Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Date:- 9/10/2007 CAG 07-155
Awarded to: Cornerstone Earth Work, Inc.
PO Box 1269
Buckley, WA 98321
bw
ti
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
City of Renton
Monroe Ave. NE
Storm System Overflow Project
Project No. SWP-27-2330
�. City of Renton
1055 South Grady Way
Renton WA 98057
General Bid Information: 425-430-7200
Project Manager: 425-430-7293 Allen Quynn
r
® Printed on Recycled Paper
..
r
CITY OF RENTON
RENTON, WASHINGTON
r
CONTRACT DOCUMENTS
for the
Monroe Ave. NE
Storm System Overflow Project
PROJECT NO. SWP-27-2330
August 2007
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
J. sr
WASy��
27
A9�,cfisFGf E��G\`a��
S/ONALEN �l/o/o-7
' EXPIRES 10/18/Zoo 7
' CITY OF RENTON
1055 South Grady Way
Renton, WA 98057
® Printed on Recycled Paper
Cornerstone Earth Work Inc.
Letter
Cornerstone Earth Work, Inc.
- - " PO BOX 1269 License #
Buckley, WA 98321 CORNEEW957JE
Cornerstone Phone: (360)-825-4621 Bond #
Earth Work INC. YLI247368
CornerstoneEW(aaol.com
r.
Cornerstone Earth Work, Inc.
Office: 360-825-4621
Fax: 360-825-4674
Email: Cornerstoneew(a,aol.com
RESPONSIBLE OFFICER:
MARK RODARTE
i 41926 212TH Ave SE
Enumclaw, WA 98022
253-226-6240
JOB FOREMAN:
+r ROGER RODARTE
41926 212th Ave SE
Enumclaw, WA 98022
253-632-7917
BONDING AGENT:
' BRYAN WELCH
1119 Pacific Ave., 14th Floor
Tacoma, WA 98401
CORNERSTONE EARTH WORK, INC. B
PO Box 1269 --�—
Buckley, WA 98321 Member
1 Bent.Business Bu.teu'
t
r
r
r
� r
r
DEPARTMFNT OF LABOR AND INDUSTRIES
REGISTERED AS PROVIDED BY LAW AS
CONST CONT GENERAL
REGIST. # EXP. DATE
CCOl CORNEEW957JE 04/26/2009
EFFECTIVE DATE 04/26/2005
CORNERSTONE EARTH WORK INC
41926 212TH AVE SE
ENUMCLAW WA 98022
F62"52400(8/97)
•
r
r
r
1
1
1
�ti`sY o� CITY OF RENTON BUSINESS LICENSE Expiration Date
* !� + Finance Division 9/30/2008
1055 South Grady Way
Renton, WA 98057 Issued Date: License#
(425) 430-6851 9/24/2007 BL.029976
Business Location
41926 212TH AVE SE Billing Code: ocl_a
ENUMCLAW, WA 98022 Licensee has applied for a City of Renton
r
business license in accordance with Renton
Municipal Code (the Code), Title V Business,
Chapter 5 Business Licenses. The Licensee
• CORNERSTONE EARTH WORK INC
PO BOX 1269 agrees to comply with all requirements of the
BUCKLEY, WA 98321 Code, as well as State laws and regulations
applicable to the business activity licensed.
,. Post this License at the place of business.
i
CITY OF RENTON
Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Location, Vicinity Map
Instructions to Bidders,Example Schedule of Prices
Call for Bids
*I -Bid Section
*Combined Affidavit&Certificate Form: Non-Collusion,Anti-Trust Claims, Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
*Acknowledgement of Addenda
**Subcontractors List (not required for this project)
2—Contract Section
❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal -Aid FHWA)
:•City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
Insurance Information and Requirements
Certificate of Payment of Prevailing Wages
Statement of Intent to Pay Prevailing Wages
Affidavit of Prevailing Wages Paid
Prevailing Minimum Hourly Wage Rates(New job classifications)
Environmental Regulation Listing
WSDOT Amendments
City of Renton Special Provisions
Survey Control Network, Surveying Standards, and Monuments
Traffic Control Information
Site Photos
Manufacturer's Details and Information
Standard Details
Construction Plans(reduced 11 x 17)
Documents marked as follows must be submitted at the time noted and must be executed by the
Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be
signed. In the event another person has been duly authorized to execute contracts, a copy of the
corporation minutes establishing this authority must be attached to the bid document.
' * Submit with Bid
** Submit with Bid or within 24 hours of bid
❖ Submit after Notice of Award
' CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton, Washington 98057
02_Contents.1)00
i
w
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3 2 2 9
.. 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
r 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:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities included recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job-related criteria which does
+� not discriminate against women, minorities and other protected classes. Human
resources decisions will be in accordance with individual performance, staffing
requirements, governing civil service rules, and labor contract agreements.
r (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton
will cooperate fully with all organizations and commissions organized to promote fair
practices and equal opportunity in employment.
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and
Equal Employment Program will be maintained and administered to facilitate equitable
r
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.
r 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 7thday of October, 1996.
CITY OF RENTON: RENTON CITY COUNCIL:
N�ayor Council President
Attest: \
City Cler
03_SUMRY.DOC\
CITY OF RENTON
SUA&WARY OFAMF.RICANS W=DISABILITIES ACT POLICY
ADOPTED BYRESOLUTIONNO. 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 Iocal laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment, selection, promotion, termination and training shall be conducted in a non-
discriminatory manner. Personnel decisions will be based on individual performance,
staffing requirements, and in accordance with the Americans With Disabilities Act and
other applicable laws and regulations.
(2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of
Renton will cooperate fully with all organizations and commissions organized to
promote fair practices and equal opportunity for persons with disabilities in
employment and receipt of City services,activities and programs.
(3) AMERICANS WI'T'H DISABILITIES ACT POLICY-The City of Renton Americans
With Disabilities Act Policy will be maintained to facilitate equitable representation
within the City work force and to assure equal employment opportunity and equal
access to City services, activities and programs to all people with disabilities. It shall
be the responsibility and the duty of all City officials and employees to carry out the
policies and guidelines as set forth in this policy
(4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,
including bid calls, and shall be prominently displayed in appropriate City facilities.
CONCURRED IN by the City Council of the City of Renton, Washington,
this 4th day of October 1993.
C
7(-� & (� r\,\A D K
RENTON RENTON CITY COUNCIL:
Mayor ouncil President
Attest:
City Clerk
•
CITY OF RENTON
Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
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:
0 Installing approx. 148 LF of new 24-inch HDPE storm line and associated fittings, pipe anchor
assembly, concrete deadman block and rock apron on a steep slope,
r
• Install and connect one Type 11, 72"catch basin to existing storm line,
• Remove and replacing approximately 12 LF of concrete curb and gutter and chain link fence,
•
• Trench patches, grind and remove asphalt, and asphalt overlay,
• Clear grass and shrubs for pipe installation,
• Restoring cleared areas,
• Hydroseed, fertilize,mulch.
r
The estimated project cost is $60,000 to$75,000.
The award of the contract is contingent upon the City obtaining an easement from the property owner.
A total of 20 working days is allowed for completion of 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.
i
t
t
04a SCOPE.DW
No
.r
Lake
Washington
S n e
w
z
r
REENTO
r �
E 4t
PRO T
Project Vicinity
1 Y
Monroe Ave NE Storm System
0' 2000' Outfall Project
l �
NScales 1" = 2000'
City of Renton Surface Water Utility
D. Carey 8/07
w
a�
LIM
Q
aD
0
L
C
C0
G
i
NE 411 St
�- Monroe Ave
Project Location
w
z
a�
Q
a�
0
L
C0
G
Project Location
Monroe Ave NE Storm System
Outfall Project
0' 400'
N ' '
Scale: 1" = 400' City of Renton Surface Water Utility
D. Carey 8/07
INSTRUCTIONS TO BIDDERS
r
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until the time and date specified in the Call for Bids.
At that time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention
of the Project Engineer. Written addenda to clarify questions that arise may then be issued.
'p 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.
r 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.
r
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.
hr
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of
errors,the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed
advantageous to the City to do so.
8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance
of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany
each bid proposal. Checks will be returned to unsuccessful bidders immediately following the
decision as to award of contract. The check of the successful bidder will be returned provided he
enters into a contract and furnishes a satisfactory performance bond covering the full amount of the
work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to
do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure.
9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points.
10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability
to satisfactorily perform the work.
11. Payment for this work will be made in Cash Warrants.
12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under Attachment
A herein and as identified within Specification Section 1-07.18.
Revised:04/06 bh
■r
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.
.. 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
r 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 contract item and any attempt to
include the trench safety systems as an incidental cost is prohibited.
18. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
s work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under
section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining
updated issues of the prevailing wage rate forms as they become available during the duration of the
*� contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into
for work on this project.
.. 19. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
,,,■ environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in
performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound
Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos
materials.
Revised:04/06 bh
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Special Provisions or
other sections of these contract documents. These standard specifications are hereby made a part of
this contract and shall control and guide all activities within this project whether referred to directly,
paragraph by paragraph, or not.
r
1. WSDOT "2006 Standard Specifications for Road,Bridge and Municipal Construction"
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 standards shall be modified to read
r "City of Renton," unless specifically referring to a standard specification or test method.
B. All references to measurement and payment in the WSDOT standards shall be deleted and
the measurement and payment provisions of Section 1-09 of the City of Renton Special
Provisions,Measurement and Payment(added herein), and Section 1-09.14 shall govern.
21. If a soils investigation has been completed, a copy may be included as an appendix to this document.
If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize
themselves adequately with the project site and existing subsurface condition as needed to submit their
bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations
as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and
other buried or surface improvements and shall restore the site to the satisfaction of the City.
r. 22 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as"Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
❑ Have you submitted the Subcontractors List(If required)
.r ❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
Revised:04/06 bh
" E X A M P L E - SCHEDULE OF PRICES "
This Example shows how the Schedule of Prices should be filled out.
The prices are for illustration only, and do not represent actual unit prices for those items.
The Unit Price for all bid items, all extensions, and Total amount of the bid must be filled in.
Handwritten words and figures are acceptable (must be legible).
FOR EACH BID ITEM
1 Write the Unit Price in words and figures (number). The words and figures must be equal.
Example: Nine hundred dollars, $900.00.
2 Multiply the Quantity by the Unit Price, write the result in the "Amount' column as a figure.
Example: Bid Item#2, 200 Linear Foot x$1.20 = $240.00
•• 3 Add the Amounts for all bid items and write the result in the"Subtotal' column (example: $5,315.35).
4 Multiply the Subtotal by the Sales Tax, write the result in the"Sales Tax" column (when present).
Example: $5,315.35 x 8.8% = $467.75
5 Add the Subtotal and the Sales Tax, write the result in the "TOTAL" column.
RECHECK THE WORDS, FIGURES, AND MATH
The bid may be rejected if the Unit Price (in words) is not the same as the Unit Price (in figures).
EXAMPLE
ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
1. 1 Erosion Control
r Lump Sum $ Nine hundred dollars $ 900.00 $ 900.00
2. 200 Clear Fence Line
Linear Foot $ One dollar and twenty cents $ 1.20 $ 240.00
3. 150 Topsoil
Cubic Yard $ Three dollars $ 3.00 $ 450.00
ur
4. 2 Chain Link Gate
Each $ One thousand two hundred dollars _ $ 1,200.00 $ 2,400.00
5. 0.40 Hydro-seed
Acre $ Two thousand dollars $ 2,000.00 $ 800.00
6. 1 Restoration
Lump Sum $ Five Hundred twenty five dollars and $ 525.35 $ 525.35
thirtyfive cents
Subtotal $ 5,315.35
8.8% Sales Tax $ 467.75
TOTAL $ 5,783.10
06-Example Sched Prices.doc
an
CAG-07-155
.. CITY OF RENTON
CALL FOR BIDS
Monroe Ave. NE Storm System Overflow Project
s
Sealed bids will be received until 2:30 p.m., Tuesday, September 4, 2007, at the City Clerk's office,
7"' floor, and will be opened and publicly read in conference room #511 on the 51' floor, Renton City
Hall, 1055 South Grady Way, Renton WA 98057.
The work to be performed within 20 working days from the date of commencement under this contract
shall include,but not be limited to:
24
Installing approximately 148 LF of- -inch HDPE storm line, associated fittings, pipe anchor
.. assembly, concrete deadman block and rock apron on a steep slope. Installing and connecting one
Type Il, 72" catch basin to existing storm line. Removing and replace approximately 12 LF of
concrete curb and gutter and chain link fence. Trench patches, grind and remove asphalt, and asphalt
.. overlay. Clearing grass, shrubs, and wooded areas for pipe installation. Restoring cleared areas, and
hydroseed, fertilize, mulch.
The award of the contract is contingent upon the City obtaining an easement from the property owner.
The estimated project cost is $60,000 to $75,000.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available August 14, 2007. Plans, specifications, addenda, and the plan holders
list for this project are available on-line through Builders Exchange of Washington, Inc., at
http://www.bxwa.com. Click on"bxwa.com'; "Posted Projects", "Public Works", "City of Renton",
•• "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder,"in order to receive
automatic email notification of future addenda and to be placed on the "Bidders List.")
Questions about the project shall be addressed to, Allen Quynn, City of Renton,P/B/PW, 1055 Grady
«. Way, Fifth Floor, Renton, WA, 98057,phone(425)430-7247, fax(425)430-7241.
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.
�., &u41A4 IJ
Bonnie I. Walton, City Clerk
Published:
` Daily Journal of Commerce August 14, 2007
Daily Journal of Commerce August 21, 2007
Daily Journal of Commerce August 28, 2007
I - BID SECTION
Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
The following documents must be submitted for the bid at the time noted, and must be executed
by the Contractor, President and Vice President or Secretary if corporation by-laws permit.
All pages must be signed. In the event another person has been duly authorized to execute
contracts, a copy of the corporation minutes establishing this authority must be attached to the bid
document.
*1 —Bid Section Cover Sheet (this page)
*Combined Affidavit& Certificate Form: Non-Collusion, Anti-Trust Claims,
and Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
*Acknowledgement of Addenda
�.
"Subcontractors Subcontractors List (not required for this project)
* Submit with Bid
Submit with Bid or within 24 hours of bid
23 Bidder's Checklist
❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index
are included in their copy of the bid specifications. If documents are missing, it is the sole
responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to
bid opening time.
❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"?
❑ Has bid bond or certified check been enclosed?
❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax?
❑ Has the proposal been signed?
❑ Have you bid on ALL ITEMS and ALL SCHEDULES?
s
❑ Have you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda, if any?
Ile-Bid Instructions.D00
CITY OF RENTON
Combined Affidavit and Certification form:
' Non-Collusion,Anti-7Yust,and Minimum Wage
(Non-Federal Aid)
NON-COLLUSION AFFIDAVIT
' Being duly sworn, deposes and says,that he is the identical person who submitted the foregoing proposal or bid, and that
such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and
further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to
put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner
sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders.
AND
' CERTIFICATION RE: ASSIGNMENT OF
ANTI-TRUST CLAIMS TO PURCHASER
' Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in
fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-
charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting
from anti-trust violations commencing after the date of the bid,quotation, or other event establishing the price under this
order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign
any and all such claims to purchaser, subject to the aforementioned exception.
AND
MINIMUM WAGE AFFIDAVIT FORM
' 1,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.
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND
MINIMUM WAGE AFFIDAVIT
i
Monroe Ave NE Storm System Overflow Project
Name of Project
.. I kY
Name of Bidder's Firm
Signature of�Authorized Representative of Bidder
Subscribed and sworn to before me on this `t" day o 001
Notary Public in and for the State of Washin
Notary Public
State of Washington Notary (Print) 1 v Ste— I2
ALISON K SANCHEZ M appointment ex ices:
My Appointment Expires Sep 26. 2010 y Pp P 2 Z
�ge 15 Non-Collusion Affidavit
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the
amount of$ 3,700.00 which amount is not less than five percent of the total bid.
Signature
Know All Men by These Presents:
That we, CORNERSTONE EARTH WORK INC. as Principal, and
DEVEWPERS SURETY AND INDEMNITY COMPANY as Surety, are held and firmly-bound unto the City of Renton,
as Obligee, in the penal sum of THREE THOUSAND SEVEN HUNDRED Dollars,
cur the payment of loch the Principal and the Surety bind ui_-MSC],',eS, ti a," 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
Monroe Ave NE Storm System Oveftow Proiect 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 28TH DAY OF AUGUST , 200 7 .
Principal T
Suret BRYAN WELC ATTORNEY—IN—F_a_ T
Received return of deposit in the sum of$
,s
' POWER OF•ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO BOX 19725,IRVINE.CA 92623 (949)263-3300
KNOW ALL MEN BY"THESE PRESENTS,that except as expressly limited. DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY
COMPANY OF CALIFORNIA,do each,hereby make,constitute and appoint:
***Daniel A. Welch, David A. Wiita, Clemente A. O'Neal, Bryan Welch, Thomas D. Rossetto, Ryan Wiita, John
P. Glass, Jennifer W. Peterson, jointly or severally***
as their true and lawful Attorneys)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties•bonds,undertakings
and contracts of suretyship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary.requisite or proper
to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and
all of the acts of said Attorneys)-in-Fact,pursuant to these presents,are hereby ratified and confirmed.
1 This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of
DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of November I,2000:
RESOLVED,that the Chairman of the Board.the President and any Vice President of the corporation be,and that each of them hereby is,authorized to
execute Powers of Attorney,qualifying the attorney(s)named in the Powers ofAttomey to execute,on behalf of the corporations,bonds,undertakings and contracts
of suretyship;and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such
Power of Attorney;
RESOLVED.FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by
facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in
the future with respect to any bond,undertaking or contract of suretyship to which it is attached.
' IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused
these presents to be signed by their respective Executive Vice President and attested by their respective Secretary this I st day of December, 2005.
By: .,ANO.�:''. ?ANY
David H.Rhodes,Executive Vice-President e Q�� 40, GOM PO OT
-co ;'��PORyrF?�ti �� ri �q�F r
?v
?a'; 10 ne w 1967
By: 0- 1 9 3 6
Walter A.Crowell,Secretary .
STATE OF CALIFORNIA
COUNTY OF ORANGE J
On December 1.2005 before me,Gina L.Garner, Notary Public(here insert name and title of the officer), personally appeared David H.Rhodes and
Walter A.Crowell,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her./their authorized capacity0es),and that by his/her%their signature(s)on the instrument
the person(s),or the entity upon behalfofwhich the person(s)acted,executed the instrument.
WITNESS my hand and official seal. _
GINA L.GARNER
COMM.# 1569561
Signature (SEAL) NOTARY PUBLIC CALIFORNIA
3 ORANGE COUNTY
My comm.expires May 13,2009
CERTIFICATE
The undersigned,as Assistant Secretory,of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,
does hereby certify that the foregoing Power of Attorney remains in full fierce and has not been revoked,and furthermore,that the provisions of the resolutions of
the respective Boards of Directors of said corporations set forth in the Power off�A/ttoomey are iAflasofthe ate of this Certificate.
This Certificate is executed in the City of Irvine,California,the `0 ,day of
Apt"
L
' BY _
Albert Hillebrand, Assistant Secretary
I D-1310(Rev. 11/01)
CITY OF RENTON
' Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
' PROPOSAL
TO THE CITY OF RENTON
' RENTON, WASHINGTON
Ladies and/or Gentlemen:
' The undersigned hereby certify that the bidder has examined the site of the proposed work and have
read and thoroughly understand the plans, specifications and contract governing the work embraced in
this improvement,and the method by which payment will be made for said work,and hereby propose
to undertake and complete the work embraced in this improvement,or as much thereof as can be
completed with the money available, in accordance with the said plans, specifications and contract
and the following schedule of rates and prices:
(Note:Unit prices for all items,all extensions,and total
amount of bid should be shown. Show unit prices both in
' writing and in figures.)
Printed Name: L—kz V—il 0u
Signature: I�yh—th
Address: 212 `
' Names of Members of Partnership:
OR
Name of President of Corporation
Name of Secretary of Corporation
' Corporation.Organized under the laws of kA YWIZ)
With Main Office in State of Washington at 2 Ye-- &y �
io PxOP.DOc\
[ge 17 Proposal
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
r
CITY OF RENTON
Monroe Ave. NE Storm System Overflow Project, SWP-27-2330
11s SCHEDULE OF PRICES — Use sheet generated by Excel Bid Tab
(State Sales Tax Rule 171 Applies to this Project)
Note: Unit prices for all items,all extensions and total amount of bid must be shown. Show unit prices in both words and figures.
Where conflict occurs the written or typed words shall prevail. See Special Provisions for Bid Item descriptions.
ITEM APPROX. -ITEM NAME WITH UNIT PRICE UNIT PRICE AMOUNT
W NO. QUANTITY (Unit Prices to be written in words) (figure) (figure)
1 - 1 Mobilization
Lump Sum $�de 1�1 � C $ 13(s ct I;0 3
+U,h �CuV3 &vW "v\ -'tt'tkA,Ali?
2- 1 Construction Surveying, Staking, As-Built
Lump Sum $_:h,2 'V n uYQ oJl nl,�I tGa-s $ 2-bug .m $ ZOLO. 6G
'
3- 1 Traffic LCgr}trol
Lump Sum $ Lba
� $� •co 00
�,k rco l t o�!-5 k � c o•�
4 - 1 Erosion Control
Lump Sum OvAY - $ Z51U -l It $ 25 ju 1 to
XtQ�P1 c 1U�rs •�-crotk.\ Si,< C'M*
5 - 1 Trench Excavation Safety'Systemt' .
Lump Sum $�']. D $
I -kk-tr S t,t, C
6- 3 Pothole Utility
Each $ 12i)r V-A Ve-c4 A 1 W-05 10- CA�$ q00 00 $ 1 2'70 • 00
7 - 1 C tch Basin Type 11, 72" ,--1
Each 4 ��
$ Q vtQY -$ $ l b
ev CQ.k
' 8- 1 Conn ct New dB to Existing Storm Li e^
Each $ Luo t;u,nrl . won 11� K $ �y l�. $ �/[�, d0
A f(aks "p C
'
9- 148 24-inch HDPE Storm Pip
Linear Foot $ S Q uo l��'tt _�'');L (1 c Cava g 75, 60 $ l ( 00,0D
10 1 HDPE Pipe Fittings V211-923
Lump Sum $� C G seVru $ 2-71- S $
11 1 Pipe Anchor Assembly
Each Imo -<c tell�c,tv ,a C;(. " 7 $ clb-1. 1�C) $ �
' G) Lam.
12 1 Concr to Deadm n Block
Lump Sum Iwo u S $ f�, p0 $ 20' 1 .(e U
13 75 Rbck Apr onr Heavy Rip-Rap rry�
Ton $ }W 2�t ti Q l�xS $ `7' $
14 190 Sawcuttin
Linear Foot $ ftve C—�o' 4 ul0 5'�� $ -6,au $ qSD , o b
15 100 Quarry Sp Its
Ton $ SP�r mac„ S Ko CAVL: $ I-LOO $ Od ��
kl lb-Schell Prices.doe
�ge 18
ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
a•
16 80 Import Trench B c fill
Ton $__+J()4 flaA $ 2 p, $ I
17 10 Crushed Surf ci g
Irri Ton $ e�-'�( C�1 n►rS �_ yt-D $
—w.._J-
18 22 Hot Mix Aspal (H A)Class %"
Ton $Qn� �+I,vJwv.aVi -LLJ4 VI-0 $ U , Q7C7 $ 2,4 2U-po
e L,jXAS.
19 2 Remove Tre
Each $pkt e- YA SQU _ VC $J. $ 3�y- on
20 12 F emove, Replace Conc, Curb and Gutter
Linear Foot $`a}'t!4 vAU., al IAA � y,p ( -t. $ o .ego $
Remove/Restore Fen�e
21 1
Lump Sum $dk-e a--k:Ca vSe4,ld LA, KP wds.$ 1 00 - 00 $ Jmol oy
22 1 Restoration, Fertilizing and Seeding
Lump Sum $_ $ $ PZ0.
23 1 Minor Changes
w Lump Sum $ One thousand dollars $ 11000 $ 1,000
State Sales Tax Rule 171 Applies to this Project
r
TOTAL $ —7Z2 Q. (OS
a•
w
r■
an
a•
111-Seized Prices.doc
Wege 19
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
rr CITY OF RENTON
Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
Yr
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
6
ACKNOWLEDGEMENT OF RECEIPT'OF ADDENDA
NO.—L_ DATE: -"
t NO. DATE:
NO. DATE:
NO. DATE:
NO. DATE:
SIGNED: dw '� ___
TITLE: v o(p Res &��.t---
NAME OF COMPANY: (t rK a'Sib os C iy-4h
ADDRESS: 1.6.2u '21Z` 1-
CITY/STATE/ZIP: 61 ( JA)I 1A '7662 2
TELEPHONE:f(2D—
Nege 20 Acknowledgement of Receipt of Addenda
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com
%W
2 — CONTRACT SECTION
ow
INFORMATION ONLY
.. Monroe Ave. NE Storm System Overflow Project
SWP-27-2330
The contract documents in this section must be executed and submitted by the successful Bidder
within ten (10) days following the Notice of Award.
_ ❖Bond to the City of Renton
❖Fair Practices Policy Affidavit of Compliance
❖Contract Agreement(Contracts other than Federal - Aid FHWA)
.� ❖City of Renton Insurance Information Form
❖City of Renton Standard Endorsement Form
❖ Submit after Notice of Award
w
w
w
r
M
1W
12c-Contract Section.D00
Rr
BOND TO THE CITY OF RENTON
KNOW ALL MIEN BYTHESE PRESENTS:
That we,the undersigned CORNERSTONE EARTH WORK INC.
as principal, and DEVELOPERS SURETY & INDEMNITY CO corporation organized and existing
under the la-,vs of the State of IOWA as a surety corporation, and qualified
under the laws of the State of Washington to become surety upon bonds of contractors with municipal
corporations, as surety are jointly acid severally held and firmly bound to the City of Renton in the
penal sum of$72,240.63 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.
Dated at
TACOMA ,Washington,this_ 28TH day of SEPTEMBER ,2(97
+� Nevertheless.the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Constructidn Contract CAG-07-155 providing for
construction of Monroe Ave. NE Storm SNstem
and Pro'eet the principal is required to
furnish a bond for the faithful performance of the
WHEREAS, the principal for sm accepted,manner andbo i tun the time the
et contract, and undertake to perform
the work therein provided
NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract to
the manner and within the time therein set forth, of within such extensions of time as may be granted
.�.� under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all
with provisions and supplies for the
persons who shall supply said principal or subcontractors
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
k,
of Renton harmless from any damage or expense by reason of failure of performance as specified in
the contract or from defects appearing or deveioping 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.
DEVELOPERS SURETY AND INDEMNITY CO
Principal Surety
Signatu BRYAN W CH
S
ATTORN —IN—FACT _ ---
Title
Title
_ POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO BOX 19725,IRVINE,CA 92623 (949)263-3300
KNOW ALL MEN BY THESE PRESENTS,that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY
COMPANY OF CALIFORNIA,do each,hereby make,constitute and appoint:
***Daniel A. Welch, David A. Wiita, Clemence A. O'Neal, Bryan Welch, Thomas D. Rossetto,
Ryan Wiita, jointly or severally***
' as their true and lawful Attomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings
and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper
to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and
all of the acts of said Attomey(s)-in-Fact,pursuant to these presents,are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of
DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of November 1,2000:
RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is,authorized to
execute Powers of Attorney,qualifying the attorticy(s)named in the Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts
of suretyship;and that the Secretary or any Assistant Secretary of the corporations be,and each of them hereby is,authorized to attest the execution of any such
Power of Attorney;
' RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by
facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in
the future with respect to any bond,undertaking or contract of suretyship to which it is attached.
IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused
these presents to be signed by their respective Executive Vice President and attested by their respective Secretary this 1 st day of February,2005.
By. .....uun'.....C�L���
David H.Rhodes,Executive Vice-President °�(1 ANU �itr '., PAN YO
OF
0
yJ��O�P0Rgr�F*'-� VGOP PO
g9�tt`
-` OCT. `:< Z = OCT.5 T
=om� 10 cn� W 1967
By.Walter A.Crowell,Secretary ° 1 9 3 6
g4
� a �2 1F
'-.7 .IOWA .��a, O
STATE OF CALIFORNIA )
)SS.
COUNTY OF ORANGE )
On February 1,2005,before me,Nita G.Hiffineyer,personally appeared David H.Rhodes and Walter A.Crowell,personally known to me(or proved
to me on the basis of satisfactory evidence)to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the
' same in their authorized capacities,and that by their signatures on the instrument the entity upon behalf of which the persons acted,executed the instrument.
WITNESS my hand and official seal. -- -
NITA G.HIFFMEYER
' a COMM.#1543481
NOTARY PUBIC CALIFORNIA
Signature - e ORANGE COUNTY N
' @,My Comm,exr*es Jan.10,2009 t
CERTIFICATE
The undersigned,as Executive Vice-President,of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF
CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked,and furthermore,that the provisions of
the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney,are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine,California,the It; day of t
By< `
David L.Kerrigan,Executive Vice-President
ID-1380(Rev.2/05)
��y CITY OF RENTON
am FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
hlffi�l�,Lakl� WuLL41C hereby confirms and declares that
(Name of contractor/subcontractor/consultant)
I. It is the olic V
p Y of !�l L. to offer equal
(Name of contractor/subcontractor/consultant)
,w opportunity to all qualified employees and applicants for employment without regard to
the race,creed, color, sex, national origin, age, disability or veteran status.
.r �Aors—IKe ( ��(l UVd 1/L p pp complies with all applicable
(Name of contractor/subcontractor/consultant)
federal, state and local laws governing non-discrimination in employment.
III. When applicable, � �/� 'fQ �[ {� �/��6� will seek out and
r (Name of contractor/subcontractor/consultant)
negotiate with minority and women contractors for the award of subcontracts.
P"� K 6dj*t
go Print Agent/Representative's Name
Print Agent/Representative's Title
r
Agent/Representative's Signature
Date Signed
nr
w
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\14_FAIR.DOC\
so
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this /0 day of OWMA-1 , 200 7 . by
and between THE CITY OF RENTON, Washington, a�tmunici al corporation of the State of
Washington, hereinafter referred to as "CITY" and �lY vie y �/(.��✓k{ ��,
hereinafter referred to as "CONTRACTOR."
.. WITNESSETH:
1) The Contractor shall within the time stipulated, (to-wit: within 20 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. SWP-27-2330 for improvement by construction and installation of:
Monroe Ave.NE Storm System Overflow Project
Work as described in "Scope of Work"dated August 2007 ,attached hereto.
r
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
,r all of said labor, materials, appliances, machines, tools, equipment and services shall be
furnished and the construction installation performed and completed to the satisfaction and
the approval of the City's Public Works Director as being in such conformity with the plans,
specifications and all requirements of or arising under the Contract. The Contractor agrees to
use recycled materials whenever practicable.
2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of
this agreement, consists of the following documents, all of which are component parts of said
Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached.
a) This Agreement
b) Instruction to Bidders
„r c) Bid Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
3) If the Contractor refuses or fails to prosecute the work or any part thereof,with such diligence
as will insure its completion within the time specified in this Contract, or any extension in
writing thereof, or fails to complete said work with such time, or if the Contractor shall be
adjudged a bankrupt, or if he should make a general assignment for the benefit of his
creditors,or if a receiver shall be appointed on account of the Contractor's insolvency,or if he
or any of his subcontractors should violate any of the provisions of this Contract, the City
may then serve written notice upon him and his surety of its intention to terminate the
Contract, and unless within ten (10) days after the serving of such notice, such violation or
non-compliance of any provision of the Contract shall cease and satisfactory arrangement for
the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day
period, cease and terminate in every respect. In the event of any such termination, the City
shall immediately serve written notice thereof upon the surety and the Contractor and the
surety shall have the right to take over and perform the Contract, provided, however, that if
the surety within fifteen(15)das after the serving upon it of such notice of termination does
not perform the Contract or does not commence performance thereof,the City itself may take
over the work under the Contract and prosecute the same to completion by Contract or by any
other method it may deem advisable, for the account and at the expense of the Contractor,
and his surety shall be liable to the City for any excess cost or other damages occasioned the
City thereby. In such event, the City, if it so elects, may, without liability for so doing, take
possession of and utilize in completing said Contract such materials, machinery, appliances,
equipment, plants and other properties belonging to the Contractor as may be on site of the
project and useful therein.
4) The foregoing provisions are in addition to and not in limitation of any other rights or
remedies available to the City.
{ 5) Contractor agrees and covenants to hold and save the City, its officers, agents,representatives
and employees harmless and to promptly indemnify same from and against any and all
claims, actions, damages, liability of every type and nature including all costs and legal
expenses incurred by reason of any work arising under or in connection with the Contract to
be performed hereunder, including loss of life, personal injury and/or damage to property
arising from or out of any occurrence, omission or activity upon, on or about the premises
worked upon or in any way relating to this Contract. This hold harmless and indemnification
provision shall likewise apply for or on account of any patented or unpatented invention,
process, article or appliance manufactured for use in the performance of the Contract,
including its use by the City, unless otherwise specifically provided for in this Contract.
The Contractor agrees to name the City as an additional insured on a noncontributory primary
rY P rY
basis. In the event the City shall, without fault on its part, be made a party to any litigation
commenced by or against Contractor, then Contractor shall proceed and hold the City
harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid
by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs,
expenses and reasonable attorney's fees that may be incurred or paid by City in the
enforcement of any of the covenants,provisions and agreements hereunder.
' Nothing herein shall require the Contractor to indemnify the City against and hold harmless
the City, from claims, demands or suits based solely upon the conduct of the City, its officers
or employees and provided further that if claims or suits are caused by or result from the
concurrent negligence of(a)the Contractor's agents or employees and (b)the City, its agents,
officers and employees, and involves those actions covered by RCW 4.24.115,this indemnity
provision with respect to claims or suits based upon such concurrent negligence shall be valid
and enforceable only to the extent of the Contractor's negligence or the negligence of the
Contractor's agents or employees.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2330 - Monroe Ave Overflow\1141 FINAL
Specs-2006\1 5b-Contract-New-6-13-07.doc
Should a court of competent jurisdiction determine that this agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the contractor
and the city, its officers, officials, employees and volunteers, the contractor's liability
hereunder shall be only to the extent of the contractor's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitute the contractor's
waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes
of this indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this agreement.
.� 6) Any notice from one party to the other party under the Contract shall be in writing and shall
be dated and signed by the party giving such notice or by its duly authorized representative of
such party. Any such notice as heretofore specified shall be given by personal delivery
thereof or by depositing same in the United States mail, postage prepaid, certified or
registered mail.
7) The Contractor shall commence performance of the Contract no later than 10 calendar days
after Contract final execution, and shall complete the full performance of the Contract not
later than 20 working days from the date of commencement. For each and every
working day of delay after the established day of completion, it is hereby stipulated and
agreed that the damages to the City occasioned by said delay will be the sum of per Section
1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such
day, which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire
use of any installation provided for by this Contract shall relieve the Contractor of liability in
,r respect to any warranties or responsibility for faulty materials or workmanship. The
Contractor shall be under the duty to remedy any defects in the work and pay for any damage
to other work resulting therefrom which shall appear within the period of one (1) year from
the date of final acceptance of the work, unless a longer period is specified. The City will
give notice of observed defects as heretofore specified with reasonable promptness after
discovery thereof, and Contractor shall be obligated to take immediate steps to correct and
remedy any such defect, fault or breach at the sole cost and expense of Contractor.
The Contractor agrees the above one year limitation shall not exclude or diminish the City's
rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year but prior to the expiration of the legal time
period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability
expressed or implied arising out of a written agreement.
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
12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the
State of Washington.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2330 - Monroe Ave Overflow\1141 FINAL
Specs-2006\1 Sb-Contract-New-6-13-07.doc
r
11) The Contractor shall verify, when submitting first payment invoice and annually thereafter,
possession of a current City of Renton business license while conducting work for the City.
The Contractor shall require, and provide verification upon request, that all subcontractors
participating in a City project possess a current City of Renton business license. The
Contractor shall provide, and obtain City approval of, a traffic control plan prior to
conducting work in City right-of-way. (/
12) The total amount of this contract is the sum of 7�, 2�T 0• U3
numbe
*L0 hL)AdJeq( l C, S,yi,- -kc
written words
plus Washington State Sales Tax. Payments will be made to Contractor as specified in the
"Special Provisions" of this Contract.
.. 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.
CONTRAC OR CITY OFF R�ENTON
Pres dent/Pa ner/Owner Mthy Keolker
'! ATTEST
Secretary —7Boonnie I. Walton City Clerk
dba )VQ cAkyl
I 1A
—� Firm Name
check one
❑ Individual ❑ Partnership orporation Incorporated in RAS v7
Attention:
r. Attention:
If business is a CORPORATION, name of the corporation should be listed in full and both
s President and Secretary must sign the contract, OR if one signature is permitted by corporation by-
laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a
(doing business as)and firm or trade name; any one partner may sign the contract.
If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear
followed by d/b/a and name of the company.
H:\File Sys\SWP - Surface Water Projects\SWP-27 - Surface Water Projects (CIP)\27-2330 - Monroe Ave Overflow\1141 FINAL
Specs-2006\1 5b-Contract-New-6-13-07.doc
Cornerstone Earth Work Inc.
Letter
C-x Cornerstone Earth Work, Inc.
PO BOX 1269 License #
Buckley, WA 98321 CORNEEW957JE
Cornerstone Phone: (360)-825-4621 Bond #
Earth Work INC. YL1247368
CornerstoneEW a!aol.com
Cornerstone Earth Work, Inc.
Office: 360-825-4621
Fax: 360-825-4674
Email: Cornerstoneew(raol.com
To Whom It May Concern:
The following persons are authorized to sign contracts for
Cornerstone Earth Work, Inc.:
Mark Rodarte
President/Owner
Leonie Rodarte
Vice President/Owner
Roger Rodarte
Superintendent
1 Alison Sanchez
Office Manager
Thank you,
Mark Rodarte, Prpesiddet
CORNERSTONE EARTH WORK, INC. B
PO Box 1269
Buckley, WA 98321 Member
Better Business Bureau
i
Y City of Renton
�'G } Human Resources& Risk Management Department
Insurance Information Form
FOR Monroe Ave.NE Storm Svsteru Overnow Project
PROJECT DUMBER:SWP-27-2330 STAFF CONTACT.Allen Quynn
Certificate of Insurance indicates the coverages/]imits spc:ificd in 71 Yes ❑ No
contract? 6tV-Z i� ; " 7 46.J -e+
Are the following coverages and/or conditions in effbct? ❑ Yes ❑ No
Tte Commercial General Liability policy form is an ISO 1993 Yes ❑ No
Occurrence Form or Equivalent?
(If no,attach u copy of the policy with required coverages clearly
identified) �,r
CC OW3 Amendatory Endorsement provided?" ❑ Yes ( No
General Aggregate provided on a"per project basis(G 2503)?" Yes /© No
Additional Insured wording provided?' Yes ❑ No
Coverage on a primary basis and non-contributing bass!&?x Yes ❑ Ito
Waiver of Subrogation Clause applies?" �Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? CA Yes ❑ No
Notice of Can cellation/Non-Renewal amended to 45 days" t�{Yes ❑ Ne
'To be shown on cerrfrcare of insurance* /
AM REST'S RATING FOR CARRIER
GL _ Auta _14 L mb _ ©fessional _/✓_1A—
This Questionnaire is issued as a matter of information. This questionnaire is not an insurarwe policy and does
not amend,extend or alter the coverage afforded by t~he policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the polities and/or specific
r,. declaration pages FROM awarded bidder prior to execution
of
j ofcont:act..
4 A_ $Y-V_A V1
Agency/Broker Com l etej B (Type or ' Gl/c Name t
,.l
Address j Compl ed$y(Si Pa/re)
Nam.-ofpelln to contact Telcphorscnumber
:VOTE: THIS QL a77O1VgVRE AJt1.5 ' HE Co.i PT rrED FOR EACH LNF, OF. COYEiGE AND
A7T4C'HED TO CERTIFICATE OF INSURANCE
r•�
q'd VeM yite3 ouols3owoo dSZ:bO LO Ll deS
tw
INSURANCE INFORMATION
and REQUIREMENTS
on
IAW
ACaRD CERTIFICATE OF LIABILITY INSURAANCE 10/{z 200'
FRODUCER (800)362-5220 FAX: (800)496-6054 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
AAA Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
PO Box 1957 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Tacoma WA 98401-1957 INSURERS AFFORDING COVERAGE NAIL#
INSURED INSURERA:American States Ins Co.
Cornerstone Barth Work Inc. ,NSURERB;Ohio Casualt Snc, Co.
PO Box 1269 INsmm c:General Insurance Com an
INSURER 0.
Buckley WA 98321 INSURER
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY
REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,
AGGREGATE L IM"SHOM MAY HAVE BE E ED
INSR AWL POLICY EFFECTIVE POLICY EXPatATION
.Lm Mur TYPE OF INSURANCE POLICY NUMSER DA DAT4jMWDONYI LIMITS
OENEBALUABILITY QCQURRENCE 4 1,000 000
X COlM RCiAL GENERAL UA6ILRY DAMAGE TO RENTED 8 200,000 SIF.
A X CLAIMS MADE FX7 OCCUR OICK62272510 10/01/2007 10/01/2006 AIEDEXP , 9 10,000
11000,000
GENERAL AGGREGATE # 2,000,000
GWL AGGREGATE LIMIT APPLES PER: 2,000,000
7Z PRO LOG
C AUTOMORM LUUML f 24CC20925610 10/04/2007 10/04/2006 COMBINED SINGLE LIMIT
X ANY AUTO - (Ee amen) D 1,000,000
ALL OV44ED AUTOS BODILY INJURY
SCHEDULED AUTOS (Plar Pw—)
HIRFD AUTOS BODILY INJURY
NOM-OWNEDAUTOS (pO,aMy-vI) 8
PROPERTY DAMAGE a
OARAOE LIABILITY AUTO ONLY-FA ACCIDENT 3
ANY AUTO OTHER THAN
AUTO ONLY:
A XXCE33UMBRSUALIAWLITY 018039766510 10/06/2007 10/04/2008 1,000,000
X OCCUR ❑CLAIMS MADE 60REGATE 1,000,000
DEDUCTIBLE 9
RETENTION
WORKERS COMPENOATION AND I 1NC STATU-EMPLOYERS LIABILITY -
ANYPROPRIETORIPARTNFR/EXECUTIVE HACCID
OFFICERA WMHER EXCLUDED?
E.L-DISEASE-EAEI ' QYELJ
E yes,daectroe ur4ar
OVIStON!�b F.L.DISEASE
B OTHER W-1053206282 8/9/2007 8/9/200$ rented sgwLpm+nt 100,000
CONTRACTOR EQUIP
DESCRIPTION OF OPERATIONStLOCATION SIVENICLESIEXCLUGSONB ADDED BY ENOORSEMEItT/SPfiCNU.PROVISIONS
The City of Renton is an additional insured. The insurance is primary and noncontributory per attached form CG 76 80
10 02.
s
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POUCIE3 BE CANCELLED BEFORE THE
W
City of Renton EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
1055 South Grady Way 45 DAYS WRrrmm NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT
Renton, WA 98057 FAILURE TO DO So SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
W- MURER,ITS AGENTS OR REPRESENTATIVES.
AUTHORREO REPRESENTATIVE /fir
Bryan Wet r..h/BWE �` - �a
lk ACORD 25(2001106) 0.)ACORD CORPORATION 1988
INS025(01moea PagOI a2
I
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED PRIMARY
COVERAGE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
CITY OF RENTON
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
SECTION II WHO IS AN INSURED is amended to you. Coverage shall be limited to the extent of your
include as an additional insured the person or negligence or fault according to the applicable princi-
organization shown in the Schedule subject to the ples of comparative fault.
following provisions:
The insurance provided will not exceed the lesser of:
1. The additional insured is an insured but only for
liability directly resulting from: a. The coverage and/or limits of this policy, or
a. your ongoing operations for the additional in- b. The coverage and/or limits required by the
sured whether the work is performed by you contract, agreement or permit.
or for you; or
With respect to the insurance afforded the additional
b. the general supervision of your ongoing op- insured, paragraph 4. of SECTION IV COMMER-
erations by the additional insured. CIAL GENERAL LIABILITY CONDITIONS is deleted
2. This insurance does not apply to: and replaced by the following:
a. "Bodily injury" or "property damage" arising 4. Other Insurance
out of any act or omission of, or for defects a. This insurance is primary and noncontrib-
in design furnished by or for, the additional utory, and our obligations are not affected by
insured or any other insurance where the additional in-
b. "Bodily injury" or "property damage" in- sured is the Named Insured,whether primary,
cluded within the "products-completed oper- excess, contingent, or on any other basis;
ations hazard." however, the defense of any claim or "suit"
must be tendered as soon as practicable to
A persons or organizations status as an additional all other insurers which potentially provide in-
insured under this endorsement ends when your oper- surance for such claim or "suit".
ations for that insured are completed. b. This additional provision applies only to the
additional insured shown in the Schedule and
No coverage will be provided if, in the absence of this the coverage provided by this endorsement.
endorsement, no liability would be imposed by law on
A registered trademark of SAFECO Corporation
CG 76 811102 EP
r
CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
Ref: Pay Estimate No.
Project Monroe Ave.NE Storm System Overflow Project
SWP-27-2330 CAG No.
This is to certify that the prevailing wages have been paid to our employees and our subcontractors'
r employees for the period
from through in
accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State
Department of Labor & Industries. This form will be executed and submitted to the City of Renton
prior to or with the last pay request.
a
Company Name
r By:
Title:
List of Subcontractors Used on the Project:
18_Cert-Prevailing-Wages-City.doc\
Department of Labor and Industries gT,ra STATEMENT OF INTENT 1 ENT 1 O
Prevailing 335 PAY PREVAILING 'WAGES 1
www s02-5335 f Public Works Contract
1 www.lni.wa.gov.'prevailing wage °�s�'°
$_25.00 Filing Fee Required
•This form must be typed or printed in ink. Pr Name -_ Contract a
•Fill in all blanks or fonn will be returned for correction(see back).
'Please allow a minimum Of 10 working daYS for prOCCSSlilg. Contract Awanlinr,Agency(public agency-not federal or private)
APPROVED FORM WILL BE MAILED TO THIS ADDRESS.Address ;.
Contractor,company or agency name,address.city.state&ZIP+4
Cit' State "ZIP+A
iAwarding Agency P%ect Contact Person Phone!� _
County when worts wilt be performed City where u vrk will be perfonned
Aid due date —�..ii
(nstdry} Date contract awarded (mid;y)
Er
Prime contractor(ties contract with the public agency) Contractor Registration No Do you intend to use subcontractors? W you intend to use apprentices? _
Yes U No D Yes :)No
Craft/trade and occupation (Do NOT tics apprentices) Rau of Rate ofhourly
Estimated no
Hourly Pay fringe benefits of workers
i
t
i
i
i
I
t
i f
i I
_.._.
i
i
t
i
Company name,address city,state ZIP+4 t Indicate total dollar amount
of our contract $
i hereby certify that the above information is correct and that all
.. . .
workers I employ on this Public Works Project will be paid no
_.. _. .. .. .. less than the Prevailing Wage Rate(s) as determined by the
i Industrial Statistician of the Department of Labor and Industries.
..____...._.... .........._......._._......_......................._
Contractor Registration No. Uf31 i "i5tle Sigtuxture
I
Email address Phone number �u,.,
� - - For L&I'C;te tjrrl3'
Far,I.&IUae`CJnt{____. Check Number: Amount:
( APPROVED: Department of Labor and Industries �~i Issr,r a R'
ti
' I
y
— Industrial statistician f
F700-029-000 statement of intent to pay prevailing wages 2-02 After APPROV At! set�_yKlltti eopv to Awarclfnp,S gencv.
Canary copy-L&I
i
Department of Labor and Industries AFFIDAVIT OF WAGES PAID
Prevailing Wage
(360)902-5335 Public Works Contract
www-lni-wa,gov/prevaling wage
$25.00 Filing Fee Required
'Tliis f Contract#
form must be typed or printed in ink.
•Fill in all blanks or form will be returned for correction(LeejNk).
•Please allow a minimum of 10 working days for processing. Contract Awarding Agency(litiblic agency nW—feder.).,privs7tj)—-
-Mv
Contractor,company or agency name,address,city,state&ZIP—4
City ..............
State ll?+4
---Aila—rdffig
A�Plcy Project Contact person Phone
County where work was perrormed�Ciry where work was performed
Bid disc date (wdly) -5�te---V-1a--dd Wkyj------
Prime ce�ntractor lhas contract with the—public'agency—) --Contractor-Reg'i-sir—atic"A'i No. IXite work completed (mld/y) Data Intent filed (mldly)
Craft/trade/occupation and apprentices(For apprentices,give name, Number Total#firs 3 Rate of j Rate ofhourly
registration it,trade.dates of work on project and stage ofIM-ogression) of%Vorkers 1 worked-ea trade Hourly Pay fringe befits
---------------
.............
.......................
—--"--------- -------
Company name,addres%,city,state,ZIP44
Indicate total dollar amount
............ ... of your contract
....................
I hereby ccnify that the above information is correct and that all
............. ......................................................................... .... .. workers I employed on this Public Works Project were paid no
less than the Prevailing Wage Rate(s) as determined by the
Industrial Statistician of the Department of Labor and Industries.
Contractor Registration No, LIM Title Signature
..............................
)"andl address phone number ..............................
4�Vf
Check
Number....... Amount! ..................
0.
CERTIFIED: Department of Labor and Industries "'Led By:
By
Industrial Statistician
F*700-007-000 affidavit of wages 2-02 After LNPPROVAL. sciiii
Canary copy-[Al
................ ------
PREVAILING MINIMUM
HOURLY WAGE RATES
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 08-31-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEYLEVEL $36.24 1M 5D
BOILERMAKERS
JOURNEYLEVEL $33.32 1
BRICK AND MARBLE MASONS
JOURNEYLEVEL $43.75 1M 5A
CABINET MAKERS(IN SHOP)
JOURNEYLEVEL $16.67 1
CARPENTERS
ACOUSTICAL WORKER $43.91 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS $43.75 1M 5D
CARPENTER $43.75 1M 5D
CREOSOTED MATERIAL $43.85 1M 5D
DRYWALL APPLICATOR $43.79 1M 5D
FLOOR FINISHER $43.75 1M 5D
FLOOR LAYER $43.75 1M 5D
FLOOR SANDER $43.75 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D
PILEDRIVERS, DRIVING, PULLING,PLACING COLLARS AND WELDING $43.95 1M 5D
SAWFILER $43.75 1M 5D
SHINGLER $43.75 1M 5D
STATIONARY POWER SAW OPERATOR $43.75 1 M 5D
STATIONARY WOODWORKING TOOLS $43.75 1M 5D
CEMENT MASONS
JOURNEYLEVEL $43.10 1M 5D
DIVERS&TENDERS
DIVER $85.75 1M 5D 8A
DIVER TENDER $44.22 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $44.59 1T 5D 8L
ASSISTANT MATE(DECKHAND) $44.08 1T 5D 8L
BOATMEN $44.59 1T 5D 8L
ENGINEER WELDER $44.64 1T 5D 8L
LEVERMAN, HYDRAULIC $46.21 1T 51D 8L
MAINTENANCE $44.08 1T 5D 8L
MATES $44.59 1T 51D 8L
;,. OILER $44.21 1T 51D 8L
DRYWALL TAPERS
JOURNEYLEVEL $43.59 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEYLEVEL $18.69 1
Page 1
KING COUNTY
Effective 08-31-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code ,
ELECTRICIANS-INSIDE
CABLE SPLICER $55.05 1D 5A
CABLE SPLICER(TUNNEL) $58.86 1D 5A '
CERTIFIED WELDER $53.16 1D 5A
CERTIFIED WELDER(TUNNEL) $57.15 1D 5A
CONSTRUCTION STOCK PERSON $27.32 ID 5A
JOURNEY LEVEL $51.25 1D 5A
JOURNEY LEVEL(TUNNEL) $55.05 1D 5A ,
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION '
CABLE SPLICER $54.38 4A 5A
CERTIFIED LINE WELDER $49.64 4A 5A
GROUNDPERSON $35.93 4A 5A
HEAD GROUNDPERSON $37.89 4A 5A '
HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A
JACKHAMMER OPERATOR $37.89 4A 5A
JOURNEY LEVEL LINEPERSON $49.64 4A 5A
LINE EQUIPMENT OPERATOR $42.27 4A 5A '
POLE SPRAYER $49.64 4A 5A
POWDERPERSON $37.89 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1
ELEVATOR CONSTRUCTORS '
MECHANIC $57.88 4A 6Q
MECHANIC IN CHARGE $63.45 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $12.70 2K 5B -+
FENCE ERECTORS 1
FENCE ERECTOR $18.71 1
FENCE LABORER $12.77 1
FLAGGERS ,
JOURNEY LEVEL $31.01 1 M 5D
GLAZIERS
JOURNEY LEVEL $43.76 1H 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $46.13 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $36.75 1M 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.10 1
INLAND BOATMEN
CAPTAIN $38.04 1K 5B
COOK $31.90 1K 5B
DECKHAND $31.59 1K 5B
ENGINEER/DECKHAND $34.37 1K 5B
MATE,LAUNCH OPERATOR $36.02 1K 5B
Page 2 �
n KING COUNTY
Effective 08-31-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER&WATER
SYSTEMS BY REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $31.49 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $24.91 1
TECHNICIAN $19.33 1
TV TRUCK OPERATOR $20.45 1
INSULATION APPLICATORS
JOURNEY LEVEL $43.75 1M 5D
IRONWORKERS
JOURNEY LEVEL $47.92 10 5A
LABORERS
ASPHALT RAKER $36.75 1M 5D
BALLAST REGULATOR MACHINE $36.24 1 M 5D
BATCH WEIGHMAN $31.01 1M 5D
BRUSH CUTTER $36.24 1M 5D
BRUSH HOG FEEDER $36.24 1M 5D
w BURNERS $36.24 1M 5D
CARPENTER TENDER $36.24 1M 5D
CASSION WORKER $37.20 1M 5D
CEMENT DUMPER/PAVING $36.75 1M 5D
CEMENT FINISHER TENDER $36.24 1M 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1M 5D
CHIPPING GUN(OVER 30 LBS) $36.75 1M 5D
CHIPPING GUN(UNDER 30 LBS) $36.24 1M 5D
CHOKER SETTER $36.24 1M 5D
CHUCK TENDER $36.24 1M 5D
CLEAN-UP LABORER $36.24 1V 5D
CONCRETE DUMPER/CHUTE OPERATOR $36.75 1M 5D
CONCRETE FORM STRIPPER $36.24 1M 5D
CONCRETE SAW OPERATOR $36.75 1M 5D
CRUSHER FEEDER $31.01 1M 5D
CURING LABORER $36.24 1M 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $36.24 1M 5D
DITCH DIGGER $36.24 1M 5D
DIVER $37.20 1M 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $36.75 1M 5D
DRILL OPERATOR,AIRTRAC $37.20 1M 5D
lo. DUMPMAN $36.24 1M 5D
EPDXY TECHNICIAN $36.24 1M 5D
EROSION CONTROL WORKER $36.24 1M 5D
FALLER/BUCKER,CHAIN SAW $36.75 1M 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $28.45 1M 5D
construction debris cleanup)
FINE GRADERS $36.24 1M 5D
FIRE WATCH $31.01 1M 5D
yp FORM SETTER $36.24 1M 5D
GABION BASKET BUILDER $36.24 1M 5D
GENERAL LABORER $36.24 1M 5D
GRADE CHECKER&TRANSIT PERSON $36.75 1M 5D
GRINDERS $36.24 1M 5D
GROUT MACHINE TENDER $36.24 1M 5D
Page 3
KING COUNTY
Effective 08-31-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code ,
GUARDRAIL ERECTOR $36.24 1M 5D
HAZARDOUS WASTE WORKER LEVEL A $37.20 1M 5D
HAZARDOUS WASTE WORKER LEVEL B $36.75 1M 5D ,
HAZARDOUS WASTE WORKER LEVEL C $36.24 1M 5D
HIGH SCALER $37.20 1M 5D
HOD CARRIER/MORTARMAN $36.75 1M 5D
JACKHAMMER $36.75 1M 5D
LASER BEAM OPERATOR $36.75 1M 5D ,
MANHOLE BUILDER-MUDMAN $36.75 1M 5D
MATERIAL YARDMAN $36.24 1M 5D
MINER $37.20 1M 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1M 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $36.75 1M 5D
PILOT CAR $31.01 1M 5D '
PIPE POT TENDER $36.75 1M 5D
PIPE RELINER(NOT INSERT TYPE) $36.75 1M 5D
PIPELAYER&CAULKER $36.75 1M 5D
PIPELAYER&CAULKER(LEAD) $37.20 1M 5D ,
PIPEWRAPPER $36.75 1M 5D
POT TENDER $36.24 1 M 5D
POWDERMAN $37.20 IM 5D
POWDERMAN HELPER $36.24 1M 5D '
POWERJACKS $36.75 1M 5D
RAILROAD SPIKE PULLER(POWER) $36.75 1M 51D
RE-TIMBERMAN $37.20 1M 51D
RIPRAP MAN $36.24 1M 5D
RODDER $36.75 1 M 51D ,
SCAFFOLD ERECTOR $36.24 1M 5D
SCALE PERSON $36.24 1M 5D
SIGNALMAN $36.24 1M 5D
SLOPER(OVER 20") $36.75 1M 5D '
SLOPER SPRAYMAN $36.24 1M 5D
SPREADER(CLARY POWER OR SIMILAR TYPES) $36.75 1M 5D
SPREADER(CONCRETE) $36.75 1M 5D
STAKE HOPPER $36.24 1 M 51D ,
STOCKPILER $36.24 1M 51D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1M 5D
TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1M 51D
TOOLROOM MAN(AT JOB SITE) $36.24 1M 5D ,
TOPPER-TAILER $36.24 1M 5D
TRACKLABORER $36.24 1M 5D
TRACK LINER(POWER) $36.75 1M 5D
TRUCK SPOTTER $36.24 1M 5D '
TUGGER OPERATOR $36.75 1M 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1M 5D
VIBRATOR $36.75 1M 5D
VINYL SEAMER $36.24 1M 5D
WELDER $36.24 1M 5D
WELL-POINT LABORER $36.75 1M 5D
Page 4 ,
KING COUNTY
Effective 08-31-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS-UNDERGROUND SEWER&WATER
GENERAL LABORER $36.24 1M 5D
PIPE LAYER $36.75 1M 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.51 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.15 1
LANDSCAPING OR PLANTING LABORERS $14.37 1
LATHERS
JOURNEY LEVEL $43.79 1M 5D
METAL FABRICATION(IN SHOP)
FITTER $24.94 1
LABORER $25.45 1
LAYEROUT $37.15 1
MACHINE OPERATOR $30.96 1
PAINTER $25.15 1
WELDER $30.12 1
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
PRODUCTION WORKER $9.26 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
PAINTERS
JOURNEY LEVEL $33.16 2B 5A
PLASTERERS
JOURNEY LEVEL $43.10 1R 5A
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $56.34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $42.14 1M 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 1M 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 1M 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $45.96 1M 5D 8L
BACKHOES, (75 HP&UNDER) $44.50 1M 5D 8L
BACKHOES, (OVER 75 HP) $44.92 1M 5D 8L
BARRIER MACHINE(ZIPPER) $44.92 1M 5D 8L
BATCH PLANT OPERATOR,CONCRETE $44.92 1M 5D 8L
BELT LOADERS(ELEVATING TYPE) $44.50 1M 5D 8L
BOBCAT(SKID STEER) $42.14 1M 5D 8L
BROOMS $42.14 1M 5D 8L
f' BUMP CUTTER $44.92 1M 5D 8L
CABLEWAYS $45.41 1M 5D 8L
CHIPPER $44.92 1M 5D 8L
COMPRESSORS $42.14 1M 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $42.14 1M 5D 8L
CONCRETE PUMPS $44.50 1M 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1M 5D 8L
Page 5
KING COUNTY
Effective 08-31-07 ,
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code '
CONVEYORS $44.50 1M 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 1M 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $44.92 1M 5D 8L '
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $45.41 1M 5D 8L
JIB WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 1 M 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46.53 1M 5D 8L ,
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $42.14 1M 5D 8L
CRANES,A-FRAME,OVER 10 TON $44.50 1M 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47.09 1M 5D 8L
ATTACHMENTS
CRANES,OVERHEAD, BRIDGE TYPE(20-44 TONS) $44.92 1M 5D 8L
CRANES,OVERHEAD, BRIDGE TYPE(45-99 TONS) $45.41 1M 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 1M 5D 8L '
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $45.96 IM 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $46.53 1M 5D 8L
CRUSHERS $44.92 1M 5D 8L
DECK ENGINEER/DECK WINCHES(POWER) $44.92 1M 5D 8L ,
DERRICK,BUILDING $45.41 1M 5D 8L
DOZERS,D-9&UNDER $44.50 1M 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44.50 1M 5D 8L
DRILLING MACHINE $44.92 1M 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42.14 1M 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $44.50 1M 5D 8L
FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $44.92 1M 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $44.50 1M 5D 8L
FORK LIFTS,(UNDER 3000 LBS) $42.14 1M 5D 8L
GRADE ENGINEER $44.50 1M 5D 8L
GRADECHECKER AND STAKEMAN $42.14 1M 5D 8L
GUARDRAIL PUNCH $44.92 1M 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44.50 1M 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $44.50 1M 5D 8L
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44.92 1M 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 1M 5D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44.50 1M 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45.41 1M 5D 8L
LOADERS,OVERHEAD(8 YD&OVER) $45.96 1M 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44.92 1M 51D 8L
LOCOMOTIVES,ALL $44.92 1M 51D 8L
MECHANICS,ALL $45.41 1M 51D 8L
MIXERS,ASPHALT PLANT $44.92 1M 5D 8L
MOTOR PATROL GRADER(FINISHING) $44.92 1M 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $44.50 1M 51D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 1M 51D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1M 5D 8L «�
OPERATOR
PAVEMENT BREAKER $42.14 1M 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $44.92 1M 51D 8L
PLANT OILER(ASPHALT,CRUSHER) $44.50 1 M 51D 8L ..
