Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContract Award Da CAG 08-
Aw ConstructCo.
` 1621 Pease Avenue j
Sumner,WA 98309
Ph:253.826.2050 Fax:253.826.2048
800.241.8280
$275,596 Award Date Au st 4,2008 Y
V
Bidding Requirements,City of Renton 9A0 �" 1
Forms,Contract Forms,Conditions of the �r
Contract,Plans and Specifications
City of Renton
Coilstructioll of:
SR 900(NC Sunset Boulevard)and Hoquiam Aveue NE
Traffic Signal Project
PROJECT NO. CAC 08-
City of Renton
1055 South Grady Way
Renton,WA 98057
General Bid lnfolmatiow 425-430-7319
Project Manager: 425-430-7319
Minted on Recycled Nper
f.
CITY OF RENTON
RENTON,WASHINGTON
CONTRACT DOCUMENTS
for the
SR 900(NE Sunset Boulevard)and Hoqulam Avenue NE Traffic Signal Project
PROJECT NO. CAG-08�
July 2008
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
CITY OF RENTON
1055 South Grady Way
Renton,WA 98057
Printed on Rocycled Paper
CITY OF RENTON
Project Number CAG 08-
SR 900(NE Sunset Boulevard)and Hoquiam Avenue NE Traffic Signal Project
CONTRACT DOCUMENT TABLE OF CONTENTS
Summary of Fair Practices Policy
Summary of Americans with Disability Act Policy
Scope of Work
Vicinity Map
Instructions to Bidders
Call for Bids
Bidder's Checkliist
*Combined Affidavit&Certificate Form:
Non-Collusion
Anti-Trust Claims
Minimum Wage Form
*Bid Bond Form
*Proposal
*Schedule of Prices
*Acknowledgement of Receipt of Addenda
**Subcontractors List
❖Bond to the City of Renton
4-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
City of Renton Construction Contracts Insurance and Related Requirements
Prevailing Minimum Hourly Wage Rates(New job classifications)
Statement of Intent to Pay Prevailing Wages r
Certification of Payment of Prevailing Wages
Amendments to the Standard Specifications
Special Provisions
Standard Plans
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 at Notice of Award
CITY OF RENTON
Planning/Building/Public Works Department
1055 South Grady Way
Renton,Washington 98057
P:\AREN'r0000001 0\06001NFO\0680Specifications\08-0625 Submittat\Boilaplate.doc
rr
CITY OF RENTON
SUMMARY OF FAIR PRACTICE'S POLICY
ADOPTED BY RESOLUTION NO,3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure
equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender,
marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of
employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the
r' 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
err
agreements.
(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.
trr
(3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal
Employment Program will be maintained and administered to facilitate equitable representation with
the City work force and to assure equal employment opportunity to all. It shall be the responsibility of
elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers,
supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and
corrective measures set forth in the Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers
conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-
discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal
�tw Employment Program.
Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City,
including bid calls,and shall be prominently displayed in appropriate city facilities.
CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996.
CITY OF RENTON: RENTON CPTY COUNCIL:
+r
Mayor Council President
)Attest:
am
City Cler
so
to
do
iW P:\r1R1?N"r000000t0\06001NFO\0680Spccirications\08-0625 Submittal\l3oilerplate.doe
N*
CITY OF RENTON
rr
SUMMARY OFAAMNCANS WITH DISABILPI7BSACT POLICY
ADOPTED BY•RESOLUTIONNO.M
The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure '
employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the
disability. This policy shall be based on the principles of equal employment opportunity, the Americans With
Disabilities Act and other applicable guidelines as set forth in federal,state and local laws. All departments of the City
of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - All activities relating to employment such as
recruitment,selection,promotion,termination and training shall be conducted in a non- av
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 WI'IT-I HUMAN RISHTS OR.GANIZATIQNS - 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 ern
employment and receipt of City services,activities and programs.
(3) A ME_ RICAAN1 WTI'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
err
policies and guidelines as set forth in this policy
(4) hL A T B ATT - Contractors, subcontractors, consultants and
suppliers conducting business with the City of Renton shall abide by the requirements tee
of the Americans With Disabilities Act and promote access to services, activities and
programs for people with disabilities.
tetr
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, 140
this 4th. day of Octobar, 1993.
C RENTON RENTON CITY COUNCIL:
Mayor ouncil President go
Attest:
City Clerk VU
P:1r1RI N"1'0 0 0 0 00 1 01060 01N I=010680Spccifications108-0625 Submittaffloilerplatadoc
+• CITY OF RENTON
Project No.CAG 08- -SR 900(NE Sunset Boulevard)and Hoquiam Avenue NE Ti-affic Signal Project
SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete installation of the
facilities, as shown on the plans and as described in the construction specifications, to include but not be limited
to:
Providing all materials, equipment and labor for the construction of a complete traffic signal system.
Included in the work is minor roadway widening, paving, guardrail removal and installation, and
installation of City-furnished video detection cables. The City will provide all video detection equipment
and make the video detection operational.
�■ Any contractor connected with this project shall comply with all Federal, State, County, and City codes and
regulations applicable to such work and perform the work in accordance with the plans and specifications of this
contract document. A total of 45 working days will be allowed for the completion of this project.
err
+r
+yr
.tw
.r
r
+�r
NO
l':\riRI-N'r0000001 0\06001NP0\0680Specifications\08-0625 SubmittaRBoilerplate.doc
Mr
+�r
PROJECT LOCATION rr
Nc 23t6 St �a`� Se 02nd St
r 'r9 •Jvi. I
A tJ Me 22nd PI 4
1 e 1ti b �7.nd P d
z he 21st Ct v D
i Ne 20th Pt n tg5th PI Se ry
S: ........ m
•
19th St
Ste k107thSt . °y HP `S
t gtv� I 22. .
S1ln E. 5 ow
S 'wth st g
n; 146th Ave Se
X
$e 114th PI
n
Fia 1Oth St W 10th St
�007lAap0urs Inc, s ManOatu 02047NAVTFQ0r TPIaAUap
VICINITY MAP
ar
r
ow
m
r
go
40 INSTRUCTIONS TO BIDDERS
I. 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 this time the bids will be publicly opened and read, after which the bids will be considered and the
award made as early as practicable.
No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be
submitted on the forms attached hereto.
2 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.
No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the
contract documents,whether made before or after letting the contract.
3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only
approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves
the right to add or to eliminate portions of that work as deemed necessary.
4. flans 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.
wo 5. The bid price for any item must include the performance of all work necessary for completion of that item
as described in the specifications.
6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,
the unit price bid will govern. Illegible figures will invalidate the bid.
7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to
dw 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
�r 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 lust 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.
x111
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
1'r herein and as identified within Specification Section 1-07.18.
+tw
I':\r\R)':N'1'00000010\06001NI'0\0680Spceirications\08-0625 Submitlaffloilerplate.doc
air
13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type w
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 retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section"
1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of
Renton Supplemental Specifications.
16. Basis For Approval
The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive
bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be
considered responsive for award. The total price of all schedules will be used to determine the successful
low responsive bidder.
Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to
meet the needs of the City. The intent is to award to only one BIDDER.
I7. 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 work regardless of any
contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any
laborers,workmen, mechanics or subconsultants.
The most recent issue of the prevailing wage rates are included within these specifications under section
titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated
issues of the prevailing wage rate forms as they become available during the duration of the contract. The
wage rates' shall be included as part of any subcontracts the Contractor may enter into for work on this
project.
19. Employment of Resident Employees ►
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the
requirements of RCW 39.16.
20. Pollution Control Requirements
Work under this contract shall meet all local, state and federal requirements for the prevention of
environmental pollution and the preservation of public natural resources. The CONTRACTOR shall
conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall
P:V\RL N'r00000010106001NP010680Spcc's6cations\08-0625 Suhmivaffloilerplate.doc
W
trr
rr 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.
am 21. Standard Specifications
All work under this contract shall be performed in accordance with the following standard specifications
rr except as may be exempted or modified by the City of Renton Supplemental Specifications, Special
Provisions and other sections of these contract documents. These standard specifications are hereby made a
part of this contract and shall control and guide all activities within this project whether referred to directly,
aw paragraph by paragraph,or not.
L WSDOT/APWA "1996 Standard Specifications for Road, Bridge and Municipal Construction"and
"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
"r Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT,"
or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of
Renton,"unless specifically referring to a standard specification or test method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be detected
and the measurement and payment provisions of Section I-09.14,Measurement and Payment
(added herein)shall govern.
22. if a soils investigation has been completed,a copy may be included as an appendix to this document. If one
'd 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.
im 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.
40 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.
❑ I-lave 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?
irt+,
❑ I lave you submitted the Subcontractors List(If required)
❑ Have you reviewed the Prevailing Wage Requirements?
❑ Have you certified receipt of addenda,if any?
trr
ar
MAR ion s\08-0625 Submiltal\noilcrplate.doc
aw
t111
ter
t�r1
s
P;1r1Rt.N'1'000000101 06001 NI'O10680Spccifications108-0625 Submitta1113oitcrplatc.doc
r
.�. CITY OF RENTON
Project No.CAG 08- I C-SR 900(NE Sunset Boulevard)and Hoquiam Avenue NE Traffic Signal Project
rrr
CALL FOR BIDS
Sealed bids will be received until 2:30 p.m. Wednesday, July 23, 2008 at the City Clerk's office, and will be
opened and publicly read in conference room 511 on the 5°i floor, Renton City Hall, 1055 South Grady Way,
Renton WA 98057.
The work to be performed within 45 working days from the date of commencement under this contract shall
include,but not be limited to:
+rr
Construction of a traffic signal and associated roadway improvements including installation of City-
furnished video detection cables.
The City reserves the tight to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available Wednesday,July 2,2008. Plans,specifications,addenda, and plan holders list
for this project are available on-line through Builders Exchange of Washington, Inc.,at littp://www.bxwa.com.
Click on"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 James Wilhoit, City of
Renton, Public Works Department(Transportation Systems), 1055 Grad Way, Fifth Floor Renton WA,98057,
P (� 1 Y }, Y Y� ,
phone(425)430-7319,fax(425)430-7376.
as 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.
to
Bonnie 1. Walton,City Clerk
Im
Published:
Daily Journal of Commerce July 2,2008
am Daily Journal of Commerce July 9,2008
Daily Journal of Commerce July 16,2008
rr
ar
wr
nr
4W P:\r\I2i3N'1'00000010\06001NP0\0680Specifications\08.0625 Submitta[\Boilerplamdoc
aw
1. BIDDER'S CHECKLIST
r
1. PROJECT PROPOSAL COVER SHEET
2. BIDDER'S CHECKLIST
3. PROPOSAL FORM ri1
4. SCHEDULE OF PRICES
5. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
6. BID BOND FORM
7. CERTIFICATION FOR FEDERAL-AID CONTRACTS
8. _ CE'sRTIFICATION OF EEO REPORT'
9. NON-COLLUSION AND DEBARMENT AFFIDAVIT
10. ASSIGNMENT OF ANTITRUST CLAIMS
MINIMUM WAGE AFFIDAVIT FORM
12 DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION
CERTIFICATION
13. SUBCONTRACTOR LIST FORM
Above documents 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.
Sri
IIr1
2007
it
CITY OF RiNTON
4r Combined Affidavit and Certification form:
Non-Collusio:i,Anti-Trust,a=id Minimum Wagc
(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-T'RUS'T 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.
w
FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
AND MINIMUM WAGE AFFIDAVIT
rr ff
rr ante roject
S T V Llf C+ CUTA,0opt4 LLQ
N me of idder-'s Firm
Signature of Authorized Representativqr of Bidder
Subscribed`n A, ptq before me on this _day of , 200
.� MCy %
��Z� ota y Public in and for the State of Washington
Notary 'Print C{ Q ro(t)I
o, p
%F0•.!eg���1 �� . My appointment expires: J -
wASN���.``.
Page 14 ji )%u&912&&88 OA%Wg$,INI-010686Specifications\08.0625 Subntittamoileroate.doc
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
I
BID BOND FORM
r Herewith fin eposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of
$ °!c which amount is not less than five ercent of the total bid.
I Signature
*Travelers Casualty and Surety Company of America
rr
Know All Men by These Presents:
That we, Construct Company, LLC
rr as Principal, and
! * as Surety, are held and firmly bound unto the City of Renton, as Obligee,
ul the penal Slim Of five percent (5%) of the total amount bid Dollars, for the payment of which the
Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
on and severally, by these presents.
**SR 900 (NE Sunset Boulevard) and Hoquiam Avenue NE Traffic Signal Project
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
** according to the terms of the proposal or bid made by the Principal therefor,
and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance thereof, with Surety Or Sureties
approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the
penal amount of the deposit specified in the call for bids, then this Obligation shall be null and void; otherwise it
shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as
penalty and liquidated damages,the amount of this bond.
i
SIGNED, SEALED AND DATED'I'I I1S 23rd DAY OF July 200 8
Construct Company, LLC
am Principal
Trave Casualt and Suret ompany of America
rety Jim S. Kuich Attorney—in—fact
Received return of deposit in the sure of$`
+lr
err
ar
am
Page 15i �tt� t 10\aGD01NF010G SOSpecifications\OS-9G25 Subntittalll3oilerptatc.doc
Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
4
"' ,A► POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
Attorney-In Fact No. 218179 Certificate No. ,9 2 4 2 4 V O H
M KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the
ift laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and
Guaranty Insurance Underwriters,Inc. is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that
the Companies do hereby make,constitute and appoint
so Darlene Jakielski,Julie M.Glover, M.J.Cotton, Nancy J.Osborne,S.M.Scott,Steven K.Bush,Michael A.Murphy,Jim W.Doyle,Brandon K.Bush,Andy D.
Prill,Jim S.Kuich,Chad M. Epple,Steve Wagner,and Theresa A.Lamb
of the City of Bothell State of Washington their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF,the Companies have caused this instrument;to be signed and their corporate seals to be hereto affixed,this 6th
ift day of June 2008
Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance'Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
G�SU,F�r SIMiETy aJy Fl0.E•q y Q\*N..'NSG •'p+NS qtr Jp�iY ANDS 17W".'iYr
O2 opr+ogfr t 6°p`°1'4� �N
,{
5 �ci L A)Ff IQ' RPORq ; w
NC OltA1tD z �t m f ^'
z x
S 195 SEAL.to: •, `Oi CORN. ns N 1896
4c�r��a � � # �,�. om �`:• I SSAL.'a y o
G � D
i V F d'•......:�a�lt d.'.. d b
State of Connecticut By:
City of Hartford ss. Georg Thompson, enior ice President
go On this the 6th day of June 200,before me personally appeared George W.Thompson,who acknowledged himself
to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,Inc.,
Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers
Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he, as such,being
authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
3 p.T� l `�
� In Witness Whereof,I hereunto set my hand and official seal.
My Commission expires the 30th day of June,2011. �'OUBU� * Marie C.Tetreault,Notary Public
�s
58440-5-07 Printed in U.S.A.
i I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER
I
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,
St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of
America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President,any Vice President, any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
�wry
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,
any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate
relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and
undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be
valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the
Company in the future with respect to any bond or understanding to which it is attached.
I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance1
Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance
Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company.of America,and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been
revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 2/ day of F 11, 2,08'
0 0 trt
Kori M.Johann Assistant Secretary
G�SU.F ��yYY,�''pp�r����- (SURETY �R FARE 6�n F,N DNS•� •'dj�NSU`•,, P�tV AND WII tY
Or��r�` � 927 i - `-4 A�$ O�. "M•.Gq �'•JP .. .A9,'.,s PJ SG y�Nb ETY� ��
� b n �CtSPDftATED z� �tc A>F m 3W i�p0.PORA)f...�i m ��
'� 19 8 2 O 1,877 � S I Z: _._ �z a HARTFORD NARSFORD �1 <
7,
e 1/�
day� RN > *� �OF NE`N �„�c��o E ls..AN�� !g.....•�N y1 RNa t � VO ATd
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number, the
above-named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
Fir
CITY OF RENTON
PROJECT NUMBER CAG OS-
SR 900 (NE SUNSET BOULEVARD)AND HOQUTAwM AVENUE NE TRAFFIC SIGNAL PROJECT
M0
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,
rr 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:
■r
[Note: Unit prices for all items, all extensions, and total
amount of bid should be shown. See attached CITY OF
RE,NTON PUBLIC WORKS DEPARTMENT(Schedule of
Prices) pages 1-3 for ecific instructions on filling out form.]
Printed Name:
Signature:
Address: 1�-- ! d1
Names of Members of Partnership.
rr
rr
err
OR
}
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of �e.l
With Main Office in State of Washington at
Page 16 l�10 posa1 00000 3 010600]NlF0\06S0S1)eciricalio)is\08.0675 SiiURliltal\l3oilel'I)lale.(loc
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Open"IIemhlatc,l�rom DataCe_nter
AN
Using Schedule of Prices excel document Template from Q:Piazza/DataCenter/PBPW/StartNew2002.xis will enable the same data
to be used from the Bid Document to the Schedule of Prices,to the Pay Estimates.
rr
Wr►
err
rr
®r
�r
,rr
rt
Page 17 PA ARENT00000010\06001NFO10680SpeciG cat ionsM-0625 SubmitlalU3oilerplate.doc
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
r�
7/8/2003
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
Addendum No. I -SR 900 and Hoquiam Avenue NE Traffic Signal
(Note:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only in
electronic bid form to be provided on-line through Builders Exchange of Washington,Inc.at htlo:lMnvw.bxwa.com. Download printed
copy of completed form and submit with bid. Submission of form In bid package completed with numerical figures only for unit prices
for all items,all extensions,and total amount of bid,is acceptable in lieu of downloaded electronic form,but numerical figures must
be typed,not hand-written.
ITEM APPROX. UNIT PRICE AMOUNT
NO. QUANTITY ITEM Dollars.Cents Dollars.Cents
SECTION 1-04
1 EST Minor change
FA $ 2,000.00 $ 2,000.00
per Force Account figures
40 2 1 Contractor Supplied Surveying
Ls \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ $ 000 .00 $
per Lump Sum figures
3 EST Temporary water pollution/erosion control
FA $ 11000.00 $ 1,000.00
per Force Account figures
4 1
LS
Spill prevention,control and countermeasures\ � • oV S50 oc
per Lump Sum figures
5 EST Utility Potholing
FA $ 750.00 $ 750.00
per Force Account figures
6 EST Resolution of Utility Conflicts
FA 1,000.00 $ 1,000.00
Force Account figures
7 1 Mobilization/Demobilization,Site Preparation&
Clean-up
LS
per Lump Sum figures
8 1 Traffic control
LS
per Lump Sum figures
SECTION 2-01
9 1 Clearing and Grubbing
AM Ls $ �� ' 0
per Lump Sum figures
SECTION 2-02
10 225 Saw Cutting _
LF � $_ Z ��- $ 47(5c)
per Linear Foot fijgures /
11 50 Remove Sidewalk
SY 00
per Square Yard figures
12 20 Remove Curb and Gutter
per Linear Foot figures
P:1r1RENT00000010 106001NF010680Specifications\Addendum 1%ddendum 1-Schedule of Prlces.xls 1 of 3
,r
Page 5
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
wr
7/8!2008
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
Addendum No. 1 -SR 900 and Hoquiam Avenue NE Traffic Signal
(Note:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only In
electronic bid form to be provided on-line through Builders Exchange of Washington,Inc.at ht1D:1www.bxw3.com. Download printed
copy of completed form and submit with bid. Submission of form in bid package completed with numerical figures only for unit prices
for all items,all extensions,and total amount of bid,is acceptable in lieu of downloaded electronic form,but numerical figures must
w be typed,not hand-written.)
ITEM APPROX. UNIT PRICE AMOUNT
NO. QUANTITY ITEM D?ollllars.Cents Dollars.Cents
.� 13 TON CEO �O
per Ton figures
14 115 Remove Asphalt Concrete Pavement I G
per Square Yard figures
SECTION 2-03
15 10 Roadway Excavation Including Haul
per Cubic Yard figures
16 56 Gravel Borrow Including Haul
Ton
per Ton figures
SECTION 4-05
17 115 Crushed surfacing base course /
'. Ton � $ ` 4 °©U Is a q g0. 00
per Ton figures —�=
SECTION 5-04
ar 18 170 HMA Cl. 112 PG 64-22 l
Ton ��������������������������������������MNEX $ 1 �a( • $ �a. `r`f Q LC)G:
per Ton figures
do SECTION 8-11
19 5 Beam guardrail Type 1 (P
per Linear Foot figures
Am 20 2 Beam guardrail anchor Type I '/
Each ���� C7
$ ?()d . 0 $ O� 'oci
per Each figures
4" 21 255 Removing guardrail G
per Linear Foot figures
AS 22 2 Removing guardrail anchor \\ 11 5 a
Each $ C, . 7 5 $ 45.3
.
JPw�
per Each figures j
SECTION 8-14
�r 23 1 Sidewalk Ramp Type 2,Cement Concrete
Each
per Each figures
rr
aY
P:1r1RENT00000010106001NF0 10680SpecificationsWddendum 11Addendum 1-Schedule of Prices.xls 2 of 3
ar
s Page 6
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
s
7/8/2008
CITY OF RENTON
PUBLIC WORKS DEPARTMENT
(Schedule of Prices)
Addendum No. 1 -SR 900 and Hoquiam Avenue NE Traffic Signal
w (Note:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only in
electronic bid form to be provided on-line through Builders Exchange of Washington,Inc.at gip://www.bxwa.com. Download printed
copy of completed form and submit with bid. Submission of form in bid package completed with numerical figures only for unit prices
for all items,all extensions,and total amount of bid,is acceptable In lieu of downloaded electronic form,but numerical figures must
be typed,not hand-written.)
ITEM APPROX.I UNIT PRICE AMOUNT
NO. QUANTITY1 ITEM Dollars.Cents Dollars.Cents
SECTION 8-20
24 1 Traffic Signal System,Complete
per Lump Sum figurhs
r SECTION 8-22
25 Remove paint line 4"wide
LF �\\\\\\\\\\\�\�\\\\\�\\\\�\\\\\\\\\\\�� $ �'Oo $ O Ir /o/.
v�
per Linear Foot figures JPW/
26 65 Remove paint line 8"wide 2 JR
LF per Linear Foot figures
++� 27 1 Removing plastic traffic marking
Each \\\\N\\�\\\\o $
C) $ .0 0
per Each figures
28 27 Remove plastic line 24"wide
per Linear Foot figures
29 Paint line
per Linear Foot figures
30 13 Approach line (�
LF If
per Linear Foot figures
31 66 Plastic stop line
s LF \\\\an $ / ® (J $ 72_ ' U
per Linear Foot figures
32 2 Plastic traffic arrow /,, 2
Each\\\\\\\�\\\�\�\\\\\\�\�\\\\\\\�\\�� $-1"'6�
�r► per Each figures
33 295 Plastic crosswalk line(see detail sheet TSO4)
s per Square Foot figures
34 140 Profiled plastic line
per Linear Foot figures `-
rr
Revised by this Addendum Total Schedule '
Z75/ 5 g6 . 00
P:1r\RENT00000010\06001NF010680SpecificationslAddendum 1 Wddendum 1-Schedule of Prices.xls 3 of 3
r
r Page 7
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
wo ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
4.
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
Am
NO. _ DATE
NO. DATE
NO. DATE
ew
NO. DA'T'E;
40 NO. DATE
.s
40
SIGNED
40 TITLE
NAME OF COMPANY 'lC b1
CI TY/STATE:/ TP
TELEPHONE
,0 CITY OF REN`I'ON STATE CONTRAC" QRS
BUSINESSLICENSE# W10 ����� LICENSE#_
—
40
is
40
10
4.
d. Page 22 Acknowledgement of Receipt of Addenda
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
r
Y O
SR 900 (NE Sunset Boulevard) and
. Hoquiam Avenue NE Traffic Signal
CONTRACT NO. CAG-08-101
ADDENDUM NO. 1 TO THE PLANS AND SPECIFICATIONS
r
Date of Issue: July 8,2008
Date of Bid Opening: July 23, 2008
• The Bid Documents for the above-named project are modified as described below. Bidders shall take
this addendum into consideration when preparing and submitting their bids.
,., Bidders shall attach this addendum to their copy of the Contract Documents and shall acknowledge
receipt of this addendum in the space provided in the Proposal Form. Failure to do so may subject the
bidder to disqualifications of his bid.
�r
THE BID DOCUMENTS ARE MODIFED AS FOLLOWS:
Project Manual:
BID PROPOSAL:
"CITY OF RENTON PUBLIC WORKS DEPARTMENT(Schedule of Prices)",pages 2 and 3 of 3.
Quantities for the following items were revised as shown in the attached replacement Bid
Proposal. The change for Item 33 includes a correction to the original quantity calculation.
rs
Item
Number Item
19 Beam guardrail type 1
25 Remove paint line 4"wide
29 Paint Line
31 Plastic stop line
33 Plastic crosswalk line
Page 1 of 3
aw
i„■ City Of Renton, Washington
Project No.CAG 08-101
Addendum No. 1 July 8, 2008
rir
SPECIAL PROVISIONS:
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP
2-02.1 Description,Page 32
In the first paragraph,the following sentence was deleted:
"The limits of clearing and grubbing(construction limits) shall be defined as being the
construction limit lines as shown in the Plans."
and was replaced by the following sentence:
rri
"The limits of clearing and grubbing(construction limits)shall be defined as being
the cut and fill lines as shown in the Plans."
r
Plans:
New information is"bubbled"on the attached replacement sheets. Some additional information added
to clarify the design is also"bubbled".
Plan sheet RD02 (replacement sheet attached):
The configuration of the crosswalk across Hoquiam Avenue NE, and the northbound and
eastbound stop lines was revised.
The dotted extension line for westbound to southbound left turns was redrawn and the
radius was dimensioned.
o CAD layer with missing utility information was turned on.
Note No. 9 was added under ROADWAY NOTES.
rr Plan sheet TSOI (replacement sheet attached):
The configuration of the crosswalk across Hoquiam Avenue NE and the northbound stop
line was revised.
Pole four was relocated to correspond to the new crosswalk configuration.
The layout of wiring associated with pole four was reconfigured and Wire Note No. 6 in
the WIRE SCHEDULE was revised.
Plan sheet TS02 (replacement sheet attached):
The layout of conduit and wiring for pole four was revised.
Plan sheet TS03 (replacement sheet attached):
The location of pole four was changed in the SIGNAL STANDARD DETAIL CHART to
correspond to the new crosswalk configuration.
Plan sheet TS04(replacement sheet attached):
The PLASTIC CROSSWALK DETAIL was revised.
Plan sheet SQ01 (replacement sheet attached):
Quantities for the following items were revised. The change for Item 33 includes a
correction to the original quantity calculation.
David Evans and Associates Page 2 of 3
Bellevue, Washington
r
City Of Renton, Washington
Project No.CAG 08-101
Addendum No. 1 July 8, 2008
Item
Number Item
19 Beam guardrail type 1
25 Remove paint line 4"wide
29 Paint line
31 Plastic stop line
33 Plastic crosswalk line
r.
NOTE: A completed copy of the"Acknowledgement of Receipt of
Addenda"form found in the Project Manual referencing this
Addendum,and any subsequent addenda,must be submitted with the
Bid.
wo
06
so
David Evans and Associates Page 3 of 3
Bellevue, Washington
rr
SUBCONTRACTOR LIST
rr
PROJECT NUMBER CAG 08-
SR 900 (NE SUNSET BOULEVARD) AND HOQUTAM AVENUE NE TRAFFIC SIGNAL PROJECT
RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the
names of all subcontractors whose subcontract amount exceeds ten percent (10%) of the contract price, and
whose work involves either heating,air conditioning, ventilation, plumbing, or electrical.
rr
If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be
considered nonresponsive and, therefore,void.
Complete one of the following for contracts that exceed$1,000,000:
rr A. Thei-e are no subc tractors proposed whose subcontract amount exceeds ten percent (10%) of the
contract price. ,
Name: U Y Title:
Signattnre:
13. The following subco ractor(s) subcontract amount exceeds 10 percent of the contract price: (list
subcontractor and bid item)
do Bid Item (s) 2
Subcontractor Name
Address Z Z L-,t-de V eked Qe; IN 65
Phone No. 3 0- 74�-605$tate Contractor's License No. -T rau P.St g,.r-C( o
ar
Bid Item (s)
Subcontractor Name
rr
Address
Phone No. State Contractor's License No.
+rr
Bid Item (s)
+•� Subcontractor Name
Address
Phone No. State Contractor's License No.
Bid Item(s)
Will
Subcontractor Name
Address
rr
Phone No. State Contractor's License No.
rr
Page 24 �i 6W p f\p600lNl O\O680Specificitioiis\08-0625 Submittal\Boilerplate.doc
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Bid [tent(s)
Subcontractor Name
Address
r.
Phone No. State Contractor's License No.
