIRING
AND LOOP SPLICING DETAILS
tiRY p ADOPTED
GO.s� CITY OF RENTON
4 !7Y ♦ 1
STANDARD PLANS
N t O LST DATE: 1 1 6
DATE REVISION 8Y PPR D DWG. NAME: JR-33 SP PAGE:J038
VAR.
B B
1'
T
VAR. —�
3/8" 3/8"
�•::c.:: •.;.at� !•::c•:+ ::�•::�• LOOP WIRES
1 1/2" + X 2 1/2"
C
T I..;C wII• L:EMI-�L•: Y•..••.. ..�..''...
1 RAFCO TYPE RUBBERIZED
ASPHALT LOOP SEALANT
A-A B-B
X = 1/2" OF DEPTH FOR
EACH TWISTED PAIR
NOTE:
TWIST EACH PAIR 2 TURNS PER FOOT FROM PULL BOX
TO END OF LOOP.
—HREE TURNS OF WIRE IN EACH LOOP, AS SHOWN ON
DETECTOR SCHEDULE, OR AS DIRECTED BY THE
ENGINEER.
INSTALLATION AND TESTING TO CONFORM WITH
STANDARD SPECIFICATION.
INDUCTION LOOP DETAIL
GtiRY p� ADOPTED
O CITY OF RENTON
STANDARD PLANS D�
LST DATE: 1,1�/5/-96
DATE i REVISION BY PPR D DWG. NAME: JR-34 SP PAGE:J039
Nl
� C
1 T T N Ia 5
d m or
G`'� 9yti Z QF
.J.� F-❑-H S O
3 S O S W O w ? U a �°' 4'
?N Y=O2 m w m w H 0 0
�= OaN~ w = w LL c
cn O2 Y�pp w m i m dy�d�` 5
IL En
Q¢� O < i
(nW ¢ LL
LL, a� a� O N -
��
Cl) mN-�'
W O a W
zm � I ° 5 )w LL
�� m=»� 4a U. Oa O
mO W2YOLL W S�g ¢F O
1-
�R pNY
2Ww�N Z J �A 1--
W WE atlj -�fpH2w W IL
F Q� a �wW
aW0 1)—n 2 ZLLO W K-2 � .��- � � � W
~ZUO
MEW
wa � a_W y~ Lw L C2� W K Z
2O �w
U -,a m � O F Q
a a m= O a J
ap0 r-�Oww O qaw C9N m❑ O -1 w a >17 a
arvQUQ =a�riz w N ULgqci auqq' O
cWio..l Y� ¢p OW Q� w Q w O0 a m adi mod,
¢LLa p za0 wm W Oz < w ¢w �W �N
a Z mw z d =0 ica a wa 0�
U) ¢WN W 'r?wain mI W} W d d LLZ tadm ON LLm =O
ILmm0 = z W 0 x¢ a d z- y0 �� 00 Or
¢¢z F m¢ _ �m LL �� O wg a� O z�' Um
O C a a U� co (L is
z IV In V' In fD
r
fD
0 p 0
h
LL 0 w�
a-COL
CD == Z .E NIW.4Z
it O e
mm
°k N Z
oi z
o 2 w
LU
W \ F- U)
Q ——— N
Q \� vi
LU
w
z .��� a
LL � �\ —
w psi
Z
z� O
om °x
`t U
U Q
m
m
ft
O
G 'dN d F
S
y
� ly] a P
o m E N U N ° N f '° '
o 3 ��vm a c o 0 0 0 o F 0
E a c.(C
D V)
0 E° mC) y.3 < 0 e
3
�
m a rn E E•a Z
( N J '1►'LL
a m °l'n� w in rn in v rn rn
E m 0 Q' ? a N N N N
m E w a w o 0 0 6 0 0
ill .y m E.r C y Z N
3 m'C O_
.� a � cEv- <�c o
m
m y m N K J © C)
m c o ��o a Z �0LU OQ> m v c v c m
m m m O O z O d a
-
3 Me mS$$0 Z �NSV co m ao 6 a� m
an d c Z wO 0
n E o A E-—� w mpm2 w 0� -
o m to==m Y U -
°:C m -r i� i- m io io io a
O.A ; L E 3�d �� N 03a N N M In m y
°: Z _Z n
m E u vm yEo�vni �Yw
W - c N N tD N m O N Q N
n o d Q X U r M y v 0 n m W 0 a
n m� E c m co O U r N
m� a in 4) m �Y Z a r m m Q u`S CD m 1.
o ~ W 3 0 -
Z f V P7 'R Q w w 0 g
(,) to Y io w m 60 N N J � J Q tn
m U Q < Q W m m v h m n 2
~ w K w
LU a w
-i w
00 co w
w }
_ a
U a Z ('41 M m
FE O aqtc)W)
wd>rnI-
p Z {. ¢
0) U
~ m l0 b n F N W cD }} O N ((pp C7
V m Q v O1 V Qm Q 0)fn
O 0 O�'rC
U--
_ ©�
O zo O
F
W y W
U)
w
�� a= W
zw ge o � a
v y F o
¢ c�
33 U
c<io 3 zo g r W o cr
fn
ILI In
\ • N h N
ter~r wa
LU IL
cc ell w f: w
a Cd
W �`
O
A o0
rnw.r
w
F G V K O
�Z co
w IL o
'NIW Alz .�...� �6= u�m
Ow
r. •'r
�. r aQ m0
�. .. .1:
______r■1_____ ; W
1 m U
y Ca
F/ O
IL
K
r
0:
0
xvn
(3�N .0 VW il0�)
)fVW A•,Sl
SN3839 IIIB :A8 NMVd0
iV
�
c m E N N1 I"
u & n E �� WC1� m o 8
o
E _O
a
o�
a u 5 $ o
E m 5 ° °U $ ma n v 4� o v, m;'U, h
E o ���� f 6S � =O
c
V U. Z k b
o a ° Y a l
c o Q '" QFOi
m E °
Ti y y m v 2i v� n �v v
c _ u y S o n„ p ERR II E u E n
m m „ E S° E. o m 3 a o m
a-
m
E
pau waadm uE pn w ioE �nw $ -
n E
n
'E m r 9 E m n S
ti Q o E o m 3 a N y € m mrn m „° o c m 3 v= A E m
�,o v--.5 ." u°o n °
E aci 'S' y E£ $ e E E t y £ E
E-'' �II A'S m
rnrnrnca mZ' m N� m� m
E E L ° E U U 0 Q m m a 4 n rn o c o a m a$° o 0
a m $ o o O E tmCt n$ mv = E m S o
uj
Z c 14 vi ar w m .6 m
w�J
z W
cn
J J Q
O J
H
Z O W
rr
m U O
� Q
>¢
7 W aLL "� c0. QyQ
OF? JC OW m Z u W
3 U Y 0 W
O OU ❑ : e N O
m WO ¢ ?O w
J m� U
W LL
F� c -
❑ J 0
< O
J Z
W
J N
W
K
O p
U,d ❑
an
Zo 9 s o Q
�mZ O p zz U'O
zZq� O a x �z
640 z
OpW N 7 vxim F
_y W
,� ; ❑ O
.ar .CZ .bZ >
ii .9l
- W
ry Z j
1 C, 0
¢ <oN 0 5
w�Vl �W s KUb
Cc
>5;< �o°O
C) W W N 2
W I
a x�W v
v��0? a:l0N C
ham. Z m Z
L `�� 9g��iv'_ g Q- Z U e
m WW g m t
°°U d a I
WQ D t
N 3NOZ 3did s ° Z
A d > C �rdf� �' a D O Q of M
CL t — w �C Q`" W N Z G 0 Ir
S
w d `� a E0 b o dQ Q CL
Y ~ " mM a iD a H -�
0 1O
m U \w
C
E y °
N > 0. e
a m a
m —
ar
E"1 _ H °
E�7 r V _9. ° E
D o a; a r ° °' W k E
4 : o W
1'- 01 N m S 0 U k It
m ai obi $ z W p. . •°' Q y �zWw
d uj a ZO Z� ¢
0 i ¢ a c
�0 m d
6w.2
c� m o o ° Zg
e
3 t3 c o 0 a W J
m m m W Q
° °
fn fn O N Vol W r
N
m ' ' N
N N W
c c c W J c°o o t° v c
N
m m m
W tCD tCD t4) ti W
C ^ }
Q ax xJ
O Jr C'U• N J W W UZ
Z ai M ' J OZ W Jd' W KF WOz
W C,)F: O Ja
VO AGO J U U. IL �Q d�N
QZ WZ Z V W
mW YmW O '❑
W U
V Zcn
N . Z JN < V
a >a 0
a 4a o- a
3NOZ 3dld
�+ 3NOZ 3dld
W
f
O Z p O W 3NOZ 3dld O O
IL
0
to m s Ein ED fl m 0 io m i°n E°n io
z
O W
W a a o a d
0 a • J x . ". '. U x p W
�xU., ° ° U �xJ- 1g•- o x�
W
m 1 a
Z ° Z a Z o
° J
Z W O z W °' n Q. z W a
� N ° ° z � � O LU � 0 W
a W it p
W 1"'
O
J W O Z_W W 0 Z N W J OO Z N W
yF' LLOH W LLOf- W Ye LL OH W
VO X00 J X00 J 00 X00 J
Q Z if m Z Z �W Z Z Q Z W Z Z
MW y W O_ y m W 0 m W YmW O
W N U Z W ~ U W W < W W <z U.J W <
0 moo o m0~ o 0 m0' 0
W >a Ja Z N •JN Z
O > O a >a 0
a �a U. ma LL a ma o
0 C7 O
V
� N N MIa
T
z a F F
dNi z C v
m c a � W ~� 0y �W _ � E
dd _ WO N
a •-
d•g wQ z` J_V p o o E
Q - $
c o p m o o o dy �• �� � � S Z Z a w a
m m c d \ O �e`IV
a E o tn�
II►ip r y 0 O= tt
2 .bIC .blt Z w U
m O)> LO al m ��p—
Rl
O m 0Q O V �E $ N W J W z O
m n v m L z — i=LU o y ° O m 10 ° i 0 f W< In 1i - d li r O O
z N K N t0 O rJ.