POSTHOLE DIGGER,MECHANICAL $42.14 1M 51D 8L
POWER PLANT $42.14 1M 51D 8L
Page 6
KING COUNTY
Effective 08-31-07
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
PUMPS,WATER $42.14 1M 5D 8L
QUAD 9,D-10,AND HD-41 $45.41 1M 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 1M 5D 8L
EQUIP
RIGGER AND BELLMAN $42.14 1M 5D 8L
ROLLAGON $45.41 11M 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $42.14 1M 5D 8L
ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44.50 1M 5D 8L
ROTO-MILL, ROTO-GRINDER $44.92 1M 5D 8L
SAWS,CONCRETE $44.50 1M 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44.92 1M 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45.41 1M 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL $44.50 1M 5D 8L
SCREED MAN $44.92 11M 5D 8L
SHOTCRETE GUNITE $42.14 1 M 5D 8L
SLIPFORM PAVERS $45.41 1M 5D 8L
SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44.92 11M 5D 8L
SUBGRADE TRIMMER $44.92 1M 5D 8L
TOWER BUCKET ELEVATORS $44.50 1M 5D 8L
TRACTORS, (75 HP&UNDER) $44.50 11M 5D 8L
TRACTORS, (OVER 75 HP) $44.92 1M 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $44.92 1M 5D 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 1M 5D 8L
TRENCHING MACHINES $44.50 1M 5D 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $44.50 1M 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $44.92 1M 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $44.92 1 M 5D 8L
WHEEL TRACTORS,FARMALL TYPE $42.14 1M 5D 8L
YO YO PAY DOZER $44.92 1M 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $35.62 4A 5A
SPRAY PERSON $33.82 4A 5A
TREE EQUIPMENT OPERATOR $34.27 4A 5A
TREE TRIMMER $31.88 4A 5A
TREE TRIMMER GROUNDPERSON $24.03 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC $54.01 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEYLEVEL $27.05 1
RESIDENTIAL CARPENTERS
JOURNEYLEVEL $23.47 1
RESIDENTIAL CEMENT MASONS
JOURNEYLEVEL $22.64 1
RESIDENTIAL DRYWALL TAPERS
JOURNEYLEVEL $43.59 1E 5P
RESIDENTIAL ELECTRICIANS
JOURNEYLEVEL $26.24 1
Yr RESIDENTIAL GLAZIERS
JOURNEYLEVEL $28.74 1H 5G
f Page 7
KING COUNTY
Effective 08-31-07 '
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code ,
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $17.60 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $18.12 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $18.36 1
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $22.95 1 ,
RESIDENTIAL REFRIGERATION&AIR CONDITIONING
JOURNEY LEVEL $54.01 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $19.48 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $36.08 1B 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $30.51 1B 5C
RESIDENTIAL TERRAZZO/TILE FINISHERS '
JOURNEY LEVEL $26.30 1
RESIDENTIAL TERRAZZO/TILE SETTERS
JOURNEY LEVEL $41.96 16 5A
ROOFERS '
JOURNEY LEVEL $35.05 1
USING IRRITABLE BITUMINOUS MATERIALS $48.15 1
SHEET METALWORKERS
JOURNEY LEVEL(FIELD OR SHOP) $51.97 1E 6L '
SHIPBUILDING&SHIP REPAIR
BOILERMAKER $31.46 1H 6W
CARPENTER $30.74 1B 6X
ELECTRICIAN $30.37 1B 6X
HEAT&FROST INSULATOR $46.13 1S 5J
LABORER $29.26 1 B 6X
MACHINIST $30.29 1B 6X
OPERATOR $30.22 1B 6X
PAINTER $32.34 1B 6X
PIPEFITTER $30.22 1B 6X
RIGGER $30.33 1B 6X
SANDBLASTER $30.22 1B 6X
SHEET METAL $30.48 1B 6X ,
SHIPFITTER $30.32 1B 6X
TRUCKER $30.17 1 B 6X
WAREHOUSE $30.20 1B 6X
WELDER/BURNER $30.32 1B 6X ,
SIGN MAKERS&INSTALLERS(ELECTRICAL)
SIGN INSTALLER $22.92 1
SIGN MAKER $21.36 1
SIGN MAKERS&INSTALLERS(NON-ELECTRICAL)
SIGN INSTALLER $27.28 1 '
SIGN MAKER $33.14 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $36.08 1B 5A
SOLAR CONTROLS FOR WINDOWS '
JOURNEY LEVEL $12.44 1 5S
Page 8
fat
KING COUNTY
Effective 08-31-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $54.24 1X 5C
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEYLEVEL $13.23 1
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 $30.66 28 5A
HOLE DIGGER/GROUND PERSON $17.19 2B 5A
INSTALLER(REPAIRER) $29.41 213 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A
SPECIAL APPARATUS INSTALLER 1 $30.66 2B 5A
SPECIAL APPARATUS INSTALLER II $30.05 2B 5A
TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A
TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 5A
TELEVISION GROUND PERSON $16.31 213 5A
TELEVISION LINEPERSON/INSTALLER $21.68 2B 5A
TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A
TELEVISION TECHNICIAN $23.19 2B 5A
TREE TRIMMER $28.53 2B 5A
TERRAZZO WORKERS&TILE SETTERS
JOURNEYLEVEL $41.96 113 5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $35.79 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEYLEVEL $36.40 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $41.19 1T 5D 8L
ASPHALT MIX(OVER 16 YARDS) $41.90 1T 5D 8L
DUMP TRUCK $41.19 1T 5D 8L
DUMP TRUCK&TRAILER $41.90 1T 5D 8L
OTHER TRUCKS $41.90 1T 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
OILER $12.97 1
WELL DRILLER $18.00 1
r
Page 9
l
BENEFIT CODE KEY-EFFECTIVE 08-31-07 '
s****s**s******s**ssss***s*s****s***sss***s*s***ss**s*s***s*ss**s**********s*ss****sss***s***s**ss*****s*s******s***s*s*
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)
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.
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.
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 THE FIRST TEN
(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, 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. THE FIRST TEN(10)HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. 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 IF CIRCUMSTANCES WARRANT) 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.
3
BENEFIT CODE KEY-EFFECTIVE 08-31-07
i -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.
g
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
HOURLYRATE OF WAGE.
rV. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER))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.
X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWELVE(12)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY,
THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE
HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE 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.
i 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.
i
i
BENEFIT CODE KEY-EFFECTIVE 08-31-07
-3-
2. I. 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 ADDITION TO
THE HOLIDAY PAY.
M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
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
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
4A. 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).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
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).
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).
G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
I. 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).
BENEFIT CODE KEY-EFFECTIVE 08-31-07
-4-
5. 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).
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).
F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY(11).
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
1 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).
BENEFIT CODE KEY-EFFECTIVE 08-31-07 '
-5-
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 I
THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100'TO 150'-$1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150'TO 200'-$2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'-DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75,
LEVEL B:$0.50,AND LEVEL C:$0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEVELS A&B:$1.00,
LEVELS C&D:$0.50.
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.
ENVIRONMENTAL
REGULATION LISTING
.�. REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
" In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contract or shall
secure any permits or licenses required by, and comply fully with all provisions of the following
laws, ordinances, and resolutions:
r
King County Ordinance No. 1527 requires Building and Land Development Division and
Hydraulics Division review of grading and filling permits and unclassified use permits in flood
rs hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into
project design standards to be incorporated into project design by Engineering Services. Review by
Hydraulics Division.
King County Ordinance No. 800, No. 900, No. 1006 and Resolution No. 8778, No. 24553, No.
24834, No. 6894 and No. 11242 contained in King County Code Titles 8 and 10 are provisions for
disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply.
Review by Division of Solid Waste.
Puget Sound Air Pollution Control Agency Regulation I: A regulation to control the emission of air
contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control
Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean
Air Act,R.C.W. 70.94.
WASHINGTON STATE DEPARTMENT OF ECOLOGY
W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of
emissions, periodically report to the State information concerning these emissions from his
operations, and to make such information available to the public. See Puget Sound Pollution
Control Agency Regulation I.
R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of all water
of the State consistent with public health and public enjoyment thereof, the propagation and
s protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the
state, and to that end require the use of all known available and reasonable methods by industries
and others to prevent and control the pollution of the waters of the State of Washington. It is
"W unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic
or inorganic matter that shall cause or tend to cause pollution of such waters. The law also provides
for civil penalties of$5,000/day for each violation.
R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent
land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the
surface of the ground or into the waters of this State except at a solid waste disposal site for which
there is a valid permit.
.■ R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which there is forest
debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds,
and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or
r spreads on property on which an extreme fire hazard exists.
R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires or forest
,r fire conditions.
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire
hazards, instruction or agricultural operations.
R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and
burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the
clearing or cutting progresses, or at such other times as the department may specify, and in
compliance with the law requiring burning permits.
R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth from
borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and
inspection of operations.
W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing and
burning.
U.S.ARMY CORPS OF ENGINEERS ,
Section 1 of the River and Harbor Act of June 13, 1902: Authorizes Secretary of Army and Corps
of Engineers to issue permits to any persons or corporation desiring to improve any navigable river
at their own expense and risk upon approval of the plans and specifications.
Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat. 816). Authorizes the ,
Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of
dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied
if it is determined that such discharge will have adverse effects on municipal water supplies, shell
fish beds and fishery areas and wildlife or recreational areas.
MISCELLANEOUS FEDERAL LEGISLATION
Section 13 of the River and Harbor Act approved March 3, 1899: Provides that discharge of refuse
without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen
may file a complaint with the U. S. Attorney and share a portion of the fine.
PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS:
KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION
KingLCounty Resolution No. 25789 requires an unclassified use permit for filling, quarrying
(including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse r
disposal sites and provides for land reclamation subsequent to these activities. A copy is available
at the Department of Public Works or Building and Land Development Division.
r
Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit
acquired by Public Works and reviewed by Building and Land Development Division.
King County Ordinance No. 1488 requires permit for g radin g, land fills, g ravel pits, dumping,
g,
quarrying and mining operations except on County right-of-way. Review by Building and Land
Development Division.
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
WASHINGTON STATE DEPARTMENT OF FISHERIES AND GAME
Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (King County
.. Department of Public Works will obtain.)
WASHINGTON STATE DEPARTMENT OF ECOLOGY
r
W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit
before discharge of pollutants from a point source into the navigable waters of the State of
Washington.
i
W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or
ground water (such as gravel washing, pit operations, or any operation which results in a discharge
which contains turbidity).
W.A.C. 508-12-100: Requires permit to use surface water.
W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department
of Ecology whenever it is desired to change the purpose of use, the place of use, the point of
.. withdrawal and/or the diversion of water.
W.A.C. 508-12-220: Requires permit to use ground water.
r
W.A.C. 508-12-260: Requires permit to construct reservoir for water storage.
W.A.C. 508-12-280: Requires permit to construct storage dam.
W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public
Works secures one for design. Contractor secures one for his operation(false work design, etc.)
WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES
.r R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for
recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves
the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and
70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution.
R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber.
R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down
timber.
R.C.W. 78.44.080: Requires permit for any surface mining operation (including sand, gravel, stone,
and earth from borrow pits).
UNITED STATES ARMY CORPS OF ENGINEERS
Section 10 of River and Harbor Act of March 3, 1899: Requires permit for construction (other than
bridges, see U. S. Coast Guard administered permits) on navigable waters(King County Department
of Public Works will obtain.)
REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND
PRESERVATION OF PUBLIC NATURAL RESOURCES
FIRE PROTECTION DISTRICT
R.C.W. 52.28.010, 52.28.020 52.28.030, 52.28.040, 52.28.050: Provides authority for,
requirements of, and penalties for failure to secure a fire permit for building an open fire within a
fire protection district.
UNITED STATES COAST GUARD
Section 9 of River and Harbor Act of March 3 1899 General Bridge Act of March 23, 1906, and
General Bridge Act of 1946 as amended August 2, 1956: Requires a permit for construction of
bridge on navigable waters (King County Department of Public Works will obtain). King County
Department of Public Works will comply with pertinent sections of the following laws while
securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National
Environmental Policy Act of 1969, Water Quality Improvement Act of 1970.
PUGET SOUND AIR POLLUTION CONTROL AGENCY
Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. Contractor
should be sure his operations are in compliance with Regulation I,particularly Section 9.02 (outdoor '
fires), Section 9.04 (particulate matter -- dust), and Section 9.15 (preventing particulate matter from
becoming airborne).
ENVIRONMENTAL PROTECTION AGENCY
Title 40 Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five
(5) days prior to the demolition of any structure containing asbestos material (excluding residential
structures having fewer than five(5)dwelling units).
The above requirements will be applicable only where called for on the various road projects.
Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office
of the Director of Public Works, 900 King County Administration Building, Seattle,WA. 98104.
.r
It shall be the responsibility of the Contractor to familiarize himself with all requirements therein.
All costs resulting therefrom shall be included in the Bid Prices and no additional compensation
shall be made.
All permits will be available at construction site.
r
111
WSDOT AMENDMENTS
ion
*a
iL
bw
1 INTRODUCTION
2 The following Amendments and Special Provisions shall be used in conjunction with the
3 2006 Standard Specifications for Road, Bridge, and Municipal Construction.
4
5 AMENDMENTS TO THE STANDARD SPECIFICATIONS
6
7 The following Amendments to the Standard Specifications are made a part of this contract
8 and supersede any conflicting provisions of the Standard Specifications. For informational
9 purposes, the date following each Amendment title indicates the implementation date of the
10 Amendment or the latest date of revision.
11
12 Each Amendment contains all current revisions to the applicable section of the Standard
13 Specifications and may include references which do not apply to this particular project.
14
15 INTRODUCTION
16 The following Amendments and Special Provisions shall be used in conjunction with the
17 2006 Standard Specifications for Road, Bridge, and Municipal Construction.
18
19 This project is designed in metric units. Among the Special Provisions contained in this
20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion
21 methods and charts needed to administer this project utilizing the 2004 Standard
22 Specifications.
23
24 AMENDMENTS TO THE STANDARD SPECIFICATIONS
25
26 The following Amendments to the Standard Specifications are made a part of this contract
27 and supersede any conflicting provisions of the Standard Specifications. For informational
28 purposes, the date following each Amendment title indicates the implementation date of the
29 Amendment or the latest date of revision.
30
31 Each Amendment contains all current revisions to the applicable section of the Standard
32 Specifications and may include references which do not apply to this particular project.
33
34 SECTION 1-04, SCOPE OF THE WORK
35 April 3, 2006
36 1-04.6 Variation in Estimated Quantities
37 The third paragraph beginning with "If the adjusted final quantity of any items", is revised to
38 read:
39
40 If the adjusted final quantity of any item does not vary from the quantity shown in the
41 proposal by more than 25%, then the Contractor and the Contracting Agency agree that
42 all work under that item will be performed at the original contract unit price.
43
44 SECTION 1-06, CONTROL OF MATERIAL
45 April 3, 2006
46 1-06.1 Approval of Materials Prior To Use
47 The second sentence in the first paragraph is revised to read:
TEST2 1
1 a
2 The Contractor shall use the Qualified Product List (QPL), the Aggregate Source
3 Approval (ASA) Database, or the Request for Approval of Material (RAM) form. ,
4
5 Number 1 under the second paragraph is revised to read:
6 '7 1. Shall be new, unless the Special Provisions or Standard Specifications permit
8 otherwise;
9
10 1-06.1(1) Qualified Products List (QPL) '
11 This section is supplemented with the following:
12
13 The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm '
14
15 The following new sub-section is inserted to follow 1-06.1(2).
16 ,17 1-06.1(3) Aggregate Source Approval (ASA) Database
18 The ASA is a database containing the results of WSDOT preliminary testing of
19 aggregate sources. This database is used by the Contracting Agency to indicate the
20 approval status of these aggregate sources for applications that require preliminary
21 testing as defined in the contract. The ASA `Aggregate Source Approval Report'
22 identifies the currently approved applications for each aggregate source listed. The ,
23 acceptance and use of these aggregates is contingent upon additional job sampling
24 and/or documentation.
25 '26 Aggregates approved for applications on the ASA `Aggregate Source Approval Report'
27 not conforming to the specifications, not fulfilling the acceptance requirements, or
28 improperly handled or installed, shall be replaced at the Contractor's expense.
29
30 For questions regarding the approval status of an aggregate source, contact the
31 WSDOT Regional Materials Engineer for the Region the source is located in. The
32 Contracting Agency reserves the right to make revisions to the ASA database at
33 anytime.
34
35 If there is a conflict between the ASA database and the contract, then the contract shall
36 take precedence over the ASA database in accordance with Section 1-04.2. The ASA
37 database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA
38
TEST2 2
1 1-06.2(2)D Quality Level Analysis
2 Item 9 under the first paragraph is revised to read:
3
4 9. Determine the Composite Pay Factor (CPF) for each lot.
5
6 _ _
7 CPF = f1(PF1) + f2(PF2) +...+ fi(PFi)
8 Yf.'
9 i = 1 to j
10
11 where: fi = price adjustment factor listed in these
12 Specifications for the applicable material
13
14 j = number of constituents being evaluated
15
16 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
17 August 7, 2006
18 1-07.9(1) General
19 The fifth paragraph is revised to read:
20
21 If employing labor in a class not listed in the contract provisions on state funded projects
22 only, the Contractor shall request a determination of the correct wage and benefits rate
23 for that class and locality from the Industrial Statistician, Washington State Department
24 of Labor and Industries (State L&I), and provide a copy of those determinations to the
25 Engineer.
26
27 The fifth paragraph is supplemented with the following new paragraph:
28
29 If employing labor in a class not listed in the contract provisions on federally funded
30 projects, the Contractor shall request a determination of the correct wage and benefits
31 for that class and locality from the U. S. Secretary of Labor through the project
32 engineer's office. Generally, the contractor initiates the request by preparing standard
33 form 1444 and submitting it to the project engineers' office for further action.
34
35 1-07.10 Worker's Benefits
36 The fourth paragraph is revised to read:
37
38 The Public Works Contract Division of the Washington State Department of Labor and
39 Industries will provide the Contractor with applicable industrial insurance and medical
40 aid classification and premium rates. After receipt of Revenue Re/ease from the
41 Washington State Department of Revenue, the contracting agency will verify through the
42 Department of Labor and Industries that the Contractor is current with respect to the
43 payments of industrial insurance and medical aid premiums.
44
45 1-07.15 Temporary Water Pollution/Erosion Control
46 The first paragraph is revised to read:
47
TEST2 3
1 In an effort to prevent, control, and stop water pollution and erosion within the project,
2 thereby protecting the work, nearby land, streams, and other bodies of water, the
3 Contractor shall perform all work in strict accordance with all Federal, State, and local
4 laws and regulations governing waters of the State, as well as permits acquired for the
5 project.
6
7 SECTION 1-08, PROSECUTION AND PROGRESS
8 December 4, 2006
9 1-08.1 Subcontracting
10 The eighth paragraph (beginning with - On all projects funded with both Contracting Agency
11 funds and Federal assistance ...) is supplemented with the following:
12
13 The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on
14 Federally assisted, Federally assisted and Contracting agency funded, and Contracting
15 Agency funded only contracts to the contracting agency on a monthly basis using the ,
16 Contract Monitoring and Tracking System (CMATS) through the BizWeb application
17 located at http://www.omwbe.wa.qoy/bizwebatwashington. Use of CMATS will become a
18 requirement for all contractors effective January 7, 2008.
19
20 1-08.3 Progress Schedule
21 Section 1-08.3 and all subsections are deleted in their entirety and replaced with the '
22 following:
23
24 1-08.3 Progress Schedule ,
25 1-08.3(1) General Requirements
26 The Contractor shall submit Type A or Type B Progress Schedules and Schedule
27 Updates to the Engineer for approval. Schedules shall show work that complies
28 with all time and order of work requirements in the contract. Scheduling terms and
29 practices shall conform to the standards established in Construction Planning and
30 Scheduling, Second Edition, published by the Associated General Contractors of
31 America. Except for Weekly Look-Ahead Schedules, all schedules shall meet '
32 these General Requirements, and provide the following information:
33
34 1. Include all activities necessary to physically complete the project. '
35
36 2. Show the planned order of work activities in a logical sequence.
37
38 3. Show durations of work activities in working days as defined in Section 1-
39 08.5.
40
41 4. Show activities in durations that are reasonable for the intended work.
42
43 5. Define activity durations in sufficient detail to evaluate the progress of
44 individual activities on a daily basis.
45
46 6. Show the physical completion of all work within the authorized contract
47 time.
48
49 The Contracting Agency allocates its resources to a contract based on the total
50 time allowed in the contract. The Contracting Agency may accept a Progress
51 Schedule indicating an early physical completion date but cannot guarantee the
TEST2 4
1 Contracting Agency's resources will be available to meet an accelerated schedule.
2 No additional compensation will be allowed if the Contractor is not able to meet
3 their accelerated schedule due to the unavailability of Contracting Agency's
4 resources or for other reasons beyond the Contracting Agency's control.
5
6 If the Engineer determines that the Progress Schedule or any necessary Schedule
7 Update does not provide the required information, then the schedule will be
8 returned to the Contractor for correction and resubmittal.
9
10 The Engineer's approval of any schedule shall not transfer any of the Contractor's
11 responsibilities to the Contracting Agency. The Contractor alone shall remain
12 responsible for adjusting forces, equipment, and work schedules to ensure
13 completion of the work within the time(s) specified in the contract.
14
15 1-08.3(2) Progress Schedule Types
16 Type A Progress Schedules are required on all projects that do not contain the bid
17 item for Type B Progress Schedule. Type B Progress Schedules are required on all
18 projects that contain the bid item for Type B Progress Schedule. Weekly Look-
19 Ahead Schedules and Schedule Updates are required on all projects.
20
21 1-08.3(2)A Type A Progress Schedule
22 The Contractor shall submit five copies of a Type A Progress Schedule no later
23 than 10 days after the date the contract is executed, or some other mutually
24 agreed upon submittal time. The schedule may be a critical path method
25 (CPM) schedule, bar chart, or other standard schedule format. Regardless of
26 which format used, the schedule shall identify the critical path. The Engineer
27 will evaluate the Type A Progress Schedule and approve or return the schedule
28 for corrections within 15 calendar days of receiving the submittal.
29
30 1-08.3(2)B Type B Progress Schedule
31 The Contractor shall submit a preliminary Type B Progress Schedule no later
32 than five calendar days after the date the contract is executed. The
33 preliminary Type B Progress Schedule shall comply with all of these
34 requirements and the requirements of Section 1-08.3(1), except that it may be
35 limited to only those activities occurring within the first 60 working days of the
36 project.
37
38 The Contractor shall submit five copies of a Type B Progress Schedule no later
39 than 30 calendar days after the date the contract is executed. The schedule
40 shall be a critical path method (CPM) schedule developed by the Precedence
41 Diagramming Method (PDM). Restraints may be utilized, but may not serve to
42 change the logic of the network or the critical path. The schedule shall display
43 at least the following information:
44
45 Contract Number and Title
46 Construction Start Date
47 Critical Path
48 Activity Description
49 Milestone Description
50 Activity Duration
51 Predecessor Activities
52 Successor Activities
TEST2 5
1 Early Start (ES) and Early Finish (EF) for each activity '
2 Late Start (LS) and Late Finish (LF) for each activity
3 Total Float (TF) and Free Float (FF) for each activity ,
4 Physical Completion Date
5 Data Date
6 ,7 The Engineer will evaluate the Type B Progress Schedule and approve or
8 return the schedule for corrections within 15 calendar days of receiving the
9 submittal. ,
10
11 1-08.3(2)C Vacant
12
13 1-08.3(2)D Weekly Look-Ahead Schedule
14 Each week that work will be performed, the Contractor shall submit a Weekly
15 Look-Ahead Schedule showing the Contractor's and all subcontractors'
16 proposed work activities for the next two weeks. The Weekly Look-Ahead
17 Schedule shall include the description, duration and sequence of work, along
18 with the planned hours of work. This schedule may be a network schedule,
19 bar chart, or other standard schedule format. The Weekly Look-Ahead ,
20 Schedule shall be submitted to the Engineer by the midpoint of the week
21 preceding the scheduled work or some other mutually agreed upon submittal
22 time. ,
23
24 1-08.3(3) Schedule Updates
25 The Engineer may request a Schedule Update when any of the following events
26 occur: ,
27
28 1. The project has experienced a change that affects the critical path.
29 ,30 2. The sequence of work is changed from that in the approved schedule.
31
32 3. The project is significantly delayed.
33
34 4. Upon receiving an extension of contract time.
35
36 The Contractor shall submit five copies of a Type A or Type B Schedule Update
37 within 15 calendar days of receiving a written request, or when an update is
38 required by any other provision of the contract. A "significant" delay in time is
39 defined as 10 working days or 10 percent of the original contract time, whichever is
40 greater.
41
42 In addition to the other requirements of this Section, Schedule Updates shall reflect
43 the following information:
44
45 1. The actual duration and sequence of as-constructed work activities,
46 including changed work.
47
48 2. Approved time extensions.
49
50 3. Any construction delays or other conditions that affect the progress of the
51 work.
52
TEST2 6
1 4. Any modifications to the as-planned sequence or duration of remaining
2 activities.
3
4 5. The physical completion of all remaining work in the remaining contract
5 time.
6
7 Unresolved requests for time extensions shall be reflected in the Schedule Update
8 by assuming no time extension will be granted, and by showing the effects to
9 follow-on activities necessary to physically complete the project within the currently
10 authorized time for completion.
11
12 1-08.3(4) Measurement
13 No specific unit of measurement shall apply to the lump sum item for Type B
14 Progress Schedule.
15
16 1-08.3(5) Payment
17 Payment will be made in accordance with Section 1-04.1, for the following bid item
18 when it is included in the proposal:
19
20 "Type B Progress Schedule", lump sum.
21
22 The Lump Sum price shall be full pay for all costs for furnishing the Type B
23 Progress Schedule and preliminary Type B Progress Schedule.
24
25 Payment of 80 percent of the lump sum price will be made upon approval of the
26 Progress Schedule.
27
28 Payment will be increased to 100 percent of the lump sum price upon completion of
29 80 percent of the original total contract award amount.
30
31 All costs for providing Type A Progress Schedules and Weekly Look-Ahead
32 Schedules are considered incidental to other items of work in the contract.
33
34 No payment will be made for Schedule Updates that are required due to the
35 Contractors operations. Schedule Updates required by events that are attributed to
36 the actions of the Contracting Agency will be paid for in accordance with Section 1-
37 09.4.
38
39 1-08.4 Prosecution of Work
40 The first sentence is revised to read:
41
42 The Contractor shall begin work within 21 calendar days from the date of execution of
43 the contract by the Contracting Agency, unless otherwise approved in writing.
44
45 1-08.5 Time for Completion
46 This section is revised to read:
47
48 The Contractor shall complete all physical contract work within the number of "working
49 days" stated in the Contract Provisions or as extended by the Engineer in accordance
50 with Section 1-08.8. Every day will be counted as a "working day" unless it is a
51 nonworking day or an Engineer determined unworkable day. A nonworking day is
52 defined as a Saturday, a Sunday, a whole or half day on which the contract specifically
TEST2 7
1 prohibits work on the critical path of the Contractor's approved progress schedule, or I
2 one of these holidays: January 1, the third Monday of January, the third Monday of
3 February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day ,
4 after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday,
5 the following Monday shall be counted a nonworking day. When the holiday falls on a
6 Saturday, the preceding Friday shall be counted a nonworking day. The days between ,
7 December 25 and January 1 will be classified as nonworking days.
8
9 An unworkable day is defined as a half or whole day the Engineer declares to be
10 unworkable because of weather or conditions caused by the weather that prevents ,
11 satisfactory and timely performance of the work shown on the critical path of the
12 Contractor's approved progress schedule. Other conditions beyond the control of the
13 Contractor may qualify for an extension of time in accordance with Section 1-08.8.
14
15 Contract time shall begin on the first working day following the 21st calendar day after
16 the date the Contracting Agency executes the contract. If the Contractor starts work on
17 the project at an earlier date, then contract time shall begin on the first working day
18 when onsite work begins. The contract provisions may specify another starting date for
19 contract time, in which case, time will begin on the starting date specified.
20 ,
21 Each working day shall be charged to the contract as it occurs, until the contract work is
22 physically complete. If substantial completion has been granted and all the authorized '
23 working days have been used, charging of working days will cease. Each week the
24 Engineer will provide the Contractor a statement that shows the number of working
25 days: (1) charged to the contract the week before; (2) specified for the physical
26 completion of the contract; and (3) remaining for the physical completion of the contract. ,
27 The statement will also show the nonworking days and any half or whole day the
28 Engineer declares as unworkable. Within 10 calendar days after the date of each
29 statement, the Contractor shall file a written protest of any alleged discrepancies in it.
30 To be considered by the Engineer, the protest shall be in sufficient detail to enable the
31 Engineer to ascertain the basis and amount of time disputed. By not filing such detailed
32 protest in that period, the Contractor shall be deemed as having accepted the statement
33 as correct.
34
35 The Engineer will give the Contractor written notice of the physical completion date for
36 all work the contract requires. That date shall constitute the physical completion date of
37 the contract, but shall not imply the Secretary's acceptance of the work or the contract.
38
39 The Engineer will give the Contractor written notice of the completion date of the
40 contract after all the Contractor's obligations under the contract have been performed by
41 the Contractor. The following events must occur before the Completion Date can be
42 established:
43
44 1. The physical work on the project must be complete; and
45
46 2. The Contractor must furnish all documentation required by the contract and
47 required by law, to allow the Contracting Agency to process final acceptance of
48 the contract. The following documents must be received by the Project
49 Engineer prior to establishing a completion date:
50
51 a. Certified Payrolls (Federal-aid Projects)
52 b. Material Acceptance Certification Documents
TEST2 8
1 c. Annual Report of Amounts Paid as MBE/WBE Participants or
2 Quarterly Report of Amounts Credited as DBE Participation, as
3 required by the Contract Provisions.
4 d. FHWA 47 (Federal-aid Projects)
5 e. Final Contract Voucher Certification
6
7 1-08.8 Extensions of Time
8 Section 1-08.8 is revised to read:
9
10 The Contractor shall submit any requests for time extensions to the Engineer in writing
11 no later than 10 working days after the delay occurs. The requests for time extension
12 shall be limited to the affect on the critical path of the Contractor's approved schedule
13 attributable to the change or event giving rise to the request.
14
15 To be considered by the Engineer, the request shall be in sufficient detail (as determined
16 by the Engineer) to enable the Engineer to ascertain the basis and amount of the time
17 requested. The request shall include an updated schedule that supports the request
18 and demonstrates that the change or event: (1) had a specific impact on the critical
19 path, and except in cases of concurrent delay, was the sole cause of such impact, and
20 (2) could not have been avoided by resequencing of the work or by using other
21 reasonable alternatives. If a request combined with previous extension requests,
22 equals 20 percent or more of the original contract time then the Contractor's letter of
23 request must bear consent of Surety. In evaluating any request, the Engineer will
24 consider how well the Contractor used the time from contract execution up to the point
25 of the delay and the effect the delay has on any completion times included in the special
26 provisions. The Engineer will evaluate and respond within 15 calendar days of
27 receiving the request.
28
29 The authorized time for physical completion will be extended for a period equal to the
30 time the Engineer determines the work was delayed because of:
31
32 1. Adverse weather causing the time requested to be unworkable, provided that
33 the Engineer had not already declared the time to be unworkable and the
34 Contractor has filed a written protest according to Section 1-08.5.
35
36 2. Any action, neglect, or default of the Contracting Agency, its officers, or
37 employees, or of any other contractor employed by the Contracting Agency.
38
39 3. Fire or other casualty for which the Contractor is not responsible.
40
41 4. Strikes.
42
43 5. Any other conditions for which these Specifications permit time extensions
44 such as:
45
46 a. In Section 1-04.4 if a change increases the time to do any of the work
47 including unchanged work.
48
49 b. In Section 1-04.5 if increased time is part of a protest that is
50 found to be a valid protest.
51
TEST2 9
1 c. In Section 1-04.7 if a changed condition is determined to exist that
2 caused a delay in completing the contract.
3 ,4 d. In Section 1-05.3 if the Contracting Agency does not approve properly
5 prepared and acceptable drawings within 30 calendar days.
6
7 e. In Section 1-07.13 if the performance of the work is delayed as a
8 result of damage by others.
9
10 f. In Section 1-07.17 if the removal or the relocation of any utility by ,
11 forces other than the Contractor caused a delay.
12
13 g. In Section 1-07.24 if a delay results from all the right of way
14 necessary for the construction not being purchased and the special
15 provisions does not make specific provisions regarding unpurchased
16 right of way. ,
17
18 h. In Section 1-08.6 if the performance of the work is suspended,
19 delayed, or interrupted for an unreasonable period of time that proves
20 to be the responsibility of the Contracting Agency.
21
22 i. In Section 1-09.11 if a dispute or claim also involves a delay in '
23 completing the contract and the dispute or claim proves to be valid.
24
25 j. In Section 1-09.6 for work performed on a force account basis.
26 ,27 6. If the actual quantity of work performed for a bid item was more than the
28 original plan quantity and increased the duration of a critical activity.
29 Extensions of time will be limited to only that quantity exceeding the original
30 plan quantity.
31
32 7. Exceptional causes not specifically identified in items 1 through 6, provided the
33 request letter proves the Contractor had no control over the cause of the delay
34 and could have done nothing to avoid or shorten it.
35
36 Working days added to the contract by time extensions, when time has overran, shall
37 only apply to days on which liquidated damages or direct engineering have been
38 charged, such as the following:
39
40 If substantial completion has been granted prior to all of the authorized working
41 days being used, then the number of days in the time extension will eliminate an
42 equal number of days on which direct engineering charges have accrued. If the
43 substantial completion date is established after all of the authorized working days
44 have been used, then the number of days in the time extension will eliminate an
45 equal number of days on which liquidated damages or direct engineering charges
46 have accrued.
47 The Engineer will not allow a time extension for any cause listed above if it resulted
48 from the Contractor's default, collusion, action or inaction, or failure to comply with
49 the contract.
50 The Contracting Agency considers the time specified in the special provisions as
51 sufficient to do all the work. For this reason, the Contracting Agency will not grant a
52 time extension for:
TEST2 10
1
2 0 Failure to obtain all materials and workers unless the failure was the result of
3 exceptional causes as provided above in subsection 7;
4
5 0 Changes, protests, increased quantities, or changed conditions (Section 1-04)
6 that do not delay the completion of the contract or prove to be an invalid or
7 inappropriate time extension request;
8
9 0 Delays caused by nonapproval of drawings or plans as provided in Section
10 1-05.3;
11
12 0 Rejection of faulty or inappropriate equipment as provided in Section 1-05.9;
13
14 0 Correction of thickness deficiency as provided in Section 5-05.5(1)B.
15
16 The Engineer will determine whether the time extension should be granted, the reasons
17 for the extension, and the duration of the extension, if any. Such determination will be
18 final as provided in Section 1-05.1.
19
20 SECTION 1-09, MEASUREMENT AND PAYMENT
21 December 4, 2006
22 1-09.6 Force Account
23 The last paragraph under "3. For Equipment" is revised to read:
24
25 Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the
26 Contracting Agency's web site at www.wsdot.wa.gov.
27
28 1-09.9(1) Retainage
29 The fourth paragraph is revised to read:
30
31 Release of the retainage will be made 60 days following the Completion Date (pursuant
32 to RCW 39.12, and RCW 60.28) provided the following conditions are met:
33
34 1. On contracts totaling more than $20,000, a release has been obtained from the
35 Washington State Department of Revenue.
36
37 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file
38 with the Contracting Agency (RCW 39.12.040).
39
40 3. A certificate of Payment of Contributions Penalties and Interest on Public
41 Works Contract is received from the Washington State Employment Security
42 Department.
43
44 4. Washington State Department of Labor and Industries (per section 1-07.10)
45 shows the Contractor is current with payments of industrial insurance and
46 medical aid premiums.
47
48 5. All claims, as provided by law, filed against the retainage have been resolved.
49 In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are
50 met, the Contractor will be paid such retained percentage less an amount
51 sufficient to pay any such claims together with a sum determined by the
TEST2 11
1 Contracting Agency sufficient to pay the cost of foreclosing on claims and to t
2 cover attorney's fees.
3 ,4 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
5 August 7, 2006
6 2-03.3(2) Rock Cuts ,
7 This section is revised to read:
8
9 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break
10 down, loosen, or damage the rock under the subgrade line, except as provided by
11 Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the
12 rock bench that will remain. The Contractor shall be responsible for methods used
13 and for any damage caused to the roadbed, regardless of any previous approvals
14 by the Engineer.
15
16 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the
17 Contractor shall scale and dress them, removing all loose fragments and rocks not
18 firmly fastened to the rock slope. The Contractor shall also remove any
19 overhanging rock the Engineer sees as a hazard to roadway users.
20
21 If the Engineer requires it, the Contractor shall remove loose fragments and rocks
22 lying outside the slope stakes. Payment for such extra work shall be by force
23 account as provided in Section 1-09.6. The Contracting Agency will pay for loading
24 and hauling these materials at the unit contract prices that apply or as provided in
25 Section 1-04.4.
26
27 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and
28 blasting operations or at any time the Contractor proposes to change the drilling
29 and blasting methods, the Contractor shall submit a blasting plan to the Engineer
30 for review. The blasting plan shall contain the full details of the drilling and blasting
31 patterns and controls the Contractor proposes to use for both the controlled and
32 production blasting. The blasting plan submittal is required for all blasting
33 operations and shall contain the following minimum information:
34
35 a) Station limits of proposed shot.
36
37 b) Plan and section views of proposed drill pattern including free face,
38 burden, blast hole spacing, blast hole diameter, blast hole angles, lift
39 height, and subdrill depth.
40
41 c) Loading diagram showing type and amount of explosives, primers,
42 initiators, and location and depth of stemming.
43
44 d) Initiation sequence of blast holes including delay times and delay system.
45
46 e) Manufacturer's data sheets for all explosives, primers, and initiators to be
47 employed.
48
49 Review of the blasting plan by the Engineer shall not relieve the Contractor of the
50 responsibility for the accuracy and adequacy of the plan when implemented in the '
51 field.
TEST2 12
1
2 When blasting to establish slopes '/2 to 1 or steeper, and more than 10 feet high,
3 the Contractor shall use controlled blasting. The Engineer may require the
4 Contractor to use controlled blasting to form the faces of other slopes, even if the
5 slopes could be formed by nonblasting methods.
6
7 Controlled blasting refers to the controlled use of explosives and blasting
8 accessories in carefully spaced and aligned drill holes to provide a free surface or
9 shear plane in the rock along the specified backslope. Controlled blasting
10 techniques covered by this specification include presplitting and cushion blasting.
11
12 In addition to the blasting plan submittal, when using controlled blasting the
13 Contractor shall:
14
15 a) Prior to commencing full-scale blasting operations, the Contractor shall
16 demonstrate the adequacy of the proposed blast plan by drilling, blasting,
17 and excavating short test sections, up to 100 feet in length, to determine
18 which combination of method, hole spacing, and charge works best.
19 When field conditions warrant, the Contractor may be ordered to use test
20 section lengths less than 100 feet.
21
22 Unless otherwise approved by the Engineer, the Contractor shall begin the
23 tests with the controlled blast holes spaced 30-inches apart, then adjust if
24 needed, until the Engineer approves the spacing to be used for full-scale
25 blasting operations.
26
27 b) The Contractor shall completely remove all overburden soil and loose or
28 decomposed rock along the top of the excavation for a distance of at least
29 30 feet beyond the end of the production hole drilling limits, or to the end
30 of the cut, before drilling the presplitting holes.
31
32 c) The controlled blast holes shall be not less than 21/2 inches nor more than
33 3 inches in diameter.
34
35 d) The Contractor shall control drilling operations by the use of the proper
36 equipment and technique to ensure that no hole shall deviate from the
37 plane of the planned slope by more than 9 inches either parallel or normal
38 to the slope. Drill holes exceeding these limits shall not be paid for unless
39 satisfactory slopes are being obtained.
40
41 e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits
42 of the production holes to be detonated, or to the end of the cut as
43 applicable.
44
45 f) The length of controlled blast holes for any individual lift shall not exceed
46 20 feet unless the Contractor can demonstrate to the Engineer the ability
47 to stay within the above tolerances and produce a uniform slope. If
48 greater than 5 percent of the presplit holes are misaligned in any one lift,
49 the Contractor shall reduce the height of the lifts until the 9-inch alignment
50 tolerance is met. Upon satisfactory demonstration, the length of holes
51 may be increased to a maximum of 60 feet with written approval of the
52 Engineer.
t
TEST2 13
1 1
2 g) When the cut height requires more than one lift, a maximum 2-foot offset
3 between lifts will be permitted to allow for drill equipment clearances. The
4 Contractor shall begin the control blast hole drilling at a point that will
5 allow for necessary offsets and shall adjust, at the start of lower lifts, to
6 compensate for any drift that may have occurred in the upper lifts.
7
8 h) Before placing charges, the Contractor shall determine that the hole is free
9 of obstructions for its entire depth. All necessary precautions shall be
10 exercised so that the placing of the charges will not cause caving of
11 material from the walls of the holes.
12
13 i) The maximum diameter of explosives used in presplit holes shall not be
14 greater than 1/2 the diameter of the presplit hole.
15
16 j) Only standard explosives manufactured especially for controlled blasting
17 shall be used in controlled blast holes, unless otherwise approved by the
18 Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed
19 to be loaded in the presplit holes.
20
21 k) If fractional portions of standard explosive cartridges are used, they shall
22 be firmly affixed to the detonating cord in a manner that the cartridges will
23 not slip down the detonating cord nor bridge across the hole. Spacing of
24 fractional cartridges along the length of the detonating cord shall not
25 exceed 30 inches center to center and shall be adjusted to give the
26 desired results.
27
28 1) Continuous column cartridge type of explosives used with detonating cord
29 shall be assembled and affixed to the detonating cord in accordance with
30 the explosive manufacturer's instructions, a copy of which shall be
31 furnished to the Engineer.
32
33 m) The bottom charge of a presplit hole may be larger than the line charges
34 but shall not be large enough to cause overbreak. The top charge of the
35 presplitting hole shall be placed far enough below the collar, and reduced
36 sufficiently, to avoid overbreaking and heaving.
37
38 n) The upper portion of all presplit holes, from the top most charge to the
39 hole collar, shall be stemmed. Stemming materials shall be sand or other
40 dry angular material, all of which passes a 3/8-inch sieve.
41
42 o) If presplitting is specified, the detonation of these holes shall be fired first.
43
44 p) If cushion blasting is specified, the detonation of these holes shall be fired
45 last on an instantaneous delay after all other blasting has taken place in
46 the excavation.
47
48 q) Production blast holes shall not be drilled closer than 6 feet to the
49 controlled blast line, unless approved by the Engineer. The bottom of the
50 production holes shall not be lower than the bottom of the controlled blast
51 holes. Production holes shall not exceed 6 inches in diameter, unless
TEST2 14
1 approved by the Engineer. Detonation of production holes shall be on a
2 delay sequence toward a free face.
3
4 r) The use of horizontal blast holes for either production or controlled
5 blasting is prohibited.
6
7 SECTION 2-09, STRUCTURE EXCAVATION
8 January 3, 2006
9 2-09.3(1)E Backfilling
10 Item 1 of the first paragraph under Compaction is revised to read:
11
12 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill
13 providing lateral support for noise barrier wall foundations, luminaire poles, traffic
14 signal standards, and roadside and overhead sign structure foundations — placed
15 in horizontal layers no more than 6 inches thick with each layer compacted to
16 95 percent of the maximum density determined by the Compaction Control Test,
17 Section 2-03.3(14)D.
18
19 SECTION 2-12 CONSTRUCTION GEOTEXTILE
20 August 7, 2006
21 The section title is revised to read:
22
23 CONSTRUCTION GEOSYNTHETIC
24
25 2-12 CONSTRUCTION GEOTEXTILE
26 This heading is revised to read:
27
28 2-12 CONSTRUCTION GEOSYNTHETIC
29
30 2-12.1 Description
31 The word geotextile is revised to geosynthetic.
32
33 2-12.2 Materials
34 In the first and second paragraphs geotextile is revised to geosynthetic.
35
36 2-12.3 Construction Requirements
37 In the first, second, and third paragraphs geotextile is revised to geosynthetic.
38
39 SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES
40 August 7, 2006
41 3-01.4(1) Acquisition and Development
42 The first paragraph is revised to read:
43
44 If, under the terms of the Contract, the Contractor is required to provide a source of
45 materials, or if the Contractor elects to use materials from sources other than those
46 provided by the Contracting Agency, the Contractor shall, at no expense to the
47 Contracting Agency, make all necessary arrangements for obtaining the material and
TEST2 15
1 shall ensure the quantity of suitable material is available. Preliminary samples shall be i
2 taken by or in the presence of the Engineer or a designated representative unless the
3 Engineer permits otherwise. Approval of the source does not relieve the Contractor
4 from meeting these specification requirements, nor does it guarantee that the material
5 will meet these requirements without additional or proper processing. The Engineer
6 may require additional preliminary samples at any time. ,
7
8 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
9 December 4, 2006
10 5-01.3(2)B Portland Cement Concrete
11 The third paragraph beginning with "Acceptance testing" is supplemented with the following:
12
13 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and
14 protect concrete cylinders in cure boxes from excessive vibration and shock waves
15 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure
16 boxes shall be in accordance with Section 6-02.5.
17
18 5-01.3(4) Replace Portland Cement Concrete Panel
19 The third paragraph is revised to read:
20
21 When new concrete pavement is to be placed against existing cement concrete
22 pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and
23 grouted into the existing pavement with either Type I or IV epoxy resin as specified in
24 Section 9-26. Tie bars are not required for panel replacement less than a full panel.
25
26 5-01.3(6) Dowel Bar Retrofit
27 The fourth and fifth sentences in the second paragraph are revised to read:
28
29 When gang saws are used, slots that are not used shall be cleaned and sealed with
30 either Type I or IV epoxy resin as specified in Section 9-26.
31
32 The sixth paragraph is revised to read:
33
34 All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall
35 remove all slurry, parting compound, and other foreign materials prior to installation of
36 the dowel. Any damage to the concrete shall be repaired by the Contractor at no cost to
37 the Contracting Agency. Traffic shall not be allowed on slots where concrete has been
38 removed.
39
40 5-01.3(10) Pavement Smoothness
41 This section is revised to read:
42
43 Perform the work described in Section 5-05.3(12), and the following:
44
45 Where the pavement is ground, calculation of the profile index shall exclude dips
46 and depressions in the existing roadway. The profilograph generated reports shall
47 be provided to the Engineer prior to payment.
48
49 5-01.5 Payment
50 This section is revised to read:
51
TEST2 16
1 In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement
2 Concrete Pavement Grinding", per square yard.
3
4 At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per
5 square yard.
6
7 The second sentence in the 16th paragraph is revised to read:
8
9 The costs of any additional pavement grinding and profiling required to complete
10 the work as specified is also included in this payment.
11
12 The 18th paragraph for Replace Uncompactable Material is supplemented with the
13 following:
14
15 All costs associated with the containment, collection and disposal of concrete slurry
16 and grinding residue shall be included in the applicable concrete grinding or cutting
17 items of work.
18
19 SECTION 5-05, CEMENT CONCRETE PAVEMENT
20 December 4, 2006
21 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
22 The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented
23 with the following:
24
25 The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and
26 protect concrete cylinders in cure boxes from excessive vibration and shock waves
27 during the curing period in accordance with Section 6-02.3(6)D. Payment for cure
28 boxes shall be in accordance with Section 6-02.5.
29
30 5-05.3(7) Placing, Spreading, and Compacting Concrete
31 The second paragraph is revised to read:
32
33 The average density of the cores shall be at least 97 percent of the approved mix
34 design density or the actual concrete density when determined by the Contractor using
35 AASHTO T 121 with no cores having a density of less than 96 percent.
36
37 5-05.3(10) Tie Bars and Dowel Bars
38 The second sentence in the seventh paragraph is revised to read:
39
40 The epoxy-bonding agent shall be either Type I or IV epoxy resin as specified in Section
41 9-26.
42
43 5-05.3(12) Surface Smoothness
44 The first sentence in the first paragraph is revised to read:
45
46 The pavement smoothness will be checked with equipment furnished and operated by
47 the Contractor, under supervision of the Engineer, within 48 hours following placement
48 of concrete.
49
TEST2 17
1 SECTION 6-02, CONCRETE STRUCTURES
2 December 4, 2006
3 6-02.3(2) Proportioning Materials
4 The third paragraph is revised to read:
5 '6 The use of fly ash is required for Class 4000D and 4000P concrete, except that ground
7 granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly
8 ash and ground granulated blast furnace slag is optional for all other classes of
9 concrete.
10
11 6-02.3(2)A Contractor Mix Design
12 The first paragraph is revised to read:
13
14 The Contractor shall provide a mix design in writing to the Engineer for all classes of
15 concrete specified in the Plans except for those accepted based on a Certificate of
16 Compliance. No concrete shall be placed until the Engineer has reviewed the mix
17 design. The required average 28 day compressive strength shall be selected per ACI
18 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine
19 proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or
20 ground granulated blast furnace slag content per cubic yard of 100 pounds, and a
21 minimum cement content per cubic yard of 600 pounds. The proposed mix for Class
22 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content
23 per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660
24 pounds. All other concrete mix designs, except those for lean concrete and commercial
25 concrete, shall have a minimum cementitious material content of 564 pounds per cubic
26 yard of concrete.
27
28 The following new sentence is inserted after the first sentence in the fourth paragraph.
29
30 An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also
31 be used.
32
33 6-02.3(4)A Qualification of Concrete Suppliers
34 The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced
35 with the following:
36
37 Batch Plant Prequalification may be obtained through one of the following methods:
38
39 1. Certification by the National Ready Mix Concrete Association (NRMCA).
40 Information concerning NRMCA certification may be obtained from the NRMCA
41 at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org.
42 The NRMCA certification shall be good for a two year period. When this
43 method of certification is used the following documentation shall be submitted
44 to the project engineer.
45
46 a. A copy of the current NRMCA Certificate of Conformance, the
47 concrete mix design(s) (WSDOT Form 350-040), along with copies of
48 the truck list, batch plant scale certification, admixture dispensing
49 certification, and volumetric water batching devices (including water
50 meters) verification.
51
TEST2 18
1 2. Independent evaluation certified by a Professional Engineer using NRMCA
2 checklist. The Professional Engineer shall be licensed under title 18 RCW,
3 state of Washington, qualified in civil engineering. The independent certification
4 using the NRMCA checklist shall be good for a two year period. When this
5 method of certification is used the following documentation shall be submitted
6 to the engineer.
7
8 a. A copy of the Professional Engineer's stamped and sealed NRMCA
9 Verification of Inspection and Application for Certificate page from the
10 NRMCA checklist, the concrete mix design(s) (WSDOT Form 350-
11 040), along with copies of the truck list, batch plant scale certification,
12 admixture dispensing certification, and volumetric water batching
13 devices (including water meters) verification.
14
15 3. Inspection conducted by the Plant Manager, defined as the person directly
16 responsible for the daily plant operation, using the NRMCA Plant Certification
17 checklist. The Plant Manager certification shall be done prior to the start of a
18 project, and every six months throughout the life of the project, and meet the
19 following requirements:
20
21 a. The Agreement to Regularly Check Scales and Volumetric Batching
22 Dispensers page in the NRMCA Plant Certification checklist shall be
23 signed by the Plant Manager and notarized.
24
25 b. The signed and notarized Agreement to Regularly Check Scales and
26 Volumetric Batching Dispensers page and a copy of the NRMCA
27 Plant Certification checklist cover page showing the plant designation,
28 address and Company operating plant shall all be submitted to the
29 Project Engineer with the concrete mix design (WSDOT Form 350-
30 040), along with copies of the truck list, batch plant scale certification,
31 admixture dispensing certification, and volumetric water batching
32 devices (including water meters) verification.