Signal e f Authorized Representative of Bidder
rr
��b � f��,
Subscribed and sworn to be before me on this�day ofl c (` , 200 Iv
.n
Not Public in and for
the State of Washington
``,�llllllftirr,.
M Cy
����E�,,.»»..;4A Notary(Print} 4 1 �'� �.Il Q 01 0 1"1
�i�i�� oN�1wV6..92°.° Residing at Is U w Vl-�,t [JA-
="i NOTARY I . ; My appointment expires: U
',N�► . PUBUC �Op;
W PPS ROw
Ylfa
i
�Y
ailll
ril
W Page 25 1':VNRL.N'1'00000010 1O6OOIN1�010680SpeciGcations108-0625 Siibtnittat113oiterl>latc.doc
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Y CITY OF RENTON
+ + FAIR PRACTICES POLICY
WA
t~O/ AFFIDAVIT OF COMPLIANCE
L1
LL hereby confirms and declares that
ameofcontractor/stibcontr'actor/c nsultatit
1. It is the policy of wsi IgAct `�l LL-(— to offer equal
(Name of corltl'aclol'/subcontr tctor,'c lsultallt)
opportunity to all qualified ernployees and applicants for elnployrnent without regard to the
(ac creed, color, sex,national origin, age,disability or veteran status.
j )
If. Utt c,� � a1 ` CAL
complies with all applicable
(Narne of contractor/subcontractor/co sultant)
arr
federal,state and local laws governing non-discrimination in employment.
J �
Il. When applicable, V'4a )A' h —LL-- will seek out and
(Narne of contractor'/subconlrtclor/con utlant)
negotiate with rninority and women contractors for the award of subcontracts.
OU6
Print Age t/Representative's Name
r (-"U\ pK� I t
Prilit Ageiit/Repres& itative's Title
cn Representative's Signature
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor and consultant. Include or
attach this document(s) with the contract.
.. Page 28 r Mr, IP )kWNvt*6Yi V6gi R6O8-0625 sulnnittahBoilerplate.doc
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
�.
BOND #105125587 BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we,the undersigned Construct Company, LLC
'o Travelers Casualty and Surety
as principal,and Company of America corporation organized and existing under the laws
of the State of CT as a surety corporation,and qualified under the laws of the State of
Washington to become surety upon bonds of contractors with municipal corporations,as surety are jointly and
severally held and firmly bound to the City of Renton in the penal sum of$275,596.00 * for the payment of
which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as
the case may be. *Two Hundred Seventy Five Thousand Five Hundred Ninety Six and no/100 Dollars
This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City
of Renton.
Dated at -v,tv.nSLr ,Washington,this 2n
day of '��==—'200
Nevertheless,the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CA&_08=101 providing for
construction of SR 900 (NE Sunset Boulevard) and Hoquiam Avenue NE Traffic Signal Project
� (project nnntc)
the principal is required to furnish a bond for the faithful performance of the contract;and
r WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work
therein provided fxor in the manner and within the time set forth;
NOW,THEREFORE,if the principal shall faithfully perform all of the provisions of said contract in the manner
and within the time therein set forth,or within such extensions of time as may be granted under said contract,and
shall pay all laborers,mechanics,subcontractors and materialmen,and all persons who shall supply said principal
or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of
Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or
negligence on the part of said principal, or any subcontractor in the performance of said work, and shall
indemnify and hold the City of Menton harmless from any damage or expense by reason of failure of performance
as specified in the contract or from defects appearing or developing in the material or workmanship provided or !
performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then j
and in that event this obligation shall be void;but otherwise it shall be and remain in full force and effect_
Construct Company, LLC Travelers Casualty and Surety Company of America
Principal Sure
I
Signature t ignature
Jim S. Kuich
1 Y� S ► � Attorney—in—fact
Title Title i
P:VIRliN7'0000001 010.6001NF0\0680Spcciric4tions108-0625 SubmittaWoiler t
i pIa c.doc
E
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
iA POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
Attorney-In Fact No. 218179 Certificate No. 002425083
IN KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the
YiW laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and
Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that
the Companies do hereby make,constitute and appoint
tilrl Darlene Jakielski,Julie M.Glover, M.J.Cotton, Nancy J.Osborne,S.M.Scott,Steven K. Bush, Michael A. Murphy,Jim W. Doyle, Brandon K.Bush,Andy D.
Prill,Jim S.Kuich,Chad M. Epple,Steve Wagner,and Theresa A.Lamb
im
of the City of Bothell State of Washington their true and lawful Attome s-m-Fact,
do YO �
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of,guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
i11
IN WITNESS WHEREOF,the Comp caused this instrument to be signed and their corporate seals to be hereto affixed,this 6th
go day of June 8
Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
to Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
rIW „......
OP.SU.��1 SUREly "F\RE 6'4q �W_INSG ...• zz� p��Y ANO 1Y
02 OV'V:qI �• fpq°O4� O: •.9 ,+�P,...........11 eJ s t1a&nit�➢ f�1 'w0
Q. ..� 7 V 'L`., p G CaFD
19// �1CORPOR� �W i�p0.PORAT �3 � � P.
O 1 9 8 2 O a XARTWRD, t 3 tulRtFtSR0.r! <
a 1951 nOyk �< .SEAL,io 1�?SEALiai coXX. �cotr+. e N 1896
day rN� ! 1� -Vjiy, # ,N'. sy2 c0 •.. .y. s. D
:'a 's tee°
s.......*� b, nN r 'ilY/A1No
+� State of Connecticut
By:
City of Hartford ss. Georg Thompson, enior ice President
WW On this the 6th day of June 2008 before me personally appeared George W.Thompson,who acknowledged himself
to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,Inc.,
Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers
Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he, as such,being
to authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G.TlT
� In Witness Whereof,I hereunto set my hand and official seal. TAA �W wr
My Commission expires the 30th day of June,2011. AilB�Z* Marie C.Tetreault,Notary Public
■ii
58440-5-07 Printed in U.S.A.
uru WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity' it,
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,
St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of
America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows:
RESOLVED,that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any ift
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is
FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary;and it is
FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking
shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice Will
President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is
FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,
any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate
relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and
undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be
valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the
Company in the future with respect to any bond or understanding to which it is attached.
I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance
Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance
Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been
revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 2-^A day of CP 6 rn 6,-C_ 20 09.
Kori M.Johans Assistant Secretary
C I.SU,� SUHETy FIRE 6�bxn �N.INSG .:Y 1N5 ""' PTY 4Np _�F1tY.1/ya
�♦ '� J'' *�'""� O�: ..9 JP:..........Ay"t. yJ s ,n1iAO,,,R1• TV`"
('� •�� 9� 1927 4 Pl r�p0.F0,RAPFy ' PPONAf M"
�' b^ n wCORFOiWTED - z° �i m:co f�; I.."1"896
�- � 8 E .�: a HARTFORD < H0.RTFORD,
a.� +.SHAL:r3'
To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the
above-named individuals and the details of the bond to which the power is attached.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
r
o�sx o� City of Renton
Human Resources & Risk Management Department
Insurance Information Form
FOR:
PROJECT NUMBER: STAFF CONTACT:
Certificate of Insurance indicates the coverages/limits specified in ❑ Yes ❑ No
contract?
Are the following coverages and/or conditions in effect? ❑ Yes ❑ No
err
The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No
Occurrence Form or Equivalent?
(if no,attach a copy of the policy with required coverages clearly
identified)
CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No
General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No
Additional Insured wording provided?* ❑ Yes ❑ No
Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No
tier
Waiver of Subrogation Clause applies?* ❑ Yes ❑ No
Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No
Notice of Cancellation/Non-Renewal
❑ Yes ❑ No
amended to 45 days per RCW 48.18.290?*
*To be shown on certificate of insurance*
■rr
AM BEST'S RATING FOR CARRIER
GL Auto Umb ]professional
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does
not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CI'T'Y OF RENI'ON, at its option, shall obtain copies of the policies and/or specific
declaration pages FROM awarded bidder prior to execution of contract.
■w
Agency/Broker Completed By('T'ype or Print Name)
wr
Address Completed By(Signature)
err
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FUR EACH LINE OF COVERAGE AND
A77ACI-IED TO CER77FICATF.017 INSURANCE,
aw
taw
rr.
OP ID ME DATE(MM/DD/YYYY)
ACOW. CERTIFICATE OF LIABILITY INSURANCE CONST-5 08/26/08
PRODUCER, THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
lHub International Northwest HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
P. 0. Box 3 018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Bothell WA 98041-3018
Phone: 425-489-4500 Fax:425-489-4501 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: Continental Ins Co.
INSURER B: national union Fire Ins of PA
Construct Company, LLC INSURER C:
1621 Pease Ave INSURER D:
Sumner WA 98390
INSURER E:
rr COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
FLTR NSR TYPE OF INSURANCE POLICY NUMBER DATE EFFECTIVE POLICY MM/DDS LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 10_00000
A X COMMERCIAL GENERAL LIABILITY 2088890001 03/28/08 03/28/09 PREMISES(Eaoccurence) $ 50000
CLAIMS MADE X❑ OCCUR ME D EXP(Any one person) $ 5000
PERSONAL&ADV INJURY $ 1000000
X Per Proj/Per Loc GENERAL AGGREGATE $ 2000000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2000000
POLICY X PED LOC Em Ben. 1000000
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $ 1000000
A X ANY AUTO 2088890015 03/28/08 03/28/09 (Ea accident)
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per person) $
HIRED AUTOS BODILY INJURY
NON-OWNED AUTOS
(Per accident) $
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 1000000
B X I OCCUR F� CLAIMS MADE BE9219827 03/28/08 03/28/09 AGGREGATE $ 1000000
DEDUCTIBLE $
X RETENTION $10,000 $
WORKERS COMPENSATION AND TORY LIMITS I X ER
A EMPLOYERS'LIABILITY 2088890001 03/28/08 03/28/09 E.L.EACH ACCIDENT $ 1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? WA STOP GAP E.L.DISEASE-EA EMPLOYEE $ 1,000,000
If yes,describe under
SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000
OTHER
IDESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
ciTy OF RENTON, AND ITS OFFICERS, OFFICIALS, AGENTS, EMPLOYEES AND
VOLUNTEERS ARE ADDED AS ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT.
7COVERAGE IS PRIMARY & NON-CONTRIBUTORY. WAIVER OF SUBROGATION APPLIES. SEE
ATTACHED ENDORSEMENTS. RE: SR 900 (NE SUNSET BLVD) & HOQUTAM AVE NE TRAFFIC
SIGNAL PROJECT CONTRACT CAG 08-101
"CERTIFICATE HOLDER CANCELLATION
CIRENTO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
7 CITY OF RENTON IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
1055 S. GRADY WAY
RENTON WA 98057 REPRESENTATIVES.
AUTHORIZED REPRESENTA /yf�
ACORD25(2001/08) //� ©ACORD CORPORATION 1988
aw
G17957G 0101 Page 1 of 2
IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE
ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT.
SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES.
ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE
WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT
OF THE "PRODUCTS-COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF
THIS ENDORSEMENT FOR THIS COVERAGE CHANGE.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED
ENDORSEMENT WITH LIMITED PRODUCTS-COMPLETED OPERATIONS
COVERAGE
+rr This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: Designated Project:
(Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.)
A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization, including
any person or organization shown in the schedule above, (called additional insured)whom you are required to
add as an additional insured on this policy under a written contract or written agreement; but the written
contract or written agreement must be;
1. Currently in effect or becoming effective during the term of this policy; and
2. Executed prior to the "bodily injury,""property damage,"or"personal and advertising injury".
B. The insurance provided to the additional insured is limited as follows:
1. That person or organization is an additional insured solely for liability due to your negligence specifically
resulting from "your work" for the additional insured which is the subject of the written contract or written
agreement. No coverage applies to liability resulting from the sole negligence of the additional insured.
2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or
+" written agreement or in the Declarations of this policy, whichever is less. These Limits of Insurance are
inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations.
3. The coverage provided to the additional insured by this endorsement and paragraph f. of the definition of
"insured contract" under DEFINITIONS (Section V) do not apply to "bodily injury" or "property damage"
arising out of the "products-completed operations hazard" unless required by the written contract or
written agreement. When coverage does apply to "bodily injury" or "property damage" arising out of the
"products-completed operations hazard"such coverage will not apply beyond:
+� a. The period of time required by the written contract or written agreement; or
017957G 0101 Page 2 of 2
b. 5 years from the completion of"your work"on the project which is the subject of the written contract or
written agreement,
whichever is less.
4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or
"personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or
failure to render any professional services including:
a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; and
b. Supervisory, or inspection activities performed as part of any related architectural or engineering
activities.
C. As respects the coverage provided under this endorsement, SECTION IV — COMMERCIAL GENERAL
�.r LIABILITY CONDITIONS are amended as follows:
1. The following is added to the Duties In The Event of Occurrence, Offense, Claim or Suit Condition:
e. An additional insured under this endorsement will as soon as practicable:
rr (1) Give written notice of an occurrence or an offense to us which may result in a claim or "suit"
under this insurance;
(2) Tender the defense and indemnity of any claim or "suit" to any other insurer which also has
insurance for a loss we cover under this Coverage Part; and
air
(3) Agree to make available any other insurance which the additional insured has for a loss we cover
under this Coverage Part.
f. We have no duty to defend or indemnify an additional insured under this endorsement until we
receive written notice of a claim or"suit"from the additional insured.
2. Paragraph 4.15. of the Other Insurance Condition is deleted and replaced with the following:
4. Other Insurance
rr b. Excess Insurance
This insurance is excess over any other insurance naming the additional insured as an insured
whether primary, excess, contingent or on any other basis unless a written contract or written
agreement specifically requires that this insurance be either primary or primary and
noncontributing.
rr
�r
�r
AN
.r
go
.rr -
.r
POLICY NUMBER: 2088890001 CG 24 04 10 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS
OF RECOVERY AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
ar
ANY PERSON OR ORGANIZATION WHO REQUIRES
YOU TO OBTAIN THIS WAIVER OF OUR RIGHT
OF RECOVERY UNDER A WRITTEN CONTRACT OR
++ AGREEMENT
,. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST because of payments we make for injury or damage arising
OTHERS TO US Condition (Section IV—COMMERCIAL out of your ongoing operations or "your work" done under a
GENERAL LIABILITY CONDITIONS) is amended by the contract with that person or organization and included in the
addition of the following: "products-completed operations hazard." This waiver
We waive any right of recovery we may have against the applies only to the person or organization shown in the
person or organization shown in the Schedule above Schedule above.
A
r g
rr�
CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992
CONTRACTS OTHER THAN FEDERAL-AID FHWA
THIS AGREEMENT, made and entered into this day of ' .epfk-mblw , 200 . by and between
THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred
to as "CITY"and ConS}r v t Co. LLL ,hereinafter referred to as "CONTRACTOR."
W ITNESSETH:
Am
l) The Contractor shall within the time stipulated, (to-wit: within 45 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,
AU appliances, machines tools, equipment, utilit Y and transportation services necessa ry 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 Project No. CAG 08- /0/ ) for improvement by construction and
installation of:
Traffic signal and associated roadway improvements at SR 900 (NE Sunset Boulevard) and Hoquiam
Avenue NE.
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.:.enutnerated, and in; full compliance with all applicable codes, ordinances and -
regulations of the City of Renton and any other governmental authority having jurisdiction thereover. it is
further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and
+■► services shall be firrnished 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
.r b) Instruction to Bidders
c) Bid Proposal
d) Specifications
e) Maps and Plans
t) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Technical Specifications, if any
rr
P:\r\IZE NT 0000ooI0\06001NI-'0\0680Speci6cations\08-0625 SubmittaNbilerplate.doc
rr
is
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 lie 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-co npliance
of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be so
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, WN
provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of
-termination does not perform the Contract or dues not commence performance thereof within thirty (30)
days from the date of serving such notice, the City itself may take over the work under the Contract and
prosecute the same to completion by Contract or by any other method it may deem advisable, for the
account and at the expense of the Contractor,and his surety shall be liable to the City for any excess cost or
other damages occasioned the City thereby. In such event,the City, if it so elects,may,without liability for
so doing,take possession of and utilize in completing said Contract such materials, machinery, appliances,
equipment, plants and other properties belonging to the Contractor as may be on site of the project and
useful therein.
Mb
4) The foregoing provisions are in addition to and riot in limitation of any other rights or remedies available-to
the City.
5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and
employees harmless and to promptly indemnify same from and against any and all claims, actions,
damages, liability of every type and nature including all costs and legal expenses incurred by reason of any
work arising under or in connection with the Contract to be performed hereunder, including loss of life,
personal injury and/or damage to property arising from or out of any occurrence,omission or activity upon,
on or about the premises worked upon or in any way relating to this Contract. This hold harmless and
indemnification provision shall likewise apply for or on account of any patented or unpatented invention,
process, article or appliance manufactured for use in the performance of the Contract, including its use by
the City, unless otherwise specifically provided for in this Contract.
In the event the City shall, without fault on its part, be made a party to any litigation commenced by or
against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs,
expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation.
Puthermore,Contractor agrees to pay all costs,expenses and reasonable attorney's fees that may be incurred 10
or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder.
Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from
claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided
further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's
agents or employees and(b)the City, its agents, officers and employees,and involves those actions covered
by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent
negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence
of the Contractor's agents or employees.
6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and
signed by the party giving such notice or by its duly authorized representative of such party. Any such
notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the
United States mail, postage prepaid,certified or registered mail
P:V\R6N'1'00000010\0600]NI'U\O68ospecifications\08-0625 SubmittahBoilerplatc.doc
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 45 working days from
the date of commencement. For each and every working day of delay after the established day of
completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be
the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for
each such day,which shall be paid by the Contractor to the City.
8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any
installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties
or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy
any defects in the work and pay for any damage to other work resulting therefrom which shall appear within
the period of one (1)year from the date of final acceptance of the work, unless a longer period is specified.
.Tie City will give notice of observed-defects, as-, ei-etofore 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 tinder 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.
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.
A* 12) The total amount of this contract is the sum of 2-1 S 5°t(1.00
kwcj �'l�nnclrQ� Se.ye�rl ���.e Tho �sC, F-iv2 wr,�r�j �ir12 Six aid Nn�oo QallarS
., 01„�t
which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the
"Special Provisions"of this Contract.
qtr
P:1r1 Ri'i N'r00000010106001N1 7q\0680Specifications108-0625 SubmittahBoilerl)late.doc
r
wk
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.
I/ CONTRACTOR ITY OF RENT
Presid Partner/Owner Mayor Denis Law
/ j ATTEST/' ,
.'Secretary Bonnie I . Walton, City
L tt y et ..
dba cons�I rvt C_ co . L L-- C
Firm Name
ebcc1 one
Individual ❑ Partnership ❑ Corporation Incorporated in
Attention;
If business is a CORPORATION, name of the corporation should be listed in full and both President and
Secretary must sign the contract,OR if one signature is permitted by corporation by-laws,a copy of the by-laws
shall be furnished to the City and made a part of the contract document.
If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a(doing business as)
and fit-in 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.
am
go
.e
t�
P:\r\RI:N'1'00000010106001NP0\0680Specificationst08-0625 SubmittahBoilerplate.doc
MII
r
irr
rwt
rrr
rw
Prevailing Minimum Hourly Wage Rates(New Job Classifications)
ar
wir
w
r
.r►
w
r�.
w
P:\r\REN'00000001 0\06001N1'O\0680Speei6cations\08-0625 SubmittaRBoilerplate.doc
•rr
as
BENEFIT CODE KEY-EFFECTIVE 03-02-08
OVERTIME CODES
w1n OVFRTIML CALCULATIONS ARE BASED ON THE HOURLY RATE AC'T'UALLY PAID'ro TILE WORKER. ON PUBLIC
WORKS PROJECI'S,111E HOURLY RATE MUST BE NO'r LESS THAN'rHE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF TILE COSI'OF FRINGIs BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
rr 1. ALI.HOURS WORKED IN EXCESS OF FLIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL[3L"•"• PAID AT ONE
AND ONE;1-IALF TIMES'17.11:IIOURL.Y RATE OF WAGE.
A. ALI,HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONI:AND ONE-HALF
'rimE,s THE HOURLY RATE Of-WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID ATONE AND ONE-IIALF 'TIMES "['1113 HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND IOLIDAYS SMALL BE PAID AT DOU13LE TI 11,HOURLY RATE 01'
WAGE.
C. THE FIRST TWO(2)HOURS AFTER RIGHT(8)REGULAR I-IOU16 MONDAY THROUGH FRIDAY AND THE FIRST'TEN
(10) HOURS ON SA'T'URDAY SHALL. 1313 PAID AT ONE AND ONE-HALF'TIMES'THE HOURLY RATE OF WAGE. ALI,
OCHER OVERTIME I]OURS WORKED SHALL BE PAID A'1'DOUBLE THE HOURLY RA'Z'E OF WAGE.
D. T11E FIRS7"1'WO(2)HOURS BEFORE OR AFTER A FIVE- EIGHT(8) HOUR WORKWEEK DAY OR A LOUR-TEN(10)
HOUR WORKWEEK DAY AND'ITIE FIRST EIGHT(8)HOURS WORKL'D THE NEXT DAY AF'T'ER E1'1.11EIZ WORKWEEK
SHALL 133E PA 11)ATONE AND ONE-1IAL1,TIMES TILE HOURLY RATE OF WAGE. Al.l,ADDITIONAL 11OURS WOIZKI:D
AND ALI,WORKED ON SUNDAYS AND HOLIDAYS SHALE,BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. THE FIRST TWO(2)HOURS AF'T'ER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND'THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-IIAL.F 'TIMES THE HOURLY RATE OP WAGE. ALL
0`1'111 R HOURS WORKED MONDAY 'THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
wrr
HOLIDAYS SHALT,BE,PAID A'1'DOUBLE THE:I IOU RLY RATE OF WAGE.
1'. THI'' FIRST TWO(2)HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY'l7IR000H FRIDAY AND THF-,FIRS-1- 1'EN
(10) HOURS ON SA'T'URDAY SHALL BE PAID AT ONE AND ONE-1IALF'TIMES THE HOURLY RA'Z'E OF WAGE'. ALL
O"I'11ER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BI-' PAID AT DOUBLE'PITH HOURLY RA'I'L•' 01'
r WAGE:. ALL HOURS WORKED ON LABOR DAY SLIALL BE PAID A'I"1'1•IRI:E'I'IMI:S'1'1-1E HOURLY RA'Z'E O)'WAGE.
G. rm, FIRST 'rr-,N (10) HOURS WORKED ON SATURDAYS AND '1'H' FIRST TEN (10) HOURS WORKED ON A F11'111
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE: PAID ATONE AND ONE:-HALF'TIMES TI I1
HOURLY RA'Z'E OP WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
�i
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL.13L PAID Ai'i)OUBLE'17iE:HOURLY
RATE,OF WAGE.
11. ALL HOURS WORKED ON SATURDAYS(EXCL'P-r MAKEUP DAYS 11'WORK 1S LOST DUI:TO INCLEMENT WEATHER
+�+ CONDI'T'IONS Olt I..iQUIPMEN'r BREAKDOWN)SHALL BE PAID ATONE.AND ONE-LIALI-TIMES"17IE.i HOURLY RATF OF
WAGI.;. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE: (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE TI-ll:HOURLY RATI OF WAGE.
srrt J. THE I"IRST TWO (2) [IOURS AF'TE:R HIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND TI11:FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID A'r ONE AND ONE-BALI''TIMES '171I? HOURLY RATE OF WAGE:. ALI.
HOURS WORKED OVER TEN (10) HOURS MONDAY 'THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL 131
PAID A'1'DOIJ[31,1:"1'111.:HOURLY RA'Z'E%WAGE.
K. ALL HOURS WORKED ON SA'T'URDAYS AND SUNDAYS SHALL BE PAID ATONE"AND ON[r]-IAI.I''I'1MI:S'r1iE HOURLY
RATI OP WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID A'1'DOUBLE'THIE HOURLY RATE 01'WAGE,
L. ALL HOURS WORKED IN EXCESS OF TEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALI-HOURS
t WORK[sD ON SUNDAYS AND HOLIDAYS SHALT,BE PAID AT I)OLJBLEI'T111:HOURLY RATI;OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS 11'WORK IS LOST DUE-1.0 INCLFMEN'T WI-ATII1:R
CONDITIONS)SHALL 131:PAIL)AT ONE AND ONE-IIALF'TIM(S THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SLIALL BE PAID A'T DOUBLE:THE HOURLY RATl:01'WAGE.
on
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES
'I7 E 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 ATONE AND ONE:HALF'TIMES'11117 HOURLY
RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AF'T'ER 'TWELVE (12) !TOURS, MONDAY
THROUGH FRIDAY,AND AFTER"TEN(10)HOURS ON SATURDAY SHALL.BE PAID AT DOUBLE THE HOURLY RATE,Of-
■r
WAGE.
P. ALL HOURS WORKED ON SA'T'URDAYS (EXCEPT MAKEUP DAYS 11, CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL 13E PAID ATONE AND ONE-IIALF TIMES'THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON 1"IOL1DAYS
SHALL BE PAID A'1'DOLJBLE'1'111 I-IOURLY RA'Z'E OF WAGE.
err
ww
it
BENEFIT CODE KEY-TsFFEC'T'IVE 03-02-08
_2_
1. Q. THE FIRST TWO(2)HOURS AFTER L''IGHT'(8)REGULAR HOURS MONDAY"THROUGH FRIDAY AND TIP TO TEN(10)
1-101JIlS WORKED ON SATURDAYS SMALL BE PAID A'1'ONE AND ONE-HALF'TIMES'IT-IE HOURLY RA'Z'E OF WAGE.
ALL HOURS WORKED IN EXCESS OFTEN(10)HOURS PER DAY MONDAY THROUGH SA"I'URDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SIIALL, 13E PAID AT DOUBLE'• T'HE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO'1'1MES THE HOURLY RATE OF WAGE".
S. THE FIRST T'WO(2)HOURS AFTER EIGHT(8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT' ►
(8) HOURS ON SA']'URDAY SHALL BE PAID AT ONE AND ONE-HALF '1'EMIaS 'I'ITE HOURLY RATE OF WAGE, ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID A'T DOUBLE THE HOURLY RA"TE 01"
WAGE. ALL IIOURS WORKED ON LABOR DAY SHALL BE PAID AT'I'IIREiE'I'[Ml S'THE HOURLY RATE OF WAGE.
T. WORK PERFORMED IN EXCESS OF EIGHT(8)HOURS OF STRAIGHT TIME PER DAY,OR TEN(10)HOURS OF ST'RAIGITI'
TIME PER DAY WIiLiN FOUR TEN(10)HOUR SHIFI:S ARE ESTABLISHED,OR FORTY(40)HOURS OF S'I-RAlurr'ITME
PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDi.: THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS
SHALL BE PAID AT TIME,AND ONE-]-IALF TILE S'TRAIGH'T TIME RATE. IIOURS WORKED OVER'TWELVE IiOURS(12)
IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS
SHALL BE PAID AT DOUBLE 111E STRAIGHT TIME RATE 01" PAY. THE. EMPLOYER SHALL HAVE, THE, SOI,I::
DISCRh!'ION 'T'0 ASSIGN OVERTIME WORK TO LMPLOYEFS. PRIMARY CONSIDERATION FOR OVERTIME WORK
SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO 131: PERFORMED ON OVERTIME"
SITUATIONS. AFTEit AN EMPLOYEE? HAS WORKED EIGHT (g) HOURS AT AN APPLICABLE OVI-R'TIME: RA'Z'E,ALL
ADDITIONAL HOURS SHALL 131;AT"TIME APPLICABLE OVE.R'TIME RA'Z'E.:UNTIL SUCH T'IM13 AS THE'EMPLOYED HAS
HAD A BREAK OF I IGIT]'(8)HOURS Olt MOW.-_
U. ALI,HOURS WORKED ON SATURDAYS SHALL BE PAID ATONE AND ONE;HALF"TIMES'1'HI:IiOURLY RATE OF
WAGE. ALI,HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID A'1'TWO TIMES so
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL 131" PAIL) A't' '1'IIRE:E "TIMIiS 'I'Illi
IIOURLYRA'I'L-'OF WAGE.
V. ALI.HOURS WORKED ON SA'T'URDAYS,SUNDAYS AND HOLIDAYS(IiXCI-lyl 'I.1IANKSGIVING DAY AND CHRIS"I'MAS MIN
DAY)SHALL BE" PAID AT ONE AND ONl HALF TIMES THE HOURLY RA'I'L;OF WAGE. ALL HOURS WORKED ON
THANKSGIVING 1.)AY AND CIIItIS'I'MAS E)AY SI IAL1,131s PAID A'1'DOU1.31,E'I'1iE Ii0UR1.,Y RATE O]'WAGE.