G
y r.Ll m
y
N
Ala w o e s a
H .Zll t 2 w .arc ❑
I I
O
=
A rl a F `T�
5� Y J .bIE m J W .alL Z
I I
W
IL � .b/t L ° �Q <J � m
I ; O
I 'alf O 3 LU 1
m g z m 0 w
ft Q
> W w a F
1 U .9/L Z U) � U
W
J
K<Z _� L
Z OWW
U JZW J
po>J S
00 o
a ir ❑
q� ¢ p= w
C
C, 00
LL W
U Q
=O 4d J
JWZ� u1 OW
O S t<~iJ 2 N Z =
d
O
e
O
i c za w
b z z J z 6 Q N
o i (L o 3 w
- - a a IS - - als U i IL ui
w i•� O V O
p U a'
•� ,L z ... •� AIL Z W
K O
U On
C)
m � Z J_
<r
`a Q WO
p > W
W p h <
N W w
❑ .an z
W
z
Z 5 a o a C3
�I
- - I - � � m Hm � - - i - - ers f.- o ° a
hli > N w Q
(� U
lz N y
C .l z .- I AIL Z �
�Q -- O
ol W
a
N13.LSNnde VN313 :A9 NMVdG
x m
a
O N 0
o
NZZ y�� o W /-�j�• N = O��
p °' F U E w F t r� �'yN� ,�°„ H z w
V v d J
o c
h m f
LoP �m m �. t 6 I d
m
r- IL
O �
bra no a
° � n� $v --- -�- - - -- - - - -'- a 'gyp dfj�'• <; 0 m
t $ O Pmo.
w , o Z w
o v rnr `v z w ►
-
r-
0 -
na cmE mo, uj
d—
WW w
8 N C N 2 LL i/ .0
�... rC `yL K F<<
c �r amp E3 o -j0
oW LL >
m my vp� °w J o
m Yam
a c rn o a c
> � � c a 3003 3NY7 aa a) 8 VEIN 3AO BV
a XW C"b=NW B,C
U) Ot 0- E
`/♦c
w m
c
c
W W
W2
_ cr N
1 'I
l
C cn
z FEZ �Z
«` 4 5 u w
x How cO
m �w
a30lnOHS (�
uj
O 30 3003 G, J LL
y W W w Z m m
Ws o T --{- 4-P+ -4— G LL
eN U W 1
N w 1 i
LL F77
T o I 3003 3NY7 aV3N 3AO9V
i �1 'XYIN -.Y=NIw.B-.0
yw
s mN
F7 F7 I
o= _
cn
F_F E W
LL¢ 5 N ' Ir
+ J
a
EL
Z �w lO t
W mN f FO
W UZ
LLI w
Z, L 3 e
o
w OQ
J LLr
T
w
LLJ
U" F
x U
LL w Zu O Z _¢ z ¢a
W yay • L) y�y11 EE Z �W
O F- LL� T I T w 9§ OU l Zc
C7 f m� N m W Q�
1
a30lnOHS sl <
Y W w Fw w AO 3003 fn
u m ❑ S W oD
m n w IL
C W
w T 4 w G
o e 0 0❑
Z LL 1 Ww w r W 7
a � 0 �. mZ
LL \ W Cr
T 3003 3NYi aY3N 3AOaV
'XVW.C-J'NIw.B-.0
v
I ..
vo xg � = o
Z z �y v���y E w < J -
ON
¢ z Z C,W =4
W w W p w~ -
O
p >
p Z m
<N d
/
y
CD C7
/ \ Z Z
1 = ty G
W W
1 N I
N
N
O
.0
t
d
L
U
C
W N N N O
H d U
Q VI
X U
o
cr W d d O
d 3 N . . . °
CL o c ° •
0
io
Zzz z
��♦
I�r,ji�J �` �\il\il U 1 IW/1
.�^( //��--�� °.
11 11 II II T ¢ m
♦;:�1i1/ / /i Z n NIW „9'.z to
2 INS
C
w
Q rc n
a
o
a a
c e W
� O
W >
J
o „ zt N
-T z
0
F-
U
W
In
++ MANHOLE FRAME AND COVER,
6" SEE DRAWING BR29
24" (SP PAGE B074)
•• 12" MAX ADJUSTMENT (4" MIN )
CONE
D
RUBBER GASKETED JOINTS IN
ACCORDANCE WITH ASTM C-443
�." C'
STEPS - 3/4" DEFORMED BAR
STEPS SHALL BE INCLUDED
CONCRETE RISER BY PIPE INC.,
7' MIN. OR APPROVED EQUAL.
�•• t-
12" (TYP) MAX. PIPE SIZE - 'E'
�- LADDER-STD. ALUMINUM
'• OR GALVANIZED STEEL
MORTAR FILLET CONCRETE SHELF
w
e
1% PRECAST BASE SECTION
- OR CAST IN SHELF.
l7 D D
6 MIN. (TYP)
SANITARY MANHOLE TYPICAL DETAIL
NOT TO SCALE
A' 13, ,C, 'D' ,E,
48" MH 48" 6" MIN. 5"MIN 24" MIN. 21" I.D.
54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D.
60" MH 60" 8" MIN. 6" MIN_ 42" MIN. 30" I.D.
NOTES
1. STEPS TO BE 3/4" 0 DEFORMED BAR GALVANIZED SAFETY STEPS DR EQUAL.
2, STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED.
3. CASTING TO BE PER DRAWING BR29.
4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE.
5. ALL JOINTS SHALL BE GROUTED.
6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING,
COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—AROSHIELD OR
APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE.
7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443.
B. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE.
9. .CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR SANITARY MANHOLE
APPROVED EQUAL.
TYPICAL DETAIL
10. MANHOLES EQUAL TO AND GREATER THAN 20 FEET DEEP SHALL HAVE A "SURETRACK" CLIMBING
AND FALL PROTECTION SYSTEM INSTALLED.
tiCY p ADOPTED
CITY OF RENTON
( R- STANDARD PLANS
N T LST DATE: 04/03
4 10 0 Revised notes. DMC
0 17 96 Added notes. AG
DATE REVISION I BY JAPPR'DI DWG. NAME: BR28 SP PAGE: 1307
rn SPECIFY
0�°0 LETTERING O
25'
3
I I6
2"
6•
r 234'----�
33q'
MANHOLE t
FRAME AND COVER
1. ALL COVERS SHALL BE LOCKING LID PER INLAND FOUNDRY CO. INC. Y O ADOPTED
No. 817 (LOCKING) OR EQUAL. CITY OF RENTON
2. USE FRAME AND COVER FOR STORM (SPECIFY "DRAIN" ON COVER). + �► .F «
SANITARY (SPECIFY "SEWER"). OR WATER (SPECIFY "WATER"). i STANDARD PLANS
N'C LST DATE: 4/2003
04/10/03 Revised notes and Detail. JJDH I DMC
'
110/17/961 Added notes. I ocv I AG I DWG. NAME: BR29 SP PAGE: BO
DATE REVISION BY APPR'
aw SEAL WITH AR 4000 AND
DRY SAND AFTER PATCHING
00
PATCHED AREA
,. A A
COVER
PLAN
NTS
OUTSIDE DIA. "-0" 2" A.C. CLASS "G"
4" CONCRETE
SECTION A- A
NOTES:
REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS TWO FEET.
ADJUST CASTING FRAME TO PAVEMENT SURFACE USING CONCRETE
BLOCKS.
REPLACE ALL BUT TOP 2" OF EXCAVATED MATERIAL WITH
CLASS 3000 CONCRETE (3/4). FINISH PAVEMENT SURFACE TYPICAL UTILITY COVER
WITH 2" OF A.C. CLASS •'G".
-r"E CITY OF RENTON SUPPLEMENTAL ADJUSTMENT FOR
'ECIFICATIONS SECTION 7-05.3(t). PAVEMENT OR OVERLAY
0 ADOPTED
p f' CITY OF RENTON
STANDARD PLANS
N T
4/t0/03 Revised Holes and Detoil. JpH DMC LST DATE: 04/2003
MI► t0/t7/96 Added notes. jDCVj AG
DATE REVISION I BY JAPPR'DI DWG. NAME: BR36 SP PAGE: 8001
z O
� _ o+ C N tnJ O v m
Z 00 14
+ O E x V 0 O Q Q cu A
O
NV o t3oo LJLJ
O �r ow'E¢ E Z W o f+l Q
o ° 0
t O l N Q Q } V p ^
41 f W V n ^ L1) []
+ a, L a v J
O•- Cn 07D + QUtn -1
co— - D o JW
L L - u - D Q W J
e r Z O O L
- 100 - 7 L O XVH ,b ..� J V o
O W r O C N L (n
p= L O Cl
�._ .n o E a W Z 4 tip
C > Q O - �_^ � N
< r 7
0 0 -4 w L L Q z
CL m O -
y
+ d v N - O 3
N- 0 >` CD
D v c L C C L Q
N O
Z E rE N O O N { o
Q + U-
0 O.V) L olC C 0 W
L w v> L a) 0 OI Z I
C U .4-- W O C;`
O V 7 - in r
L
v v n a v
E 0 - o L 0
C� v a L 0 O + N D
L L L N y+ + C D C _
L L C � O d N C L L p '
00 O a In t• - L U O V
• {1
+ - O- + ' E
o 1
- L V-•-- - - O L W + p I i
o
ID N 3 L- + m L L V 0
010 - C V O C O ar + °CC I
,j CL 0 X to+ a a, NIH W C mo Ic�
— N 16 1 =V) tj
L ±'
N Z w r .
> O
CL =I�1
N O= rJ �.
Q - •--r o
Y 'J{
N W o�
O
NIw NIH
z
_ I.► u
O �
o � J I..blo
N Z N O O
Q Z U
N <
N L
M —
c >
a• w0
V U V
O W
Z V L N
r O a U L
E :E *- > O >
o �n o : >
O V A E U
N o O+ Z + o
L D L - O t Z
0 0 0
co + ..z1 LDS Nom
3 O : L D
iC m m- O J
L CO N- In
N � 3 CO y 3 O(7)0- — ��-
�`—�� a C -
Tx x' � Q O o:z
N
Li
N O IL LO
V V L r
• oa oa a,
N l Y N O S
O V co
d _
V
V Q
W q
Q Z
N Q U Q U Z m
W m O ^
a
-J(21 S ° �7 W W
CL �W Q J J Q
O W J Q
W V In Q
Ln
a Z W
(LZ QtnQ p zo er
i O l7 C1 W F J S � W Lr Z c ry
O Q Z E-
QZthLr t- Q�--,_ W W `- a � vo
z W �N Vi u A o Z (D
W fn F-°CL }=X 0 W N 4 v vi
> Z3a� -3o UoJ m
Q Q w
L J LY(X S W Z F- W C_1 O 3 C ,l W
NW W3 F- SQ(n U Z W T 'Y
i of o F- Dr ~ S W of," Z
W OS"Of F- }LY3 z0 N
I W I I N 3 3 Cl q W W W V W
f t 71 V
to Z v W q3 N � Q
OZ%Dq W>
W m
WZ �Fp=W q qo
i
D C/
Qf Of
� II� XO -zx a-N Q~
►-, NU o- w aq3 z
o it
w QixZ JQ Qf a
vw Z (
LJ O LL o w
0 wW z ? O
"- } a r
Q Of
W U -i CL
W
w I S WW Vir F-
a aqz q3 a
01 O
Q WW LY
U L,f Z W
a of O >
w Z w
I J0= F-a °yam �I F- °3
>a ~3�j > �_j
��3 o
W
Q ?`r "'
Li
- \ 6a0 O W Z>
3
= 3NI3 1 l?33dOdd 4v u
i o N _
Q
� = nW w=
\ N >3
I 0:f z Q
w Vj J =p
Q Q
W X W E V J>2 r-
I <n Q a LL a Q o
� a
w Ll �[LZ w v=iW
I F- z w o 3 F- w
I W JILL' W W
Q
Q -J q q 0. N
J Q w V 3 W
Qf 3 I ° co o'_ N�.
W w _j
z of
N L q JQU w=
zi Z Q V AA O w
v cn Q ti
Z o O[r w
[Y
q l � w .o t�o Z 3
QO
co F- fn u Cl J
L
w
3 W W N Z
W A O N O~
W cn Z Z � Z Z
F- °a ° Q Q w 3 =
Z O Z N
\ .0 3 U ? �- W w
W O Q ;
i
00
C) w.