33
34 c. The NRMCA Plant Certification checklists shall be maintained by the
35 Plant Manager and are subject to review at any time by the
36 Contracting Agency.
37
38 e. Volumetric water batching devices (including water meters) shall be
39 verified every 90 days.
40
41 6-02.3(5)C Conformance to Mix Design
42 Item 2 under the first paragraph is revised to read:
43
44 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of
45 that specified in the mix design.
.. 46
47 6-02.3(5)H Sampling and Testing for Compressive Strength
48 This section including title is revised to read:
49
VA-
1
TEST2 19
bF
1 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial i
2 Curing
3 Acceptance testing for compressive strength shall be conducted at the same frequency
4 as the acceptance tests for temperature, consistency, and air content.
5
6 The Contractor shall provide, and maintain cure boxes for curing concrete cylinders.
7 The Contractor shall also provide, maintain and operate all necessary power sources
8 and connections needed to operate the curing box. Concrete cylinders shall be cured in
9 a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall
10 maintain a temperature between 60°F and 80°F for concrete with specified strengths
11 less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of
12 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure
13 the internal temperature of the cure box. The thermometer shall be readable from
14 outside of the box and be capable of recording the high and low temperatures in a 24-
15 hour period. The cure boxes shall create an environment that prevents moisture loss
16 from the concrete specimens. The top shall have a working lock and the interior shall be
17 rustproof.A moisture-proof seal shall be provided between the lid and the box. The cure
18 box shall be the appropriate size to accommodate the number of concrete acceptance
19 cylinders necessary or the Contractor shall provide additional cure boxes. Once
20 concrete cylinders are placed in the cure box, the cure box shall not be moved until the
21 cylinders have been cured in accordance with these specifications. When concrete is
22 placed at more than one location simultaneously, multiple cure boxes shall be provided.
23
24 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration
25 and shock waves during the curing period in accordance with Section 6-02.3(6)D.
26
27 6-02.3(6)D Protection Against Vibration
28 The last sentence in the second paragraph is revised to read:
29
30 See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and
31 soldier pile shaft installation operations.
32
33 The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read:
34
35 (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated
36 impact tools, pavement breakers, and other large pieces of equipment.
37
38 6-02.3(11) Curing Concrete
39 The second paragraph is supplemented with the following:
40
41 Runoff water shall be collected and disposed of in accordance with all applicable
42 regulations. In no case shall runoff water be allowed to enter any lakes, streams, or
43 other surface waters.
44
45 6-02.3(16) Plans for Falsework and Formwork
46 The address for FEDEX delivery following the fourth paragraph is revised to read:
47
48 Washington State Department of Transportation
49 Bridge and Structures Engineer
50 7345 Linderson Way SW
51 Tumwater, WA 98501-6504
52
TEST2 20
1 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans
2 The address for FEDEX delivery following the first paragraph is revised to read:
3
4 Washington State Department of Transportation
5 Bridge and Structures Engineer
6 7345 Linderson Way SW
7 Tumwater, WA 98501-6504
8
9 6-02.3(16)B Preapproved Formwork Plans
10 The address for FEDEX delivery following the second paragraph is revised to read:
11
12 Washington State Department of Transportation
13 Bridge and Structures Engineer
14 7345 Linderson Way SW
15 Tumwater, WA 98501-6504
16
17 6-02.3(24)C Placing and Fastening
18 The 14th paragraph is revised to read:
19
20 Clearances shall be at least:
21
22 4-inches between: Main bars and the top of any concrete masonry
23 exposed to the action of salt or alkaline water.
24
25 3-inches between: Main bars and the top of any concrete deposited
26 against earth without intervening forms.
27
28 21/2-inches between: Adjacent bars in a layer. Roadway slab bars and the
29 top of the roadway slab.
30
31 2-inches between: Adjacent layers. Main bars and the surface of concrete
32 exposed to earth or weather (except in roadway slabs).
33 Reinforcing bars and the faces of forms for exposed
34 aggregate finish.
35
.,. 36 1 /2-inches between: Main bars and the surface of concrete not exposed to
37 earth or weather. Slab bars and the top of the slab
38 (except roadway slabs). Barrier and curb bars and the
39 surface of the concrete. Stirrups and ties and the
40 surface of the concrete exposed to earth or weather.
41
42 1-inch between: Slab bars and the bottom of the slab. Stirrups and ties
43 and the surface of the concrete not exposed to earth or
44 weather.
45
46 6-02.3(26)A Shop Drawings
47 The address for FEDEX delivery under Item 1 in the first paragraph is revised to read:
48
49 Washington State Department of Transportation
50 Bridge and Structures Engineer
51 7345 Linderson Way SW
52 Tumwater, WA 98501-6504
TEST2 21
1 1
2 6-02.3(28)A Shop Drawings
3 The first paragraph is revised to read: ,
4
5 Before casting the structural elements, the Contractor shall submit:
6
7 1. Seven sets of shop drawings for approval by the Department of Transportation
8 Bridge and Structures Engineer, Construction Support, addressed as follows:
9
10 US Postal Service
11 P. O. Box 47340
12 Olympia, WA 98504-7340
13
14 FedEx
15 7345 Linderson Way SW
16 Tumwater, WA 98501-6504; and
17
18 2. Two sets of shop drawings to the Project Engineer.
19
' 20 6-02.4 Measurement
21 This section is supplemented with the following:
22
23 No specific unit of measure will apply to the lump sum item for cure box.
24
25 6-02.5 Payment
26 This section is supplemented with the following:
27
28 "Cure Box", lump sum.
29 The lump sum contract price for "Cure Box" shall be full pay for all costs for providing,
30 operating, maintaining, moving and removing the cure boxes and providing, maintaining
31 and operating all necessary power sources and connections needed to operate the
32 curing boxes.
33
34 SECTION 6-03, STEEL STRUCTURES
35 December 4, 2006
36 6-03.3(7) Shop Plans
37 The first two sentences in the first paragraph are revised to read:
38
39 The Contractor shall submit for approval all shop detail plans for fabricating the steel.
40 These shall be sent to the Department of Transportation Bridge and Structures
41 Engineer, Construction Support, addressed as follows:
42
43 US Postal Service
44 P. O. Box 47340
45 Olympia, WA 98504-7340
46
47 FedEx
48 7345 Linderson Way SW
49 Tumwater, WA 98501-6504
50
TEST2 22
1 6-03.3(21)A Web Plates
2 This section is revised to read:
3
4 If web plates are spliced, gaps between plate ends shall be set at shop assembly to
5 measure 1/4-inch, and shall not exceed 3/8-inch.
6
7 6-03.3(33) Bolted Connections
8 The first sentence in the second paragraph is revised to read:
9
10 All bolted connections are slip critical.
11
12 SECTION 6-05, PILING
13 August 7, 2006
14 6-05.3(11)H Pile Driving From or Near Adjacent Structures
15 The second paragraph is revised to read:
16
17 Freshly placed concrete in the vicinity of the pile driving operation shall be protected
18 against vibration in accordance with Section 6-02.3(6)D.
19
20 The third paragraph is deleted.
21
22 6-05.5 Payment
23 The paragraph following "Furnishing St. Piling", per linear foot is revised to read:
24
25 The unit contract price per linear foot for "Furnishing (type) Piling ( )" shall be full
26 pay for furnishing the piling specified, including fabricating and installing the steel
27 reinforcing bar cage, and casting and curing the concrete, as required for concrete
28 piling. Such price shall also be full pay, when measurement includes, for piling length
29 ordered but not driven.
30
31 SECTION 6-07, PAINTING
32 August 7, 2006
33 6-07.2 Materials
34 The first sentence in the second paragraph is revised to read:
35
36 Material used for field abrasive blasting shall meet Military Specification MIL-A-
37 22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy.
38
39 6-07.3(2)A Bridge Cleaning
40 In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening
41 size (ASTM D4751) is revised to read:
42
43 #100 US Sieve
44
45 SECTION 6-09, MODIFIED CONCRETE OVERLAYS
46 December 4, 2006
47 6-09.3(6)C Placing Deck Repair Concrete
48 This section is revised to read:
TEST2 23
1 1
2 Deck repair concrete for modified concrete overlays shall be either modified concrete or
3 concrete Class M.
4
5 Before placing any deck repair concrete, the Contractor shall flush the existing concrete
6 in the repair area with water and make sure that the existing concrete is well saturated. 1
7 The Contractor shall remove any freestanding water prior to placing the deck repair
8 concrete. The Contractor shall place the deck repair concrete onto the existing concrete
9 while it is wet.
10
11 All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck
12 repairs, and all deck repairs of an area greater than ten square feet (measured at the
13 top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in
14 accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the
15 curing period, all vehicular and foot traffic shall be prohibited on the repair area.
16
17 Small deck repairs, defined as those of an area equal to or less than ten square feet
18 (measured at the top layer of steel reinforcement), shall be filled with concrete overlay
19 material during the placement of the concrete overlay.
20
21 SECTION 6-10, CONCRETE BARRIER
22 December 4, 2006
23 6-10.2 Materials
24 The fourth paragraph is revised to read:
25
26 Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9-
27 06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall
28 conform to Section 9-06.5(1) and be galvanized in accordance with AASHTO M 232.
29
30 SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS
31 January 3, 2006
32 This section including title is revised to read:
33
34 SECTION 6-11, REINFORCED CONCRETE WALLS
35 6-11.1 Description
36 This work consists of constructing reinforced concrete retaining walls, including those
37 shown in the Standard Plans, L walls, and counterfort walls.
38
39 6-11.2 Materials
40 Materials shall meet the requirements of the following sections:
41
42 Cement 9-01
43 Aggregates for Portland Cement Concrete 9-03.1
44 Gravel Backfill 9-03.12
45 Premolded Joint Filler 9-04.1(2)
46 Steel Reinforcing Bar 9-07.2
47 Epoxy-Coated Steel Reinforcing Bar 9-07.3
48 Concrete Curing Materials and Admixtures 9-23
49 Fly Ash 9-23.9
TEST2 24
1 Water 9-25
2
3 Other materials required shall be as specified in the Special Provisions.
4
5 6-11.3 Construction Requirements
6
7 6-11.3(1) Submittals
8 The Contractor shall submit all excavation shoring plans to the Engineer for approval in
9 accordance with Section 2-09.3(3)D.
10
11 The Contractor shall submit all falsework and formwork plans to the Engineer for
12 approval in accordance with Sections 6-02.3(16) and 6-02.3(17).
13
14 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the
15 following information shall be submitted to the Engineer for approval in accordance with
16 Sections 6-01.9 and 6-02.3(28)A:
17
18 1. Working drawings for fabrication of the wall stem panels, showing dimensions,
19 steel reinforcing bars, joint and joint filler details, surface finish details, lifting
20 devices with the manufacturer's recommended safe working capacity, and
21 material specifications.
22
23 2. Working drawings and design calculations for the erection of the wall stem
24 panels showing dimensions, support points, support footing sizes, erection
25 blockouts, member sizes, connections, and material specifications.
26
27 3. Design calculations for the precast wall stem panels, the connection between
28 the precast panels and the cast-in-place footing, and all modifications to the
29 cast-in-place footing details as shown in the Plans or Standard Plans.
30
31 The Contractor shall not begin excavation and construction operations for the retaining
32 walls until receiving the Engineer's approval of the above submittals.
33
34 6-11.3(2) Excavation and Foundation Preparation
35 Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages
36 shown in the Plans. Foundation soils found to be unsuitable shall be removed and
37 replaced in accordance with Section 2-09.3(1)C.
38
39 6-11.3(3) Precast Concrete Wall Stem Panels
40 The Contractor may fabricate precast concrete wall stem panels for construction of
41 Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast
42 concrete wall stem panels may be used for construction of non-Standard Plan retaining
43 walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels
44 shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete.
45
46 The precast concrete wall stem panels shall be designed in accordance with the
47 requirements for Load Factor Design in the following codes:
48
49 1. For all loads except as otherwise noted -AASHTO Standard Specifications for
50 Highway Bridges, latest edition and current interims. The seismic design shall
51 use the acceleration coefficient and soil profile type as specified in the Plans.
52
TEST2 25
1 2. For all wind loads - AASHTO Guide Specifications for Structural Design of
2 Sound Barriers, latest edition and current interims.
3
4 The precast concrete wall stem panels shall be fabricated in accordance with the
5 dimensions and details shown in the Plans, except as modified in the shop drawings as
6 approved by the Engineer.
7
8 The precast concrete wall stem panels shall be fabricated full height, and shall be
9 fabricated in widths of 8 feet, 16 feet, and 24 feet.
10
11 The construction tolerances for the precast concrete wall stem panels shall be as
12 follows:
13
14 Height ±1/4 inch
15 Width ±1/4 inch
16 Thickness ±1/4 inch
17 -1/8 inch
18 Concrete cover for steel reinforcing bar ±3/8 inch
19 -1/8 inch
20 Width of precast concrete wall stem panel joints ±1/4 inch
21 Offset of precast concrete wall stem panels ±1/4 inch
22 (Deviation from a straight line extending 5 feet on each side of the panel joint)
23
24 The precast concrete wall stem panels shall be constructed with a mating shear key
25 between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2
26 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-
27 1/2 inches maximum. The shear key shall be continuous and shall be of uniform width
28 over the entire height of the wall stem.
29
30 The Contractor shall provide the specified surface finish as noted, and to the limits
31 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
32 with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
33 Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall
34 stem panels shall be cast in a vertical position if the Plans call for a form liner texture on
35 both sides of the wall stem panel.
36
37 The precast concrete wall stem panel shall be rigidly held in place during placement and
38 curing of the footing concrete.
39
40 The precast concrete wall stem panels shall be placed a minimum of one inch into the
41 footing to provide a shear key. The base of the precast concrete wall stem panel shall
42 be sloped 1/2 inch per foot to facilitate proper concrete placement.
43
44 To ensure an even flow of concrete under and against the base of the wall panel, a form
45 shall be placed parallel to the precast concrete wall stem panel, above the footing, to
46 allow a minimum one foot head to develop in the concrete during concrete placement.
47
48 The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast
49 concrete wall stem panel by 1-1/2 inches minimum.
50
51 All precast concrete wall stem panel joints shall be constructed with joint filler installed
52 on the rear (backfill) side of the wall. The joint filler material shall extend from two feet
TEST2 26
1 below the final ground level in front of the wall to the top of the wall. The joint filler shall
2 be a nonorganic flexible material and shall be installed to create a waterproof seal at
3 panel joints.
4
5 The soil bearing pressure beneath the falsework supports for the precast concrete wall
6 stem panels shall not exceed the maximum design soil pressure shown in the Plans for
7 the retaining wall.
8
9 6-11.3(4) Cast-In-Place Concrete Construction
10 Cast-in-place concrete for concrete retaining walls shall be formed, reinforced, cast,
11 cured, and finished in accordance with Section 6-02, and the details shown in the Plans
12 and Standard Plans. All cast-in-place concrete shall be Class 4000.
13
14 The Contractor shall provide the specified surface finish as noted, and to the limits
15 shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved
16 with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the
17 Special Provisions.
18
19 Cast-in-place concrete for adjacent wall stem sections (between vertical expansion
20 joints) shall be formed and placed separately, with a minimum 12 hour time period
21 between concrete placement operations.
22
23 Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem
24 expansion joints in accordance with Section 6-01.14.
25
26 6-11.3(5) Backfill, Weepholes and Gutters
27 Unless the Plans specify otherwise, backfill and weepholes shall be placed in
28 accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain
29 shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone
30 defined as bridge approach embankment in Section 1-01.3 shall be compacted in
31 accordance with Method C of Section 2-03.3(14)C. All other backfill shall be compacted
32 in accordance with Method B of Section 2-03.3(14)C, unless otherwise specified.
33
34 Cement concrete gutter shall be constructed as shown in the Standard Plans.
35
36 6-11.3(6) Traffic Barrier and Pedestrian Barrier
37 When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in
38 accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans
39 and Standard Plans.
40
41 6-11.4 Measurement
42 Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4.
43
44 Steel reinforcing bar for retaining wall and epoxy-coated steel reinforcing bar for
45 retaining wall will be measured as specified in Section 6-02.4.
46
47 Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for
48 cast-in-place concrete barrier.
49
50 6-11.5 Payment
51 Payment will be made in accordance with Section 1-04.1 for each of the following bid
52 items when they are included in the proposal:
TEST2 27
1 l
2 "Conc. Class 4000 For Retaining Wall", per cubic yard.
3 All costs in connection with furnishing and installing weep holes and premolded
4 joint filler shall be included in the unit contract price per cubic yard for "Conc. Class
5 4000 for Retaining Wall".
6 ,7 "St. Reinf. Bar For Retaining Wall", per pound.
8 "Epoxy-Coated St. Reinf. Bar For Retaining Wall", per pound.
9
10 "Traffic Barrier", per linear foot.
11 "Pedestrian Barrier", per linear foot.
12 The unit contract price per linear foot for "_ Barrier' shall be full pay for
13 constructing the barrier on top of the retaining wall, except that when these bid
14 items are not included in the proposal, all costs in connection with performing the
15 work as specified shall be included in the unit contract price per cubic yard for
16 "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for
17 "_ Bar For Retaining Wall".
18
19 SECTION 6-12, NOISE BARRIER WALLS
20 January 3, 2006
21 6-12.3(6) Precast Concrete Panel Fabrication and Erection
22 Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6.
23
24 The below new item 5 is inserted ahead of renumbered item 6:
25
26 5. Precast concrete panels shall not be erected until the foundations for the panels
27 have attained a minimum compressive strength of 3,400 psi.
28
29 SECTION 6-13, STRUCTURAL EARTH WALLS
30 December 4, 2006
31 6-13.3(2) Submittals
32 The fifth paragraph is revised to read:
33
34 The design calculation and working drawing submittal shall include detailed design
35 calculations and all details, dimensions, quantities, and cross-sections necessary to
36 construct the wall. The calculations shall include a detailed explanation of any symbols,
37 design input, material property values, and computer programs used in the design of the
38 walls. All computer output submitted shall be accompanied by supporting hand
39 calculations detailing the calculation process. If MSEW 3.0, or a later version, is used
40 for the wall design, hand calculations supporting MSEW are not required.
41
42 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection
43 This section is supplemented with the following:
44
45 Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2-
46 12.3 and 6-13.3(5).
47
48 6-13.3(7) Backfill
49 Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to
50 "a plate compactor".
TEST2 28
1
2 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier
3 This Section is revised to read:
4
5 The Contractor, in conjunction with the structural earth wall manufacturer, shall design
6 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with
7 Section 6-13.3(2) and the above ground geometry details shown in the Plans. The
8 barrier working drawings and supporting calculations shall include, but not be limited to,
9 the following:
10
11 1. Complete details of barrier cross section geometry, including the portion below
12 ground, and accommodations necessary for bridge approach slabs, PCCP,
13 drainage facilities, underground utilities, and sign support, luminaire pole,
14 traffic signal standard, and other barrier attachments.
15
16 2. Details of the steel reinforcement of the barrier, including a bar list and bending
17 diagram in accordance with Section 6-02.3(24), and including additional
18 reinforcement required at sign support, luminaire pole, traffic signal standard,
19 and other barrier attachment locations.
20
21 3. Details of the interface of, and the interaction between, the barrier and the top
22 layers of structural earth wall reinforcement and facing.
23
24 4. When the Plans specify placement of conduit pipes through the barrier, details
25 of conduit pipe and junction box placement.
26
27 SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with
28 Sections 6-02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural
29 earth wall working drawings as approved by the Engineer.
30
31 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS
32 December 4, 2006
33 6-14.3(2) Submittals
34 Item 2 is revised to read:
35
36 2. The Contractor's proposed wall construction method, including proposed forming
37 systems, types of equipment to be used, proposed erection sequence and details
38 of how the backfill will be retained during each stage of construction.
39
40 6-14.3(4) Erection and Backfill
41 The first sentence in the eighth paragraph is revised to read:
42
43 The Contractor shall place and compact the wall backfill in accordance with the wall
44 construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C,
45 except as follows:
46
47 Under number 5 in the eighth paragraph, the words "light mechanical tempers" are revised
48 to "a plate compactor".
49
50 6-14.4 Measurement
51 The first three paragraphs are revised to read:
TEST2 29
1 1
2 Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be
3 measured by the square foot of face of completed wall. Corner wrap area and ,
4 extensions of the geosynthetic wall beyond the area of wall face shown in the Plans or
5 staked by the Engineer are considered incidental to the wall construction and will not be
6 included in the measurement of the square foot of face of completed geosynthetic
7 retaining wall.
8
9 Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in
10 Section 2-03.4.
11
12 Shotcrete facing and concrete fascia panel will be measured by the square foot surface
13 area of the completed facing or fascia panel, measured to the neat lines of the facing or
14 panel as shown in the Plans. When a footing is required, the measurement of the fascia
15 panel area will include the footing.
16
17 6-14.5 Payment
18 The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are
19 revised to read:
20
21 "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul", per ton or per cubic yard.
22 All costs in connection with furnishing and placing backfill material for temporary or
23 permanent geosynthetic retaining walls as specified shall be included in the unit contract
24 price per ton or per cubic yard for "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul".
25
26 SECTION 6-15, SOIL NAIL WALLS
27 August 7, 2006
28 6-15.3(8) Soil Nail Testing and Acceptance
29 The first sentence in the fourth paragraph is revised to read:
30
31 The pressure gauge shall be graduated in increments of either 100 psi or two percent of
32 the maximum test load, whichever is less.
33
34 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
35 August 7, 2006
36 6-16.3(5) Backfilling Shaft
37 The first and second paragraphs are revised to read:
38
39 The excavated shaft shall be backfilled with either controlled density fill (CDF), or
40 pumpable lean concrete, as shown in the Plans and subject to the following
41 requirements:
42
43 1. Dry shaft excavations shall be backfilled with CDF.
44
45 2. Wet shaft excavations shall be backfilled with pumpable lean concrete.
46
47 3. Pumpable lean concrete shall be a Contractor designed mix providing a
48 minimum 28 day compressive strength of 100 psi. Acceptance of pumpable
49 lean concrete will conform to the acceptance requirements specified in Section
50 2-09.3(1) for CDF.
TEST2 30
1
2 4. A wet shaft is defined as a shaft where water is entering the excavation and
3 remains present to a depth of six inches or more.
4
5 5. When the Plans or test hole boring logs identify the presence of a water table
6 at or above the elevation of the bottom of soldier pile shaft, the excavation
7 shall be considered as wet, except as otherwise noted. Such a shaft may be
8 considered a dry shaft provided the Contractor furnishes and installs casing
9 that is sufficiently sealed into competent soils such that water cannot enter the
10 excavation.
11
12 Placement of the shaft backfill shall commence immediately after completing the shaft
13 excavation and receiving the Engineer's approval of the excavation. CDF or pumpable
14 lean concrete shall be placed in one continuous operation to the top of the shaft.
15 Vibration of shaft backfill is not required.
16
17 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors
18 The first paragraph is revised to read:
19
20 The excavation and removal of CDF and pumpable lean concrete for the lagging
21 installation shall proceed in advance of the lagging, and shall not begin until the CDF
22 and pumpable lean concrete are of sufficient strength that the material remains in
23 placed during excavation and lagging installation. If the CDF or pumpable lean concrete
24 separates from the soldier pile, or caves or spalls from around the pile, the Contractor
25 shall discontinue excavation and timber lagging installation operations until the CDF and
26 pumpable lean concrete is completely set. The bottom of the excavation in front of the
27 wall shall be level. Excavation shall conform to Section 2-03.
28
29 SECTION 6-17, PERMANENT GROUND ANCHORS
30 August 7, 2006
31 6-17.3(8) Testing and Stressing
32 The first sentence in the third paragraph is revised to read:
33
34 The pressure gauge shall be graduated in increments of either 100 psi or two percent of
35 the maximum test load, whichever is less.
36
37 SECTION 7-01, DRAINS
38 August 7, 2006
39 7-01.3 Construction Requirements
40 This section is revised to read:
41
42 A trench of the dimensions shown in the Plans or as specified by the Engineer shall be
43 excavated to the grade and line given by the Engineer.
44
45 Section 7-01.3 is supplemented with the following new sub-sections:
46
47 7-01.3(1) Drain Pipe
48 Drain pipe shall be laid in conformity with the line and grades as shown in the Plans.
49 The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete
50 drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be
TEST2 31
1 jointed with a bell and spigot joint using a flexible elastomeric seal as described in
2 Section 9-04.8. The bell shall be laid upstream. PE drain pipe shall be jointed with
3 snap-on, screw-on, bell and spigot, or wraparound coupling bands as recommended by '
4 the manufacturer of the tubing.
5
6 7-01.3(2) Underdrain Pipe
7 When underdrain pipe is being installed as a means of intercepting ground or surface
8 water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the
9 pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill
10 shall be placed to the depth shown in the Plans or as designated by the Engineer. All
11 backfill shall be placed in 12-inch maximum layers and be thoroughly compacted with
12 three passes of a vibratory compactor for each layer. The Contractor shall use care in
13 placing the gravel backfill material to prevent its contamination.
14
15 Class 2 perforations shall be used unless otherwise specified. When Class 1
16 perforations are specified the perforated pipe shall be laid with the perforations down.
17 Upon final acceptance of the work, all drain pipes shall be open, clean, and free
18 draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall
19 be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or
20 solvent cement as described in Section 9-04.9, at the option of the Contractor unless
21 otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing
22 underdrain pipe shall be jointed with snap-on, screw-on, bell and spigot, or wraparound
23 coupling bands, as recommended by the manufacturer of the tubing. j
24
25 SECTION 7-02, CULVERTS
26 January 3, 2006
27 7-02.2 Materials
28 The fifth and seventh paragraphs are deleted:
29
30 SECTION 7-04, STORM SEWERS
31 January 3, 2006
32 7-04.2 Materials
33 The fourth and sixth paragraphs are deleted:
34
35 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
36 December 4, 2006
37 8-01.3(1) General
38 The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and
39 replaced with the following:
40
41 Erodible soil not being worked, whether at final grade or not, shall be covered within the
42 following time period, using an approved soil covering practice, unless authorized
43 otherwise by the Engineer:
44
45 In western Washington (west of the Cascade Mountain crest):
46
47 October 1 through April 30 2 days maximum
48 May 1 to September 30 7 days maximum
TEST2 32
1
2 In eastern Washington (east of the Cascade Mountain crest.):
3
4 October 1 through June 30 5 days maximum
5 July 1 through September 30 10 days maximum
6
7 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
8 This section is revised to read:
9
10 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
11 TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of
12 Training in Construction Site Erosion and Sediment Control from a course approved by
13 the Washington State Department of Ecology. The ESC Lead shall be listed on the
14 Emergency Contact List required under Section 1-05.13(1).
15
16 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC)
17 plan. Implementation shall include, but is not limited to:
18
19 1. Installing and maintaining all temporary erosion and sediment control Best
20 Management Practices (BMPs) included in the TESC plan to assure continued
21 performance of their intended function. Damaged or inadequate TESC BMPs
22 shall be corrected immediately.
23
24 2. Updating the TESC plan to reflect current field conditions.
25
26 When a TESC plan is included in the contract plans, the Contractor shall inspect all on-
27 site erosion and sediment control BMPs at least once every calendar week and within
28 24 hours of runoff events in which stormwater discharges from the site. Inspections of
29 temporarily stabilized, inactive sites may be reduced to once every calendar month.
30 The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall
31 be completed for each inspection and a copy shall be submitted to the Engineer no later
32 than the end of the next working day following the inspection.
33
34 8-01.3(2)E Tacking Agent and Soil Binders
35 The third paragraph, (PAM) is revised to read:
36
37 Soil Binding Using Polyacrylamide (PAM)
38 The PAM shall be applied on bare soil completely dissolved and mixed in water or
39 applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3
40 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of
41 cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved
42 PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held
43 fertilizer spreader or a tractor-mounted spreader.
44
45 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
46 The second paragraph under East of the summit of the Cascade Range, beginning with "The
47 Contractor will be responsible", is deleted.
48
49 8-01.3(9)A Silt Fence
50 The fifth paragraph is revised to read:
51
TEST2 33
1 Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1
2 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall
3 have a minimum weight of 0.90 Ibs/ft '
4
5 8-01.4 Measurement
6 This section is supplemented with the following:
7
8 Coir log will be measured by the linear foot along the ground line of the completed
9 installation.
10
11 8-01.5 Payment
12 The following bid item is inserted after"Compost Sock", per linear foot:
13
14 "Coir Log", per linear foot
15
16 This section is supplemented with the following:
17
18 "Mowing", per acre.
19
20 SECTION 8-02, ROADSIDE RESTORATION
21 April 3, 2006
22 8-02.3(8) Planting
23 The seventh and eighth paragraphs are deleted and replaced with the following:
24
25 All burlap, baskets, string, wire and other such materials shall be removed from the hole
26 when planting balled and burlapped plants. The plant material shall be handled in such
27 a manner that the root systems are kept covered and damp at all times. The root
28 systems of all bare root plant material shall be dipped in a slurry of silt and water
29 immediately prior to planting. The root systems of container plant material shall be
30 moist at the time of planting. In their final position, all plants shall have their top true root
31 (not adventitious root) no more than 1" below the soil surface, no matter where that root
32 was located in the original root ball or container. After planting, the backfill material and
33 root ball shall be thoroughly watered in within 24 hours.
34
35 8-02.3(9) Pruning, Staking, Guying, and Wrapping
36 The first paragraph is revised to read:
37
38 Plants shall be pruned at the time of planting, only to remove minor broken or damaged
39 twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in
40 such a manner as to retain or to encourage natural growth characteristics of the plants.
41 All other pruning shall be performed only after the plants have been in the ground at
42 least one year.
43
44 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
45 December 4, 2006
46 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters
47 The first paragraph is supplemented with the following:
48
TEST2 34
1 Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing
2 pavement surface at the rate ordered by the Engineer.
3
4 8-04.4 Measurement
5 The first paragraph is revised to read:
6
7 All curbs, gutters, and spillways will be measured by the linear foot along the line and
8 slope of the completed curbs, gutters, or spillways, including bends. Measurement of
9 cement concrete curb and cement concrete curb and gutter, when constructed across
10 driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp.
11
12 SECTION 8-08, RUMBLE STRIPS
13 April 3, 2006
14 8-08.1 Description
15 The first sentence is revised to read:
16
17 This work consists of constructing centerline and shoulder rumble strips by grinding hot
18 mix asphalt.
19
20 8-08.3 Construction Requirements
21 The first sentence in the first paragraph is revised to read:
22
23 The equipment shall have a rotary type cutting head or series of cutting heads capable
24 of grinding one or more recesses in the hot mix asphalt as detailed in the Standard
25 Plans.
26
27 The third sentence in the third paragraph is revised to read:
28
29 All cuttings and other debris shall become the property of the Contractor and be
30 disposed of outside the project limits.
31
32 SECTION 8-09, RAISED PAVEMENT MARKERS
33 April 3, 2006
34 8-09.3(5) Recessed Pavement Marker
35 This section is revised to read:
36
37 Construct recesses for pavement markers by grinding the pavement in accordance with
38 the dimensions shown in the Standard Plans. This work shall include cleanup and
39 disposal of cuttings and other resultant debris. Prepare the surface in accordance with
40 Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard
41 Plans and Section 8-09.3(4).
42
43 SECTION 8-11, GUARDRAIL
44 April 3, 2006
45 8-11.3(4) Removing Guardrail
46 This section including title is revised to read:
47
TEST2 35
1 8-11.3(4) Removing Guardrail and Guardrail Anchor
2 Removal of the various types of guardrail shall include removal of the rail, cable
3 elements, hardware, and posts, including transition sections, expansion sections and
4 terminal sections . Removal of the various types of guardrail anchors shall include
5 removal of the anchor assembly in its entirety, including concrete bases, rebar, and steel
6 tubes and any other appurtenances in the anchor assembly. All holes resulting from the
7 removal of the guardrail posts and anchors shall be backfilled with granular material in
8 layers no more than 6-inches thick and compacted to a density similar to that of the
9 adjacent material. The removed guardrail items shall become the property of the
10 Contractor.
11
12 SECTION 8-16, CONCRETE SLOPE PROTECTION
13 August 7, 2006
14 8-16.2 Materials
15 The material "Concrete Class 3000" and referenced section "6-02" are revised to read:
16
17 Commercial Concrete 6-02.3(2)B
18
19 8-16.3(3) Poured in Place Cement Concrete
20 In the second paragraph, the words "Class 3000 cement' are revised to read "commercial".
21
22 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
23 ELECTRICAL
24 December 4, 2006
25 8-20.3(2) Excavating and Backfilling
26 The third paragraph is revised to read:
27
28 The excavations shall be backfilled in conformance with the requirements of Section 2-
29 09.3(1)E, Structure Excavation.
30
31 8-20.3(4) Foundations
32 The second paragraph is revised to read:
33
34 The bottom of concrete foundations shall rest on firm ground. If the portion of the
35 foundation beneath the existing ground line is formed or cased instead of being cast
36 against the existing soil forming the sides of the excavation, then all gaps between the
37 existing soil and the completed foundation shall be backfilled and compacted in
38 accordance with Section 2-09.3(1)E.
39
40 The thirteenth paragraph is revised to read:
41
42 Both forms and ground which will be in contact with the concrete shall be thoroughly
43 moistened before placing concrete; however, excess water in the foundation excavation
44 will not be permitted. Foundations shall have set at least 72 hours prior to the removal
45 of the forms. All forms shall be removed, except when the Plans or Special Provisions
46 specifically allow or require the forms or casing to remain.
47
48 8-20.3(9) Bonding, Grounding
49 The first, second, and fourth paragraphs are revised to read:
TEST2 36
1
2 All metallic appurtenances containing electrical conductors (luminaires, light standards,
3 cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to
4 form continuous systems, that shall be effectively grounded.
5
6 Where conduit is installed, the installation shall include an equipment ground conductor,
7 in addition to the conductors noted in the contract. Bonding jumpers and equipment
8 grounding conductors shall be installed in accordance with Section 9-29.3 and NEC.
9 Where existing conduits are used for the installation of new circuits, an equipment-
10 grounding conductor shall be installed unless an existing equipment ground conductor,
11 which is appropriate for the largest circuit, is already present in the existing raceway.
12 The equipment ground conductor between the isolation switch and the sign lighter
13 fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel
14 circuits are enclosed in a common conduit, the equipment-grounding conductor shall be
15 sized by the largest overcurrent device serving any circuit contained within the conduit.
16
17 Supplemental grounding shall be provided at light standards, signal standards,
18 cantilever and sign bridge structures. Steel sign posts which support signs with sign
19 lighting or flashing beacons shall also have supplemental grounding. The supplemental
20 ground conductor shall be connected to the foundation rebar (all rebar crossings shall
21 be wire tied) by means of a grounding connector listed for use in concrete, and lead up
22 directly adjacent to a conduit installed within the foundation. The free end of the
23 conductor shall be terminated to the ground terminal, with an approved clamp, within
24 the pole. If no ground terminal is provided, bond to standard or post. Three feet of
25 slack shall be provided inside the standard. Where a concrete and rebar foundation is
26 not used the supplemental ground shall be a grounding electrode placed in the hole
27 next to the post prior to back fill. For light standards, signal standards, cantilever and
28 sign bridge structures the supplemental grounding conductor shall be a non-insulated 4
29 AWG stranded copper conductor. For steel sign posts which support signs with sign
30 lighting or flashing beacons the supplemental grounding conductor shall be a non-
31 insulated 6 AWG stranded copper conductor.
32
33 8-20.3(14)E Signal Standards
34 The second paragraph is revised to read:
35
36 Signal standards shall not be erected on concrete foundations until the foundations
37 have attained 2400 psi or 14 days after concrete placement. Signal standards without
38 mast arms may be erected after 72 hours. Type IV and V strain pole standards may be
39 erected but the messenger cable (span wire) shall not be placed until the foundation has
40 attained 2400 psi or 14 days after concrete placement.
41
42 SECTION 8-21, PERMANENT SIGNING
43 January 3, 2006
44 8-21.3(9)F Bases
45 The second paragraph is revised to read:
46
47 The excavation and backfill shall be in conformance with the requirements of Section 2-
48 09.3(1)E.
49
50 The fifth paragraph is revised to read:
51
TEST2 37
1 The bottom of concrete foundations shall rest on firm ground. If the portion of the
2 foundation beneath the existing ground line is formed or cased instead of being cast
3 against the existing soil forming the sides of the excavation, then all gaps between the
4 existing soil and the completed foundation shall be backfilled and compacted in
5 accordance with Section 2-09.3(1)E.
6
7 The fourteenth paragraph is revised to read:
8
9 Both forms and ground which will be in contact with the concrete shall be thoroughly
10 moistened before placing concrete; however, excess water in the foundation excavation
11 will not be permitted. Forms shall not be removed until the concrete has set at least
12 three days. All forms shall be removed, except when the Plans or Special Provisions
13 specifically allow or require the forms or casing to remain.
14
15 SECTION 8-22, PAVEMENT MARKING
16 December 4, 2006
17 8-22.3(2) Preparation of Roadway Surfaces
18 The following new sentence is inserted after the first sentence in the second paragraph:
19
20 The temperature requirement may be superseded by the material manufacturers written
21 installation instructions.
22
23 The last sentence in the third paragraph is revised to read:
24
25 These cure periods may be reduced if the manufacturer performs a successful bond
26 test and approves the reduction of the pavement cure period.
27
28 8-22.3(3) Marking Application
29 The following is inserted preceding the first paragraph:
30
31 Flat Lines — Pavement marking lines with a flat surface.
32
33 Profiled Marking —A profiled pavement marking is a marking that consists of a base line
34 thickness and a profiled thickness which is a portion of the pavement marking line that is
35 applied at a greater thickness than the base line thickness. Profiles shall be applied
36 using the extruded method in the same application as the base line. The profiles may
37 be slightly rounded provided the minimum profile thickness is provided for the length of
38 the profile. See the Standard Plans for the construction details.
39
40 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse
41 grooves. An embossed plastic line may also have profiles. See the Standard Plans for
42 the construction details.
43
44 Inset Line — A line constructed by grinding or saw cutting a groove into the pavement
45 surface and spraying, extruding or gluing pavement marking material into the groove.
46 The groove depth is dependent upon the material used, the pavement surface and
47 location.
48
49 The second paragraph is revised to read:
50
TEST2 38
1 Centerlines on two lane highways with skip patterns, paint or plastic, shall be applied in
2 the increasing mile post direction so they are in cycle with existing skip pattern lines at
3 the beginning of the project. Skip patterns applied to multi-lane or divided roadways
4 shall be applied in cycle in the direction of travel.
5
6 Where paint is applied on centerline on two-way roads with bituminous surface
7 treatment or centerline rumble strips, the second paint application shall be applied in the
8 opposite (decreasing mile post) direction as the first application (increasing mile post)
9 direction. This will require minor skip pattern corrections for curves on the second
10 application.
11
12 The fourth paragraph, beginning with "Lines with skip patterns", is deleted.
13
14 The fifth paragraph, beginning with "Glass beads", is deleted.
15
16 The first sentence in the sixth paragraph is revised to read:
17
18 Pavement markings shall be applied at the following base line thickness measured
19 above the pavement surface or above the slot bottom for inset markings in thousandths
20 of an inch (mils):
21
22 In the sixth paragraph, the chart Marking Material Application is revised to read:
23
Marking Material Application HMA PCC BST
Paint-first coat spray 10 10 10
Paint- second coat spray 15 15 15
Type A-flat/transverse & symbols extruded 125 125 125
Type A-flat/long line & symbols spray 90 90 120
Type A-with profiles extruded 90 90 120
Type A- embossed extruded 160 160 160
Type A-embossed with profiles extruded 160 160 160
Type B -flat/transverse & symbols heat fused 125 125 125
Type C -flat/transverse & adhesive 90 90 NA
symbols
Type C-1 - inset/long line adhesive 60 60 NA
Type D -flat/transverse & spray 120 120 120
symbols
Type D -flat/transverse & extruded 120 120 120
symbols
Type D -flat/long line spray 90 90 120
Type D -flat/long line extruded 90 90 120
Type D - profiled/long line extruded 90 90 120
Type D— inset/long line spray 40 40 40
Type D— inset/long line extruded 230 230 230
24
TEST2 39
1 In the seventh paragraph, the chart for Liquid pavement marking material yield per gallon is
2 revised to read:
3
Mils thickness Feet of 4" line/gallon Square feet/gallon
10 483 161
15 322 108
30 161 54
40 125 42
45 107 36
60 81 27
90 54 18
90 with profiles 30 10
120 40 13
120 with profiles 26 9
230 21 7
4
5 In the eighth paragraph, the final line in the chart for Solid pavement marking material (Type
6 A) yield is revised to read:
7
8 230 —flat inset 47 15
9
10 The ninth and tenth paragraphs are deleted.
11
12 The eleventh paragraph is revised to read:
13
14 All inset plastic lines shall be applied into a groove cut or ground into the pavement. For
15 Type A or D material the groove shall be cut or ground with equipment to produce a
16 smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut
17 with equipment to produce a smooth square groove with a width in accordance with the
18 material manufacturer's recommendation. The groove depth for Type C-1 material shall
19 be 100 mils, plus or minus 10 mils. The groove depth for Type A or D material shall be
20 as shown in the Plans.
21
22 Section 8-22.3 is supplemented with the following new sub-section.
23
24 8-22.3(3)A Glass beads
25 Top dress glass beads shall be applied to all spray and extruded pavement marking
26 material. Glass beads shall be applied by a bead dispenser immediately following the
27 pavement marking material application. Glass bead dispensers shall apply the glass
28 beads in a manner such that the beads appear uniform on the entire pavement marking
29 surface with 50 to 60% embedment. Hand casting of beads will not be allowed.
30
31 Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of
32 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be
33 applied at the rate recommended by the marking material manufacturer.
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. The cure period between successive applications shall be in accordance
38 with the manufacturer's recommendations. Any loose beads, dirt or other debris shall
TEST2 40
1 be swept or blown off the line prior to application of each successive application.
2 Successive applications shall be applied squarely on top of the preceding application.
3
4 8-22.3(5) Installation Instructions
5 This section including title is revised to read:
6
7 8-22.3(5) Plastic Installation Instructions
8 Installation instructions for plastic markings shall be provided for the Engineer. All
9 materials including glass beads shall be installed according to the manufacturer's
10 recommendations. A manufacturer's technical representative shall be present at the
11 initial installation of plastic material to approve the installation procedure or the material
12 manufacturer shall certify that the Contractor will install the plastic material in
13 accordance with their recommended procedure.
14
15 8-22.4 Measurement
16 The following is inserted after the fifth paragraph:
17
18 Diagonal and chevron-shaped lines used to delineate medians, gore areas, and parking
19 stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and
20 pattern shown in the Standard Plans. These lines will be measured as painted or plastic
21 line or wide line by the linear foot of line installed. Crosswalk line will be measured by
22 the square foot of marking installed.
23
24 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad
25 crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and
26 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be
27 measured per each. Type 1 through 6 traffic arrows will be measured as one unit each,
28 regardless of the number of arrow heads.
29
30 The last paragraph is revised to read:
31
32 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane
33 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial
34 surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed
35 bump symbol will be measured per each. Removal of crosswalk lines will be measured
36 by the square foot of lines removed.
37
38 8-22.5 Payment
39 The following items are deleted:
40
41 "Painted HOV Lane Symbol Type
42 "Plastic HOV Lane Symbol Type
43
44 SECTION 9-00, DEFINITIONS AND TESTS
45 January 3, 2006
46 9-00.8 Sand Equivalent
47 The second paragraph is revised to read:
48
49 For acceptance, there must be a clear line of demarcation. If no clear line of
50 demarcation has formed at the end of a 30 minute sedimentation period, the material
51 will be considered as failing to meet the minimum specified sand equivalent.
TEST2 41
1
2 SECTION 9-02, BITUMINOUS MATERIALS
3 January 3, 2006
4 9-02.1(4) Asphalt Binders
5 This section including title is revised to read:
6
7 9-02.1(4) Performance Graded Asphalt Binder(PGAB)
8 PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the
9 contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T
10 314) of M 320 is not a specification requirement.
11
12 9-02.1(4)A Performance Graded Asphalt Binder
13 This section including title is revised to read:
14
15 9-02.1(4)A Quality Control Plan
16 The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance
17 with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance
18 Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the
19 WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to
20 be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that
21 PGAB meets the specification requirements of the contract.
22
23 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P
24 This section is revised to read:
25
26 The asphalt CRS-2P shall be a polymerized cationic emulsified asphalt. The polymer
27 shall be milled into the asphalt or emulsion during the manufacturing of the emulsion.
28 The asphalt CRS-2P shall meet the following specifications:
29
AASHTO Test Specifications
Method Minimum Maximum
Viscosity @122°F, SFS T 59 100 400
Storage Stability 1 day % T 59 --- 1
Demulsibility 35 ml. 0.8% Dioctyl T 59 40 ---
Sodium Sulfosuccinate
Particle Charge T 59 positive ---
Sieve Test % T 59 --- 0.30
Distillation
Oil distillate by vol. of emulsion % T connote 1 0 3
Residue T 59 note 1 65 ---
Test on the Residue From
Distillation
Penetration @77°F T 49 100 250
Forsional Recovery % note 2 18 _
TEST2 42
or
Toughness/Tenacity in-lbs note 3 50/25 ---
1
2 note 1Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and
3 maintained for 20 minutes.
4
5 note 2The Torsional Recovery test shall be conducted according to the California
6 Department of Transportation Test Method No. 332. The residue material for this
7 test shall come from California Department of Transportation Test Method No. 331.
8
9 note 3Benson method of toughness and tenacity; Scott tester, inch-pounds at 77°F,
10 20 in. per minute pull. Tension head 7/8 in. diameter.
11
12 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of
13 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity
14 method is used for acceptance the supplier must supply all test data verifying
15 specification conformance.
16
17 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
18 December 4, 2006
19 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe
20 This section including title is revised to read:
21
22 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10-inch)
23 Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type
24 C (corrugated both inside and outside) or type S (corrugated outer wall and smooth
25 inner liner). The maximum size pipe shall be 10 inches in diameter.
26
27 9-05.1(7) Corrugated Polyethylene Drain Pipe
28 This section including title is revised to read:
29
30 9-05.1(7) Corrugated Polyethylene Drain Pipe (12-inch through 60-inch)
31 Corrugated polyethylene drain pipe, 12-inch through 60-inch -diameter maximum, shall
32 meet the minimum requirements of AASHTO M 294 Type S or 12-inch through 24 inch
33 diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C.
34
35 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain
36 Pipe
., 37 This section including title is revised to read:
38
39 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10-
40 inch)
41 Perforated corrugated polyethylene underdrain pipe shall meet the requirements of
42 AASHTO M252, Type CP or Type SR Type CP shall be Type C pipe with Class 2
43 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2
44 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the
45 length and circumference of the pipe. The maximum size pipe shall be 10-inch diameter.
46
W TEST2 43
1 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe
2 This section including title is revised to read:
3
4 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12-inch
5 through 60-inch)
6 Perforated corrugated polyethylene underdrain pipe, 12-inch through 60-inch diameter
7 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type
8 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe
9 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be
10 uniformly spaced along the length and circumference of the pipe.
11
12 9-05.4(3) Protective Treatment
13 In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5).
14
15 9-05.15 Metal Castings
16 This section is revised to read:
17
18 For all metal castings the producing foundry shall provide certification stating the
19 country of origin, the material meets the required ASTM or AASHTO specification noted
20 in the subsections below. The producing foundry shall detail all test results from
21 physical testing to determine compliance to the specifications. The test reports shall
22 include physical properties of the material from each heat and shall include tensile, '
23 yield, and elongation as specified in the appropriate ASTM or AASHTO specification.
24 For AASHTO M 306, Section 8, Certification is deleted and replaced with the above
25 certification and testing requirements.
26
27 Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or
28 repaired. Porosity in metal castings for drainage structures shall be considered a
29 workmanship defect subject to rejection by the Engineer. Metal castings made from
30 gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal
31 castings made from cast steel shall conform to the requirements of Section 9-06.8. All
32 metal castings shall meet the proof load testing requirements of AASHTO M 306.
33
34 9-05.15(1) Manhole Ring and Cover
35 This section is revised to read:
36
37 Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile
38 iron.
39
40 All covers shall be interchangeable within the dimensions shown in the Standard Plans.
41 All mating surfaces shall be machine finished to ensure a nonrocking fit.
42
43 The inside vertical recessed face of the ring and the vertical outside edge of the cover
44 shall be machined or manufactured to the following tolerances:
45
46 Ring +3/32 inch to -3/32 inch
47 Cover +3/32 inch to -3/32 inch
48
49 All manhole rings and covers shall be identified by the name or symbol of the producing
50 foundry and country of casting origin. This identification shall be in a plainly visible
51 location when the ring and cover are installed. Ductile iron shall be identified by the
52 following, "DUC" or "DI." The producing foundry and material identification shall be
TEST2 44
1 adjacent to each other and shall be minimum '/2 inch to maximum 1 inch high letters,
2 recessed to be flush with the adjacent surfaces.
3
4 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets
5 The first and second paragraphs are revised to read:
6
7 Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or
8 ductile iron, and as shown in the Standard Plans.
9
10 Castings for grates and solid metal covers for catch basins and inlets shall be cast steel
11 or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are
12 allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The
13 producing foundry's name and material designation shall be embossed on the top of the
14 grate. The material shall be identified by the following: "CS" for cast steel or "DUC" or
15 "DI" for ductile iron and shall be located near the producing foundry's name.
16
17 9-05.15(3) Cast Metal Inlets
18 The first sentence is revised to read:
19
20 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the
21 Standard Plans.
22
23 9-05.19 Corrugated Polyethylene Culvert Pipe
24 The first paragraph is revised to read:
25
26 Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294
27 Type S or D for pipe 12-inch to 60-inch diameter with silt-tight joints.
28
29 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
30 December 4, 2006
31 9-06.5(4) Anchor Bolts
32 The first and second paragraphs are revised to read:
33
34 Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise
35 specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3,
36 and S4.
37
38 Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291,
39 Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to
40 AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section
41 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall
42 conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436.
43
44 9-06.9 Gray Iron Castings
45 The AASHTO requirement is revised to read "AASHTO M 306".
46
TEST2 45
1 SECTION 9-07, REINFORCING STEEL
2 December 4, 2006
3 9-07.2 Deformed Steel Bars
4 The first sentence in the first paragraph is revised to read:
5
6 Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31
7 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast-
8 in-place components of bridge structures (excluding sidewalks and barriers but including
9 shafts and concrete piles), and for precast substructure components of bridge
10 structures, shall conform to ASTM A 706 only.
11
12 SECTION 9-09, TIMBER AND LUMBER
13 August 7, 2006
14 9-09.2(3) Inspection
15 This section is revised to read:
16
17 Timber and lumber requiring a grade stamp shall be marked with a certified lumber
18 grade stamp provided by one of the following agencies:
19
20 West Coast Lumber Inspection Bureau (WCLIB)
21 Western Wood Products Association (WWPA)
22 Pacific Lumber Inspection Bureau (PLIB)
23 Any lumber grading bureau certified by the American Lumber Standards Committee ,
24
25 Timber and Lumber requiring a grading certificate shall have a certificate that was
26 issued by either the grading bureau whose stamp is shown on the material, or by the
27 lumber mill, which must be under the supervision of one of the grading bureaus listed
28 above. The certificate shall include the following:
29
30 Name of the mill performing the grading
31 The grading rules being used
32 Name of the person doing the grading with current certification
33 Signature of a responsible mill official
34 Date the lumber was graded at the mill
35 Grade, dimensions, and quantity of the timber or lumber
36
37 For Structures:
38 All material delivered to the project shall bear a grade stamp and have a grading
39 certificate. The grade stamp and grading certificate shall not constitute final acceptance
40 of the material. The Engineer may reject any or all of the timber or lumber that does not
41 comply with the specifications or has been damaged during shipping or upon delivery.
42
43 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and
44 Mailbox Posts:
45 Material delivered to the project shall either bear a grade stamp on each piece or have a
46 grading certificate. The grade stamp or grading certificate shall not constitute final
47 acceptance of the material. The Engineer may reject any or all of the timber or lumber
48 that does not comply with the specifications or has been damaged during shipping or
49 upon delivery. r
50
TEST2 46
1 9-09.3(1) General Requirements
2 The last sentence in the first paragraph is revised to read:
3
4 Unless otherwise specified in the contract, all timber and lumber shall be treated in
5 accordance with Sections U1 and T1 of the latest edition of the AWPA standards.
6
7 SECTION 9-10, PILING
8 December 4, 2006
9 9-10.2(2) Reinforcement
10 This section is revised to read:
11
12 Reinforcement shall meet the requirements of Section 9-07.
13
14 SECTION 9-12, MASONRY UNITS
15 August 7, 2006
16 9-12.7 Precast Concrete Drywells
17 The third sentence is revised to read:
18
19 Each seepage port shall provide a minimum of 1 square inch and a maximum of 7
20 square inches for round openings and 15 square inches for rectangular openings.
21
22 SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK
23 WALLS
24 August 7, 2006
25 9-13.5(2) Poured Portland Cement Concrete Slope Protection
26 The first paragraph is revised to read:
27
28 Cement concrete for poured concrete slope protection shall be commercial concrete in
29 conformance with Section 6-02.3(2)6.
30
31 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
32 August 7, 2006
33 9-14.2 Seed
34 This section is revised to read:
35
36 Grasses, legumes, or cover crop seed of the type specified shall conform to the
37 standards for "Certified" grade seed or better as outlined by the State of Washington
38 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be
39 furnished in standard containers on which shall be shown the following information:
40
41 (1) Common and botanical names of seed,
42 (2) Lot number,
43 (3) Net weight,
44 (4) Pure live seed
45
46 All seed installers and vendors must have a business license issued by the Washington
47 State Department of Licensing with a "seed dealer" endorsement. Upon request, the
TEST2 47
1 contractor shall furnish the Engineer with copies of the applicable licenses and
2 endorsements.
3
4 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a
5 statement signed by the vendor certifying that each lot of seed has been tested by a
6 recognized seed testing laboratory within six months before the date of delivery on the
7 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage
8 will not be accepted.
9
10 9-14.4(1) Straw
11 This section is revised to read:
12
13 All straw material shall be in an air dried condition free of noxious weeds and other
14 materials detrimental to plant life. Straw mulch so provided shall be suitable for
15 spreading with mulch blower equipment.
16
17 9-14.4(3) Bark or Wood Chips
18 This section is supplemented with the following:
19 '20 Sawdust shall not be used as mulch.
21
22 9-14.4(4) Sawdust '
23 This section including title is revised to read:
24
25 9-14.4(4) Vacant '
26
27 9-14.4(8) Compost
28 This section is revised to read: ,
29
30 Compost products shall be the result of the biological degradation and transformation of
31 plant-derived materials under controlled conditions designed to promote aerobic
32 decomposition. Compost shall be stable with regard to oxygen consumption and carbon
33 dioxide generation. Compost shall be mature with regard to its suitability for serving as
34 a soil amendment or an erosion control BMP as defined below. The compost shall have
35 a moisture content that has no visible free water or dust produced when handling the
36 material.
37
38 Compost production and quality shall comply with Chapter 173-350 WAC.
39
40 Compost products shall meet the following physical criteria:
41
42 1. Compost material shall be tested in accordance with Testing Methods for the
43 Examination of Compost and Composting (TMECC) Test Method 02.02-13,
44 "Sample Sieving for Aggregate Size Classification".
45
46 Fine Compost shall meet the following:
47
48 Min. Max.
49 Percent passing 2" 100%
50 Percent passing 1" 99% 100%
51 Percent passing 1/2" 90% 100%
TEST2 48
1 Percent passing '/4' 75% 100%
2 Maximum particle length of 6 inches
3
4 Coarse Compost shall meet the following-
5 Min. Max.
6 Percent passing 3" 100%
7 Percent passing 1" 90% 100%
8 Percent passing 3/" 70% 100%
9 Percent passing W 40% 60%
10 Maximum particle length of 6 inches
11
12 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC
13 04.11-A, 1:5 Slurry pH".
14
15 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be
16 less than 1.0 percent by weight as determined by TMECC 03.08-A.
17
18 4. Minimum organic matter shall be 40 percent dry weight basis as determined by
19 TMECC 05.07A, "Loss-On-Ignition Organic Matter Method".
20
21 5. Soluble salt contents shall be less than 4.Ommhos/cm tested in accordance
22 with TMECC 04.10-A, 1:5 Slurry Method, Mass Basis".
23
24 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A,
25 "Germination and Root Vigor".
26
27 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon
28 Dioxide Evolution Rate"
29
30 8. The compost product must originate a minimum of 65 percent by volume from
31 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A
32 maximum of 35 percent by volume of other approved organic waste and/or
33 biosolids may be substituted for recycled plant waste. The supplier shall
34 provide written verification of feedstock sources
35
36 9. The Engineer may also evaluate compost for maturity using the Solvita
37 Compost Maturity Test. Fine Compost shall score a number 6 or above on the
38 Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on
39 the Solvita Compost Maturity Test.
40
41 The compost supplier will test all compost products within 90 calendar days prior to
42 application. Samples will be taken using the Seal of Testing Assurance (STA) sample
43 collection protocol. (The sample collection protocol can be obtained from the U.S.