W. ALL HOURS WORKED ON SA'T'URDAYS AND SUNDAYS(EXCI PI'MAKE-UP DAYS DUE'1.0 CONDITIONS E3€ YOND 111 r-,
CONTROL OF T'HE I MI'LOYE It))SIIALL,BE PAID A'1'ONE;AND ONE:IlALF'I'IMl?S THE IiOURL,Y RA'I'E.i Ol'WAGE. Al.l- 111
HOURS WORKED ON HOLIDAYS SI-IAI,I.,Bi.i PAID A'T DOIJ131.1-T'IfE IIOURI,Y RA'1'I OF WAG13.
X. 'THE" FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWFLVI'i(12)HOURS ON SATURDAY SHALL.BE PAID Al'ONE AND ON 13-HALF'1'IMES THE HOURLY RA'IT.OF WAGE.
ALL HOURS WORKED OVER TWI`LVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT I)OUBLE THEi HOURLY RATE'OF WAG 1 F. WHEN HOLIDAY I"ALI S ON SATURDAY Olt SUNDAY,
THE DAY BFIFORE SA'T'URDAY, FRIDAY, AND'Tllli DAY AFTER SUNDAY, MONDAY, SHALL BE's CONSIDERED T]M
HOLIDAY AND ALL WORK PERFORMED SHAI..L I3F:PAIL)A'I'llOUBLP3'1'FIE HOURLY RATE;OF WAGE.
!
2. ALI,HOURS WORKED IN EXCESS 01,I"IGHT(8)HOURS PER DAY Olt FOR'T'Y(40)HOURS PER WEEK SHALL BE PAID ATONE
AND ONE:-)JALP TIMES T1I1'.HOURLY RATE;OF WAGE,
A. THE FIRST SIX(6) HOURS ON SATURDAY SHALL BE PAID ATONE AND ONE-HALF'1'[M1 S THE 1{OURL.Y RATT 01'
WAGE:. ALL HOURS WORKED IN EXCESS OF SIX(6)1IOURS ON SATURDAY AND ALL HOURS WORKI.iD ON SUNDAYS
AND HOLIDAYS SHALL BI"PAID AT TWO TIM1iS T'I11-11iOURLY RA'Z'E OF WAG]:.
13. AE,L.HOURS WORKS"D ON IOLIDAYS SHALL BI"PAIL)ATONE AND ONI HALF TIMES T'IIE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED ON SUNDAYS SIIALL,131i PAID A'1'ONE;ANT)ONE-1 IALF'TIMES'i'I[E I IOUTZ I, RATE OF WAGE.
ALL,HOURS WORKED ON HOLIDAYS SIIALL,BL-•PAIL)ATT'WO T'IM13S'1 HE HOURLY RATE 01'WAGE.".
D, ALI,HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID ATONE AND ONE-1 IALFTIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT(8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AI' STRAIGII']' 'TIME IN
ADDITION'T'0 T'HE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF L"IGFIT'(8)HOURS ON HOLIDAYS SHALL,BE
PAIL)ATONE AND ONEi-I•{ALP TIMES'1'E-lE HOURI,Y RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-
HALF'TIMES T'H1 HOURLY RA'Z'E OF WAGE:. ALI,HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT T'WO T'IMES THE;HOURLY RATE OF WAGE,
1". 'I'lll I'IRS'T'EIGITI'(8)HOURS WORKED ON HOLIDAYS SHALL BE- PAID AT']TIE'S'TRAIGH'T IIOURLY RA'Z'E O'WAGE
IN ADDJTION'TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLF..'TIIE HOURLY RATE OF WAGE.
RENE FIT CODE KEY-EFFECT'IVE 03-02-08
-3-
tit G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID A'1"1'WO TIMES '1HE 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 13E PAII)AT TWO 'Timis 1'EEE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID ATONE.AND ONL-HALF TIMES THE HOURLY RATE OF WAGE..
2. 1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL.13E PAID ATONE AND ONE-
EIALF"TIMES"1'lil IIOURLY RA'Z'E OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SMALL BE
try PAID AT 1'WO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID A'1'TWO T'1MES 'PILE HOURLY RATE OF WAGE. ALI.EIOURS
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 SMALL 1313 PAID AT"iWO TIMI?.S THE
HOURLY RA'Z'E OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL,BE PAID A'I"1'WO"I'iMES'l'11E EfOURLY RA'Z'E OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
WW1 M. ALI.,HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALI,BE'PAID AT I)OUBL,E THE HOURLY RATE
Of-WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAII)ATONE AND ONE:IIALF T'IME"S THL'HOURLY
RATE OF WAGE.
P. T HE FIRST(EIGHT(8)HOURS ON SATURDAY SHALL.BI, PAID A'1'ONE AND ONE:EIALF TIMES THE HOURLY RAT E OF
WAGE. ALI, HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE-PAID AT I'WO TIMES T71l:i HOURLY RATE OF WAGE.
�w
Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID A'1'DOUBLE TI-11:s IIOURLY RATE OF WAGE.
4A. ALL, HOURS WORKED IN LiXC1;SS OF 111GITI' (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL 13L PAID AT
�s DOUBLE
THE I IOURLY RA'I'L'OF WAGE. ALL I LOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SI[ALI,1311-PAID AT
DOL BLE'1'llli 1JOURLY RA'Z'E:OF WAGE.
rrt
HOLIDAY CODES
5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,'1'HANKSGIVING DAY,FRIDAY
AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7).
13. HOLIDAYS: NEW Yl:AR,S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AFT( R T HANKSGIVING DAY,T HR DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8).
r C. HOLIDAYS: NEW YE-AR'S DAY, PRESIDENT'S' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
'1'i IANKSGI VING DAY,-]-III,FRIDAY AFTER THANKSGIVING HANKSGIVING DAY,AND CHRISTMAS DAY(8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, 'THANKSGIVING DAY, T'HE
FRIDAY AND SA'T'URDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8).
Ei. HOLIDAYS: NL W YE'AR'S DAY, PRESIDENT'S' DAY, MEMORIAL. DAY, INDEPENDENCE DAY, PRESIDENTIAL
NTIAL
I LECTION DAY,THANKSGIVING DAY,THE FRIDAY AF'T'ER THANKSGIVING DAY,AND CHRIS'I'MAS DAY(8).
+w F. HOLIDAYS: NEW YFAR:S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENT'S' DAY, MEMOIUAI, DAY,
INDEPENDENCE DAY, LABOR DAY, V1 EEIIANS' I)AY, '1'IIANKSGIVIN(3 DAY, TIiL" FRIDAY Al-TER THANKSGIVING
DAY,AND CHRIS'T'MAS DAY(11).
r G. HOLIDAYS: NEW YI:;AR'S DAY, M1MOIZIAL DAY, INDEPENDENCE DAY, LABOR DAY, T'IIANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7).
H. HOLIDAYS: NEM YEAR'S DAY, MEMORIAL, DAY, INDEPENDENCE DAY, THANKSGIVING DAY, "FHE DAY AFTER
THANKSGIVING DAY,AND CHRISTMAS(6).
1. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, LABOR DAY, TI•IANKSGIVENG DAY, AND
CHRISTMAS DAY(6).
ow J. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY Al i'I:R
THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7).
wr+
BE..NN IFIT CODE KEW-EFFECTIVE 03-02-08
_q-
K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL, DAY, INDEPLNDENCL•- DAY, LABOR DAY,
THANKSGIVING DAY,FRIDAY AF E'ER TIIANKSGIVING DAY, THE DAY BEFORE CHRIS'T'MAS,AND CHRISTMAS DAY
(9)•
L. HOLIDAYS: NFW YE AR'S DAY,MARTIN LUTHER KING JR. DAY, MEMORIAL.DAY,INDEPENDENCE DAY,LABOR
DAY,'I'1IANKSGIVING DAY,FRIDAY AF'TER'i'HANKSGIVING DAY,AND CHRISTMAS DAY(8).
M. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR
DAY,-1.1•IANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY, 1'IIL""•DAY BEFORE CHRIS'T'MAS AND CIIRIS'1'MAS �
DAY(9).
N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VIiTERANS' Mt
DAY,TIIANKSGIVING DAY,'THE-FRIDAY AFTER THANKSGIVING DAY,AND CHRIS'T'MAS DAY(9).
P. HOLIDAYS: NL'W YEAR'S DAY,MEMORIAL.DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY,THE DAY 131"'FORE CHRISTMAS,AND CHRISTMAS DAY(9).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE, DAY, LABOR DAY,THAN KSGTVING DAY,
AND CHRIS'T'MAS DAY(6).
R. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPE::ND):;NCF DAY, LABOR DAY,THANKSGIVING DAY,
DAY AFT R'THANKSGIVING DAY,ONE-IiALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2).
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 YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL,DAY, INDLPE NDENCE DAY, LABOR
DAY,'THANKSGIVING DAY,THE FRIDAY AlgMR THANKSGIVING DAY,Cl IRIS'TMAS DAY,AND THE DAY 131-1-FORE,OR
AFTI'R CH RISTMAS(10).
U. PAID HOLIDAYS: NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDHNTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY,LABOR DAY,'THANKSGIVING DAY,AND CHRISTMAS DAY(8).
V. PAID IOLIDAYS: SIX(6)PAID HOLIDAYS.
W. PAID HOLIDAYS' NINE(9)PAID HOLIDAYS.
X. HOLIDAYS: AMT.-M 520 HOURS - NEW YEAR'S DAY, 'THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080
IiOURS - 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, INDEPI NDENCE DAY, LABOR DAY, PRESIDENTIAL EL.I'iC'TION
DAY,TIIANKSGIVING DAY,THE-.FRIDAY FOLLOWING THANKSGIVING DAY,AND Cl IRISTMAS DAY(8).
X. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VE l'ERANS DAY,
TI[ANKSGIVING DAY,TIiB FRIDAY AFIT.R THANKSGIVING DAY,AND CHRISTMAS DAY(8).
6. A. PAIL) HOLIDAYS: NLW YEAR'S DAY, PRF..SIDENI:S' DAY, MEMORIAL DAY, INDEPENDENCE; DAY, LABOR DAY,
'I'1-IANKSCilVING I)AY,'1'lil.:I-I2II)AY AF-I'l lZ'1'IIANKSOIVIN(3 DAY,AND cmus'1'MAS DAY(8).
13. PAID HOLIDAYS: NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY,INDEP13M)ENCE DAY, LABOR DAY,
THANKSGIVING DAY,THE:FRIDAY AI"T1iR'THANKSGIVING DAY,CHRISTMAS EWE'S DAY,AND CHRISTMAS DAY(9).
T
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSG WING DAY,THE DAY AFTER THANKSGIVING DAY,17iE LAST WORK DAY BEFORE CHRIS'T'MAS DAY,AND
Cl IRISI'MAS DAY(9).
D. PAll) HOLIDAYS: NEW YEAR'S DAY, PRE'SIDEN'TS' DAY, MEMORIAL DAY, INDEPLNDENCL DAY, LABOR DAY, �
TIIANKSGIVING DAY,'THE FRIDAY AFTER THANKSGIVING DAY,CIII2IS'TMAS DAY,THE DAY BE3FORE OR'TITI DAY
AFTER CHRISTMAS DAY(9).
E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AF'TE'R NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL
DAY, INDEPENDEiNCF DAY, LABOR DAY, 'THANKSGIVING DAY, DAY AF'T'ER THANKSGIVING DAY, CHRISTMAS
DAY,AND A HALF-DAY ON CHRISTMAS I'VE DAY. (91/2),
F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, 111
INDEPENDI::NCE DAY,LABOR DAY,V17'1'ERANS'DAY,'II-IANKSGIVING DAY,THE DAY AF'TE'R THANKSGIVING DAY,
AND CHRISTMAS DAY(11).
rw
wo
+Ilr
BENEFIT CODE KEY-EFFECTIVE 03-02-08
-5-
+� G. PAID LOLIDAYS: NEW YEAR'S DAY, MARTIN E,UTIIEI2 KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VE"I'ERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTEr:R "TLIANKSGIVING
DAY, CHRISTMAS DAY,AND CLIRISTMAS EVE DAY(11).
If. PAID HOLIDAYS: NEW YEAR'S DAY,NEW YE'AR'S EVE DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,
THANKSGIVING DAY,FRIDAY AFTL'•R'THANKSGIVING DAY,CHRISTMAS DAY,THE DAY AFTER CLIRISTMAS,AND A
FLOATING HOLIDAY(10).
1. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL.DAY,1NDI?PENDI NCE DAY,LABOR DAY,THANKSGIVING
+w1 DAY,FRIDAY AFTER"THANKSGIVING DAY,AND CHRISTMAS DAY(7).
J. PAID HOLIDAYS: NEW YEARS DAY,MEMORIAL DAY,INDEPENDENCI;DAY,LABOR DAY,TLIANKSGIVING;
DAY, FRIDAY AFTER 'THANKSGIVING DAY, CHRIS'T'MAS DAY, THE DAY AFTER CLR2ISTMAS, AND A
ris
FLOATING I IOLIDAY(9).
I,. 1101-IDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENC13 DAY,LABOR DAY,TLIANKSGIVING DAY,
THE FRIDAY AFTER "THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY.(8)
+r�
Q. PAID HOLIDAYS; NEW YEAR'S DAY,MEMORIAL DAY,INI)CPLiNDL•NCL"DAY,LABOR DAY,VETERANS DAY,
THANKSGIVING DAY,"Tl II?DAY AFTER TI JAN KSGIVING DAY AND CHRISTMAS DAY(8). IJNPAID HOLIDAY.;
PRESIDENT SS'DAY.
T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY,THANKSGIVING DAY,THE FRIDAY AFTER'I IANKSGIVING DAY,THE LAST WORKING DAY BEFORE
CHRISTMAS DAY,AND CHRISTMAS DAY(9).
lrlf U. HOLIDAYS: NEW YEAR'S DAY, DAY I3L""FORE NI W YEAR'S DAY, MEMORIAL DAY, INDEPENDENCI: DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER "rIIANKSGIVJNG DAY, THE DAY BEFORE
CHRISTMAS DAY,CHRISTMAS DAY(9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE;DAY,LABOR DAY,'TIIANKSGIVING
s DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE;DAY OF"1'1117
13MPLOYl31'S CE-IOICE(9).
W. PAIL)HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEiW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL.DAY,
irll INDI'sP] NDI NCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CLI121S'1'MAS
DAY,DAY BI.FORE OR AFTER CHRISTMAS DAY(10).
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY Blil"ORI OR AFTER NEW YE'AR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCI; DAY, I-AI30R DAY,THANKSGIVING DAY, DAY AFI-ER"I11ANKSGIVING
DAY,CHRISTMAS DAY,DAY 13EFORE OR AF'I7?]t CIIRIS"I'MAS DAY,EMPLOYE I:'S BIRTHDAY(11).
NOTE CODES
8. A. TI-Ifi STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE:HALF'TIMES"1'HI DIVERS RA"TL•'OF PAY. IN ADDITION TO
T)it-,HOURLY WAGE AND FRINGE 131 NI:FTTS,"TIFI-'FOLLOWING DI IXI'H PREMIUMS APPLY"1'O DEPTHS OF F'IFT'Y
OR MORE:
OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVI3R 100-1'0 175'-$2.25 PER FOOT FOR EACH FOOL'OVER 100 F1'?
13ENEFIT CODs:KEY-EFFECTIVE 03-02-08
-6-
M. WORKERS ON HA%MAT PROJEC'I:S RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS:LEIVELS A&E:$1.00,
L.rvM,S C&D:$0.50.
N. WORKERS ON HA%MAT PROJE?C'I'S RECEIVE ADDI'T'IONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $I.00,
LEVEL 13:$0.75,LEVEL C:$0.50,AND LEVEL D:$0.25. ist
9. A. SHIFT DIFFERENTIAL: SWING FROM 4:30 PM TO 1 AM IS WAGE PLUS 17.3% IN*
GRAVEYARD FROM 12:30 AM TO 9:00 AM IS WAGE PLUS 31.4%
13. SHIFT DIFFEREN'T'IAL: SWING FROM 4:30 PM TO 12:30 AM IS WAGE PLUS 10%FOR 7%t HOURS WORKED
GRAVI:'.YARD FROM 12:30 AM TO 9:00 AM IS WAGE:PLUS 15%7 HOURS WORKED J
III
vi
so
k*
lr
No
Val
I
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 03-02-08
�**wwwwwwwwwwwww*wwwwww*wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww
ra (See Benefit Code Key)
Over
PREVAILING Time Holiday Note
rr
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $36.24 1H 5D
BOILERMAKERS
JOURNEY LEVEL
$33.32 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL $43.75 1 M 5A
CABINET MAKERS(IN SHOP)
w JOURNEY LEVEL
$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 IM 5D
STATIONARY WOODWORKING TOOLS
$43.75 IM 5D
CEMENT MASONS
JOURNEY LEVEL $44.58 1M 5D
DIVERS&TENDERS
DIVER $85.75 1M 5D 8A
DIVER TENDER $44.22 1 M 5D
DREDGE WORKERS
aw ASSISTANT ENGINEER $44,59 IT 5D 8L
ASSISTANT MATE(DECKHAND) $44.08 IT 5D 8L
BOATMEN $44.59 IT 5D 8L
ENGINEER WELDER $44.64 IT 5D 8L
as LEVERMAN,HYDRAULIC
$46.21 17 5D 8L
MAINTENANCE $44.08 IT 5D 8L
MATES $44.59 IT 5D 8L
OILER $44,21 IT 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $43.59 1 E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
1W JOURNEY LEVEL $18.69 1
Page 1
NO
KING COUNTY
Effective 03-02-08
wwwwww,rrwwww*wwwwwwwwwwww*w**,rwwwwwwwwwwwwwwwwwwwwwwwww,�ww*w*wwwwwww*wwwwwwwwwwwwwwwwwww*wwwww*w*w**www,tww
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ELECTRICIANS-INSIDE
CABLE SPLICER $55.05 1E 5A
CABLE SPLICER(TUNNEL) $58.86 1E 5A
CERTIFIED WELDER $53.16 1E 5A
CERTIFIED WELDER(TUNNEL) $57.15 1E 5A
CONSTRUCTION STOCK PERSON $28.83 1E 5A at
JOURNEY LEVEL $51.25 1E 5A
JOURNEY LEVEL(TUNNEL) $55.05 1E 5A
ELECTRICIANS-MOTOR SHOP
CRAFTSMAN $15.37 2A 6C Ili
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS-POWERLINE CONSTRUCTION
CABLE SPLICER $56.53 4A 5A
CERTIFIED LINE WELDER $51.64 4A 5A
GROUNDPERSON $37.15 4A 5A
HEAD GROUNDPERSON $39.19 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A
JACKHAMMER OPERATOR $39,19 4A 5A
JOURNEY LEVEL LINEPERSON $51.64 4A 5A
LINE EQUIPMENT OPERATOR $43.83 4A 5A
POLE SPRAYER $51.64 4A 5A
POWDERPERSON $39.19 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1
ELEVATOR CONSTRUCTORS
MECHANIC $60.85 4A 60
MECHANIC IN CHARGE $66.25 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.15 2K 5B
FENCE ERECTORS
FENCE ERECTOR $18.71 1
FENCE LABORER $12,77 1
FLAGGERS
JOURNEY LEVEL $31.01 1H 5D
GLAZIERS
JOURNEY LEVEL $43.76 1H 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $46.59 1 S 51
HEATING EQUIPMENT MECHANICS
MECHANIC $33.65 1
HOD CARRIERS&MASON TENDERS
JOURNEY LEVEL $36.75 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.24 1
INLAND BOATMEN
CAPTAIN $38.87 1K 5B
COOK $32.73 1K 5B
DECKHAND $32.42 1K 5B
ENGINEERIDECKHAND $35.20 1K 5B we
MATE,LAUNCH OPERATOR $36.85 1K 5B
Page 2
KING COUNTY
Effective 03-02-08
AIN
(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
jrr 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 1 H 50
BALLAST REGULATOR MACHINE $36.24 1H 5D
BATCH WEIGHMAN $31.01 1H 5D
BRUSH CUTTER $36.24 ill 5D
BRUSH HOG FEEDER $36.24 1H 50
BURNERS $36.24 1H 5D
CARPENTER TENDER $36.24 1H 5D
CASSION WORKER $37.20 1H 5D
CEMENT DUMPER/PAVING $36.75 1H 5D
CEMENT FINISHER TENDER
$36.24 ill 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 Ill 5D
CHIPPING GUN(OVER 30 LBS) $36.75 1H 5D
CHIPPING GUN(UNDER 30 LBS) $36.24 1H 50
CHOKER SETTER $36.24 1H 50
CHUCK TENDER $36.24 ill 5D
CLEAN-UP LABORER $36.24 1H 50
CONCRETE DUMPER/CHUTE OPERATOR $36.75 1 H 5D
CONCRETE FORM STRIPPER $36.24 1H 5D
CONCRETE SAW OPERATOR $36.75 ill 50
CRUSHER FEEDER $31.01 1H 5D
s CURING LABORER
$36.24 ill 5D
DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $36.24 1H 50
DITCH DIGGER $36.24 1H 5D
DIVER $37.20 1H 5D
DRILL OPERATOR(HYDRAULIC,DIAMOND) $36.75 1H 5D
DRILL OPERATOR,AIRTRAC $37.20 Ill 5D
DUMPMAN $36.24 ill 5D
EPDXY TECHNICIAN $36.24 ill 5D
EROSION CONTROL WORKER $36.24 ill 5D
FALLER/BUCKER,CHAIN SAW $36.75 1H 5D
FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $28.45 1H 5D
construction debris cleanup)
FINE GRADERS $36.24 1H 5D
FIRE WATCH $31.01 1H 5D
FORM SETTER $36.24 1H 5D
go GABION BASKET BUILDER $36.24 1H 5D
GENERAL LABORER $36.24 ill 5D
GRADE CHECKER&TRANSIT PERSON $36.75 Ill 5D
iw GRINDERS $36.24 1H 50
GROUT MACHINE TENDER
$36.24 Ili 5D
Page 3
rrr
KING COUNTY
Effective 03-02-08
*,r*wwwwww**,rwwwwwwwwwwwwwww+rww,rww*wwwwwww*wwwwwwwwwwww,t*wwwww,r**wwwwwwwwwwwww**wwwwwww+�wwwwwww*wwwww*w*ww*
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GUARDRAIL ERECTOR $36.24 1H 50
HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 5D go
HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D
HIGH SCALER $37.20 1H 5D
HOD CARRIER/MORTARMAN $36.75 1H 5D
JACKHAMMER $36.75 1H 5D
LASER BEAM OPERATOR $36.75 1H 5D
MANHOLE BUILDER-MUDMAN $36.75 1H 5D
MATERIAL YARDMAN $36.24 1H 5D
MINER $37.20 1H 5D
NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1H 5D
PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,
GUNITE,SHOTCRETE,WATER BLASTER
PAVEMENT BREAKER $36.75 1H 5D
PILOT CAR $31.01 1H 5D
PIPE POT TENDER $36.75 1H 5D
PIPE RELINER(NOT INSERT TYPE) $36.75 1H 5D lit
PIPELAYER&CAULKER $36.75 1H 5D
PIPELAYER&CAULKER(LEAD) $37.20 1H 513
PIPEWRAPPER $36.75 1H 5D
POT TENDER $36.24 1H 5D Alt
POWDERMAN $37.20 1H 5D
POWDERMAN HELPER $36.24 1H 5D
POWERJACKS $36.75 1H 5D at
RAILROAD SPIKE PULLER(POWER) $36.75 1H 5D
RE-TIMBERMAN $37.20 1H 5D
RIPRAP MAN $36.24 1H 50
RODDER $36.75 1H 5D
SCAFFOLD ERECTOR $36.24 1H 5D
SCALE PERSON $36.24 1H 5D
SIGNALMAN $36.24 1H 5D
SLOPER(OVER 20") $36.75 1H 5D r
SLOPER SPRAYMAN $36.24 1H 5D
SPREADER(GLARY POWER OR SIMILAR TYPES) $36.75 1 H 5D
SPREADER(CONCRETE) $36.75 1H 50
STAKE HOPPER $36.24 1H 5D
STOCKPILER $36.24 1H 5D
TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1H 5D
TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1H 5D
TOOLROOM MAN(AT JOB SITE) $36.24 1H 5D
TOPPER-TALLER $36.24 1H 5D
TRACK LABORER $36.24 1H 5D
TRACK LINER(POWER) $36.75 1H 5D
TRUCK SPOTTER $36.24 1H 5D
TUGGER OPERATOR $36.75 1H 5D
VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D
VIBRATOR $36.75 1H 5D at
VINYL SEAMER $36.24 1H 5D
WELDER $36.24 1H 5D
WELL-POINT LABORER $36.75 1H 5D
Page 4
11
i.r
KING COUNTY
Effective 03-02-08
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code ode Code
LABORERS-UNDERGROUND SEWER&WATER
GENERALLABORER $36,24 1H 5D
PIPE LAYER
$36.75 1H 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1
are LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1
LANDSCAPING OR PLANTING LABORERS $17,87 1
LATHERS
JOURNEY LEVEL $43.79 1M 5D
e METAL FABRICATION(IN SHOP)
FITTER $15.86 1
LABORER $9.78 1
MACHINE OPERATOR $13.04 1
PAINTER
$11.10 1
WELDER $15.48 1
MODULAR BUILDINGS
CABINET ASSEMBLY $11.56 1
ELECTRICIAN $11.56 1
EQUIPMENT MAINTENANCE $11.56 1
PLUMBER $11.56 1
r�r PRODUCTION WORKER $9.40 1
TOOL MAINTENANCE $11.56 1
UTILITY PERSON $11.56 1
WELDER $11.56 1
rrr PAINTERS
JOURNEY LEVEL $33.94 2B 5A
PLASTERERS
JOURNEY LEVEL $43.10 1R 5B
PLAYGROUND&PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.42 1
PLUMBERS&PIPEFITTERS
JOURNEY LEVEL $57.34 f G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $42.14 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $44.92 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45.41 IT 5D 8L
BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $45.96 1 T 5D 8L
ATTACHMENTS)
BACKHOES, (75 HP&UNDER) $44.50 1T 5D 8L
w BACKHOES, (OVER 75 HP) $44.92 1T 5D 8L
BARRIER MACHINE(ZIPPER) $44,92 IT 5D 8L
BATCH PLANT OPERATOR,CONCRETE $44.92 1T 5D 8L
BELT LOADERS(ELEVATING TYPE) $44.50 IT 5D 8L
as BOBCAT(SKID STEER) $42.14 IT 5D 8L
BROOMS $42,14 IT 5D 8L
BUMP CUTTER $44.92 IT 5D 8L
CABLEWAYS $45.41 IT 5D 8L
CHIPPER
$44.92 IT 5D 8L
COMPRESSORS $42.14 IT 5D 8L
CONCRETE FINISH MACHINE-LASER SCREED $42.14 IT 5D 8L
CONCRETE PUMPS $44.50 IT 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 IT 5D 8L
Page 5
r
KING COUNTY
Effective 03-02-08
vow*,rw,r*,rtw,r,rvew*,�wwwwwrrw*,�w*wwwwwwww wwxw*w,r*********,t**,t**wwww*ww***w*w*w*wwwwwwww,t*w www**w*w,rwwwwwww ww*w*
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CONVEYORS $44.50 IT 5D 8L
CRANES, THRU 19 TONS,WITH ATTACHMENTS $44.50 IT 5D 8L
CRANES, 20-44 TONS,WITH ATTACHMENTS $44.92 IT 5D 8L
CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45.41 IT 5D 8L
WITH ATACHMENTS)
CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 IT 5D 8L
WITH ATTACHMENTS)
CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46.53 IT 5D 8L
WITH ATTACHMENTS)
CRANES,A-FRAME, 10 TON AND UNDER $42.14 IT 5D 8L
CRANES,A-FRAME,OVER 10 TON $44.50 IT 5D 8L
CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47.09 IT 5D 8L
ATTACHMENTS
CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45,41 IT 5D 8L
CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45.96 IT 5D 8L
CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $45.96 IT 5D 8L
CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $46.53 IT 5D 8L
CRUSHERS $44.92 IT 5D 8L
DECK ENGtNEER/DECK WINCHES(POWER) $44.92 IT 5D 8L
DERRICK, BUILDING $45.41 IT 5D 81.