CD
w
� w
c�
O O m m y to O n m O m 0 0 N O m m ry n N O n V Q
O n m - n d O uJ t0 n n O n O
M Q i
O O N m O m n d m n 0 0 0 'D d m to ro N Z, In
O r- N n O O re n n O n ry N m 0 ^ ry n v 0
d ^ N N N N N N ry ry N d ^ ry N n n n n'-I -) } Q Z
N
m d n n O d N m n 00 CO m n N �O U1 U''. 0 ry O
0 'n O N a V) le - n -D rn O le m ry n d U)+� W a-
- rr'
^ N N rV N N N rV rV N d � N N N n n n n n n `-' �W
W
c ^ O n oN O n ) N n m 0 .7 , O
<
Ln n O n f
CO rp rem 'nnnn ONnd ) 0 'D m CO(n O 0
Q
< t-
a_ o mm 1) to Nm ryry0 'D n 0 O
o ^ m n n e n m m m m o o ^ d m ^ N d 0 ID rO
U) m
cr
O O
W O m OD to n 0 n O 0 0 n w w
� 0 m n N m n O N 1OW nd rm� v> �� • M
W
w - n m mm mNnn
" N N N N N n ') :� " N n n
n n n
a w < w
O O m m
Z. N m N N ry nry 'ryi Nm N n rne m . O m n rm`
olnl(�I*ln o
ZNN nnn onm m000 n W r=
71 C7
rJ � 4 3
eommmnd oon o DOmnn N D enCl) O
O O n - oo m 0 0 ^ O O m 0 0 n cp rp m m
- NNN '") nnn ") ^ nnnnnnnn
Oomco rnNtomNn OOnn ^ nOOmNv
ov - mn o � N ov roao
0 0 m co 0 rn m 0 0 0 m n v
'o 0, a
h N ;,) d o N ^
m m Q
to N m n rn N N N n N d to 0 0 0 ^
}
0 0 m co o 0000 00 � n nO00hn
n In n v d d d ? N d n N N N N N N
r- H
It t<
= 0 0 0 0 0 0 0 0 0 0 = 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0
0 - N N n n d d � ^ N N n n -4 d'
Z Z
w w
J J
3did N313r4Yl0 NI Ll 3dld 8313YIVIO NI SI O
cc
ci
O
O rD O n N W O n O n m O m m O N n O m
On n
Ln mm m mmm On apmO Nrvnnn
^ rD N N N N N N N N
O n o O O n m m N O m O 0 d aD
O O 0
N n n n N Q
OdO n oN on' O_n v m moN m m^N oN-mN N N
—a Q taQpIL-
L.
J
omm 101
C) (n 0 0 mNr, nr0 v <LnS 0
n m m 0 0 0 0 O N n n d P')J
n N N N N N N p Z Q
La w . O a O m n O r0 OD N O m V 0 -) O t0 a O m
o - n omm000000 d a 0 ::: N + nn vv O ��Qw
w-F w�O�Z--
r
n N N Z e) N m Q
Om v mv) 0, Inn mow Om v (7) 1 vmNW
wv) n m000 rn0, 0 nNv
� N - N N N N N N N N N N N N m0
< <
000, oom v m m wn
rnmo on w=
N oo -N Z .
Om .n000m NO W
u)< w� o
O O u O O O O n 0 O G V)
W Q
W W
of :2 cnw
0 0 It ui O J w U_
0o n o o v o - n oo 1) o �no 'nnnnn O 30� c�Iw
n n 0 n ry N N N N N N N lY O J(n Q
a (nQar
F o 0 0 0610 0 0 0 0 x o 0 0 0 0 0 0 0 0 0
n o no n o no n no no no
-) 0 'n
O N Nnn ., u - Nrynnd d
w w
J J
3dld a313rvv10 Ni 8 3did 8313rvfl( NI of
w H
r O
r N 3 9
� O W $
O r J N $
o a o b�� N lu o
o w v Q o Ij 0:0 Z r a
�- o Jo o x mix
r N 4.h-- W 0 N O d! 5 d ' '•' C W IL ^ a ym c
M W a N o w nw
Q J m0 WL L I
J W O m in
a c� o Ln w 4 d
J 2 zw Y N H O �' '� �S ¢ \� Z N K >
w m 3
V) o a w zm m o o pF x Q_
> J f m m O 0
r S
Q 0 J =3o 3
U OJ In J 2 F \
Q Z Q r• J W N LLI m
J 2 Ul Q Wm Q w = l^
o w zN d N mr U
m UN W wQ x x x
o O U O >m w a a a
Z \ • Oz o w m 2
O o v) -- O U min . X v+ a n u ��
z oY U r- ZW J
H QU Zm O .Lz J 11
U -- Q Q > N^Q Q V• n N C V E I
W -•to f m N to^ 2 o
E O V1 Q W n Z u� �8
L)L3 Ur m U JUd U c
o HZ ZZ O ZO V> .6 o o _ ¢ 3a�
LLj x sZ YE sm a oza z "o o '
r ¢ mw ww r ma w N 0 0+ 0 c
O •Q Q> rw r-f- SQQ m 0 a _
m m3 x< Z .-2 d3 �- _b
EL ¢^ U m in Q z o 0 0
m WW H o N^ ZQ w (� 0 ao ON« OO Ov 0
C) n.o z} \z r z om m ¢ e o c a 0 x
�a.V) rz wm ow 2 Mir In c¢ ¢ coc P. i i o �
w r•Q x< z U� r-z b 0 0 0 o_ •
W> ..> Wm QW .-.Q w W m > > m
sm o >O x J mm7 Z
Qm o< Qdm ins in Qoz w
InU r dE0 m UW u
mw wo w� ZU NW^ o
W> U2 o-' ]Gm ^ o>J z
2Q ^f- z w m z> wm< a ° o [[[[
H 3 J O Q O mw W O a N N K
o o fw QO dU> N z =
NQ or Uoln , 3 N Q m _ ° Q� 6
o 4 :
^ Z ^W In U J m3 w - ° O
m ^Z J>Q ZW UO YWO d W i aNQ
w ZO
OM Wm Zm mX< m
Uw m^ Z7Y 2^ .-r o�-O m ° L 00=
zo Q� owm wo zz room Q
w 3Z Um > m0 ^ m ® a u ?p
OZ W W Qln OU > r n O Q
i► oo ur c�w� as m o .0 w = r
W^ ZH zmQ U Qo^ o ^
_ Q
NU 2Q HJZ LJ OW In OW WU1W N �4
^W V1J lnJ^ NQ QW mOo o } !
Um QJ ^QJ ^d wQ W Q
In JQ XSW Q> Hm 2W0 O O
w NO wU woo mm 0 3m� m
o o
Z
ON
1 � M
s
o
° Q Ln
�-' O O
¢ cr V
a
y� m
w n
O
a
u w
o ¢ i
N Q
o m
N ¢
u n
w o v
w _
C
Y m 2
¢ m w
�� W
U
Z
Q
m N
o W
\ U
¢ o
W >
O� m W
O m r
_m r OV
Z J z Z <Q
w
= o o Q m
ITI/7J U x O
C/lL! m z z z
w
J W 2 Z W O
m U O HV
Qr O ^ U U o
J O Q Z
_ 2 w o UO
Z Q U Z d�
¢ Q Q m
Oz J 3 m r- U
a-0 W U m m U Yw
Fj Z Q O Q lm
z n
¢ z m M J m
o oz
N m W Z d W
um m Q a c� Ex
2 0 Q J W >' ^ W 3
r¢ 3 w H H N Ham.
vow p
^ w~ Z
co 13
J o
C4
r
= N N �
LA UZ
Q o F—
w •W W>! H j y €
O <0 J J LLB E
Q Q z m ` a
� y
J wU r o o o Z E
O d^ Ln U a a a Q_ 4 2 QW �r LL v
>M z Z - X Z c g JF o m
¢ w w j 4
z O -Q ^ oo J is 5 VH D x o
00 m W W �� r n N O o ` F� ax C� Z y y
U w 0= m w N LD o p PRA IL a r�
UO 2U J >-' OQ
L.�W U Q
W O Z U d O .Z•
wM J = . w
Q
z< O Z W
H W Z Q V O O W
owl
> Z ww w o o«
¢Z 00 NO O Z o o
OO Qr Q w 2 U ¢ a¢_ 0 m m
a� 30 m= Z N ao onnw nm ryaxT
Er ZLr) ✓~ O 3 m o m ¢n m d 3
UO ^O Qf S W S a
wo x mO V, F �`
cr v)w r 0 Q �$
w
.4 CM 2 U Z
>2 J ¢U z R
H wJ MM O F
J 00 2 0
O C)<Q LL-� O
c� �b
N 00 0 3 S w 2 0
W fW rN O'- 0 N U
0 3 �.
OX
Z
4e
o
_U
OW W O Zm O � r
Z5 ¢ O Cr Z o
p � Z Q w
CD
a
O
O
N _
L LI = O _
_u
O OO~
U a to O�- ~
= to D
O O O L+ _ O
� J•--� CC Z �O = Q N � W Q
° U o G w W o a V)W o
O CO Lj Q Q Z i p ° LLJ a � __j s
vnoo
3 %Z X %
� � y
Y a
�\ ♦ •1S NIVW •1S NIVW
o
s
�W
N s Q In
=m O O Z
&U .
o FF
i t o o Q Q U U z
Q Q �
_3 ou i x m CO Q
Z m U
: J ¢ O
0 f%1 n J
W W Z
a a u
r r
O
Z
U T
W
J
D
a W o
aw
J 0
k
w �.JW M n $
N U J
z o w b� o Q0 J
a �G�a �l�j R W Z�2 w
2 o y N 01--
p ... Wp y m 0
LU r w p r3-z 00:V 0 o m E
J ° ° a Z LU
z mp �H 1% 49 N w y V a
Z) 0
O m p N C049 a >
u z
V) ZQ pW C g#
Q
m
LLJ ¢ M> o� Jed
v a d L)
J Q N3 WLL x
J 2 0^ • ¢ 2 k�c
d (r WU " > �O
2 w 2^ Zpw C
V) d r2 2 L u ¢z
M d Err a4-
N 0< m N^ O 4 N O 00 p3
ZW 2 d= ¢ m
Oz N r UO2 m u0i 0 0
Y W W WU Q ry p p
r¢ U uz zx<
d d z O = W ~ ry x N R
rp > W E Q W a N W a yg
V) W =J E •LL C) U °w L N N r 4iE
LL O Ow ONO Q o ;n n v 8$g
xO w> U� d ° ti ¢o o N E o Q o° o
W O NQ WZ 0 cr
a N a �b
LD¢ W Z� �U� W N o � W o C
d= r U pdV1 L, W N x u x u �Q
U7 JO X ^LL QJ^ LL LL n j I S? z i k
W w2 W V)O Cr LL> LL p j;- O O O A
O m m N F O m O 0 0 °•
Z ^ N M Q N W v O J N O N
a •h
ry N c r O N
0 0 o s a o 0
O N O N w
LLJ_ O
w N
S S S W O
3
X N O O c p Y p
N O Q d
ow
W
m d 3 Q
n O O 0
N
0 o `o O ;
z '� N O
U N
aE b+' O LL )` J Q w W
l m Q y D 3 Q 3 w d
m m _ S .,� Kd p_
D L V L L O° m L O 1 Cl / r 2 V3 d°u ¢O
0 d O O�^C N 0 0 �� V)WrZ aX: r d0
Z ¢ O¢¢ C, m m C N d ti WQN / Zpm�--J N= ?� NCO QW
O O O O O�C ?. CO 0_ W
L A L L U 0 N N m O �� x rJWa 0 3a oz
L N ¢ D¢¢ ¢m a a 3 a �xw- ooa
WNJS
0� j oz�z _ o
Wr Z /x Vl/)03
W 2
�z W rU O
O z o 2
UK C m O £ / p3 N J^WlA OX Up
1 31 T wo ° ao=v L�:
oow-' M ° zo
00
N
pJ � O.S l9 Nx Q�
u e o v
z¢ C N W
o ZV
c U
�` N O O uW .