44 Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741
45
46 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an
47 independent STA Program approved lab. The compost supplier will pay for the test. A
48 copy of the approved independent STA Program laboratory test report shall be
49 submitted to the Contracting Agency prior to initial application of the compost. Seven
50 days prior to application, the Contractor shall submit a sample of each type compost to
51 be used on the project to the Engineer.
52
TEST2 49
1 Compost not conforming to the above requirements or taken from a source other than
2 those tested and accepted shall be immediately removed from the project and replaced
3 at no cost to the Contracting Agency.
4
5 The Contractor shall either select a compost supplier from the Qualified Products List, or
6 submit the following information to the Engineer for approval:
7
8 1. A Request for Approval of Material Source.
9
10 2. A copy of the Solid Waste Handling Permit issued to the supplier by the
11 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional
12 Standards for Solid Waste Handling).
13
14 3. The supplier shall verify in writing, and provide lab analyses that the material
15 complies with the processes, testing, and standards specified in WAC 173-350
16 and these specifications. An independent STA Program certified laboratory
17 shall perform the analysis.
18
19 4. A list of the feedstock by percentage present in the final compost product.
20
21 5. A copy of the producer's Seal of Testing Assurance certification as issued by
22 the U.S. Composting Council.
23
24 Acceptance will be based upon a satisfactory Test Report from an independent STA
25 program certified laboratory and the sample(s) submitted to the Engineer.
26 '
27 9-14.5(5) Wattles
28 This section is revised to read:
29 ,30 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir,
31 compost, or wood shavings encased within biodegradable or photodegradable netting.
32 Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing
33 material shall be clean, evenly woven, and free of encrusted concrete or other
34 contaminating materials such as preservatives. Encasing material shall be free from
35 cuts, tears, or weak places and shall have a lifespan greater than 6 months. ,
36
37 Compost filler shall meet the material requirements as specified in Section 9-14.4(8),
38 and shall be Coarse Compost. ,
39
40 9-14.5(6) Compost Sock
41 This section is revised to read: '
42
43 Biodegradable fabric for compost sock and compost wattle shall be clean, evenly
44 woven, and free of encrusted concrete or other contaminating materials and shall be
45 free from cuts, tears, broken or missing yarns and thin, open, or weak places. Fabric for
46 compost sock shall consist of extra heavy weight biodegradable fiber which has not
47 been treated with any type of preservative. Compost for compost socks shall meet the
48 material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost '
49
50 Wood stakes for compost sock and wattles shall be made from Douglas-fir, hemlock, or
51 pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in '
52 length, unless otherwise indicated in the Plans.
TEST2 50
1
2 Section 9-14.5 is supplemented with the following new section.
3
4 9-14.5(7) Coir Log
5 Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted
6 within an outer netting. Log segments shall have a maximum length of 20 feet, with a
7 minimum diameter as shown in the Plans. Logs shall have a density of 7 Ibs/cf or greater.
8
9 Coir logs shall be manufactured with a woven wrapping netting made of bristle coir twine
10 with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2
11 inch openings.
12
13 Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a
14 notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially
15 available hemp rope.
16
17 9-14.6(1) Description
18 This section is revised to read:
19
20 Bareroot plants are grown in the ground and harvested without soil or growing medium
21 around their roots.
22
23 Container plants are grown in pots or flats that prevent root growth beyond the sides
24 and bottom of the container.
25
26 Balled and burlapped plants are grown in the ground and harvested with soil around a
27 core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire
28 basket or other supportive structure.
29
30 Cuttings are live plant material without a previously developed root system. Source
31 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with
32 a sharp instrument. Written permission shall be obtained from property owners and
33 provided to the Engineer before cuttings are collected. The Contractor shall collect
34 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the
35 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings
36 include the following forms:
37
38 A. Live branch cuttings shall have flexible top growth with terminal buds and may
39 have side branches. The rooting end shall be cut at an approximate 45 degree
40 angle.
41
42 B. Live stake cuttings shall have a straight top cut immediately above a bud. The
43 lower, rooting end shall be cut at an approximate 45degree angle. Live stakes
44 are cut from one to two year old wood. Live stake cuttings shall be cut and
45 installed with the bark intact with no branches or stems attached, and be '/2 to
46 1 '/2 inch in diameter.
47
48 C. Live pole cuttings shall have a minimum 2inch diameter and no more than
49 three branches which shall be pruned back to the first bud from the main stem.
50
TEST2 51
1 D. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the
2 nodes and becoming erect at the apex. Rhizomes shall have a minimum of two
3 growth points.
4
5 E. Tubers shall be a thickened and short subterranean branch having numerous
6 buds or eyes.
7
8 9-14.6(2) Quality
9 This section is revised to read:
10
11 All plant material furnished shall meet the grades established by the latest edition of the
12 American Standard for Nursery Stock, (ASNS)ANSI Z60.1 shall conform to the size and
13 acceptable conditions as listed in the contract, and shall be free of all foreign plant
14 material.
15
16 All plant material shall comply with State and Federal laws with respect to inspection for
17 plant diseases and insect infestation.
18
19 All plant material shall be purchased from a nursery licensed to sell plants in
20 Washington State.
21
22 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall
23 be vigorous, well formed, with well developed fibrous root systems, free from dead
24 branches, and from damage caused by an absence or an excess of heat or moisture,
25 insects, disease, mechanical or other causes detrimental to good plant development.
26 Evergreen plants shall be well foliated and of good color. Deciduous trees that have
27 solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees
28 shall have only one leader (growing apex) and one terminal bud, and shall not be
29 sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- ,
30 crotches shall be rejected.
31
32 Root balls of plant materials shall be solidly held together by a fibrous root system and ,
33 shall be composed only of the soil in which the plant has been actually growing. Balled
34 and burlapped rootballs shall be securely wrapped with jute burlap or other packing
35 material not injurious to the plant life. Root balls shall be free of weed or foreign plant ,
36 growth.
37
38 Plant materials shall be nursery grown stock. Plant material, with the exception of
39 cuttings, gathered from native stands shall be held under nursery conditions for a
40 minimum of one full growing season, shall be free of all foreign plant material, and meet
41 all of the requirements of these Specifications, the Plans, and the Special Provisions.
42 '43 Container grown plants must be plants transplanted into a container and grown in that
44 container sufficiently long for new fibrous roots to have developed so that the root mass
45 will retain its shape and hold together when removed from the container, without having '
46 roots that circle the pot. Plant material which is root bound, as determined by the
47 Engineer, shall be rejected. Container plants shall be free of weed or foreign plant
48 growth.
49
50 Container sizes for plant material of a larger grade than provided for in the container
51 grown specifications of the ASNS shall be determined by the volume of the root ball
52 specified in the ASNS for the same size plant material.
TEST2 52 '
1
2 All bare root plant materials shall have a heavy fibrous root system and must be
3 dormant at the time of planting.
4
5 Average height to spread proportions and branching shall be in accordance with the
6 applicable sections, illustrations, and accompanying notes of the ASNS.
7
8 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks,
9 full and symmetrical branching, central leader, and be developed, grown, and
10 propagated with a full branching crown. A "Street Tree Grade" designation requires the
11 highest grade of nursery shade or ornamental tree production which shall be supplied.
12
13 Trees with improperly pruned, broken, or damaged branches, trunk, or root structure
14 shall be rejected. In all cases, whether supplied balled and burlapped or in a container,
15 the root crown (top of root structure) of the tree shall be at the top of the finish soil level.
16 Trees supplied and delivered in a nursery fabric bag will not be accepted.
17
18 Plants, which have been determined by the Engineer to have suffered damage as the
19 result of girdling of the roots, stem, or a major branch; have deformities of the stem or
20 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or
21 have any defect, injury, or condition which renders the plant unsuitable for its intended
22 use, shall be rejected.
23
24 Plants that are grafted shall have roots of the same genus as the specified plant.
25
26 9-14.6(3) Handling and Shipping
27 The last sentence in the sixth paragraph is deleted.
28
29 9-14.6(6) Substitution of Plants
30 The second paragraph is revised to read:
31
32 Container or balled and burlapped plant material may be substituted for bare root plant
33 material. Container grown plant material may be substituted for balled and burlapped
34 plant materials. When substitution is allowed, use current ASNS standards to determine
35 the correct rootball volume (container or balled and burlapped) of the substituted
36 material that corresponds to that of the specified material. These substitutions shall be
37 approved by the Engineer and be at no cost to the Contracting Agency.
38
39 9-14.6(7) Temporary Storage
40 The third paragraph is revised to read:
41
42 Cuttings shall continually be shaded and protected from wind. Cuttings must be
43 protected from drying at all times and shall be heeled into moist soil or other insulating
44 material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored
45 for later installation shall be bundled, laid horizontally, and completely buried under
46 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90%
47 humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in
48 water for 24 hours prior to planting. Cuttings taken when the temperature is higher than
49 50°F shall not be stored for later use. Cuttings that already have developed roots shall
50 not be used.
51
52 The fourth paragraph is deleted.
TEST2 53
1 , ,
2 SECTION 9-15, IRRIGATION SYSTEM
3 August 7, 2006
4 9-15.1 Pipe, Tubing, and Fittings
5 The second paragraph is revised to read:
6
7 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of
8 ASTM B 88, and shall be a minimum of Type L rating.
9
10 SECTION 9-16, FENCE AND GUARDRAIL
11 April 3, 2006 ,
12 9-16.1(1)A Post Material for Chain Link Fence
13 The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM
14 F1043".
15
16 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is
17 revised to "ASTM F1043".
18
19 SECTION 9-22, MONUMENT CASES
20 August 7, 2006 ,
21 9-22.1 Monument Cases, Covers, and Risers
22 The AASHTO requirement is revised to read "AASHTO M 306". '
23
24 SECTION 9-28, SIGNING MATERIALS AND FABRICATION
25 August 7, 2006 ,
26 9-28.14(1) Timber Sign Posts
27 The last sentence is revised to read: ,
28
29 Preservative and retention shall be as shown in Section 9-16.2 for sawn posts.
30 '31 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
32 December 4, 2006
33 9-29.2 Junction Boxes I
34 Section 9-29.2 including title is revised to read:
35
36 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes
37 9-29.2(1) Standard Junction Box
38 This section including title is revised to read:
39
40 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes
41 For the purposes of this specification concrete is defined as Portland Cement
42 Concrete and non-concrete is all others.
43
44 Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty
45 Junction Boxes are defined as Type 4, 5, and 6.
46
r
TEST2 54
1 The contractor shall provide shop drawings if their manufacturing process or
2 standard production model includes any deviation from the Standard Plan. For
3 each type of junction box, or whenever there is a design change to the junction box,
4 a proof test, as defined in this specification, shall be performed once in the
5 presence of the Engineer.
6
7 This section is supplemented with the following new subsections:
8
9 9-29.2(1)A Standard Duty Junction Boxes
10 All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds
11 and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction
12 Box includes the spread footing shown in the Standard Plans.
13
14 Concrete Junction Boxes
15 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be
16 painted with a black paint containing rust inhibiters or painted with a shop applied,
17 inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in
18 accordance with ASTM A 111.
19
20 Concrete used in Standard Duty Junction Boxes shall have a minimum
21 compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000
22 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall
23 be anchored to the box by welding the wire fabric to the frame or by welding
24 headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame.
25 The wire fabric shall be attached to the studs and frame with standard tie practices.
26 The box shall contain ten studs located near the centerline of the frame and box
27 wall. The studs shall be placed one anchor in each corner, one at the middle of
28 each width and two equally spaced on each length of the box.
29
30 Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the
31 following:
32
33 Concrete Section 6-02
34 Reinforcing Steel Section 9-07
35 Fiber Reinforcing ASTM C 1116, Type III
36 Lid ASTM A786 diamond plate steel
37 Frame ASTM A786 diamond plate steel or
38 ASTM A36 flat steel
39 Lid Support & Handle ASTM A36 steel
40 Anchors (studs) Section 9-06.15
41
42 Non-concrete Junction Boxes
43 Material for the non-concrete junction boxes shall be of a quality that will provide for
44 a similar life expectancy as Portland Cement Concrete in a direct burial application.
45
46 Type 1, 2, 7, and 8 non-concrete junction boxes shall have a Design Load of
47 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non-concrete
48 junction boxes shall be gray in color and have an open bottom design with
49 approximately the same inside dimensions, and present a load to the bearing
50 surface that is less than or equal to the loading presented by the concrete junction
51 boxes shown in the Standard Plans. Non-concrete junction box lids shall include a
52 pull slot and shall be secured with two '/2 inch stainless steel hex-head bolts factory
TEST2 55
1 coated with anti-seize compound and recessed into the cover. The tapped holes '
2 for the securing bolts shall extend completely through the box to prevent
3 accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel.
4
5 9-29.2(1)B Heavy Duty Junction Boxes
6 Heavy Duty Junction Boxes shall be concrete and have a minimum vertical load rating '
7 of 46,000 pounds without permanent deformation and 60,000 pounds without failure
8 when tested in accordance with 9-29.2(1)C .
9
10 The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a
11 shop applied, inorganic zinc primer in accordance with Section 6-07.3
12
13 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive
14 strength of 4000 PSI.
15
16 Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following:
17
18 Concrete Section 6-02
19 Reinforcing Steel Section 9-07
20 Lid ASTM A786 diamond plate steel, rolled
21 from plate complying with ASTM A572,
22 grade 50 or ASTM A588 with min. CVN
23 toughness of 20 ft-lb at 40 degrees F
24 Frame and stiffener plates ASTM A572 grade 50 or ASTM A588, both with
25 min. CVN toughness of 20 ft-lb at 40 degrees F
26 Handle ASTM A36 steel
27 Anchors (studs) Section 9-06.15
28 Bolts, Nuts, Washers ASTM F 593 or 193, type 304 or 316
29
30 The lid stiffener plates shall bear on the frame, and be milled so that there is full even
31 contact, around the perimeter, between the bearing seat and lid stiffener plates, after
32 fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free
33 from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts
34 shall be liberally coated with anti-seize compound. Bolts shall be installed snug tight.
35 The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of
36 the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a
37 feeler gage. The bearing area percentage will be measured for each side of the lid as it
38 bears on the frame.
39
40 9-29.2(1)C Testing Requirements
41 Junction boxes shall be tested by an independent materials testing facility, and a test
42 report issued documenting the results of the tests performed.
43
44 For concrete junction boxes the independent testing lab shall meet the requirements of
45 AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be
46 conducted in the presence of and signed off by the Engineer or a designated
47 representative. The Contractor shall give the Engineer 30 days notice prior to testing.
48 One copy of the test report shall be furnished to the Contracting Agency certifying that
49 the box and cover meet or exceed the loading requirements for a concrete junction box,
50 and shall include the following information:
51
52 1. Product identification.
TEST2 56
1 2. Date of testing.
2 3. Description of testing apparatus and procedure.
3 4. All load deflection and failure data.
4 5. Weight of box and cover tested.
5 6. Upon completion of the required test(s) the box shall be loaded to failure.
6 7. A brief description of type and location of failure.
7
8 For non-concrete junction boxes the testing facility shall be a Nationally Recognized
9 Testing Laboratory (witnessing is not required). One copy of the test report shall be
10 furnished to the Contracting Agency certifying that the box and cover meet or exceed
11 the loading requirements for a non-concrete junction box, and shall include the following
12 information:
13
14 1. Product identification.
15 2. Date of testing.
16 3. Description of testing apparatus and procedure.
17 4. All load deflection data.
18 5. Weight of box and cover tested.
19
20 Testing for Standard Duty Concrete Junction Boxes
21 Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds.
22 The test load shall be applied uniformly through a 10-inch x 10inch x 1 inch steel
23 plate centered on the lid. The test load shall be applied and released ten times,
24 and the deflection at the test load and released state shall be recorded for each
25 interval. At each interval the junction box shall be inspected for lid deformation,
26 failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame,
27 cracks, and concrete spalling.
28
29 Concrete junction boxes will be considered to have withstood the test if none of the
30 following conditions are exhibited:
31
32 1. Permanent deformation of the lid or any impairment to the function of the
33 lid.
34 2. Vertical or horizontal displacement of the lid frame.
35 3. Cracks wider than 0.012 inches that extend 12 inches or more.
36 4. Fracture or cracks passing through the entire thickness of the concrete.
37 5. Spalling of the concrete.
38
39 Testing for the Standard Duty non-concrete Junction Boxes
40 Non-concrete Junction Boxes shall be tested to a minimum of 22,500 Ibs as defined
41 in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall
42 provide a Manufacture Certificate of Compliance for each non-concrete junction
43 box installed.
44
45 Testing for Heavy Duty Junction Boxes
46 Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load
47 shall be applied vertically through a 10-inch x 20-inch x 1-inch steel plate centered
48 on the lid with an orientation both on the long axis and the short axis of the junction
49 box. The test load shall be applied and released ten times on each axis. The
50 deflection at the test load and released state shall be recorded for each interval. At
51 each interval the test box shall be inspected for lid deformation, failure of the lid or
52 frame welds, vertical and horizontal displacement of the lid frame, cracks, and
TEST2 57
1 concrete spalling. After the twentieth loading interval the test shall be terminated '
2 with a 60,000 pound load being applied vertically through the steel plate centered
3 on the lid and with the long edge of steel plate orientated parallel to the long axis of ,
4 the box.
5
6 Heavy Duty Junction Boxes will be considered to have withstood the 46,000
7 pounds test if none of the following conditions are exhibited:
8
9 1. Permanent deformation of the lid or any impairment to the function of the
10 lid.
11 2. Vertical or horizontal displacement of the lid frame.
12 3. Cracks wider than 0.012-inches that extend 12-inches or more.
13 4. Fracture or cracks passing through the entire thickness of the concrete.
14 5. Spalling of the concrete.
15
16 Heavy Duty Junction Boxes will be considered to have withstood the 60,000 ,
17 pounds test if all of the following conditions are exhibited:
18
19 1. The lid is operational.
20 2. The lid is securely fastened.
21 3. The welds have not failed.
22 4. Permanent dishing or deformation of the lid is 1/4 inch or less.
23 5. No buckling or collapse of the box.
24
25 9-29.2 (2) Vacant
26 This section including title is revised to read: ,
27
28 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes
29 Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a '
30 concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable
31 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as
32 shown in the Standard Plans.
33
34 The Contractor shall provide shop drawings if their manufacturing process or standard
35 production model includes any deviation from the Standard Plan. For each type of box '
36 or whenever there is a design change to the Cable Vault or Pull box, a proof test, as
37 defined in this specification, shall be performed once in the presence of the Engineer.
38 ,39 This section is supplemented with the following new sections:
40
41 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
42 Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load
43 rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete
44 Standard Duty Junction Boxes.
45
46 Concrete for standard duty cable vaults and pull boxes shall have a minimum
47 compressive strength of 4000 psi. The frame shall be anchored to the vault/box by
48 welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long,
49 as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the
50 studs and frame with standard tie practices. The vault/box shall contain ten studs
51 located near the centerline of the frame and wall. Studs shall be placed one anchor in ,
52 each corner, one at the middle of each width and two equally spaced on each length of
TEST2 58 ,
1 the vault/box. The steel frame, lid support, and lid shall be painted with a black paint
2 containing rust inhibiters or painted with a shop applied, inorganic zinc primer in
3 accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111.
4
5 Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following:
6
7 Concrete Section 6-02
8 Reinforcing Steel Section 9-07
9 Lid ASTM A786 diamond plate steel
10 Frame ASTM A786 diamond plate steel or
11 ASTM A36 flat steel
12 Lid Support & Handle ASTM A36 steel
13 Anchors (studs) Section 9-06.15
14 Bolts, Nuts, Washers ASTM F593 or 193, type 304 or 316
15
16 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes
17 Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a
18 minimum compressive strength of 4000 psi, and have a minimum vertical load rating of
19 46,000 pounds without permanent deformation and 60,000 pounds without failure when
20 tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes.
21
22 Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following:
23
24 Concrete Section 6-02
25 Reinforcing Steel Section 9-07
26 Cover Section 9-05.15(1)
27 Ring Section 9-05.15(1)
28 Anchors (studs) Section 9-06.15
29 Bolts, Nuts, Washers ASTM F593 orAl93, type 304 or 316
30
31 9-29.2(4) Cover Markings
32 The first sentence of the first paragraph is revised to read:
33
34 Junction boxes, cable vaults, and pull boxes with metallic lids shall be
35 marked with the appropriate legend in accordance with the bead weld details
36 in the Standard Plans. Non-metallic lids shall be embossed with the
37 appropriate legend and a non-skid surface. Legends for metallic lids and
38 non-metallic lids shall be 1-inch nominal height.
39
40 The first sentence of the second paragraph is revised to read:
41
42 Junction boxes, cable vaults and pull boxes shall be marked or embossed
43 for use in accordance with the plans and following schedule:
44
45 9-29.6(2) Slip Base Hardware
46 The last sentence in the first paragraph is revised to read:
47
48 Plate washers shall conform to ASTM A 36, and also shall conform to the flatness
49 tolerances specified in AASHTO M 293 for circular washers.
50
TEST2 59
1 9-29.6(5) Foundation Hardware
2 The second and third paragraphs are revised to read:
3
4 Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal
5 standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods
6 conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A
7 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for
8 embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or
9 greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is
10 less than five times the nominal bolt diameter).
11
12 All foundation hardware shall be 100% hot-dipped galvanized in accordance with
13 AASHTO M 111 and AASHTO M 232.
14
15 SECTION 9-30, WATER DISTRIBUTION MATERIALS
16 August 7, 2006
17 9-30.6(3)A Copper Tubing
18 This section is revised to read:
19
20 Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of
21 ASTM B 88, Type K rating. '
22
23 SECTION 9-33, CONSTRUCTION GEOTEXTILE
24 August 7, 2006 '
25 Section 9-33 including title is revised in its entirety to read:
26 '27 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC
28
29 9-33.1 Geosynthetic Material Requirements
30 The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and
31 prefabricated drainage mats.
32
33 Geotextiles, including geotextiles attached to prefabricated drainage core to form a
34 prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns
35 formed into a stable network such that the fibers or yarns retain their position relative to
36 each other during handling, placement, and design service life. At least 95 percent by
37 weight of the material shall be polyolefins or polyesters. The material shall be free from
38 defects or tears. The geotextile shall also be free of any treatment or coating which
39 might adversely alter its hydraulic or physical properties after installation.
40
41 Geogrids shall consist of a regular network of integrally connected polymer tensile
42 elements with an aperture geometry sufficient to permit mechanical interlock with the
43 surrounding backfill. The long chain polymers in the geogrid tensile elements, not
44 including coatings, shall consist of at least 95 percent by mass of the material of
45 polyolefins or polyesters. The material shall be free of defects, cuts, and tears.
46
47 Prefabricated drainage core shall consist of a three dimensional polymeric material with
48 a structure that permits flow along the core laterally, and which provides support to the
49 geotextiles attached to it.
TEST2 60
1
2 The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in
3 Section 9-33.2, and additional tables as required in the Standard Plans and Special
4 Provisions for each use specified in the Plans. Specifically, the geosynthetic uses
5 included in this section and their associated tables of properties are as follows:
6
Geotextile Geosynthetic Application Applicable
Property Tables
Underground Drainage, Low and Moderate Survivability, Tables 1 and 2
Classes A. B. and C
Separation Table 3
Soil Stabilization Table 3
Permanent Erosion Control, Moderate and High Survivability, Tables 4 and 5
Classes A. B. and C
Ditch Lining Table 4
Temporary Silt Fence Table 6
Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans
Temporary Geosynthetic Retaining Wall Tables 7 and 10
Prefabricated Drainage Mat Table 8
Table 10 will be included in the Special Provisions.
7
8 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the
9 properties specified in the Standard Plans for permanent walls, and Table 10 for
10 temporary walls.
11
12 For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material
13 placed at the wall face to retain the backfill material as shown in the Plans shall conform
14 to the properties for Construction Geotextile for Underground Drainage, Moderate
15 Survivability, Class A.
16
17 Thread used for sewing geotextiles shall consist of high strength polypropylene,
18 polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew
19 permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of
20 temporary or permanent geosynthetic retaining walls, shall also be resistant to
21 ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile
22 itself.
23
24 9-33.2 Geosynthetic Properties
25 9-33.2(1) Geotextile Properties
26 Table 1: Geotextile for underground drainage strength properties for survivability.
27
ASTM Geotextile Property Requirements
Test Low Moderate
Method2 Survivabilit Survivabilit
Geotextile
Property Woven I Nonwoven Woven Nonwoven
TEST2 61
Grab Tensile D 4632 180 lb 115 lb min. 250 lb 160 lb min. ,
Strength, in min. min.
machine and
x-machine
direction
Grab Failure D 4632 < 50% > 50% < 50% > 50%
Strain, in
machine and
x-machine
direction
Seam D 46323 160 lb 100 lb min. 220 lb 140 lb min.
Breaking min. min.
Strength ,
Puncture D 6241 370 lb 220 lb min. 495 lb 310 lb min.
Resistance min. min.
Tear D 4533 67 lb min. 40 lb min. 80 lb 50 lb min.
Strength, in min.
machine and
x-machine
direction
Ultraviolet D 4355 50% strength retained min.,
(UV) after 500 hours in a xenon arc device
Radiation
Stabilityr`
1
2 Table 2: Geotextile for underground drainage filtration properties.
3
Geotextile Property ASTM Geotextile Property Re uirements
Test Class A Class B Class C
Method2
AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 80
max. max. max.
Water Permittivity D 4491 0.5 sec-1 min. 0.4 sec" min. 0.3 sec min.
4
5 Table 3: Geotextile for separation or soil stabilization.
6
Geotextile ASTM Geotextile Pro ert y Requirements
Property Test Separation Soil Stabilization
Method2 Woven I Nonwoven Woven I Nonwoven
AOS D 4751 U.S. No. 30 max. U.S. No. 40 max.
Water D 4491 0.02 sec min. 0.10 sec min.
Permittivity
Grab Tensile D 4632 250 lb min. 160 lb min. 315 lb min. 200 lb min.
Strength,
in machine and
x-machine
direction
Grab Failure D 4632 < 50% > 50% < 50% > 50%
Strain,
in machine and
x-machine
direction
Seam Breaking D 4632 220 lb min. 140 lb min. 270 lb min. 180 lb min.
TEST2 62
.. Strength
Puncture D 6241 495 lb min. 310 lb min. 620 lb min. 430 lb min.
Resistance
Tear Strength, D 4533 80 lb min. 50 lb min. 112 lb min. 79 lb min.
in machine and
x-machine
direction
Ultraviolet(UV) D 4355 50% strength retained min.,
Radiation after 500 hours in xenon arc device
Stability
1
2 Table 4: Geotextile for permanent erosion control and ditch lining.
3
" Geotextile ASTM Geotextile Property Requirements
Property Test Permanent Erosion Control Ditch Lining
Method Moderate High
.. Survivability Survivability
Woven Non- Woven Non- Woven Non-
woven I woven woven
AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max.
Water D 4491 See Table 5 See Table 5 0.02 sec min.
Permittivity
Grab D 4632 2501b 1601b 315 lb 2001b 2501b 1601b
Tensile min. min. min. min. min. min.
Strength,
in machine
,,,,■ and
x-machine
direction
Grab D 4632 15% - ?50% 15% - > 50% < 50% > 50%
Failure 50% 50%
Strain,
in machine
„w and
x-machine
direction
+�• Seam D 4632 2201b 14b lb 2701b 1801b 2201b 1401b
Breaking min. min. min. min. min. min.
Strength
..
Puncture D 6241 4951b 310 lb 6201b 4301b 4951b 310 lb
Resistance min. min. min. min. min. min.
Tear D 4533 801b 501b 1121b 791b 801b 501b
Strength, min. min. min. min. min. min.
in machine
and
x-machine
direction
Ultraviolet D 4355 70% strength retained min.,
(UV) after 500 hours in xenon arc device
Radiation
Stability
4
5 Table 5: Filtration properties for geotextile for permanent erosion control.
TEST2 63
1 t
ASTM Geotextile Property Requirements'
Geotextile Test
Property Method Class A Class B Class C
AOS D 4751 U.S. No. 40 U.S. No. 60 U.S. No. 70
max. max. max.
Water D 4491 0.7 sec' min. 0.4 sec' min. 0.2 sec' min.
Permittivity
2
3 Table 6: Geotextile for temporary silt fence.
4
Geotextile Property ASTM Geotextile Pro ert y Requirements'
Test Unsupported Supported Between
Method Z Between Posts Posts with Wire or
Polymeric Mesh
AOS D 4751 U.S. No. 30 max. for slit wovens, U.S. No. 50
for all other geotextile types, U.S. No. 100 min.
Water Permittivity D 4491 0.02 sec' min.
Grab Tensile D 4632 180 lb min. in 100 lb min.
Strength, machine direction,
in machine and 100 lb min.
x-machine direction in x-machine
direction
Grab Failure Strain, D 4632 30% max. at 180 lb
in machine and or more
x-machine direction
Ultraviolet(UV) D 4355 70% strength retained min.,
Radiation Stability after 500 hours in xenon arc device
5
6 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes
7 Table 7: Minimum properties required for geotextile reinforcement used in
8 geosynthetic reinforced slopes and retaining walls.
9 1 ,
Geotextile Property ASTM Geotextile Property Requirements'
Test Woven Nonwoven ,
MethodZ
AOS D 4751 U.S. No. 20 max.
Water Permittivity D 4491 0.02 sec' min.
Grab Tensile D 4632 200 lb min. 120 lb min.
Strength,
in machine and
x-machine direction rt
Grab Failure Strain, D 4632 < 50% > 50%
in machine and
x-machine direction
Seam Breaking D 463234 160 lb min. 100 lb min.
Strength
Puncture Resistance D 6241 370 lb min. 220 lb min.
Tear Strength, D 4533 63 lb min. 50 lb min.
in machine and
ar
TEST2 64
r
x-machine direction
Ultraviolet (UV) D 4355 70% (for polypropylene and polyethylene)
Radiation Stability and
50% (for polyester) Strength Retained min.,
after 500 hours in a xenon arc device
1
2 9-33.2(3) Prefabricated Drainage Mat
3 Prefabricated drainage mat shall have a single or double dimpled polymeric core
4 with a geotextile attached and shall meet the following requirements:
5
6 Table 8: Minimum properties required for prefabricated drainage mats.
7
Geotextile Property ASTM Geotextile Property Requirements'
Test
Method
AOS D 4751 U.S. No. 60 max.
Water Permittivity D 4491 0.4 sec' min.
Grab Tensile Strength, D 4632 Nonwoven — 100 lb min.
in machine and
x-machine direction
Width D 5199 12 In. min.
Thickness 0.4 In. min.
Compressive Strength at D 1621 100 psi min.
Yield
In Plan Flow Rate D 4716
Gradient= 0.1,
Pressure = 5.5 psi 5.0 gal./min./ft.
Gradient= 1.0,
Pressure = 14.5 psi 15.0 al/min./ft.
8
9 'All geotextile properties in Tables 1 through 8 are minimum average roll
10 values (i.e., the test results for any sampled roll in a lot shall meet or exceed
11 the values shown in the table).
12
13 2The test procedures used are essentially in conformance with the most
14 recently approved ASTM geotextile test procedures, except for geotextile
15 sampling and specimen conditioning, which are in accordance with WSDOT
16 Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T
17 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies
18 of these test methods are available at the State Materials Laboratory P.O. Box
19 47365, Olympia, WA 98504-7365.
20
21 3With seam located in the center of 8-inch long specimen oriented parallel to
22 grip faces.
23
24 4Applies only to seams perpendicular to the wall face.
25
26 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile
27 Aggregate cushion for permanent erosion control geotextile, Class A shall meet the
28 requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control
29 geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2).
TEST2 65
1 t
2 9-33.4 Geosynthetic Material Approval and Acceptance
3 9-33.4(1) Geosynthetic Material Approval
4 If the geosynthetic source material has not been previously evaluated, or is not
5 listed in the current WSDOT Qualified Products List (QPL), a sample of each
6 proposed geosynthetic shall be submitted to the State Materials Laboratory in
7 Tumwater for evaluation. Geosynthetic material approval will be based on
8 conformance to the applicable properties from the Tables in Section 9-33.2 or in the
9 Standard Plans or Special Provisions. After the sample and required information for
10 each geosynthetic type have arrived at the State Materials Laboratory in Tumwater,
11 a maximum of 14 calendar days will be required for this testing. Source approval
12 shall not be the basis of acceptance of specific lots of material delivered to the
13 Contractor unless the roll numbers of the lot sampled can be clearly identified as
14 the rolls tested and approved in the geosynthetic approval process.
15
16 For geogrid and geotextile products proposed for use in permanent geosynthetic
17 retaining walls or reinforced slopes that are not listed in the current QPL, the
18 Contractor shall submit test information and the calculations used in the
19 determination of Ta, performed in accordance with WSDOT Standard Practice T
20 925, Standard Practice for Determination of Long-Term Strength for Geosynthetic
21 Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The
22 Contracting Agency will require up to 30 calendar days after receipt of the
23 information to complete the evaluation.
24
25 The Contractor shall submit to the Engineer the following information regarding
26 each geosynthetic material proposed for use:
27
28 Manufacturer's name and current address,
29 Full product name,
30 Geosynthetic structure, including fiber/yarn type,
31 Geosynthetic polymer type(s) (for temporary and permanent geosynthetic
32 retaining walls),
33 Proposed geosynthetic use(s), and
34 Certified test results for minimum average roll values.
35
36 9-33.4(2) Vacant
37
38 9-33.4(3) Acceptance Samples
39 When the quantities of geosynthetic materials proposed for use in the following
40 geosynthetic applications are greater than the following amounts, acceptance shall
41 be by satisfactory test report:
42
Application Geosynthetic Quantity-.
Underground Drainage 600 sq. yd.
Temporary or Permanent Geosynthetic All quantities
Retaining Walls -
43
44 The samples for acceptance testing shall include the information about each
45 geosynthetic roll to be used as stated in 9-33.4(4).
46
47 Samples will be randomly taken by the Engineer at the job site to confirm that the
48 geosynthetic meets the property values specified.
TEST2 66
1
2 Approval will be based on testing of samples from each lot. A "lot" shall be defined
3 for the purposes of this specification as all geosynthetic rolls within the
4 consignment (i.e., all rolls sent the project site) that were produced by the same
5 manufacturer during a continuous period of production at the same manufacturing
6 plant and have the same product name. After the samples have arrived at the
7 State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be
8 required for this testing.
9
10 If the results of the testing show that a geosynthetic lot, as defined, does not meet
11 the properties required for the specified use as indicated in Tables 1 through 8 in
12 Section 9-33.2, and additional tables as specified in the Special Provisions, the roll
13 or rolls which were sampled will be rejected. Geogrids and geotextiles for
14 temporary geosynthetic retaining walls shall meet the requirements of Table 7, and
15 Table 10 in the Special Provisions. Geogrids and geotextiles for permanent
16 geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in
17 the Special Provisions, and both geotextile and geogrid acceptance testing shall
18 meet the required ultimate tensile strength T,,t as provided in the current QPL for
19 the selected product(s). If the selected product(s) are not listed in the current QPL,
20 the result of the testing for T,,t shall be greater than or equal to Tu,t as determined
21 from the product data submitted and approved by the State Materials Laboratory
22 during source material approval.
23
24 Two additional rolls for each roll tested which failed from the lot previously tested
25 will then be selected at random by the Engineer for sampling and retesting. If the
26 retesting shows that any of the additional rolls tested do not meet the required
27 properties, the entire lot will be rejected. If the test results from all the rolls retested
28 meet the required properties, the entire lot minus the roll(s) that failed will be
29 accepted. All geosynthetic that has defects, deterioration, or damage, as
30 determined by the Engineer, will also be rejected. All rejected geosynthetic shall be
31 replaced at no additional expense to the Contracting Agency.
32
33 9-33.4(4) Acceptance by Certificate of Compliance
34 When the quantities of geosynthetic proposed for use in each geosynthetic
35 application are less than or equal to the following amounts, acceptance shall be by
36 Manufacturer's Certificate of Compliance:
37
Application Geosynthetic Quantity
Underground Drainage 600 sq. yd.
Soil Stabilization and Separation All quantities
Permanent Erosion Control All quantities
Temporary Silt Fence All quantities
Prefabricated Drainage Mat All quantities
38
39 The Manufacturer's Certificate of Compliance shall include the following information
40 about each geosynthetic roll to be used:
41
42 Manufacturer's name and current address,
43 Full product name,
44 Geosynthetic structure, including fiber/yarn type,
TEST2 67
1 Geosynthetic Polymer type (for all temporary and permanent geosynthetic
2 retaining walls only),
3 Geosynthetic roll number(s),
4 Geosynthetic lot number(s),
5 Proposed geosynthetic use(s), and
6 Certified test results.
7
8 9-33.4(5) Approval of Seams
9 If the geotextile seams are to be sewn in the field, the Contractor shall provide a
10 section of sewn seam that can be sampled by the Engineer before the geotextile is
11 installed.
12
13 The seam sewn for sampling shall be sewn using the same equipment and
14 procedures as will be used to sew the production seams. If production seams will
15 be sewn in both the machine and cross-machine directions, the Contractor must
16 provide sewn seams for sampling which are oriented in both the machine and
17 cross-machine directions. The seams sewn for sampling must be at least 2 yards
18 in length in each geotextile direction. If the seams are sewn in the factory, the
19 Engineer will obtain samples of the factory seam at random from any of the rolls to
20 be used. The seam assembly description shall be submitted by the Contractor to
21 the Engineer and will be included with the seam sample obtained for testing. This
22 description shall include the seam type, stitch type, sewing thread type(s), and
23 stitch density.
24
25 SECTION 9-34, PAVEMENT MARKING MATERIAL
26 April 3, 2006
27 9-34.2 Paint
28 This section is revised to read:
29
30 White and yellow paint shall comply with the specifications for high volatile organic
31 compound (VOC) solvent based paint, low VOC solvent based paint or low VOC
32 waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall
33 be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed
34 Standard 595, color 15090 and the tolerance of variation shall match that shown in the
35 FHWA"Highway Blue Color Tolerance Chart."
36
37 9-34.3 Plastic
38 This section is revised to read:
39
40 White and yellow plastic pavement marking materials shall comply with the
41 specifications for:
42
43 Type A— Liquid hot applied thermoplastic
44 Type B — Pre-formed fused thermoplastic
45 Type C — Cold applied pre-formed tape
46 Type D — Liquid cold applied methyl methacrylate
47
48 Blue plastic pavement marking material for "Access Parking Space Symbol with
49 Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color
50 shall match Fed Standard 595, color 15090 and the tolerance of variation shall match
51 that shown in the FHWA"Highway Blue Color Tolerance Chart."
TEST2 68
1
2 9-34.4 Glass Beads
3 In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M
4 247, Type 1.
5
6 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS
7 April 3, 2006
8 9-35.2 Construction Signs
9 The first paragraph is supplemented with the following:
10
11 Post mounted Class A construction signs shall conform to the requirements of this
12 section and additionally shall conform to the requirements stated in section 9-28.
13
14 The second paragraph is revised to read:
15
16 Aluminum sheeting shall be used to fabricate all construction signs. The signs shall
17 have a minimum thickness of 0.080-inches and a maximum thickness of 0.125-inches.
18
19 The first sentence in the fourth paragraph is revised to read:
20
21 The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs,
22 and any other previously approved sign materials except aluminum is prohibited. Any
23 sign which otherwise meets the requirements of this section and was purchased prior to
24 July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall
25 have been fabricated with Type VI reflective sheeting.
26
TEST2 69
-
SPECIAL PROVISIONS
aw
City of Renton
,. SPECIAL PROVISIONS
�- SPECIAL PROVISIONS ............................................................................. 9
1-01 DEFINITIONS AND TERMS............................................................ 9
1-01.1 General...............................................................................................9
1-01.3 Definitions......................................................................................... 9
1-02...BID PROCEDURES AND CONDITIONS................................... 11
1-02.6 Preparation of Proposal................................................................ 11
1-02.6(1) Proprietary Information .......................................................... 11
1-02.12 Public Opening of Proposals....................................................... 11
1-03 AWARD AND EXECUTION OF CONTRACT ............................ 11
1-03.1 Consideration of bids .................................................................... 11
1-03.2 Award of Contract......................................................................... 11
1-03.3 Execution of Contract ................................................................... 12
1-04 SCOPE OF WORK .......................................................................... 12
1-04.2 Coordination of Contract Documents... 12
1-04.3 Contractor-Discovered Discrepancies ......................................... 12
1-04.4 Changes........................................................................................... 13
1-04.8 Progress Estimates and Payments................................................ 13
1-04.11 Final Cleanup............................................................................... 13
1-05 CONTROL OF WORK.................................................................... 13
1-05.4 Conformity With and Deviation from Plans and Stakes ........... 13
.. 1-05.4(3) Contractor Supplied Surveying............................................... 14
1-05.4(4) Contractor Provided As-Built Information............................ 15
r- 1-05.7 Removal of Defective and Unauthorized Work.......................... 15
1-05.11(3) Operational Testing................................................................. 17
1-05.14 Cooperation with Other Contractors
s
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.docl
1-05.18 Contractor's Daily Diary ............................................................ 18 wo
1-06 CONTROL OF MATERIAL........................................................... 19
1-06.1 Approval of Materials Prior to Use.............................................. 19
1-06.2(1) Samples and Tests for Acceptance........................................... 19
1-06.2(2) Statistical Evaluation of Materials for Acceptance................ 19
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE
PUBLIC........................................................................................................ 19
1-07.1 Laws to be Observed ..................................................................... 19
1-07.6 Permits and Licenses..................................................................... 19
1-07.9(5) Required Documents ................................................................20
1-07.11(11) City of Renton Affidavit of Compliance..............................20
1-07.12 Federal Agency Inspection..........................................................20
1-07.13(1) General.....................................................................................20
1-07.16(1) Private/Public Property..........................................................21
1-07.17 Utilities and Similar Facilities ....................................................22
1-07.17(1) Interruption of Services..........................................................23
1-07.18 Public Liability and Property Damage Insurance ...................23
1-07.22 Use of Explosives..........................................................................26 ..
1-07.23(1) Construction Under Traffic ...................................................26
1-08 PROSECUTION AND PROGRESS...............................................28 -�
1-08.0 Preliminary Matters......................................................................28
1-08.0(1) Preconstruction Conference.....................................................28
1-08.1 Subcontracting...............................................................................29
1-08.2 Assignment .....................................................................................30
1-08.3 Progress Schedule..........................................................................30
1-08.5 Time For Completion ....................................................................31
1-08.6 Suspension of Work.......................................................................32
1-08.9 Liquidated Damages......................................................................32
1-08.11 Contractor's Plant and Equipment............................................33
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc2
.r.
r
1-08.12 Attention to Work........................................................................33
1-09 MEASUREMENT AND PAYMENT..............................................33
1-09.1 Measurement of Quantities ..........................................................33
1-09.3 Scope of Payment........................................................................... 34
1-09.7 Mobilization
...................................................................................
1-09.9 Payments......................................................................................... 35
1-09.9(1) Retainage
...................................................................................
1-09.11(2) Claims.......................................................................................37
1-09.13(3)B Procedures to Pursue Arbitration.......................................38
1-09.14 Payment Schedule (New Section)............................................... 38
1-10 TEMPORARY TRAFFIC CONTROL.......................................... 40
1-10.1 General ........................................................................................... 40
1-10.2(1)B Traffic Control Supervisor.................................................... 41
,! 1-10.2(2) Traffic Control Plans................................................................ 41
1-10.3(3) Construction Signs.................................................................... 41
�- 1-10.4 Measurement.................................................................................. 41
1-10.5 Payment.......................................................................................... 41
1-11 RENTON SURVEYING STANDARDS
.........................................
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP........... 47
2-01.1 Description ..................................................................................... 47
2-01.2 Disposal of Usable Material and Debris...................................... 47
2-01.5 Payment.......................................................................................... 47
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ............. 47
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs........................ 47
.. 2-02.4 Measurement.................................................................................. 48
2-02.5 Payment.......................................................................................... 48
2-03 ROADWAY EXCAVATION AND EMBANKMENT.................... 48
2-03.3 Construction Requirements.......................................................... 48
2-03.4 Measurement..................................................................................
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc3
a
r
2-03.5 Payment.......................................................................................... 49 as
2-04 HAUL................................................................................................. 50
2-04.5 Payment.......................................................................................... 50 .�
2-06 SUBGRADE PREPARATION........................................................ 50
2-06.5 Measurement and Payment..................................................... 50
2-09 STRUCTURE EXCAVATION ........................................................ 50
2-09.1 Description
2-09.3(1)D Disposal of Excavated Material............................................ 50
2-09.4 Measurement.................................................................................. 50 aw
2-09.5 Payment.......................................................................................... 51
5-04 ASPHALT CONCRETE PAVEMENT........................................... 52
5-06 TRENCH RESTORATION AND OVERLAY............................... 54
7-01 DRAINS............................................................................................. 58
7-01.2 Materials......................................................................................... 58
7-01.3 Construction Requirements.......................................................... 58
7-01.4 Measurement.................................................................................. 58
7-02 CULVERTS....................................................................................... 58
7-02.2 Materials..................... .... 58 dw
................................................................
7-04 STORM SEWERS............................................................................ 58
7-04.2 Materials......................................................................................... 58
7-04.4 Measurement.................................................................................. 59
7-04.5 Payment.......................................................................................... 59
7-05 MANHOLES, INLETS,AND CATCH BASINS........................... 59
7-05.3(1) Adjusting Manholes and Catch Basins to Grade................... 59
7-05.3(2) Abandon Existing Manholes.................................................... 60 ..
7-05.3(3) Connections to Existing Manholes.......................................... 61
7-05.4 Measurement.................................................................
7-05.5 Payment.......................................................................................... 62
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS............. 62
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc4
..
.. 7-08.3(1)C Bedding the Pipe ....................................................................62
7-08.3(2)A Survey Line and Grade..........................................................62
7-08.3(2)B Pipe Laying— General ...........................................................62
7-08.3(2)E Rubber Gasketed Joints ........................................................ 63
7-08.3(2)H Sewer Line Connections..................................................
7-08.3(2)J Placing PVC Pipe.................................................................... 63
7-08.4 Measurement..................................................................................
7-08.5 Payment.......................................................................................... 64
7-09 PIPE AND FITTINGS FOR WATER MAINS.............................. 64
7-09.3(15)A Ductile Iron Pipe................................................................... 64
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ........ 64
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene... 64
7-09.3(19)A Connections to Existing Mains............................................ 65
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block ................ 65
7-09.3(23) Hydrostatic Pressure Test....................................................... 65
7-09.3(24)A Flushing and .........................................................................66
7-09.3(24)D Dry Calcium Hypochlorite.................................................. 67
7-09.3(24)K Retention Period ....... 67
...........................................................
7-09.3(24)N Final Flushing and Testing.................................................. 67
7-09.3(25) Joint Restraint Systems.......................................................... 67
7-09.4 Measurement.................................................................................. 69
7-09.5 Payment.......................................................................................... 69
7-12 VALVES FOR WATER MAINS...................................................... 70
7-12.3(1) Installation of Valve Marker Post............................................ 70
.. 7-12.3(2) Adjust Existing Valve Box to Grade........................................ 70
7-12.4 Measurement.................................................................................. 70
7-12.5 Payment.......................................................................................... 70
7-14 HYDRANTS...................................................................................... 71
7-14.3(1) Setting Hydrants ....................................................................... 71
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc5
r
.r
7-14.3(3) Resetting Existing Hydrants.................................................... 72 ..
7-14.3(4) Moving Existing Hydrants....................................................... 72
7-14.5 Payment.......................................................................................... 72
7-15 SERVICE CONECTIONS............................................................... 72
7-15.3 Construction Details...................................................................... 72
7-15.5 Payment..........................................................................................73
7-17 SANITARY SEWERS...................................................................... 73
7-17.2 Materials......................................................................................... 73
7-17.3(1) Protection of Existing Sewerage Facilities.............................. 73
7-17.3(2)H Television Inspection.............................................................. 73
7-17.4 Measurement.................................................................................. 74
7-17.5 Payment....................................................................................... 74
8-09 RAISED PAVEMENT MARKERS ................................................ 75
8-09.5 Payment.......................................................................................... 75 ..
8-13 MONUMENT CASES...................................................................... 75
8-13.1 Description .... 75
.................................................................................
8-13.3 Construction Requirements..........................................................75
8-13.4 Measurement................................................................................. 75
8-13.5 Payment......................................................................................... 75
8-14 CEMENT CONCRETE SIDEWALKS.......................................... 76
8-14.3(4) Curing........................................................................................ 76
s
8-14.4 Measurement.................................................................................. 76
8-14.5 Payment.......................................................................................... 76
8-17 IMPACT ATTENUATOR SYSTEMS............................................ 76
8-17.5 Payment.......................................................................................... 76
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND
ELECTRICAL............................................................................................ 77 ..
8-20.2(1) Equipment List and Drawings................................................. 77
8-22 PAVEMENT MARKING................................................................. 77
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc6
8-22.1 Description .....................................................................................77
8-22.3(5) Installation Instructions........................................................... 78
8-22.5 Payment..........................................................................................78
8-23 TEMPORARY PAVEMENT MARKINGS....................................78
8-23.5 Payment................................................ ....78
......................................
8-24.3(1) Rock Wall................................................................................... 78
9-03.8(2) HMA Test Requirements........................................................... 80
9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS ..80
9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ......................................80
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)........................80
9-05.7(2)A Basis for Acceptance (RC)..................................................... 81
fts 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)................................. 81
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ...................81
an 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) ..................................... 81
9-05.12(3) CPEP Sewer Pipe .................................................................... 82
9-05.14 ABS Composite Sewer Pipe ...... 82
..................................................
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe...................................82
9-08 PAINTS.............................................................................................. 88
9-08.8 Manhole Coating System Products..............................................88
r
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES......90
9-23.9 Fly Ash (RC)...................................................................................90
9-30 WATER DISTRIBUTION MATERIALS......................................91
9-30.3(1) Gate Valves (3inches to 12 inches)...........................................91
9-30.3(3) Butterfly Valves......................................................................... 91
9-30.3(5) Valve Marker Posts................................................................... 92
9-30.3(7) Combination Air Release/Air Vacuum Valves........................92
9-30.3(8) Tapping Sleeve and Valve Assembly........................................92
9-30.3(9) Blow-Off Assembly ...................................................................92
an 9-30.5 Hydrants.........................................................................................92
so
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCO2.doc7
sm
9-30.5(1) End Connections (RC)..............................................................92
9-30.5(2) Hydrant Dimensions.................................................................92
9-3O.6(3)B Polyethylene Pipe ...................................................................93 .�
9-30.6(4) Service Fittings..........................................................................93
9-30.6(5) Meter Setters 93
.............................................................................
_
_
_
_
_
_
_
_
_
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave
Overflow\1141 FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc8
r
SPECIAL PROVISIONS
1-01 DEFINITIONS AND TERMS
1-01.1 General
Section 1-01.1 is supplemented with:
Whenever reference is made to the State, Commission, Department of Transportation, Secretary of
Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the
City of Renton acting through its City Council, employees, and duly authorized representatives for all
contracts administered by the City of Renton.
1-01.3 Definitions
aw Section 1-01.3 is revised and supplemented by the following:
Act of god
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A
sm rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality
of the work, which might reasonably have been anticipated from historical records of the general
locality of the work, shall not be construed as an act of god.
in Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the construction
program for the Contracting Agency.
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly
executed change orders.
Dates
Bid Opening Date: The date on which the Contracting Agency publicly opens and
reads bids.
Award Date: The date of the formal decision of the Contracting Agency to accept the
lowest responsible and responsive Bidder for the work.
.. Contract Execution Date: The date the Contracting Agency officially binds the agency to
the Contract.
Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract
time begins.
Contract Completion Date: The date by which the work is contractually required to be
.� completed.
Final Acceptance Date: The date the Contracting Agency accepts the work as complete
per the contract requirements.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean
.� working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by Owner for the construction engineering of a specific public works project.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\l 141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc9
s
r
Inspector
Owner's authorized representative assigned to make necessary observations of the work performed or •
being performed, or of materials furnished or being furnished by Contractor.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on
recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed
substitution.
The responsibility and cost of furnishing necessary evidence, demonstrations, or other information a
required to obtain the approval of alternative materials or processes by the Owner shall be entirely
borne by the Contractor.
Owner s
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as "Contract Bond" defined in the Standard Specifications. s
Plans
The contract plans and/or standard plans which show location, character, and dimensions of .�
prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be
bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a
part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings"
or "Standard Details" generally used in specifications refers to drawings bound either with the
specification documents or included with the Plans or the City of Renton Standard Plans.
Points
Wherever reference is made to Engineer's points,this shall mean all marks,bench marks, reference
points, stakes, hubs,tack, etc., established by Engineer for maintaining horizontal and vertical control
of the work.
Provide
Means"furnish and install"as specified and shown in the Plans.
Secretary,Secretary of Transportation as
The chief executive officer of the Department and other authorized representatives. The chief
executive officer to the Department shall also refer to the Department of Planning/Building/Public
Works Administrator.
.n
Shop Drawings
Same as"Working Drawings"defined in the Standard Specifications.
Special Provisions s
Modifications to the standard specifications and supplemental specifications that apply to an
individual project. The special provisions may describe work the specifications do not cover. Such
work shall comply first with the special provisions and then with any specifications that apply. The ar
Contractor shall include all costs of doing this work within the bid prices.
State
The state of Washington acting through its representatives. The State shall also refer to The City of
Renton and its authorized representatives where applicable.
Supplemental Drawings and Instructions s
Additional instructions by Engineer at request of Contractor by means of drawings or documents
necessary, in the opinion of Engineer,for the proper execution of the work. Such drawings and
instructions are consistent with the Contract Documents.
s-
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc10
Utility
Public or private fixed improvement for the transportation of fluids, gases, power, signals, or
communications and shall be understood to include tracks, overhead and underground wires, cables,
pipelines, conduits, ducts, sewers, or storm drains.
1-02 BID PROCEDURES AND CONDITIONS
1-02.6 Preparation of Proposal
The third paragraph is revised as follows:
All prices shall be in legible figures and words written in ink or typed.The proposal shall include:
1. A unit price for each item (omitting digits more than four places to the right of the decimal
point), each unit price shall also be written in words; where a conflict arises the written words shall
prevail.
1-02.6(1) Proprietary Information
1-02.6(1)is a new section.
Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable)
formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW
42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for
such claim of exemption. The Department(or State)will give notice to the vendor of any request for
disclosure of such information received within 5 (five) years from the date of submission. Failure to
so label such materials or failure to timely respond after notice of request for public disclosure has
been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in
fact, so exempt.,
1-02.12 Public Opening of Proposals
Section 1-02.12 is supplemented with the following:
The Contracting Agency reserves the right to postpone the date and time for bid opening.
Notification to bidder will be by addenda.
1-03 AWARD AND EXECUTION OF CONTRACT
.. 1-03.1 Consideration of bids
Section 1-03.1 is supplemented with the following:
,. All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless
so stated in the call for bids or special provisions. The City reserves the right however to award all or
any schedule of a bid to the lowest bidder at its discretion.
1-03.2 Award of Contract
Section 1-03.2 is supplemented with the following:
The contract, bond form, and all other forms requiring execution, together with a list of all other
forms or documents required to be submitted by the successful bidder, will be forwarded to the
successful bidder within 10 days of the award. The number of copies to be executed by the
Contractor shall be determined by the Contracting Agency.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc11
r
r
1-03.3 Execution of Contract
Section 1-03.3 is revised and supplemented as follows:
Within 10 calendar days after receipt from the City of the forms and documents required to be
completed by the Contractor, the successful bidder shall return the signed Contracting Agency-
prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as
required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the
successful bidder shall provide any pre-award information the Contracting Agency may require under
Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
shall any work begin within the project limits or within Contracting Agency-furnished sites. The s
Contractor shall bear all risks for any work begun outside such areas and for any materials ordered
before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the contract s
documents within 10 calendar days after the award date, the Contracting Agency may grant up to a
maximum of 10 additional calendar days for return of the documents, provided the Contracting
Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a
Contractor who is not registered or licensed as required by the laws of the state. In addition, the
Contracting Agency requires persons doing business with the Contracting Agency to possess a valid ••
City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington State Contractors
registration number, or both the Bidder shall insert such information in the spaces provided. The
Contracting Agency requires legible copies of the Contractor's Registration and business license be
submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation
activities. off
1-04 SCOPE OF WORK
.L
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,
and Addenda
Revise the second paragraph to read:
(******) M
Any inconsistency in the parts of the contract shall be resolved by following this order of precedence
(e.g., 1 presiding over 2, 2 over 3, 3 over 4,and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to Division 1-99 APWA Supplement
6. Amendments to the Standard Specifications,
7. Division 1-99 APWA Supplement
8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction
9. Contracting Agency's Standard Plans(if any)
10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction
Section 1-04.3 is a new section: ,t
1-04.3 Contractor-Discovered Discrepancies
Upon receipt of award of contract, Contractor shall carefully study and compare all the components
of the Contract Documents and other instructions, and check and verify all field measurements.