DOZERS,D-9&UNDER $44.50 IT 5D 8L
DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44,50 IT 5D 8L
DRILLING MACHINE $44.92 IT 5D 8L
ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42.14 IT 5D 8L
EQUIPMENT SERVICE ENGINEER(OILER) $44.50 IT 5D 8L
FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 5D 8L
FORK LIFTS,(3000 LBS AND OVER) $44.50 IT 50 8L
FORK LIFTS,(UNDER 3000 LBS) $42.14 IT 5D 8L
GRADE ENGINEER $44.50 IT 50 8L
GRADECHECKER AND STAKEMAN $42.14 IT 5D 8L
GUARDRAIL PUNCH $44.92 IT 5D 8L
HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44.50 IT 5D 8L
HORIZONTALIDIRECTIONAL DRILL LOCATOR $44.50 IT 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $44.92 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42.14 IT 5D 8L
HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44.50 IT 5D 8L
LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45.41 IT 50 8L
LOADERS,OVERHEAD(8 YD&OVER) $45.96 IT 5D 8L
LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44.92 IT 50 8L
LOCOMOTIVES,ALL $44.92 IT 5D 8L
MECHANICS,ALL $45.41 IT 5D 8L
MIXERS,ASPHALT PLANT $44.92 IT 5D 8L
MOTOR PATROL GRADER(FINISHING) $44.92 IT 5D 8L
MOTOR PATROL GRADER(NON-FINISHING) $44.50 IT 5D 8L
MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45.41 IT 5D 8L
OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 IT 5D 8L
OPERATOR
PAVEMENT BREAKER $42.14 IT 5D 8L
PILEDRIVER(OTHER THAN CRANE MOUNT) $44,92 IT 5D 8L
PLANT OILER(ASPHALT,CRUSHER) $44.50 IT 5D 8L
POSTHOLE DIGGER,MECHANICAL $42.14 IT 5D 8L
POWER PLANT $42.14 IT 5D 8L
Page 6
KING COUNTY
Effective 03-02-08
� ww,tw*,kww*www*ww*w*ww*,twwwwwwwww,rwwwWwwwww,r,rw,rw,rww*ww*ww,rww*w*w+�w*w*w*wwww*w,tw*w*wwwww*w*wwwwwww,rwwww*w,r*w,r
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
PUMPS,WATER $42.14 IT 5D 8L
QUAD 9,D-10,AND HD-41 $45.41 IT 5D 8L
�r REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 IT 5D 8L
EQUIP
RIGGER AND BELLMAN $42.14 IT 5D 8L
ROLLAGON $45.41 IT 5D 8L
ROLLER,OTHER THAN PLANT ROAD MIX $42.14 IT 5D 81-
ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44.50 IT 5D 8L
ROTO-MILL,ROTO-GRINDER $44,92 IT 5D 8L
rls SAWS,CONCRETE $44.50 IT 5D 8L
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44,92 IT 5D 8L
OFF-ROAD EQUIPMENT(UNDER 45 YD)
SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45.41 IT 5D 8L
OFF-ROAD EQUIPMENT(45 YD AND OVER)
SCRAPERS,CONCRETE AND CARRY ALL
$44.50 IT 5D 8L
SCREED MAN $44.92 IT 5D 8L
SHOTCRETE GUNITE $42.14 IT 50 8L
SLIPFORM PAVERS $45.41 IT 5D 8L
SPREADER,TOPSIDE OPERATOR-SLAW KNOX $44.92 IT 5D 8L
SUBGRADE TRIMMER $44.92 IT 5D 8L
TOWER BUCKET ELEVATORS $44.50 IT 5D 8L
r� TRACTORS,(75 HP&UNDER) $44.50 IT 50 8L
TRACTORS,(OVER 75 HP) $44.92 IT 50 8L
TRANSFER MATERIAL SERVICE MACHINE $44.92 IT 50 8L
TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45.41 1 T 5D 8L
+� TRENCHING MACHINES $44.50 IT 50 8L
TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $44.50 IT 5D 8L
TRUCK CRANE OILER/DRIVER(100 TON&OVER) $44.92 IT 5D 8L
TRUCK MOUNT PORTABLE CONVEYER $44.92 IT 5D 8L
WHEEL TRACTORS,FARMALL TYPE
$42.14 IT 5D 81.
YO YO PAY DOZER $44.92 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $37.61 4A 5A
SPRAY PERSON $35.73 4A 5A
TREE EQUIPMENT OPERATOR $36.19 4A 5A
TREE TRIMMER $33.68 4A 5A
TREE TRIMMER GROUNDPERSON $25.43 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
rrt
MECHANIC $55.41 1G 5A
RESIDENTIAL BRICK&MARBLE MASONS
JOURNEY LEVEL $27.05 1
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
$23.47 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $22.64 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $43.59 1E 5P
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $26.24 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $31,99 1H 5G
Page 7
rr
17111
KING COUNTY
Effective 03-02-08
www,twwwwwwwwww*wwwwww*w*www*,rw*wwwwwww,r*w*wwwwwwwwwww*wwwwwwwwww*w*w**ww*wwwww*www*ww*ww*wwww*,sw*w,rwvrww*w*
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Coe Cog 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 MECHANICS
JOURNEY LEVEL $55.41 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) $19.48 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $36.08 1 B 5A
RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $31.01 1 B 5C
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $26.30 1
RESIDENTIAL TERRAZZO/TILE SETTERS
JOURNEY LEVEL $41.96 1 M 5A
ROOFERS
JOURNEY LEVEL $36.78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A
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 $30.37 113 6X
HEAT&FROST INSULATOR $46.59 is 5.1
LABORER $29.26 1 B 6X
MACHINIST $30.29 1B 6X
OPERATOR $30.22 1 B 6X
PAINTER $32.34 113 BX
PIPEFITTER $30.22 113 6X
RIGGER $30.33 113 6X
SANDBLASTER $30.22 16 6X
SHEET METAL $30.48 18 6X
SHIPFITTER $30.32 18 6X
TRUCKER $30.17 16 6X >
WAREHOUSE $30.20 1B 6X
WELDERIBURNER $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 $33.25 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $36.08 113 5A
SOLAR CONTROLS FOR WINDOWS s
JOURNEY LEVEL $12.44 1 5S
Page 8
KING COUNTY
Effective 03-02-08
�► w,rw*wwwwwwwwww*ww*w,rww*www**wwww*w*w,t*www,rwww,�wwwww,tw*,t*www*w*w,r*wwwwwww,rw*w,twww,tww*,rw*wwwww*ww*wwwwwww*ww
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEY LEVEL $55.64 1X 5C
STAGE RIGGING MECHANICS(NON STRUCTURAL)
JOURNEY LEVEL $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 26 5A
HOLE DIGGER/GROUND PERSON $17.19 26 5A
VIM INSTALLER(REPAIRER) $29.41 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $28.53 2B 5A
SPECIAL APPARATUS INSTALLER 1 $30.66 2B 5A
SPECIAL APPARATUS INSTALLER 11 $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 2B 5A
+�w 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
JOURNEY LEVEL $41.96 1M 5A
TILE,MARBLE&TERRAZZO FINISHERS
FINISHER $35.79 1B 5A
err TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $36.40 1K 5A
TRUCK DRIVERS
ASPHALT MIX(TO 16 YARDS) $41.19 IT 5D 8L
ASPHALT MIX(OVER 16 YARDS) $41.90 IT 5D 8L
DUMP TRUCK $41.19 IT 5D 8L
DUMP TRUCK&TRAILER $41.90 IT 5D 8L
OTHER TRUCKS $41.90 IT 5D 8L
TRANSIT MIXER $23.45 1
WELL DRILLERS&IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $17.71 1
irrr OILER $12.97 1
WELL DRILLER $18.00 1
+trr
rrr
Page 9
rlr
+r
r..
PREVAILING WAGE RATES
+rr FOR
KING COUNTY
APPRENTICES
.ir
EFFECTIVE DATE
3/2/2008
Prevailing Overtime Holiday Mote
Stage of Progression&Hour Range Wage Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEYLEVEL
ENVIRONMENTAL CONTROL PAINTERS
1 0000-1000 HOURS 50.00% $19.32 1H 5D
2 1001-2000 HOURS 60.00% $22.12 1H 5D
�I1r 3 2001-3000 HOURS 75.00% $28.51 1H 5D
4 3001-4000 HOURS 90.00% $33.15 1 H 5D
1 0000-1000 HOURS 60.00% $25.02 1H 5D
2 1001.2000 HOURS 70.00% $27.83 1H 5D
3 2001.3000 HOURS 80.00% $30.63 1 H 5D
4 3001-4000 HOURS 90.00% $33.44 1H 5D
BOILERMAKERS
JQURNEYLEVEL
1 0000-1000 HOURS 70.00% $23.32 1
2 1001.2000 HOURS 75.00% $24.99 1
3 2001-3000 HOURS 80.00% $26.66 1
4 3001-4000 HOURS 85.00% $28.32 1
5 4001-5000 HOURS 90.00% $29.99 1
6 5001-6000 HOURS 95.00% $31.65 1
BRICK AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50.00% $25.49 1 M 5A
2 0751-2250 HOURS 55.00% $27.05 1M 5A
3 2251.3000 HOURS 60.00% $28.62 1M 5A
4 3001-3750 HOURS 70.00% $31.74 1M 5A
5 3751-4500 HOURS 80.00% $34.87 1M 5A
6 4501-5250 HOURS 90.00% $37.99 1M 5A
7 5251-6000 HOURS 95.00% $39.56 1M 5A
CARPENTERS
CARPENTER
1 0000-1000 HOURS 60.00% $26.68 1M 5D
2 1001.2000 HOURS 65.00% $32.38 1 M 5D
3 2001-3000 HOURS 70.00% $34.00 1M 5D
irr 4 3001.4000 HOURS 75.00% $35.63 1 M 51)
5 4001.5000 HOURS 80.00% $37.25 1 M 5D
6 6001-6000 HOURS 85.00% $38.88 1M 5D
7 6001.7000 HOURS 90.00% $40.50 1 M 5D
8 7001-8000 HOURS 95.00% $4213 1M 5D
DRYWALL APPLICATOR
DRYWALL,METAL STUD,AND CEILING APPLICATORS
1 0000-0700 HOURS 50.00% $23.46 1 M 5D
2 0701-1400 HOURS 60.00% $30.78 1 M 5D
3 1401-2100 HOURS 68.00% $33.38 1M 51)
4 2101-2800 HOURS 76.00% $35.98 1 M 5D
5 2801-3500 HOURS 84.00% $38.59 1M 51)
Pagel
rr
r
PREVAILING WAGE RATES
FOR
KING COUNTY
APPRENTICES
m1
EFFECTIVE DATE
3/2/2008
Prevailing Overtime Holiday Note
Stage of Progression&Hour Range Wage Code Code Code
6 3501-4200 HOURS 92.00% $41.19 1M 5D
ACOUSTICAL WORKERIf
1 0000-1000 HOURS 50.00% $23.52 1M 5D
2 1001-2000 HOURS 60.00% $30.85 1 M 5D
3 2001-3000 HOURS 68.00% $33.46 iM 5D
4 3001-4000 HOURS 76.00% $36.07 1M 5D
5 4001-5000 HOURS 84.00% $38.69 1M 5D
6 5001-6000 HOURS 92.00% $41.30 iM 51)
MILLWRIGHT AND MACHINE ERECTORS
1 1St Period 60.00% $27.28 1 M 5D
2 2nd Period 65.00% $33.03 1M 50
3 3rd Period 70.00% $34.70 1M 5D
4 4th Period 75.00% $36.38 1M 5D
5 5th Period 80,00% $38.05 1M 5D
6 6th Period 85.00% $39.73 1 M 5D
7 7th Period 90.00% $41.40 1M 5D I0
8 8th Period 95.00% $43.08 1M 5D
PILEDRIVERS DRIVING PULLING PLACING COLLARS AND WELDING
1 1st Period 60.00% $26.80 1M 5D
2 2nd Period 65.00% $32.51 1M 5D
3 3rd Period 70.00% $34.14 1 M 5D
4 4th Period 75.00% $35.78 1M 5D
5 5th Period 80.00% $37.41 1 M 5D rr11
6 6th Period 85.00% $39.05 1M 51)
7 71h Period 90.00% $40.68 11M 5D
8 8th Period 95.00% $42.32 1M 5D
BRIDGE,DOCK AND WARF CARPENTERS 1x11
1 1st Period 60.00% $26.68 1 M 5D
2 2nd Period 65.00% $32.38 1M 5D
3 3rd Period 70.00% $34.00 1M 5D 1Wfi
4 4th Period 75.00% $35.63 11M 51)
5 5th Period 80.00% $37.25 1M 5D
6 6th Period 85.00% $38.88 1 M 5D
7 7th Period 90.00% $40.50 1 M 5D r
8 8th Period 95.00% $42.13 1M 513
CEMENT MASONS
JOURNEY LEVEL
1 0000-1000 HOURS 50.00% $28.24 1M 5D
2 1001-2000 HOURS 60.00% $31.50 1M 5D
3 2001-3000 HOURS 70.00% $34.77 1 M 5D
4 3001-4000 HOURS 60.00% $38.04 1 M 5D
5 4001-5000 HOURS 90.00% $41.31 1 M 513
6 5001-6000 HOURS 95.00% $42.95 1M 5D
DRYWALL TAPERS ri
Page 2
r
di
�w
PREVAILING WAGE RATES
�r FOR
KING COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
Prevailing Overtime Holiday Note
Stage of Progression&Hour Range Wage Code Code Code
JOURNEYLEVEL
as 1 0000-1000 HOURS 50.00% $28.29 1 E 5P
2 1001-2000 HOURS 55.00% $29.82 1E 5P
3 2001-3000 HOURS 65.00% $32.88 1E 5P
4 3001-4000 HOURS 75.00% $35.94 1E 5P
5 4001-5000 HOURS 85.00% $39.00 1E 5P
6 5001-6000 HOURS 90.00% $40.53 1E 5P
ELECTRICIANS-INSIDE
JOURNEY LEVEL
1 0000-1000 HOURS 40.00% $22.49 1 E 5A
2 1001-2000 HOURS 50.00% $26.30 1E 5A
3 2001-3500 HOURS 55.00% $31.46 1E 5A
we 4 3501-5000 HOURS 65.00%
$35.85 1E 5A
5 5001-6500 HOURS 75.00% $40.26 1E 5A
6 6501-8000 HOURS 85.00% $44.65 1E 5A
rr ELECTRICIANS-POWERLINE CONSTRUCTION
JOURNEY LEVEL LINEPERSON
1 0000-1000 HOURS 60.00% $33.08 4A 5A
2 1001-2000 HOURS 63.00% $34.30 4A 5A
3 2001-3000 HOURS 67.00% $35.87 4A 5A
4 3001-4000 HOURS 72.00% $37.97 4A 5A
5 4001-5000 HOURS 78.00% $40.42 4A 5A
rrr 6 5001-6000 HOURS 86.00% $43.76 4A 5A
7 6001-7000 HOURS 90.00% $45.34 4A 5A
POLE SPRAYER
1 0000-1000 HOURS 85.70% $43.55 4A 5A
2 1001-2000 HOURS 89.80% $45.23 4A 5A
3 2001-3000 HOURS 92.80% $46.45 4A 5A
ELEVATOR CONSTRUCTORS
MECHANIC
1 0000-1000 HOURS 50.00% $21.61 4A 6Q
2 1001-1700 HOURS 55.00% $39.43 4A 6Q
r 3 1701.3400 HOURS 65.00% $44.00 4A 60
4 3401-5100 HOURS 70.00% $46.88 4A 6Q
6 5101-6800 HOURS 80.00% $51.53 4A 6Q
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEYLEVEL
1 0000-1000 HOURS 55.00% $17.05 1
2 1001-2000 HOURS 60.00% $18.60 1
40 3 2001-3000 HOURS 65.00% $20.15 1
4 3001-4000 HOURS 70.00% $21.70 1
5 4001-5000 HOURS 75.00% $23.25 1
6 5001-6000 HOURS 80.00% $24.80 1
so 7 6001-7000 HOURS 85.00% $26.35 1
Page 3
err►
wr
PREVAILING WAGE RATES
FOR
KING COUNTY
APPRENTICES
EFFECTIVE DATE
3/212008
Prevailing Overtime Holiday Note
Stage of Progression&Hour Range Wage Code Code Code
8 7001-8000 HOURS 95.00% $29.45 1
TELECOMMUNICATION TECHNICIANS ■Il
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
1 0000.1000 HOURS 55.00% $12.52 1
2 1001-2000 HOURS 60.00% $13.66 1
3 2001-3000 HOURS 65.00% $14.79 1
4 3001-4000 HOURS 70.00% $15.93 1
5 4001-5000 HOURS 75.00% $17.07 1
6 5001-6000 HOURS 80.00% $18.21 1 11
7 6001-7000 HOURS 85.00% $19.35 1
8 7001-8000 HOURS 95.00% $21.62 1
GLAZIERS
JOURNEY LEVEL
1 0000-1000 HOURS 50.00% $24.38 1 H 5G
2 1001-2000 HOURS 55.00% $26.32 1H 5G
3 2001-3000 HOURS 60.00% $28.26 1H 5G do
4 3001-4000 HOURS 65.00% $30.19 1H 5G
5 4001-5000 HOURS 70.00% $32.13 1H 5G
6 5001-6000 HOURS 75.00% $34.07 1H 5G
7 6001-7000 HOURS 80.00% $36.01 1H 5G
8 7001.8000 HOURS 90.00% $39.88 1H 5G
HEAT&FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
1
1 0000-1000 HOURS 40.00% $26.47 is 51
2 1001-2000 HOURS 45.00% $28.14 is 61
3 2001-3000 HOURS 50.00% $29.82 is 51
4 3001-4000 HOURS 55.00% $31.50 1S 51
5 4001-6000 HOURS 65.00% $34.85 is 51
6 6001-8000 HOURS 75.000/6 $38.21 is 51
7 8001-10000 HOURS 85.00 9k $41.56 is 51
HOD CARRIERS&MASON TENDERS
JOURNEYLEVEL
1 0000-1000 HOURS 60.00% $25.02 1 H 5D
2 1001-2000 HOURS 70.00% $27.83 1H 5D
3 2001-3000 HOURS 80.00% $30.63 1H 5D
4 3001-4000 HOURS 90.00% $33.44 1H 5D
INSULATION APPLICATORS
JOURNEYLEVEL
1 0000-1000 HOURS 50.00% $23.44 1 M 5D
2 1001-2000 HOURS 60.00% $30.75 1 M 5D
3 2001-3000 HOURS 75.00% $35.63 1 M 5D
4 3001-4000 HOURS 90.00% $40.50 1 M 5D
IRONWORKERS
Page 4
�Ilr
•
PREVAILING WAGE RATES
FOR
KING COUNTY
rrr
APPRENTICES
EFFECTIVE DATE
3/212008
r Prevailing Overtime Holiday Note
Stage of Progression&Hour Range Wage Code Code Code
JOURNEYLEVEL
1 0000-0750 HOURS 65.00% $28.08 10 5A
2 0751-1500 HOURS 70.00% $29.70 10 5A
3 1501-2250 HOURS 75.00% $39.82 10 5A
4 2251-3000 HOURS 80.00% $41.44 10 5A
5 3001-3750 HOURS 90.00% $44.68 10 5A
6 3751-4500 HOURS 90,00% $44.68 10 5A
7 4501-5250 HOURS 95.00% $46.30 10 5A
w 8 5251-6000 HOURS 95.00% $46.30 10 5A
LABORERS
GENERAL LABORER
1 0000-1000 HOURS 60.00% $25.02 1 H 5D
2 1001-2000 HOURS 70,00% $27.83 1H 5D
3 2001-3000 HOURS 80.00% $30.63 1H 5D
4 3001-4000 HOURS 90.00% $33.44 1H 5D
LABORERS-UNDERGROUND SEWER&WATER
GENERAL LABORER
1 0000-1000 HOURS 60.00% $25.02 1H 5D
r� 2 1001-2000 HOURS 70.00% $27.83 1H 5D
3 2001-3000 HOURS 80.00% $30.63 1H 5D
4 30014000 HOURS 90.00% $33.44 1H 5D
LATHERS
aw JOURNEYLEVEL
1 0000-0700 HOURS 50.00% $23,46 1M 5D
2 0701-1400 HOURS 60.00% $30.78 1 M 5D
40 3 1401-2100 HOURS 68.00% $3138 1 M 5D
4 2101-2800 HOURS 76.00% $35.98 1M 5D
5 2801-3500 HOURS 84.00% $38.59 1M 5D
6 3501-4200 HOURS 92.00% $41.19 1M 5D
r PAINTERS
JOURNEYLEVEL
1 0000-0750 HOURS 52.00% $19.74 28 5A
2 0751-1500 HOURS 56.00% $20.81 26 5A
3 1501-2250 HOURS 60.00% $21.88 2B 5A
4 2251-3000 HOURS 64.00% $23.81 2B 5A
5 3001-3750 HOURS 68.00% $24.93 2B 5A
6 4001.4800 HOURS 72.00% $26.06 2B 5A
PLASTERERS
JOURNEYLEVEL
1 0000-0500 HOURS 40.00% $20.48 1R 5B
2 0501-1000 HOURS 45.00% $21.88 1R 5B
3 1001-1500 HOURS 45.00% $27.70 1R 5B
4 1501-2000 HOURS 50.00% $29.10 1R 58
art 5 2001-2500 HOURS 55.00% $30.50 1R 5B
Page 5
wr
wr
�I1
PREVAILING WAGE RATES
FOR
KING COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
Prevailing Overtime Holiday Note
Stage of Progression&Hour Range Wage Code Code Code
6 2501-3000 HOURS 60.00% $31.90 1 R 5B
7 3001-3500 HOURS 65.00% $33.30 1 R 5B
8 3501-4000 HOURS 70.00% $34.70 1R 5B
9 4001-4500 HOURS 75.00% $36.10 1R 58
10 4501-5000 HOURS 80.00% $37.50 1R 5B
11 5001-5500 HOURS 85.00% $38.90 1R 5B so
12 5501-6000 HOURS 90.00% $40.30 1R 5B
13 6001-6500 HOURS 95.00% $41.70 1R 5B
14 6501-7000 HOURS 95.00% $41.70 1R 5B
PLUMBERS&PIPEFITTERS
JOURNEYLEVEL
1 0000-2000 HOURS 50.00% $35.53 1G 5A
2 2001-4000 HOURS 62.50% $46.65 1G 5A
3 4001-6000 HOURS 70.00% $49.70 1G 5A
4 6001-8000 HOURS 75.00% $51.72 1G 5A
5 8001-10000 HOURS 85.00% $55.77 1 G 5A
POWER EQUIPMENT OPERATORS
BACKHOES. (75 HP&UNDER)
ALL EQUIPMENT
1 0000-1000 HOURS 65.00% $33.39 IT 5D 8L
2 1001-2000 HOURS 70.00% $34.98 IT 5D 8L
3 2001-3000 HOURS 75.00% $36.56 IT 5D 8L
4 3001-4000 HOURS 80.00% $38.15 IT 5D 8L
5 4001-5000 HOURS 90,00% $41.33 IT 5D 8L
6 5001-6000 HOURS 95.00% $42.91 IT 5D 8L
POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER 8 WATER
(SEE POWER EQUIPMENT OPERATORS)
1 0000-1000 HOURS 65.00% $33.39
2 1001-2000 HOURS 70.00% $34.98
3 2001-3000 HOURS 75.00% $36.56
4 30014000 HOURS 80.00% $38.15
5 4001-5000 HOURS 90.00% $41.33
6 5001-6000 HOURS 95.00% $42.91
POWER LINE CLEARANCE TREE TRIMMERS rWl
TREE TRIMMER
1 0000-1000 HOURS 75.00% $26.65 4A 5A
2 1001.2000 HOURS 80.00% $27.88 4A 5A
■i
3 2001-3000 HOURS 85.00% $29.13 4A 5A
4 30014000 HOURS 90.00% $30.37 4A 5A
REFRIGERATION&AIR CONDITIONING MECHANICS
MECHANIC
1 0000-2000 HOURS 50.00% $33.44 1 G 5A
2 2001-4000 HOURS 62.50% $41.93 1 G 5A
3 4001.6000 HOURS 70.00% $45.98 1 G 5A
Page 6
PREVAILING WAGE RATES
FOR
KING COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
Prevailing Overtime Holiday Note
Stage of Progression&Hour Range Wage Code Code Code
4 6001-8000 HOURS 75.00% $48.14 1G 5A
5 8001-10000 HOURS 85.00% $52.49 1G 5A
RESIDENTIAL CARPENTERS
JOURNEYLEVEL
1 1st Period 60.00% $14,08 1
2 2nd Period 65.00% $15.26 1
3 3rd Period 70.00% $16.43 1
4 4th Period 75.00% $17.60 1
5 5th Period 80.00% $18.78 1
6 6th Period 85.00% $19.95 1
7 7th Period 90.00% $21.12 1
8 8th Period 95.00% $22.30 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
1 0000-0900 HOURS 50.00% $13.12 1
,yam 2 0901-1800 HOURS 55.00% $14.43 1
3 1801-2700 HOURS 75.00% $19.68 1
4 2701-4000 HOURS 85.00% $22.30 1
RESIDENTIAL GLAZIERS
an JOURNEYLEVEL
1 0000-1000 HOURS 55.00% $19.80 1H 5G
2 1001-2000 HOURS 60.00% $21.15 1H 5G
�r 3 2001-3000 HOURS 65.00% $22.51 1H 5G
4 3001-4000 HOURS 70.00% $23.86 1H 5G
5 4001-5000 HOURS 80.00% $26.57 11.1 5G
6 5001-6000 HOURS 90.00% $29.28 1H 5G
RESIDENTIAL PLUMBERS&PIPEFITTERS
JOURNEY LEVEL
1 0000.1000 HOURS 55.00% $12.62 1
rir 2 1001-2000 HOURS 65.00% $14.92 1
3 2001-4000 HOURS 75.00% $17.21 1
4 4001.6000 HOURS 85.00% $19.51 1
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP)
1 0000.0900 HOURS 55.00% $10.71 1
2 0901-1800 HOURS 60.00% $11.69 1
3 1801.2700 HOURS 65.00% $12.66 1
4 2701-3600 HOURS 70.00% $13.64 1
5 3601-4500 HOURS 75.00% $14.61 1
6 4501-5400 HOURS 80.00% $15.58 1
ROOFERS
JOURNEYLEVEL
1 0000-0820 HOURS 60.00% $23.83 1 R 5A
2 0821-1630 HOURS 67.00% $25.70 1R 5A
Page 7
wr
Ow
W
PREVAILING WAGE RATES
FOR VIA
KING COUNTY
APPRENTICES
EFFECTIVE DATE
31212008
Prevailing Overtime Holiday Note
Stage of Progression&Hour Range Wage Code Code Code
3 1631-2450 HOURS 74.00% $27.56 1 R 5A
4 2451-3270 HOURS 81.00% $31.72 1R 5A
5 3271-4080 HOURS 88.00% $33.59 1 R 5A
6 4081-4899 HOURS 95.00% $35.45 1 R 5A
SHEET METAL WORKERS
JOURNEY LEVEL(FIELD OR SHOP) 16
1 0000-2000 HOURS 45.00% $22.90 1 E 6L
2 2001-3000 HOURS 50.00% $31.63 1 E 6L
3 3001-4000 HOURS 55.00% $33.53 1E 6L ft
4 4001-5000 HOURS 60.00% $35.46 1E 6L
5 5001-6000 HOURS 65.00% $37,40 1E 6L
6 6001-7000 HOURS 70.00% $39.31 1 E 6L
7 7001-8000 HOURS 75.00% $41.24 1 E 6L
8 8001-9000 HOURS 80.00% $43.16 1 E 6L
9 9001-10000 HOURS 85.00% $45.09 1E 6L
SHIPBUILDING&SHIP REPAIR
MACHINIST
1 1st Period 60.00% $21.50 1B 6X
2 2nd Period 70.00% $23,70 1B 6X
3 3rd Period 80.00% $25.90 1B 6X
SHIPFITTER
1 1st Period 70.00% $23.96 1 B 6X
2 2nd Period 75.00% $25.02 1 B 6X 10
3 3rd Period 80.00% $26.08 1 B 6X
4 4th Period 85.00% $27.14 1 B 6X
5 5th Period 90.00% $28.20 1 B 6X
6 611)Period 95.00% $29.26 1B 6X
WELDER/BURNER
1 1st Period 70.00% $23.96 1B 6X
2 2nd Period 75.00% $25.02 18 6X
3 3rd Period 80.00% $26.08 16 6X
4 4th Period 85.00% $27.14 18 6X
5 51h Period 90.00% $28.20 1B 6X
6 61h Period 95.00% $29.26 1B 6X
CARPENTER
1 1 st Period 60.00% $21.51 1B 6X
2 2nd Period 65.00% $22.66 1B 6X
3 3rd Period 70.00% $23.82 1B 6X
4 4th Period 75.00% $24.97 1B 6X
5 5th Period 80.00% $26.12 1B 6X
6 6th Period 85.00% $27.28 1B 6X
7 7th Period 90.00% $28.43 1B 6X
ELECTRICIAN
1 1st Period 70.00% $23.31 1B 6X
Page 8
t
�rw
PREVAILING WAGE RATES
FOR
KING COUNTY
APPRENTICES
+ir
EFFECTIVE DATE
3/2/2008
Prevailing Overtime Holiday Note
Stage of Progression&Hour Range Wage Code Code Code
2 2nd Period 75.00% $24.49 1B 6X
3 3rd Period 80.00% $25.67 1B 6X
4 4th Period 85.00% $26.84 1 B 6X
5 5th Period 90.00% $28.02 1B 6X
6 6th Period 95.00% $29.19 1 B 6X
SHEET METAL
1 1st Period 70.00% $23.63 113 6X
2 2nd Period 80.00% $25.91 113 6X
3 3rd Period 90.00% $28.20 1B 6X
RIGGER
1 1st Period 70.00% $23.93 1B 6X
Aw 2 2nd Period 75.00% $24.99 1B 6X
3 3rd Period 80.00% $26.06 1B 6X
4 41h Period 85.00% $27.13 1B 6X
5 5th Period 90.00% $28.20 1B 6X
rr 6 6th Period 95.00% $29.26 1B 6X
SOFT FLOOR LAYERS
JOURNEY LEVEL
so 1 0000.1000 HOURS 50.00% $17.97 1B 5A
2 1001-2000 HOURS 60.00% $20.08 1B 5A
3 2001-3000 HOURS 70.00% $26.94 16 5A
4 3001-4000 HOURS 75.00% $28.46 1B 5A
rrr 5 4001-5000 HOURS 80.00% $29.98 1B 5A
6 5001-6000 HOURS 85.00% $31.51 1B 5A
7 6001-7000 HOURS 90.00% $33.03 1B 5A
8 7001-8000 HOURS 95.00% $34.56 1B 5A
aw SPRINKLER FITTERS(FIRE PROTECTION)
JOURNEYLEVEL
1 1st Period 40.00% $22.30 1X 5C
irr 2 2nd Period 42.00% $23.07 1X 5C
3 3rd Period 44.00% $23.85 1X 5C
4 4th Period 47.00% $25.02 1X 5C
5 5th Period 52.00% $30.31 1X 5C
6 6th Period 57.00% $32.26 1X 5C
7 7th Period 62.00% $34.45 1X 5C
8 8th Period 65.00% $35.62 1 X 5C
9 9th Period 75.00% $40.01 1X 5C
10 101h Period 80.00% $41.95 1X 5C
TILE.MARBLE& TERRAZZO FINISHERS
FINISHER
1 0000-1000 HOURS 50.00% $24.35 18 5A
2 1001-2500 HOURS 55.00% $25.82 1B 5A
3 2501-3500 HOURS 60.00% $27.27 1B 5A
w 4 3501-4500 HOURS 70.00% $30.22 1B 5A
Page 9
we
r
PREVAILING WAGE RATES
FOR
KING COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
Prevailing Overtime Holiday Note
Stage of Progression&Hour Range Wage Code Code Code
TERRAZZO WORKERS&TILE SETTERS
JOURNEY LEVEL 1�
1 0000-1000 HOURS 50.00% $25.00 1M 5A
2 1001-2500 HOURS 55.00% $26.53 1M 5A
3 2501-3500 HOURS 60.00% $28.06 1 M 5A
4 3501-4500 HOURS 70,00% $31.12 1M 5A
5 4501-5500 HOURS 80,00% $34.19 1M 5A
6 5501-6250 HOURS 90.00% $37.25 1M 5A
7 6251-7000 HOURS 95.00% $38.78 1M 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
1 0000-0500 HOURS 60.00% $15.23 1K 5A
2 0501-1000 HOURS 60.00% $20.55 1K 5A
3 1001-2333 HOURS 60.00% $24.05 1K 5A
4 2334-4666 HOURS 73.00% $28.06 1K 5A
5 4667-7000 HOURS 88.00% $32.69 1K 5A
TRUCK DRIVERS
DUMP TRUCK
ALLTRUCKS
1 0000-0700 HOURS 70.00% $32.58 1T 5D 8L
2 0701.1400 HOURS 80.00% $35.45 1T 5D 8L
3 1401.2100 HOURS 90.00% $38.32 IT 50 8L
i1W
Page 30
40
Department of Labor and Industries
Prevailing Wage STATEMENT OF INTENT TO
� T"r'¢
we (360)902-5335 PAY PREVAILING WAGES
www.Ini.wa.gov//l'radesl,icansing/l)revaiiingWage
°~ Public Works Contract
$25.00 Filing Fee Required
. 'Phis form must be typed or printed in ink. Project Name Contracttt
• Large,bold numbers match instructions on back of form.