Wd a Q N(.7r r w
z W 2 O O
N N a w V d 0 Z p r
xW —3:2wZ O J
-00 cr
3 m ;d W W p0 Z ZO
mici NW¢ d O V
O =^d
N U
�b ■ ° ; z um a
O =0 co
N O a
6�Y �� �' m o_`i' v z a r w
u Dr n \ k wo 0 0 ¢ >LL o In
\ 3 d } >W
\x
Z U —d U
CD O U U v) Z wz
L5 z cm) 0 U E
CL d 02
p W
V\ W J �3 x
f C d \ p Y O 3 J V7 r LL CL-- W
Q�W
3
LD
�¢ a O
m " a
O �
C4
e
°
as
z 3:0:u+ I
> N
°
ms z b33 g W�J = � e
J Nfo ZOo W t
OJJZ W ��G ' a Za N GILD N m O
JQO a 5 nd > m �c'j d a d 5
�u� J s c r Q� „� < W ZW C o o
Li
ZoNa r 's« d d a� Q� QVJ Q W w Cs
aLLO^ m n °WC ^° °o^ °8 ,`' ref `' a Z�Z Z N °
rw N m - - ¢
P d
W Wg�,
m QOOJ
w v< o Q ` ° JHfn H = (^
0— z r N
O 3. m< W
J m r
2 m 00 LL
n LL Q 1y Wi i u d�
N o UOw r�
N 2�2 NZ
O rNN
U o<
•�
U ZUJ
Q W^m W ` Y
JLLa mw W x 3 _ Hf
w LL� o E e
W �QN JO i e o� o•- g e 19'
a:LLJ r- ... w xw °o �< 5 x .no r 0,
x>-co NU
o as a �o
Z f3J NJ ° N om it
W J Zd
N H WUJ< U Y� . e
W f ON N? 52 G� ni s�xb
O ° np«
z cv ., o o: ? mm B
s
v«
C3 Y< C COm Vb sE
<w W 0 0 O� y 0
D D
0:3Q 6 J7¢m <J cc
° W
OW
cr_
Z i
4
nm
s
000 000 /
i
r 5 Q
o� o
_ �\ OHO d j
j = 004i? P; W
NOO2\ rd
000 d o o
1H913H 'NIN ,91 oz Z p N
p �N
O
H Y p
N Q
Q r N
Z
_ Z
W
Z m W °° 40
HO z¢ Q
N OOOp <W
ry N
o
N W Z
U u V d O O N H
V < U
wa Q
z� OJ
W� UW z
Z
O
O
PO w d d 1 n
z W 3 N N Uim
a x U Z U
y oEp ADS N c�-� LL SOW < O
W O\ LL W
z <U < >
WE Z U
uj
Q (7 Q
Z H> r u W N >W N co
<0 m
a0 >O
Z uN J z
00 J zz -J0 0¢ 0 wz a x
�OO 1yJ zd U rW H N
xZ a Ox cr Q
QSQ ova v zm J N- r� �3 O J
W d a LL
K 3 x s 3 O
a
O � e
0
fig
5
C4
Ix„ Z o 04 I�
�Z a
y Aw, �d w .7 V d a N c
W $ -6 O o = 0 O LLp m Q d
UZ L dam` �� z � F �a w w C$
� f is �' J Z� h rc
r o x �p4 a J_ W Z
a 0 Q W m LLI
zw O0z s
LS�
� W
z 3 W
Z 1- J
O W U
m ee�yy
M 3�a¢ u w
O U>
O Z O in a ;
i'* t 00 w L� �3j
x u< 00
ww U x z T
O N =u �.
V) > O O u
W Q Q z w N
O X Q m V �.
b
O �Q
Z N N
2 N
O
CL i .�
* ;
N Yd pill
N w Q N u 2 r
J
, � a� _• o a
CL N u 00
w a w r Q
u w Z; N z 2
z ¢°a N O N
. ; s .
� N u - o
oLL
�a
x¢
21
N u O
Z
z 2
N a z¢° u u
-a Qx
v Q a z m w
V Q Z a -°U O Y O O>
ate° 0 Q�w o
ouz
O O
� V O � - 3 u o �3 Q Z a
w m 0 2
J�
00
u Q �
0
2
=V O
W
>W
w r
3 N U
O Q
Q: 0
2 N N r
N z
O
U
i z
oz
Z U
O
Q
W m W
m
�-
2 -U
z Z W
v u\ z a V)
z
( /1 w a 3
z
• Y
u
II o Qu �_o� co
a 3
u w
o w ¢ m w [O Q 0
u w o> u �
V) O N N -ua " Y Q UO
Q ti NN N K z Q
CS .a° aao O =o 0 .r O
m z 2 z
v' OO z= FO x Qr
LLj U=� � rn fs a LLa
Z W J
RO w x O
N v Qz
Q N Q H W
N i n 3 Z
O- -
_ �
Ja
N< W U
w Z J u
~'Q- O O a o U W O
=O �+'� O - D 2 >cc
V O Z w H
N V) N N O a Y O x
Z _
r- J 3 2 3
W
J =
Z
o a. <
a o
cr O L tv
w UJ N 3 3
O Q W lal . N
J O Nrx O prN W o 0 0 '; i Z
O r N Q O w w w °
0 z WS N N 0
x SXO o w^0 �-? n G N�a M p I)
N x WOU U SO Oz wS
N U Jd' �zLL W^ zLL' W .�. y d V= d i d N
N Q maw
d' ^U z OQO f f
^x w LLJ
0 0 Qaz U
Z Q o y
N a
¢ J
U U U Or � an V)x LLJ 'a
Q Z Q > UZ
QOLL
OO X n U4 p �xw0 SO o o
w >+ 0Q -0 II c Zia
CL o oLL0 LO
w 0LL • LO
z
00 MW< t
e
P
pdr F < o ip
w JW Qn.> NO rWW rwu x1 -0 y UO 16 `
U OZ rNO S^ WWN oQ U .0 Y
OQ w Q W LLa7 W30. >-O Q m O V UN
> 2J Oz >> QN x S d'W P
r W.-. QS C Oat D3 p
W N 'L Oz L N l m m
O r x^ w LN z �^ N [
NZ J3 Q> VUZ W^U 07W v �v v �8° or E�a
o WW J•-Uj SW ^^O NS^ LLOtz O � O O•'« y
Z UU Q J r LLS^ Yfr XW0 Z O Q O ON C y y0
W ^Q rZ^ W LL r JWI Wd'N C O O 0 0 0 0 co ;[
r >n NUS WZ Q(r U QrQ r O O C Py 8
N x WO 2^ NQ ccOw ZwM NJ N j m d
W W OQ ^N^ 7J rLLN QOr Q^U ¢ �� ¢�¢m
r �
O
Z N M Q N U N p
i
ga
W o
W d
i p I Q a °'
0 00= i i 1
a 3 Q I €ill
= vo o N O x
0
Z wa
W e : i 0 � i m vaJi
J 000 O n n In �kA Z O
W n 0 ��¢ x I < z
w
~ °
m V
Q Q
O -
o
~O N
- - Z d S
x
Z
w u
�a� N
ON N
3 O x a
O
O d p u
W
z
'77
J O x 0 N
O ¢ u
_
a
1Oz
W m
O
O
H N O W N
N
a C
S �
U RR W
O uja
Z rP7 Y
zr
Z W N =Z
00 z
I W f N U m U
^ Y Z N
a >
Y N O w �^ wr
w Q O U LO UU
v ¢ Z N O Q rW Q Q
'°° - < O 3 O 0 ¢ LLLN V Ln Z
z a N 2 Z r^r wz
4 U O ^LL,Q EO
^ N O Q m 0.n O N O n°°O° O U O U 3 W 3 U
ELM LLI
00 w_m �~� - N Y O ^ u WZ WNQ JZ
Q m N ti e V1° O O X d N
um m..
0
Q W r r a W a W O Ln S ~ cr LL LOW LLO UO
U w L N N '�N
W^ W3W Z^
CL v o ¢ °vai E 00, .°o°P .°o v°iPa � � � O Q L >^ >...a =^
n WU wXV) UL)
N N r J >w >O w
w v P y o Q Q r ^LL rx wd
w ^_� 2 vu Z O UO r Q rN rQU JN
LL n > u W z Z J z < U UO^ CD LLJ
m ^ WZ WZ2 QZ
aD F >;m o °o ° U z 00 rw rw rw
co °� O OL Oro Er x
N N < O J N � 1wj d� dQLL
~O O 6
♦ A � Y Y x
m
u 13
°¢
~ U} a
N u
Li
° a a
w }
W J O
ow Z } r --r Mf- � N IE
O o Q oa ►/
J . Q O U HW i 2
o In w0 rN y d' o
oW N mW . 7W J ��lN O ;U Z Q
Zr W OV) MU
a U Jax a co �U WZ w ? 'e
In�' W J O •> 2 ♦ w Ix
U W z Q O r U L'i N Z Os y� ,¢., O W d rn N
Zr 2ZQ O by > w DVS - m
0 Inao w r
YJ Q 2 dU Z W} w N 0 "_ H� O ' WO ` s
�m 0 }Z W QWW W '� O O °z w
Qo o xzr r-. w Inro m y`�d �. _� z A g W 0 m t
w wor N r v)QO o o ris P 5y V4m a w > a py
ro o x �J w �.-•o -� OF x W0 Z ¢
w wo w aacr� xz �¢U III °o PR Z� F a
Ew m co Uz
W> JW ^Q O
>0 J WU.E J r z QdZ F=- O v°i N ° 00 W �`
Qx J r U W WQQ �•
dW Q WW^ U N
2 IY22 ZY O z.;J Z o -
o ZW N zrr ZQ Q QOW W mP
^m V) Ow3 =2 U^O J O0 o e o i
UJr U UO O Q 30 V) LyW a' d r ry - u O O o
Z ^ W-.0 ° Z iO
^J ^ wtnW rO W • JUZ d N 2 < i
JQ Y Orr U W ^>- mWQ °O
Wx ¢ or zoo ¢x Qa> Q
ON < oOW ZV)W QS rV)O r' ^ N ry 00 N n ry
UW ZO lr�Z m0 Q -
J } WWd' O 3 IL WZ
^UZU m Q !cr Y OZO M}wo W2 J32^uJ ry o N C u a p n N
W
Q mQ O -
�
r^ J Z u LX v_I Q x �
m WQO -
O O w OJr 0cr Q C
V)J W ozm QJS 0
O - �C-a x (L-< wQc) Q O 0
u xa xaJ rx^ O
O
W WQ i
r a CN
0 = O of N I1 n
Z -- N N4 v V) �p i v, O10
Y
° u Z U Cl)
-= U 2.0 N
IL p "m l
" m p
C O
_Z 0 2 W 2 Z 0o a o o O y
¢N w,oc N-o m� ¢ m w Vlm
---- - - /�..IQ ¢ �¢ ¢ ¢m 7
Q O N N G
Z Nm ; vo
°= W Q
-_.---- _
OLL' s C -
,�
O 6 r r J ¢ O
N
N
ZW oQ\ QYp s
G � w
v m s 00 = C'
Z3 av+ ¢ Q 3��
`9
t ,005 8 l x x x ��
s e
0 !