Contractor shall, prior to ordering material or performing work, report in writing to Engineer any
EL
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc12
a�
Ift
error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If
VIM Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy
between the Plans and the physical condition of the locality as represented in the Plans, or any such
errors or omissions in respect to design or mode of construction in the Plans or in the layout as given
go by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing,
and Engineer will promptly check the same. Any work done after such discovery, until correction of
Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be
done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-
.w 04.4 of the Standard Specifications.
1-04.4 Changes
The last two paragraphs are replaced with the following:
as
Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate
such proposals by the Contractor on a case-by-case basis.
Job 1-04.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
r The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of
lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in
regard to the actual percentage of any lump sum pay item accomplished and eligible for payment
unless another specific method of calculating lump sum payments is provided elsewhere in the
specifications.
1-04.11 Final Cleanup
Section 1-04.11 is supplemented as follows:
ML
All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the
engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in
,. salvaging and delivering such items shall be considered incidental to the project and no compensation
will be made.
The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all work,
,. equipment and materials required to perform final cleanup. If this pay item does not appear in the
contract documents then final clean up shall be considered incidental to the contract and to other pay
item and no further compensation shall be made.
1-05 CONTROL OF WORK
.� 1-05.4 Conformity With and Deviation from Plans and Stakes
Section 1-05.4 is supplemented with the following:
If the project calls for Contractor supplied surveying, the Contractor shall provide all required survey
work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 and elsewhere in
these specifications as being provided by the Engineer. All costs for this survey work shall be
included in "Contractor Supplied Surveying," per lump sum.
The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing
lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11.
The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation
.� slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site which has been prepared to permit construction staking to
proceed in a safe and orderly manner. The Contractor shall keep the Engineer or Contractor supplied
surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer
or Contractor supplied surveyor adequate time for setting stakes.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc13
r
The Contractor shall carefully preserve stakes, marks, and other reference points, including existing
monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of
replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or
damaged by the Contractor's operations. This charge will be deducted from monies due or to become
due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work
allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control „r
points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum
points used to determine any variation from a straight line or grade. Any such variation shall, upon
discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for at
any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by the Engineer. as
All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these
specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a format set by ,r
the Engineer, per Section I-11.1(4). These field notes shall include all survey work performed by the
Contractor's surveyor in establishing line, grade and slopes for the construction work. Copies of these
field notes shall be provided the Engineer upon request and upon completion of the contract work the
field book or books shall be submitted to the Engineer and become the property of the Contracting •�
Agency.
If the survey work provided by the Contractor does not meet the standards of the Engineer, then the
Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the
survey work and the survey work will be completed by the Engineer at the Contractor's expense.
Costs for completing the survey work required by the Engineer will be deducted from monies due or
to become due the Contractor. .,
All costs for survey work required to be performed by the Contractor shall be included in the prices
bid for the various items which comprise the improvement or be included in the bid item for
"Contractor Supplied Surveying" per lump sum if that item is included in the contracts. we
1-05.4(3) Contractor Supplied Surveying
Section 1-05.4(3) is a new section:
go
When the contract provides for Contractor Supplied Surveying,the Contractor shall supply the survey
work required for the project. The Contractor shall retain as a part of the Contractor Organization an
experienced team of surveyors under the direct supervision of a professional land surveyor licensed
by the State of Washington. All survey work shall be done in accordance with Sections 1-05.4 and 1-
11.
The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and W
omissions to the plans that prevent the Contractor and/or Surveyor from constructing the project in a
manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the
satisfaction of the Engineer before the survey work may be continued.
.r.
The Contractor shall coordinate his work with the Surveyor and perform his operations in a manner to
protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's
intent to remove any survey stakes and/or points before physically removing them.
The surveyor shall be responsible for maintaining As-Built records for the project. The Contractor
shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for
the project.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20aNEW-Special Provs-2006-DCv02.doc14
If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these plans and
specifications, accurate As-Built records and other work the Engineer deems necessary, the Engineer
may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other work
as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied
�. surveying from moneys owed to the Contractor.
Payment per Section 1-04.1 for all work and materials required for the full and complete survey work
required to complete the project and as-built drawings shall be included in the lump sum price for
�.. "Contractor Supplied Surveying."
1-05.4(4) Contractor Provided As-Built Information
Section 1-05.4(4)is a new section:
ego
It shall be the contractors responsibility to record the location prior to the backfilling of the trenches,
by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed
during his work as covered under this project.
It shall be the contractor's responsibility to have his surveyor locate by centerline station, offset and
elevation each major item of work done under this contract per the survey standard of Section 1-11.
,,. Major items of work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves,
vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards,
Hydrants,Major Changes in Design Grade,Vaults, Culverts, Signal Poles, Electrical Cabinets.
After the completion of the work covered by this contract, the contractors surveyor shall provide to
the City the hard covered field book(s) containing the as-built notes and one set of white prints of the
project drawings upon which he has plotted the notes of the contractor locating existing utilities, and
one set of white prints of the project drawings upon which he has plotted the as-built location of the
new work as he recorded in the field book(s). This drawing shall bear the surveyors seal and
signature certifying its accuracy.
All costs for as-built work shall be included in the contract item "Contractor Supplied Surveying,"
lump sum.
1-05.7 Removal of Defective and Unauthorized Work
: Section 1-05.7 is supplemented as follows:
Contractor shall promptly replace and re-execute work by Contractor forces, in accordance with the
intent of the Contract and without expense to Owner, and shall bear the expense of making good all
work of other contractors destroyed or damaged by such removal or replacement.
If Contractor does not remove such condemned work and materials and commence re-execution of
the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in
the Standard Specifications. In that case, Owner may store removed material.
If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date
•• of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar
days' written notice, sell such materials at public or private sale, and deduct all costs and expenses
incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the
net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the
amount of any deficiency from any funds otherwise due Contractor.
1-05.10 Guarantees
Section 1-05.10 is supplemented as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or
unauthorized Work is discovered, the Contractor shall promptly, upon written order by the
�. Contracting Agency, return and in accordance with the Engineer's instructions, either correct such
Work, of if such Work has been rejected by the Engineer, remove it from the Project Site and replace
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc15
r
it with non-defective and authorized Work, all without cost to the Contracting Agency. If the
Contractor does not promptly comply with the written order to correct defective and/or unauthorized
Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or
unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owners Right to
Correct Defective and/or Unauthorized Work."
The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting
Agency's rights under any law to obtain damages and recover costs resulting from defective and/or
unauthorized work discovered after one year but prior to the expiration of the legal time period set
forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied
arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or •�
incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the
tight of persons furnishing materials or labor, to recover under any bond given by the Contractor for
their protection, or any rights under any law permitting such persons to look to funds due the
Contractor in the hands of the Contracting Agency. °r
The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and
notice of its provisions shall be given to all persons furnishing materials for the Work when no formal
contract is entered into for such materials.
1-05.11 Final Inspection
r
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete,the Contractor shall so notify
the Engineer and request the Engineer establish the Substantial Completion Date. To be considered
substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the facilities
both from the operational and safety standpoint.
2. Only minor incidental work, replacement of temporary substitute facilities, or
correction of repair work remains to reach physical completion of the work.
The Contractor's request shall list the specific items of work in subparagraph two above that remains
to be completed in order to reach physical completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If after this inspection,the Engineer concurs with the Contractor that the Work is substantially
complete and ready for its intended use,the Engineer, by written notice to the Contractor, will set the
Substantial Completion Date. If, after this inspection the Engineer does not consider the Work WA
substantially complete and ready for its intended use,the Engineer will, by written notice, so notify
the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion,whichever is .�
applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption,
the Work necessary to reach Substantial and Physical Completion.The Contractor shall provide the
Engineer with a revised schedule indicating when the Contractor expects to reach substantial and
physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion Date
and the Contractor considers the work physically complete and ready for Final Inspection.
1-05.11(2) Final Inspection Date
When the Contractor considers the Work physically complete and ready for Final Inspection, the m,
Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc16
will set a date for Final Inspection. The Engineer and the Contractor will then make a final Inspection
and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection
revels the Work incomplete of unacceptable. The Contractor shall immediately take such corrective
measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued
vigorously, diligently, and without interruption until physical completion of the listed deficiencies.
This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written
.. Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, rake
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing , of the date upon which the Work was considered physically complete, that date
shall constitute the Physical completion date of the Contract, but shall not imply all the obligations of
the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3
,. working days'notice of the time for each test and inspection. If the inspection is by another authority
than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of the date fixed
for such inspection. Required certificates of inspection by other authority than Engineer shall be
secured by Contractor.
1-05.12 Final Acceptance
The third and fourth sentences in paragraph 1 are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally approves
acceptance of the Contract.
1-05.14 Cooperation with Other Contractors
Section 1-05.14 is supplemented as follows:
Contractor shall afford Owner and other contractors working in the area reasonable opportunity for
+.. the introduction and storage of their materials and the execution of their respective work and shall
properly connect and coordinate Contractor's work with theirs.
Other utilities, districts, agencies, and contractors who may be working within the project area are:
1. Puget Sound Energy(gas and electric)
2. AT&T Broadband
3. QWest Communications
4. City of Renton(water, sewer,transportation)
5. Soos Creek Sewer and Water District
6. Cedar River Sewer and Water District
aim 7. Skyway Sewer and Water District
8. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service
cabinet.
ow
�w
a
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc17
am
i
1-05.18 Contractor's Daily Diary
Section 1-05.18 is a new section:
Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this
Work. This Diary will be created by pen entries in a hard-bound diary book of the type that is
commonly available through commercial outlets. The Diary must contain the Project and Number; if
the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept r
and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily
basis and must accurately represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of work accomplished during the day with adequate references to
the Plans and Contract Provisions so that the reader can easily and accurately identify said
work in the Plans. Identify location/description of photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or .s
any third party in any manner.
5. Listing of any materials received and stored on- or off-site by Contractor for future
installation,to include the manner of storage and protection of the same.
6. Listing of materials installed during each day.
7. List of all subcontractors working on-site during each day.
8. Listing of the number of Contractor's employees working during each day by category of
employment.
9. Listing of Contractor's equipment working on the site during each day. Idle equipment on
the site shall be listed and designated as idle.
10. Notations to explain inspections, testing, stake-out, and all other services furnished by
Owner or other party during each day. ..
11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic
control devices and condition of the traveled roadway surfaces. Contractor shall not allow
any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the nature, ..
quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used by
Engineer to produce record drawings.
14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 'D
15. Each page must be signed and dated by Contractor's official representative on the project.
Contractor may use additional sheets separate from the diary book if necessary to provide a complete
diary record, but they must be signed, dated, and labeled with project name and number.
It is expressly agreed between Contractor and Owner that the Daily Diary maintained by
Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any +.c
potential claims or disputes that might arise during this Contract. Failure of Contractor to
maintain this Diary in the manner described above will constitute a waiver of any such claims
or disputes by Contractor.
Engineer or other Owner's representative on the job site will also complete a Daily Construction
Report.
r
■r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20aNEW-Special Provs-2006-DCv02.doc18
1-06 CONTROL OF MATERIAL
1-06.1 Approval of Materials Prior to Use
Section 1-06.1 is supplemented as follows:
The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall
include the quantity, manufacturer and model number, if applicable, of materials and equipment to be
.. installed under the Contract. This list will be checked by Engineer as to conformity with the Contract
Documents. Engineer will review the lists within 10 working days, noting required corrections.
Contractor shall make required corrections and file 2 corrected copies with Engineer within one week
after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve
Contractor from responsibility for suitability for the intended purpose, nor for deviations from the
Contract Documents.
,r 1-06.2(1) Samples and Tests forAcceptance
Section 1-06.2(1) is supplemented a follows:
The finished Work shall be in accordance with approved samples. Approval of samples by Engineer
r does not relieve Contractor of responsibility for performance of the Work in accordance with the
Contract Documents.
1-06.2(2) Statistical Evaluation of Materials forAcceptance
Section 1-06.02(2) is supplemented by adding the following:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of
Renton.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
r
1-07.1 Laws to be Observed
Section 1-07.1 is supplemented as follows:
Contractor shall erect and properly maintain, at all times, as required by the conditions and progress
of the work, all necessary safeguards for protection of workers and the public; shall post danger signs
warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible
r. employee on the construction site whose duty shall be the enforcement of safety. The name and
position of such person so designated shall be reported in writing to Engineer by Contractor.
Contractor shall, at all times, enforce strict discipline and good order among all employees and shall
r not employ any person unfit or not skilled in the work assigned to him/her.
Necessary sanitation conveniences for the use of the workers on the job, properly secluded from
public observation, shall be provided and maintained by Contractor.
1-07.5 Environmental Regulations Project SWP-27-
Section 1-07.5 is supplemented as follows:
The Contractor shall comply with all construction related provisions of the HPA and other
permits obtained by the City.
The Contractor shall be responsible for making any changes required by the agencies, and
payment of any fines, for violations of any construction related provisions. The City will not
make additional compensation for any changes or fines due to the Contractors violations.
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
r.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20aNEW-Special Provs-2006-DCv02.doc19
OP
The permits, easements, and right of entry documents that have been acquired are available for r
inspection and review.
Contractor shall be required to comply with all conditions of the permits, easements, and rights of
entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all
easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply
with the special provisions and requirements of each.
Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and
during the prosecution of the work, and inspection fees in connection therewith shall be secured and ..
paid for by Contractor. If Owner is required to secure such permits, permission under franchises,
licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against
Contractor and deducted from any funds otherwise due Contractor.
1-07.9(5) Required Documents
Delete the first sentence of the third paragraph, and replace it with the following:
Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower
tier subcontractors, regardless of project's funding source.
1-07.11(11) City of Renton Affidavit of Compliance UW
Section 1-07.11(11) is new:
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the
"City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be "'
bound in the bid documents.
1-07.12 Federal Agency Inspection so
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the wo
amendments thereto supersede any conflicting provisions of the Standard Specifications and are made
a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended,
are less restrictive than Washington State Law,then the Washington State Law shall prevail.
w
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates
which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract .�
requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier
subcontracts, together with the wage rates. The Contractor shall also ensure that this section,
REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and
lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will r
be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates,
and this Special Provision.
1-07.13(1) General
Section 1-07.13(1) is supplemented as follows:
During unfavorable weather and other conditions, the contractor shall pursue only such portions of
the work as shall not be damaged thereby.
No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable
conditions shall be constructed while these conditions exist, unless by special means or precautions
acceptable to the engineer,the contractor shall be able to overcome them. ••
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc20
1-07.15 Temporary Water Pollution/Erosion Control
r Delete the first paragraph, and replace it with the following:
In an effort to prevent, control, and stop water pollution and erosion within the project, thereby
protecting the work, nearby land, streams , and other bodies of water, the Contractor shall perform all
work in strict accordance with all Federal, State, and local laws and regulations governing waters of
the State, as well as permits acquired for the project.
1-07.14 Responsibility for Damage Project SWP-27-
Section 1-07.14 is supplemented by adding the following:
All references to the"State","Commission", "Secretary", "Department", and"officers and employees
+r of the State"shall read"Contracting Agency".
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented by adding the following:
The Contracting Agency will obtain all easements and franchises required for the project. The
contractor shall limit his operation to the areas obtained and shall not trespass on private property.
r
The Contracting Agency may provide certain lands, as indicated in connection with the work under
the contract together with the right of access to such lands. The contractor shall not unreasonably
encumber the premises with his equipment or materials.
r
The contractor shall provide, with no liability to the Contracting Agency, any additional land and
access thereto not shown or described that may be required for temporary construction facilities or
storage of materials. He shall construct all access roads, detour roads, or other temporary work as
required by his operations. The contractor shall confine his equipment, storage of material, and
operation of his workers to those areas shown and described and such additional areas as he may
provide.
A. General. All construction work under this contract on easements,right-of-way, over private
property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All
work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of
�. damage. The contractor shall schedule his work so that trenches across easements shall not be left
open during weekends or holidays and trenches shall not be open for more than 48 hours.
B. Structures. The contractor shall remove such existing structures as may be necessary for
the performance of the work and, if required, shall rebuild the structures thus removed in as good a
condition as found. He shall also repair all existing structures which may be damaged as a result of
the work under this contract.
r. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either
agricultural or lawns, and other surface improvements which are damaged by actions of the contractor
shall be restored as nearly as possible to their original condition.
.. Prior to excavation on an easement or private right-of-way,the contractor shall strip top soil from the
trench or construction area and stockpile it in such a manner that it may be replaced by him, upon
completion of construction. Ornamental trees and shrubbery shall be carefully removed with the
earth surrounding their roots wrapped in burlap and replanted in their original positions within 48
hours.
All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with material of
equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to
trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches
have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and
debris.
The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by
H:\File Sys\SWP-Surface Water Projects\SWP-27-.Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc21
r
side sewer contractors for all work, including excavation and backfill, on easements or rights-of-way
which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be 4W
removed by the contractor and immediately replace, after the trench is backfilled, in their original
position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in
advance of any work done on easements or rights-of-way. _
Damage to existing structures outside of easement areas that may result from dewatering and/or other
construction activity under this contract shall be restored to their original condition or better. The
original condition shall be established by photographs taken and/or inspection made prior to
construction. All such work shall be done to the satisfaction of the property Owners and the
Contracting Agency at the expense of the contractor.
D. Streets. The contractor will assume all responsibility of restoration of the surface of all .�
streets(traveled ways)used by him if damaged.
In the event the contractor does not have labor or material immediately available to make necessary
repairs, the contractor shall so inform the Contracting Agency. The Contracting Agency will make
the necessary repairs and the cost of such repairs shall be paid by the contractor.
The contractor is responsible for identifying and documenting any damage that is pre-existing or
caused by others. Restoration of excavation to City streets shall be done in accordance with the City
of Renton Trench Restoration Requirements, which is available at the Public Works Department
Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way.
.r
1-07.17 Utilities and Similar Facilities
Section 1-07.17 is supplemented by adding:
Existing utilities indicated in the Plans have been plotted from the best information available to
Engineer. Information and data shown or indicated in the Contract Documents with respect to
existing underground utilities or services at or contiguous to the project site are based on information
and data furnished to Owner and Engineer by owners of such underground facilities or others, and
Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to
be understood that other aboveground or underground facilities not shown in the Plans may be
encountered during the course of the work.
All utility valves,manholes,vaults, or pull boxes which are buried shall be conspicuously marked in a
fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be
determined by the Engineer or utility personnel under adverse conditions, (inclement weather or
darkness).
Where underground main distribution conduits, such as water, gas, sewer, electric power, or
telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume aw
that every property parcel will be served by a service connection for each type of utility.
Contractor shall check with the utility companies concerning any possible conflict prior to
commencing excavation in any area. Contractor shall resolve all crossing and clearance problems
with the utility company concerned. No excavation shall begin until all known facilities, in the
vicinity of the excavation area, have been located and marked.
In addition to Contractor having all utilities field marked before starting work, Contractor shall have •
all utilities field marked after they are relocated in conjunction with this project.
Call Before You Dig
The 48 Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility No
potholing or for any other purpose under this Contract, Contractor shall notify the Underground
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 r
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc22
as
�r
Utilities Location Center by telephone of the planned excavation and progress schedule. Contractor is
also warned that there may be utilities on the project that are not part of the One Call system. They
must be contacted directly by Contractor for locations.
Contractor shall make arrangements 48 hours in advance with respective utility owners to have a
representative present when their utility is exposed or modified, if the utility chooses to do so.
Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or
+. relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments
may be completed before Contractor begins work, or may be performed in conjunction with the
contract work. Contractor shall be entirely responsible for coordination with the utility companies
and arranging for the movement or adjustment, either temporary or permanent, of their facilities
within the project limits. See also Section 1-05.14 of these Special Provisions.
If or when utility conflicts occur, Contractor shall continue the construction process on other aspects
of the project whenever possible. No additional compensation will be made to Contractor for reason
of delay caused by the actions of any utility company and Contractor shall consider such costs to be
incidental to the other items of the contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing utilities in
advance of the Contractor's operations. If potholing is not included as a bid item then it shall be
considered incidental to other work. The Contractor shall submit all potholing requests to the
r Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the
Contractor shall provide potholing at Engineer's request.
In no way shall the work described under Utility Potholing relieve Contractor of any of the
responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions,
and elsewhere in the Contract Documents.
Payment
Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with
Section 1-09.6 of the Standard Specifications and these Special Provisions:
"Utility Potholing,"Force Account
•■ "Resolution of Utility Conflicts,"Force Account
1-07.17(1) Interruption of Services
Section 1-07.17(1) is a new section:
Whenever in the course of the construction operation it becomes necessary to cause an outage of
utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than
48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration
of outages, and shall estimate the length of time service will be interrupted and so notify the users. In
the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be
ow made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner.
Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary
overhead lighting to meet above requirements shall be incidental to the various unit and lump sum
+r.
items of the Contract; no separate payment will be made.
1-07.18 Public Liability and Property Damage Insurance
NO Section 1-07.18 is deleted replaced by the following new section and subsections:
1-071.18(1) General
The contractor shall obtain and maintain in full force and effect, from the Contract Execution
Date to the Completion Date, public liability and property damage insurance with an insurance
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCO2.doc23
r.
■r
company(ies) or through sources approved by the State Insurance Commissioner pursuant to
RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency. Insurance shall provide coverage to the r
Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant.The
coverage shall protect against claims for bodily injuries, personal injuries, including accidental
death, as well as claims for property damages which may arise from any act or omission of the
Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. .r
If warranted work is required the Contractor shall provide the City proof that insurance coverage
and limits established under the term of the Contract for work are in full force and effect during
the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s)for each insurance
policy effecting coverage(s) required on the contract prior to the date work commences. Failure
of the Contractor to fully comply during the term of the Contract with the requirements
described herein will be considered a material breach of contract and shall be caused for
immediate termination of the Contract at the option of the Contracting Agency.
rr
1-07.18(2) Coverages
As part of the response to this proposal,the Contractor shall submit a completed City of Renton
Insurance Information form which details specific coverage and limits for this contract.
•
All coverage provided by the Contractor shall be in a form and underwritten by a company
acceptable to the Contracting Agency. The City requires that all insurers:
1. Be licensed to do business within the State of Washington.
2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims-made basis). The City may also
require proof of professional liability coverage be provided for up to two (2) years
after the completion of the project. r
3. The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences.
4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) ar
If any insurance carrier possesses a rating of less than AVII, the City may make an
exception.
The City reserves the right to approve the security of the insurance coverage provided by the
insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the
Contractor to fully comply during the term of the contract with these requirements will be
considered a material breach of contract and shall be cause for immediate termination of the aw
contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By
requiring such minimum insurance, the City of Renton shall not be deemed or construed to have r
assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own
risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage.
Coverage shall include:
A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
written on an occurrence basis and include:
• Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable).
• Explosion, Collapse and Underground Hazards
• Products/Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or •+�
equivalent which includes defense coverage assumed under contract)
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc24
•
•.
• Broad Form Property Damage
"' • Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
B. Automobile Liability including all
• Owned Vehicles
• Non-Owned Vehicles
• Hired Vehicles
•. C. Workers'Compensation
• Statutory Benefits(Coverage A)- Show Washington Labor&Industries Number
D. Umbrella Liability(when necessary)
•
"' Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
E. Professional Liability - (whenever the work under this Contract includes Professional
Liability, (i.e. architectural, engineering, advertising, or computer programming) the
r. CONTRACTOR shall maintain professional liability covering wrongful acts, errors
and/or omissions of the CONTRACTOR for damage sustained by reason of or in the
course of operations under this Contract.
F. The Contracting Agency reserves the right to request and/or require additional
.ft coverages as may be appropriate based on work performed(i.e. pollution liability).
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees
and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR
"' shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The
City reserves the right to request copies of insurance policies, if at their sole discretion it is
deemed appropriate. Further, all policies of insurance described above shall:
r A. Be on a primary basis not contributory with any other insurance coverage and/or self-
insurance carried by CITY OF RENTON.
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause (Cross Liability)
Im D. Policy may not be non-renewed, canceled or materially changed or altered unless forty-
five (45) days prior written notice is provided to CITY OF RENTON. Notification
shall be provided to CITY OF RENTON by certified mail.
so 1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the contractor from
r liability in excess of such limits. The CONTRACTOR shall carry the following limits of
liability as required below:
Commercial General Liability
General Aggregate* $2,000,000 **
,. Products/Completed Operations Aggregate $2,000,000 **
Each Occurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) $50,000
Medical Payments(Any One Person) $5,000
Stop Gap Liability $1,000,000
* General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
**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
1rr
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave OverflowA 141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc25
1r
r
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
$2,000,000
Aggregate
The City may require the CONTRACTOR to keep professional liability coverage in effect for up
to two(2)years after completion of the project. w
The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general
aggregate or other aggregate limits are reduced. At their own expense,the CONTRACTOR will
reinstate the aggregate to comply with the minimum limits and requirements as stated in Section
1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing
such coverage is in force.
ow
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance
by submitting to the CONTRACTING AGENCY the following:
I. City of Renton Insurance Information Form(attached herein)without modification. so
2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as
specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other
requirements are as follows:
A. Strike the following or similar wording: This Certificate is issued as a matter of •
information only and confers no rights upon the Certificate Holder";
B. Strike the wording regarding cancellation notification to the City: "Failure to
mail such notice shall impose no obligation or liability of any kind upon the .n
company, its agents or representatives".
C. Amend the cancellation clause to state: "Policy may not be non-renewed,
canceled or materially changed or altered unless 45 days prior written notice is
provided to the City". Notification shall be provided to the City by certified mail.
For Professional Liability coverage only, instead of the cancellation language specified
above, the City will accept a written agreement that the consultant's broker will provide
the required notification.
r
1-07.22 Use of Explosives
Section 1-07.22 is supplemented by the following:
Explosives shall not be used without specific authority of the Engineer, and then only under such "0
restrictions as may be required by the proper authorities. Explosives shall be handled and used in
strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The
individual in charge of the blasting shall have a current Washington State Blaster Users License. r
The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in
conjunction with blasting operations.
.r
1-07.23(1) Construction Under Traffic
Section 1-07.23(1) is supplemented by adding the following:
(******)
The contractor shall be responsible for controlling dust and mud within the project limits and on any
street which is utilized by his equipment for the duration of the project. The contractor shall be
prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary
by the engineer,to avoid creating a nuisance. 10
Dust and mud control shall be considered as incidental to the project, and no compensation will be
made for this section.
no
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc26
so
w
Complaints of dust, mud, or unsafe practices and/or property damage to private Ownership will be
"r transmitted to the Contractor and prompt action in correcting them will be required by the Contractor.
Contractor shall maintain the roads during construction in a suitable condition to minimize affects to
.. vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor.
At least one-way traffic shall be maintained on all cross-streets within the project limits during
working hours. One lane shall be provided in each direction for all streets during non-working hours.
Contractor shall provide one driveable roadway lane and maintain convenient access for local and
commuter traffic to driveways, businesses, and buildings along the line of Work throughout the
course of the project. Such access shall be maintained as near as possible to that which existed prior
r to the commencement of construction. This restriction shall not apply to the paving portion of the
construction process.
Contractor shall notify and coordinate with all property owners and tenants of street closures, or other
restrictions which may interfere with their access—at least 24 hours in advance for single-family
residential property, and at least 48 hours in advance for apartments, offices, and commercial
property. Contractor shall give a copy of all notices to Engineer.
When the abutting owners'access across the right-of-way line is to be eliminated and replaced under
the Contract by other access, the existing access shall not be closed until the replacement access
facility is available.
All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not
open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or
covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway
remains closed to public traffic. Steel plates must be anchored.
1-07.24 Rights of Way
r Section 1-07.24 is supplemented by adding the following:
Street right of way lines, limits of easements. and limits of construction permits are indicated on the
Drawings. The Contractor's construction activities shall be confined within these limits unless
.. arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to Bid opening, all rights of way and
easements, both permanent and temporary, necessary for carrying out the completion of the Work.
Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a
duly issued Addendum.
r, Whenever any of the Work is accomplished on or through property other than public tight of way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained
by the Contracting Agency from the owner of the private property. Copies of the easement
agreements are included in the Contract Provisions or made available to the Contractor as soon as
.. practical after they have been obtained buy the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so
noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where
right of way, easements or rights of entry have not been acquired until the Engineer certifies to the
Contractor that the right of way or easement is available or that the right of entry had been received.
If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining
easements, rights of entry of right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes
•• entry onto easements and private property where private improvements must be adjusted.
�.r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C[P)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc27
r
The Contractor shall be responsible for providing, without expense or liability of the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary •
construction facilities, storage of materials, or other Contractor needs. However, before using any
private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a
written permission of the private property owner, and, upon vacating the premises, a written release
from the property owner of each property disturbed or otherwise interfered with by reasons of
construction pursued under this contract. The statement shall be signed by the private property owner,
or proper authority acting for the owner of the private property affected, stating that permission has
been granted to use the property and all necessary permits have been obtained or, in the case of a
release, that the restoration of the property has been satisfactorily accomplished. The statement shall
include the parcel number, address and date of signature. Written releases must be filed with the
Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
Section 1-08.0 is a new section with subsection:
1-08.0 Preliminary Matters
1-08.0(1) Preconstruction Conference
The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional
documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part
of the Work the Contractor shall carefully study and compare the Contract Documents and check and
verify pertinent figures shown therein and all applicable field measurements. The Contractor shall
promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor
may discover.
After the Contract has been executed, but prior to the Contractor beginning the Work, a
preconstruction conference will be held between the Contractor, the Engineer and such other
interested parties as may be invited. r
The Contractor shall prepare and submit at the preconstruction meeting:
+ Contractor's plan of operation and progress schedule(3+ copies)
+ Approval of qualified subcontractors (bring list of subcontractors if different from list .r
submitted with Bid)
+ List of materials fabricated or manufactured off the project
+ Material sources on the project
+ Names of principal suppliers �..
+ Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both
working and standby rates)
Weighted wage rates for all employee classifications anticipated to be used on Project
+ Cost percentage breakdown for lump sum bid item(s)
+ Shop Drawings (bring preliminary list)
4 Traffic Control Plans(3+copies)
-+ Temporary Water Pollution/Erosion Control Plan no
In addition, the Contractor shall be prepared to address:
Bonds and insurance
Project meetings—schedule and responsibilities
Provision for inspection for materials from outside sources
Responsibility for locating utilities
Responsibility for damage r
Time schedule for relocations, if by other than Contractor
Compliance with Contract Documents
Acceptance and approval of work
Labor compliance, payrolls, certifications
Safety regulations for Contractors'and Owner's employees and representatives
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc28
r
Suspension of work,time extensions
Change order procedures
Progress estimates -procedures for payment
Special requirements of funding agencies
Construction engineering, advance notice of special work
Any interpretation of the Contract Documents requested by Contractor
Any conflicts or omissions in Contract Documents
Any other problems or questions concerning the work
r. Processing and administration of public complaints
Easements and rights of entry
Other contracts
The franchise utilities may be present at the preconstruction conference, and Contractor should be
prepared for their review and discussion of progress schedule and coordination.
1-08.1 Subcontracting
Section 1-08.1 is supplemented as follows:
Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7
�,. calendar days prior to start of a subcontractor's work.
Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all
subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by
+� the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor.
Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in
the Contract Documents shall create any contractual relation between any subcontractor and Owner.
Contractor shall be responsible for making sure all subcontractors submit all required documentation,
forms, etc.
1-08.1(3) Hours of Work
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal
straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m.
•• and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The
normal straight time 8-hour working period for the contract shall be established at the preconstruction
conference or prior to the Contractor commencing the Work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after
6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work
such times. Permission to work longer than an 8-hour period between 7:00 a.m. an 6:00 p.m. is not
„r required. Such requests shall be submitted to the Engineer no later than noon on the working day
prior to the day for which the Contractor is requesting permission to work.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the
.w hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control
requirements. Approval to continue work during these hours may be revoked at any time the
contractor exceeds the Contracting Agency's noise control regulations or complaints are received
am from the public or adjoining property owners regarding the noise from the Contractor's operations.
The Contractor shall have no claim for damages or delays should such permission be revoked for
these reasons.
VM Permission to work Saturdays, Sunday, holidays of other than the agreed upon normal straight time
working hours Monday through Friday may be given subject to certain other conditions set forth by
the Contracting Agency or Engineer. These conditions may include but are not limited to : requiring
the Engineer or such assistants as the Engineer may deem necessary to be present during the Work;
so requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid
Contracting Agency employees who worked during such times; considering the Work performed on
Un
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc29
Yw
r
Saturday and holiday as working day with regards to the Contract Time; and considering multiple
work shifts as multiple working days with respect to Contract Time even though the multiple shifts
occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews;
personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting
Agency employees when in the opinion of the Engineer such work necessitates their presence.
1-08.1(3)Reimbursement for Overtime Work of Contracting Agency Employees
Where the Contractor elects to work on a Saturday, Sunday, or other holiday, of longer than an 8-hour so
work shift on a regular working day, as defined in the Standard Specifications, such work shall be
considered as overtime work. On all such overtime work an inspector will be present, and a survey
crew may be required at the discretion of the Engineer. The Contractor shall reimburse the
Contraction Agency for the full amount of the straight time plus overtime costs for employees of the so
Contracting Agency required to work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from no
the amount due or to become due the Contractor.
1-08.2 Assignment ""
The second paragraph of Section 1-08.2 is modified as follows:
Contractor shall not assign any moneys due or to become due to Contractor hereunder without the
prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs,
withholdings, and deductions required by law and the Contract.
1-08.3 Progress Schedule .,
Section 1-08.3 is supplemented as follows:
The progress schedule for the entire project shall be submitted 7 calendar days prior to the
Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), r,
preferably using Microsoft Project or equivalent software. The schedule shall contain this
information, at a minimum:
1. Construction activities, in sufficient detail that all activities necessary to construct a complete
and functional project are considered. Any activity that has a scheduled duration exceeding 30 ••
calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar
days.
The schedule shall clearly indicate the activities that comprise the critical path. For each activity -
not on the critical path,the schedule shall show the float, or slack, time.
2. Procurement of material and equipment.
3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall
be shown as separate activities. ••
4. Work to be performed by a subcontractor, agent, or any third party.
5. Allowances for delays that could result from normal inclement weather (time extensions due to
inclement weather will not be allowed).
6. Allowances for the time required by utilities (Owner's and others)to locate, monitor, and adjust ow
their facilities as required.
Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion
of Engineer—in the interest of public safety and welfare or of Owner, or for coordination with any
other activity of other contractors, the availability of all or portions of the job site, or special
provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall
provide such revised schedule within 10 days of request. ..
If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind
schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule
indicating how the remaining work items will be completed within the authorized contract time. aw
ow
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc30
Contractor shall promptly report to Engineer any conditions which Contractor feels will require
revision of the schedule and shall promptly submit proposed revisions in the progress schedule for
acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be
followed by Contractor.
Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth
specific work to be performed the following week, and a tentative schedule for the second week.
•• Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the
progress schedule a minimum of two times per month. Failure, without just cause, to maintain
progress in accordance with the approved schedule shall constitute a breach of Contract. If, through
no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require
Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will
thereafter, in all respects, apply in lieu of the original schedule.
Failure of Contractor to follow the progress schedule submitted and accepted, including revisions
thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or
any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the
performance of the work.
r
The cost of preparing the progress schedule, any supplementary progress schedules, and weekly
schedules shall be considered incidental to the Contract and no other compensation shall be made.
1-08.4 Notice to Proceed and Prosecution of the Work
Section 1-08.4 is supplemented as follows:
Notice to Proceed will be given after the contract has been executed and the contract bond and
evidence of insurances have been approved and filed by the Owner. The Contractor shall not
commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall
commence construction activities on the Project Site within ten days of the Notice to Proceed Date.
,., The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption
until physical completion of the work. There shall be no voluntary shutdowns or slowing of
operations b the Contractor without prior approval of the Engineer. Such approval shall not relieve the
Contractor from the Contractual obligation to complete the work within the prescribed Contract Time.
1-08.5 Time For Completion
The first five paragraphs of Section 1-08.5 are deleted and replaced with the following:
` The Work shall be physically completed in its entirety within the time specified in the Contract
Documents or as extended by the Engineer.The Contract Time will be stated in "working days", shall
begin on the Notice To Proceed Date, and shall end on the Contract Completion Date.
A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically
suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor Day,November 11,
Thanksgiving Day,the day after Thanksgiving, and Christmas Day. The day before Christmas shall be
a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a
holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day
occurs on a Saturday, the two preceding working days shall be observed as holidays. When
Christmas day occurs on a Sunday, the two working days following shall be observed as holidays.
` When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a
non-working day and when they fall on a Sunday the following Monday will be counted as a non-
working day. The Contract Time has been established to allow for periods of normal inclement
.. weather which, from historical records, is to be expected during the Contract Time, and during which
periods, work is anticipated to be performed. Each successive working day, beginning with the Notice
to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time
as it occurs except a day or part of a day which is designated a nonworking day or an Engineer
determined unworkable day.
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc31
ow
W
The Engineer will furnish the Contractor a weekly report showing (1) the number of working days
charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) "
the number of working days remaining in the Contract Time; (4)the number of nonworking days; and
(5) any partial or whole days the Engineer declared unworkable the previous week. This weekly
report will be correlated with the Contractor's current approved progress schedule. If the Contractor
elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in
which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that
week will be charged as a working day whether or not the Contractor works on that day.
The Contractor will be allowed 10 calendar days from the date of each report in which to file a
written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will
be deemed to have been accepted by the Contractor as correct.
.r
The requirements for scheduling the Final Inspection and establishing the Substantial Completion,
Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12.
Section 1-08.5 is supplemented as follows:
Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall
provide the Contracting Agency with copies of purchase orders for all equipment items deemed .�
critical by the Contracting Agency, including but not limited to signal controller materials, lighting
standards, and signal standards required for the physical completion of the contract. Such purchase
orders shall disclose the estimated delivery dates for the equipment.
r
All items of work which can be performed without delivery of the critical items shall start and be
completed as soon as possible. At that time, Engineer may suspend the work upon request of
Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a
purchase order within 10 calendar days after execution of the Contract by the Contracting Agency.
Contractor will be entitled to only one such suspension of time during the performance of the work
and during such suspension shall not perform any additional work on the project. Upon delivery of
the critical items, contract time will resume and continue to be charged in accordance with Section 1-
08.
1-08.6 Suspension of Work
Section 1-08.6 is supplemented as follows:
Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in
writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the
written notice from Owner to Contractor to do so.
Contractor shall not suspend work under the Contract without the written order of Owner.
If it has been determined that Contractor is entitled to an extension of time, the amount of such
extension shall be only to compensate for direct delays and shall be based upon Contractor's
diligently pursuing the work at a rate not less than that which would have been necessary to complete �+
the original Contract Work on time.
1-08.9 Liquidated Damages
Section 1-08.9 is supplemented as follows:
In addition, Contractor shall compensate Owner for actual engineering inspection and supervision
costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor ..
costs will be billed to Contractor at actual costs, including administrative overhead costs.
In the event that Owner is required to commence any lawsuit in order to enforce any provision of this
Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs,
including reasonable attorneys fees,from Contractor.
•
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20aNEW-Special Provs-2006-DCv02.doc32
•
No
1-08.11 Contractor's Plant and Equipment
The contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of
his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the
contractor's plant and equipment in the performance of any work on the site of the work.
The use by the Owner of such plant and equipment shall be considered as extra work and paid for
accordingly.
r..
Neither the Owner nor the engineer assumes any responsibility, at any time, for the security of the site
from the time contractor's operations have commenced until final acceptance of the work by the
engineer and the Owner. The contractor shall employ such measures as additional fencing,
barricades, and watchmen service, as he deems necessary for the public safety and for the protection
of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured
areas.
` 1-08.12 Attention to Work
Section 1-08.12 is a new section:
w The contractor shall give his personal attention to and shall supervise the work to the end that it shall
be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times
be represented by a competent superintendent who shall have full authority to execute the same, and
to supply materials, tools, and labor without delay, and who shall be the legal representative of the
r contractor. The contractor shall be liable for the faithful observance of any instructions delivered to
him or to his authorized representative.
` 1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
r Section 1-09.1 is supplemented by adding the following:
Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost
percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall
list the items included in the lump sum together with a unit price of labor, materials, and equipment
r for each item. The summation of the detailed unit prices for each item shall add up to the lump sum
bid. The unit price values may be used as a guideline for determining progress payments or
deductions or additions in payment for ordered work changes.
., Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the
following manner. Where items are specified to be paid by the cubic yard, the following tally system
shall be used.
All trucks to be employed on this work will be measured to determine the volume of each truck.
Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication
of numbers.
` Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the
project. All tickets received that do not contain the following information will not be processed for
payment:
�,. 1 Truck number
2 Quantity and type of material delivered in cubic yards
3 Drivers name, date and time of delivery
4 Location of delivery, by street and stationing on each street
5 Place for Engineer to acknowledge receipt
6 Pay item number
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCO2.doc33
r
r
7 Contract number and/or name
It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each
truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets.
•
Loads will be checked by Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to
the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay .r
quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery
of materials. Tickets not receipted by Inspector will not be honored for payment.
Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication aw
of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. .n
All tickets received that do not contain the following information will not be processed for payment:
1. Truck number
2. Truck tare weight(stamped at source)
3. Gross truck load weight in tons(stamped at source) w
4. Net load weight(stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street ow
7. Place for Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.3 Scope of Payment
Section 1-09.3 is supplemented by adding the following:
Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in the
"Payment" clause of each Section of the Standard Specifications, will be the only items for which
compensation will be made for the Work described in or specified in that particular Section when the
Contractor performs the specified Work. Should a Bid Item be listed in a"Payment" clause but not in
the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated •r
as included in or incidental to a pay item in the contract and is not work that would be required to
complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as
for Extra Work pursuant to a Change Order. ow
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the
Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit Bid Item price in the Proposal Form
requires that said unit Bid Item price cover and be considered compensation for certain work or
material essential to the item, then the work or material will not be measured or paid for under any
other Unit Bid Item which may appear elsewhere in the Proposal Form or Specifications. r
Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section of the 'r
Specifications shall be considered as including all of the Work required, specified, or described in that
particular Section. Payment items will generally be listed generically in the Specifications, and
specifically in the bid form. When items are to be "furnished"under one payment item and "installed" ,�
under another payment item, such items shall be furnished FOB project site, or, if specified in the
Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and
installed" under these conditions, shall be the responsibility of the Contractor with regard to storage
until such items are incorporated into the Work or, if such items are not to be incorporated into the
work, delivered to the applicable Contracting Agency storage site when provided for in the
so
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc34
r
a
an Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be
made on monthly estimates to the extent allowed.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of
�r an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities
for Contractor's personnel; and obtaining permits or licenses required to complete the project not
furnished by Owner.
This item shall also include providing Engineer and Inspectors with access to telephone, facsimile
machine, and copy machine during all hours Contractor is working on the jobsite; and a table and
chair for their use when needed.
r
Payment will be made for the following bid item(s):
"Mobilization,"Lump Sum.
.. 1-09.9 Payments
Section 1-09.9 is supplemented as follows:
Applications for payment shall be itemized and supported to the extent required by Engineer by
" receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and
other such evidence of Contractor's right to payment as Engineer may direct.
on Contractor shall submit a progress report with each monthly request for a progress payment. The
progress report shall indicate the estimated percent complete for each activity listed on the progress
schedule(see Section 1-08.3).
.. 1-09.9(1) Retainage
Section 1-09.9(1)is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no claims have been
rw filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor.
In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to
satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is
r required to satisfy any claims by Owner against Contractor, until such claims have been finally
settled.
Neither the final payment nor any part of the retained percentage shall become due until Contractor, if
Im requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in
full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge
or information, the release and receipts include all labor and materials for which a lien could be filed:
but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond
sm satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all
payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled
to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees.
aw 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain
Amounts
Section 1-09.9(2) is a new section:
ON (******)
sm
r.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\l 141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc35
r
M
In addition to monies retained pursuant to RCW 60.28 and subject to RXW 39.04.250, RCW 39.12
and RCW 39.76,the Contractor authorizes the Engineer to withhold progress payments due or deduct
an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may
be necessary to cover the Contracting Agency's costs for or to remedy the following situations:
1. Damage to another contractor when there is evidence thereof and a claim has been .r
filed.
2. Where the Contractor has not paid fees or charges to public authorities of municipalities
which the contractor is obligated to pay.
3. Utilizing material,tested and inspected by the Engineer, for purposes not connected with •
the Work(Section 1-05.6)
4. Landscape damage assessments per Section 1-07.16.
5. For overtime work performed by City personnel per Section 1-08.1(4) w
6. Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer's review of the Contractor's
approved progress schedule which indicates the Work will not be complete within the ..
Contract Time. When calculating an anticipated time overrun,the Engineer will make
allowances for weather delays, approved unavoidable delays, and suspensions of the
Work. The amount withheld under this subparagraph will be base upon the liquidated
dames amount per day se forth in Contract Documents multiplied by the number of days •
the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the
Contract may exceed the Contract Time.
7. Failure of the Contractor to perform any of the Contractor's other obligations under the
contract, including but not limited to: •
a. Failure of the Contractor to perform any of the Contractor to provide the Engineer
with a field office when required by the Contract Provisions.
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate
survey work as required by Section 1-05.5.
c. Failure of the Contractor to correct defective or unauthorized work(Section 1-05.8).
d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu
of material testing and inspection as required by Section 1-06.3. •
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms,or correct
underpayment to employees of the Contractor of subcontractor an=of any tier as required
by Section 1-07.9.
f. Failure of the Contractor to pay worker's benefits(Title 50 and Title 51 RCW) as
required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule per
Section 1-08.3. ..
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as
have been withheld pursuant to this section to a party or parties who are entitled to payment.
Disbursement of such funds, if the Engineer elects to do so will be made only after giving the ..
Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and
if prior to the expiration of the 15-calendar day period,
1. no legal action has commenced to resolve the validity of the claims, and
2. the Contractor has not protested such disbursement. •
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this
section will be made. A payment made pursuant to this section shall be considered as payment
make under the terms and conditions of the Contract. The Contracting Agency shall not be liable
to the Contractor for such payment make in good faith.
•
aw
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc36
•
1-09.9(3) Final Payment
Section 1-09.9(2)is a new section:
Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor
will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the
Contractor of the Final Payment shall be and shall operate as a release:
1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims
• in stated amounts as may be specifically excepted in writing by the Contractor;
2. for all things done or furnished in connection with the Work;
3. for every act and neglect by the Contracting Agency; and
4. for all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor's Surety from any obligation required under the terms of the Contract Documents or the
r. Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to
investigate and act upon findings of non-compliance with the WMBE requirements of the Contract;
nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties,
or obtaining such other remedies as may be permitted by law.
" Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit,
on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority
(MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify
.. the amounts paid to the DB, MBE or WBE subcontractors regardless of tier.
On Federally-funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or
_ gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails,refuses, or is unable to sign and return the Final Progress Estimate or any other
documents required for the final acceptance of the contract, the Contracting Agency reserves the right
to establish a completion date and unilaterally accept the contract. Unilateral acceptance will occur
.• only after the Contractor has been provided the opportunity, by written request from the Engineer, to
voluntarily submit such documents, If voluntary compliance is not achieved, formal notification of
the impending unilateral acceptance will be provided by certified letter from the Engineer to the
Contractor which will provide 30 calendar days for the Contractor to submit the necessary documents.
The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the
Engineer requesting the necessary documents. This reservation by the Contracting Agency to
unilaterally accept the contract will apply to contracts that are completed in accordance with Section
1-08.5 of for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance
of the contract by the Contracting Agency does not in any way relieve the Contractor of the
provisions under contract or of the responsibility to comply with all laws, ordinances, and regulations
— Federal, State, or local — that affect the contract. The dated the Contraction Agency unilaterally
`.. signs the Final Progress Estimate constitutes the final acceptance date(Section 1-05.12).
1-09.11(2) Claims
ow Paragraph 5 is revised as follows:
Failure to submit with the Final Application for Payment such information and details as described in
.. this section for any claim shall operate as a waiver of the claims by the Contractor as provided in
Section 1-09.9.
1-09.11(3) Time Limitations and Jurisdiction
Paragraph 1, Sentence 1 is revised as follows:
.. ...such claims or causes of action shall be brought in the Superior Court of the county where the work
is performed.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave OverflowA 141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCO2.doc37
.r
1-09.13(3)B Procedures to Pursue Arbitration
Section 1-09.13(3)B is supplemented by adding: 'r
The findings and decision of the board of arbitrators shall be final and binding on the parties, unless
the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a
petition for review by the superior court of King County, Washington. The grounds for the petition
for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof, ••�
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues
submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing
their findings and conclusions based on the evidence adduced at any such hearing.
.ir
The arbitration shall be conducted in accordance with the statutes of the State of Washington and
court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the contractor unless it is the
board's majority opinion that the contractor's filing of the protest or action is capricious or without
reasonable foundation. In the latter case, all costs shall be borne by the contractor.
r
.s
r
ar
ar
ow
r
H:\File Sys\SWP- Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\]141
FINAL Specs-2006\20aNEW-Special Provs-2006-DCv02.doc38
as
r�
Monroe Ave NE Storm System Overflow Project Project SWP-27-2330
1-09.14 Payment Schedule (New Section)
UW General - Scope
A. Payment for the various items of the Bid Sheets, as further specified herein, shall
go include all compensation to be received by the CONTRACTOR for furnishing all tools,
equipment, supplies, and manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of work being described, as necessary to
No complete the various items of the WORK all in accordance with the requirements of
the Contract Documents, including all appurtenances thereto, and including all costs
of compliance with the regulations of public regulations of public agencies having
Im jurisdiction, including Safety and Health Administration of the US Department of
Labor (OSHA).
B. The Owner shall not pay for material quantities that exceed the actual measured
so amount used and approved by the ENGINEER.
C. It is the intention of these specifications that the performance of all work under the bid
.s for each item shall result in the complete construction, in an accepted operating
condition, of each item.
ow Work and material not specifically listed in the proposal but required in the plans,
specifications, and general construction practice, shall be considered incidental to the
construction of the project and the Contractor shall include the cost within the unit bid
aw prices. No separate payment will be made for these incidental items.
1-09.14(1) Basic Bid (New Section)
w
This section is an outline of the basic bid items which will determine the low bidder for this
project. Measurement and Payment, where described in a bid item, shall supercede
No Measurement and Payment listed in other sections of the Special Provisions and Standard
Specifications.
an Bid Item 1:_ Mobilization (Lump Sum)
Mobilization includes the complete cost of furnishing and installing, complete and in-place
all work and materials necessary to move equipment and personnel to the job site,
establish access from paved road to project outfall, provide and maintain all necessary
support facilities and utilities, obtain all necessary permits and licenses, prepare the site for
construction operations, and maintain the site and surrounding areas during construction.
The Contractor shall prepare a Mobilization Plan showing the proposed location for storage
of all equipment and material proposed to be located at the site. Storage shall not interfere
with use of the City ROW and commercial and residential access. Equipment and material
shall not be stored on private property, outside the existing easements.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page I
a.
For any proposed storage on private property outside the easement area the Contractor
shall obtain a Temporary Use Permit for storage areas on private property. The Contractor
shall be responsible for all fees, applications, and work needed to obtain the permit. The
Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City.
Work hours shall be limited to weekdays only, between the hours of 7:00 a.m. and 6:00
p.m. unless otherwise approved in advance by the City.
Machinery shall not be started before 7:00 a.m.
Work on weekends will not be allowed, except as approved in writing by the Engineer.
Access to the bottom of the pit will be from the gate on the west side of the pit, and paved
road which goes to the bottom of the pit. To provide clear access from the paved road to
the project outfall, Contractor may need to clear vegetation and provide for a stable road
surface in areas of standing water and saturated soil. Quarry spalls used for access road
will be paid under Bid Item #15. Any proposed access road must be reviewed and
approved by the City. The Contractor will coordinate unlocking the pit gate with the City
and private owner.
The Contractor shall prepare a Work Plan which shall include the following:
A. Proposed Construction Sequence and Schedule for all major items of work.
B. Mobilization Plan showing the proposed location for storage of all equipment
and materials.
C. Erosion Control Plan for all stages of the project.
D. Traffic Control Plan, including provisions for cleaning and sweeping of any
impacted roadways.
F. Trench Excavation Safety Systems plan/provisions.
G. Storm system bypass/pumping during construction.
The Contractor shall submit a plan identifying how flow from the existing storm
system will be handled during construction. The storm system drains
approximately 170 acres. The calculates peak flows are: 2-year 34 cfs, 10-year
41 cfs, 25-year 46 cfs.
The Work Plan shall be submitted to the City for review, revision, and approval within 14
days of the contract award.
Any dewatering that may be needed for construction is considered incidental.
No additional payment will be made for any dewatering needed.
Final cleanup, dressing, and trimming the project area after construction, and removing all
personnel and equipment off the site shall be included in this bid item, or in the Restoration
bid item if one is included for the project.
Payment for Mobilization will be made at the lump sum amount bid, which payment will be
considered complete compensation for all materials, equipment, and labor required to
complete this item of work in accordance with the Contract Documents. Seventy (70)
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 2
percent of this item will be paid after the Contractor is fully in operation and construction
` has begun. The remaining 30% will paid in the Final Pay Estimate when the project is
completed, cleanup and restoration is complete, and all items are to the satisfaction of the
Owner.
Bid Item 2: Construction Surveying Staking and As-built (Lump Sum)
ow Surveying shall be per Special Provisions Section 1-05.4 and the City of Renton Surveying
Standards in Special Provisions Section 1-11. The as-built survey shall be per Special
Provisions Section 1-05.4(4). The surveyor shall provide the City with a set of redline
drawings with the as-built locations and elevations of all new utilities and construction work.
All work shall be located per the City of Renton Survey Control Network. Coordinates shall
be given for the new and existing storm system structures.
Measurement for construction surveying, staking and as-built information will be based on
the percentage of work complete at the time of measurement.
Payment for construction surveying, staking and as-built information will be made at the
measured percentage amount for the pay period times the unit bid price. Payment will be
r complete compensation for all labor, materials, equipment, travel, surveying needed to
construct the improvements to the line and grade as shown on the plans, to provide the
required construction and as-constructed field (as-built information) notes and drawings,
etc. required to complete this item of work in conformance with the Contract Documents.
No more than 50% of the bid amount for this item shall be paid prior to the review and
acceptance of the as-built information by the Engineer.
aw Bid Item 3: Traffic Control (Lump Sum)
The Contractor shall prepare a Traffic Control Plan for review and approval by the City.
The plan shall address the proposed working area, signage, flaggers, contractor access to
the working area, truck and equipment haul routes, and public access during construction.
r The Plan shall address any proposed lane and sidewalk closures needed for construction
activities.
,. Truck hauling on arterial streets shall be limited to the hours of 8:30 am to 3:30 PM.
NE 4th St is a principle arterial street.
Allowable work hours are given in Special Provisions Section 1-08, and as may be noted in
the plans and specifications. Actual work hours will be approved in the Traffic Control Plan.
The City may revise the work hours and Traffic Control Plan to address traffic problems or
complaints. All adjustments to the work hours, the Traffic Control Plan, and signage are
considered incidental and no additional payment will be made for adjustments.
The Contractor is responsible for controlling mud and dust on any route used by trucks or
equipment, as noted in Special Provisions Section 1-07.23. The Contractor shall be
prepared to use sweeping, power sweepers, watering trucks, and other means necessary
.. to avoid creating a nuisance. Any debris on the roads shall be cleaned immediately.
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 3
Cleaning the road is considered incidental and no additional payment will be made for this
work.
Payment will be prorated over the construction period.
Payment for traffic control for work will be made at the measured percentage amount for
the pay period times the unit bid price, said payment will be complete compensation for all
labor, materials, equipment, preparing and conforming to the approved Traffic Control
Plan, provide for public convenience and safety, detours, flagging, barricades, sequential
arrow boards, signs, traffic control devices, temporary striping, cleanup, etc. required to
complete this item of work in conformance with the Contract Documents and the Manual on
Uniform Traffic Control Devices (MUTCD).
Bid Item 4• Erosion Control (Lump Sum)
Erosion Control includes planning, installing, maintaining, and removing temporary erosion
control measures needed for project construction. Erosion control consists of all activities
needed to prevent soil erosion on the project site, creation of sediment laden water, and
migration of sediment laden water into the City drainage system, other water courses, or
private property.
For this type of project typical Erosion Control measures include catch basin protection,
cleaning catch basins, and filter fabric fencing, at a minimum.
Other erosion control measures may be necessary depending on weather and site
conditions, including but not limited to filter fabric protection for catch basins, catch basin
inserts, filter fabric fences, hay bales, placement of plastic sheets over exposed soil and
stockpiles, mulching, netting, etc., and any other activities needed to control erosion from
the project.
The Contractor shall develop a "red lined" erosion control plan and submit it to the City for
review and approval. The plan shall be based on the King County Surface Water Design
Manual, as adopted by the City of Renton, and proper construction practices. After the
erosion control system is installed the Contractor shall make any field adjustments
necessary to reduce or eliminate any erosion and discharge of sediment-laden water. All
adjustments are considered incidental and no additional payment will be made for
adjustments.