• Please allow a mininmtm ONO working days for processing, Contract Awarding Agency(public agency-not federal or private)
• Once approved your form will be posted online at the above wcbsite.
+rr APPROVED FORM WILL BE MAILED TO THIS ADDRESS Address
Contractor,company or agency name,address,city,state&Z1P+4 _
-------_-...-�.__-State ZIP+4 -----
+rn Awarding Agency Project Contact Person—� Phone tt---�----'_._.._.
County where work was performed City where«rork was performed
---.._____..._......._.._._..._..._.._..--------
larddue dale (tnmldd/yy) Date contract awarded (nu»!dd/YY)
Witt all wark be subcontracted? Uo ou intcnd to use subcontractors?
❑ Yes ❑ No ❑ Yes ❑ No
Prince contractor(has contract with the public agency) Contractor Registration 11 Expected job start date(mrn/dd/yy) Do you intcnd to use apprentices?
❑ Yes ❑ No
rlr Craft/trade/occupation(I)o NOT Iist appr(.-ntices) ]estimated no. Rate of Rate of hourly fringe
Indicate number of owners ex reeled to perform work. of workers hourly pay benefits
..........................._......__ .......-.......................--_ --......................-._-.......
......_.._.. _.._.._
Yli1
---._..._...._.._....... _... _..-.......A ----._..._..._.._..........__........._...........-_.._....__._....._....._._....... -. _.. _.....----....
..-- - -........._-- --- - __-t._................_._..__.._............_............_..
..............tr . ...................... ...... ...........
--- .................
............._............
_..---
Company name Indicate total dollar amount of your contract 1
or time and materials if applicable. fl
r _ __.----............. _._._.._.. .._...... --- - --._.....--- _._....f _ _. -._.._._.... _ ......._.... ---.....------------
--........_.._.._... ..
Address I hereby certify that the above information is correct and that all
workers I employ on this Public Works Proicct will be paid no less
_._......_ _..--. ................._...----.--_._..._...__....___...._.._......-�------__...._......._...__ than tlic Prevailing Wage Ratc(s) as determined by the Iii(itistrial
City State Z1144 Statistician of the Department of Labor and Industries
---- _........_.. -- --...._....._._.... - - _..._.. .._....... -- - _....__. -------...............-....._...........___.. ------..... -...............
.
Contractor Registration No. 11131 'Title Signature
Industrial Insurance Account Number
Mn ............. - -----._....__.......__..........................._._--..._.._..._..._._.......-.....-__........_...............__....
Email address Phone number _ For L&I Use Only
Check Number: --�-- ❑ $25 or �$
- --- —-
For L&i Use Only
]sued 13y: ._------------------_--._......__....-------------
APPROVED: Department of Labor and Industries
rtn
BY
_._._-------_.___..._._._ Industrial Statistician- -
F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency.
Camay copy-L&I
How to expedite the processing of your form:
REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION
Filing Fee No fee or wrong amount. $25.00 filing fee required.
Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based
on the date bids from prime contractor were due to the contract awarding
agency.
Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage as
occupation listings.
Owner/Operators: If the work will be performed by owners/partners,
state"Owner/Operator"under the"Craft"section, and the wage and
fringe need not be completed. Do list the number of owners on the job. gW
(Individuals who own less than 30%of the company are not considered
to be owner/operators and must be paid prevailing wage.)
All work subcontracted: If all work will be performed by
subcontractors,check the appropriate box on the form. at
Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of
qualified hourly fringe benefits, as defined by RCW 39.12.010,that you
will actually provide to the workers. The amount listed for"Rate of r
Hourly Pay"plus the amount listed for the"Rate of Hourly Fringe
Benefits", if any, must equal or exceed the Prevailing Wage rate.
Estimated number of workers Missing
Total Dollar Amount of Your Contract Missing—Enter"time and materials" if applicable.The exact dollar
amount will be required on the Affidavit of Wages Paid form.
Contractor Registration No,or UBI Missing or not registered. Companies not required to obtain a
contractor's registration number need only indicate UBI(i,e.,janitorial,
surveying,truck driving),
Signature Missing—Intent must be signed by an authorized representative.
rw
Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project, they
must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and
Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360)
902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be +0
registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates.
If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the
top of each form"Page 1 of 2","Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted.
Approval of this Intent will be based on the information provided by the contractor/subcontractor. it does not signify approval
of the classifications of labor used by the contractor/subcontractor.
L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records, rW
A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00.
Prevailing wage rates are available on the Internet at www.Lni.wa.clovfTradesLicensin-q/PrevailingWa-ge
Submit both copies (white and canary) and the $25.00 filing fee to:
MANAGEMENT SERVICES Please fold in thirds so the address
DEPT.OF LABOR AND INDUSTRIES will show in a window envelope
PO BOX 44835
OLYMPIA,WASHINGTON 98504-4835 For questions call(360)902-5335
1700-029-000 statement ofintent to pay prevailing wages—backer 12.04
m
No CERTIFICATION OF PAYMENT OF PREVAILING WAGES
Date:
do Ref: Pay Estimate No.
Project CAG No.
nr
This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees
for the period
rrt
from through , in accordance with the
Intents to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form
will be executed and submitted prior to or with the last pay request.
rrrr
Company Name
w
By:
Title:
w
irr
+rw
rr
t■r
err
vm
to
■o
�r
P:V\IZI:N'1'000000)0\0600)N170\0680Specifications\08-0625 SubmillafU3oilerplite.doc
air
m
err
err
rrr
rr.
+n>r+
Amendments to Standard Specifications
ira
rr
rw
.rr
�r
a
�r
.rr
err
1':U1RL"N'I'00000010\00001NF0\0680S1)ecifications\08.0625 Submiltal113oilerplale.doc
rr
1 INTRODUCTION
2 The following Amendments and Special Provisions shall be used in conjunction with the
3 2008 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 SECTION 1-03, AWARD AND EXECUTION OF CONTRACT
16 April 7, 2008
17 1-03.1 Consideration of Bids
18 This section is supplemented with the following new sub-section.
19
20 1-03.9(9) Tied Bids
21 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
22 the tie-breaker will be determined by drawing as described in this Section. Two or more
23 slips of paper will be marked as follows: one marked "Winner" and the other(s) marked
24 "unsuccessful". The slips will be folded to make the marking unseen. The slips will be
25 placed inside a box. One authorized representative of each Bidder shall draw a slip
26 from the box. Bidders shall draw in alphabetic order by the name of the firm as
27 registered with the Washington State Department of Licensing. The slips shall be
+■+ 28 unfolded and the firm with the slip marked "Winner" will be determined to be the
29 successful Bidder and eligible for Award of the Contract. Only those Bidders that
30 submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to
31 draw.
32
33 SECTION 1-04, SCOPE OF THE WORK
34 April 7, 2008
35 1-04.4(1) Minor Changes
36 The first sentence in the first paragraph is revised to read:
37
38 Payments or credits for changes amounting to $15,000 or less may be made under the
39 bid item "Minor Change."
40
41 1-04.5 Procedure and Protest by the Contractor
42 In the second paragraph, number 2, the reference to 7 calendar days is revised to 14
43 calendar days.
44
45 The second sentence in the fifth paragraph is revised to read:
46
47 The determination will be provided within 14-calendar days after receipt of the
48 Contractor's supplemental written statement (including any additional information
rr
1
I requested by the Project Engineer to support a continuing protest) described in item 2
2 above.
3
4 SECTION 1-05, CONTROL OF WORK
5 April 7, 2008
6 1-05.1 Authority of the Engineer
7 The fourth paragraph is revised to read:
8 rt
9 At the Contractor's risk, the Project Engineer may suspend all or part of the Work
10 according to Section 1-08.6.
11
12 1-05.12 Final Acceptance a
13 The second paragraph is revised to read:
14
15 The Contractor agrees that neither completion nor final acceptance shall relieve the so
16 Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency
17 against any claim or loss resulting from the failure of the Contractor (or the
18 subcontractors or lower tier subcontractors) to pay all laborers, mechanics,
19 subcontractors, materialpersons, or any other person who provides labor, supplies, or
20 provisions for carrying out the Work or for any payments required for unemployment
21 compensation under Title 50 RCW or for industrial insurance and medical aid required
22 under Title 51 RCW. "
23
24 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
25 April 7, 2008
26 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land
27 The following new paragraph is inserted in front of the first paragraph:
28
29 State Department of Revenue Rule 170 and its related rules apply for this section.
30
31 1-07.9(1) General
32 The following new paragraph is inserted to follow the sixth paragraph:
33
34 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that ,r
35 falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC
36 296-127-010, complies with all the requirements of RCW 39.12.
37
38 1-07.15(1) Spill Prevention, Control and Countermeasures Plan
39 This section is revised to read:
40
41 The Contractor shall prepare a project-specific spill prevention, control, and
42 countermeasures plan (SPCC Plan) that will be used for the duration of the project. The
43 Contractor shall submit the plan to the Project Engineer no later than the date of the
44 preconstruction conference. No on-site construction activities may commence until
45 WSDOT accepts an SPCC Plan for the project.
46
47 The term "hazardous materials", as used in this Specification, is defined in Chapter 447
48 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and
sit
2
■r
1 health requirements that may pertain to SPCC Plan implementation are contained in but
2 not limited to WAC 296-824 and WAC 296-843.
3
4 Implementation Requirements
5 The SPCC Plan shall be updated by the Contractor throughout project construction so
r 6 that the written plan reflects actual site conditions and practices. The Contractor shall
7 update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan
8 on the project site. All project employees shall be trained in spill prevention and
.� 9 containment, and shall know where the SPCC Plan and spill response kits are located
10 and have immediate access to them.
11
12 If hazardous materials are encountered or spilled during construction, the Contractor
13 shall do everything possible to control and contain the material until appropriate
14 measures can be taken. The Contractor shall supply and maintain spill response kits of
15 appropriate size within close proximity to hazardous materials and equipment.
16
17 The Contractor shall implement the spill prevention measures identified in the SPCC
18 Plan before performing any of the following:
19
20 1. Placing materials or equipment in staging or storage areas.
21 2. Refueling, washing, or maintaining equipment.
22 3. Stockpiling contaminated materials.
r 23
24 SPCC Plan Element Requirements
25 The SPCC Plan shall set forth the following information in the following order:
r 26
27 1. Responsible Personnel
28 Identify the name(s), title(s), and contact information for the personnel
29 responsible for implementing and updating the plan, including all spill
�r 30 responders.
31
32 2. Spill Reporting
VO 33 List the names and telephone numbers of the federal, State, and local
34 agencies the Contractor shall notify in the event of a spill.
35
36 3. Project and Site Information
an 37 Describe the following items:
38
39 A. The project Work.
�. 40
41 B. The site location and boundaries.
42
43 C. The drainage pathways from the site.
44
45 D. Nearby waterways and sensitive areas and their distances from the
46 site.
47
48 4. Potential Spill Sources
49 Describe each of the following for all potentially hazardous materials brought
50 or generated on-site (including materials used for equipment operation,
51 refueling, maintenance, or cleaning):
52
3
rr
1 A. Name of material and its intended use.
2
3 B. Estimated maximum amount on-site at any one time.
4
5 C. Location(s) (including any equipment used below the ordinary high
6 water line) where the material will be staged, used, and stored and + ►
7 the distance(s)from nearby waterways and sensitive areas.
8
9 D. Decontamination location and procedure for equipment that comes
10 into contact with the material.
11
12 E. Disposal procedures.
13
14 5. Pre-Existing Contamination
15 Describe any pre-existing contamination and contaminant sources (such as
16 buried pipes or tanks) in the project area that are described in the Contract
17 documents. Identify equipment and work practices that will be used to prevent
18 the release of contamination.
19
20 6. Spill Prevention and Response Training
21 Describe how and when all personnel (including refueling contractors and
22 Subcontractors)will be trained in spill prevention, containment and response in
23 accordance with the Plan. Describe how and when all spill responders will be
24 trained in accordance with WAC 296-824.
25
26 7. Spill Prevention
27 Describe the following items:
28
29 A. Spill response kit contents and location(s).
30
31 B. Security measures for potential spill sources.
32
33 C. Secondary containment practices and structures for hazardous
34 materials.
35
36 D. Methods used to prevent stormwater from contacting hazardous
37 materials.
38
39 E. Site inspection procedures and frequency.
40
41 F. Equipment and structure maintenance practices.
42
43 G. Daily inspection and cleanup procedures that ensure all equipment
44 used below the ordinary high water line is free of all external
45 petroleum based products.
46
47 H. Refueling procedures for equipment that cannot be moved from below
48 the ordinary high water line.
49
50 8. Spill Response
51 Outline the response procedures the Contractor will follow for each scenario
52 listed below. Include a description of the actions the Contractor shall take and
di
4
1 the specific, on-site, spill response equipment that shall be used to assess the
2 spill, secure the area, contain and eliminate the spill source, and clean up and
3 dispose of spilled and contaminated material.
4
5 A. A spill of each type of hazardous material at each location identified in
» 6 4, above.
7
8 B. Stormwater that has come into contact with hazardous materials.
9
10 C. A release or spill of any pre-existing contamination and contaminant
11 source described in 5, above.
12
13 D. A release or spill of any unknown pre-existing contamination and
14 contaminant sources (such as buried pipes or tanks) encountered
15 during project Work.
16
17 E. A spill occurring during Work with equipment used below the ordinary
18 high water line.
19
20 If the Contractor will use a Subcontractor for spill response, provide contact
21 information for the Subcontractor under item 1 (above), identify when the
22 Subcontractor will be used, and describe actions the Contractor shall take
23 while waiting for the Subcontractor to respond.
24
25 9. Project Site Map
26 Provide a map showing the following items:
�r 27
28 A. Site location and boundaries.
29
30 B. Site access roads.
31
32 C. Drainage pathways from the site.
33
34 D. Nearby waterways and sensitive areas.
35
36 E. Hazardous materials, equipment, and decontamination areas
37 identified in 4, above.
38
39 F. Pre-existing contamination or contaminant sources described in 5,
rrr 40 above.
41
42 G. Spill prevention and response equipment described in 7 and 8, above.
43
44 10. Spill Report Forms
45 Provide a copy of the spill report form(s) that the Contractor will use in the event of
46 a release or spill.
.r 47
48 Payment
49 Payment will be made in accordance with Section 1-04.1 for the following Bid item when
50 it is included in the Proposal:
51
52 "SPCC Plan", lump sum.
wr
r.
1
2 When the written SPCC is accepted by WSDOT, the Contractor shall receive 50-percent
3 of the lump sum Contract price for the plan.
4
5 The remaining 50-percent of the lump sum price will be paid after the materials and
6 equipment called for in the plan are mobilized to the project. ad
7
8 The lump sum payment for"SPCC Plan" shall be full pay for:
9
10 1. All costs associated with creating the accepted SPCC Plan.
11
12 2. All costs associated with providing and maintaining the on-site spill prevention
13 equipment described in the accepted SPCC Plan.
14
15 3. All costs associated with providing and maintaining the on-site standby spill
16 response equipment and materials described in the accepted SPCC Plan.
17
18 4. All costs associated with implementing the spill prevention measures identified
19 in the accepted SPCC Plan.
20
21 5. Ail costs associated with updating the SPCC Plan as required by this
22 Specification.
23
24 As to other costs associated with releases or spills, the Contractor may request
25 payment as provided for in the Contract. No payment shall be made if the release or
26 spill was caused by or resulted from the Contractor's operations, negligence, or
27 omissions.
28
29 1-07.17(2) Utility Construction, Removal or Relocation by Others
30 The first sentence in the second paragraph is revised to read: A4
31
32 If the Contract provides notice that utility work (including furnishing, adjusting,
33 relocating, replacing, or constructing utilities) will be performed by others during the 0i
34 prosecution of the Work, the Special Provisions will establish the utility owners
35 anticipated completion.
36
37 The first sentence in the third paragraph is revised to read:
38
39 When others delay the Work through late performance of utility work, the Contractor
40 shall adhere to the requirements of Section 1-04.5.
41
42 SECTION 1-08, PROSECUTION AND PROGRESS
43 April 7, 2008
44 1-08.3(2)A Type A Progress Schedule
45 This section is revised to read:
46
47 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10
48 days after the date the contract is executed, or some other mutually agreed upon
49 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart,
50 or other standard schedule format. Regardless of which format used, the schedule shall
51 identify the critical path. The Engineer will evaluate the Type A Progress Schedule and
6
1 approve or return the schedule for corrections within 15 calendar days of receiving the
2 submittal.
" 3
4 1-08.5 Time for Completion
5 The third sentence in the first paragraph is revised to read:
+� 6
7 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the
8 Contract specifically prohibits Work on the critical path of the Contractor's approved
9 progress schedule, or one of these holidays: January 1, the third Monday of January,
10 the third Monday of February, Memorial Day, July 4, Labor Day, November 11,
11 Thanksgiving Day, the day after Thanksgiving, and Christmas Day.
12
13 1-08.6 Suspension of Work
14 The first paragraph is revised to read:
15
16 The Engineer may order suspension of all or any part of the Work if:
17
18 1. Unsuitable weather that prevents satisfactory and timely performance of the
19 Work; or
20
21 2. The Contractor does not comply with the Contract: or
22
23 3. It is in the public interest.
24
25 1-08.7 Maintenance During Suspension
26 The first sentence in the fourth paragraph is revised to read:
27
28 If the Engineer determines that the Contractor has pursued the Work diligently before
29 the suspension, then the Contracting Agency will maintain the temporary Roadway (and
30 bear its cost).
31
32 The fifth paragraph is revised to read.
.. 33
34 The Contractor shall protect and maintain all other Work in areas not used by traffic. All
35 costs associated with protecting and maintaining such Work shall be the responsibility of
36 the Contractor, except those costs associated with implementing the TESC Plan
37 according to Section 8-01,
38
39 The seventh paragraph is revised to read:
40
41 After any suspension, the Contractor shall resume all responsibilities the Contract
42 assigns for the Work.
43
44 SECTION 1-09, MEASUREMENT AND PAYMENT
45 April 7, 2008
46 1-09.9 Payments
47 The first paragraph is supplemented with the following:
48
49 For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum
50 price in sufficient detail for the Project Engineer to determine the value of the Work
7
1 performed on a monthly basis. Lump sum breakdowns shall be provided to the Project
2 Engineer no later than the date of the preconstruction meeting.
3 �
4 The second sentence in the third paragraph is revised to read:
5
6 Unless otherwise provided in the payment clause of the applicable Specifications, partial ►
7 payment for lump sum Bid items will be a percentage of the price in the Proposal based
8 on the Project Engineer's determination of the amount of Work performed, with
9 consideration given to but not exclusively based on the Contractors lump sum
10 breakdown.
11
12 The third paragraph is supplemented with the following:
13
14 The determination of payments under the contract will be final in accordance with
15 Section 1-05.1.
16
17 1-09.9(1) Retainage
18 In the fourth paragraph, number 1,the reference to $20,000 is revised to read $35,000.
19
20 SECTION 1-10, TEMPORARY TRAFFIC CONTROL
21 January 7, 2008
22 1-10.5(1) Lump Sum Bid for Project (No Unit Items)
23 This section is revised to read:
24
25 "Project Temporary Traffic Control", lump sum.
26
27 The lump sum Contract payment shall be full compensation for all costs incurred by the
28 Contractor in performing the Contract Work defined in Section 1-10, except for costs
29 compensated by Bid Proposal items inserted through Contract Provisions as described
30 in Section 1-10.4(3).
31
32 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP
33 April 7, 2008
34 2-01.3(1) Clearing
35 Item 3 is deleted.
36
37 The first sentence in Item 4. is revised to read:
38
39 Follow these requirements for all stumps that will be buried deeper than 5-feet from the
40 top, side, or end surface of the embankment or any structure:
41
42 2-01.3(2) Grubbing
43 Item 2. e, is revised to read:
44
45 Upon which embankments will be placed except stumps may be close-cut or trimmed as
46 allowed in Section 2-01.3(1) item 4.
47
wr
8
r.
1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2 April 7, 2008
3 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
4 The first sentence in 3. is supplemented with the following:
�► 5
6 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of
7 sawcutting provided that a clean vertical edge remains.
8
9 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT
10 January 7, 2008
11 2-03.1 Description
12 The first sentence in the first paragraph is revised to read:
13
14 The Work described in this section, regardless of the nature or type of the materials
15 encountered, includes excavating and grading the Roadway, excavating in borrow pits,
16 excavating below grade, excavating channels and ditches, removing slide material, and
18 disposing of all excavated material.
19 2-03.3(3) Excavation Below Grade
20 The section title is revised to read:
21
22 2-03.3(3) Excavation Below Subgrade
23
24 The first sentence in the fifth paragraph is revised to read:
25
26 Compaction. If the density of the natural earth under any area of the Roadway is
27 less than that required in Section 2-03.3(14)C, Method B, the Engineer may order
29 the Contractor to perform any or all of the following:
30 2-03.3(14)M Excavation of Channels
31 This section including title is revised to read:
32
33 2-03.3(14)M Excavation of Channels and Ditches
34 Channel Excavation: Open excavations 8-feet or more wide at the bottom, but excludes
35 channels that are part of the Roadway.
36
37 Ditch Excavation: Open excavations less than 8-feet wide at the bottom, but excludes
38 ditches that are part of the Roadway.
39
40 Before excavating channels or ditches, the Contractor shall clear and grub the area in 41 accordance with Section 2-01,
42
43 2-03.4 Measurement
trr 44 The first sentence in the first paragraph is revised to read:
45
46 Roadway excavation, channel excavation, ditch excavation, unsuitable foundation
47 excavation, and common borrow items will be measured by the cubic yard.
48
49 The fourth sentence in the first paragraph is revised to read:
9
1
2 For Roadway excavation, channel excavation and ditch excavation items, the original
3 ground will be compared with the planned finished section shown in the Plans.
4
5 2-03.5 Payment
6 The first paragraph is supplemented with the following: No
7
8 "Channel Excavation", per cubic yard.
9 "Channel Excavation Incl. Haul", per cubic yard.
10 "Ditch Excavation", per cubic yard.
11 "Ditch Excavation Incl. Haul", per cubic yard.
12
13 The first sentence in the second paragraph is revised to read: 46
14
15 The unit Contract price per cubic yard for"Roadway Excavation", "Roadway Excavation
16 Incl. Haul", "Roadway Excavation — Area _", "Roadway Excavation Incl. Haul —Area
17 _,", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and
18 "Ditch Excavation Incl. Haul' shall be full compensation for all costs incurred for
209 excavating, loading, placing, or otherwise disposing of the material.
r
21 The second paragraph is supplemented with the following:
22
23 When a bid item is not included in the proposal for channel excavation or ditch riirij
24 excavation all costs shall be included in roadway excavation.
25
26 The third paragraph is revised to read:
27
28 When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices
29 shall apply, unless the Work differs materially from the excavation above Subgrade,
30 then payment will be in accordance with Section 1-04.4. +0
31
32 SECTION 2-10, DITCH EXCAVATION
33 January 7, 2008
34 This section is deleted in its entirety. The section title is revised to read:
35
36 2-10 VACANT
37
38 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION
39 January 7, 2008
40 5-01.3(2)B Portland Cement Concrete
41 The third sentence in the third paragraph is deleted.
42
43 SECTION 5-04, HOT MIX ASPHALT
44 April 7, 2008
45 5-04.3(12)B Longitudinal Joints
46 The first two paragraphs are revised to read:
47
10
I The longitudinal joint in any 1 course shall be offset from the course immediately below
2 by not more than 6-inches nor less than 2-inches. All longitudinal joints constructed in
3 the wearing course shall be located at a lane line or an edge line of the Traveled Way.
4
5 On one-lane ramps a longitudinal joint may be constructed at the center of the traffic
6 lane, subject to approval by the Project Engineer, if:
7
8 1. The ramp must remain open to traffic, or
9
10 2. The ramp is closed to traffic and a hot-lap joint is constructed.
11
12 a. If a hot-lap joint is allowed at the center of the traffic lane, 2 paving
+r� 13 machines shall be used; a minimum compacted density in accordance
14 with Section 5-04.3(10)13 shall be achieved throughout the traffic lane; and
15 construction equipment other than rollers shall not operate on any
16 uncompacted mix.
17
18 The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan
19 A40.10-00."
20
21 5-04.3(21) Asphalt Binder Revision
22 This section is revised to read:
,w 23
24 When the Contracting Agency provides a source of aggregate, the expected percentage
25 content of asphalt binder in the resulting mix will be identified in the Contract
26 documents.
rti 27
28 Should the percentage of asphalt binder shown in the job mix formula for Hot Mix
29 Asphalt produced with Agency-provided aggregate vary by more than plus or minus 0.3-
30 percent from the amount shown in the Contract documents, an adjustment in payment
31 will be made. The adjustment in payment (plus or minus) will be based on the invoice
32 unit cost, including shipping cost, without any markups. The quantity subject to an
33 adjustment shall be the difference between the JMF asphalt binder percentage and the
34 contract document asphalt binder percentage except that the first 0.3% of this difference
35 shall not apply. No adjustment will be made when the Contractor elects not to use a
36 Contracting Agency-provided source, or when no source is made available by the
37 Contracting Agency.
38
39 SECTION 5-05, CEMENT CONCRETE PAVEMENT
40 January 7, 2008
41 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
42 The third sentence in the ninth paragraph is deleted.
43
44 SECTION 6-02, CONCRETE STRUCTURES
45 April 7, 2008
46 6-02.3(17)N Removal of Falsework and Forms
47 The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier
48 form, and pedestrian barrier forms"etc, is deleted.