OWE
V)
0
0
U
N W
d$ J
X f W
Ir a W
0 0 W O O¢ > 3
- 3 Q N n o °
uw¢ o x vU
m` w J w w °a Q a
N=¢ r NS
= Q m ,� ry ry W Q K z Z 2 V1 lY O� ur
i O 0 W Oma O r !Y zZ WZ
C) Q 2 WO mO
Q W z W E O VI Vf m U rU W U
- O Z
0 Q v ° J W r w r 7 Z W N Q Z m
N w a a J°_ O U Q Y w a r
Q
LyJ J J U N J W 2 IL
n N QN WWQ W ONQ W } Q U � QW UW
LL
W W- Z J in - Z Q r f Z d,... Z....
0 <L O_ w O Q W Q LL 'I
,n Q Z V) r r Q 0 U J ^U UU
m m m u _ U n a ¢ Q }c'wa
N W ^ o = W o N o Q U r Q -<Ln m v)
mu 0ao 0 1� o 1 rQ-w
Z d ._ a o-w
¢N g Q J 2 O MM Ir 2
W m w w w3 03
W F °ai O V) r r O r Nr..a..
W z z
W w ® V N
U T O
w U
J d
C4
zo
N $
o V n'4,� o
z N= Z w
ri
Coca y Jw> 5
w o ZEZ nw
'
a m
SUS Y z Q Q: r 0�
U O r ¢
W 3 W
IL Mi
N w z O�`o ax O; Z a e cc S F
OZU
O<Z f r n p
J J O 2 O ~ L
J w o W Zy =
Qda w O W
> O 0 • L�
x22 >r co<U<V) W 02
v=iavNi a ao X i i iba
•w z
•U.0 N W �� u r n o p �
Nfw z mr ^ gm ;
ZOZ U Q
U m J
N N JN U N o c 3
N •Q 2 QZ C n
U OW 20 O m
U Z O W W N^ Q A b O ggg
Z^W • WZ r A nl UOg
N N N d^ V1. N w «m` O h !3
Z N 7 Z N U r r o « b 3
20 U z SN m<_
„ o0
a 2 W^ W U Z V m b D m p p
OW JJW J ¢O 03UmN G f
SY JO NS C30 ¢ O T O 0 WUJW ^r OU
N S 7Q W OQ
O>
W n m
X t.
OrNVN am
L,LL. Qr u
r j
x �Y�tyE
V �O
�Y•' � L N
♦
O + * C
d E
L E
O )N
a(r I a yv
m 3 Q T V
O y x
yUj O Z N fl N
O () I W Q ry �}
0 x O ¢ V C N
-
p O
Z O W
N l
_ V O
N T I C s
C O
p V+3
¢m za c z
L
N
O
a O Y Q
IL
` a 2
¢m asp T
O
Z
0
3
O �
N N O
Z
O ° O
I 's M
r
E > O
O Y Q I W a 1 0
O Q 2 W
2 W 3 m r
N
O
I xW a
- z
x o O
u I o is v r
a
W i U
O O
N ` O
a I O J
O Z
U
O YO -
Z zp N
I Qua O o
W O = 2 W
U o 2 3 Q U
w W T
m p J
N
O
N
V
I
N
�W
d' Y
O W w °
o
I�,1 W N m o
d d d d
LL J Vn to 'o JI _ oz i W= w - ry n'
^Q NW J G N v°°i ° 0 L
= W U o {C S V W > a
aw Cr W m �, PR p as
JZQ O w W N v = r Q O tl
OJ Oz H W 3
w W 2 o
�> I� CL o,� '1►'
w¢ za a
>Q —N r kwo
K N J
rw w ja�D
U ^Z ya;Y
ZW Z • Z Eyi
O Z LL Q O C[
O m w r
r0 Ur mG� q8
Z^ V1 Q
^� W ZOZ
Er Oz..
Z QE iF
U W r ttt
QEp <o/ N
OSw Q�Zw �E
clUVI wU O k
U Q O d^W N 4
zOJ OOM U pf
w w x u
U d J> k
ozw OJC
zWm LL<m
s o 3d
N I I x w O €
w �J E
0
I
I I w
C a
E
N 3
O O
i• O -r
Iz
LiJ O O I I w
i U
° I I
X mo N
m O
IL
^N
IL
Z Do
U r i O
N
O <
Z Q O 2
¢ [ c 0
PN
N n° nm
� -c
x
W �
12 = O O
N
W
x U
> U
U
•°o - i Y �� vi w O O r
^
3
gz .r= Z
a U w¢z
U
�• D .
Q O • N °vO °P d "a W O W o
a N o
Q 3 p <> w LL
ui W N r
LL 0' 2 w r O r WrU
> S V Z Q } >QW
LL ti
m o > J O O °
J o °o o Z O Q -n V1
co
W J � U W
O w r Z
p a o < w 0 E O=1x
W =O 3
az x ¢ ? a
w F z¢ o r o¢ O O
ua
a o o II O
� `Z•' v ] N a a
o O
■ � §� �
z - ( -
\ ' » dIL& IL a!
o
d ; i , ' k ■ | !
lu■ 0: ,
« ®
w k� § � k22 !
2 7
\ = 2 ..
/ /a <
<
3 \ |i§
o <
ƒ l Ln
� |
/ \ - - -10 \ ,.
_ _ _ ||
� \
(L }||
S �& E o w\
® RiN
o �
z
( / �
£ o =
/_ CL
,
\ |
( L © /
/ ~ °
/ 0 -
ƒ § _
ID
4
e E _Cc
a e
sz �# /
| /k %
V)
( § x \
< °
C)
<
\o \# � \
�
Of V) n
t = //u G
D
CO
LLJ
z \ ( §
. \ /
° L:) \ \}
o y
zs
. �
0
U� Y Y z N
O
x r Q • '' o' rn ai m
r ¢ 3 h nom,+ ¢ �.Q d a N
z z a C : f..l z ' W W O o o d
co f z r ` O G y z° '� .CL
w- a I I I �a PR�� = Z a a<
N + + +
OZwO 00 o xr y IHw a a 3
WQ 0M N V)Q h
�xw _Z_w f�
=)0 L O p
o�ow as Ci a� rV) r
�In cr ow m m m
_ O >ui
rO�r x �O O OC UO11
x
zWp V ni N COm wO i
(r ae v a
u
O y U)} U m Ow
ZaW N rn O._ p1A Jr �c
3pmO z O �L D3 =^
NQf vu-i L mQ NL O�
0 c N m m—• )
L "-1 Wa�b
Uzo OQ NO 00 &
x. C m xy
In W V) C CSC C l)) S tl
Q1 O._._
W l D DUl 1d� q"
VI xVl(r 7 L Lm —C
w r—O ¢>OCr a 7
Z
zw
r J
W "0
3 M x xO
ui W
p "
O J
Z
O
x
" W Z
Q I
I J I
" U
Z Z
O I
F I
r
z
W p Z X O
(L Z U w
Q 0— f-
W U V) U
_—_— W
I Z Cic _ _—_I"_+-" Ox
O= c O
= "U Z dO
" Q Z ui
Qx
w 0 3 Q wU
= U w r J I I a2
U
r ?p Z y
p W W Z ycr
Z �w W w OL ;
O Q w y 0
0 3 W J " 3
W Z d 2
m Q- X ¢O
V,= w W Z
y Q Ln O
x O W O Z J cr 7
_ O
3
O Q x
� "
{
O
J
N
3 p
O LLJ
N r U
V.p 3 D Z U Q
O
Q d
Z Q M W m J W
C)0= Q U O
3 W J
K Q - Q
Q U
cr
w— w "m
Q> cr O W
cr W Q r
r O W<
y U X
J
} cr
O O O w w
Q CL ; 3 J
xr m
OZ cr Q
ao w r
f U p v V)
W J
r O
O
"
I
o '
2 z2
t,4 Ln
Z LL W
O O U ny J m CQV O
LLI
aw
N vi Cl �� ��s 5 I-m J a = >
z z pF x m
w 3
z o J a-¢ L'i PR W ��0 z < O< r
c = a o~ �
3 N r =r3 >W =�H M = ;
z a r¢w 02 H0
Qx Qw
Lr) Q V7 3 z r J
D r r o waz r
z Q O O S4.0
J 3 Zrz r0—
J Q 2 OQQ ZOO
_ U rl/�Z WQO "j
UI J 2 Q W Q
V y LL
J UW— 3 •W iag
W Q W OUN rin2
J 2 Z JQ WWQ Z ?[
U V1 Q JU m- O W
J Y d Z Y — U `pp`
2 WEm Y Z i
W O OOZ U O OUQ
> W r 3 r 2 z N 3 N Q m
0 J Q Q 3J0 �L
> W Jai V100 zo E dUW — O
r FU z —U O-0 Y O
U O^ O rrZ �.Q
LLJ L,
r WLL O 0Q> 2N2 = a °
o =Q w
d ¢ r dQ . Y
CL wr Z w V1 w22 ■
\ J W SrWw mOr 0 fill
3 UU F W^xJ W3^ L g
O —Z w x r— S 3 06 4 :5
0 S— J 3 W E 3 W
Q W2 d YZ SO c
S >U f 0<WN 0—w
•/f Q z7w z N Z
WO O 30 000 m0W r
0 >m W —W,w —z U O
Z •--•p. mr rUWW r<w Yz z
Q rd O QZmo Q m NVQ
UQ >Q 0Q X MO 3Q= W
W W Q rrWW rZJ JO W
J r0 20 �- OU --C�J m N
U Or O O—Zr ✓1^Q
m ZO OQO 0= =
x aw a w rz w v� o Y ,
w �o Jo worn v)v ,
> az a- oW-o oz_w =o
Y Dr NZ r.-00 rZ0 O=3
Vn o <`2 ii Z-=0 2 za-
W 3' Om rr --J-V) —3a
r
O z LL,— tv en v in 0 3
O
r 0U
z Q=
0 x W
O N> A
E V
r
w
r z
LS ,
W J
E
V
U -
Q LL
O LL I r
�Q
Zr
w YQ
O OW
Z Z 3Q ,
W
- Y J
�
W u
s°=
. W
>
¢ m z y
U >
z <
Q a w
r „ d
C) ¢ ° I r
Q N
Q p O N I W O cr
ui
Q a Z 0
N W d w
O 2 r
� r
3 r
w w r O o K- Q
J J
O �W O o
S N Z
U U V m O = Q O W U
j j 3 `J' N a J E Z W
O Q m
W y z
> r O 7- U
r p Z z Z
< LyJ W r Y
r 0 D a W O Q O cr
O W W V d Q
d u d a
x > 0 z
W r Q
> R M J
O F- Y
o Z� N � $
O Y o .