Payment will be prorated over the construction period.
Payment for Erosion Control will be made at the unit bid price, which payment will be
considered complete compensation for all design, labor, equipment and materials required
to complete this item of work in accordance with the Contract Documents.
Bid Item 5• Trench Excavation Safety Systems (Lump Sum)
The Contractor is responsible for providing adequate shoring and support for all
excavations to provide safe access for workers, prevent soil sluffing, soil loss, damage to
pavement, structures, utilities, and ground adjacent to the excavation. Trench Shoring and
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 4
r!
Excavation Safety System shall comply with WAC 296-155 Part N, Standard Specifications
Section 2-09.3(3), and all other applicable State and Federal regulations.
The Contractor shall submit a Shoring Plan to the City showing how shoring will be
accomplished and detailing the techniques and equipment that will be used. Shoring shall
be capable of supporting all earth loads and traffic loads. This bid item shall apply to all
excavations needed for the project.
Measurement for trench excavation safety systems will be based on the percentage of new
storm sewer pipelines installed divided by the total length of new storm sewer pipe shown
to be installed.
Payment for trench excavation safety systems will be made at the measured percentage
amount for the pay period times the unit bid price, said payment will be complete
compensation for all equipment, labor, materials, hauling, planning, design, engineering,
submittals, furnishing and constructing and removal and disposal of such temporary
sheeting, shoring, and bracing complete as required under the provisions of any permits
and in the requirements of OSHA and RCW Chapter 49.17, etc. required to complete this
item of work in conformance with the Contract Documents.
Bid Item 6: Pothole Utility (Each)
This item includes all work needed to pothole existing utilities as required on the plans, and
as directed by the Engineer. Any other potholing not shown on the plans or directed by the
Engineer shall be at the Contractors cost.
Potholing includes excavation, identification, measurement, refilling the hole, and
temporary patch. The Contractor shall identify the utility, pipe type and size, and provide
accurate measurements from the ground surface to the top of the utility in writing to the
Engineer per Special Provisions Section 1-07.17.
If the native material is unsuitable to use to refill the pothole, imported backfill may be used.
® Imported backfill will be paid under a separate bid item.
Permanent patch will be paid under a separate bid item.
Prior to beginning construction of the new underground utility, the Contractor shall pothole
the existing underground utilities at the locations shown on the plans, and any additional
locations identified by the Engineer. The Contractor shall perform potholing a minimum of
five working days prior to construction at the pothole location to allow for potential
�- revisions. The Engineer may revise the design as needed if there is a conflict with existing
utilities.
�. The Contractor shall not have cause for claim of down-time or any other additional costs
associated with "waiting" if the Engineer provides design revisions (related to the
information supplied per this section) within five working days after the contractor provides
the surveyed elevations.
Measurement for Pothole Utility shall be per each.
Payment for Pothole Utility shall be made at the unit contract price, which shall be complete
compensation for all labor, tools, equipment, and materials required to complete the work
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 5
s
in conformance with the contract Documents including but not limited to pavement and
concrete cutting, excavation, dewatering, potholing for utility location, removal, hauling and
disposal of all pavement, waste and excess materials, shoring, placement of backfill
(native) material, compaction, water, grading, temporary patch, and cleaning.
.rc
Bid Item 7• Catch Basin Type II, 72-inch (Each)
Manholes and Catch Basins shall conform to Sections 7-05 and 9-12 of the Special
Provisions and Standard Specifications. This item includes all the different types of frames
and grates (standard, vaned, rolled curb, other) for CB's that may be show on the plans.
Catch Basin Type I I shall be per WSDOT Standard Plan B-1 e.
Contractor shall confirm the size and type of existing storm pipe by inspection at the
existing catch basin at sta.6+49. The new catch basin will be manufactured to saddle the ..
existing pipe. After the new CB is installed the existing storm pipe inside the CB can be
removed, and the edges sealed to the new CB. The Contractor may propose an alternate
installation method for review and approval by the City.
Measurement for furnishing and installing Catch Basin Type II will be per each for each
type catch basin installed in conformance with the Contract Documents.
Payment for furnishing and installing Catch Basin Type II will be made at the unit bid price
per each, which payment will be complete compensation for all labor, equipment, materials
hauling, pavement cutting, pavement removal (asphalt, concrete and brick), dewatering,
potholing for utility location, excavation, removal and disposal of waste material including
existing pipes and structures in the excavation, foundation material, concrete base, precast
concrete catch basin sections, gaskets, catch basin frame and lid, installation, adjustment ..
of frames to grade, appurtenances, connections to new and existing pipes, placement of
subsequent backfill (native) materials, compaction, water, cleaning, temporary pavement
patching, and testing, etc. required to complete all catch basins in conformance with the
Contract Documents. Imported Backfill materials are included in other bid items.
Bid Item 8• Connect New Catch Basin to Existing Pipe (Each)
This item includes all work needed to connect new catch basins to existing storm pipes as
shown on the plans, or where required and approved of by the Engineer. This item applies
only to connecting existing pipes 36-inches in diameter or larger.
This item included all equipment, materials, and labor needed to remove the existing storm
pipe from inside the new CB, and fit and seal the storm pipe to the new CB.
Measurement for Connect New Catch Basin to Existing Pipe will be per each for connection
made in conformance with the Contract Documents.
Payment for Connect New Catch Basin to Existing Pipe will be made at the unit price bid
per each, which payment will be complete compensation for all labor, equipment, "
excavation around and protection of existing facilities, potholing for utility location, core
drilling, rechanneling existing manholes (catch basins), removal and disposal of waste
material including existing pipes and structures in the excavation„ materials hauling,
adjustment of frames to grade, relocate ladder and rungs (if necessary), connections,
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 6
placement of subsequent backfill (native) materials, compaction, water, cleaning and
testing, etc. required to complete all the connections in conformance with the Contract
Documents.
Bid Item 9: 24-inch Dia. HDPE Storm Pipe (Linear Foot)
The 24-inch diameter HDPE (high density polyethylene ) pipe shall be HDPE, DR 17,
Series 4100 IPS, black UV stabilized, as manufactured by Performance Pipe, or approved
equal. All HDPE pipe and fittings shall be cut, fabricated, and installed in strict
conformance with the pipe manufacturers specifications and recommendations, and
Special Provisions Section 9-05.21 High Density Polyethylene Pipe.
All joints between pipes and fittings shall be heat fused butt joints. Fusing machinery and
«- procedures shall follow the PPI (Plastic Pipe Institute) and the manufacturers procedures
and specifications. Personnel fusing the pipe shall have shall have a certificate of training,
issued with in the last 3 years, in the manufacturers fusing procedures on the equipment
+., that will be used, and shall have within current experience with pipe fusing of similar pipe
types and sizes within the last year.
The Contractor shall verify field fusion quality by making and testing a trial fusion at the
start of the fusing process and bent strap testing it per ASTM D 2657. The City may
require the Contractor to randomly cut out completed joints when the pipe is being fused,
and perform bent strap testing.
The Contractor may subcontract with a qualified HDPE pipe installer to perform HDPE pipe
fusing and installation.
If the Contractor proposes a different pipe manufacturer, he shall submit a material
specification sheet and shall show that the proposed pipe specifications and quality is
equal in all respects to the original pipe specifications. The unit bid price for the pipe shall
not be changed if the Engineer does not approve a different pipe manufacturer.
Pipe bedding shall be Gravel Backfill For Pipe Zone Bedding per Standard Specifications
Section 9-03.12(3), or as shown on the plans. Pipe bedding shall be placed from a
minimum of 6 inches below the pipe to 12 inches above the top of the pipe, and compacted
to 95 percent of maximum density per ASTM D1557. The Contractor shall ensure proper
placement and compaction of pipe bedding under the pipe haunches. Payment to furnish
and install bedding material shall be included in the unit price bid for pipe in place.
Suitable excavated soil shall be used as backfill for the project if it is a clean granular
material meeting the general requirements for select borrow material, the maximum particle
size shall not exceed 3 inches, and has a moisture content that will allow at least 95
percent compaction when placed. Payment for excavated trench backfill shall be included
in the unit price bid for pipe in place.
W.. Excess and/or unsuitable excavated material will be loaded and disposed of offsite. This
includes all soil, asphalt, concrete, existing storm sewer pipe, and other excavated
material. Payment to haul and dispose of excavated material shall be included in the unit
price bid for pipe in place.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 7
s
Import Trench Backfill shall be used only if native material is found to be unsuitable for use
as backfill, and after approval by the City. Payment for Import Trench Backfill shall be paid
under that bid item.
This item includes providing and installing ethafoam pads between the new storm pipe and
existing sewer main, and installing ethafoam pads at any other location where needed as
determined by the Engineer.
Measurement of 24-inch Dia. HDPE Storm Pipe shall be per linear foot will be based on
lineal footage measured horizontally over the centerline of the installed pipe.
Payment for furnishing and installing 24-inch Dia. HDPE Storm Pipe shall be at the unit bid
price per linear foot which shall be complete compensation shall be for all labor, materials,
tools and equipment necessary to complete the installation, including all pavement removal
and disposal; storm sewer trench excavation; dewatering (when required); furnishing and
installing storm sewer pipe and fittings; pipe bedding; backfill with native material;
compaction; connection to new or existing storm sewers and structures, all appurtenances
(such as special fittings, bends, connections, catch basin connectors, etc.), adjusting
inverts; haul and disposal of excess trench material including unsuitable material; cleaning
and testing; and temporary patching asphalt to allow for the passage of traffic.
Bid Item 10: HDPE Pipe Fittings (Lump Sum)
This item included the complete costs to furnish and install all fittings needed for the HDPE
pipes including fittings, elbows, flanges, flange adapters, back-up rings, bolts, nuts,
washers, and all other materials needed for construction as shown on the Detail Drawings
and as may be needed for assembly of the pipe, fittings, and details. =
The Contractor shall verify that all fitting sizes and dimensions will work prior to purchase
and assembly.
All HDPE fittings shall be minimum DR 17, Series 4100 IPS, black UV stabilized, as
manufactured by Performance Pipe, or approved equal. All HDPE pipe and fittings shall be
cut, fabricated, and installed in strict conformance with the pipe manufacturers
specifications and recommendations, and Special Provisions Section 9-05.21 High Density
Polyethylene Pipe.
All joints between pipes and fittings shall be heat fused butt joints. Fusing machinery and _.
procedures shall follow the PPI (Plastic Pipe Institute) and the manufacturers procedures
and specifications. Personnel fusing the pipe shall have shall have a certificate of training,
issued with in the last 3 years, in the manufacturers fusing procedures on the equipment
that will be used, and shall have within current experience with pipe fusing of the same pipe
type and size within the last year.
Measurement for HDPE Pipe Fittings will be prorated for the amount of work accomplished
at time of payment, as determined by the Engineer.
Payment for HDPE Pipe Fittings shall be made at the unit bid price, which payment will be
considered complete compensation for all labor, equipment and materials required to
complete this item of work in accordance with the Contract Documents.
dw
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 8
Bid Item 11: Pipe Anchor Assembly (Each)
This item included the complete costs to furnish and install the Pipe Anchor Assembly as
shown on the Detail Drawings. This item includes all materials, fittings, fabrication, and
labor needed to assemble and install each anchor assembly.
Pipe Anchor Assembly includes of Grinnell Type 212 pipe clamps, or approved equal,
manufactured of carbon steel with galvanized finish, 1/4—inch thick ASTM A36 steel plates,
and six-foot long pin piles as shown on the detail, and as needed to complete the
assembly.
The Contractor shall submit cut sheets, details, and shop drawings confirming assembly
material, dimensions, and fit for review and approval.
Measurement for Pipe Anchor Assembly will be made for each.
Payment for Pipe Anchor Assembly shall be made at the unit bid price, which payment will
be considered complete compensation for all labor, equipment and materials required to
complete this item of work in accordance with the Contract Documents.
Bid Item 12: Concrete Anchor Block (Lump Sum)
This item includes all work and materials needed for concrete deadmen, anchor blocks
- vertical blocks, thrust blocks, other types of concrete blocks, and all associated fittings and
materials needed for complete blocks and fittings as shown on the Plans and required for
the work.
Concrete shall be 3000 psi minimum, or as specified in the plans, and shall meet the
requirements of the applicable portions of the Special Provisions and Standard
Specifications Sections 6-02 and 7-09.3(21). The contractor shall provide a copy of
certified truck tickets, which will accompany each load of concrete used.
The work includes, but is not limited to, the following:
• Trench excavation, dewatering (if needed), shoring, temporary steel plates,
• Removal, hauling, and disposal of all pavement, curbs, gutters, sidewalks, and any
surplus and unsuitable excavated material,
• Furnishing and placing concrete for deadman and blocks,
• Deadman anchor bolts, reinforcing steel, shackle rods, clamp assembly, anchor bolts,
necessary form work, and all incidentals,
• Furnishing, placing, and compacting bedding and backfill,
• Replacing, protecting, and/or maintaining existing utilities.
Suitable excavated soil shall be used for backfill if it is a clean granular material meeting
the general requirements for select borrow material, and is capable of being compacted to
95 percent compaction when placed. If existing soils are not suitable for backfill other
suitable soils from the project excavation may be used. Use of existing soils is included in
the bid price.
HAFile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 9
If suitable soils are not available Bank Run Gravel may be used after approval by the City.
Payment for Bank Run Gravel shall be under that bid item.
Payment for Sawcutting shall be under that bid item.
The quantity used for this item may vary from the bid estimate. The unit price will not be
adjusted if the actual quantity used varies by more than 25 percent.
Measurement for "Concrete Deadman Anchor Blocks" shall be prorated for the amount of
work accomplished at the time of payment, as determined by the Engineer.
Payment for "Concrete Deadman Anchor Blocks" shall be complete compensation for all
labor, materials, equipment, excavation, hauling, and disposal of excess and unsuitable
material required to complete the work as shown on the Plans and specified in the contract
documents and City Code.
Bid Item 13: Rock Apron, Heavy Rip-Rap (Ton)
Rock Apron, Heavy Rip Rap shall be only broken stone, sound and resistant to weathering,
per Standard Specifications Section 9-13. Broken concrete shall not be used.
The Contractor shall sort and place the heavy rip-rap so the larger stones are placed in line
with the pipe outfall to absorb the energy from the pipe discharge. Smaller stone may be
placed above the larger stone, and along the outer edges of the rock apron.
This item includes excavation to form the rock apron below the outfall. Excavated soil
material shall be hauled away from the apron and may placed at the site.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent. --
Measurement for furnishing and placing Rock Apron, Heavy Rip-Rap will be based on
actual tonnage weight as determined by measurement from a certified scale.
Payment for Quarry Spalls Rock Apron, Heavy Rip-Rap will be made at the unit bid price,
which payment will be complete compensation for all, labor, materials, equipment,
excavation, foundation materials, haul, placement, water, compaction, removal and
disposal of waste material, etc. required to complete this item of work in conformance with
the Contract Documents.
Bid Item 14: SawCutting (Linear Foot)
This item included the complete costs for SawCutting for the project including cuts for pipe
installation, curb and gutter, final patch, and overlay. The City will allow one sawcut for
pipe installation, and second sawcut for the final patch or overlay edge (if needed). Any
additional sawcutting is incidental.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
aw
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 10
w
Measurement of "Sawcutting" shall be per linear foot of surface cut.
Payment for furnishing and installing Sawcutting will be made at the unit bid price, which
shall be full compensation for all materials, labor, tools, and equipment necessary to saw
cut the existing asphalt concrete and cement concrete surfaces regardless of the depth
encountered or the material to be sawcut, and including flushing of sawcuts with high
pressure water as well as pollution control. No wastewater shall be released into the storm
sewer system, drainage ditches, or onto private property.
Bid Item 15:_ Quarry Spalls (Ton)
Quarry Spalls shall consist of broken stone, sound and resistant to weathering. Broken
concrete shall not be used. Quarry Spalls shall be 2" to 4" Quarry Spalls per Standard
Spec. Section 9-13.6, or as shown on the plans. This item will be used for Quarry Spalls
called out for use in the plans, or as directed by the Engineer.
This item will also be used when the bottom of excavations and trenches does not present
a stable surface for placement and compaction of backfill or pipe bedding, and over
excavation is approved by the Engineer. Unsuitable excavated material will be disposed of
offsite. This includes all soil, asphalt, concrete, and other excavated material. Payment to
remove, haul, and dispose of unsuitable excavated material shall be included in the unit bid
price.
This item may be used to provide a stable access road to project outfall in areas of wet and
saturated soils.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for furnishing and placing quarry spalls will be based on actual tonnage
weight as determined by measurement from a certified scale.
Payment for Quarry Spalls will be made at the unit bid price, which payment will be
complete compensation for all, labor, materials, equipment, excavation, foundation
materials, haul, placement, water, compaction, removal and disposal of waste material, etc.
required to complete this item of work in conformance with the Contract Documents.
Bid Item 16. Import Trench Backfill (Ton)
Import Trench Backfill shall be Bank Run Gravel per Standard Spec. Section 9-03.19, or as
shown on the plans.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for Import Trench Backfill, shall be in Tons based on the weight of material
installed into the work. Certified weight tickets shall accompany each load, a copy of
tickets shall be given to the Engineer daily. Wasted materials will not be included in the
measurement or payment. Only materials placed within the pay limits shown will be
considered for payment. Material placed outside of the pay limits shown on the plans will
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page I I
be deducted from the certified tickets unless approved by the Engineer. Additionally, no
payment shall be made for necessary compaction to correct backfilled areas, which are not
compacted in accordance with these specifications
Payment for select imported backfill will be made at the unit bid price, which payment will
be complete compensation for all labor, materials, equipment, hauling, placement, water,
compaction, removal and disposal of waste materials including existing pipes and
structures in the excavation, etc. required to complete this item of work in conformance
with the Contract Documents.
Bid Item 17: Crushed Surfacing (Ton)
This item includes Crushed Surfacing Top Course and Base Course. Crushed Surfacing
shall be per Standard Spec. Section 9-03.9(3), or as shown on the plans.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for furnishing and installing Crushed Surfacing will be based on actual
tonnage weight as determined by measurement from a certified scale. Certified weight
tickets shall accompany each load, a copy of tickets shall be given to the Engineer daily.
Payment for Crushed Surfacing shall be per the unit bid price which shall be complete
compensation for all materials, labor, tools, and equipment necessary for the fulfillment of w
all requirements of Standard Specification Section 9-03.9(3) in the execution of the work
shown in the Plans or as required by the Engineer. Any water added to the aggregate at
the plant or in the field for placement and compaction shall be considered incidental to this
item.
Bid Item 18• Hot Mix Asphalt (HMA) Class 1/2" PG-58-22 (Ton)
This item includes all Hot Mix Asphalt (HMA) used for temporary patches, asphalt
pavement, and overlays. All applications of HMA shall be per Special Provisions and
Standard Specifications Section 5-04.
This item includes all Asphalt Treated Base (ATB). ATB shall meet the requirements of
Special Provisions and Standard Specification Sections 4-06 and 5-04. Any water added to
the aggregate at the plant or in the field for placement and compaction shall be considered
incidental to this item.
The Contractor shall place the permanent trench patch per "Typical patch for Flexible
Pavement (City of Renton Detail H 032A) within 15 calendar days after first opening the
trench. The Contractor shall plan the work to place permanent trench patches throughout
project construction as the 15-day period for each section of trench approaches. Any delay
of the permanent patch placement is subject to the Owner's approval.
Any patches in the street that will not have the final patch placed within 15 days after
opening the trench shall have a Temporary Hot Patch placed. Temporary Hot Patch will be
paid under the bid item for Hot Mix Asphalt (HMA).
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 12
Old asphalt, concrete, soil, and other excavated material shall be disposed of offsite.
Payment to haul and dispose of old asphalt and other excavated material shall be included
in the unit bid price for"Hot Mix Asphalt (HMA) Class 1/2" PG-58-22."
Measurement of Hot Mix Asphalt (HMA) Class 1/2" PG-58-22 shall be per ton with no
deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any
other component of the mixture.
Measurement for furnishing and installing HMA will be based on actual tonnage weight as
determined by measurement from a certified scale. The quantity for this item is included to
provide a common proposal for bid purposes. The actual quantity used in construction may
vary from that amount. The unit price will not be adjusted if the actual quantity used varies
by more than 25 percent.
The unit Contract price per ton for Hot Mix Asphalt (HMA) Class 1/2" PG-58-22, shall be full
compensation for all labor, materials, equipment, tools, and incidental costs necessary for
placing, compacting and constructing asphalt pavement in and along the Project including
'� asphalt concrete driveways, traffic islands, trench patching, sealing all cold joints, tack
coat, raising shoulder to grade, asphalt sidewalk transitions, hauling, notifications,
aggregate, sweeping, utility marking and adjustment, furnishing and preparing subgrade,
"' removal of existing asphalt, cleanup, and all other incidentals necessary for a complete
paving system to the lines, cross-section and grades as shown on the Plans.
Bid Item 19: Remove Tree (Each)
This item includes all work needed to remove and dispose of any trees needed for project
construction. Removal of trees shall only be as identified and approved of by the Engineer.
For this bid item a tree is defined as a having a trunk 6" or greater in diameter when
measured 5 foot above ground level.
This item applies to large trees that may be located at or near the toe of the slope.
All vegetation, wood debris, trees, and other material removed for clearing shall be
disposed of at an off-site disposal facility per Standard Specification Section 2-03.3(7)C
Contractor Provided Disposal Site. All cost for hauling and disposal shall be included in
this bid item (no mileage cost).
Measurement for Remove Tree shall be per each..
Payment for Remove Tree shall be made at the unit bid price, which payment will be
considered complete compensation for all labor, equipment and materials required to
complete this item of work in accordance with the Contract Documents.
Bid Item 20: Remove and Replace Conc. Curb and Gutter (Linear Foot)
This item includes all work needed to remove and replace the existing concrete curb and
gutter needed for project construction. Concrete Curb and Gutter shall conform to City of
Renton Standard Detail F-001, and as is shown on the Plans. This item includes removing,
hauling, and disposal of the waste material.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 13
rs
All material removed for this item shall be disposed of at an off-site disposal facility per
Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for
hauling and disposal shall be included in this bid item (no mileage cost).
Crushed Surfacing and Sawcutting will be paid under separate bid items.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
Measurement for Removal and Replace Concrete Curb and Gutter shall be in linear feet of
new Concrete Curb and Gutter installed.
Payment for Removal and Replacement Concrete Curb and Gutter will be made at the unit
bid price, which payment will be complete compensation for all labor, equipment, materials,
saw cutting, removing and disposal of waste material, materials hauling, preparation,
imported material necessary to meet compaction requirements, forming, placement,
finishing, cleanup, etc. required to compete this item in conformance with the Contract
Documents.
Bid Item 21: Remove / Restore Fence (Lump Sum)
This item includes all work needed to remove and restore the sections of the existing chain
link fence needed to install the new storm water pipe. The Contractor may salvage the
existing fence and fence posts for reuse, or may provide new material as needed. Any
damaged fence or posts shall be replaced with new material matching the existing fence.
All salvaged material shall be inspected by the City for damage and suitability prior to
reuse. Any material the City determines not suitable shall be replaced by new material at
no additional cost.
All new Chain Link Fence shall be Type 1, shall match existing fence height, and shall be
installed per Standard Specifications Section 8-12. The Chain Link Fence and material
shall meet Standard Specification Section 9-16.1 and shall be Class 1 material.
End, Corner, and Pull Posts For Chain Link Fence shall be Type 1, and shall be installed
per Standard Specifications Section 8-12. The End, Corner, and Pull Posts material shall
meet Standard Specification Section 9-16.1 and shall be Class 1 material.
Posts shall be placed in a vertical position, and except where otherwise directed by the
Engineer, shall match existing spacing.
All Concrete shall be Class 3000 as specified in Standard Specifications Section 6-02.3.
All material removed for this item shall be disposed of at an off-site disposal facility per
Standard Specification Section 2-03.3(7)C Contractor Provided Disposal Site. All cost for
hauling and disposal shall be included in this bid item (no mileage cost).
Measurement for Remove / Restore Fence shall be prorated for the amount of work
accomplished at the time of payment, as determined by the Engineer.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 14
r
Payment for Remove / Restore Fence will be made at the unit bid price, which payment will
be complete compensation for all labor, equipment, materials, saw cutting, removing and
disposal of waste material, materials hauling, finishing, cleanup, etc. required to compete
this item in conformance with the Contract Documents.
Bid Item 22: Restoration Fertilizing, Seeding, (Lump Sum)
This item includes restoration of all cleared areas and areas disturbed by construction with
grass. All disturbed areas shall be raked smooth, have 6-inches of topsoil placed, and
shall be fertilized, seeded, and mulched. The work includes all costs for topsoil,
hydroseed, fertilizer, and mulch. Hydroseeding may be placed by machine or by hand
sprayer.
Topsoil shall be Type C per Standard Specifications Section 9-14.1(3).
Hydroseed shall be as specified in the Plans, Special Provisions Section 9-14, and
Standard Specification Section 9-14. The mix shall be submitted to the Engineer for review
and approval, including the seed vendor's certification for the grass seed mixture indicating
percentage by weight and percentages of purity, germination, and weed seed for each
grass species.
Hydroseeding shall be performed only after all work affecting ground surface has been
completed. The topsoil in the areas to be seeded shall be loosened to minimum depth of 4
inches, graded to remove ridges and filled to remove depressions, as required to drain.
The Contractor shall water as needed to maintain seeded areas in good condition until final
acceptance. Water shall be free of substances harmful to plant growth. Water, hoses, and
all equipment needed shall be furnished by the Contractor.
Hydroseeded areas shall be inspected 1 week after germination to determine if coverage of
seeding is acceptable. Hydroseed areas shall have a uniform stand of grass over 90
percent of seeded area. Areas which fail to provide a uniform stand of grass shall be
reseeded. Areas reseeded will not be accepted until the required coverage is obtained.
All areas that will be hydroseeded shall be reviewed and measured with the City inspector,
and adjusted as directed, before the work occurs. Payment will be based on that
measurement. Additional payment will not be made for any hydroseed outside of the
previously measured area, unless approved by the City.
The actual quantity used in construction may vary from the bid quantity. The unit price will
not be adjusted if the actual quantity used varies by more than 25 percent.
w Measurement of Seeding, Fertilizing, and Mulching shall be per Square Yard for the
hydroseed area that is accepted by the City.
Payment for Seeding, Fertilizing, and Mulching shall be complete compensation for all
materials, tools, labor and equipment required to complete the work as shown on the Plans
and specified in the contract documents and City Codes.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 15
s
r
Bid Item 23• Minor Changes (Lump Sum)
At the discretion of the Contracting Agency, all or part of this lump sum may be used in lieu
of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications.
The unit contract price for Minor Changes is given in the Schedule of Prices and shall not
be changed by the bidder.
All work and payment under this item must be authorized in writing by the City Project •�
Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of
the Standard Specifications.
i
Payment for this item will only be for the changes and amounts approved by the City. If no
changes are authorized under this bid item final payment for this item will be $0 (zero).
i
s
s
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141 FINAL Specs-
2006\20c-NEW-Bid Section 1-09-14.doc Page 16
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
,. Section 1-10.1 is supplemented by adding the following:
When the bid proposal includes an item for"Traffic Control,"the work required for this item shall be
all items described in Section 1-10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing and other
channelization devices, unless a pay item is in the bid proposal for any specific device and
the Special Provisions specify furnishing, maintaining, and payment in a different manner
for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control
labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs
.. and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid proposal to
specifically pay for this work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or damaged
during the life of the project.
6. Removing existing signs as specified or a directed by the engineer and delivering to the
City Shops or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible for
traffic control at the work site. The traffic control plan shall include descriptions of the
traffic control methods and devices to be used by the prime contractor, and subcontractors,
shall be submitted at or before the preconstruction conference, and shall be subject to
review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work
•• that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak traffic
periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special
provisions, or as directed by the Engineer.
10. Promptly removing or covering all nonapplicable signs during periods when they are not
needed.
If no bid item "Traffic Control" appears in the proposal then all work required by these sections will
be considered incidental and their cost shall be included in the other items of work.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
.. equipment, or services which could not be usually anticipated by a prudent contractor for the
maintenance and protection of traffic, then a new item or items may be established to pay for such
items. Further limitations for consideration of payment for these items are that they are not covered
by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental,
and the accumulative cost for the use of each individual channelizing device, piece of equipment, or
service must exceed $200 in total cost for the duration of their need. In the event of disputes, the
Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items
will be by agreed price, price established by the Engineer, or by force account. Additional items
required as a result of the contractor's modification to the traffic control plan(s) appearing in the
contract shall not be covered by the provisions in this paragraph.
If the total cost of all the work under the contract increases or decreases by more than 25 percent, an
equitable adjustment will be considered for the item "Traffic Control" to address the increase or
decrease.
a
r.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc40
r
Traffic control and maintenance for the safety of the traveling public on this project shall be the sole
responsibility of Contractor and all methods and equipment used will be subject to the approval of
Owner.
Traffic control devices and their use shall conform to City of Renton standards and the Manual on
Uniform Traffic Control Devices.
Contractor shall not proceed with any construction until proper traffic control has been provided to
the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against ..
Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete
the Work.
s
1-10.2(1)B Traffic Control Supervisor
Paragraphs 1 and 2 are revised as follows:
A TCS shall be on the project whenever traffic control labor is required or as authorized by the
Engineer.
The TCS shall assure that all the duties of the TCS are performed during the duration of the contract.
During nonwork periods, the TCS shall be able to be on the job site within a 45-minute time period .e
after notification by the Engineer.
1-10.2(2) Traffic Control Plans
Section 1-10.2(2) is supplemented as follows:
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation of
the traffic control plan and take prompt action to correct any problems that become evident during
operation.
1-10.3 Flagging, Signs, and All Other Traffic Control Devices .t
Section 1-10.3 is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond
grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers.
1-10.3(3) Construction Signs
Section 1-10.3(3)paragraph 4 is supplemented as follows: +�
No separate pay item will be provided in the bid proposal for Class A or Class B construction signs.
All costs for the work to provide Class A or Class B construction signs shall be included in the unit
contract price for the various other items of the work in the bid proposal.
1-10.4 Measurement .r
Section 1-10.4 is replaced with:
No specific unit of measurement will apply to the lump sum item of"Traffic Control".
No adjustment in the lump sum bid amount will be made for overtime work or for use of relief
flaggers.
s
1-10.5 Payment
Section 1-10.5 is replaced with:
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20aNEW-Special Provs-2006-1)Cv02.doc41
No
Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance
with Section 1-04.1, for the following bid items when included in the proposal:
,.� "Traffic Control,"lump sum.
The lump sum contract price shall be full pay for all costs not covered by other specific pay items in
the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required
by the contract and as directed by the Engineer in conformance with accepted standards and in such a
manner as to maximize safety, and minimize disruption and inconvenience to the public.
Progress payment for the lump sum item"Traffic Control"will be made as follows:
1. When in initial warning signs for the beginning of the project and the end of construction
signs are installed and approved by the Engineer, 30 percent of the amount bid for the item
will be paid.
2. Payment for the remaining 70 percent of the amount bid for the item will be paid on a
prorated basis in accordance with the total job progress as determined by progress
payments.
The item "Traffic Control" will be considered for an equitable adjustment per Section 1-04.6 only
•• when the total contract price increases or decreases by more than 25 percent.
The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s),
pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any necessary
flaggers will be paid under the item for traffic control.
The Lump Sum contract price shall be full pay for all costs for the labor provided for performing
;rt those construction operations described in Section 1-10.3(1)and as authorized by the Engineer.
The Lump Sum contract price shall be full pay for all costs for performing the work described in
Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, and vehicles
.. necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all
Contracting Agency-furnished signs
The Lump Sum contract price shall be full pay for all costs involved when a person performs the
duties described in Section 1-10.2(1)B including when performing traffic control labor duties.
The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or
vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2).
1-11 RENTON SURVEYING STANDARDS
The following is a new section with new subsections:
1-11.1(1) Responsibility for surveys
All surveys and survey reports shall be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
•� All surveys and survey reports shall be prepared in accordance with the requirements established
by the Board of Registration for Professional Engineers and Land Surveyors under the
provisions of Chapter 18.43 RCW.
WW 1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North American
Datum of 1983/91.
WE
r.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc42
an
All horizontal control for projects must be referenced to or in conjunction with a minimum of
two of the City of Renton's Survey Control Network monuments. The source of the coordinate
values used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of WAC
332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a
Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for
ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992
or comparable classification in future editions of said document. The angular and linear closure
and precision ratio of traverses used for survey control shall be revealed on the face of the
survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system
r
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control
Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy
Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1,
1989 or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American .r
Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both
shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton -
benchmark does not exist within 3000 feet of a project, one must be set on or near the project in
a permanent manner that will remain intact throughout the duration of the project. Source of
elevations (benchmark) will be shown on the drawing, as well as a description of any bench
marks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments used
and the subdivision of the applicable quarter section.
Those surveys dependent on retracement of a plat or short plat shall reveal the controlling
monuments, measurements, and methodology used in that retracement.
1-11.1(4) Field Notes
Field notes shall be kept in conventional format in a standard bound field book with waterproof
pages. In cases where an electronic data collector is used field notes must also be kept with a
sketch and a record of control and base line traverses describing station occupations and what
measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point numbers shall s
be unique within a complete job. The preferred method of point numbering is field notebook,
page and point set on that page. Example: The first point set or found on page 16 of field book
348 would be identified as Point No. 348.16.01,the second point would be 348.16.02, etc. t
Upon completion of a City of Renton project, either the field notebook(s) provided by the City
or the original field notebook(s) used by the surveyor will be given to the City. For all other
work, surveyors will provide a copy of the notes to the City upon request. In those cases where
an electronic data collector is used, a hard copy print out in ASCII text format will accompany
the field notes.
1-11.1(5) Corners and Monuments
Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument
is usually set at such points to physically reference a corner's location on the ground.
Monument Any physical object or structure of record which marks or accurately references:
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc43
s
: A corner or other survey point established by or under the supervision of an individual
per section 1-11.1(1) and any corner or monument established by the General Land
Office and its successor the Bureau of Land Management including section subdivision
corners down to and including one-sixteenth corners; and
.. • Any permanently monumented boundary, right of way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
I-11.1(6) Control or Base Line Survey
Control or Base Line Surveys shall be established for all construction projects that will create
permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or
light poles, or any non-single family building. Control or Base Line Surveys shall consist of
such number of permanent monuments as are required such that every structure may be observed
for staking or "as-builting" while occupying one such monument and sighting another such
monument. A minimum of two of these permanent monuments shall be existing monuments,
recognized and on record with the City of Renton. The Control or Base Line Survey shall
occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1
herein.
•� The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale.
North orientation should be clearly presented and the scale shown graphically as well as noted.
The drawing must be of such quality that a reduction thereof to one-half original scale remains
legible.
If recording of the survey with the King County Recorder is required, it will be prepared on 18
inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A
photographic mylar of the drawing will be submitted to the City of Renton and, upon their
review and acceptance per the specific requirements of the project, the original will be recorded
with the King County Recorder.
c,.. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar,
and the original or a photographic mylar thereof will be submitted to the City of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall
conform to the City of Renton's Drafting Standards. American Public Works Association
symbols shall be used whenever possible, and a legend shall identify all symbols used if each
point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be submitted with each
drawing. The listing should include the point number designation (corresponding with that in
the field notes), a brief description of the point, and northing, easting, and elevation (if
.. applicable)values, all in ASCII format, on IBM PC compatible media.
1-11.1(7) Precision Levels
Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of
section 1-05 and 1-11.1.
Vertical surveys for the establishment of bench marks shall meet or exceed the standards,
specifications and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
Bench marks must possess both permanence and vertical stability. Descriptions of bench marks
+•• must be complete to insure both recoverability and positive identification on recovery.
1-11.1(8) Radial and Station -- Offset Topography
Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20aNEW-Special Provs-2006-DCO2.&04
All points occupied or back sighted in developing radial topography or establishing baselines for
station--offset topography shall meet the requirements of section 1-11.1 herein.
The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be
observed for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic ••
Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling
with elevation differences determined in at least two directions for each point and with
misclosure of the circuit not to exceed 0.1 feet.
1-11.1(10) Station--Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not
exceed 0.1 foot's error as to side shots.
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of Renton Codes,
TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both
horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built"
survey must be based on the same base line or control survey used for the construction staking
survey for the improvements being "as-built". The "as-built" survey for all subsurface •
improvements should occur prior to backfilling. Close cooperation between the installing
contractor and the "as-builting" surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall be
based upon control or base line surveys made in conformance with these Specifications.
The field notes for "as-built" shall meet the requirements of section 1-11.1(4) herein and
submitted with stamped and signed "as-built" drawings which includes a statement certifying the
accuracy of the "as built".
The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be
observed for all "as-built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other
recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In
situations where such markers are impractical or in danger of being destroyed, e.g., the front
corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot
line to a tack in lead in the curb. The relationship between the witness monuments and their
respective corners shall be shown or described on the face of the plat or survey of record, e.g.,
"Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of
said line with the curb." In all other cases the corner shall meet the requirements of section 1-
11.2(l) herein.
All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section 1-
11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the
monument shall be set below the ground surface and contained within a lidded case kept
separate from the monument and flush with the pavement surface, per section 1-11.2(3).
In the case of right of way centerline monuments all points of curvature (PC), points of tangency
(PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection,PI,
for the tangents of a curve fall within the paved portion of the right of way, a monument can be
set at the PI instead of the PC and PT of the curve.
H:\File Sys\S WP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave OverflowA 141
FINAL Specs-2006\20aNEW-Special Provs-2006-DCv02.doc45
�s
For all non corner monuments set while under contract to the City of Renton or as part of a City
of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the
city) identifying the monument; point of intersection (PI), point of tangency (PT), point of
curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a
,.. description of the monument, a minimum of two reference points and NAD 83/91 coordinates
and NAVD 88 elevation shall be filled out and filed with the city.
1-11.2 Materials
1-11.2(1) Proper4Aot Corners
Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24
inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or
tagged with the surveyor's identification number. The specific nature of the marker used can be
determined by the surveyor at the time of installation.
1-11.2(2) Monuments
Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard
Plans page H031 and permanently marked or tagged with the surveyor's identification number.
�. 1-11.2(3) Monument Case and Cover
Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page
H031.
finr
rr
r.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc46
as
■r
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows: •
(+tt+t+)
The limits of clearing and grubbing (construction limits) shall be defined as being the construction
limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or
adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall �+
remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing
limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged
shall be replaced in kind at the Contractor's expense. ,r
Existing landscaping outside the construction limits, including but not limited to, sod, rockeries,
beauty bark,decorative gravel or rock, bushes, and shrubbery shall be protected from damage.
•
The property owners shall be responsible for removing and/or relocating irrigation equipment, trees,
shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the
construction limits that they wish to save. The Contractor shall give property owners 10 days'
written notice prior to removing landscaping materials. All landscaping materials that remain in M
the construction limits after that time period shall be removed and disposed of, by the Contractor, in
accordance with Section 2-01 of the Standard Specifications,these Special Provisions,and the Plans.
The Contractor shall receive approval from the Engineer prior to removal.
•
2-01.2 Disposal of Usable Material and Debris
Section 2-01.2 is supplemented as follows: M
The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site.
2-01.5 Payment
Section 2-01.5 is supplemented as follows:
(tttitt)
The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described •
herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and
directed by the Engineer.
•
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
2-02.3(3) Removal of Pavement, Sidewalks, and Curbs
Section 2-02.3(3) is revised and supplemented as follows: •
Item"1."Is revised as follows:
In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces
to some off-project site.
The section is supplemented as follows:
When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic •
before pavement patching has been completed, temporary mix asphalt concrete patch shall be
required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after
backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or
MC hot mix shall be used at the discretion of the Engineer.
.r
.r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1 141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCO2.doc47
2-02.4 Measurement
Section 2-02.4 replaces the existing vacant section:
(AAFFAA)
Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot
along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment,
but shall be included in other items of Work.
2-02.5 Payment
Section 2-02.5 is supplemented by adding:
"Saw Cutting",per Lineal Foot.
"Remove Sidewalk", per Square Yard.
"Remove Curb and Gutter",per Lineal Foot.
"Cold Mix",per Ton
"Remove Asphalt Concrete Pavement," per square yard.
"Remove Cement Concrete pavement,"per square yard.
'Remove existing " per
.. All costs related to the removal and disposal of structures and obstructions including saw cutting,
excavation, backfilling and temporary asphalt shall be considered incidental to and included in other
items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie
within an excavation area and are not mentioned as separate pay items, their removal will be paid for
as part of the quantity removed in excavation. If they are mentioned as a separate item in the
proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be
included in the quantity calculated for excavation.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
a. 2-03.3 Construction Requirements
Section 2-03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of all materials excavated from within the limits
shown on the plans. Suitable excavated material shall be used for embankments, while surplus
excavated material or unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method. Any changes to the proposed work as
directed by the Engineer that would alter these quantities shall be calculated by the Engineer and
submitted to the Contractor for his review and verification.
r
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the
Engineer, shall not be paid for. All work and material required to return these areas to their original
conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown
on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the
compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches
of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in
grade.
• Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections,
grades and elevations shown. Care shall be taken not to excavate below the specified grades. The
contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash
and other debris until final acceptance of the Work.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc48
rr
Following removal of topsoil or excavation to grade and before placement of fills or base course, the r
subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may
warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from
standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken
to place excavated material at the optimum moisture content to achieve the specified compaction. +�
Any native material used for fill shall be free.of organics and debris and have a maximum particle
size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated
with water. The measures may include sloping to drain, compacting the native materials, and
diverting runoff away from the materials. If the Contractor fails to take such preventative measures,
any costs or delay related to drying the materials shall be at his own expense.
If the native materials become saturated, it shall be the responsibility of the Contractor to dry the
materials, to the optimum moisture content. If sufficient acceptable native soils are not available to
complete construction of the roadway embankment, Gravel Borrow shall be used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a
subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to complete
construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-
03.14 of the Standard Specifications shall be used. .r
2-03.4 Measurement
Section 2-03.4 is supplemented by adding the following:
At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable foundation
excavation -by the cubic yard(adjusted for swell)may be measured by truck in the hauling vehicle at
the point of loading. The contractor shall provide truck tickets for each load removed. Each ticket
shall have the truck number,time and date, and be approved by the engineer.
2-03.5 Payment
Section 2-03.5 is revised as follows: ..
Payment for embankment compaction will not be made as a separate item.All costs for embankment
compaction shall be included in other bid items involved. Payment will be made for the following bid
items when they are included in the Proposal: r
"Roadway Excavation Including Haul,"Per Cubic Yard
"Unsuitable Foundation Excavation Including Haul,"Per Cubic Yard
"Gravel Borrow Including Haul,"Per Ton _
When the Engineer orders excavation below subgrade, unit contract prices for roadway excavation
and haul shall apply, unless the work and/or equipment to perform the work differs materially from
the excavation above subgrade, then payment will be in accordance with the item Unsuitable ow
Foundation Excavation Including Haul". In this case, all items of work other than roadway excavation
shall be paid at unit contract prices.
The unit contract price per cubic yard for"Roadway Excavation Including Haul' shall be full pay for so
excavating, loading, placing, or otherwise disposing of the material.
The unit contract price per cubic yard for "Unsuitable Foundation Excavation Including Haul' shall r
be full pay for excavating, loading, and disposing of the material.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc49
..
Payment for embankment compaction will not be made as a separate item.All costs for embankment
compaction shall be included in other bid items involved.
2-04 HAUL
2-04.5 Payment
Section 2-04.5 is revised and supplemented as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental to and
included in the unit price of other units of work.
r
2-06 SUBGRADE PREPARATION
.. 2-06.5 Measurement and Payment
Section 2-06.5 is supplemented by adding the following:
Subgrade preparation and maintenance including watering shall be considered as incidental to the
construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid
prices.
2-09 STRUCTURE EXCAVATION
2-09.1 Description
s Section 2-09.1 is Supplemented by adding the following:
This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat,
muck, swampy or unsuitable materials including buried logs and stumps.
2-09.3(1)D Disposal of Excavated Material
Section 2-09.3(1)D is revised as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be included
in the unit contract price for structure excavation, Class A or B.
The third paragraph is replaced with:
If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall
include all costs for loading and hauling the material the full required distance, otherwise all such
disposal costs shall be considered incidental to the work.
2-09.4 Measurement
.. Section 2-09.4 is revised and supplemented as follows:
Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer, sanitary
sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the
.. neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2.
r.
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc50
aw
•
2-09.5 Payment .r
Section 2-09.5 is revised and supplemented as follows:
Payment will be made for the following bid items when they are included in the proposal:
"Structure Excavation Class A",per cubic yard.
"Structure Excavation Class B",per cubic yard.
"Structure Excavation Class A Incl. Haul", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
.r
Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at
the applicable unit prices for the items involved.
If the Engineer orders the Contractor to excavate below the elevations shown in the plans, the unit
r
contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the
Contractor excavates deeper than the plans or Engineer requires,the Contracting Agency will not pay
for material removed from below the required elevations. In this case, the Contractor, at no expense
to the Contracting Agency, shall replace such material with concrete or other material the Engineer
approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be
full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid
price of other items of work if "Structure Excavation" or "Structure Excavation Incl Haul" are not .r
listed as pay items in the contract.
"Shoring or Extra Excavation Class B", per square foot.
The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and
other work required when extra excavation is used in lieu of constructing shoring. If select backfill
material is required for backfilling within the limits of the structure excavation, it shall also be
required as backfill material for the extra excavation at the Contractor's expense. Any excavation or
backfill material being paid by unit price shall be calculated by the Engineer only for the neat line
measurement of the excavation and shall not include the extra excavation beyond the neat line.
If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of
the excavation is such that shoring or extra excavation is required as determined by the Engineer,then
shoring or extra excavation shall be considered incidental to the work involved and no further
compensation shall be made.
r
"Gravel Backfill (Kind)for(Type of Excavation)", per cubic yard or per Ton.
"Controlled Density Fill", per cubic yard.
When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of
.r
the Engineer that such per ton backfill is only being used for the specified purpose and not for
purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel
backfill is not being used for its designated purpose shall be grounds for the Engineer to deny
payment for such load tickets.
so
UN
r
us
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc51
UO
5-04 ASPHALT CONCRETE PAVEMENT
5-04.3(7)A Mix Design
Item 2 is deleted and replaced with:
+� 1. Nonstatistical HMA Evaluation. The contractor shall submit a certification that the
mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The
contractor must submit the mix design using DOT Form 350-042 EF. Verification of the
.. mix design by the Contracting Agency is not needed. The Project Engineer will determine
anti-strip requirements for the HMA.
r The mix design will be the initial job mix formula (JMF) for the class of mix. Any
additional adjustments to the JMF will require the approval of the Project Engineer and
may be made per Section 9-03.8(7).
`o 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
Item 1 is deleted and replaced with:
1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial
evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, and pavement repair. Other nonstructural applications as approved by the Project
.. Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer. The proposal quantity of HMA that is accepted by commercial
evaluation will be excluded from the quantities used in the determination of nonstatistical
r
evaluation.
Item 7 is deleted
5-04.5(1)A Price Adjustments for Quality of HMA
Section is deleted and replaced with:
Statistical analysis of quality of gradation and asphalt content will be performed based on
Section 1-06.2 using the following price adjustment factors:
Table of Price Adjustment Factors
r Constituent Factor"f
All aggregate passing: 1 %2", 111, 3/4",
%2", 3/8"and No. 4 sieves 2
.. All aggregate passing No. 8, No 16,
No. 30,No. 50,No. 100 3
All aggregate passing No. 200 sieve 20
ow Asphalt binder 52
low
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc52
VM
�r
A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and r
for the asphalt binder.
1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical
Evaluation and having all constituents falling within the tolerance limits of the job -
mix formula shall be accepted at the unit contract price with no further evaluation.
When one or more constituents fall outside the nonstatistical acceptance tolerance
limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-
06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be
used in the calculation of the CPF and the maximum CPF shall be 1.00. When less
than three sublots exist, backup samples of the existing sublots or samples from the
street shall be tested to provide a minimum of three sets of results for evaluation. ••
2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial
Evaluation and having all constituents falling within the tolerance limits of the job
mix formula shall be accepted at the unit contract price with no further evaluation. aw
When one or more constituents fall outside the commercial acceptance tolerance
limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate
CPF. The commercial tolerance limits will be used in the calculation of the CPF and .r
the maximum CPF shall be 1.00. When less than three sublots exist, backup samples
of the existing sublots or samples from the street shall be tested to provide a
minimum of three sets of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE
NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix .�
Compliance Price Adjustment will be calculated as the product of the NCMF,the quantity of HMA in
the lot in tons, and the unit contract price per ton of the mix.
no
If a constituent is not measured in accordance with these Specifications, its individual pay factor will
be considered 1.00 in calculating the composite pay factor.
r
5-04.5(1)A Price Adjustments for Quality of HMA Compaction
Section is deleted and replaced with:
The maximum CPF of a compaction lot is 1.00
For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming
Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic
difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment
will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and
the unit contract price per ton of the mix.
r
r
•
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc53
5-06 TRENCH RESTORATION AND OVERLAY (moved from 8-20.3)
New Section Added:
•• CITY OF RENTON
TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS
Amended April 4, 2005 by Ordinance 5131
SECTION 1 PURPOSE
The purpose of this code section is to establish guidelines for the restoration of City streets disturbed
by installation of utilities and other construction activities. Any public or private utilities, general
contractors, or others permitted to work in the public right-of-way will adhere to the procedures set
forth in this policy.
.. SECTION 2 DEFINITIONS
Engineer: The term engineer shall denote the City project manager, inspector and/or plan reviewer,
or their designated representative.
wr SECTION 3 HOURS OF OPERATIONS
Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by
the Traffic Control Plan requirements and as approved by the Traffic Operations Engineer.
SECTION 4 APPLICATION
1. The following standards shall be followed when doing trench or excavation work within
the paved portion of any City of Renton right-of-way.
2. Modifications or exemptions to these standards may be authorized by the
Planning/Building/Public Works Administrator, or authorized representative, upon
written request by the permittee,their contractor or engineer and demonstration of an
equivalent alternative.
r.
SECTION 5 INSPECTION
The Engineer may determine in the field that a full street-width (edge-of-pavement to edge-of-
pavement)overlay is required due to changes in the permit conditions such as, but not limited to the
following:
1. There has been damage to the existing asphalt surface due to the contractor's equipment.
2. The trench width was increased significantly or the existing pavement is undermined or
damaged.
3. Any other construction related activities that require additional pavement restoration.
SECTION 6 CITY OF RENTON STANDARDS
�. 1. All materials and workmanship shall be in accordance with the City of Renton Standard
and Supplemental Specifications(current adopted version) except where otherwise noted
in these Standards.Materials and workmanship are required to be in conformance with
standards for the Standard Specifications for Road, Bridge, and Municipal Construction
prepared by the Washington State Chapter of the American Public Works Association
(APWA)and the Washington State Department of Transportation (WSDOT) and shall
comply with the most current edition, as modified by the City of Renton Supplemental
r Specifications.
An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard
Specifications.A"Layton Box" or equal may be used in place of the power-
.• propelled paver. Rollers shall be used in accordance with Section 5-04.3(4) of the
Standard Specifications. "Plate Compactors"and "Jumping Jacks"SHALL NOT
be used in lieu of rollers.
2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details,
unless modified by the City Permit. Surfacing depths shown in the Standard Details are
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc54
�r
minimums and may be increased by the Engineer to meet traffic loads or site .�
conditions.
SECTION 7 REQUIREMENT FOR PATCHING,OVERLAY,OVERLAY WIDTHS
All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a
minimum of one foot(1')outside the trench width. The top two inches(2")of asphalt shall be
ground down to a minimum distance of one foot(1')beyond the actual outside edges of the trench
and shall be replaced with two inches (2")of Class B asphalt, per City of Renton Standards. At the
discretion of the engineer, a full street width overlay may be required.
Lane-width or a full street-width overlay will be determined based upon the location and length of the
proposed trench within the roadway cross-section. Changes in field conditions may warrant aw
implementation of additional overlay requirements.
1. Trenches(Road Crossings):
a The minimum width of a transverse patch(road crossing) shall be six and one-half
feet(6.5'). See City of Renton Standard Plan Drawing#HR—23 (SP Page: H032A).
b Any affected lane will be ground down two inches(2") and paved for the entire width
of the lane.
c Patch shall be a minimum of one foot(1')beyond the excavation and patch length so
shall be a minimum of an entire traveled lane.
d If the outside of the trenching is within three feet(3')of any adjacent lane line,the
entire adjacent traveled lane affected will be repaved
e An area including the trench and one foot(1')on each side of the trench but not less "r
than six and one half feet(6.5')total for the entire width of the affected traveled lanes
will be ground down to a depth of two inches(2"). A two-inch (2")overlay of Class
B asphalt will be applied per City standards.
2. Trenches Running Parallel With the Street:
a The minimum width of a longitudinal patch shall be four and one-half feet(4.5'). See
City of Renton Standard Plan Drawing #HR-05 (SP Page H032).
b If the trenching is within a single traveled lane,an entire lane-width overlay will be .�
required.
c If the outside of the trenching is within three feet(3')of any adjacent lane line,the
entire adjacent traveled lane affected will be overlaid.
d If the trenching is greater than, or equal to 30%of lane per block(660-foot maximum .r
block length), or if the total patches exceed 12 per block,then the lanes affected will
be overlaid. Minimum overlay shall include all patches within the block section.
e The entire traveled lane width for the length of the trench and an additional ten feet
(10')at each end of the trench will be ground down to a depth of two inches (2"). A
two-inch (2")overlay of Class B will be applied per City standards.
3. Potholing:
Potholing shall meet the same requirements as trenching and pavement restoration. ow
Potholing shall be a minimum of one foot(1')beyond the excavation. All affected lanes
will be ground down to a depth of two inches(2")and paved not less than six and one
half feet(6.5')wide for the entire width of the lane. Potholes greater than five feet(5') in
length,width or diameter shall be restored to trench restoration standards. In all cases,
potholes shall be repaired per Renton Standard Plan#HR05 (SP Page H032).
Restoration requirements utilizing vactor equipment will be determined by the
engineer. .r
SECTION 8 PAVEMENT REMOVAL IN LIEU OF GRINDING
The contractor in all cases can remove the pavement in the replacement area instead of grinding out
the specified two inches(2") of asphalt. Full pavement replacement to meet or exceed the existing
pavement depth will be required for the area of pavement removal.
.r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc55 h
MW
SECTION 9 TRENCH BACKFILL AND RESTORATION CONSTRUCTION
REQUIREMENTS
1. Trench restoration shall be either by a patch or overlay method, as required and indicated
on City of Renton Standard Plans#HR-05, HR-23, and HR-22 (SP Pages#H032, H032A,
and H033).
2. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or
grinding. Sawcuts shall be a minimum of two feet(2')outside the excavated trench
r width.
3. All trenching within the top four feet(4')shall be backfilled with crushed surfacing
materials conforming to Section 4-04 of the Standard Specifications. Any trenching over
four feet(4') in depth may use materials approved by the Engineer or Materials Lab for
backfilling below the four-foot(4')depth. If the existing material (or other material) is
determined by the Engineer to be suitable for backfill,the contractor may use the native
material, except that the top six inches(6") shall be crushed surfacing top course
material. The trench shall be compacted to a minimum ninety-five percent(95%)
density, as described in Section 2-03 of the Standard Specifications. In the top six feet
(6) of any trench, backfill compaction shall be performed in eight to 12-inch(8-12") lifts.
Any trench deeper than six feet(6)may be compacted in 24-inch lifts,up to the top six-
r• foot(6)zone.
All compaction shall be performed by mechanical methods. The compaction tests may
be performed in maximum four-foot(4')vertical increments. The test results shall be
given to the Engineer for review and approval prior to paving. The number and location
of tests required shall be determined by the Engineer.
4. Temporary restoration of trenches for overnight use shall be accomplished by using MC
,r mix(cold mix), Asphalt Treated Base(ATB), or steel plates,as approved by the
Engineer. ATB used for temporary restoration may be dumped directly into the trench,
bladed out and rolled. After rolling, the trench must be filled flush with asphalt to
provide a smooth riding surface. If the temporary restoration does not hold up,the
.. Contractor shall repair the patch within eight hours of being notified of the problem by
the City. This requirement applies 24 hours per day, seven days a week. In the event that
the City determines to repair the temporary patch, the contractor shall reimburse the City
in an amount that is double the City's cost in repairing the patch, with the second half of
the reimbursement to represent City overhead and hidden costs.
5. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required
and indicated on City of Renton Standard Plans#HR-05,HR-23, and HR-22 (SP Pages
#H032,H032A, and H033)or as directed by the Engineer. The grade of asphalt shall be
AR-4000W. The materials shall be made in conformance with Section 9-02.1(4) of the
Standard Specifications.
6. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be
.. emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6)of the Standard
Specifications. Tack shall be applied as specified in Section 5-04 of the Standard
Specifications.
7. Asphalt Concrete Class E or Class B, shall be placed in accordance with Section 5-04 of
the Standard Specifications; except those longitudinal joints between successive layers of
asphalt concrete shall be displaced laterally a minimum of twelve inches(12"), unless
otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance
.. with Section 9-03.8 of the Standard Specifications.