49
rr
11
rr
it
1 6-02.3(17)0 Early Concrete Test Cylinder Breaks
2 The third paragraph is revised to read:
3
4 The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23.
5
6 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
7 The title for this Section (on page 6-71) is revised to read:
8
9 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
10
11 6-02.3(25)L Handling and Storage
12 The fifth sentence in the third paragraph is deleted.
13
14 SECTION 6-03, STEEL STRUCTURES
15 April 7, 2008
16 6-03.3(33) Bolted Connections
17 The second paragraph is revised to read:
18
19 All bolted connections are slip critical. Painted structures require either Type 1 or Type
20 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be
21 galvanized or be used in contact with galvanized metal.
w
22
23 6-03.3(38) Placing Superstructure
24 This section is revised to read:
25
26 The concrete in piers and crossbeams shall reach at least 80-percent of design strength
27 before girders are placed on them.
28 rr
29 6-03.4 Measurement
30 The second paragraph is revised to read:
31
32 Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be
33 paid for on a lump sum basis, whichever is shown on the Proposal.
34
35 SECTION 6-15, SOIL NAIL WALLS
36 January 7, 2008
37 6-15.3(8)A Verification Testing
38 The last sentence in the sixth paragraph is revised to read:
39
40 The load-hold period shall start as soon as the load is applied and the nail movement
41 with respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5,
42 6, 10, 20, 30, 40, 50, and 60 minutes.
43
44 6-15.3(8)B Proof Testing
45 The fifth sentence in the third paragraph is revised to read:
46
47 If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and
48 60 minutes.
49
12
I SECTION 6-17, PERMANENT GROUND ANCHORS
err
2 January 7, 2008
3 6-17.3(8)B Performance Testing
4 The fourth sentence in the fourth paragraph is revised to read:
.. 5
6 If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30,
7 40, 50, and 60 minutes.
w. 8
9 6-17.3(8)C Proof Testing
10 The fourth sentence in the second paragraph is revised to read:
11
12 If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30,
13 40, 50, and 60 minutes.
14
++� 15 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL
16 April 7, 2008
17 8-01.3(1) General
18 The ninth paragraph is revised to read:
19
20 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
21 continue to control erosion, pollution, and runoff during the shutdown.
22
23 8-01.3(1)C Water Management
24 Item 2. "Process Water" is supplemented with the following new first paragraph:
25
26 High pH process water or wastewater (non-stormwater) that is generated on-site,
27 including water generated during concrete grinding, rubblizing, washout, and
28 hydrodemolition activities, shall not be discharged to waters of the state. Water may be
29 infiltrated upon the approval of the Engineer. Off-site disposal of concrete process
30 water shall be in accordance with Standard Specification 5-01.3(11).
31
32 8-01.3(6)D Wattle Check Dam
33 The reference to Section 8-01.3(10) is revised to Section 9-14.5(5).
wrr 34
35 8-01.3(12) Compost Sock
36 The last paragraph is deleted.
„r 37
38 8-01.3(13) Temporary Curb
39 The first paragraph is revised to read:
40
41 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles,
42 or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer.
43
44 SECTION 8-02, ROADSIDE RESTORATION
45 April 7, 2008
46 8-02.3(3) Planting Area Weed Control
47 The second paragraph is deleted.
r
13
1
2 This section is supplemented with the following:
3
4 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square
5 and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be
6 installed according to the manufacturer's recommendations.
7
8 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS
9 January 7, 2008
10 8-04.5 Payment
11 The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck
12 Apron Outer Cem. Conc. Curb and Gutter" are revised to read:
13
14 "Roundabout Central Island Cement Concrete Curb", per linear foot.
15 "Roundabout Truck Apron Cem. Conc. Curb and Gutter", per linear foot.
16
17 This section is supplemented with the following new bid item:
18
19 "Roundabout Truck Apron Cement Concrete Curb", per linear foot.
20
21 SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE
22 January 7, 2008
23 8-12.3(1)A Posts
24 All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type +�
25 3 and Type 4 fences".
26
27 The first sentence in the eighth paragraph is revised to read:
28
29 Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the
30 manner shown in the Standard Plans.
31
32 The tenth paragraph is revised to read:
33
34 All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap ,
35 designed to fit securely over the post to support the top rail. All round posts for chain
36 link fence Types 3 and 4 shall have approved top caps fastened securely to the posts.
37 The base of the top cap fitting for round posts shall feature an apron around the outside
38 of the posts.
39
40 8-12.3(1)C Tension Wire
41 This section including title is revised to read:
42
43 8-12.3(1)C Tension Wire and Tension Cable
44 Tension Wires shall be attached to the posts as detailed in the Standard Plans or as
45 approved by the Engineer.
46
47 Tension Cables shall be installed in accordance with Section 8-25.3(5).
48
16
14
I 8-12.3(1)D Chain Link Fabric
2 The following new paragraph is inserted in front of the first paragraph:
' 3
4 Attach the chain link fabric after the cables and wires have been properly tensioned
5 and/or the top rail has been installed.
+w. 6
7 The third and fourth sentences in the third paragraph are revised to read:
8
�r 9 Fastening to posts shall be with tie wire, metal bands, or other approved method
10 attached at 14-inch intervals. The top and bottom edge of the fabric shall be fastened
11 with tie wires to the top rail, and with hog rings to the tension cable or top and bottom
12 tension wires as may be applicable, spaced at 24-inch intervals,
13
14 SECTION 8-15, RIPRAP
15 April 7, 2008
16 8-15.3(1) Excavation for Riprap
17 The second sentence of the first paragraph is revised to read:
18
19 Excavation below the level of the intersection of the slope to be protected and the
20 adjacent original ground or the channel floor or slope shall be classified, measured, and
21 paid for as channel excavation or ditch excavation in accordance with Section 2-03.
22
23 8-15.4 Measurement
24 The following new paragraph is inserted to follow the fifth paragraph.
25
26 Channel excavation will be measured by the cubic yard as specified in Section 2-03.
28 The sixth paragraph is revised to read:
29
30 Ditch excavation will be measured by the cubic yard as specified in Section 2-03.
31
32 The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03.
33
34 8-15.5 Payment
35 The bid item "Filter Blanket" is supplemented with the following:
36
37 The unit price for "Filter Blanket' shall be full payment for all costs incurred to perform
38 39 the work in Section 8-15.3(7).
40 This section is supplemented with the following:
41
42 "Channel Excavation", per cubic yard.
43 "Channel Excavation Incl. Haul", per cubic yard.
44 "Ditch Excavation Incl. Haul", per cubic yard.
45 Payment for "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation"
46 and "Ditch Excavation Incl. Haul" is described in Section 2-03.5.
47
yr
15
�w
1 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND
2 ELECTRICAL
3 April 7, 2008
4 8-20.3(4) Foundations
5 The fifth paragraph is revised to read:
6
7 Where soil conditions are poor, the Engineer may order the Contractor to extend the
8 foundations shown in the Plans to provide additional depth. Such additional Work will
9 be paid for according to Section 1-04.4.
10
11 SECTION 8-21, PERMANENT SIGNING
12 April 7, 2008
13 8-21.3(9)F Bases
14 This section including title is revised to read:
15
16 8-21.3(9)F Foundations
17 The excavation and backfill shall be in conformance with the requirements of Section 2-
18 09.3(1)E. Where obstructions prevent construction of planned foundations, the
19 Contractor shall construct an effective foundation satisfactory to the Engineer.
20
21 The bottom of concrete foundations shall rest on firm ground. If the portion of the
22 foundation beneath the existing ground line is formed or cased instead of being cast
23 against the existing soil forming the sides of the excavation, then all gaps between the
24 existing soil and the completed foundation shall be backfilled and compacted in
25 accordance with Section 2-09.3(1)E.
26
27 Foundations shall be cast in one operation where practicable. The exposed portions
28 shall be formed to present a neat appearance. Class 2 surface finish shall be applied to
29 exposed surfaces of concrete in accordance with the requirements of Section 6-
30 02.3(14)B.
31
32 Where soil conditions are poor, the Engineer may order the Contractor to extend the
33 foundations shown in the Plans to provide additional depth. Such additional work will be
34 paid for according to Section 1-04.4. .r
35
36 Forms shall be true to line and grade. Tops of foundations for roadside sign structures
37 shall be finished to ground line, unless otherwise shown in the Plans or directed by the
38 Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be
39 finished to the elevation shown in the Plans.
40
41 Both forms and ground which will be in contact with the concrete shall be thoroughly
42 moistened before placing concrete; however, excess water in the foundation excavation
43 will not be permitted. Forms shall not be removed until the concrete has set at least
44 three days. All forms shall be removed, except when the Plans or Special Provisions irr
45 specifically allow or require the forms or casing to remain.
46 .
47 Foundation concrete shall conform to the requirements for the specified class, be cast-
48 in-place concrete and be constructed in accordance with Section 6-02.2 and 6-02.3.
49
4W
16
wr
1 Sign structures shall not be erected on concrete foundations until foundations have
2 attained a compressive strength of 2,400 psi.
3
4 In addition to the basic requirements, sign bridges and cantilever sign structures shall
5 be installed in accordance with the following:
6
7 1. Tops of foundations for sign bridges and cantilever sign structures shall be
8 finished to the elevation shown in the Plans.
9
�r 10 2. Steel reinforcing bars shall conform to Section 9-07.
11
12 3. Concrete shall be Class 4000, except as otherwise specified. Where water is
13 present in the shaft excavations for Type 1 foundations for sign bridges and
14 cantilever sign structures, the shaft concrete shall be Class 4000P placed in
15 accordance with Section 6-02.3(6)6.
16
17 4. All bolts and anchor bolts shall be installed so that two class full threads extend
18 beyond the top of the top heavy-hex nut. Anchor bolts shall be installed plumb,
19 plus or minus 1 degree.
.r 20
21 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished
22 by adjusting leveling nuts. Shims or other similar devices for plumbing or
wr 23 raking will not be permitted.
24
25 6. The top heavy-hex nuts of sign bridges and cantilever sign structures shall be
26 tightened in accordance with Section 6-03.3(33), and by the Turn-Of-Nut
27 Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug
28 tight. Permanent marks shall be set on the base plate and nuts to indicate nut
29 rotation past snug tight.
30
31 In addition to the basic requirements, roadside sign structures shall be installed in
32 accordance with the following:
33
34 1. Tops of foundations shall be finished to final ground line, unless otherwise
35 shown in the Plans or staked by the Engineer.
36
37 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement
38 shall conform to the requirements of Section 9-07.
39
w. 40 3. Concrete shall be Class 3000.
41
42 4. The assembly and installation of all Type TP—A or B bases for roadside sign
43 structures shall be supervised at all times by either a manufacturer's
44 representative or an installer who has been trained and certified by the
45 manufacturer of the system. If the supervision is provided by a trained
46 installer, a copy of the installer certification shall be provided to the Engineer
' 47 prior to installation.
48
49 5. For all Type—A or B bases the Contractor shall attach four female anchors to a
50 flat rigid template following the manufacturer's recommendations. The
51 Contractor shall lower the anchor assembly into fresh concrete foundation and
52 vibrate into position such that the tops of the anchor washers are flush with the
■r
17
rtir
1 finished top surface of the foundation. The Contractor shall support the
2 template such that all anchors are level and in their proper position.
3
4 Slip base and hinge connection nuts of roadside sign structures shall be tightened using
5 a torque wrench to the torque, and following the procedure, specified in the Standard
6 Plans.
7
8 8-21.3(10) Vacant
9 This section is revised to read:
10
11 8-21.3(10) Sign Attachment
12 Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be
13 attached or mounted to sign posts or sign structures as shown in the Standard Plans,
14
15 Signs not conforming to the above, including all variable message sign (VMS)
16 assemblies and other message board type assemblies, shall be attached or mounted to
17 sign posts or sign structures by means of positive connections - defined as through-
18 bolted connections. The use of clips or clamps to accomplish the attachment or
19 mounting of such signs and assemblies is prohibited.
20
21 8-21.3(12) Steel Sign Posts
22 This section is revised to read:
23
24 For roadside sign structures on Type — A or B bases, the Contractor shall use the
25 following procedures and manufacturer's recommendations:
26 dw
27 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all
28 Type — A or B bases shall be tightened using the Turn-Of-Nut Tightening
29 Method to a maximum rotation of 1/2 turn past snug tight.
30
31 2. The Contractor shall shim as necessary to plumb the steel sign posts.
32
33 For roadside sign structures on all Type Pt- and SB slip bases, the Contractor shall use
34 the following procedures:
35
36 1. The Contractor shall assemble the steel sign post to stub post with bolts and
37 flat washers as shown in the Standard Plans.
38
39 2. Each bolt be tightened using a torque wrench to the torque, and following the
40 procedures specified in the Standard Plans.
41
42 SECTION 8-25, GLARE SCREEN
43 January 7, 2008
44 8-25.3(1) Glare Screen Fabric
45 The second sentence in the second paragraph is revised to read: •+r
46
47 Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands
48 spaced at 1-foot intervals.
49
50 The fourth sentence in the second paragraph is revised to read:
18
1
2 Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or
3 other approved methods, attached at 14-inch intervals.
4
5 8-25.3(5) Tension Cables
6 The following new paragraph is inserted in front of the first paragraph:
7
8 Fasten the tension cables after the posts have been installed and those set in concrete
9 have sufficiently cured.
10
11 The second sentence in the second paragraph is revised to read:
12
13 The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or
14 brace posts with a short length of cable as shown in the Standard Plans.
15
16 This section is supplemented with the following:
17
18 Attach U-bolt wire rope clips to the cable ends by placing the base (saddle) of the clip
r 19 against the live end of the cable, while the "U" of the bolt presses against the dead end.
20 Two clips shall be used per end, spaced a minimum of six cable diameters apart with a
21 wire rope thimble placed securely in the loop eye to prevent kinking.
22
23 8-25.3(6) Fittings, Attachments and Hardware
24 The first paragraph is deleted.
25
26 The second paragraph is revised to read:
27
28 A galvanized iron strap 1/4-inch in thickness by 2-inches in width, formed as shown in
29 the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to
30 the base and top of the H column posts in order to take the strain of the cable tension
31 off the web of the H column. The straps are required between any tension cable fitting
32 and the H column, one per side, unless the screen post is mounted to a guardrail post,
33 then a strap is only required on the outside (nut side) face. The straps are only required
34 at tension cable attachment locations.
35
36 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS
37 January 7, 2008
38 9-04.9(2) Premolded Joint Filler for Expansion Joints
39 This section is revised to read:
40
.. 41 Premolded joint filler for use in expansion (through) joints shall conform to either
42 AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete
43 Paving and Structural Construction" except the requirement for water absorption is
r 44 deleted, or ASTM D 7174 Specifications for "Preformed Closed-Cell Polyolefin
45 Expansion Joint Fillers for Concrete Paving and Structural Construction."
46
.r.
VW
19
1 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS
2 April 7, 2008
3 9-06.5(3) High Strength Bolts
4 Paragraphs one through four are revised to read as follows:
5
6 High-strength bolts for structural steel joints shall conform to either AASHTO M 164
7 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special
8 Provisions.
9
10 Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi
11 shall be tested for embrittlement. Embrittlement testing shall be conducted after
12 galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's
13 Certificate of Compliance for the lot provided shall show the ultimate tensile strength
14 test results.
15
16 Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1
17 bolts shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a
18 minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special
19 Provisions.
20
21 Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M
22 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions.
23
24 Nuts for high strength bolts shall meet the following requirements:
25 ,rr
26 AASHTO M 164 Bolts
27 Black Type 1 AASHTO M 291 Grade C, C3, DH and DH3
28 AASHTO M 292 Grade 2H
29 Black weathering Type 3 AASHTO M 291 Grade C3 and DH3
30 Galvanized Type 1 AASHTO M 291 Grade DH
31 AASHTO M 292 Grade 2H
32
33 AASHTO M 253 Bolts
34 Black Type 1 AASHTO M 291 Grade DH, DH3
35 AASHTO M 292 Grade 2H
36 Black weathering Type 3 AASHTO M 291 Grade DH3
37
38 9-06.13 Copper Seals
39 This section including title is revised to read:
40
41 9-06.13 Vacant
42
43 SECTION 9-09, TIMBER AND LUMBER
44 January 7, 2008
45 9-09.1 General Requirements
46 This section is revised to read:
47
48 All timber and lumber shall be sized as indicated in the Plans.
49
20
r
1 All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber
2 to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and
3 shall be stored in such a manner as to remain in a thoroughly dry condition until placed
4 into the work.
5
6 9-09.2 Grade Requirements
7 This section is revised to read:
8
9 Timber and lumber shall conform to the grades and usage listed below.
10
11 Timber and lumber shall be marked with a certified lumber grade stamp provided by one
12 of the following agencies:
13
14 West Coast Lumber Inspection Bureau (WCLIB)
15 Western Wood Products Association (WWPA)
16 Pacific Lumber Inspection Bureau (PLIB)
17 Any lumber grading bureau certified by the American Lumber Standards Committee
18
19 For structures, all material delivered to the project shall bear a grade stamp and have a
20 grading certificate. The grade stamp and grading certificate will not constitute final
21 acceptance of the material. The Engineer may reject any or all of the timber or lumber
22 that does not comply with the specifications or has been damaged during shipping or
23 upon delivery. The grading certificate shall be issued by either the grading bureau
24 whose stamp is shown on the material, or by the lumber mill, which shall be under the
25 supervision of one of the grading bureaus listed above. The certificate shall include the
26 following:
27
28 Name of the mill performing the grading
29 The grading rules being used
30 Name of the person doing the grading with current certification
31 Signature of a responsible mill official
32 Date the lumber was graded at the mill
33 Grade, dimensions, and quantity of the timber or lumber
34
35 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and
36 Mailbox Posts, the material delivered to the project shall either bear a grade stamp on
37 each piece or have a grading certificate as defined above. The grade stamp or grading
38 certificate shall not constitute final acceptance of the material. The Engineer may reject
39 any or all of the timber or lumber that does not comply with the specifications or has
•+r 40 been damaged during shipping or upon delivery.
41
42 9-09.2(1) Surfacing and Seasoning
43 This section including title is revised to read:
44
45 9-09.2(1) Structures
46 All timber and lumber for structures shall be Douglas Fir-Larch unless specified
47 otherwise in the contract, and shall conform to the following:
48
Materials 2"to 4" nominal No. 1 and better, grade
�r thick, 5" nominal and wider (Section 123-b of WCLIB)or
(Structural Joists and Planks) (Section 62.11 of WWPA)
Ow
ow
21
aw
at
Materials 5"nominal and thicker No. 1 and better,grade
(Beams and Stringers) (Section 130-b of WCLIB) or ,
(Section 70.11 of WWPA)
1
2 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or
3 Hem-Fir No. 1.
4
5 When the material is delivered to the project, the Engineer will check the order for the
6 appropriate grade stamp. The invoice and grading certificate accompanying the order M
7 must be accurate and complete with the information listed above. The grading certificate
8 and grade markings shall not constitute final acceptance of the material. The Engineer
9 may reject any or all of the timber or lumber that does not comply with the specifications g,
10 or has been damaged during shipping or upon delivery.
11
12 9-09.2(2) Vacant
13 This section including title is revised to read:
14
15 9-09.2(2) Guardrail Posts and Blocks
16 Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall rw
17 conform to the species and grades listed below.
18
Douglas Fir No. 1 and better,grade(Section 131-b WCLIB) Sri►
or(Section 80.11 WWPA)
Hem Fir Select Structural, grade(Section 131-a WCLIB)
or(Section 80.10 WWPA) rw
Southern Yellow Pine No. 1 and better, grade(Southern Pine Inspection Bureau)
19
20 When the material is delivered to the project, the Engineer will check the order for the
21 appropriate grade stamp. The grade markings shall not constitute final acceptance of
22 the material. The Engineer may reject any or all of the timber or lumber that does not
24 comply with the specifications or has been damaged during shipping or upon delivery. r
25 9-09.2(3) Inspection
26 This section including title is revised to read:
27
28 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts
29 The allowable species of timber and lumber for signposts, and mileposts shall be
30 Douglas Fir-Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox "
31 posts shall be Western Red Cedar, Douglas Fir-Larch, or Hem Fir.
32
33 Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the
34 grades shown below.
35
4" x 4" Construction grade(Light Framing, �rll
Section 122-b WCLIB) or(Section 40.11 WWPA)
4" X 6" No. 1 and better, grade(Structural Joists and
Planks, Section 123-b WCLIB)or(Section 62.11 WWPA) GO
6"x 6",6° x 8", 8" x 10" No. 1 and better, grade(Posts and Timbers,
rr1
22
4W
Section 131-b WCLIB) or(Section 80.11 WWPA)
6" x 10", 6" x 12" No. 1 and better,grade(Beams and Stringers,
Section 130-b WCLIB)or(Section 70.11 WWPA)
1
r 2
3 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING
4 April 7, 2008
5 9-14.4(8) Compost
6 This section is revised to read:
7
8 Compost products shall be the result of the biological degradation and transformation of
9 plant-derived materials under controlled conditions designed to promote aerobic
10 decomposition. Compost shall be stable with regard to oxygen consumption and carbon
11 dioxide generation. Compost shall be mature with regard to its suitability for serving as
12 a soil amendment or an erosion control BMP as defined below. The compost shall have
13 a moisture content that has no visible free water or dust produced when handling the
r 14 material.
15
16 Compost production and quality shall comply with Chapter 173-350 WAC.
17
18 Compost products shall meet the following physical criteria;
19
20 1. Compost material shall be tested in accordance with U.S. Composting Council
21 Testing Methods for the Examination of Compost and Composting (TMECC)
22 02.02-13, "Sample Sieving for Aggregate Size Classification".
23
24 Fine Compost shall meet the following:
it 25
26 Min. Max.
27 Percent passing 2" 100%
28 Percent passing 1" 95% 100%
29 Percent passing 5/8" 90% 100%
30 Percent passing %4" 75% 100%
4W 31 Maximum particle length of 6 inches
32
33 Coarse Compost shall meet the following:
34
40 35 Min. Max.
36 Percent passing 3" 100%
37 Percent passing 1" 90% 100%
N. 38 Percent passing W 70% 100%
39 Percent passing '/" 40% 60%
40 Maximum particle length of 6 inches
41
we 42 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S.
43 Composting Council TMECC 04.11-A, "1:5 Slurry pH".
44
as 45 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be
46 less than 1.0 percent by weight as determined by U.S. Composting Council
47 TMECC 03.08-A"Classification of Inerts by Sieve Size".
ww
d
23
11W
sir
1
2 4. Minimum organic matter shall be 40 percent by dry weight basis as determined
3 by U.S. Composting Council TMECC 05.07A"Loss-On-Ignition Organic Matter
4 Method (1-01)".
5
6 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in
7 accordance with U.S. Composting Council TMECC 04.10 "Electrical
8 Conductivity".
9
10 6. Maturity shall be greater than 80% in accordance with U.S. Composting
11 Council TMECC 05.05-A, "Germination and Root Elongation".
12
13 7. Stability shall be 7 mg CO2—C/9 OM/day or below in accordance with U.S. +
14 Composting Council TMECC 05.08-8 "Carbon Dioxide Evolution Rate".
15
16 8. The compost product must originate a minimum of 65 percent by volume from
17 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A
18 maximum of 35 percent by volume of "Type 2 Feedstocks," source-separated
19 food waste, and/or biosolids may be substituted for recycled plant waste. The
20 manufacturer shall provide a list of feedstock sources by percentage in the "
21 final compost product.
22
23 9. The Engineer may also evaluate compost for maturity using U.S. Composting
24 Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score
25 a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost
26 shall score a 5 or above on the Solvita®Compost Maturity Test.
27
28 This section is supplemented with the following new sub-sections:
29
30 9-14.4(8)A Compost Approval
31 The Contractor shall either select a compost manufacturer from the Qualified Products
32 List, or submit the following information to the Engineer for approval:
33
34 1. A Request for Approval of Material Source.
35
36 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the
37 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional
38 Standards for Solid Waste Handling).
39
40 3. The manufacturer shall verify in writing, and provide lab analyses that the ,,,,�►
41 material complies with the processes, testing, and standards specified in WAC
42 173-350 and these specifications. An independent Seal of Testing Assurance
43 (STA) Program certified laboratory shall perform the analysis.
44
45 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as
46 issued by the U.S. Composting Council
47
48 9-14.4(8)6 Compost Acceptance
49 Seven days prior to initial application of any compost the Contractor shall submit a
50 compost sample, a STA test report dated within 90 calendar days, and the list of
51 feedstocks by volume for each compost type to the Engineer for review.
52
24
wee
1 The Contractor shall use only compost that has been tested within 90 calendar days of
2 application and meets the requirements in section 9-14.4(8). Compost not conforming
' 3 to the above requirements or taken from a source other than those tested and accepted
4 shall be immediately removed from the project and replaced at no cost to the
5 Contracting Agency.
6
7 SECTION 9-16, FENCE AND GUARDRAIL
8 January 7, 2008
9 9-16.1(1)A Post Material for Chain Link Fence
10 The first paragraph is supplemented with the following:
11
X16 12 Round Post Material
13 Round post material shall be Grade 1 or 2.
14
.. 15 Roll Form Material
16 Roll-formed post material shall be Grade 1.
17 Roll-formed end, corner, and pull posts shall have integral fastening loops to
18 connect to the fabric for the full length of each post. Top rails and brace rails shall
19 be open rectangular sections with internal flanges as shown in ASTM F1043.
20
21 The Round Post Material and Roll Form Material information following the third paragraph
22 is deleted.
23
24 9-16.1(1)B Chain Link Fence Fabric
25 The first paragraph is revised to read:
26
27 Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and
28 9 gage wire for chain link fence Type 1. The fabric shall be zinc-coated steel wire
29 conforming to AASHTO M 181, Class C. Zinc 5-percent Alum inum-Mischmetal alloy
30 meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot-
31 dipped) at the application rate specified by AASHTO M 181 for hot-dip zinc coating.
■w 32 Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with
33 minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2).
34
35 9-16.1(1)C Tension Wire
36 This section including title is revised to read:
37
38 9-16.1(1)C Tension Wire and Tension Cable
39 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing
40 shall be Class 1.
41
ww 42 Tension cable shall meet the requirements of Section 9-16.6(5).
43
44 9-16.1(1)D Fittings and Hardware
45 This section is supplemented with the following:
46
47 Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9).
48
49 Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of
50 Section 9-16.6(6).
51
wr
+�w
25
Wrr
1 9-16.1(1)E Chain Link Gates
2 The first sentence in the first paragraph is revised to read:
3
4 Gate frames shall be constructed of not less that 1 1/2-inch (I.D.) galvanized pipe
5 conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A.
6
7 The fourth sentence in the first paragraph is revised to read:
8
9 All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or
10 A-11-99 primer meeting the requirements of Section 9-08.2.
11
12 9-16.2(1)A Steel Post Material
13 The reference to "hot dip galvanized" in the first sentence in the second paragraph is revised
14 to "galvanized".
15
16 The first sentence in the third paragraph is revised to read: go
17
18 Posts shall not be less than 7-feet in length.
19
20 9-16.3(2) Posts and Blocks
21 The first sentence in the second paragraph is revised to read:
22
23 Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2).
24
25 9-16.3(3) Galvanizing
26 The first sentence in the first paragraph is revised to read:
27
28 W-beam or thrie beam rail elements and terminal sections shall be galvanized in
29 accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be
30 galvanized after fabrication, with fabrication to include forming, cutting, shearing,
31 punching, drilling, bending, welding, and riveting.
32
33 9-16.3(4) Hardware
34 This section is revised to read:
35
36 Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts,
37 shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength
38 Bolts shall conform to 9-06.5(3).
39
40 Unfinished bolts will be accepted by field verification and documentation that bolt heads
41 are stamped 307A. The Contractor shall submit a manufacturer's certificate of
42 compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any of
43 the hardware.
44
45 9-16.3(5) Anchors
46 The reference to "hot dip galvanized" in the tenth paragraph is revised to"galvanized".
47
48 9-16.4(2) Wire Mesh
49 The reference to "hot dip galvanized" in the second sentence in the third paragraph is
50 revised to"galvanized".
51
26
fa
1 9-16.6(2) Glare Screen Fabric
2 The reference to"A 491" in the second sentence in the first paragraph is revised to "ASTM A
3 491".