V b�3Ni R O V Z w cai a
Ny g
° eN o ° I z O;Z oLL Ea
n In 1° .° 'L O O i N
~ Q w w
° P N
i Q <
0
m o o � W F• W �
y
II o a = �1�
N W < d N N ^ Z
j N N N
X ^ O n Om
6 10
� In •°
T O N N _ N
2 a �; o
= N I w¢ U apV O Z>cr
J=_ Z0<
WfN
X IJ EwN
w¢w
> U
<ww
o d.., z amz
• w o° �ZU u4-
¢<O E z F. UJV)
O]J pS� z ZJ<
� HSO
¢ > U IN ui
< V)W
x a
JW= z
I� I vi •^ U ¢ ¢
Z O ZmWJ -
< - O<CDO ° w
Q O O Hip F � O_ ti � � =m�0
iu� O
F— m O H g N o CL Lr)
Q II e N 0 < 'a<xo
w <
z V V)a N
w
° a o o a °2 N N OwV(D u y o 0 0
n v N MUM ` a
° w ONE OP O O aZ^-J O ~
I..L K O O G O Y J V
♦ I w '^ m N i XJcr< z
00 O m �1 W O -
0N N J J W W O f V) O I(•n
cr)WAW o = >i O u Z
o O z rV) a
o
o a UV)KZ
i
: q O a.� Om '^ > e W G p ZU<O
G OZ=—
�O O pC ry h W as N N J—OV)
x N O Y a
LL a
vn 0o n « i N O<WZO
N O O N FO O z
L $
Iyz� Of°L 113 F J O
R °a L Q < a U v3 NO dtlYl
h°°O mL N W > o a ys
oL O.
GOOD ONO U ; •
L D D°) N.
Le
¢»C a 7 tl U
�W <
O y
i N R Yaq
z o O Y Q a z 0 3
w0 U OO= ON W O
J r¢
o �z Pill
ON
° cr _
Y z
Dr °0O° q < w�„ r w U._.
Q N i zl Z O U O:0
z � � p J < rw
U i O Z O ^U<
W NI a O U 3W3
X Vl xl I _.V a0
WZ WVI<
X r ��� J^ J ZO
< =I V V U -
N O JI I t1 20W 220
o g;
< >
o o UI z a >� 3w
D3 N
ZaI w� V �I I ti ~ WU WQ V)
OYO Q r >W >O
—a —: -m
<�w U wl I 2 Oa uv) r<o
cr
< N a H(rI o wz wzx
r Nol I W z a 1w -w
Ox O�¢
O F- WV=il I J U O'3 M:
_ a<w
O
o a n
x _ p Y a o °
<
0 0 O
s cr 3c<
O
O V V N to $
N g
r f IL ! z N $
z a n �3�. S 4�Q H Y F
° w w
Q a J
� ♦ �' dd d c ~J� H � y
w U Q $
Q�W � o o
co 0
O W a = o ff
a w a °w vii ` p�O��L ° W V Z Z a aS� F
Q v=i ~� W C a < C
N1 .U. N m U d
o ¢ w x
H =
W < - C)Y
CL
O It
m M
m o ao
0 2
O z N wm J Ix
L, O z� m (z Ica
QZ ° sa LL--,U-fL.-,W Z Wes^ Na N3 J °7 o WO UO Li
N z am
r Y U 2 N F
N Z xQ �Z S I ��
J Q O Q>
o Q ma a> m `
sa Y TW V '
3 O O \ J O s Y W 2
r d2 mQ �o m:
LLJ O N w-• OZ a xu x 3N p0 i`xm QN HW \m �
V) u O r3 u-- v' Qio OO N N: u w0 °� m q.a
N DU N j �
o NU O Vl O i
a O
YW w 0-1
a 3` p D 0
L i i Q =
� LD
~ z 1w �
m O
r T .-T I I I I I L!E!,--,
o
oz 8� 1
� �O
!C a
s
o ¢° I
=a aw
sm am. -i
vm; '•'N aaa
�N x 262
m a, x
x u. o 0
a. u x �Q uza
WO
N: Oxm
.I=
Ll Wm<
-00
O
Y J� ZI OZ¢
ai ¢a¢u
3� I wW ¢fix 4
NO 01 I N
O W
a\ O U
II `\Y >
'NIW O W
9I w o
IL-
z J
i-Oz z
O D O OU
a v W M �2 u
W
_ WIZ 2 r Y 'r� V_ °
m 1 �s Z v 0 Q U
\ < _
w Fr Y a m
v r a
Flq o N3 3. - m
cr
m
Lj
T CD
T �I W Z u m a
� O J 0 W y
W Z v' � F-
a-
F— a o
a
O yr
b� W3 Y o
Z G F
�G D�Q Z W
,� r-00
Q W
wlm s as yam' � J v=i o
d'
� a
W J
e a�` e` 5 WWgQ W W a y
0 $
x 44
a
f�
Oz z �a
J O U
ZW� N 5e
o Q UOQ V i
l7 Q W I ^oC aw [
N 00= NMW xN �yaa
W z s C 3 Q a
�N0 Z— g
C Z a O Q N
f-v°i•' H ; 's" x W WJZ N
W u
O n O NW^ I-W
lL a rm ¢$ Iyi wg O COU 0J1
o dWa xC^
I t psZ Sj p O O O N WO I�; O: x OJ NO3
x 2 2 7 O > a1 n ry 2 N W
no n PO U
° ~ • NSZ
IIO Q N JU ^!Z
P L O
(U Z n p y l r n O y<ry c y y H O O 3 t a m
QOL
C O O c 0 0 Z 07
O U U —0
N al
n o C O NO
U4Jn o ZW W Z WW 4a
n . NN. Q>
0 i O-O L Q xJ
Z O O a - O N 03 c UZ
p HOC 00 V Z XJ
WZ =Q-
W
N
w
Z
_M H
M
X a
0 ^ ^x
L'i N N^3
O
LZ w L = O
W 0:0 O
° �D �m • Wo°s s
c� �
COW a�w
m0_
00=
C 3 a
2 0 0 °o a
v� m c x
° ---------------- -- --- �- x x x
7- 0 r
W e.
J o' o o �� i !____________
W a ui qQ
^ ry ry ry
a- % m % X x a
04 ME
N
Z F^ W a
O
c Jam" Z -t+s W Y F-
is°a c a 9 m 0w
Z C
z b b �z
N
N ¢ J W OO
= d O .U-. f U
m d� > Y z
z o r W U
z O r 7
O z U CO
o a m o v,0 00,000, °_ d¢ W x ¢ z xliN
r z �>
N o o maw o�-v, ry v_,o m x m O z O .--.UQ
O U X W 3
Q m ry ° n° " — _m a- a° U ao
�� N < j F ^ wz WNa
c S W N S U J^ J O
Q W ry t W Yt N N l0 O Z ^ L) UZx
Q U p �D N N•D N�p N < h N a- ~ - W O r-.W
Q o o J o a E o o Q o o° o o 3 ^ W ^ O
N _ o¢ a'^- .c.n �o in .o vi X = C O O Q >uj
W >3 W
LU ry x WQ ~ ~ N ~ WU LLIX0
twi = i� ° Z mwo U V U > >W >0
W n m > >3 v+ p 0 0 Z o o Z Q -Q- --3:HQU
m m <O m o 00 °O O i
N N W p 0 N 00 d S WU Z WU Zy TN O O
W 0C-x-
C3 Coo
N W F- d•• data
W F �W u a¢ Fo0 zo� c is �'y 2 G D
0 Y 8
u 'x >a ry u 0 0: '•'o i,� *
(Dow ® S D
yC 3
z a D
'^ W a s o u � r.•
r
` o
� N 3
Q z C4
Z o ' F
W
°a
NVWC ° oa
I
�L ` W W Z Q W W a
000
QROF x Z g W Z a <
� Q O Er VI 3
oz
W z O a
W O a,LLI
W fK` UOQ ?Q
NMW
o 0 o 0
0
m e W 1r alaY4�*I* Z a C7
= Do N N o W n 1S'!�( I I , G W WJZ
p0 .O L.L 89 I i N O WwV
Z p o o O 7 KOCJ . k
LLI ID x V1 N �� 1 I 1 I N Q d W o
J o n cm , �
Cp p P ° " ": . og O .. t
N N ry O x O N -d C) €
o m a N �� I i z o O a a? Ee 333
CL
oY z g
u .6 n N Q b+ s I U U00
Q. r
o u ob G •���
- a O HOl O) W , 1 . N
1 1 x
w UwW
«00 O♦ < I I S d ZV1N
b b O z Q .: ._.
2- ¢ m Y O O H H W U
Z 2 • O - 0 0 O*S r 1 N Ln mS
<�Y p Gbb b_ 1 1 0 W
J�F+ ¢>?¢m a7 O • 1 I z XJz
1•i •1 1 In W W J W
m W X w S W
,- • 4--r- H w
OZ
a ; c R 6•
N 2 m
� e m • be o j
V ¢ o N o
• • 3 s s
0� x 6 -$ • e � • �s< N
_ � <Ji� �• �Oy� J¢< OYi Z
Ne asa
q e 1 =fed•---
�e
o�'
6
x Q X m x x Ono-�•
o
op�pSs • _ • •-•b b* Z O ry
2 CYt Kj • C� I e • • = WOE V
°d°^ U
- Q
ae
w
n° o de
z(r
Ln m �
F o0
fU
z ° > Y Z.