All street surfaces, walks or driveways within the street trenching areas shall be feathered
and shimmed to an extent that provides a smooth-riding connection and expeditious
.. drainage flow for the newly paved surface.
Feathering and shimming shall not decrease the minimum vertical curb depth below four
inches (4")for storm water flow. The Engineer may require additional grinding to
increase the curb depth available for storm water flow in areas that are inadequate.
Shimming and feathering, as required by the Engineer, shall be accomplished by raking
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc56
w
out the oversized aggregates from the Class B mix as appropriate.
Surface smoothness shall be per Section 5-04.3(13)of the Standard Specifications. The
paving shall be corrected by removal and repaving of the trench only. Asphalt patch
depths will vary based upon the streets being trenched. The actual depths of asphalt and
the work to be performed shall be as required and indicated on City of Renton Standard
Plans#HR-05,HR-23, and HR-22 (SP Pages#H032,H032A, and H033).
Compaction of all lifts of asphalt shall be a minimum ninety-two percent(92%)of .r
density as determined by WSDOT Test Method 705. The number of tests required shall
be determined by the Engineer.
Testing shall be performed by an independent testing lab with the results being supplied
to the Engineer. Testing is not intended to relieve the contractor from any liability for the
trench restoration. It is intended to show the inspector,and the City,that the restoration
meets these specifications. .+
8. All joints shall be sealed using paving asphalt AR-4000W.
9. When trenching within the unpaved roadway shoulder(s),the shoulder shall be restored
to its original condition, or better.
10. The final patch or overlay shall be completed as soon as possible and shall not exceed r
fifteen(15)working days after first opening the trench. This time frame may be adjusted
if delays are due to inclement paving weather or other adverse conditions that may exist.
However,delaying of final patch or overlay work is subject to the Engineer's approval.
The Engineer may deem it necessary to complete the work within the fifteen(15)
working day time frame and not allow any time extension. Should this occur,the
Contractor shall perform the necessary work, as directed by the Engineer.
11. A City of Renton temporary Traffic Control Plan (from Renton Transportation s
Engineering) shall be submitted and approved by the Engineer a minimum of three(3)
working days prior to commencement of work.
SECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS .,
REQUIRED
The Permittee will be required to remove utility locate marks on sidewalks only within the
Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job
completion. r
r
r
r
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCO2.doc57
7-01 DRAINS
7-01.2 Materials
The second paragraph of Section 7-01.2 is revised as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I,
aluminum coated (aluminized) corrugated iron with Asphalt Treatment 1, zinc coated (galvanized)
.. steel with Asphalt Treatment 1, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated
polyethylene(PE) at the option of the Contractor unless the Plans specify the type to be used.
7-01.3 Construction Requirements
Section 7-01.3 is revised as follows:
The second paragraph is revised as follows:
PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drain pipe shall be jointed
with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the
tubing.
The sixth paragraph is revised as follows:
PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in
Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless
otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing
underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as
recommended by the manufacturer of the tubing.
7-01.4 Measurement
Section 7-01.4 is supplemented adding the following:
,,. When the contract does not include "structure excavation Class B" or "Structure excavation Class B
including haul" as a pay item all costs associated with these items shall be included in other contract
pay items.
7-02 CULVERTS
7-02.2 Materials
The second paragraph of Section 7-02.2 is revised and supplemented as follows:
Where steel or aluminum are referred to in this Section in regard to a kind of culvert pipe, pipe arch,
r or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I
or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum
alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or reinforced concrete, steel, or
aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC.
7-04 STORM SEWERS
r
7-04.2 Materials
The second paragraph of Section 7-04.2 is wised replaced as follows:
r Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it
shall be understood that steel is zinc coated(galvanized),Asphalt Treatment I Coated corrugated iron
or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5.
aw The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the specifications to which the materials or products were manufactured. The
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc58
ow
Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates
showing nonconformance with the Contract shall be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative acceptance of the materials and
products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform
field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor's
own expense.
7-04.4 Measurement
The first paragraph of Section 7-04.4 is revised as follows:
The length of storm sewer pipe will be the number of linear feet of completed installation measured ow the invert and will include the length through elbows, tees, and fittings. The number of linear
feet will be measured from the center of manhole or from the center of catch basin to center of catch
basins and similar type structures.
aw
7-04.5 Payment
The second and third paragraphs of Section 7-04.5 are revised as follows:
The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full r
pay for all work to complete the installation, including adjustment of inverts to manholes. When no
bid item "gravel backfill for pipe bedding" is included in the Schedule of Prices, pipe bedding, as
shown in the standard plans, shall be considered incidental to the pipe and no additional payment ow
shall be made.
Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and
included in the unit contract prices for other items. as
Cost of connecting pipe to structures shall be included in the various unit contract prices for storm
sewer pipe, and no additional compensation will be allowed.
r
Abandonment and plugging of pipe shall be included in the lump sum contract price for"Removal of
Structure and Obstruction". No separate payment will be made.
we
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.3 Construction Requirements .r
Section 7-05.3 is supplemented by adding the following:
All manholes shall have eccentric cones and shall have ladders.
Sanitary sewer pipe to manhole connections shall be "Kor-n-Seal" boot or approved equal.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is replaced with: r
Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or
inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer.
The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be
removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation.
The Contractor shall construct manholes so as to provide adjustment space for setting cover and
casting to a finished grade as shown on the construction plans, Manhole ring and covers shall be
adjusted to the finished elevations per standard detail BR29, SP Page 13074, prior to final acceptance
of the work. Manholes in unimproved areas shall be adjusted to 6"above grade.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20aNEW-Special Provs-2006-DCv02.doc59
MW
go In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed
rock or gravel shall be constructed to a point approximately eight inches below the subgrade and
covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar
am manner. The contractor shall carefully reference each manhole so that they may be easily found upon
completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and
manhole castings shall be constructed to the finished grade of the roadway surface. Excavation
necessary for bringing manholes to grade shall center about the manhole and be held to the minimum
to area necessary. At the completion of the manhole adjustment, the void around the manhole shall be
backfilled with materials which result in the section required on the typical roadway section, and be
thoroughly compacted.
an In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and
adjusted in the same manner as outlined above except that the final adjustment shall be made and cast
iron frame be set after forms have been placed and checked. In placing the concrete pavement,
VW extreme care shall be taken not to alter the position of the casting in any way.
In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at
which time the center of each manhole shall be carefully relocated from references previously
.o established by the contractor. The pavement shall be cut in a restricted area and base material be
removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing
the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the
concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and
to removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron
frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or
Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is
` replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day
following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of
the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed
and compacted with hand tampers and a patching roller. The complete patch shall match the existing
paved surface for texture, density, and uniformity of grade. The joint between the patch and the
existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and
shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside
throat of the manhole shall be thoroughly mortared and plastered.
Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be
adjusted to grade will be established from the forms or adjacent pavement surfaces. The final
adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On
` asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not
embedded in the gutter section shall be solidly embedded in concrete also.The concrete shall extend a
minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the
■. frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The
existing concrete pavement and edge of the casting shall be painted with hot asphalt cement.
Adjustments in the inlet structure shall be constructed in the same manner and of the same material as
that required for new inlets.The inside of the inlets shall be mortared and plastered.
Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to
grade in the same manner as for manholes.
` Valve box castings: Adjustments of valve box castings shall be made in the same manner as for
manholes.
r.. 7-05.3(2) Abandon Existing Manholes
Section 7-05.3(2)is revised as follows:
Where it is required that an existing manhole be abandoned, the structure shall be broken down to a
depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base
shall be fractured to prevent standing water, and the manhole filled with sand and compacted to
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1 141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc60
n.
rr
90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part
of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and
cover shall be salvaged and all other surplus material disposed of.
7-05.3(3) Connections to Existing Manholes •
Section 7-05.3(3) is supplemented by adding the following:
Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb
inlets and/or manholes. The contractor shall be required to core drill into the structure, shape the new +�
pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the engineer or
where shown on the plans,additional structure channeling will be required.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to
"Kor-n-Seal boots. Existing sanitary sewer manholes shall be cleaned. Repaired, and rechanneled as
necessary to match the new pipe configuration and as shown on the construction plans.
..r
A "connection to existing item will be allowed at any connection of a new line to an existing
structure, or the connection of a new structure to a existing line. No "connection to existing" will be
accepted at the location of new installation, relocation and adjustment of line manholes, catch basins
or curb inlets. r
Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's
operations shall be repaired or replaced at his own expense. r
The unit bid price per each shall be full compensation for all labor,materials and equipment required.
7-05.3(5) Manhole Coatings ..
Section 7-05.5 is an added new section:
All new sanitary sewer manholes shall be coated as specified below. The following coating system
specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer .r
manholes.
Coating Material: High Solids Urethane •
Surfaces: Concrete
Surface Preparation: In accordance with SSPC SP-7
(Sweep of brush off blast)
Application: Shop/Field .r
The drying time between coats shall not exceed 24 hours in any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Aroshield(2.0 mils DFT)
Finish: Two or more coats of Wasser MC-Aroshield(min. 4.0 mils DFT) ..
Color: White
7-05.4 Measurement
Section 7-05.4 is revised and supplemented as follows: r
Manholes will be measured per each. Measurement of manhole heights for payment purposes will be
the distance from finished rim elevation to the invert of the lowest outlet pipe.
Adjustments of new structures and miscellaneous items such as valve boxes shall be considered
incidental to the unit contract price of the new item and no further compensation shall be made.
r
Adjustment of existing structures and miscellaneous items such as valve boxes shall be measured by
"Adjust Existing ," per each, which shall be full pay for all labor and materials including all
concrete for the completed adjustment in accordance with Section 7-05.3(1) and the City of Renton
Standard Details.
w
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\l 141
FINAL Specs-2006\20a NEW-Special Provs-2006-13Cv02.doc61
r
Connection to existing pipes and structures shall be measured per each.
7-05.5 Payment
Section 7-05.5 is supplemented as follows:
"Adjust Existing ," per each.
The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to
make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer.
r
If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the
schedule of prices then the work will be considered incidental and its cost should be included in the
r
cost of the pipe.
"Connect to Existing Catch Basin," per each.
"Connect Structure to existing pipe," per each.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
r
7-08.3(1)C Bedding the Pipe
Section 7-08.3(1)C is supplemented by adding the following:
Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9-
03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe.
Hand compaction of the bedding materials under the pipe haunches will be required. Hand
compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material
under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the
compaction effort.
r
Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made.
7-08.3(2)A Survey Line and Grade
Section 7-08.3(2)A is replaced with:
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and I-11
in a manner consistent with accepted practices.
The Contractor shall transfer line and grade into the trench where they shall be carried by means of a
laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the
r written approval of the Engineer.
7-08.3(2)B Pipe Laying—General
Section 7-08.3(2)B is supplemented by adding the following:
Checking of the invert elevation of the pipe may be made by calculations from measurements on the
top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At
manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the
(eight-tenths)flow elevation, unless otherwise approved by the Engineer.
All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and
free fall. All pipe handling equipment shall be acceptable to the ENGINEER. Pipe shall not be
placed directly on rough ground but shall be supported in a manner which will protect the pipe against
injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or
r coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or
coating shall be repaired, or a new undamaged pipe shall be furnished and installed.
M.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc62
r
The CONTRACTOR shall inspect each pipe and fitting prior to installation to insure that there are not ..
damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced.
All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position
in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be
closed with water tight expandable type sewer plugs at the end of each day's operation or whenever
the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will
not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the
ENGINEER may change the alignment and/or the grades. Except for short runs which may be r
permitted by the ENGINEER, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which
is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by
the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at
uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe
shall be placed with the minor axis of the reinforcement in a vertical position.
Immediately after the pipe joints has been made, proper gasket placement shall be checked with a
feeler gage as approved by the pipe manufacturer to verify proper gasket placement.
7-08.3(2)E Rubber Gasketed Joints
Section 7-08.3(2)E is supplemented as follows:
(******)
Care shall be taken by the CONTRACTOR to avoid over pushing the pipe and damaging the pipe or
joint system. Any damaged pipe shall be replaced by the Contractor at his expense.
7-08.3(2)H Sewer Line Connections as
Section 7-04.3(2)H is supplemented by adding the following:
All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured
tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed no
for use in making connections shall be subject to approval by the Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall
be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the
existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe,the
existing main shall be core drilled.
Connections (unless booted connections have been provided for) to existing concrete manholes shall
be core-drilled, and shall have an "O" ring rubber gasket meeting ASTM C-478 in a manhole
coupling equal to the Johns-Manville Asbestos-Cement collar, or use a conical type flexible seal equal
to Kor-N-Seal. PVC pipe connection shall consist of tee, nipple and couplers as approved by the
Engineer.
7-08.3(2)J Placing PVC Pipe
Section 7-08.3(2)J is an added new section:
In the trench, prepared as specified in Section 7-02.3(1)PVC pipe shall be laid beginning at the lower
end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6"
below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a
structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of
connection.
7-08.4 Measurement
The first paragraph of Section 7-08.4 is revised as follows:
(******)
Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, •
shall be measured by the cubic yard, including haul, as specified in 2-09, or by the TON.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc63
•
s
no 7-08.5 Payment
Section 7-08.5 is replaced with:
as Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are
included in the proposal:
"Gravel Backfill for Foundations Class ", per cubic yard, or Ton.
"Gravel Backfill for Pipe Zone Bedding",per cubic yard, or Ton.
r. All costs associated with furnishing and installing bedding and backfill material within the pipe zone
in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit
contract price for the type and size of pipe installed.
"Plugging Existing Pipe", per each.
'r "Commercial Concrete", per cubic yard.
"Structure Excavation Class B", per cubic yard.
"Structure Excavation Class B Incl. Haul", per cubic yard.
Unless specifically identified and provided as separate items, structure excavation, dewatering and
backfilling shall be incidental to pipe installation and no further compensation shall be made.
All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit
contract price per foot for the size and type of pipe being jointed.
�,. "Shoring or Extra Excavation Class B", per square foot.
If this pay item is not in the contract,then it shall be incidental.
r• 7-09 PIPE AND FITTINGS FOR WATER MAINS
7-09.3(15)A Ductile Iron Pipe
The first paragraph of Section 7-09.3(15)A is revised as follows:
Long radius(500 feet or more)curves, either horizontal or vertical, may be laid with standard pipe by
deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the
Contractor can assume that the curves can be made by deflecting the joints with standard lengths of
pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The
amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not
exceed one half of the manufacturer's printed recommended deflections.
r
7-09.3(15)B Polyvinyl Chloride(PVC)Pipe(4 inches and Over)
Section 7-09.3(15)B is supplemented as follows:
(******)
an Polyvinyl Chloride(PVC)Pipe shall not be used for water mains and appurtenances.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
The title and text of section 7-09.3(17) has been revised as follows:
(******)
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene
encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall
r• also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8 mil.
polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 orAWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall
be repaired in accordance with ANSI/AWWA C 105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation of the
pipe and no additional payment shall be allowed.
a.
ow
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\]141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc64
%W
•
no
7-09.3(19)A Connections to Existing Mains
Section 7-09.3(19)A is revised and supplemented as follows:
The Contractor may be required to perform the connection during times other than normal working no
hours. The Contractor shall not operate any valves on the existing system . Water system personnel
will operate all valves on the existing system for the contractor when required.
No work shall be performed on the connections unless a representative of the water department is .r
present to inspect the work.
When not stated otherwise in the special provisions or on the plans all connections to existing water .r
mains will be done by City forces as provided below:
Cily Installed connections:
1. Connections to existing piping and tie-ins are indicated on the drawings. The contractor 4W
must verify all existing piping,dimensions, and elevations to assure proper fit.
2. Connections to the existing water main shall not be made without first making the
necessary arrangements with the Engineer in advance.
•
A two-week advance notice shall be required for each connection which requires a cutting of the
existing water mains or a shut-down of the existing water mains. The City reserves the right to re-
schedule the connection if the work area is not ready at the scheduled time for the connection.
Work shall not be started until all the materials, equipment and labor necessary to properly complete
the work are assembled on site.
t
The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements,
excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at
the connection areas before the scheduled time for the connection by the City. The Contractor shall
provide all materials necessary to install all connections as indicated on the construction plans,
including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete
the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at
the connections, backfill and surface restoration at the locations shown on the plans for the
connections to the existing water mains.
The City will cut the existing main and assemble all materials.
7-09.3(21) Concrete Thrust Blocking and Dead-Man Block
Section 7-09.3(21)has been supplemented by adding the following:
Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to
The City of Renton standard details for general blocking, and vertical blocks herein. All fittings to be
blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly
formed with plywood or other acceptable forming materials and shall not be poured around joints.
The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall ..
be installed in accordance with section 7-11.3(15).
Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include ..
reinforcing steels, shackle rods, installation and removal of formwork.
Blocking shall be commercial concrete(hand mixed concrete is not allowed)and poured in place.
7-09.3(23) Hydrostatic Pressure Test
Section 7-09.3(23) is supplemented and revised as follows:
A hydrant meter and a back flow prevention device will be used when drawing water from the City r
system. These may be obtained from the City by completing the required forms and making required
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc65
•
..
VW security deposits. There will be a charge for the water used. Before applying the specified test
pressure, air shall be expelled completely from the
pipe, valves and hydrants. If permanent air vents
are not located at all high points, the contractor shall install corporation cocks at such points so that
the air can be expelled as the line is filled with water. After all the air has been expelled, the
4W corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test,
the corporation cocks shall be removed and plugged.
The quantity of water required to restore the pressure shall be accurately determined by either 1)
on pumping from an open container of suitable size such that accurate volume measurements can be
made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit
pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per
WN revolution. The meter shall be approved by the Engineer.
Acceptability of the test will be determined by two factors, as follows:
1. The quantity of water lost from the main shall not exceed the number of gallons per hour as
up listed in the following table.
2. The loss in pressure shall not exceed 5 psi during the 2 hour test period.
All water used to perform hydrostatic pressure shall be charged a usage fee.
No Allowable leakage per 1000 ft. of pipeline* in GPH
Nominal Pipe Diameter in inches
PSI 6" 8" 10" 12" 16" 20" 24"
No 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82
400 0.90 1.20 1.50 1.80 2.40 3.00 3.60
350 0.84 1.12 1.40 1.69 2.25 2.81 3.37
275 0.75 1.00 1.24 1.49 1.99 2.49 2.99
250 0.71 0.95 1.19 1.42 1.90 2.37 2.85
225 0.68 0.90 1.13 1.35 1.80 2.25 2.70
200 0.64 0.85 1.06 1.28 1.70 2.12 2.55
+•. *If the pipeline under test contains sections of various diameters, the allowable leakage will be the
sum of the computed leakage for each size. For those diameters or pressures not listed the formula
below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as
determined by the formula
M. L=N P
7400
in which:
r L= Allowable leakage,gallons/hour
N= No. of joints in the length of pipeline tested
D= Nominal diameter of the pipe in inches
P= Average test pressure during the leakage test,psi
The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15
minute test eriod."Is deleted.
Section 7-09.3(24)A shall be revised and supplemented as follows:
7-09.3(24)A Flushing and "Poly-pigging"
Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated
material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap
shall be provided large enough to develop a velocity of at least 2.5 fps in the main.
�.. The 'Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 21b/cu-ft density foam with 90A
durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be
cylinder shaped with bullet nose or squared end.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc66
r
■r
The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing
mr
shall be done after disinfection." is deleted.
Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's me
standard detail. Water containing chlorine residual in excess of that carried in the existing water
system, shall not be disposed into the storm drainage system or any water way.
7-09.3(24)D Dry Calcium Hypochlorite ow
Section 7-09.3(24)D has been replaced with:
Dry calcium hypochlorite shall not be placed in the pipe as laid. .w
7-09.3(24)K Retention Period
Section 7-09.3(24)K has been revised as follows:
aw
Treated water shall be retained in the pipe at least 24 hours but no long than 48 hours. After this
period, the chlorine residual at pipe extremities and at other representative points shall be at least
25 mg/l.
7-09.3(24)N Final Flushing and Testing
Section 7-09.3(24)N has been revised as follows:
(******)
Before placing the lines into service, a satisfactory report shall be received from the local or State •
health department or an approved testing lab on samples collected from representative points in the
new system. Samples will be collected and bacteriological tests obtained by the Engineer.
Section 7-09.3(25) is a new additional section:
7-09.3(25) Joint Restraint Systems
General_ "'
Where shown on the plans or in the specifications or required by the engineer,joint restraint system
(shackle rods) shall be used. All joint restraint materials used shall be those manufactured by star
national products, 1323 Holly avenue PO box 258, Columbus Ohio 43216, unless an equal alternate is
approved in writing by the engineer.
Materials:
•
Steel types used shall be:
High strength low-alloy steel (cor-ten),ASTM A242, heat-treated, superstar"SST" series.
High strength low-alloy steel (cor-ten),ASTM A242, superstar "SS" series.
Items to be galvanized are to meet the following requirements:
ASTM A 15 3 for galvanizing iron and steel hardware.
ASTM A123 for galvanizing rolled,pressed and forged steel shapes.
Joint restrainer system components:
Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3"
mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile
strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and
60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufactures
reheat and hardness specifications. SST 753: 3/4" for 14" to 24" mechanical joints. same •�
�r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(C[P)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc67
r
ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same
ASTM specification as SST 7.
Tienut: heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc
plated. S8: 5/8" and 3/4",ASTM A563, grade A, zinc plated or hot-dip galvanized
Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to
aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM
+. A563, grade C3. S 10: for 5/8"and 3/4" tierods,ASTM A563, grade A.
Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip
galvanized. SS 12: 5/8" and 3/4" diameter,ASTM A242, type 2; ANSI 131.1. S 12: 5/8" and
• 3/4" diameter,ASTM A36,A307.
Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436.
.r S 17:ANSI B 18.22.1.
Installation:
Install the joint restraint system in accordance with the manufactures instructions so all joints
�. are mechanically locked together to prevent joint separation. Tiebolts shall be installed to
pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot
pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into
tiecouplings. Arrange tierods symmetrically around the pipe.
r
Pipe Diameter Number of 3/4"
Tie Rods Required
4"........................................2
6"........................................2
811........................................3
r10".......................................4
1211.......................................6
14".......................................8
16".......................................8
20".......................................10
2411.......................................14
30".......................................(16-7/8"rods)
r" 36 (24-7/8"rods)
Where a manufactures mechanical joint valve or fitting is supplied with slots for "T" bolts instead of
holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide
adequate space for locating the tiebolts.
` Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater
than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to
keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be
,,. mechanical joint pipe and tiebolts shall be installed as rod guides at each joint.
Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be
galvanized. All disturbed sections will be painted, to the inspector's satisfaction, with koppers
bitomastic no. 300-m, or approved equal.
Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be
galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers
bitumastic no. 800-m, or approved equal.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc68
r
w
Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of •
the pipe and no additional payment shall be made.
7-09.4 Measurement
Section 7-09.4 is revised as follows: r
Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the
calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in aw
accordance with Section 1-09.
Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard
when these items are included as separate pay items. If not included as separate pay items in the
contract,then thrust blocking and dead-man blocks shall be considered incidental to the installation of .r
the water main and no further compensation shall be made.
Measurement for payment for connections to existing water mains will be per each for each aw
connection to existing water main(s) as shown on the plans.
7-09.5 Payment
Section 7-09.5 is revised and supplemented as follows: r
Pipe for Water Main and Fittings In. Diam.",per lineal foot.
The unit contract price per linear foot for each size and kind of " Pipe for Water Main In. r
Diam." shall be full pay for all work to complete the installation of the water main including but not
limited to trench excavating, bedding, laying and jointing pipe and fittings, backfilling, concrete
thrust blocking, installation of polyethylene wrap, cleaning by poly-pigs, vertical crosses for insertion r
and removal of poly-pigs, temporary thrust blocks and blow-off assemblies, testing, flushing,
disinfecting the pipeline, shackle rods, abandoning and capping existing water mains, removing
miscellaneous pipes, removing and salvaging existing hydrant assemblies, and other appurtenances to
be abandoned as shown on the plans, and cleanup. •
"Concrete Thrust Blocking and Dead-Man Blocks",per cubic yard.
The unit contract price bid for "Concrete Thrust Blocking and Dead-Man Block" Shall be for the .s
complete cost of labor, materials, equipment for the installation of the concrete thrust blocks and
dead-man blocks, including but not limited to excavation, dewatering, haul and disposal of unsuitable
materials, concrete, reinforcing steel, shackle rods and formwork. If this item is not included in the •
contract schedule of prices, then thrust blocking and dead-man blocks shall be considered incidental
to the installation of the pipe and no further compensation shall be made.
"Connection to Existing Water Mains", per each. •
The unit contract price per each connection to existing water mains shall be for complete
compensation for all equipment, labor, materials required for the connections to the existing water
r
mains.
Payment for "removal and replacement of unsuitable material" will be considered incidental to or
calculated under other bid items and no further compensation will be made. •
"Bank Run Gravel for Trench Backfill", per cubic yard or ton.
The unit contract price per cubic yard or ton for"Bank Run Gravel for Trench Backfill" shall be full •
pay for all work to furnish, place, and compact the material in the trench. Also included in the unit
contract price is the disposal of excess and unusable material excavated from the trench.
"Foundation Material", per ton or cubic yard. ow
M
H:Tile Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc69
so
..
r Payment at the unit contract price for "foundation material" shall be full compensation for excavating
and disposing of the unsuitable material and replacing with the appropriate foundation material per
Section 9-30.7B(1).
M
7-12 VALVES FOR WATER MAINS
7-12.3(1) Installation of Valve Marker Post
on Section 7-12.3(1)has been revised as follows:
Where required, a valve marker post shall be furnished and installed with each valve. Valve marker
up posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of
the post exposed above grade.
The rest of this section is deleted.
r
Section 7-12.3(2) is a new section:
7-12.3(2) Adjust Existing Valve Box to Grade
�•• Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-
05.3(1) of the Renton Standards. Valve box adjustments shall include, but not be limited to, the
locations shown on the Plans.
°j Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use
whatever means necessary to remove such debris, leaving the valve installation in a fully operable
condition.
r. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2")
below finished grade.
7-12.4 Measurement
Section 7-12.4 is supplemented by adding the following:
Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay
item in the Contract; if not a separate pay item but required to complete the work, then value box
adjustment shall be considered incidental.
Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not
�., be included in this measurement item.
7-12.5 Payment
Section 7-12.5 is replaced with the following:
"Gate Valve from 4 inch to 10 inch in diameter and Valve Box,"per each.
The unit contract price per each for the valve of the specified size, shall be full pay for all labor,
.. equipment and material to furnish and install the valve complete in place on the water main, including
trenching,jointing, blocking of valve, painting, disinfecting, hydrostatic testing, cast-iron valve box
and extensions as required,valve nut extensions, adjustment to final grade.
.. 12 inch Gate Valve and Concrete Vault," per each.
The unit contract price per each for the 12" gate valve assembly, shall be full pay for all labor,
equipment and material to furnish and install the valve complete in place on the water main, including
trenching, jointing, blocking of valve, by-pass assembly, cast-iron casting and cover, ladder rung,
concrete risers as required, adjustment to final grade.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc70
r
16 inch and larger Butterfly Valve and Concrete Vault," per each. �-
The unit contract price per each for the 16" and larger butterfly valve assembly, shall be full pay for
all labor, equipment and material to furnish and install the valve complete in place on the water main,
including trenching, jointing, blocking of valve, painting, disinfecting, hydrostatic testing, concrete
vault, cast-iron casting and cover, ladder,concrete risers as required, adjustment to final grade.
"Blow-off assembly," per each.
The unit contract price per each for each blow-off assembly shall be for all, labor, equipment and
of Renton Water Standard Detail,
material to complete the installation of the assembly per the City ..
latest revision.
"Air-Release/Air-Vacuum Valve Assembly," per each. a.
The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment
and material to complete the installation of the assembly including but not limited to, excavating,
tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing,
flushing, and disinfection, meter box and cover, at location shown on the plans, and per City of
Renton Standard Detail, latest revision.
"Adjust Existing Valve Box to Grade(RC),"per each.
The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for .�
all labor, material,tools and equipment necessary to satisfactorily complete the work as defined in the
Contract Documents, including all incidental work. If not included as a separate pay item in the
Contract,but required to complete other work in the Contract, then adjustment of valve boxes shall be
considered incidental to other items of work and no further compensation shall be made. *'
7-14 HYDRANTS ..
7-14.3(1) Setting Hydrants
Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows:
(******) ..
After all installation and testing is complete, the exposed portion of the hydrant shall be painted with
two field coats. The type and color of paint will be designated by the Engineer.
Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by
the Engineer.
Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 •
and the City of Renton standard details. Hydrant and guard posts shall be painted in accordance with
the water standard detail. Upon completion of the project, all fire hydrants shall be painted to The
City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43-
655 safety yellow or approved equal. Fire hydrants shall be of such length as to be suitable for
installation with connections to 6", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise
specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown
unless otherwise noted on the plan.
Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), +�
6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron
valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts
(only if hydrants are outside right-of-way). .,
Joint restraint(Shackle Rods)shall be installed in accordance with Section 7-11.3(15).
ne
ar
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc71
VW
Ow 7-14.3(3) Resetting Existing Hydrants
Section 7-14.3(3) is supplemented by adding the following:
No All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the same
type.
•. 7-14.3(4) Moving Existing Hydrants
Section 7-14.3(4) is supplemented by adding the following:
to All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the same
type.
,r 7-14.5 Payment
Section 7-14.5 is revised as follows:
Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are
s included in the proposal:
"Hydrant Assembly", per each.
The unit contract price per each for"Hydrant Assembly" shall be full pay for all work to furnish and
'■' install fire hydrant assemblies, including all costs for auxiliary gate valve, shackles, tie rods, concrete
blocks, gravel, and painting and guard posts required for the complete installation of the hydrant
assembly as specified. The pipe connecting the hydrant to the main shall be considered incidental and
no additional payment shall be made.
"Resetting Existing Hydrants", per each.
The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all work to
reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling,
blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the
hydrant to the main shall be considered incidental and no additional payment shall be made. . Guard
posts, shown on the plans shall be incidental to the contract.
"Moving Existing Hydrants", per each.
The unit contract price per each for"Moving Existing Hydrant" shall be full pay for all work to move
the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling,
blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the
hydrant to the main shall be considered incidental and no additional payment shall be made . Guard
posts, shown on the plans shall be incidental to the contract.
7-15 SERVICE CONECTIONS
7-15.3 Construction Details
Section 7-15.3 is supplemented as follows:
Pipe materials used to extend or replace existing water service lines shall be copper.
Where installation is in existing paved streets, the service lines shall be installed by a trenchless
percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails,
.. regular open trench methods may be used.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc72
aw
4W
7-15.5 Payment
Section 7-15.5 is revised as follows:
Payment will be made in accordance with Section 1-04.1, for the following bid item when it is as
included in the proposal:
"Service Connection In.Diam.",per each.
The unit contract price per each for "Service Connection In. Diam." shall be full pay for all aw
work to install the service connection, including but not limited to, excavating or (hoe-hogging),
tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing,
flushing, and disinfection of the service connection. aw
7-17 SANITARY SEWERS
aw
7-17.2 Materials
Section 7-17.2 is replaced with the following:
Pipe used for sanitary sewers may be: 'w
Rigid Thermoplastic
Concrete
PVC (Polyvinyl Chloride)
Ductile Iron
All sanitary sewer pipe shall have flexible gasketed joints unless otherwise specified.
It is not intended that materials listed are to be considered equal or generally interchangeable for all
applications.The Engineer shall determine from the materials listed those suitable for the project, and
shall so specify in the specifications or plans.
Materials shall meet the requirements of the following sections. an
Plain Concrete Storm Sewer Pipe
9-05.7(l)
Reinforced Concrete Storm Sewer Pipe 9-05.7(2)
Solid Wall PVC Sanitary Sewer Pipe 9-05.12(1)
Profile Wall PVC Sanitary Sewer Pipe 9-05.12(2) i°
Ductile Iron Sewer Pipe 9-05.13
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and i
permanent under normal conditions of handling and storage.
7-17.3(1) Protection of Existing Sewerage Facilities
Section 7-17.3(1) is supplemented by adding the following:
When extending an existing sewer, the downstream system shall be protected from construction
debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall
be the contractor's responsibility to maintain this screen or trap until the new system is placed in
service and then to remove it. Any construction debris which enter the existing downstream system,
shall be removed by the contractor at his expense, and to the satisfaction of the Engineer. When the
first manhole is set, it's outlet shall be plugged until acceptance by the Engineer.
7-17.3(2)H Television Inspection
Section 7-17.3(2)H is supplemented by adding the following:
Once the television inspection has been completed the contractor shall submit To the Engineer the
written reports of the inspection plus the video tapes. Said video tapes are to be in color and
compatible with the City's viewing and recording systems. The City system accepts 1/2" wide high .s
density VHS Tapes. The tapes will be run at standard speed SP(1 5/16 I.P.S.).
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave OverflowA 141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc73
r
7-17.4 Measurement
Section 7-17.4 is supplemented as follows:
Measurement of"Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard
in place,measured by the neat line dimensions shown in the Plans, or by the Ton on truck tickets.
7-17.5 Payment
Section 7-17.5 is revised and supplemented as follows:
Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are
included in the proposal:
"Plain Conc. Sewer Pipe_In. Diam.", per linear foot.
"Cl. Rein£ Conc. Sewer Pipe_In. Diam.",per linear foot.
r.
"PVC-Sanitary Sewer Pipe In. Diam.", per linear foot.
"Ductile Iron Sewer Pipe In. Diam.", per linear foot.
The unit contract price per linear foot for sewer pipe of the kind and size specified shall be full pay
for furnishing, hauling, and assembling in place the completed installation including all wyes, tees,
special fittings, joint materials, bedding material, and adjustment of inverts to manholes for the
completion of the installation to the required lines and grades.
"Testing Sewer Pipe", per linear foot.
The unit contract price per linear foot for"Testing Sewer Pipe"shall be full pay for all labor, material
and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for
"Testing Sewer Pipe"is included it shall be considered incidental to the pipe items.
"Removal and Replacement of Unsuitable Material",per cubic yard.
The unit contract price per cubic yard for "Removal and Replacement of Unsuitable Material" shall
be full pay for all work to remove unsuitable material and replace and compact suitable material as
specified in Section 7-08.3(1)A.
"Bank Run Gravel for Trench Backfill Sewer", per cubic yard, or Ton.
The unit contract price per cubic yard, or Ton for"Bank Run Gravel for Trench Backfill Sewer" shall
be full pay for all work to furnish, place, and compact material in the trench.
"Television Inspection", per linear foot.
r
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc74
■r
8-09 RAISED PAVEMENT MARKERS ,.
8-09.5 Payment
Section 8-09.5 has been revised as follows: ••
Payment will be made for each of the following bid items that are included in the proposal:
"Raised Pavement Marker Type I", per each.
"Raised Pavement Marker Type 2", per each.
"Raised Pavement Marker Type 3- In.",per each.
"Recessed Pavement Marker", per each.
The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker ..
Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker"shall
be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers
in accordance with these Specifications including all cost involved with traffic control unless traffic
control is listed in the contract as a separate pay item.
8-13 MONUMENT CASES
8-13.1 Description
Section 8-13.1 is revised and supplemented as follows:
This work shall consist of furnishing and placing monument cases and covers, in accordance with the
Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans
or as staked by the Engineer or by the Contractor supplied surveyor.
8-13.3 Construction Requirements
Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows:
The monument will be furnished and set by the Engineer or by the Contractor supplied surveyor. .�
When existing monuments will be impacted by a project, the Contractor shall be responsible for
assuring that a registered surveyor references the existing monuments prior to construction. After
construction is complete, the monuments shall be re-established by the surveyor in accordance with
RCW58.09.130.
8-13.4 Measurement
Section 8-13.4 is supplemented by adding the following:
All costs for surveying and resetting existing monuments impacted by construction shall be
considered incidental to the contract unless specifically called out to be paid as a bid item. .r
8-13.5 Payment
Section 8-13.5 is supplemented by adding the following: got
"Reset Existing Monument" per each.
Resetting an existing monument impacted by construction shall be incidental unless included as a pay so
item in the Schedule of Prices.
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc75
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(4) Curing
.. Section 8-14.3(4)is replaced with:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications
shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The
curing agent shall be applied immediately after brushing and be maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof paper or
plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather.
i` During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular
traffic shall be excluded for such additional time as the Engineer may specify.
The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly
placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete
shall be removed and replaced at the expense of the Contractor.
�► 8-14.4 Measurement
Section 8-14.4 is supplemented by adding the following:
When the contract contains a pay item for "Curb Ramp, Cement Concrete,"the per each measurement
~' shall include all costs for the complete installation per the plans and standard details including
expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and
disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base
materials and all other work, materials and equipment required per Section 8-14 shall be included in
the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and
specified to be paid as separate pay items.
.. If the contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the plans call for
such installation, then quantities shall be measured with and paid for under the bid items for Curb and
Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt
concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt
Concrete."
8-14.5 Payment
Section 8-14.5 is supplemented by adding the following:
"Curb Ramp, Cement Concrete,"per each.
�. Payment for excavation of material not related to the construction of the sidewalk but necessary
before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with
the provisions of Section 2-03. Otherwise, the Contractor shall snake all excavations including haul
and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades
shown, and shall include all costs thereof in the unit contract price per square yard for"Cement Conc.
Sidewalk"and the per each contract price for"Curb Ramp, Cement Concrete."
8-17 IMPACT ATTENUATOR SYSTEMS
8-17.5 Payment
•• Section 8-17.5 is supplemented by the following:
If no pay item is included for temporary impact attenuators then all costs to provide and install shall
be considered a part of the pay item for"Traffic Control."
an
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc76
No
8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL aw
8-20.2(1) Equipment List and Drawings
Paragraphs four of Section 8-20.2(1)are revised and supplemented with the following: .r
The Contractor shall submit for approval six sets of shop drawings for each of the following types of
standards called for on this project:
1. Light standards with or without pre-approved plans.
2. Signal standards with or without pre-approved plans.
3. Combination Signal and lighting standards.
4. Metal Strain Poles.
Paragraph five of Section 8-20.2(1) is deleted.
Paragraph six of Section 8-20.2(1) is deleted.
.r
Section 8-20.2(1)is supplemented as follows:
The Contractor also shall submit either on the signal standard shop drawings or attached to the signal
standard shop drawings all dimensions to clearly show the specific mast arm mounting height and
signal tenon locations for each signal pole to be installed. `W
b MOVED TO SECTION 5-06
--ion 8-20.42)has been supplemented by a"ng the fellew...,.
CITY O RENT-ON
TDT TC-14 RESTORATION AND 8TRWET l ;QUIREA4L1�TTC �
Afnefidedikpril e 2005 by Ordinanee 5 134
8-22 PAVEMENT MARKING
8-22.1 Description
The following item in Section 8-22.1 is revised as follows:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe
and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
See detail sheet.
Skip Center Line(Replacement)
A BROKEN YELLOW line 4 inches wide. The broken or"skip" pattern shall be based on a 24-foot
unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center line delineation
on two-lane or three-lane,two-way highways.
r
Double Yellow Center Line(Replacement)
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center
stripe is used as center line delineation on multilane, two-way highways and for channelization. aw
Approach Line(New)
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
through movements,to separate high occupancy vehicle lanes from general purpose lanes,for islands, .�
hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet
apart.
t
as
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc77
Lane Line(Replacement)
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same
direction. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot line and
a 15-foot gap.
Two Way Left Turn Line(Replacement)
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated
.. by a 4-inch space. The broken or"skip"pattern shall be based on a 24-foot unit consisting of a 9-foot
line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction
of travel.
"" Crosswalk Line (Replacement)
A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe
and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes.
No See detail sheet.
Stop Line(Replacement)
A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans.
8-22.3(5) Installation Instructions
Section 8-22.3(5) is revised as follows:
(******)
A manufacturer's technical representative need not be present at the initial material installation to
approve the installation procedure.
8-22.5 Payment
Section 8-22.5 is supplemented as follows:
"Approach Stripe,"per linear foot.
"Remove Paint Line ....." wide,"per linear foot.*
"Remove Plastic Line ......"Wide," per linear foot.*
"Remove existing traffic markings, "per lump sum.*
*The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum
contract price for "Remove existing traffic markings" shall be full compensation for furnishing all
labor, tools, material, and equipment necessary for removal of existing traffic markings as per the
plans, specifications and detail sheets. If these pay items do not appear in the contract schedule of
prices, then the removal of old or conflicting traffic markings required to complete the channelization
of the project as shown on the plans or detail sheets shall be considered incidental to other items in
the contract and no further compensation shall be made.
8-23 TEMPORARY PAVEMENT MARKINGS
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
(******)
If no pay item is included in the contract for installation or for removal of temporary pavement
,. markings then all costs associated with these items are considered incidental to other items in the
contract or included under "Traffic Control," if that item is included as a bid item.
ow
in
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc78
am
8-24.3(1) Rock Wall Added SWP-27-
Section 8-24.3(1) is supplemented with the following:
8-24.3(1)F Construction Requirements (new section)
The rock unloading at the site will be done in such a manner as to segregate the rock by the size
ranges indicated in the preceding paragraph.
The walls shall be started by excavating a trench,not less than 6 inches or more than one foot in depth
below subgrade in excavation sections, or not less than 6 inches or more than one foot in depth below
the existing ground level in embankment sections. Areas on which the rockery is to be placed shall be
trimmed and dressed to conform to the elevation or slope indicated. The rock wall construction shall
start as soon as possible upon the completion of the cut or fill section.
Rock selection and placement shall be such that there will be no open voids in the exposed face of the .n
wall over 6 inches across in any direction. The rocks shall be placed and keyed together with a
minimum of voids. Particular attention shall be given to the placing and keying together of the final
course of all rockeries. The final course shall have a continuous appearance and be placed to
minimize erosion of the backfill material. The larger rocks shall be placed at the base of the rockery
so that the wall will be stable and have a stable appearance. The rocks shall be carefully placed by
mechanical equipment and in a manner such that the longitudinal axis if the rock shall be at right
angles or perpendicular to the rockery face. The rocks shall have all inclining faces sloping to the
back of the rockery. Each row of rocks will be seated as tightly and evenly as possible on the rock �•
below in such a manner that there will be no movement between the two. After setting a course of
rock, all voids between the rocks shall be chinked on the back with quarry rock to eliminate any void
sufficient to pass a 2 inch square probe. .a
8-24.3(1)F.1 Rockery Backfill
The wall backfill shall consist of 1-1/2 inch minus crushed rock or gravel conforming to section 9-
03.9(3). This material will be placed to an 8 inch minimum thickness between the entire wall and the a�
cut or fill material. The backfill material will be placed in lifts to an elevation approximately 6 inches
below the course of rocks placed. The backfill will be placed after each course of rocks. Any
backfill material on the bearing surface of the rock course will be removed before setting the next
course.
8-24.3(1)F.2 Drain Pipe
A 4 inch diameter perforated pvc pipe shall be placed as a footing drain behind the rockeries as shown
in the standard plans, and connected to the storm drainage system where shown.
8-24.3(1)F.3 Rejection Of Material
The inspector will have the authority to reject any defective material and to suspend any work that is r
being improperly done, subject to the final decision of the engineer. All rejected material will be
removed from the construction site and any rejected work shall be repaired or replaced at no
additional cost to the Owner.
8-24.3(1)G Measurement
Measurement of the finished rock wall for payment will be made from the footing grade to the top of
the wall and rounded to the nearest square yard.
8-24.3(1)H Payment
Payment will be made under the item "rock retaining wall", per square yard.
The unit price per square yard shall be full compensation for the rockery/rock retaining wall in place
and shall include all work, materials, and equipment required to complete the installation, including
drainage pipe and all other items.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCO2.&09
UW
(January 5,2004)
9-03.8(2) HMA Test Requirements
Section 9-03.8(2) is supplemented with the following:
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be *** $$1$$ *** million.
9-03.8(7) HMA Tolerances and Adjustments
Item I is deleted and replaced with:
1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the
constituents of the mixture at the time of acceptance shall conform to the following tolerances:
r. Nonstatistical Commercial
Evaluation Evaluation
Aggregate, percent passing
1", 3/<", '/z", and 3/8" sieves ±6% ±8%
U.S.No. 4 sieve ±6% ±8%
U.S.No. 8 sieve ±6% ±8%
U.S.No. 16 sieve ±4% +6%
U.S.No. 30 sieve ±4% ±6%
U.S.No. 50 sieve ±4% +6%
U.S.No. 100 sieve ±3% +5%
U.S.No. 200 sieve ±2.0% ±3.0%
Asphalt Binder ±0.5% ±0.7%
VMA 1.5%below minimum value in 9-03.8(2)
VIA min. and max. as listed in 9-03.8(2)
Va 2.5%minimum and 5.5%maximum
These tolerance limits constitute the allowable limits as described in Section 1-06.2. The
tolerance limit for aggregate shall not exceed the limits of the control points section, except the
tolerance limits for sieves designated as 100%passing will be 99-100.
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch (RC)
Section 9-05.4 is revised as follows:
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II.
Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized
coating applied inside and out following welding is acceptable and shall be asphalt treatment coated.
9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC)
Section 9-05.7(2) is replaced by the following:
(******)
Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be
Class IV Cement used in the manufacture of reinforced concrete pipe shall be Type II in
conformance with ASTM C150. No admixture shall be used unless otherwise specified.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc80
�r
a
9-05.7(2)A Basis for Acceptance(RC)
Section 9-05.7(2)A is supplemented by the following:
All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM
C76; and (2) a hydrostatic test of rubber gasket points in accordance with ASTM C361 or AWWA
C302 except test pressure shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(3) is replaced by the following:
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained
single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall
be neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)
Section 9-05.7(4) is supplemented by the following:
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or
AWWA C302 except test pressure shall be 5 psi.
9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC)
Section 9-05.9 is replaced with:
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
Certificate of Compliance stating that the materials furnished comply in all respects with these
Specifications. The Engineer may require additional information or tests to be performed by the
Contractor at no expense to the State.
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
be fabricated either by using a continuous helical lock seam or a continuous helical welded seam
paralleling the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) i
corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall
be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and
shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and
shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to
outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the
outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The
maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the direction
of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch
and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a
stiffener shall be included midway between ribs,having a nominal radius of 0.25 inch and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be
effectively jointed with coupling bands. ..
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The
bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and
9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch+ 1/8 inch
wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum
vertical distance of ribs shall be 4.80 inches center to center (measured normal to the direction of the
•
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20aNEW-Special Provs-2006-DCv02.doc81
ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable
tolerance of+ 10 percent.
9-05.12(3) CPEPSewer Pipe
Section 9-05.12(3) is a new additional section:
CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin
which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C
r per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of
AASHTO M294.
9-5.13 Ductile Iron Sewer Pipe Added Project SWP-27
Supplement this section with the following:
Ductile iron pipe for storm sewers shall conform to ANSI/AWWA C151/A21.51-91
Standards, except the minimum nominal thickness shall be as follows:
8" = 0.33" (Class 52)
12" = 0.37" (Class 52)
Grade of iron shall be 60-42-10. The pipe shall be cement lined and the exterior shall be
coated with an asphaltic coating.
lift
Each length shall be plainly marked with the manufacturer's identification, year cast,
thickness, class of pipe and weight. The pipe shall be furnished with mechanical joint or
an push-on joint, conforming to ANSI/AWWA C111/A21.11-85 Standards.
The pipe manufacturer shall certify in writing that the inspection and all of the specified tests
for both pipe and gaskets being supplied under this Contract have been made, and that the
on results thereof comply with the requirements of the Standard.
Joints shall be "made up" in accordance with the manufacturer's recommendations.
.. Standard joint materials, including rubber ring gaskets, shall be furnished with the pipe.
Material shall be suitable for the specified pipe sizes.
All fittings shall be short-bodied ductile iron cement-mortar-lined, with a minimum rating of
250 psi working pressure, complying with ANSI/AWWA C110 or C153 Standards. The type
of joint shall be "Tyton", mechanical joints.
9-05.14 ABS Composite Sewer Pipe
Section 9-05.14 is deleted
9-05.17 Aluminum Spiral Rib Storm Sewer Pipe
Section 9-05.17 is replaced with:
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall
aw be fabricated by using a continuous helical lock seam with a seam gasket.
r
H:\File Sys\S WP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc82
ho
r
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and -
shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch
deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that
can be effectively jointed with coupling bands.
For narrow pitch spiral rib storm sewer pipe,helical ribs shall project outwardly from the smooth pipe
wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8
inch wide(measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to
center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of ..r
the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent.
For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe -
wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch
wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum
vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of
ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius .r
of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10
percent.
9-05.19 Corrugated Polyethylene Culvert Pipe (CPEP)
Added Project SWP-27
9-05.19(1) Description
Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe
with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved
equivalent.
9-05.19(2) Pipe Material and Fabrication
CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, „r
Type S.
9-05.19(3) Fittings and Gaskets ..
Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall
conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast
USA, Inc., or approved equivalent. ••
9-05.19(4) Installation
Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate
gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into
fitting.
.r
.a
.r
H:\File Sys\SWP-Surface Water Proiects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc83
ad
9-05.21 High Density Polyethylene Pipe (HDPE) (New Section) Project SWP-27
DRISCOPLEXTm 4000 and DRISCOPLEXT"" 4100 High-density Polyethylene Piping
1 General Terms and Conditions
1.1 Scope - This specification covers requirements for DriscoPlexTm 4000 and DriscoPlexT"^
4100 PE 3408 high-density polyethylene piping. All work shall be performed in accordance
with these specifications.
w 1.2 Engineered and Approved Plans - Construction shall be performed in accordance with
engineered construction plans for the work prepared under the direction of a Professional
Engineer.
1.3 Referenced Standards - Where all or part of a Federal, ASTM, ANSI, AWWA, etc.,
standard specification is incorporated by reference in these Specifications, the reference
standard shall be the latest edition and revision.
1.4 Licenses and Permits - A licensed and bonded Contractor shall perform all pipe
construction work. The Contractor shall secure all necessary permits before commencing
construction.
1.5 Inspections - All work shall be inspected by an Authorized Representative of the Owner
who shall have the authority to halt construction if, in his opinion, these specifications or
standard construction practices are not being followed. Whenever any portion of these
specifications is violated, the Project Engineer or his Authorized Representative, shall, by
w written notice, order further construction to cease until all deficiencies are corrected.
2 Polyethylene Pipe and Fittings
2.1 Qualifications of Manufacturers - The Manufacturer shall have manufacturing and
quality assurance facilities capable of producing and assuring the quality of the pipe and
fittings required by these Specifications. The Manufacturer's production facilities shall be
open for inspection by the Owner or his Authorized Representative. The Project Engineer
shall approve qualified Manufacturers.
2.3 Materials - Black PE materials used for the manufacture of polyethylene pipe and
fittings shall be PE 3408 high density polyethylene meeting ASTM D 3350 cell classification
345464C and shall be Listed in the name of the pipe and fitting Manufacturer in PPI
(Plastics Pipe Institute) TR-4 with a standard grade HDB rating of 1600 psi at 73°F. Color
material, when used, shall be the same except for meeting ASTM D 3350 cell classification
345464E. The material shall be listed and approved for potable water in accordance with
NSF Standard 61. When requested on the order, the Manufacturer shall certify that the
materials used to manufacture pipe and fittings meet these requirements.
2.4 Interchangeability of Pipe and Fittings - The same Qualified and Approved Manufacturer
shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters
made by sub-contractors or distributors are prohibited.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\]141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCO2.doc84
r.
�r
2.9 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom
fabrications shall be molded or fabricated by the Approved Pipe Manufacturer. All fittings
and custom fabrications shall be pressure rated for the same internal pressure rating as the
mating pipe. r
2.10 Molded Fittings - Molded fittings shall be manufactured and tested in accordance with
ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with
AWWA C906.
2.11 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially
machined shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated r
fittings shall be rated for internal pressure service at least equal to the full service pressure
rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA
C906.
2.12 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through-
bore length to be clamped in a butt fusion-joining machine without the use of a stub-end
holder. The sealing surface of the flange adapter shall be machined with a series of small v-
shaped grooves (serrations) to promote gasketless sealing, or restrain the gasket against
blowout. .�
2.13 Back-up Rings & Flange Bolts - Flange adapters shall be fitted with back-up rings that
are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be
chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and .e
nuts shall be Grade 3 or higher.
2.14 MJ Adapters - MJ Adapters 4" thru 16" may be provided with optional Stainless Steel =
Stiffener upon request. MJ Adapters 14" and above shall be provided with Heavy Duty
Back-up Ring Kits. All MJ Adapters 18" and above must be provided with Stainless Steel
stiffeners. r
3 Joining
3.1 Heat Fusion Joining - Joints between plain end pipes and fittings shall be made by butt +�
fusion. Joints between the main and saddle branch fittings shall be made using saddle
fusion. The butt fusion and saddle fusion procedures used shall be procedures that are
recommended by the pipe and fitting Manufacturer. The Contractor shall ensure that .�
persons making heat fusion joints have receive training in the Manufacturer's recommended
procedure. The Contractor shall maintain records of trained personnel, and shall certify that
training was received not more than 12 months before commencing construction. External
and internal beads shall not be removed.
3.2 Joining by Other Means - Polyethylene pipe and fittings may be joined together or to
other materials by means of (a) flanged connections (flange adapters and back-up rings), (b)
mechanical couplings designed for joining polyethylene pipe or for joining polyethylene pipe
to another material, (c) MJ Adapters or (d) electrofusion. When joining by other means, the r
installation instructions of the joining device manufacturer shall be observed.
4 Installation
r
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave OverflowA 141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc85
4.1 General - When delivered, a receiving inspection shall be performed and any shipping
damage shall be reported to the manufacturer within 7 days. Installation shall be in
accordance with ASTM D 2774, Manufacturer's recommendations and this specification. All
necessary precautions shall be taken to ensure a safe working environment in accordance
with all applicable safety codes and standards.
4.2 Excavation - Trench excavations shall conform to the plans and drawings, as authorized
in writing by the Project Engineer or his Approved Representative and in accordance with all
applicable codes. The Contractor shall remove excess groundwater. Where necessary,
trench walls shall be shored or reinforced, and all necessary precautions shall be taken to
ensure a safe working environment.
4.3 Large Diameter Fabricated Fittings - Not more than one plain-end connection of 16" IPS
and larger fabricated directional fittings (elbows, tees, etc.) shall be butt fused to the end of
a pipe length before placing the assembly into the trench. The remaining fitting connections
shall be made in the trench using butt fusion, flange or other connection means in
accordance with 3.2. Flange and other mechanical connections shall be assembled, and
tightened in accordance with the connection manufacturer's instructions and 4.4. Handling,
lifting, moving or lowering a 16" IPS or larger fabricated fitting that is connected to more than
one pipe length is prohibited. The installing contractor at his expense shall correct fitting
damage caused by such improper handling.
4.4 Mechanical Joint & Flange Installation - Mechanical joint and flange connections shall
be installed in accordance with the Manufacturer's recommended procedure. MJ Adapters
and flanges shall be centered and aligned to the mating component before assembling and
tightening bolts. In no case shall MJ gland or flange bolts be used to draw the connection
into alignment. Bolt threads shall be lubricated, and flat washers should be used under the
nuts. Bolts shall be evenly tightened according to the tightening pattern and torque step
recommendations of the Manufacturer. At least 1 hour after initial assembly, flange
connections shall be re-tightened following the tightening pattern and torque step
recommendations of the Manufacturer. The final tightening torque shall be as
recommended by the Manufacturer.
-� 4.6 Pipe Handling - When lifting with slings, only wide fabric choker slings capable of safely
carrying the load shall be used to lift, move, or lower pipe and fittings. Wire rope and chain
are prohibited. Slings shall be of sufficient capacity for the load, and shall be inspected
before use. Worn or damaged equipment shall not be used.
4.7 Backfilling - Embedment material soil type and particle size shall be in accordance with
ASTM D 2774. Embedment shall be placed and compacted to at least 90% Standard
Proctor Density in 6" lifts to at least 6" above the pipe crown. During embedment placement
and compaction, care shall be taken to ensure that the haunch areas below the pipe spring-
line are completely filled and free of voids.
5 Testing
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCO2.docM
r
r
5.1 Fusion Quality - The Contractor shall ensure that field set-up and operation of the fusion
equipment, and the fusion procedure used by the Contractor's fusion operator while on site.
Upon request by the Owner, the Contractor shall verify field fusion quality by making and
testing a trial fusion. The trial fusion shall be allowed to cool completely; then test straps
shall be cut out and bent strap testing in accordance with ASTM D 2657. If the bent strap
test of the trial fusion fails at the joint, the field fusions represented by the trial fusion shall be
rejected. The Contractor at his expense shall make all necessary corrections to equipment, r
set-up, operation and fusion procedure, and shall re-make the rejected fusions.