4
5 9-16.6(3) Posts
�+ 6 The first paragraph is revised to read:
7
8 Line posts for Type 1 glare screen shall be 1 112-inches by 1 7/8-inches galvanized steel
9 H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2
10 glare screen shall be 1 5/8-inches by 2 1/4-inches galvanized steel H column with a
11 minimum weight of 4.0 pounds per linear foot, or 2-inch inside diameter galvanized steel
12 pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall
13 be used on any one project.
14
15 The first paragraph is supplemented with the following:
16
17 End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2-inches by 1 7/8-
18 inches steel H column with a minimum weight of 2.8 pounds per linear foot.
19
20 The first sentence in the second paragraph is revised to read:
21
22 End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2-inch inside
r 23 diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot.
24
25 The reference to "hot dip galvanized" in the third sentence in the second paragraph is
.r 26 revised to "galvanized".
27
28 The first two sentences in the fifth paragraph are revised to read:
29
30 All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The
31 minimum average zinc coating is per square foot of surface area.
32
,. 33 9-16.6(5) Cable
34 The reference to"hot dip galvanized" is revised to"galvanized".
35
36 9-16.6(6) Cable and Tension Wire Attachments
37 The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to
38 "galvanized".
39
1W 40 The third sentence in the first paragraph is deleted.
41
42 9-16.6(9) Fabric Bands and Stretcher Bars
43 The reference to "hot dip galvanized" is revised to"galvanized".
44
45 9-16.6(10) Tie Wire
46 This section including title is revised to read:
47
48 9-16.6(10) Tie Wire and Hog Rings
49 Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100
50 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279.
51 Galvanizing shall be Class 1.
52
�r
a
27
r
I Hog rings shall be 12 gage galvanized steel wire.
2
3 9-16.8(1) Rail and Hardware
4 The word "Composition"following the first paragraph is deleted.
5
6 SECTION 9-19, PRESTRESSED CONCRETE GIRDERS
7 April 7, 2008
8 9-19.1 Aggregates and Proportioning
9 The first paragraph is revised to read:
10
11 The concrete for prestressed girders shall have the minimum compressive strengths as
12 specified in the Plans.Aggregates used in the mix shall conform to the following:
13
14 Coarse aggregate shall be in accordance with Section 9-03.1(4).
15
16 Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class
17 2.
18
19 The manufacturer may revise the grading of the coarse aggregate provided that the
20 concrete mix design is qualified with the modified gradation. An alternative combined
21 gradation conforming to Section 9-03.1(5) may also be used.
22
23 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL
24 April 7, 2008
25 9-29.6 Light and Signal Standards
26 This section is supplemented with the following:
27
28 Materials for steel light and signal standards, and associated anchorage and fastening
29 hardware, shall conform to Sections 9-29.6(1), 9-29,6(2) and 9-29.6(5) unless otherwise
30 specified in one of the following documents:
31
32 1. The steel light and signal standard fabricator's pre-approved plan as approved
33 by the Washington State Department of Transportation and as identified in the
34 Special Provisions.
35
36 2. The steel light and signal standard fabricator's shop drawing submittal,
37 including supporting design calculations, as submitted in accordance with
38 Sections 6-01.9 and 8-20.2(1) and the Special Provisions, and as approved by
39 the Engineer.
40
rrr
28
rr
Special Provisions
PAAREWOOMIo\06001 VH :osp��l3cMionswa-osxs sotrnittanlioilerpiate.aoo
SPECIAL PROVISIONS
1-01 DEFINITIONS AND VERMS.....N .•..sN......NU.,..NflaYal�luNNN.1s..f W.11sNwNiY.,YN.N.1
1-01.1 General........................... .......... ......... ........ ................... ...... ... ..........
1-01.3 Definitions.....,.. ...........................I............... ......,,..........
1-01.4 Description.of"Work.. ... .,;...................................2
1-02 BID PROCEDURES AND CONDITIONS. . «...W.............. .NN....... N.......-3"
1-02.6 Preparation of Proposal; .. .,
3
1-02.6(1) Proprietary Information........ ......... .......... .......I—-....... ........... ....... ...........3
1-02.12 Public OpeningotPr©posals.. .. .....NN..... ....... .3
1-1}3 AWARD AND EXECUTION OF CONTRACT...NWW............. .........N......H.N.N.N.f..H.3
1-03.1 Consideration of Bids. ........ ..Y......: ......3'
1-03.2 Award of Contract...«..... ....... ......... ......... ....... ........,... .......: .....I.. ...........3
1-03.3 Execution of Contract. ................................................. .3
1-04 SCOPE OR .1 ORK.W..N.................NNYNW Y NNN..I,f.111,f INNWNMWN.WHf.Nf,.NN....N......N.......4
1-04.3 Contractor-Dispovered Discrepancies.. ......... ........« .. ..... ......... ......... ...........4
1-04.4 Changes. ......... «....... .......... .................... ..N.............. ........ ......... ...,.......4
1-04.8 Progress Estimami and Payments .... .4
1-04..CON y1/1�y� Final,Cleanup. ... .. .5
1-05' ROL O1l' TTO«.FK..MD.{.N..N.N.f.1.W....WW.W.f W.MNw.NN.NNNiN..........1.N.N.N«,NWNN.W..NI..WS `
1-05.4 Conformity With and Deviation from Plans and Stakes . .5
1-05.4(3) Contactor Supplied Surveying .. ..... .......... .6
1-05.4(4) Contractor Provided As-Built Information.............. W..N.:. . ........ .........6
1-05.7 Removal of Defective and Unauthorized Work 7
1-05.11(3) Operational Testing-, ......... ............ .....: ........... .........7
1-05.14 Cooperation with Other Contractors.... .. .. .7
1-05.18 Cbntractor's'Dail Diary .......... ...... .........« ... ....8
1-06 CONTROL OF MATE RIAL................................ ...W.....M«,N.N..NN........N.W......1:NW.....„,9
1-06.1 Approval of Materials-Prior to Use.. ...... .9
1-06.2(1). .Sainples and Teats fir Acceptance..................................«... .9
1_06.2(2) Statistical Evaluation of Materials for Acceptance. ..........:.....................................9
1-07 LEGALRELATIONSAND RESPONSIBILITIES TO THE PUBLIC .....................9
1-07.1 L,Laws to be Observed .............................. ....... ......,.«, .....................9
1-07.2 State Taxes. ................................................. .10
1-07.6 Permits and Lkenses. ...... .. .10
1-07.9(5) Required Documents'. . .10
1-07.11(11) City of Rerrton'Aff davit of Compliance................................«...... ....,.............10
1-07.12 Federal Ajoncy'lnspection., ... .......I... 10
1-47.13(1) GMeral. .............................. .11
1.07.15 Temporary Water Pollution/Erosion Control............................ ......... ......«.... ....«...:11
` t'•tr 1Nt;JV9�OQGrAUI�te1NF7�40�f1�5l tea«wstol T-txs2S SuMnHtaAt+Yx�it«3pcctutl'r�otvxk„xrwi�lr Wit:�AS ,?SJdr1c
NE Sunset Sou
ievard(SRL 900)and Page i Special Provisions
lloquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
1-07.16(1) Private//Public Property..... .. ........ .......................... .. . .11
1.07.17 Utilities and Similar Facilities. ......... ............................................. ......... .........12
1-07.17(1) Interruption of Services....... ........ ......... .. 14
1-07.18 'Public Liability and Property Damage Insurance....... . ........ ........ .. ........ .........14
1-07.18(1) General.................... ........4. .. ., .. ...... ... ..... .............. ..., .14
1-07.18(2) Coverages 14
1-07.18(3) Limits. ........ ....... ........ ... . ........ ......... ......... ......... .. ............ . .... ..,......16
1-07.18(4) Evidence of Insurance ..........................I...... ................ . ,....,............. ....., 16
1-07.22 Use of Explosives........ ........ 17
1-07.23(1) Construction Under Traffic............................................................ ......... .........17
1.08 PROSECUTION AND PROGRESS.uN.............. •.....Mw.................NH..........I.uu...18
1-08.0 Preliminary Matters.... ... . ........ ..................... ..... .18
1-08.0(1) Preconstruction Conference........................ .........18
1-08.1 Subcontracting........................:....... ...... ............................... ......... ............ ......19
1.08.2 Assignment.................... ......... ...................... .........I............ . .I...,. ........ . .........19
1-08.3 Progress Schedule............... ..,. ......... ................................. ......... ......... . ........19
1-08.5 Time For Completion..... ......... ......... ................................. ......... ......... .........20
1-08.6 Suspension of Work....... ......... ......... .......I.........I.............. ......... .......... .........21
1-08.9 'Liquidated Damages.................. ............................................ ......... ......... .........22
1-08.11 Contractor's Plant and Equipment........, ......... ..................... ......... ......... ......:..22
1-08.12 Attention to Work......... ......... ...,......................................... ......... .......... .........22
1.09 MEASUREMENT AND PAYMENT....................................................... ......... .........22
1-09.1 Measurement of Quantities........ ......... ......... ..................... ......... ......... ........22
1-09.3 Scope of Payment.............................................. .................................. ......... .........23
1-09.6 Force Account................ ................ :. ............... .. ......................... ......... .........24
1-09.7 Mobilization............. .. ......... ...... .... . ................... ....... ....... ... .24
1-09.9 Payments........................ . . ..................... .............................. .....24
1-09.11(2) Claims.................. ........ ......... ............... ...... .. ..25
1-09.13(3)I3 Procedures to Pursue Arbitration.. ......... ..................... ......... ......... .........25
1-10 TEMPORARY TRAM 4 C CONTROL........................................................... ..25
1-10.1 General............... ........ 25
1-10.2(2) Traffic Control Plans. ......... ......... ......... ......... ......... ......... ......... .........27
1-10.3 Flagging,Signs,and All Other Traffic Control Devices..:......... ..... ......... ... .........27
140.3(3) Construction Signs.... . ........ .. ...... .............. .... ........ 27
1-10.3(6) One-Way Piloted Traffic Control Through Construction Zone......... ......... .........27
1=10.4 Measurement.......................................... ......... ..................... ..................... .........27
1-10.5 Payment...................................... ................................................ ........ ......... .........27
1.11 RENTON SURVEYING STANDARDS.................................................... .......6..».........28-
1-11.1(1) Responsibility for surveys. .... ... .... ........ ......... . .. ....28
1-11.1(2) Survey Datum and Precision. ......... ......... ......... ......... ......... ......... ........28
1-11.1(3) Subdivision Information........ ......................... ................. ......... ......... ..,......29
1-11.1(4) Field Notes.. ......... ......... ......... ........° ......... ........ .......... ........29
r 1RFNrnrxxxH!/OU�6t1uf/Vrr�llr�lxRSj eeificr,�;wistrAY.ofias.sabn ura;►l M+AI..Wdaf l'�rwlsiniu"7TX'(fIH-0b2S).dnr
NE Sunset Boulevard(Sit 900)and Page ii Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
1-,11,1(5), _r At . umein�............................................ .,,.,i•ia..4,i.i NSr, ,�,................
, ,29
1-11.1(6) Control�r16ase Line Survey ... ,.,.,...............:: ..fo......30
1-11.1(7) Pic �c Les!ela...... ...., ,.�„...,. �...,.,. ...... ..,..,..N 30
1-11.i(8}: Radial and" tien t)ffset T©pography., .,..<, ..,...,...:3Q
1.11,1(9) Radial` bpergtap !. ... . ............. , .. .31
1-11.1(10) Station--OffaetTopography ,31
1--11.1(11) As-Built Survey.:.., •............ .. .. ......... ......... ..,.,.,....,,,,.................l.,......31
1-11.1(12) Monument Setting and Referencing.................. .......l.;.,.............................. ..31
1-11.2 Materials ..... ........ .32
1-11.2(1) Property/i.ot Cotters.. .., . . .32
1-11.2(2) .Monuments,.»...,...... ............................................. ., .....,. .32
1-112(3) Monument Cash and Cover: ...,.,.... .32
2.01 CIE,ARINQ GRUBBINq AND ROADSIDE C ............,..N..N....32
2-01.1 Description. .. ,. .........................................32
2-01.2 Disposal of Usable Material and Debris . ,.N,....33
2-01.5 Payment.,.......... ..... ..............k,..:. ...........33
2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS NN,f�..NNIgN.q.,.NN.fYNN,iNN..fN.33
2.M3(3) Removal of Pavement,Sidewalks,and Curbs..,..,..;.......... ......... ........: ..........33
2-02.4 Measurement.. ....,,,f....................................................... ..........33
2-02.5 Payment ...... .,...ra . .33
2-03 ROADWAY EXCAVATION AND EMBANKMENT.......N..N. ,.:q.:....Nq.......N.....N..34
2-03.3 Construction Requirements „ .34
2.03.4 Measurement 35
2-03.5 Payment ........ .......... ........ ......... .......:•.. ....: .........4........ . ................ .35
2-04 HAUL.-...'...N,..f..N....q..1l...ofNN......Nf1NN»1N.......l q.......N......N ................ .......35
2-04.5 Payment .,...... .... , ..............................35
2-06 SUBCRADE ply TION.............................„........N........Nq..N....N.N...:...gNq...35
2-06.5 Measurement and Payment. ... . *35
4-04 BALLAST AND CRUS"ID SURFACING.......................„.N».:.«.,.,.......N..„..gNq....35
4-04.5 Payment', ,,,,. .,. ............... .35
5-04 HOT MIXA Jt HAUt.R.....i..N,,,NgRN.,..q....,q,..N.,..N.N,NY...N.e..N...NN.NNf.........N,N. ..Nq.36
5-04.3(7)A Mix Design, ..,... ,., .... .•... .36
57043(8)A Acceptance 5amplidad Testin Mixture..... .. . ... 36
5-04.5(1)A Price Adjustments for',Qiiu3ity b � fA.. .36
5-04.5(1)A. Price Adjustments for Qt iity 6tliMA Compaction ......... ......... ................. .
i AY gNNf/ 37
8-U4 CURBS,GUTTERS AND SPLL NN..gNf»HN.NNN»M/
NNN ..NN..Nq...NW g
8-04.5 Payment..„ ..... .37
8.11 GUARI)AAM.""..l..! qN..N.. N.Nq. •N.NN:...N.....l N..NN......,...N.q}q»�N.».M,NfN.i.N.....Nf.Nl..3H
8-11.5 Payment........................................ .................,..
�4r41tt1V7Ur 16tMXtt91(adfX!!N/+OtOffI3Qt jlrrr+IrinsltkJ�Yi7x t 13»vF.do+u wNti 7YIC(ptl G42S}dac ,
NE Sunset Boulevard(:3Tt%0)a0 Page iii Special Provisions
Hoquiam Avenua NE Tratric Signal Projoet
City of Roolon
June 2008
1
8-14 CEMENT CONCRETE SIDEWALKS.................................................... ....... .....38
8-14.3(4) Curing ..................... .... . .. .... ............... ...... ..... ...... .. .38
8-14.4 Measurement...... ......... ........... .. ..... . ...... ..................... ........ 38
8-14,5 Payment. ..... ... ..... ... . .... ....................... ... .38
8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL.................39
8-20.2(1) Equipment List and Drawings ......... ......... ........ ............. . .......................... . 39
8-20.3(2) Excavating and Back>8lling.... ......... ........ ........................................ ...... ..39
8-20.3(3) Removing and Replacing Improvements ........... 43
8-20.3(4) Foundations... . ........ ......... .... . . ..... .43
8-20.3(5) Conduit... .................. ......... ......... . . ....... ........................ ..... . ........ .........43
8-20.3(6) Junction Boxes 44
8-20.3(8) Wiring... . . . . .......... . . ..I...... . .. ..... .............. ..44
8.20.3(9) Bonding,Grounding........ ... . .......... ......< ..................... ........ ......... ........45
8-20.3(11) Testing..................... ........................ 45
8-20.3(14) Signal Systems............. ... ..... ................................. . .45
8-20.3(15) Grout........................... ..... . ........ ............................................. ......... ..... ...50
AM
8-20.3(14)F Traffic Signal Battery Backup System(BBS). 51
8-20.4 Measurement.................... ............ ...... ....... ......................., ........ ............... ..51
8-20.5 Payment. ...................... . ..... ...................... ....... ..................... .. ..............51
8-22 PAVEMENT MARKING...... ....... ........ ............................... ........ ......... ..........51
8-22.1 Description.................. .. ........, ................. .... .51
8-22.3(5) Installation Instructions............... .... ...... . ................... . .... .52
8-22.5 Payment. .......... ....... . ......... ......... ........................................ .. ........ . ........52
8»23 TEMPORARY PAVE MENT MARKINGS......................................................»...........52
8.23.5 Payment......................... 52
9400(A) Recycled Materials(RC). .. ... . ................. ............ .......... .52
9-02 BITUMINOUS MATERIALS....... ............................................. ................................52
9-02.1(10) Loop Sealant(RC) ............................................................ .. ......... ......... .........52
(January 5,2004)........................................................................................................................53
9-03.8(2) HMATest Requirements..... 53
-9-03.8(7) HMATolerances and Adjustments. ...... ........ ..... ......... .......53
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.......... ..........................53
9-23.9 Fly Ash(RC)...... ......... ......... ......... ......... ......... ................. . .........53
9.29 ILLUMINATION,SIGNALS,ELECTRICAL....... ............................ .....................54
9-29.1 Conduit(RC)..................................... 54
9-29.2 Junction Boxes(RC). . .. . . ....... . ........ ... . 54
9-29.3 Conductors,Cable.......... ..................... .................... ..................... ............. . ....54
9-29.6(5) Foundation Hardware 55
9-29.9 Ballast,Transformers............ .. .............. .. .. ............ ......... . ..... ......... .........55
9-29.10 Luminaires.................... ... ..... ..................... ..................... . ........ ......... .........55
9-29.11(2) Photoelectric Controls. ... ......... ... ...... . ...55
P:uifir mYIINXNNlk71Wi1101Nh'()lOhtlfAS cc l atimtsM-025 SuWaitrafll-7NAl.Special ProdW wrs wish 11M,(W.0625 4or
NC Sunset Boulevard(SR 900)and Page iv Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
9-29.13(2) Flashing Operations. .. .....55
9,29.13(3) Emergency Pre-emption................ .... .... ....I... . ........ ....................................56
9»29,13(4) Wiring Diagrams........................... ......... . ........ . .. . .57
9-29.13(6) Radio Interference Suppressors..... ........... . ...... .... ...... ........ ........... ........57
9-29.13(7) Traffic-Actuated Controllers.......... .. ...... ........: .......... ........ ........ .. ........57
9-29,16(2) Conventional Traffic Signal Heads ...... . .84
9-29.17 Signal Head Mbunting Brackets and Fittings. ... ....:. ... ..... ......... . .. ....... ... .....85
9-29.18(1) Induction 1,6op Detect ors.... ........ . ....... ......... ................. . ......... .....:...86
9-29.23 Traffic Si nal Battery Backup System(BBS) ` .91
9-29.24 Service Cabinets......... ......... ......... ......... . ........ ......... .................: ..........94
9-29.24(1) Painting.:.... .......: . ........ ......... .......... ........ ......... ........... ....... . .........95
9-29.24(2) Electrical Circuit Breakers and Contactors ,95
9-29.25 Amplifier,Transformer,and Terminal Cabinets.........................................................95
t?trIR�3tY/fiA601lJ ILKOl1 1NF(?IIXBi(RSpacificwttrn�stg8fl62S Sr�lxxilMRFINN,ajxkW�!NrrItNris with 7XAC(fltl R(siS).rkn
NE Sunset Boulevard(SR 9M)and, Page v Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 20Q8
1
P.WifN77JYXJ WIIAV WlN1%IAK"Wf oa msIO8.00ZI mmittaAFINA1.5pedal Pronvions wth M.fO84J6Z5Xdoc
NE Sunset Boulevard(SR 900)and Page vi Special Provisions
Honuiam Avenue NE Traffic Signal Project
City of Renton
June 2008
SPECIALPROVISIONS ,
1-Q1 DEF)IIYI 'X S A TERMS
1.01.1 General
Section 1-01.1 is�upplemente6With:
Whenever reference is made to the State, Commission,;Department of Transportation, Secretary
of Ttansportation, Owner,Contracting,Agency or Bn 'neer, such reference shall be deemed to
mean the City of Rentob s through its City Cuncil, employees, and duly authorized
representatives for all contract$a, nistered by the City of Renton.
1.01.3 Definitions
Section 1-01.3 is revised and supplemented by the foll6wing:
Act of 2od
"Act4 of.Clod" means 4n emth4uake,flood, cyclone,or other catadysatic phenomenon of nature.
A rain,I windstorm,high ser or other natural phenomenon of unusual intensity for the specific
locaitty a"the worlr„a+h a 't r�tght reasonably have been anticipated from h iorkal records of the
general locality of the work) atl not-be construed as an act of god..
The ntracting Ageney,osign`consultant, who mayor may not administer the construction
Program tor the Contracting Agency.
Coa�ra�� ,
Eith"r the unit price; the unit.paCfces, or lump sum price or prices reed in the proposal, or in
properly executed change orders:
DAY
Unless otherwise designated,.days) as used in the Contract Documents, shall be understood to
mean working bays.
Engineer
The City En "neer or duly authorized representative who is a currently lensed registered
engineer in the State of"UN hi n,or an authorized member of•a licensed consul#ing firm
retained by Owner the oonsbuWon engineering of a specific'public works project.
Inspector
Owner's authorized,representative assigned to make necessary observations of the work
performed or being perf$of of materials furnished or being furnished by Contractor.
Or Equal
Where the term"or equal"is,use0ereih,the Contracting Agency,,or the Contracting Agenc on
recommendation of the engineer, shall be the sole judge of the quality and suitability o7the
proposed substitution
The responsibility and `cost of furnishing necessary evidence, demonstrations, or other
information re * ed to obi the_approval of alternative materials or processes by:the Owner
shall be entirely,time by the Contractor.
p. Owner
The City of Reiman or its authorised representative also referred to as'Contracting Agency.
Performance and Pa*anat Bond
Same as"Contract Bond"defined in the Standard Specifications.
� tkre7w�s�x�rr�a��asr�sas s"a»;r„�rmsr,sc,�rr t� w���rru.t�r�asx.r� `
NE Sunset Boulevard•(SR 9110)and Page 1 Special Provisions
Hoqu any Avenue NETraffic Signal Project
City of Renton
June 200$
l
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
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,
Shop Drawings
Same as"Working Drawings"defined in the Standard Specifications.
Special Provisions
Modifications to the standard specifications and supplemental specifications that apply to an
individual project. The special provisions may describe work the specifications do not cover.
Such work shall comply first with the special provisions and then with any specifications that
apply. The Contractor shall include all costs of doing this work within the bid prices.
State
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
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.
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.
1-01.4 Description of Work
Section 1-01.4 is a new section.
This contract provides for the improvement of the intersection of SR 900(NE Sunset Boulevard)
and Hoquiain Avenue.NE (140th Avenue NE) by the construction of a traffic signal system and
associated roadway work including; grading; asphalt concrete paving; sidewalk ramp; removal
and replacement of sidewalk,curb and gutter;signing;channelization;removal and installation of
guardrail; and other work, all in accordance with the attached Contract Plans, these Contract
Provisions,and the Standard Specifications.
i,:trw:N7UfN/0(X)IpUX3(MfMN(JfB6l3RS eiJlertiirurws-w�zi Strlhxirro lYAi spn*,i i"Ymms w th i0c 0-mg)
NE Sunset Boulevard(SR 900)and Page 2 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
1-02 BID PROCEDUM AND CONDITIONS
142.6 Prepatration !'�rttposal
The third paragraph rs 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, and where,a corifiict arises the
written words shall prevail.
1-02.6(1)is a new section.,
1-02.6(1) Pr rriettrt`ArA,�orrnt�tion
Vendors should, in the bid proposal, identify clearly any. nittterial(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 oliartnient (or State) will dive
notice to,the vendor'6t 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 hoe been given shall be deemed a
waiver by the-submittingvendor of any claim that such materials 4i,in fact,so exempt.,
1-02.12 Public Opening.bf 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 Coudderall6n otltks
Sect on'l-033 is supplemented-with the following.
All bids wfllbe based on 'natal sum of all schedules of pric .'No-partial bids will be accepted ,
unless so stated in the calf-forbids or special provisions. The'City"reserves the right however to
award all or any schedule df a bid,to the lowest bidder at its discretion,
1-03.2 Award of Contract
Section 103.2 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
successfi bidder within 10 days of the award. The number of copies to be executed by the
Contractor shall be"determined by the Contracting Agency.
1-03.3 Execcitiftr of.Contract
Section 1-03;3 is revised and supplemented as follows:
Witbio,lo 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 r Agency-
prepared contract, an insurance certification as required by Section 1-0718,•and a sate ctory
bond as requited by law anti'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 tinder Section'4-0215.
1 6d9J J{D6D9/XF(JIDfiHAS�eci/fcwimesiDti-0625 SOMMIlMNA S�reiall+rp�rd nnsW(kRX(a-Wz1XlX
NE Sunset l3oulevard(SR 900)and Page 3 Special Provisions
Hoquiam Avenue NE Traffic Signal-Trojetx
City of Renton
June 2W8
Until the Contracting Agency executes a contract,no proposal shall bind the Contracting Agency
nor shall any work begin within the project limits or within Contracting Agency-furnished sites.
The Contractor shall bear all risks for any work begun outside such areas and for any materials
ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the contract
documents within 10 calendar days after the award date,the Contracting 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 lteiistration and
business -license be submitted to the Engineer as part of the Contracting Agency s post-award
information and evaluation activities.
1-04 SCOPE Ur WORK
Section 1-04.3 is a new section:
1-043 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 error, inconsistency, or omission in respect to design or mode of construction,
which is discovered. If 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 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 1-04.4 of the Standard
Specifications.
1.04.4 Changes
The last two paragraphs are replaced with the following:
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.
104.8 Progress Estimates and Payments
Section 1-04.8 is supplemented as follows:
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'.�rtRh'IVY►XNNXNJI(�1f61k/INf tJNkNKtCprctifirruia+rVV1!{fX2S SrrianinpAl'fNAf.S�rriai!'rawssllnas nYrh7rX:ffl"6z)-d"
NE Sunset Boulevard(SR 900)and Page 4 Special Provislons
Haquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
1.04.11. Mal Cleanup
Section 1.04.11 is supplemented as follows:
All salvage material as noted on the plans and taken from any of the ditcarded facilities shall,'at
the engineer's d3scredon;be carefully salvaged and delivered to the City shops, Any cost incurred
in sk1, gWg and delivering such items shall be considered incidental 16 the project and no
compensaation will be made:
The contract price for"Rinsh and Cleanup,lump sum,"shall be fuil.compensa#ion for all work,
equipttnt and materials rrquted to perform final cleanup. if this pay item does not ap ear in the
contract documents them Anal clean up shall be considered incidentat'to the contract and to other
pay item and,no further compensation shall be made.
1-05 COMOL OP WORK
1-05A Conformity'With►4nd Deviation from Plans and Stakes
Section 1-05.4 is supplernented:with the following:
If the project calls for Contractor supplied surveying;the Co
ntractoulsball provide all required
survey work, including, h work as mentioned in Sections 1-05AJ')-and 1-05.4(2), 141 and
elsewhere in these,spe6ifi" tans 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 Contra of a PPpplied surveyor will provide Construction stakes and marks
establishing lines,slopes,,a*W glades as stipulated in SectionsI4 .4 and.will perform such wrotk
per Sec,tiom 14 1. The Contractor shall assume full responsibility—for' detailed dimensions,
elevations, and exdavation slopes'measured from the Engineer or Contractor supplied surveyor
furnished stakes and marks.
The Contractor shad provide*work site which has been prepared`;to permit construction stalling
to proceed in a safe slid orderly manner.The Contractor shall'' kee}rth Engineer or Contractor
supplied surveyor informed of stalrJng requirements and provide ac least 413 hours notice to allow
the I ngineer or Contractor supplied surveyor adequate time for setting stakes.
The Contractof shall carefully eserve;stakes, marks, and other reference points, including
existing monuenenWiwi set by ontracting Agency forces. The,Contractor will be charged for
the costs of re lacing sl akcs,markers and monumentation that wren toot to be disturbed but were
destroyed or damaged by thc',O ntractor's operations.This charge twill be-deducted from monies
due or to become due to the Contractor.
x
Any claim by the Contractor for extra compensation by reason of,alterations'or reconstruction
work allegedly due to error in the Engineer's line and grade;'will not be allowed unless the
original control points set by,,the Engineer still exist, or unless other satisfactory substantiating
evidence to prove the error is furnished the Engineer. Three €o"nsecutive points set'on line or
grade shall be the minimum points used to determine any variationf from a straight line or grade.
Any such variation'shall, upon discovery, be reported to the Engineer. In the absence o such
report the Contractor shall be liable for any error in alignment or grade.