I 1 + u�
n ° WO N M
> H U KO
Yl U Q O_ 1 I Z J Q H W
N m N a C m O-.D2 r N N O Q I 1 O
0 r Z r^>
m N o WO v _N 1 1 Z Z O —UQ
Q i H o W x O O U 3 W 3
II O Z N o 1 1 I O U a0
v, ", ° a_ wz wlna
Q V V < W W Y�1 N 1 1 N Q Z U 3 U^ UZS
N ` O IL 6 N E OO° O O< O O�W V /- O w O ^O •-•W
.p N .o N In r+
W p W W < O I I 0 Q Q >W >-w
W 2 U_V O WO WU w
w N > O Q >W >O
W >;m to oo o z 1 , i c o In U U cr `-' H M H a u
m m m •= uo V o o W Z W Z WZ2
N N W Y p N 1 = �..D z (_7 0
IL
H W ti W
I b W U Q O O 2 O'-W
I� *I* x J .r J W W 23 21-0
z
oh
O Z R I <K u
O r w V
E 13 Q
�^ w as v= NU a Q
d
o � O
iM1
oWgg
A WW� � NI3 8
y� z
V C a z w
7
WAF -J
o
a E
o s ��I z m a Z 1u C ° «4
° � W m
z Q w > a
s m ¢ 7 R Y
pR� z LL, z °a F
w >> H <
LL
.j H 1�
wo
b 6�
W x � 3
W ° 00W a os u ydC
¢3Q W� C £a8
o W
_ a
II O In O Wp N%° LL
Ovii In O m a °• m r
E In �0 �O p moo= II Um Z yyib
ry WU< Q 0 ■y.�
F— O V°i 0 N •°O s
V XL
m
p NN
Z V) o u 0 V, Q.a
W D P a v °n W �
J m ry � U f
N O m N
° In O P II Q J f ll l
�yy O P 3 k
LL IL N ry • WQ VON
w O X Z W
In In In x _¢ a O m
O N P Z Q
Q N N N Na iO Ci
LL
p
O O In O O' OS
Vl �D oD N =
�0 3
O' 'O z
:�
Z iON O ry O' Q3
L J=am'
Ulll
�
m Q W
z Z
I I Q O Z to
In Q )
W �
° N ° 1 0 C
m
W
N o
^ N
W v z
LL -
z <
w z a
� 000 CL
aD D P
Q y
X a a a c� a w
L I n P O c a i x * m
Z O 3.¢ C V V * O 0 V)C'c 'O N O C w ¢ Z N m V
P u a ° 0 0 N ~Z
I+l N � IIl E C
U o 0 o P w _ - o
Q �h Y D � � �
u 'D O m0l Q'; N ¢ 0_ w w0 V U O
N L+ n ° ¢ i a o o m
m Q N S �') W J J
m m O m m_0 L Z d U V 0
Z D D L p Z O In In Q O — 0 >
U' O a ON+m O S Inn ry m LL D
� C n
r C m Om m C N
U O p O QDC Pn O
C
L D LDm m m m 1-
7 L 7 L m 7 = C Ip pl OU
R 7 cr m a J W Q
Z cc
O O, z
V 0 Z LD
O 0 W 0 0 Z
U Y U (,
Z
CID
y > U Z N
rc Y O I w —
W ¢ O f (r
U a Z 10 <I N Z J Q WO Q Q
N n a Z~ _ _> p 7 O K SLLV1 Z L,Z
m LA Cr
Q CO N O o o r O vOi x o U 0 UO 3W3 mO
p U LL N wZ WV)Q JZ
O U
WV z0 Q^ � ° o Ell a If WLL o
° m o o Ir U
W ZQ Z cr L w N O Q m >—a Q
IZ
W N J WWU W >O U1 UU W.r
W
LL > S N U< O
co m n m > >;m o 0 o a ° z OJ Z Q U'1
awe O O o V x J W W 0 UJZ WZ2 QZ
N w U O- ry v i O N 0 Z
7 d F-W F-W H W
0 W U 0 X OS O-cr ¢2
M J W w Q3 IY�O 03
II.L. Gd'W N In H d-- 11< EL
0x
4 O
Z - a O o
s
C4 '
ao N IE
a ! N {8
F
0
Z W U
zi
Zg
d° O
� U C3
3a� ,
J W Z �
Z& wr -- >U
h- J Cr O CL^
_ = z mQ U .0
F'-W°° o Q ^N 7 f W u CL
o e w
w w
<
O e Q W V W Q
•> O
o amQZ Uw 2W
u O O Ln
i i = O O UJI1N W J '�
ZJ Q aU N
x17 1 Pm e O ...Q V1 rZ QZ y @:C
II n `C \ O O uln wo "N
�v N Ot-ZV1W OM
�� JWO kA J Z `� 3
O WJ O Z F w Q^ C
Z °p Zml/1W0 xZ
O OQ COO UZ
U do VO UU!< f ^Q mz
^QJ JS OU
C nOl U) •J J� U x^
N - -- Ufa w=0 U V1N '
m mQ= mL ° I-a WSO ZY
Z Q Na
° ��a Q ZQ .tn
o
0 a NOm c ¢ wx(row mEO O
0 0 ONE OWWUm Q W H
mm CrUrz Soo
00 li-
N n n0 J c] - J 1-W 0
> 7¢m JYJ U W .0.2V1
2
° x O<m �OZ t/IW
WOx 1N zV11/1 WJ
q rZ(L wm< zx
W
LJ-I + * o r z O Q o
Y U N CL Z m W F- J
ZUOQU mm S
i a OZwCr^ r U wn
v J^>OU> OJ^ xf
YOa QJZ ,
J to OOaww O Z �X- �0
II Lin o vi o -- e - wxcrY-Q IN V)-Z
E
Y'O^ N W 0
J
e -
P
a° In del
w N z
N
CL
Mm O O Yw x�a O
_ F
7- Z N �(1
WG HCY
a 3 Zz
w
o oz
x w oo
_ U m U
i II w U
z
u a O 1- O
c z = o
ry O r U (r 0
= o z
z d x o O (r
omi Q�aJ J ui
�
° °° o° z rU�
°
-_ O z z W° N O u 3Q 3
C13 p 00=
a- N u wz WO
U J^ J O
Q W `� e O°- i O [r 3 �-- U U z o
U ° �n r� vu'i� 1- O ^w
a 0
CL °° o ¢° cN o. °. o° CY w w O
� N W a Z Z <cr
Q w-- W3W
w J o o Q >` > wa
LL C z W�- ° h H J W U W CL N
4 i i u y`' Q Q Q r >W >O
w o I i s in ° o o a Z u U _. ¢ --a --1-x
m O j m 8 O O g IyJ O O F- Q �V) H Q U
o o 0
CD u J J W Z
W O w
W �< W z z O a � -W
O m OS 0H=
o a u Y Ln Ln vwi a3 dau
o z zs
o � y
w cW
b o y L63: Y o
F e
C=0 Z w
o Q
uU,0 5 o Ix IL
zd� oZ5Z � _ ° mo
z {
rr�s P�5 5_� w a
= o
•' eR° X!: Zyaa < g
�f►
s� S—HD g
yy
A Y ug 5
ui 00,
I_LI ; a O y y, x U W z ((3
N sbs N W !r� 8
ON
o J ON x N a0 L) 3Q�
3 m i C) w a0 S
II E N vNi Na bo' a H a0
m Z xW �Ya
Hm° 00 0° o° 4 0 NJ
tr 0 0 a - a
L.
W o Q N, z �
e
-
0 O
O Q r o+ W QJ 3 y
IL N N b
m'm--�- WQ Qz
C
n o �^ z 60 O ZW OU 4C:
U ! �m O OQ x
WR N
S Q N
~ V0f 0 � 0 vmN Y •u 0�-0 N OY NW
lr 3 N E O .-.
O 0
�U 3 r
Z -N
Z QOy
m Q3 z
3 T 4 Q QO
zN J
ai� P C] QW wa
d z z =�
+ . d N
F- 0 0 O W
W 0 o x Q
d ¢ w sm
W , 0 m .-.Lj- Z C� o
a d u o 0
X Z lD d N N
L
I N a a
Z tl d O
O
O O (J
II Vt O O p,0 a 1 11 W Z N C V
N ~Z + m
O N AA n
�vn N L� _oo
Oa U W _
Z C0 > a Q 0 0 P P P U O L'�
Om w0 a ¢ 0
W W W N
Q a �m v 4 — wao o C:
w o0 0� ? x u ID_ c
N +L+ DL uiN O b ¢ d 0 >
L mQ N L W S �n J V O
y m N m_._ dm z a v
Zv � �0 Ot z 0 b tl mY — 2 �
(� O O +
Co Q O T C N .0 u ; 9
C
0)Q) Co
O O O O C P b
D L J L N 7 C
S O D:
P P tl N
`-. Z^
U U
P Q �
> Y N
p J ~
Z W U
¢ 1 O t- =S U LD U
O O Z J Q QQ
7 O S NO'
r n W __ _ O z z S F-- N H
n z X00- °y O� b b w M Z ~ O wz
m N o 0 0 v,o °o ° o immi x Q O U U 3 U w U
Q ry a v�° V1 �mi 4. N Wa,Z JZ
�� 3 J U -0-
m--
Q O s N O a 3
O U N Y� a H O w .Q2 WO
' ` N J W W= ` • mm' Q i Z Ir w SOW UW
CL 0 0 0 o a E o o o N a W X 3 Z Z a Q w Z- z-
W N ¢ dvi xl O O Q Ir >wW xw
W a. O U w H < r J ><W UV
W N Z r p a y cz Q Q Q > >Q W W
�y n UV N O I ioi N U U D: — a Wa
0 II�_ Z O O H Q �-O N JN
m n > v� O O O O N Ln O W J J Z D' U w m
m _ acm n °o 0 o Ue -. ; C.� W O wzZ QZ
Z Z 0 a Zz F-W
°a- 0 in x W U U O E 002 ax
o f < •1♦�����t J w w X03 03
y/ pY1. N N N ti ate-- a_,
i m y Y y 2 z 00W
o O O
ui ¢ z¢ ¢ S ¢ia N O
o o, 0 3 ® a $ o E
a - PC MS TS
N
N
O
W
N z N
o
v �N' Z _
r ����\ Od tea% m J g y ? O �g
w N y r ' V E
2 w Z 0 :.�' 2 'o 0 v
> — 2 0 v o Q r a m
W Y �. dpi. h W O Q W j a
ama �y �'� �S g O y 0
I wo �
ma CL zE P� 0� IL Z $ S
w0V) r ;: '�
w O w •w r a L)
V)=JZ Q0 �S UV)a = H =
ODUO Q U C,
W U N J W 0 ,
03
oz r¢ 2< oaw e
OO.-LO .,G
rrr¢ CO J y
WWO:S �Y UO V)O_O 3yvE
aaar x< =o cr)a~
O W Q O L N N
N N — J Cr V) I.Cr 'F
Z W J O Q O • O W W
UFGr Ur 3 r x0r 1 g
—OZwr z wx az^ $° o N °� _
V)JUYW ^O UmU OJ • F .
O^UW ZW Z EJmO a
Z>V)oix D-V) ^JZ O: OW W Na N = P f y 2 a 0 2 p
CC O_r Q O z J W O V7 i O O O i
OUC N 3 Cray rZO:O -' Y .0 n °om .. z w�•r
r^ Z w OSQ O $
wV)(rW Um mV) UN W Oo m N y\j Op
rw—OD Z U7 zO UOm W 10C `
>-^W Z r °
W Crw 0 xJr 00 J^>J n
r W O N m_ y O p u C
Cr O O�m
>
N JW OW a0U W CC EQ O
> Q~< v
Ow ON O2 °
Z-2W Jx
J V) V)x fcr V 0
am•
�
G) a
L m 0.2 U
•• 0< -'E N .0 w
C•O C• 7 0�i.