•
,r
.c
.a
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc87
9-08 PAINTS
9-08.8 Manhole Coating System Products
Section 9-08.8 is a new section and subsections:
9-08.8(1) Coating Systems Specification
A. High Solids Urethane
Coating System: C1
! Coating Material: High Solids Urethane
Surfaces: Concrete
Surface In accordance with SSPC
Preparation: SP-7(Sweep or brush off
•� blast)
Application: Shop/Field The drying
time between coats shall
not exceed 24hours in
any case
System Thickness: 6.0 mils dry film
Coatings: Primer: One coat of
Wasser MC-Aroshield
high solids urethane(2.0
DFT)Finish: Two or
more coats of Wasser
,. MC-Aroshield(min. 4.0
DFT)
Color: White
a.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCO2.docH
9-14 Hydroseed Bid Item (Added Section) Project SWP-27-
Description
Contractor shall Hydroseed all areas disturbed as a result of the construction activities.
Seed (addition)
Seed mix for hydroseeding shall be as follows:
Meadow Seed Mix
% Purity %
Weight Germination
Redtop or Oregon Bentgrass 40 92 85
Agrostis alba or Agrostis oregonensis
Red Fescue 40 98 90 -
Festuca rubra
White Dutch Clover 20 98 90
Trifolium repens
Seed shall be applied at the rate of 120 pounds per acre.
Fertilizer (addition)
A commercial fertilizer shall be furnished. All fertilizer shall be pre-mixed prior to
bringing on the job.
Fertilizer shall be 10-20-20 N-K-P slow release rate.
Fertilizer shall be applied at the rate of 90 pounds per acre.
Mulch and Amendments (addition)
Hydroseeded mulch shall be 100% wood fiber mulch manufactured by the defiberating
process, from fir, hemlock, or alder. The mulch shall have a minimum of 77% of the total
fiber exceeding 3.5 mm in length, and 60% of fibers 8.5mm or longer.
Wood fiber mulch shall be uniform in weight with the unit weight displayed clearly on
each package. Fiber shall be dyed green in color to provide visual metering of
application. Tackifier shall be incorporated into the wood fiber in the drying process
Mulch shall be applied at the rate of approx. 1,000-1,500 pounds per acre.
Soil Binder or Tacking Agent (addition)
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc89
r
Tackifier shall be primarily composted of guar gum. Tackifier shall be incorporated into
the wood fiber in the drying process. Percentage of tackifier shall not be less than 2% or
greater than 10%, with the percentage used clearly labeled on the outside of package.
Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular
wood fiber mulch to provide tackifier rates equivalent to or greater than specified.
Submittals
Submit seed vendor's certification for required grass seed mixture, indicating percentage by
weight, and percentages of purity, germination, and weed seed for each grass species.
A. Perform seeding work only after planting and other work affecting ground surface has
been completed.
B. Restrict all disturbances or other activities in seeded areas until grass is established.
Erect signs and barriers as required.
C. Provide watering equipment as required.
Installation
A. Perform seeding work only after planting and other work affecting ground surface has
been completed.
B. Restrict all disturbances or other activities in seeded areas until grass is established.
Erect signs and barriers as required.
C. Provide watering equipment as required.
D. Limit preparation to areas which will be immediately seeded.
E. Loosen topsoil of areas to be seeded to minimum depth of 4 inches.
F. Grade area to be seeded. Remove ridges and fill depressions as required to drain.
G Seed immediately after preparation of bed. Spring seeding shall occur between April 1
and June 1 and fall seeding shall occur between August 15 and October 31 or at such
other times acceptable to the City.
H. Seed indicated areas within contract limits and areas adjoining contract limits disturbed
as a result of construction operations.
I. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles
per hour.
Warranty
Hydroseeding
A. Hydroseeded areas will be inspected 1 week after germination to determine if coverage
of seeding is acceptable.
B. A uniform stand of grass and wildflowers over 90 percent of seeded area shall be
obtained by watering and maintaining until final acceptance. Areas which fail to provide
�. a uniform stand of grass shall be reseeded. Areas reseeded will not be accepted until
the coverage required herein is obtained.
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
.. 9-23.9 Fly Ash (RC)
Section 9-23.9 is revised as follows:
Fly ash shall not be used around water lines.
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc90
liw
9-30 WATER DISTRIBUTION MATERIALS
9-30.1(1) Ductile Iron Pipe (RC)
Section 9-30.1(1) is revised as follows:
1. Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C 151. Ductile
iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C104. . All other
ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans.
r
9-30.3(1) Gate Valves (3inches to 12 inches)
Section 9-30.3(1) is replaced with:
Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be •
Iowa List 14,Mueller Company No.A2380,Kennedy, or M&H.
Approval of valves other than models specified shall be obtained prior to bid opening.
All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and
extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See
Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation. .�
Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with
bronze wedging device and O-ring stuffing box.
Resilient Seated Gate Valves:
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA
Standard C509 latest revisions. .t
All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion
protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts
prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest
revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be
equipped with one (1) anti-friction washer. The resilient gate valve shall have rubber sealing surfaces
to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast.
Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve
materials meet the City specifications.
Valves shall be designed for a minimum water operating pressure of 200 psi.
End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown
on the project plans. r
Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series
2370, Kennedy.
a�
Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves
less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as
required. ..�
All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and
shall be installed in a concrete vault per City of Renton Standard Details, latest revision.
as
9-30.3(3) Butterfly Valves
Section 9-30.3(3) is supplemented by adding the following:
(******)
Butterfly valves shall be Dresser 450 or Pratt Groundhog.
od
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc9l
9-30.3(5) Valve Marker Posts
Section 9-30.3(5)has been deleted and replaced with the following:
The valve markers shall be fabricated and installed in conformance with the Standard Drawings.
.. Valve markers shall be carsonite composite utility marker .375"x 6-0" or approved equal with blue
label "water."
r 9-30.3(7) Combination Air Release/Air Vacuum Valves
Section 9-30.3(7)has been supplemented as follows:
Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy-Duty," combination
air release valve, or equal.
Installation shall be per the City of Renton Standard Detail, latest revision.
Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is
approximate. The installation shall be set at the high point of the line.
,. 9-30.3(8) Tapping Sleeve and Valve Assembly
Section 9-30.3(8) is revised as follows:
Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved material.
Section 9-30.3(9)is a new section:
9-30.3(9) Blow-Off Assembly
Permanent blow-off assembly shall be 978 Kupferle Foundry Co. or approved equal. Installation of
blow-off permanent blow-off assembly shall be per City of Renton Water Standard Detail, latest
revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s)
,., shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at
location shown on the plans.
Temporary blow-off assemblies for testing and flushing of the new water mains will not be included
�+ under this item and shall be considered incidental to the contract and no additional payment shall be
made.
9-30.5 Hydrants
" Section 9-30.5 is supplemented by adding the following:
Fire hydrants shall be Iowa, Corey Type (opening with the pressure)or approved equal conforming to
r, AWWA C-502-85. Approval must be obtained prior to bid opening.
Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929,
Mueller Super Centurion 200, conforming to AWWA C-502-85.
9-30.5(1) End Connections (RC)
Section 9-30.5(1) is supplemented by adding the following:
Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid
proposal description.
.. 9-30.5(2) Hydrant Dimensions
Section 9-30.5(2) is replaced with the following:
Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against
r pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve
opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2
w
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20aNEW-Special Provs-2006-DCv02.doc92
threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60
degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall 'r
have a 1-1/4" pentagon operating nut opened by turning counter clockwise (left).
The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the
same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene
gaskets for positive water tightness under test pressures.
The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz .r
adapter shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end
portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to
weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter
with 1/8" coated stainless steel aircraft cable.
Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions.
.r
9-30.6(3)B Polyethylene Pipe
Section 9-30.6(3)B has been modified as follows:
Polyethylene pipe shall not be used. .r
9-30.6(4) Service Fittings
Section 9-30.6(4)has been revised as follows:
(******) ..
Fittings used for copper tubing shall be compression type with gripper ring.
9-30.6(5) Meter Setters
Section 9-30.6(5)has been supplemented as follows:
(******)
Meter setters shall be installed per the City of Renton Standard Details for water meters, latest
revision
r
.r
r
.r
s
H:\File Sys\SWP-Surface Water Projects\SWP-27-Surface Water Projects(CIP)\27-2330-Monroe Ave Overflow\1141
FINAL Specs-2006\20a NEW-Special Provs-2006-DCv02.doc93
SURVEY CONTROL AND
MONUMENTS
.. CITY OF RENTON
SURVEY CONTROL NETWORK
The City of Renton Survey Control Network is the result of a three year project by the
Technical Services Section of the Planning & Technical Services Division of the
Planning/Building/Public Works Department and several private surveying firms working
r for the city. The purpose of this network is to provide an accessible common datum for
all public and private projects within the city. Thus facilitating city wide infrastructure
management and analysis and assuring compatibility between the various utility systems
and system projects.
This project started in 1992 with the formation of a Horizontal and Vertical Control
Network Committee to prepare a plan for the development and maintenance of a Survey
Control Network for the City. The committee members were:
Robert Anderson PLS; Bush, Roed&Hitchings, Inc.,
Carrie Davis; Technical Services Section(Recorder),
Abdoul Gafour; Utility Systems Division,
Arneta Henninger; Plan Review Section, Development Services Division,
Jae Lee; Transportation Systems Division,
Robert Mac Onie; Technical Services Section (Chairman),
Jon Warren PLS; Dodds Engineers, Inc.,
r Dennis Wegenast; National Geodetic Survey.
The committee developed the standards, specifications and phasing for all ensuing work.
All survey work meets the requirements specified by the Federal Geodetic Control
Committee in Standards and Specifications for Geodetic Control Networks dated September
1984. The project was split into three phases: 1) monument recovery, 2) horizontal
.. control and 3) vertical control. The monument recovery project was performed by Dodds
Engineers, Inc., under the direction of Jon Warren PLS in 1992 and early 1993. This
project identified existing Public Land Survey System corner monuments and other
r monuments (NGS, C&GS, King County, City of Bellevue, major intersections and those
located near current and proposed capital improvement projects) important to the
development of a survey control network. In most cases, street centerline monuments
were selected for both horizontal and vertical control due to stability and maintenance
considerations.
The second and third phases ran concurrently during 1993 & 1994. The horizontal
' control phase was executed by Bush, Roed & Hitchings, under the direction of Robert
Anderson PLS, using Global Positioning Systems (GPS) technology per the Federal
Geodetic Control Subcommittee Standards for GPS control surveys as defined in
Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning
Techniques dated August 1, 1989. This phase established NAD 1983/1991, Washington
State Plane, 2nd Order, 1 st Class, northing and easting values for 122 monuments in and
TS_SERVER//SYS2\M"S\83m\control\scn.doc 1 2 May 2000
r
i
around the City. Four NAD 1983/1991 National Geodetic Survey (NGS) high precision
geodetic network (HPGN) monuments (BROWN, PT B 1962, HAFF and MUD MTN)
controlled the GPS survey. All coordinates show are "Washington Coordinate System of
1983/1991,North Zone."
The vertical control phase was performed by Triad Associates, under the direction of ,
Brad Freeman PLS, using a Wild NA2000 automatic auto reading level and Star*Lev
adjustment software. This phase established NAVD 1988, 3rd Order, 1st Class, '
elevations on 190 monuments in and around the City with 70 of these being horizontal
control monuments as well. The leveling project was divided into seven primary
interdependent loops connected at a minimum of two points with common benchmarks. '
Additional legs were run across the primary loops tying into two benchmarks at both
ends. A total of 15 NGS benchmarks were part of the network, four of which were held
in the final adjustment (NGS Archive Numbers SY0232, SY0162, SY0163 and SY0617) ,
and provided substantial agreement(less than or equal to 5mm) with 5 others.
The City, in 1995, will have reference points set for all Survey Control Network street ,
centerline monuments not currently referenced. Over the next several years monuments
in need of upgrade will be reset as part of an ongoing maintenance program or where
capital improvement projects would likely disturb them. ,
As an adjunct to the Survey Control Network the city has developed the enclosed
Surveying Standards. Al Hebrank of Hebrank & Associates developed the first draft of '
these standards which were modified to require the use of the Survey Control Network
for all public and private development projects within the city and define the ,
responsibilities of the surveyor in the establishment of new monuments and their
associated records. The standards have been reviewed by at least ten licensed surveyors
for completeness and suitability.
The City of Renton and its urban growth area lie between latitudes 47° 25' North to the
south and 47° 32' 30" North to the north. In most cases the combined scale factor
(elevation and grid scale) throughout this area can be treated as equal to 1.0000000. .r
Table 1. shows the grid scale factors for each minute of latitude in the Renton area
identified above.
Please note that the relative accuracy for the grid scale factors is approximately 1 in
60,000 at 47° 25' N to the south and 1 in 111,000 at 47° 33' N to the north and thus for
most survey work will have no impact on surveys covering less than 1.5 miles.
i
r
TS SERVER//SYS2\MAPS\83m\control\scn.doc H 2 May 2000
i
TABLE 1.
LAMBERT CONFORMAL CONIC PROJECTION TABLE
Washington Coordinate System of 1983/1991,North Zone for Renton
Tabular. Grid
Latitude Radius Difference Scale
for 1" of Lat. Factor
470 25' 5807452.516 30.88355 1.00001659
.. 470 26' 5805599.504 30.88353 1.00001310
470 27' 5803746.492 30.88352 1.00000970
470 28' 5801893.480 30.88351 1.00000638
470 29' 5800040.470 30.88350 1.00000315
470 30' 5798187.460 30.88349 1.00000000
,. 470 31' 5796334.450 30.88349 0.99999693
470 32' 5794481.441 30.88349 0.99999395
470 33' 5792628.431 30.88349 0.99999105
The range of elevation in Renton is between 0 and 200 meters (0 and 656 feet). Table 2
shows the scale factor due to elevation.
r
TABLE 2.
SEA LEVEL REDUCTION TABLE
Renton
Elevation Sea Level
Feet Factor
" Sea Level 1.0000000
500 0.9999761
1000 0.9999522
The worst case relative accuracy for an elevation of 650 feet with an interpolated scale
factor of 0.99996893 is approximately 1 in 32,000. When combined with the worst case
grid scale factor of 0.99999195 it yields a combined factor of 0.99995998 for a relative
accuracy of approximately 1 in 25,000.
It should be noted that Washington state uses the US survey foot and the conversion
between feet and meters is 3937/1200 or 3.28083333 feet per meter.
An analysis of the differences between NGVD 1929 and NAVD 1988 elevations in and
' around Renton yields a conversion factor of+1.092 meters going from NGVD 1929 to
NAVD 1988.
The information in this document has been extensively reviewed but there is always the
possibility that some particulars of the monument locations, descriptions or values are
either misleading or incorrect. If any such errors are found please contact the City of
Renton's Mapping Supervisor at 277-5569. This document will be updated on an
ongoing basis as monuments are upgraded, added or as corrections are made.
TS_SERVER//SYS2\MAPS\83m\control\scn.doc iii 2 May 2000
City of Renton
Surveying Standards
aw
1
City of Renton Standard Plans & Supplemental Specifications '
Section 1-11
Adopted December 16, 1996 ,
Effective January,21, 1997
1
i
1
TS SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-1 2 May 2000
Vertical Datum of 1988, and tied to at least one
1-11 Renton Surveying Standards of the City of Renton Survey Control Network
benchmarks. If there are two such benchmarks
1-11.1(1) Responsibility for surveys(RC) within 3000 feet of the project site a tie to both
All surveys and survey reports shall be prepared shall be made. The benchmark(s) used will be
under the direct supervision of a person shown on the drawing. If a City of Renton
registered to practice land surveying under the benchmark does not exist within 3000 feet of a
provisions of Chapter 18.43 RCW. project,one must be set on or near the project in
All surveys and survey reports shall be prepared a permanent manner that will remain intact
in accordance with the requirements established throughout the duration of the project. Source of
by the Board of Registration for Professional elevations (benchmark) will be shown on the
Engineers and Land Surveyors under the drawing, as well as a description of any bench
provisions of Chapter 18.43 RCW. marks established.
1-11.1(2) Survey Datum and Precision 1-11.1(3) Subdivision Information(RC)
(RC) Those surveys dependent on section subdivision
The horizontal component of all surveys shall shall reveal the controlling monuments used and
have as its coordinate base: The North the subdivision of the applicable quarter section.
American Datum of 1983/91. Those surveys dependent on retracement of a
All horizontal control for projects must be plat or short plat shall reveal the controlling
referenced to or in conjunction with a minimum monuments, measurements, and methodology
.. of two of the City of Renton's Survey Control used in that retracement.
Network monuments. The source of the
coordinate values used will be shown on the 1-11.1(4) Field Notes(RC)
Field notes shall be kept in conventional format
r survey drawing per RCW 58.09.070. in a standard bound field book with waterproof
The horizontal component of all surveys shall
meet or exceed the closure requirements of Pages. In cases where an electronic data
1 collector is used field notes must also be kept
WAC 332-130-060. The control base lines for with a sketch and a record of control and base
all surveys shall meet or exceed the requirements line traverses describing station occupations and
for a Class A survey revealed in Table 2 of the
what measurements were made at each point.
Minimum Standard Detail Requirements for Every point located or set shall be identified by a
ALTA/ACSM Land Title Surveys jointly number and a description. Point numbers shall
established and adopted by ALTA and ACSM in be unique within a complete job. The preferred
1992 or comparable classification in future method of point numbering is field notebook,
editions of said document. The angular and
linear closure and precision ratio of traverses Page and point set on that page. Example: The
first point set or found on page 16 of field book
used for survey control shall be revealed on the 348 would be identified as Point No. 348.16.01,
' face of the survey drawing, as shall the method
of adjustment. the second point would be 348.16.02,etc.
The horizontal component of the control system Upon completion of a City of Renton project,
for surveys using global either the field notebook(s)provided by the City
Y ll g positioning system or the original field notebook(s) used by the
methodology shall exhibit at least 1 part in will be
50,000 precision in line length dependent error surveyor given to the City. For all other
analysis at a 95 work,surveyors will provide a copy of the notes
Y percent confidence level and t
performed pursuant to Federal Geodetic Control o the City upon request. In those cases where
Subcommittee Standards for GPS control an electronic data collector is used, a hard copy
surveys as defined in Geometric Geodetic print out in ASCII text format will accompany
Accuracy Standards & Specifications for Using the field notes.
GPS Relative Positioning Techniques dated 1-11.1(5) Corners and Monuments(RC)
August 1, 1989 or comparable classification in Corner A point on a land boundary, at the
future editions of said document.. juncture of two or more boundary lines. A
The vertical component of all surveys shall be monument is usually set at such points to
based on NAVD 1988, the North American
TS_SERVER//SYS2\MAPS\83m\control\scn.doc 1-11-5 2 May 2000
physically reference a corner's location on the requirements of the project, the original will be
ground. recorded with the King County Recorder.
Monument Any physical object or structure of If recording is not required, the survey drawing
record which marks or accurately references: shall be prepared on 22 inch by 34 inch mylar,
and the original or a photographic mylar thereof
• A corner or other survey point established will be submitted to the City of Renton.
by or under the supervision of an individual The survey drawings shall meet or exceed the
per section 1-11.1(1) and any corner or requirements of WAC 332-130-050 and shall
monument established by the General Land conform to the City of Renton's Drafting
Office and its successor the Bureau of Land Standards. American Public Works Association
Management including section subdivision symbols shall be used whenever possible, and a �r
corners down to and including one-sixteenth legend shall identify all symbols used if each
corners;and point marked by a symbol is not described at
each use.
• Any permanently monumented boundary, An electronic listing of all principal points
right of way alignment, or horizontal and shown on the drawing shall be submitted with
vertical control points established by any each drawing. The listing should include the
governmental agency or private surveyor point number designation (corresponding with
including street intersections but excluding that in the field notes), a brief description of the
dependent interior lot corners. point, and northing, casting, and elevation (if
applicable) values, all in ASCII format, on IBM
1-11.1(6) Control or Base Line Survey PC compatible media.
Control or Base(RC)
e) Line Surveys shall be 1-11.1(7) Precision Levels(RC)
established for all construction projects that will Vertical Surveys for the establishment of bench
create permanent structures such as roads, marks shall satisfy all applicable requirements of
sidewalks,bridges,utility lines or appurtenances, section 1-05 and 1-11.1.
signal or light poles, or any non-single family Vertical surveys for the establishment of bench
building. Control or Base Line Surveys shall marks shall meet or exceed the standards,
consist of such number of permanent monuments specifications and procedures of third order
as are required such that every structure may be elevation accuracy established by the Federal
observed for staking or "as-builting" while Geodetic Control Committee.
occupying one such monument and sighting Bench marks must possess both permanence and
another such monument. A minimum of two of vertical stability. Descriptions of bench marks
these permanent monuments shall be existing must be complete to insure both recoverablilty
monuments, recognized and on record with the and positive identification on recovery.
City of Renton. The Control or Base Line 1-11.1(8) Radial and Station — Offset '
Survey shall occupy each monument in turn,and Topography
shall satisfy all applicable requirements of (RC)
Topographic surveys shall satisfy all applicable
Section 1-11.1 herein.
requirements of section 1-1 1.1 herein.
The drawing depicting the survey shall be neat,
legible, and drawn to an appropriate scale. All points occupied or back sighted in •
North orientation should be. clearly presented developing radial topography or establishing
and the scale shown graphically as well as noted. baselines for station -- offset topography shall
The drawing must be of such quality that a meet the requirements of section 1-11.1 herein.
reduction thereof to one-half original scale The drawing and electronic listing requirements
set forth in section 1-11.1 herein shall be
remains legible.
observed for all topographic surveys.
If recording of the survey with the King County
Recorder is required, it will be prepared on 18 1-11.1(9) Radial Topography(RC)
inch by 24 inch mylar and will comply with all Elevations for the points occupied or back
provisions of Chapter 58.09 RCW. A sighted in a radial topographic survey shall be
photographic mylar of the drawing will be determined either by 1) spirit leveling with
submitted to the City of Renton and, upon their misclosure not to exceed 0.1 feet or Federal
review and acceptance per the specific '
TS_SERVER//SYS2\"S\83m\control\scn.doc 1-11-5 2 May 2000
Geodetic Control Committee third order relationship between the witness monuments and
elevation accuracy specifications, OR 2) their respective corners shall be shown or
trigonometric leveling with elevation differences described on the face of the plat or survey of
determined in at least two directions for each record, e.g., "Tacks in lead on the extension of
�w point and with misclosure of the circuit not to the lot side lines have been set in the curbs on
exceed 0.1 feet. the extension of said line with the curb." In all
other cases the corner shall meet the
1-11.1(10) Station--Offset Topography
(RC) requirements of section 1-11.2(1)herein.
Elevations of the baseline and topographic points All non corner monuments, as defined in 1-
11.1(5), shall meet the requirements of section
shall be determined by spirit leveling and shall
satisfy Federal Geodetic Control Committee 1-11.2(2)herein. If the monument falls with in a
.� paved portion of a right of way or other area,the
specifications as to the turn points and shall not monument shall be set below the ground surface
exceed 0.1 foot's error as to side shots. and contained within a lidded case kept separate
As-Built Survey(RC) from the monument and flush with the pavement
All improvements required to be "as-built" (post surface,per section 1-11.2(3).
construction survey) per City of Renton Codes, In the case of right of way centerline monuments
ar TITLE 4 Building Regulations and TITLE 9 all points of curvature (PC), points of tangency
Public Ways and Property, must be located both (PT), street intersections, center points of cul de
horizontally and vertically by a Radial survey or sacs shall be set. If the point of intersection, PI,
by a Station offset survey. The "as-built"survey for the tangents of a curve fall within the paved
a must be based on the same base line or control portion of the right of way, a monument can be
survey used for the construction staking survey set at the PI instead of the PC and PT of the
for the improvements being "as-built". The "as- curve.
.w built" survey for all subsurface improvements For all non corner monuments set while under
should occur prior to backfilling. Close contract to the City of Renton or as part of a City
cooperation between the installing contractor and of Renton approved subdivision of property, a
the "as-builting"surveyor is therefore required. City of Renton Monument Card (furnished by
All "as-built" surveys shall satisfy the the city) identifying the monument; point of
requirements of section 1-11.1(1) herein and intersection(PI),point of tangency(PT),point of
shall be based upon control or base line surveys curvature (PC), one-sixteenth corner, Plat
r made in conformance with all of section 1-11.1 monument, street intersection, etc., complete
and 1-11.3(1)herein. with a description of the monument, a minimum
The field notes for "as-built" shall meet the of two reference points and NAD 83/91
wr requirements of section 1-11.1(4) herein and coordinates and NAVD 88 elevation shall be
submitted with stamped and signed "as-built" filled out and filed with the city.
drawings which includes a statement certifying
the accuracy of the"as built". 1-11.2 Materials
The drawing and electronic listing requirements
set forth in section 1-11.1(6) herein shall be 1-11.2(1) Property/Lot Corners(RC)
observed for all"as-built"surveys. Corners per 1-11.1(5) shall be marked in a
permanent manner such as 1/2 inch diameter
1-11.1(12) Monument Setting and rebar 24 inches in length, durable metal plugs or
Referencing(RC) caps, tack in lead, etc. and permanently marked
■ All property or lot corners, as defined in 1- or tagged with the surveyor's identification
11.1(5), established or reestablished on a plat or number. The specific nature of the marker used
other recorded survey shall be referenced by a can be determined by the surveyor at the time of
permanent marker at the corner point per 1- installation.
11.2(1). In situations where such markers are 1-11.2(2) Monuments(RC)
impractical or in danger of being destroyed,e.g., Monuments per 1-11.1(5) shall meet the
the front comers of lots, a witness marker shall requirements as set forth in City of Renton
be set. In most cases, this will be the extension Standard Plans page H031 and permanently
of the lot line to a tack in lead in the curb. The
TS_SERVER//SYS2VMl"S\83m\control\scn.doc 1-11-5 2 May 2000
ow
ES - 9 T23N R5E SW U4
k C3� 2166 r } 3 C' +f9 t i --—
t 154 / 216 j719
ry—?_ __ _ _. 21651 216 717
61 2 1 �- +
�1
5
1302 + +1318
126344
56 1936
i ! }317 I i
' �/
+1316 ' •rte— ,
OL
+1315
I �• s ► J _
J
2286
1314 2287' 1
r
z f r
1884 t�l
..
r•
w
r
r
r
- r
16 T23N R5E SW L4 LEGEND
CITY OF RENTON i
® Horizontal & vertical
SURVEY CONTROL NETWORK 2222
MONUMENTS & BENCHMARKS ® Hori=ontcd Only
ti�Y o� TECHNICAL SERVICES s®3 Vertical Only
• • PLANNING/BUILDING/PUBLIC WORKS
02/14/00
Morxxnent
® ��® 9w --- Renton Gty Limits
F5
�:§ 16 T23N R5E NW 1/4
E5 • 9 T23N R5E SE 1/4
11502
4LIE-1, SL. j -50
3�
+1586
_ 1305+
?, NE::3rd
' t
t
' H ;
477 � G
}1210 -_. i i t Z
Z — - 2188
1.8--85-
124 L
j t 2402+
�2406+�
_
239
9'4+17,7
714,+9.
i --
-4 7 8,773
3 ;
w �
----
176
16 T23N R5E SE 1/4 LEGEND
CITY OF RENTON
1111
SURVEY CONTROL NETWORK ® HOf1zOntal & Vertical
MONUMENTS & BENCHMARK z®z
S Finn=onrd Only
TECHNICAL SERVICES 3333
PLANNING/BUILDING/PUBLIC WORKS ® Vertical Only
01./14/00
Monument
® 456 Renton City Limits
F5
=§ 16 T23N R5E NE 1/4
SECTION 16 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
478
Location: Found a 1/4" bronze pin on a chipped concrete post monument down 0.65' in
a monument case at the constructed intersection of SE 2nd Place and Union
Avenue S.
Monument: 1/4 IN BRONZE PIN ON CHIPPED CONC MON, IN CASE, DN. 0.65'
NORTHING: 54382.026 EASTING: 399701.012 ELEVATION: 119.182
612 NW Corner 16 T23N R5E
Location: Found a 3/8" copper plug and a punch on a 4"x4"concrete post monument
down 0.45' in a monument case at the constructed centerline of Edmonds
Avenue NE approximately 160' south of Ferndale Avenue NE. See City of
Renton monument reference card number 612.
Monument: 3/8 IN CU PLUG & PUNCH ON 4 IN X 4 IN CONC MON, IN CASE, DN. 0.45'
NORTHING: 55213.302 EASTING: 398098.887 ELEVATION: 79.269
1502 N 1/4 Corner 16 T23N R5E
Location: Found a 2"flat brass disc with a punch mark in a 4"diameter pipe filled with
concrete down 0.6' in a monument case at the constructed centerline of NE
4th Street& Monroe Avenue NE. See City of Renton monument reference
card number 98 and 1502.
Monument: 2 IN BRASS DISC W/PUNCH ON 4 IN CONC FILLED PIPE, IN CASE, DN.
0.6'
NORTHING: 55202.256 EASTING: 398907.471 ELEVATION: 104.057 ,
F5-1
SECTION 16 T23N R5E W.M.
28-Apr-00 Horizontal: NAD 1983/91 Meters Vertical: NAVD 1988 Meters
1503 NW Corner 15 T23N R5E
Location: Found a 1/8"copper pin in a concrete post monument down 0.7' in a
monument case at the constructed intersection of NE 4th Street& Union
Avenue NE.
Monument: 1/8 IN CU PIN ON CONC MON, IN CASE, DN. 0.7'
NORTHING: 55189.601 EASTING: 399714.506 ELEVATION: 122.231
1520
Location: Found a hub and tack in a monument case approximately 100 feet NE of
intersection of SE 5th St. and Maple Valley Hwy.
Monument: HUB &TACK IN CASE
NORTHING: EASTING: ELEVATION: 19.069
1884
Location: SUPERNET STATION HAFF- Found a standard National Geodetic Survey
(NGS) horizontal control brass disc stamped "HAFF-1990", in the top of a
round concrete monument that is flush with the ground surface in the median
strip at the northeast corner of a parking lot at the King County Public Works
facility at 155 Monroe Avenue NE, approximately 116'westerly of the
projected westerly side of building A, approximately 53' southerly of an east-
west chain link fence, approximately 12' southerly of the northerly end of the
median strip, approximately 9' southerly of a fire hydrant and approximately 5'
northerly of a witness post. This monument has a Bush, Roed & Hitchings
(BRH) GPS station designation No. HAFF.
Monument: 3-1/2 IN BRASS DOME W/PUNCH ON CONC MON, FLUSH
NORTHING: 54784.236 EASTING: 398798.362 ELEVATION: 103.916
F5-2
TRAFFIC CONTROL
INFORMATION
CITY OF RENTON
TRANSPORTATION SYSTEMS—TRAFFIC OPERATIONS
TRAFFIC CONTROL PLAN
CONSTRUCTION COMPANY: APPL. DATE:
ADDRESS: PERMIT #:. .
PHONE #: ( )
CONSTRUCTION SUPERINTENDENT: MOB./CEL. #: ( )
PROJECT NAME: FAX #: ( )
IN PROJECT LOCATION: N/E/S/W OF:
WORK TIME: APPROVED BY:
WORK DATE: APPROVAL DATE:
1111
NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL' BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC
CONTROL DEVICES (MUTCD).
2) CALL 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE, AND POLICE
DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY.
3) CALL METRO TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY—FOUR (24) HOURS
IN BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE.
4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK.
5) APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS.
6) ANY VEHICLE AND/OR EQUIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF WAY MUST
DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME, ADDRESS,
AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT.
COMMENTS:
SKETCH
—NORTH—
wr
X11
it
OFFICE COPY T-
I have been informed of my responsibilities for traffic control and CONTRACTOR
agree to comply with all traffic regulations of the City of Renton. DEV. SERVICE, INSPECnON K. KITTRICK/
DEV. SERVICE, PLAN REVIEW
SIGNATURE: DATE: POLICE KATIE NcDJNCY/a IMLCOX
-------- -- FIRE JIM GRAY/STA. #11
C:\Traffic Operations\Traffic Control Plan\tcpforrnl.Owq
r
I, representing
agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic
control plan and obtain City approval of that plan. That plan shall be implemented for all
street and lane closures, and the plan shall be performed in compliance with the Manual on
Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours
,! before any street or lane closures. I understand any lane or street closures not in
conformance with the approved traffic control plan and/or without notification of emergency
services may result in my receiving a citation for violation of R.C.W. 47.36.200 through
47.36.220, 9A.36.050 Reckless Endangerment, and other applicable State and City codes.
I certify I am responsible for the project.and the responsible party to be cited for violation of
R.C.W. 47.36.200 through. 47.36.220 or 9A.36.050 Reckless Endangerment, and other
applicable State and City codes.
NAME:
D.O.B.:
HOME ADDRESS:
r
WORK ADDRESS:
WORK PHONE: HOME PHONE:
COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR:
WASHINGTON STATE DRIVERS LICENSE NUMBER:
�t C:\Traffic Operations\Traffic Control Plan\tcpforml.doc
r
r
r
r
r
ui
a Jp
W ),.�W M N
N U
Z O W ;0i C Z
O
u _ �� ' g"''yam z ��. .g N o g a ..
Q o x wo L a1 �� h Zw� a r. woo p U
° ,` Z O Q° m w� Q c
N U.w� W U..~p <U)i g Ln
Ln fQ F0
m a° as o` J aLL.0.
x w x« zow
In a rx Owx N i i o_ a r
In In Ow
zW 2 QO °
OZ In .-.r UOx m r .<-a� � yw
•-•Y W W lJ U Q N < N O j `9
rc U UZ ZKQ �� g
QQ ZO O W
r0 > w m Q W
UI W O J •W Q U r G N n W t
W O OW OInO Q. .p N '
w ° vf' w z v W
C)u) z w- Oc.UO �^
C71r W z1- ...•U.-.. LL �
<O r U OQIn W H Y x �j
N JO X W QJ•--• � W n >
W W x W Vl O �W> W r c W W V.-
o co co
F J W a o o ° o
Z N M Q N r R< N C Q N
n O
• 4 o a ~° fill
D � <
v.
W
W n ~
o
x z x
W
d d d N
3.
ui o to o O Yo
0
Q
Q
ooLL'
O
0 O O O 2
W
U •a �- O w ti J Q W w
Q cr k v
o f a b 'b a s w o Q o^
N oe «° oD °o zo : o x .^•'�2 awe a°
o < o o N`c n o ¢° z, 2; ¢ �rr ao
Z ¢ o C e e r r Q WQN O rJ N. Q N`O OZ
C7 o L D o a n e °o ° ti Iwo
W N J 2
cr
o ar
. za O
�Z LL
KUNO K
F-V1 4- Q•-• - Q
Wr UV10% U
W W Z r U Q Q r
4 U O O O O N OZO=O O
W Z m D i
--Wm OX O �
O� r F o-0�;0 Oz �� d
W Z
006' is
< Q W 9
w i
X;
0 0/ a ¢
O LL S �; Q
W
zs o
O 2�
UW
NLL K 'no >
9 oQ v�o� r w F
a o v\i p_ww Q� Z O
Z W 0 n N Q O N J O � U
RK ~ {rnro x"Z m o �.
uW d, O QJ ro0 K r
N m Sa W W O z O
2 r- V LL K O Z
p 7•-•Q d o U
N cr W Z
r U Z U~ Q
N b�6 \ �O • r w2 m
a
N 00 \, 1-1 r .... r
U S °
z o a rin �,
0 o OF, _ C7 z a c� r w In
-OS, J x 3 X
a W a w
�0 o N O w
o O
i s cr=Q 0 1
N +
II O ` O 1
� o 1 1
O 1
W • a
C) <W w a
J O V1-0' O C, V) W . W/'
O H V)<D W W w N O . . �Q N
o ��� ozz o o 8 > >C °o
0 o z--o z
x u J w u �G dg�! p = z Z o
= WOU U �O LnZ
N U JO_ MZw w.- Z� F- ,rd� O '�y J� w N
a maw z oao sf �� W i °< ° C1= h F-g
0 o aaz C ► «„ WG a ! Zd
u a waa N a» OO x < W
a z z^J w aw > wo. T I z D o p lil
w aoW u inx n ooz z s Z o v o g zW p F-
xwo �+ moJ ua wJ x e r j+�r� �� 5 Q W W Q Q w
w r- u- �-
a o wW W �oz �o �a " op f 6S g �_ Q = dUZ p U
a z W-'u o• nc .:: W x _ P0. ~G
Juz o a n coo og 2 Q p E
oLn mwa wo rov aY� �O N Q U to a
w JW aa> ino Www �-au mow. -Z Ce
V OZ HNO �.-. WwVI Oa <
- oa a w wdo waa ro U r {�
> M oz >r a n = s aw Q a u°
w to a W z in N r--w-- o e
o r- x.. zW aa:
V)Z SUI Z �""
J3 a> �!2z Nf� OOw N
z UU ayJ �W ...0 aO� a i v
_ _ wx-- rD:w xwo Z o ° o� e
F-- >7 V1 0 w w u J W W w e Vo (' ¢ ¢ ¢� C e .per QO
VI X WO Z... WZ Qow zwcr F- O O 0 0 0 0� C PN r
w w oan , N< mow o
ao� a�u
0
z N n v m r ♦ 4'
W W�
W e '
R ^ o Y o
Qk
J cx r o ° ��=
g
W LZsNN f N tt
cr g-
J W a
d N n J N a W N
W =O= U O
Z
a x
Q Y
N N 3
n U
c< m U
<_ O w
N
K V
u=� J W 4
N w I u
NN O W
N
O a u
3 V1
O U U
WJ a =z tWn vWi
V O 0 0 O U<O
� J J In
u
z O
u G
W W¢w
6 O O O O Y
> n N
W 'V
W ~
u r m J z
o I� z
= W
aSS M N O W
z 3 d n W N
W 1 � � W �•
= N n
x d
U ti
F u
o ou
• z wa
I I a ? w Vt C)z
iN.. W q 'n V u
n < dl
Q YZ VI
Y N Q W U....
N w O' F- O W,
O f� z U D:O <U
O dl n O � F-W^ V7 Of
O Q: =W N N F
LD W Z
O •--U<
W 3.
W-W O
Q m O O U
ao w
wZ Wo< J X
Q W a Z ^
U O. <0 m 1-- O w SW O WO
a wW wSW ZU
Ln
> > �W aO a OW wU LJVI Li W n N ° F UU
LL w > a < .
ZD LL wO (i ^ a' U Ja
m Z O z a U U w Q Vf
W Z LL1Z2 aZ
10 G '^ U z =) a w r-w r-W
« O o o W 0 o X cr ��0 0=
w w a_ aaW O
1-
- o
w Y 13 rv,51 v,
o ..
a r W
U W _
J < cE) 8g op go Z F N N
O Vl " Z Z °
O W to cn �W J r Q
z�- w Qln �c�. J p �y ... d' O J a �.:.
< U J< - - a ♦ c D(.) m F
Ocr w J O .> S �{ .r, rd ' �V� IL a Z d
U W Z
<01- U W In 1�
z~. n vxia< wo �- wr ~ C �.I Z O�'Q' w o o° D w
iCJ a z n.a z - UJ • W ' ° ° ° AN ° W LL< Q w
¢m vww rz w <ww �1r ¢m Q,� �u F-Q0 p C7
<o Q azr- r--. s n ac o o 7� t� s c V G o a Z F Q
Li W O i- N r V a ° ��4 W Z s 0}Q
V1 NQ •" <. WSUI `� " Q �-
o m ln-' w f-O -� o Q ZIL Q < O F-F- g a
z a<.- F-W a xJ N ��
WO w < xz 1- ."Ou '� '�^ e h Q U `n
sW m mw< c.�z Ja - W
w> Ja -< O maw = v vooi N d
>O J WUS JS z <az
<m J F-- - U w WQQ (,7
a W Q W W U U. J Z N r
S mSx ZY O Z^ .n •"
-•co In oW3 <C,f cam- o° _ u o 0 0
L- U U O Q In W W �' d i
UJ Z -O 30 m W-U
•--•J ^- w In W i-O W J U Z a
J< Y OF-F- U W -r mW< O O
W= a �� zoo ¢x <a> Q R r R
zln < on -Li or 1-- 1--VlQ F' o N i
0 ' Z Q W ZVIW <K m < - -
UW ZQ m0Z m0 OZ
J r WWo O 3 aWZ .. = a ° ° ° LLl
(.D 03 a z0 mwcn Wx S- D N S - > W am
z< < o- m< Qln J3 - - o
U m WQQ r -< J.-w a T z C+
H- O Vl F-W QJm OW < J Z Wry ° - Z 3 S1 Q� LC
NJ a OZ= <Jx QU HZ- iot _ _
-a a s-< w<c� < lnc�s _ �_� Fl X o
n xa w xaJ rx- ow z- - ca
w�W In vlz am ...ln a N li ti Om
�- 0
O Y
2 N /ll Q Ill l0 Z U tl
° U s i v3
O O
Ill t O Ill
W N O O ,
W i Z o i�0 8°Inb Ch
¢ o PM
Ig
L c o.
CO pw
a
O Z Z w
or
O O _
N U
U = Z �� Qww
0
OJ _m O O= y
° oa
-00 a
0 6:
0
� . s e 1 x x x u
0
� 6
bey I 41
Z ♦ HE
♦ N °
'0 f+[
♦ �- � In
m
0
df J
Y It
X z o W w u
° Z U
on ¢
Q CL w ^
lal p o¢ > O V1^
O O = _°o p
Q: 3 Q r N =mw Q oc�i<
d w <
�' In= F- O
= Q m n o wum- O Z V < ZWO SO
m O Ul U
u U 1
Q W O S U Z W N <z J Z
O - O W Q
w Y W O 3 r
� N - W< �r w•_ a w � K UO f JJ O U ZZ<= i LL r < U cr <w UW
n ° ma ww < olna z < F- S z a a--z....
w < n zJw n o a w o «W <�
LL. lr_ U O N O•� Z Ul •--• H li O U •-' x-
= a < W J-U UU
Z Z) .°l o a z N a r �n o-
ca a rw W
m m =o U a < or -¢a Wa
0 < U < �-- <N _,In
0 Z W 0 <
JW a zu+ 0 W 1- O Z
z a W "'Z
M < J f O Sx 03
W ix m W W W3
C, 0 N
wT o ® $ N
J U
SITE PHOTOS
Monroe Ave. NE Storm System Overflow Project August 2007
6
Monroe Ave. NE
Looking Northwest -
r
Existing 72" Cg
1
1 Ex. CB 72"
,A' k
1 1
1
Ip
6k
Willa
�. Monroe Ave. NE
Looking West
Toward Fence and Pit
1
' Ex. CB 72"
Am
Pit, Slope, and Trees
Looking South
1 From McDonald's --- Approx. Area for
Rock Apron
STANDARD DETAILS
N .)
C)
w o
N
,w 0 d 0 L F-F- 0:5
N N
a L 72 _ ° Z d ;n
-0 0 _C
a ° Em=_ u to pwOf F
.■ N 3 E �4 ° o y �� m Hwdp �]
vi 0 10 o v c m F < n O7 LIB Ln a O Z C�
.0 E c_ a
o`
a i� ° �`o o zo aC7QC70 Q^QUcn g
c Er E I v� }� Vo
s 0• c 0
L
4
a 3 N"C °O N ° Zw 4 O
L s c Eve L a �z 6 Ln m Lf� It o q� �O
m._ o w" W �- = N N a
a+ o w 3 fn\ � 6
<� z ° ?
L inc ._ oa m o me - O C7Q © w n � 7I Z
° c qe,p
3 U b # N
°
= q N of of OJ O Q
n U
v
m o c > E z H W
:E ° a o w - 3 cn E
a :
<j t� i, co io io io d
`oo E•Z aE � aU oU w 03p N N M M M M
ul-a E o X u c� ° Q XvN 00 O N tf w R a© N $
a a ° ° ,� W q O N d d co I- c0 U Q
N a° '- v:EY m� s m m z d N O M � Uv w
u E% on ° ° L c, v cn ¢ U
z _
C cn z N N � w ; .
U m V Q Q J H 4 (o N st O N 2
W 4 W M M •t N to I, W
m �_jM
FW-- W 2 N
W F-NN
W
z Lo co cc 00 a c) � ° n v � w 000
o o °a a
+,
+ CY {— U U
= =z� Qv
C.---W p„ V' O N v' co Fn W 00 V O N V' =0 In 0
.Q d- Ln cD tr o0 rn q Q 2 �h 'n [o n N of
Q Um6 Xvv 0 Ln
w° p O0�
< Mix
>o t �
O U W z
W
z ilp
<� Q a
cr
N
m� m z
z
cK�i�d < w� ' x io b
o
--- -- E
w w
w En
• G
:. xVw W f a a
ZW t W
r N
'NIW ,f
X
4
cC W
r' U)
�. m
' 'XYW .9d {ir w d °w
NIY1.fib :., <Z r,m
fn
U J
:, - - --- .s ya
�. as
(3DM+N3INIVW MOj)
'XVM .0 - sJ
1
J
2 II b�il w �Z o
C v)Z Z C < cn N
'YVW.aY .6 g 3� •ta' pd 4� W N g o Z Z N
0
a o
w C
F_ ..� x WZ= m w
4fl� F-
O H -iFW-o Q Q [l]
_1 LL JW a'Ci Q oO 0 a j...
w CIO N =QUt~n
a �
W ~
d E NIA w N W
E� VI,c o z 6 N
3 � 1 Z =
AL cn • 7 a
to
d N C
mE3 U g U
W
i
\\\ o
Z ,
O
H
U
� W CL N
0 W W
F Z
O
2 2
0w Z
V
K
� •Nm.a�
°
U U'
a z
N Q �
N Z
IL
n 0 F- Or
_ a i CL
J >0
V1 m
LL
ac w
TRENCH EXCAVATION
SEE DETAIL
FOR PAVEMENT PATCH
d d
G O
Q �
a BACKFILL MATERIAL
NATIVE IF IT MEETS SPECS,
OR IMPORT PER SECTION 9-03.19
° (BANK RUN GRAVEL).
a °
a a °
a a
a
S ° ° NEW STORMWATER PIPE
d
PIPE ZONE MATERIAL PER
WSDOT 2006 SECTION9-03.12(3)
GRAVEL BACKFILL FOR PIPE ZONE BEDDING
s'
EXCAVATION OF UNSUITABLE SOIL (IF NEEDED)
DEPTH AS APPROVED BY ENGINEER
d d a d d BACKFILL WITH FOUNDATION MATERIAL MEETING
J SECTION 9-13.6 QUARRY SPALLS
NOTES:
1. PROVIDE UNIFORM SUPPORT UNDER BARREL.
2. HAND TAMP UNDER HAUNCHES.
3. COMPACT PIPE ZONE MATERIAL TO 90% MINIMUM DENSITY
EXCEPT DIRECTLY OVER PIPE WHERE COMPACTION WILL BE HAND TAMP ONLY.
4. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO
ENSURE FLOW LINE IS MAINTAINED.
STORM PIPE
TYPICAL TRENCH BEDDING AND BACKFILL
CEMENT CONCRETE
CURB AND GUTTER
3/8"PREMOLDED JOINT FILLER
1'-6•
m � q
fV
5-0"R / 5-0"R. ,
5'-0" R.
4—B 1/4" 5" TCATI. 4' — 8 1/4"
BA SIN FRAME AND GRATE
GUTTER PAN (NOT INCLUDED IN BID ITEM)
PLAN VIEW
CATCH BASIN GUTTER PAN
2'—B•
SLOPE GUTTER PAN
DOWN TO FRAME
AND CRATE
MATCH
1/2"R. 1"R. ROADWAY 5"
SLOPE
1
RECESS TOP OF ,
D . �6 1/z• 1/2"R. ROADWAY
b
�D D
VARIES
D
ADJUSTMENT SECTION
(NOT INCLUDED IN BID ITEM) CATCH BASIN OR INLET
D
p' (NOT INCLUDED IN BID ITEM)
o•
SECTION OA
6 1/2"
s 1/z" 1
1/2•R 1•R MATCH
ROADWAY
SLOPE
p o
1/2"R.
N •D
" D r
p TOP OF D D b
ROADWAY
VARIES
r
SECTION BO r
CEMENT CONCRETE
CURB AND GUTTER PLAN
SHEET 1 OF 1 '
Y p ADOPTED
V A t CITY OF RENTON
i
STANDARD PLANS
N O$ LST DATE:04/04
DATE REVISION BY APPR'D DWG. NAME: F001 SP PAGE: F001
1 \
W
U
O O
a W t
L
v v I � L
U d U N
L p Y
w m 3 L N
m
N c
O O U L J
c d D
- C
N } �
� N L
P
> U
rn
W p L
p - U O
D n � W
9 O D O a
N O 40 v U ~
O C t O
av N > w
U N C p 0 r N Z
O•� ._ m L \\ w
m L LL
Y
Z
/ J
Z
_ Q
N U
O
a
v
xvw „z s{�
N
N
O p
° -
n
O
N � L
UO C
L p V
m U O v \
L L
L m _
O 3
U C
O -
L
L /
v N O I
t 00 DC ° P c0
ON 'O L v O
CL L N UO > 'C _ 10 O /
UO 7 I/ m N F- a •O II I
O L L
O L D L U
m D v N d c p //
L L U /I C W
n v V U O Y
v
Y L
y }
� J }
Pd N
O N v \\
,w > O U l
ID
n
N N \\ -
V
L O DO L DO
ow a a u r o
C O w
°C L D \\ w N C \\ F-
a O U v O W
a+ y - W L Z
N W C C m
V L LL w Lj
Q, W
C L O Z m Z i Y
v W Z
J
' O J
Y
z a _
xvw „z
N J N U \ Q
o U 2
n 41 pppyyyppp y
�' � Q � �}� XVW „Z
U =
L
m XVW „Z
N
\ \ N O
n L
°p F-•U� L v
N
L
41 0 o O L >
C
O O O w OL d U p°
C L CL
10 L p Od
O O
L U p D
O D C
O y O y p L
D
�
P D p
O O P
l
w c m V
W
w
U LO ° U N
N L ; t Z t
E - - a U
O O t W
a v L
O L L C 4 n
U 3 U
J C v t w Y N
E o
C E U O .� O
E E C a t U J N
U O• -
X P U > C t ~
° E w ° W - o Z d
D O L O U Ic T Q N +•.
t L•- N C =
N L O
0 o a N Do c
L U r O 0
N U
p U C u 3`f- >t
O N r
U O U IL
N J N m
O N i O O V Q C)
'
l U
7 W J
U a N N
D C L N U
N U U•- J N r o n
o c ,
O 3 E U - N
U L i 0 O O
n � S a d
t N U t t U O
U L t L
L N O
0 0 O L W
V t 0 D O O
C N N
O O N
Vf U n N O t •_ P .._ U n
W U - O•_ -d C '
�- - - n•E N
o - - c o• v v -
z
LO N
O a
PLL C
N w m o
o E =a a
J O \ M M M
p J L x x x x
C) - u
n M M M
w
z o"
m n n m
o C
C) z n
O ° O n
O 3 W a
z a--
o � -
z O
U N
t o
Pv C m
� n n
Z W 00
a
N^
\a0 W N
u X
J U
M C
% N d O T
dW PLL 9 O N '- O
W � Q Z S W d N v
U z w a -
C Cn m
Z = N C
r O ✓i '
V) 0 0 ti n
Z
O J M
d O
O S m d N N
_ z a
o
U
(, D: U U
\ � Z¢ 0 10
¢U
0
am � Pa M M M M
cr
cr O U O
J U d
X % X
F ¢ 0
N d P LLO 3
n
n n
N CL O U O
p N r z a v a
a
O
O J J ;; r n
U J
U d
X % X
v
cr Q cr
z m 10
0 ID ti r r
Er PLL C N N N N
Vz °i `y d N N N N
j a-
p � n
W O.L \ \`
._ O '
-a c
w
d Q m
r
r
r
r
r
r
r
r
CONSTRUCTION PLANS
r
r
r
r
r
s
r
r
r
p N
\
01 x
N m y
W L
G1 cy
C9 P. g
V
_9a
N N
w N Z Z�
•hj o z s _ ° Z co COE
W G 3
LL) 00 as W
F z0
00 � �"i w w z W LL
cc
(n z C _Q� &oa � �� W>
0 W� �= Z LL y� {y ¢�z LA
a O O o ZV � 2
� �F A OD
tV
_
aa dd �{
�O � �i0��
V1 3
P� w a
N II 8
Nt0 N M ........................................................................................................................................ •�
0 0 0 0 0 \
M M M CM M 0144 x c
IL
1 i
c
...................:...................:...................:...............
. ............. ............. �......
din^
&z3 / �n E
T n
I o % W
^N
as.a as.a I d
W VI O �:
pp �{
-- ----
ram Zp •
xx m
3 O.
Z W
WJ ......... ............. ...... ............... ..............
/ O z_ vl nd ti IU
IL
I I J o I Y°w O O �
...
x �� G � i H a
I III
I I I w g J 1 ..�................... ....�. �.......... a
JNI I mew c� I a Wa INg eaW Q�
........... ........ : ...........
CD W V
CN
11 °ON _ i
•• z :.......................................�...... .... .............. .............. ............. z
CD
U 1 s N Q I I U
CO I I I o
II
i I + ............
. ��
.................. ,. ......................................................................................
ra
°
i ..........
.........
Z
II =1
LI
��
M I U F
w< d
dl
II ��
.......................
.. ..............i... ......... ......<. ...Zw............i................. ............
1 ^ �< i z
yn
?<
W.= L
HVII I� w� N
�---�
p z r.
Z .. . ..
�J I __ _
a l� - -- — ;..;..;..:..:..:. ..:... W
o
3d ONO3V 30N3d i •-ri ' o
OZ w
n
~ w"W
V/ �Wn m N M p F� ^y O (/� ++
= VJ Vd7N i + p+j M WO;M C <d ... ............. ............. ........ .............. ................ OO
1 .N �p ........................ ..... ...... Z coo
Nr w �� _ I 2 I cn c I I �� I
��°° c ad 0 0 0 0 0 0 0 �N
Z ? w(Xw M M M C) M N L.
W U
V O
II
OS£Z-LZ-dMS
tm� r..mmw wr u . r.r w..r om. ....w oneemo rrr wor.rr ■..nm a err ammo r nomm.r ..... mumo
n N
U p
Z Z N N
F-Z) Q x
nO
W wx W E E
Q
w
(y
O N l
QN N O ma Z R
_Ltl ax LLJ
�mw a 00W N
wo �.T s N (¢ > J �H
wo Q W = �W
_ o °w a li l
W OR _ `)Z O�
gop w w mm W Z v~ia
ac 0 o J W w3
ww m v 3 WO
X p ° ¢W
<< Q W
O J O O
U � Uf cc z
i n C r 0
L <�N 0 0O
Z
Z
Y I !-N W o.
Z <
LJ Q m 8
w w U Z a OP-z U o U N V 0
3
o \<W
ZJZ >'Z a
Z --z<< Q LLJ ~_w \
p U
N app I <p Z C I.i.
ry
<a M N Q < U Z°UJ
LL ^u rn
UJ 04 Xa <-i W ZZ°fn L.-
WQ =U D �dQ W
0
CL
0
ro
N
l j �>]
N
N <
N
2
a �b F- o
I 2 ¢ -L V) $ 6p
I U a.
W A ~w Y
CL f = ¢ J W
CL Z N J w d ° k�Y
W U _ \ a ,2/t 9 Q NW ZZ-
W w W QU�mZ
°
C9 � a 2 I W ��ZO
N I _ V' w .4/I 4 g 7Qaaz
C Wf-c,22
uj
CL
—L
LZLJ Z
cn a
0 Uc�o ''=
u0i g vJZSO < a
aN< m3 a� \c�oUm
< ae
Y aaa o Z 0 2
U U)u)
—.I 0 =Q N O d'N Z
°e� llll �Wa Q
} _<°
m 0- z
o
w L Li
aZ
' t—�I Imo— z_V,3
a O° a�Z
z
Nw n a
w v p J Z
1=_-d a- womW W0 X��
3N O w — �9N w "" o
z ° IIIII 530� No
C4 _
fkf
0 o, I—
wa� _
"`"< IIIII W w
I
IIIII o.
a" Z
Z
III W
aZ_ � J
o Q Z ` Z o
ir W O N-i U d w(n Li ORE to
3 z w �� < < w Il---il a�s 0
�in= zaw �� d I I X00 t1 w
a �� � 0
z^ O O Q a 0 d• �i•.� Q U
Z Z a Z m 04 m N K >Z d' T
�Q JX� JIiU J I �F=- 'y :I. QVIUd UL
CL
't Li mOm W L L
N�7 W LLa. H mm 2 ell LXLI
p (jjWO Z -1 ` Q 1°d
W N
w Z avzim 0o
0 << -7 Z
Z v ° W
S m O=Q W 171 J
z .;+ W„LLL.I..LL.IIIJJJ
II U
zo w � o oZC 0 Zap., w
�� �� ��; Z oQ 0a n
Q cim
OZ W
vq� a r-oi
Q0U as w O 0 5N �L �_MW °°� /�/
m W �^ N �{- QZ LL
D z LLJ m U
wW
nV) Nz �z Z
Na co 0
N m
U
0££Z-LZ-dMS
mw r wmwmm r 1mw � 6� "OWN*" somomw awmm. sommow vwwm r INES / row NUNN" dowsor swi1rr wwm r ftm� iANr