ODC PO < n N
mmm <7 U
N=
\
Rm - N2
®~ m m
O �
Z
W z
W
W
N
'O N V1
N °
a z m
N
KK m \
m 2
p i
co DI P
� J W
Q �
rm ^z
gg s
m m
• • 8 •' V)
LJ
• . w v
> r
r O
i ¢ i �•� Z 0 Z Q
r Z
Z O J w 0
7 0 w r
_ O N O_
f w Z O
0 m 0 U V)
O Q U ^ U 3
p O r N z O
z c a ^ Cr U W -- O:
N ¢ O .-. O 3 Y w
o v
0 0 cr
O ♦ * cr G 0 w
Z Q r r Q J W Q
m a r ¢
o o a J
J J CC M Z W 0 0 z
N W Z Z 0 L, w — r
= U U U f (_ O J ?
w - w r w m a
J r r V) 0 a
o $Z& ® c
0
rr N
N I�
Z N F� ZQ w
dd ti� Q W� N W d
�
by '
z
W s°
> Z Quo w Q a < o w
LLw U cj- Qam(r N =
w f J ��
Q OQ W W UJm
[C H f 6 Z Z J
~W V1 }z ...Q}
Y .W HQ F-Sc
OO Up QO �-2 UNQ
Q U Y
lL a W U N J W a0
D:aW F cr U Q OQW 1pa
UN O •UJ V)co 0'. N W-M Ur lna0 ,
;
g
Z Jo UQ ZO UQ� E
^f Z w W Q p N N N 0
J a'N - Er x
N W N O Q O • O W W c O W
QN Uf- 3 LC U� 0 ,- N 0 n a a
OZ Z WS aZ- u ID a ,n - 2 7 2 f W
r Z/ o O UmU OJ . O X N p n p0 0..,
O
ZU ZW Z - fJmO W OqP O o, O „ CO� - < •y�
a W ¢V1 JZ a OW F d N N v N LL
O .Z n 0 e a
MO 3 ¢QH r7z a 1
^Z^ W MV) O n N N a C W N
~ON f.7m mN UN W N N N ,6 C0 w
Z N ZUOCm ZZ Y W O 00
fill
M H .-,O • }.-.W O Z W 'E 0 0 ,D m 1� N O V O N > F Y n N r
^W 2J1- OOU J->J
=O2 1n02 QU^ YOJ .� . - N O +0« a) 0 42':
OZW QOU WF2> aaEQ may mLL O
MOM J22 HOW OQW2 O O m �'O L S
F aU�
L.V) (n 0 W�=V) ry _ O L LON
• • • - - 0 Cc N C Y! .0'. J S
W N Z S \ \
Z N M Q Z Y O S 0 C 0 m 9 m C 0
-
L C i
aiw � M om� u_f u u+n
e
N
O
_ N
U
Q
' N O
� J _
N
O f �
N 2 N
O N
Q� 2p
O O i
z
WO u< d'i
C
X I =
x o
X
(XVN,OOS)
O '
W
� I I
W I
a e s
/ a
W Ul
W
N== 1 U
n\
K W >
Z
z Z
wO _J
a
X w F- O O
Z
W O 'r (_
a J O Z Z O
c I a o
Q v
U V) O
a zQ in U w ¢
d a a o a
i U LC
o * O O Q - < U
a m Q LL
_ Q v -
Q ~ Q<
o ��a Q Q > m Q
U U
Z J J a M z O W W
O
° w z z a w
:3 a w �-
�_ E a o Z
LLJ
J In Ln H- N a
O
0
>p�Nyls m�iv
a-
N
O
Ln81. ,T 1 4,
. Ng °gY S�• tom .2 t W
ry �s2 - a oU w
- 7W F.,;o guW --- N - --- --- .._.0 Q o g'e � O
O naaaa N N %0 0 : c +i W z
O o o �vS U � -O
� 4 t,� W
z W £
z° �rvn-rv---.••rvrvrvry f- cl'n Wok a� E
........... - °?`d 3 E Z s7larn O N ° i
O �
n3vl
i --
1-1111-
11= Y �€
• III_
___ _
-------- -------• •• •. Nom= � W' Z
' -� - x�• z
z
o z_ o z
•� zoto HIM W x Y
o. �. .. o ry W• 1=111=
1 _
II I W`
- NW 4/1oW • HII�
C-4
M.
nave SNOI1Y00I
B,.101M
.+O.O
I •.
O • I
G 0 ,• G o , • �' - ' •pW! • .• % ♦ 444
tD
ELUO • • �� •K •• '• - Z O CCIO • • • ?�c
\� •j Z� �N , O i iU � • -
ln
- e I•KR•\(w Ma•••rut MS••1-!Iwl..••^•♦•T\♦•Ifs.,•,....... .... •0�n'• .•IM/
]ro�0
riw.sac Tw 4 w
q J
C 4 W
N
,00'9 ,00'I S
,00'Z ££'Z w
OZ QJ1
Z LLI
cr
w I o n oa
V)
� Ng
� 1
iD I = I o i a w�
D l I = z
lo C) Z p
l p
—J z� v ~ g }p�
o r
Z a
° gm
J ~W o < x j
O WY U)N JN ZN O
Q �E W
Q.
w
o O p 3 a
O Z Z°
O O UN �p
Z w a x
5
R
,00 Z OS 9
.00'9 .00'I
M
M
O Z
O
tr
1 6 �
ICJ °w
a3 - 0'Z . °� °o
a, N I pw M S QQ°
T I ZO° Z v ~U) J i
I UN g; 3W
I am O °m
w-
-J W r w
W
lY NN W O 4�
Sw W
V D:
z a
o° ,00'£ Z ,09'9
0
M o o Qo
o zQa
C3
J
.002 .9S
® O O
� n
,00'L
a a a
w so E a
w t ° 0'Z d) J }
WY Z� O d)
tD LO Ul Q W
Z° —
O a.N
4 I p� N� 4 p
N I
M
hm
e
go�lS
re 9241 f00Z 4aA iZ '03110ld
\spry 6w»DJQ SDWDr\s2uoZ\sa13BiDDJ Ja6UassDd\slOafOJd\AMP l-slnoAol Jalla4s PJDPUDIs
g 9f
o°g
op ;W
4 .S W Lu:u x°W za c� mJ J ME
11= a w z to U
mu
V]O W
0o u�w Fo jiVn u� Z99�N �W
ff'
>iF GNU g=Si a-i3
y
rc oro rcWmQ z� W'3� iz�
(n ugi . io
zK
w �,W,,m �rc°� uu "'° zio �.,UO nmo m> n
W2 YN�t�J rv>r �O WO Fro �m rNV W O
V 3« r w w r I �1 u V N
< V O u V J 2 0 a
IIF
I IHIJ I I-
1 G
II III
> 1=III: � o
� I, o u
all
W
O
Y =W W
In:2 Q
oll
zo
__+__ ___ _ n - f En n
i-
. - n ,W
o
� G
g
II
L- -
• g
0
hoM 33S
'` •.z nnnnnn
nwov+nrx Iw n
s z
s
i t �
Z <
-Y-- ,I 1 1--azz =z--1 z=t u� z v°Wi Wi�N 99 W
- II t i II i= -
_
_i' d 1 d c7 s o�i oi.., F•°°4 (D 1 11 I I 1 1 II I I I N ' �� 2 S! x2
G h I II I I 1 I II I m m m(�� ° �'"xG � � O�a
I I I I II I I °� �FOC �So � r�O�O ; ,(qy��•
n i -_1__T__I 1 11--r-
- I 1 1 I I I 1 1 1 I
44+�z4 °$q�� Of"'�
Z 5 U� U o° ff �W,,,� pG o¢ O cn
II I 1 1 I II 1 „ t I O- 3¢ Z V Y ° ¢ zyrN� p fn
II LI I I Ij 11 A o o V ¢ U 2 ¢V2
a .. 13,E 0 Dim Nz1 =vl
•6 a �z/I t
> w u W F7
.9/S Ot -f/C L-.t •8/S 01 u o W
.0-.0 n °
3i L
s
jD Z
mn O
z G,z mxe
¢2
I
x^off
o zo .-o QW
¢ rte'; z W X
�.o� S R
� I
I a
_ III 1 I
a
iu z u
of MM I ..
�O N� mZ I gat J I11—_ �+ 3
1=1I= n i °¢° ,a i o o i- 00 z 5 =
- x x — _ —11=111=111
3� n �Q zo�� t 9- =.m
9. � z q "fig - II- rn l
111 �I Q P
III_\l a - 11=
z -� III z "
Nln•Z/1 C W„ Z ZO — - •• I III I
I. � > z U z .
z Q N a„ ° =1 I=1 =1 I I =1I-ITi=I II I I- z o-
I_ n_1 1 — — H ..
0. o Fi W U
u - jz i �� Nm
S¢
so 11= go i � i x a
m z o W ~�
U v
u
x ig!
N WIn o�
V I s 0 o n In � � tD i
z 8 oY¢ II. I
• I I m 1 N I OR& g III II-
_ _ I
,o -III=III IIhI,-- •'
Z� r .` -• ..• � Zn
II I-II I=11' 111=111 Z
w„ z v V)
I � •L-,2 .S-,C
f� j ri u W •e U Yi
.O-.9
zo
NIM
'• I ;
u ix 4
z ¢Zero
i9 u �z�o
.9-.1 s wx
s3xnn �& I- � �
' _ 1 I I � I
QI _ .- 1 II aI ICI
e III 9 III
IL - •r�_ • o III
-
'
ls�
Wj
9
u
D O
� ..., .�e,e\e.w,ya\rr•eK\rwwe,s•esei\'a �W,Cit n,w.e
r cr p rn 0)o Lo-� Ua \ U
Y a =°
Z
N
W V) FL. a o W�
a Of
>1� \_ a ZG o VIII=i ,
z°LLJ �
n � IIE
ors w � 30
z 3: °a w °w z a 0:11 Q I o Q J
owO r C iD °0 9 3 O
z�F YF m n � �0:11111 � U Q � CD LIJ
a Wa Ja N 1� II W
Woo 3 J ° ¢IIII� W c ZQ
zL, � _ o oY i
'° W F w
)L)L) ��
j I -III-I I w Q
XF� x� I I% ° II=II'N
o N
I NEIIiIIi I F < J - as -Lll
J Zw I, Ilr J z w W W v c n CD C)
t
a� �o II o om Z ° m a z�
w °a Q a a F= F"
x a Z o0 0? `o 0
r N X~ 3p Y VZ
CO Z UJ U <a �.L O
? p W M� �g F dU E
H III//� Z Z z
o°a O °z A '
cr CL a
w A
J Z I W V \�i O
wp X W (n N 6 \j\ Z
Nn t M Z I �\ Om 3\�� u
3 wz K J�� �X Z u=r
z o 3 3 a /i�� Z w I °1=1i1 F
/\ N3 ¢ 1111111 o I W o
WZ xx< z F U d�u a
I' 1=111- w a
.Q Ill�llll
111=1 m
M IEiII-
X Z 111- D O 4
N0 U
lllllil:l W
- is Z Z
- O
W O I R 8'd
W p III=I 1 W
CL V)
I I I I� m � -.4 W
ED Z Y I 111—L)g<
w a F 3 zQ
zp z w a-� z J cn
vi o
Z QQ Ow O� w
CL w w
p Xw ZN pW
Op wQ Fm wU J
lea - � N� W Da
CL 4 wU �Z wU U� z_ l U� �1�pTON
�z X- x° �~ 11 a0
_ C-4 O ~U -Lr)w
In g �� J °U!V)
N
z O \' w
r ' ' /\\ °a w d o
m
� III II
a w>> ( —\�
i
4 x
o
Z j Z
° z S °I zo E '
LD a o
'Q cc
Y � ® III= ��' ~_
I � J �
Q W J N VIII
w W z I
V) Q ° z �\ 0 O oZ
r 1 Z cn cLJ < F- o II J
/,
as Y L I ` LLJ Q V) vU) wo ° a w®a W L)
W� �> 1 Y (/I I Es 3. z WWI N
xQ �a W JWw o zm J
CO w<w z > '
10Z LW i i v=i>� g °vao
x
a
ry W L J
_ ZL:zt L00g Inr £ :031-101d\I!DIOPaS\S'1IN130\lva7N�D\v1v0 d3H\:N P'60Z0