The Contra tqr shall provide all surveys required other than -those to be performed by the
Engineer. 'All sun4y.work shall be done in accordance with Section 1-11 SURVEYING
STANDARDS4the specifications.
Tho'con,fra r.eha .kec updated survey field notes in a standard field=book,and in a format set
by the Engineer,pet Section 1.11.1(4).These field notes shall include,all"survey wont performed
by the Cotitractdrls 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
��la"�.Jrt#r�rt�rirx�ll�srxrinrrr�tn�urr�s car -��.f s ;u.+AFrN�►.r` w�rr�+ia��w�+h.rrX.'f�•�s�.s}.da:
NE Sunset Boulevan!(SR 100)acid Page 5 Special Pro Visions
Hoquiam Avenue NE TrAhic Signal Project
City of Renton
June 2ffo8
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 Contractors
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.
Section 1-05.4(3)is a new section:
ll-15.4(3) Contractor Supplied Surveying
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 105.4 and 1-11.
The Contractor and/or Surveyor shall inform the Engineer in writing of any errors,
discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor from
constructing the project in a manner satisfactory to the Engineer. All errors,discrepancies,
and omissions must be corrected to the satisfaction of the Engineer before the survey work
may be continued.
The Contractor shall coordinate his work with the Surveyor and perform his operations in a
manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of
the Contractor's intent to remove any survey stakes and/or points before physically removing
them.
The surveyor shall be responsible for maintaining As-Built records for the project. The
Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate
As-Built records for the project.
If the Contractor and Surveyor fail to provide,as directed by the Engineer and/or these plans
and specifications,accurate As-Built records and other work the Engineer deems necessary,
the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built
records and other work as directed by the Engineer. The Engineer shall deduct expenses
incurred by the Engineer-supplied surveying from moneys owed to the Contractor.
Payment per Section 1-04.1 for all work and materials required for the full and complete
survey work required to complete the project and as-built drawings shall be included in the
lump sum price for"Contractor Supplied Surveying."
Section 1-05.4(4)is a new section:
lI-U5.4(4J) Contractor Provided As Built Information
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.
i?IrUt IiMTX1LY1IXliG1f16UGINFfnOht SiirciJlcn�kHs11AN•IM24 Sik dtmANINAI.SI.W N.W11a.with RXI(ON ZJ1.dm
NE Sunset boulevard(SR 900)and Page 6 Special Provisions
Hoquiam Avenue NS Traffic Signal Project
City of Renton
June?AQS'.
it shall be the cxp ntractors responsibility to have his suiweyoT l41 a,,,by centerline station,
offset-and elevation each major item of work done tinder difo trttraot per the survey
standard of Setion"1-11. Major itenns of work sill' Abe limited to:ll�lanitc�les,
Catch basins a�sd`Inlets,'halves, vertical and Horintal fiends, Junction boxes, Cleanouts,
Side Sowers,Stmt, ts- Standards, Hydrants;l�+lajor Changes in benign Grade,Vaults,
Culverts,Signal 1?ole�s,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 wBuilt notes and one set of
white Prints of the )
p drawings upon which he has plotted the notes of the contractor
locaCittg existing utit"t�t+ ;aa€td one set of white prints of the project drawings npan whfc6 he
has plotted the as lion.of the new work as he recorded?in the field book(s). This
drawing shall bear the surveysirs seal and signature certifying it's ?racy.
All casts for as-built work shall be included in the contract item "Co ntractor Supplied
Surveying,"lump.slml. ,
a ` 1-05.7, Removal of DeWlv+e and unauthorized Work
Section 1-45.7 is supplemantrd as follows:
Contractor=shall promptly replace and rc-execute work by COn tot farces,in accordance with
the intent bf the Contract eiid'without expense to Owner, and�ll bear-tlie'txpenSe of making
good all work ofother contractors destroyed or damaged by such reiaio. or replacement.
If Contractor,does not reirove..wh condemned work and materials acid bommence re-execution
of the WOrlc within 7 cal ndar�.days of notice from Engineer,;Owner'may correct the same as
provided in the Standard Specicatlons. In that case,Owner may store removed material.
If Contractor does not pay the cost-iof such removal and storage within 1#l.calendar days from the
date of the notice to Contra �syf'the fact of such removal,ilvner may, u n an a ditional 10
calendar days'written.notice,sell aricli materials at public or private salts,artct deduct all costs and
expenses incurred from moneys due to Contractor, including:costs.of sale, and accounting to
Contractor for the net pro Beds rbmaiizin . Owner may bid at any sud1sale: Contractor shall be
liable to Owner for the amount of any deficiency from any funds otherwise due Contractor.
1-05.1.1(3) t3 e+ n
Section 1-175.1 T(3)is suppleixitnteas follows:
Unless otherwise noted in the Contract Documents, Contractor$halt.give Engineer ai minimum of
3 working clays' notice of 1,he,dote for each test'and inspections if the inspection is by another
authority than Engineer, Cot'" shall;ive Engineer,a minjiat tr bf 3'working days'notice of
the date fixed,for such.in�ion. Required certificates of inspection by other authority than
Engineer shall be secured by C6tractor;
1-45.14 Coo eration�vA 04w. Contractors
Section 1-O .ld is supplemented as,klows:
r,..ontractor shall-afford Owner and other contractors working in the area"reasonable opportunity
for the introduction slid sa of their materials and the execution of their respective work and
shall properly connect And c.ocirdinaw Contractor's work with theirs.
Other utilities, di'atr cis, agencies,;and contractors who may be working within the project area
are:
1. Puget Sound=Energy(gas"aiW electric)
2. ATc4tT 3rondtiatid
3. Owest Ctinuntttllca"lions
F't+tsJ++� tattd(�V1!?4oritk5��cfJfcrrGxuws4A(SZ5 Sanwrrrreh7Nn� far»v,rkkrir t#ktebxsrkx
NE 5unwt BouW and(SR WO) " Page 7 Spnciat Provisions
lioryularn Avenue NE Traffic Signor Pro&A
City of Renton
"
June 2D08
4. City of Renton(water,sewer,transportation)
5. Soos Creek Water District
6. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical service
cabinet.
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 ge. The
Diary must be kept and maintained by Contractor's designated project superintendents}. 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 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 thet 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.
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 Rook of Original Entry" for the documentation of
any potential claims or disputes that might arise during this Contract. Failure of
PirlNlklV7rXXXXMI IAOb(lA INbY�fJfftlplSperifisatiatslON OG2,4S+rNmhta4l7NAf.Spewial l'evnixiau wftA7YX;(OA2.4}dex
NE Sunset Boulevard(SR 900)and Page 8 Spedw Provisions
floquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
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.
1-06 CONTROL Or MATERIAL
1-06.1 A
06 Approval'of Mtlter6Is Prior to Use
Section 1-06.1 is,supplemented as follows:
The materials and egWpomt 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. Eninr'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.
1-06.2(1)....Samples and Tees 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 does not relieve Contractor of responsibility for perforri6ce of the Work in accordance
with the Contract Documents.
1-06.2(2) ,Statistical Evalzia' ' on of Materials forAAcceptance
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
1-07.1 Laws to be.Observed
Section 1-07.1 is supplemented as follows:
Contractor shall erect and properly maintain, at all tunes, 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 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 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.
�'.' dkflr1f1f11NhYatUb1 RYAS)�ciJkvrria►+s9t�l-fkilSSubmkrnlyFlNN.S �twltliTr)Cf�1N(1b25}dnc
NE Sunset Boulevard(SR 900)'and Page 9 Special Prooisions
Hoquiam Avenue NE Traffic Signal Project
City of Benton
June 2UO$
1-07.2 State Taxes
Section 1-07.2 is supplemented with the following:
(March 13,1995)
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to pay Sales Tax. The provisions of Section 1-07.2(1)apply
1-07.6 Permits and Licenses
Section 1-07.6 is supplemented as follows:
The permits, easements, and right of entry documents that have been acquired are available for
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 -
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
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
amendments thereto supersede any conflicting provisions of the Standard Specifications and are
made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as
amended, are less restrictive than Washington State Law, then the Washington State Law shall
prevail.
The provisions of FHWA 1273, as amended, included in this contract require that the Contractor
insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates
which are part of the FHWA 1273, as amended. Also, a clause shall be included in each
subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any
lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this
section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for
subcontractors and lower tier subcontractors. For this purpose, upon request to the Project
1':btRItiN7PXXMNX110f11(tX11N1%f110GtNJSpreifiewFlins{1X3JK12S tiuhmi�tnhllNAl.Sprciall'rnaEri xWthYTX((1N-Qd2SX kx
NE Sunset Boulevard(SR 900)And Page 10 Special Provisions
1•ioquiam Avenue NE Traffic Signal Project
City of Renton
.tune 2008
Engineer,the Contractor mill be provided with extra copies of the It A Z 3i the amendments
thereto,the;applicable wage rates,and this Special Provision.
1-07.130) Genei#1'"
Section 1.07:13(1)is"suppiemented as follows:
flaring unfavorable weather acid 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 tae constructed while these conditions exist, unlaas". by special means or
precautions acceptable"to the.engineer,"the contractor shall be able.to overcome them.
1-07.15 'empora y Wi kir Polludon(Brosion Control
Section 1-47:15 is supplemen ted as follows:
For the purpose of providing a common Proposal for all Bidders, the-Contracting Agency,has
entcred:an amount for'116'mporary Water Pollution/Erosion Control""in the proposal_to become a
part of the total Bid by the Cppttractor. Payment will be made at tlie'discretion of Engineer in
accordance with Section 1-09:8 of the Standard Specifications and these Special Provisions.
1-07.16(l) Pravatelftbc trttety
Section 1-07,18(1)is supp n rote d by adding the followings
The;Contracting Agency will bWn all easements and franchises required for the project. The
contractorr shall limit his operstiort`to the areas obtained and shall not trespass vii private property:
The Contracting Agency may;pvyide certain lands, as indicated in connection with the work
under the contract together with;the right of access to.such lands. The contractor shall not
unreasonably encumber the premises with his equipment or materials.
The contractor shall providi, 0`nv liability to the Contracting Agency,any"additional land and
access thereto not shown of dii6ibed that may be required fbrienipor ry oo6struction facilities
or storage of materials. He,shalhciiiistruct all access roads,detour€oWt,or other temporary work
-L as required by his operations.,' The contractor shall confine his egi7ip4imt, 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 msemmto, right-of-way, over
private property,or franchise,shill be confined to the limits of;sum easements, right-of--way or
franchise. All work shall IbeT omplished so as to cause the least"timount 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 peribrinartce of the w6rk_and. if required, shall rebuild the "structures thus removed in as
good a condition as found. lie shall also repair all existing structures which may be damaged as a
result of the work under this contract.
C. Easements. Cultivated areas and other surface improvements. All cultivated areas,
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 exertion on art a ement or private ri*ht-of-way,the contractor shall strip top spit from
thetrenchl and stockpile it in such a manner that It ritsy"be replaced by him,
upon completiort"nf construction: Ornamental trees and shrubbery shall be,carefully removed
r, r�ira�i�; ixoct� j�.�rrw�tarr.;,�ssfr�;r�tt€r�tts �«;�H�win rrx: ��;
NE Sunset Boulevard{Slt 90M and Page 11 Special Provisions
Hoquiam Avenue NE afft Signal project
City of Menton
June"8
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 backfiIled. The lawn area shall be cleaned by sweeping or other means,of all
earth and debris.
The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used
by side sewer contractors for all work, including excavation and backfill, on easements or rights-
of- way which have lawn areas. All fences, markers,email boxes, or other temporary obstacles
shall be removed by the contractor and immediately replace,after the trench is baekfilled,in their,
original position. The contractor stall notify the Contracting Agency and property Owner at least
24 hours in advance of any work done on easements or rights-off-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 in City streets shall be done in accordance with the
City of Renton Trench Restoration Requirements, which is available at the Public Works
Department Customer Services counter on the,6th floor, Renton City Hall, 1055 South Grady
Way.
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 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
N:HtRhNlCN)UiXXiIll4f1�f1DiN!%l�t1b86tS c!/IcnrhHrcitN3dkS2S SubwIWAA7NA1.Spftldl hvnWon Mth7rX+046Z).rtnr.
NE Sunset Boulevard(SR 900)and Page 12 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
with the utility company cpncerned. 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
w 1.800-424-5555
At least 2 and not more,tltarr.10 working days prior to commencing any excavations for utility
potholing or for any other purpose under.this Contract, Contractor shall-notify the Underground
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 oointacted 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'titility,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 competed .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 arras On for the movement or adjustment, either temporary or
permanent,of their'b4ities 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 whetiever'�o ssible.'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 is included as it bid item for use in determining the location of existing utilities in
advance of the Contractor's operations. The Contractor shall submit all potholing requests to the
Engineer for approval, at Mast-working days before potholing is scheduled. Additionally, the
Contractor shall provide potholing at Engineers request.
In no way shall the work deacribed 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
For the purpm of providing,a common Proposal for all Bidders, the Contracting Agency has
entered an amount for"Utility Potholing"in the Proposal to become apart of the total Bid by the
Contractor. `Payment will be rinade at the discretion of Engineer in accordance with Section 1-
09.6 of the Standard Specifications and these Special Provisions.
For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has
entered.an amount for."Rasp ution of Utility Conflicts" in the Proposal to become a part of the
total Bid by 116 Contractor. Payment will be made at the discretion of Engineer in.accordance
with Section 1-09.6 of the Standard Specifications and these Special Provisions.
P:1,{tt{tiN7�A19 1 f 1LliNNfnt!(�+3(XSpaci/kxuhu�si(!N O+f2S 3nhmi(1aMtiNAI.Speriel Prorteiwcc w&k 77X:M-025).dac
NE Sunset Boulevand;(SR 900)and Page 13 Special Provisions
Hoquam Avenue NE Traffic signal Project
City of Renton
June 2ik?8
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 interrupled 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 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 items of the Contract;no separate payment will be made.
1-07.18 Public Liability and Property Damage Insurance
Section 1-07.18 is deleted replaced by the following new section and subsections:
1-07.18(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 company(ies) or through sources approved by the State Insurance
Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until the required insurance has been
obtained and approved by the Contracting Agency. Insurance shall provide coverage to the
Contractor,all subcontractors,Contracting Agency and the Contracting Agency's consultant.
The coverage shall protect against claims for bodily injuries, personal injuries, including
accidental death, as well as claims for property damages which may arise from any act or
omission of the Contractor or the subcontractor, or by anyone directly or indirectly
employed by either of them.
If warranted work is required the Contractor shall provide the City proof that insurance
coverage and limits established under the term of the Contract for work are in full force and
effect during the period of warranty work.
The Contracting Agency may request a copy of the actual declaration pages(s) for each
insurance policy effecting coverage(s) required on the contract prior to the date work
commences. Failure of the Contractor to fully comply during the term of the Contract with
the requirements described herein will be considered a material breach of contract and shall
be caused for immediate termination of the Contract at the option of the Contracting Agency.
1-07.18(2) Coverages
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.
f':frtRl:Ny1XNXNN11f11f X(1VU1NFl ht�fi tdti/xcijkvi+kbuidlF-Ufi2,S Sxbr+ilrrnAP7NAL Sprcird Aminiwrs wires l UC(��7.5)xkac
NE Sunset Boulevard(Sit 900)and Page 14 Special Provisions
Hoquiam Avenge NE Traffic Signal Project
City of Renton
June 2008
�9f
3. The Qii tray request a co y of the actual dtxlaratrot`pa�e(sj for each insurance,
policy affecting coverages) required by the''Contra prig to the date work
cotrehccs. ,
4. Posses a minimum A.M. Best rating of AVII (A'ratin$ of A XII or better is
preferred.) If any insurance carrier possesses a rating of less than AV1I, the City
may make an exception.
The City reserves the right to approve the security of the insurance cove a provided b the
insurance company(ies), term, conditions, and the Certificate of Insurance: Failure of the
Contractor to (fully corrrply during the term of the contract with thesi requirements will be
considered a material.breach'of contract and shall be cause for immediate termination of the
contract at the option of the City
The Contractor shall'obtain and maintain the minimum insurance coverage set forth below.
By requiring such minimum insurance, the City of Renton shaitto' t be deemed or construed
to have amassed 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;Calenefal liability - ISO 1993 Forrn or equivalent. Coverage will be
written on an occurrence basis and include:
Prerni arx E t?neratians(including CGZ03;Gem Aggregates to apply per
project,ifAglkable).
• Explosrot Ila*and'Underground 14axarda
• Products oinpleted Operations
• Contractual Liability (including Amendatory Endorsement CO 0043 or
equivalent:which includes defense coverage assumed under contract)
�?
• ' Broad Formroperty'Damage
• Indepettdtacontractors
• Persone3/Advertising;Injury
• Stop Gap,Uability
B. Automobile Liability including all
• C3wned Vghicles
• Non-Own'bd,Vehicles`
s Hired Veh motes"
C. woriers"Compensation
• Statutory "Benefits (Coverage A) - Show Washington Labor & Industries
Number
D. 'Umbrella]Uability(where 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 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.
I: The Conpicting Agency reserves the right to request'and/or requite'additional
coverages as may be appropriate based on work performed(i.e.pollution liability).
CONIt ACT`Olt shall Name CITY OF RENTON, and its officers, Officials, agents,
employees and volunteers as Additional Insured (ISO Form CG 2l)14l or,equivalent), The
CONTRACTOR slr provide CITY OF RENTON Certificates of Insurance prior to
commeiadooerit of wark.TThe City reserves the right to request copies of insurance policies,
if at:t it so k,diicfi iiun,it is deemed appropriate.Further,all policies of insurance described
above shall:
A� "Be on a primary basis not contributory with any other insurance coverage and/or
self-insurance carried by CITY OF RENTON.
1�lrF�'li�Jtl�llAfX11NFYatOtft3�t5 J7cUJnr�,s1(k4dk't2S5uhnrr'ulall�Yf�itl. ' " PYa►�p�s wtA4 TCX:�p6.(+KZS):dar
NE Sunset 1309W*d(SR 900)and Page 15 Special Provistons
Hequiam Avenue k Traffic Signal Project
City or Penton '
June
B. Include a Waiver of Subrogation Clause.
C. Severability of Interest Clause(Cross Liability)
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 RENTQN.by certified mail.
1-07.18(3) Limits
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve the contractor
from liability in excess of such limits. The CONTRACTOR shall carry the following limits
of liability as required below:
Commercial General Liability
General Aggregate* $2,000,000**
Products/Completed Operations $2,000,000**
Aggre ate
Each t.)ccurrence Limit $1,000,000
Personal/Advertising Injury $1,000,000
Fire Damage(Any One Fire) 1 $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)
Workgrs'Conn enR sation
Statutory Benefits-Coverage A Variable
(Show Washin;ton Labor and Industries Number)
Umbrella Liability
Each Occurrence Limit $1:,000,000
General Aggregate Limit : $1,000,()30
Products/Completed Operations $1,000,000
Aggregate
Professional Liability(If required
Each Occurrence/Incident/Claim $1,000,000
Aggregate $2,000,000
The City may require the CONTRACTOR to keep professional liability coverage in effect
for up to two(2)years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in writing in the event: any
general aggregate or other aggregate limits are reduced. At their,own expense, the
CONTRACTOR will reinstate the a re ate to comply with the minimum limits and
requirements as stated in Section 1-(17.18(3 and shall furnish the CITY OF RENTON a new
Certificate of Insurance showing such coverage is in force.
1-07.18(4) Evidence of Insurance:
Within 20 days of award of the contract the CONTRACTOR shall provide evidence of
insurance by submitting to the CONTRACTING AGENCY the following:
1. City of Renton Insurance Information Form (attached herein)' without
modification.
2. Certificate of Insurance(Accord Form 25s or equivalent) conforming'to items as
specified in Sections 1-07.18(1), 1-0'7:18(2), and 1-07.18(3) as revised above.
Other requirements are as follows:
P IiRNN7YXNNNN1 101fkSfX11N177{tMN(RrjxclJttNkHtafaN 0(!?S SulnnittnlFINR1.,Sn vkd Pmvkfamwidt7iTX:{Ii64AZI).doc
NE Sunset Boulevard(SR 900)and Page 16 Special Provisions
I•loquiam Avenue NE Traffic Signal Project
City of Renton
Julie 2008
e
A. Sid the'following or similar wording: Y -k a to is-issued as a
�r ,ref information only and infers
"nof -upon the Certificate
B. : r?i `tbe Ong regarding cancellatio%:-,n+�cadon to the City: "Failure to
•; t mails a shall impose no abllgation or-liability of any bind upon the
com Any,i s agents or representatives". '
Cr Amend 1he: ncellation clause to state: 'Polity may not be nctnrenewed,
—-materially changed or altered tittles -flays or written notice
is;provided the City". Notification shall be, provided to the City by
certiE zttsil .
For Profession -voverage only,instead of the canc+e lsstion language specified
above, the City;-� a vvrltten agreement that the tnstrltant's broker will
provide the required On.
1-07.22 Use ofFa�l yot
Section I-07.22 is su pp.lern b y the following:
,
Explosives shall not be use€llthout specific authority of the Etgneer,and then only under such
restrictions as may be,r "b =iae prf>pet authorities. Exploa s shall be handled and used in
strict compliance with WAC,29&,52 and such local laws, tales and regulations that may appply,
The.individual in charge;of the blasting shall have a current Washing#on State Blaster t7sers
License.
The Contractor shall obtait►,amply with, and pay for such permits and costs as are necessary in
conjunction with Was u
l g bpe1 ons.
1-17.23{1} Ganx&ucW , c
Section 1-01.23(1)is supplemetatecl by adding the following:
The contractor shalt be ride for controlling dust and thud within the project limits and on
any street which is u#tlt his=equipment for the duration of!the t...-The contractor shall
be prepared to use:watering truck$; power,sweepers, and other pieces'of=equipment as deemed
necessary by the engineer,to ovpid creating a nuisance.
Dust and mud-control shall be`gwWdered as incidental to the project,and no compensation will
be made for this section.
Complaints of dust,mud or unsafe practices and/or property damage to private"Ownership will be
transmitted to the contractor and prompt action to correcting them 'will,be, required by the
contractor.
Complaints of dust, mud,,ar,unsafe racti
p ces and/or property damage to private Ownership will
.,
be transmitted to the Contractof and prompt action to correcting them atilt.be required by the -
Contractor.
Contractor shall"tnaintain the roads during construction in a suitable condition to minimize affects
e- to vehicular and pedes#s in traffic. All cost to maintain,the roads shall be borne by Contractor.
At least one,-'may traffic shall be maintained on all cross-streets within the project limits during
working hours. One lame shall be provided in each direction for all streets during non-working
hours.
Contractor slprflvide.on driveable roadway lane and maintain convenient access for local and
commuter traf�to driveways, businesses, and buildings along the lips of Work throe bout the
course of the�jBCt. ,Such access shall be maintained as near as possible to,that which existed
prior to the conlmencementof construction. This restriction shall not apply to the paving portion
of the construction process..
1'.' I�FFf9pG�fUfU6fXNNf�il{fk�tt(RYpat/tcmkrrtaWA' SSalxx}ual�FflfitLS t�mvi.�ans�wUhlt'X:(lJ�'1-fl61.4).rMe:
NE Sunset BoutevaM(SR YOU)ane Inge 17 Special Provisions
Hoquiam Avenue ME Traffic Signal Project
' City of Renton
June?.008
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.
1-08 PROSECUTION AND PROGRESS
Section 1-08.0 is a new section with subsection:
-08.0 Preliminary Matters
1-0 8.0(1) Proeonstruction 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.
The Contractor shall prepare and submit at the preconstruction meeting:
4 Contractors plan of operation and progress schedule(3+copies)
4 Approval of qualified subcontractors(bring list of subcontractors if different from
list submitted with Bid)
4 List of materials fabricated or manufactured off the project
4 Material sources on the project
4 Names of principal suppliers
4 Detailed;equipment list, including "Rental Rate Blue Book" hourly costs (both
working and standby rates)
3 Weighted wage rates for all employee classifications anticipated to be used on
Project
4 Cost percentage breakdown for lump sum bid item(s)
> Shop Drawings(bring preliminary list)
4 Traffic Control Plans(3+copies)
4 Temporary Water Pollution/Erosion Control Plan
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
Time schedule for relocations,if by other than Contractor
I?IrUU:N•lrXM00f11f1NkSfJpIjVIVM N(ASpvdricalf"M.02S&Wir1aA1-1Xit1.Skin!Mn4simis adtlr T(X(M-A-S)ddc
NE Sunset Bou)evard(SR 900)and Page 18 Special Provisions
Hoquiarn Avenue NE Traffic Signal Project
City of Renton
June 2008
Compliance with Contract Documents
Acceptance,and approval of work
labor coIitpIiance,payrolls,certifications
Safety regulations for Contractors'and Owner's employees and,representatives:
Suspension of work,time extensions
Change order procedures
Progress estimates-procedures for payment
Special fequire'triontsof 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
Processing and administration of public complaints
Easements andAghts of entry
Other contracts
The franchise utilities I may be -resent 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'shali be required to give personal attention to the work that is sublet.
Nothing contained in the.Contractcuments 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.
1.08.2 Assignment.
The second paragraph of 8ectioti l-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 Schedu#e
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), 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 which 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 which comprise the critical path. For each
activity not on the.critical path,the schedule shall show the float,or slack,time.
2. Piocurement of material and equipment.
3. SubrnittaIs requiring review by Engineer. Submittal by Contractor and review by Engineer
shall be shown as separate activities:
Pr�rtntir7rrCfXN JNrUUx3t1A1Nrr)u16r s ckranslL arSaSSxa+�rrt++n67Nnr,s rPrmk w*AIMP -I-WZj c
NE Sunset lioutevard(SR 900)and Page 19 Special Provisions
lioquiton Avenue NE Traffic Signal Project
City of Renton
June 2008 `
r
4. Work to be performed by a subcontractor,agent,or any third party.
5. Allowances for delays which 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 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.
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 Progiess 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.
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.
1.08.5 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
i';lriRkN71)7NNNN)ltll( )NhT)ItX rpreifkruionsM.0625.1e wilti.A1-/NA1..1 v i-il'rovis*uw.Rh 2r)C(0 0625).dit
NE Sunset Boulevard(Sit 900)and Page 20 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
for periods oarrmal mcicment;weathervsrhich,from historical recprd ,t td"be e" ed dfiiring
the Contract Tim
e,, ,and during which periods, worts is an gated be,,pe=� Each
successive workitsg d ;. . stning with the Notice to Proceed !ate att�tt!en din "with,the Physical
t
Coln letion late,steal be trpd,to the Contract Time as!t'do"except a day or part of a day
which is designated a nonworking day or an Engineer determined unworkable:day:.
The )engineer will;furnish,the Contractor a weekly report showing;(1) the number of working
days charged"against the'Gontiact Time for the Preceding week;(2)the Contract Time in working
days; (3) the number. of wt7rking days remaining in the Crct Titnet ; (4) the number of
nonworking days; and, (5) any partial or whole days the tngineer declared unworkable the
previous week. This weekly""rr rt will be correlated'with the C ,racto is current ap roved
progress schedule. If tha'Conitactor elects to work 10 hours:a day,ad 4-4ys a week a 4-10
schedule) and the fifth day"of the week in which x4-10 shift is wdrked would ordinarily"4be
charged as`a working"day tben 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 allow#1U calendar days from the date of each report in which to file a
written-protest of an alleged di rsponcy in the Contract Time as reported. Otherwise,the report
will be deemed to have been accepted by the Contractor as correct.
The requirements for schedaling" the Final Inspection and!,establishing the, Substantial
Completion,Physical Completion,and Completion Dates are specified ixt Sections 1-05.11 and 1-
05.12.
Section 1-08.5 is supplame r#ettas follows:
tt 'within 10 calendar.days after,"axocution of the Contract by the Contrite#ing Agency, Contractor,
i
shall provide the Contracting cy with copies of purchase orders €or all equipment items
deemed critical by the Cont'r iA gency, including but not limitcd`to signal controller,cabinet
and cabinet equiprrtent, sin r�ndart , and mast arms required for"t}io phyaical cotrnpletrori of
the contract. SSuch purchase 6rderi thall disclose the estimated deliver+dates'for the equipment.,
Critical iteins are deemed to be any item that if ordered within 10 days of contract execution
would have an estimated dsiivery date later than August 30,20M.
All items of work which can be'poxformed without delivery of the critical items shall start and be
completed as"soon as possible. ."At"that time, Engineer may cusp the work upon request of
Contractor,until the critical items are delivered to Contractor(if the Contracting A rency received
a purchase order within 10 calendar days after execution of the Contract by the Contracting
Agency), and the cabling to be furnished by the Contracting Agency is available (or already
installed).
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
obtainin* the critical and, ity-furnished items, contract time will resume and continue to be
n
charged in accordance with Section 1-08.
148 6 ,Suspausittrtof'6'ftork
Section 149.6 is supplemented as follows:
.y
Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in
writiin ,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 tines; the amount of such
extension shall be only to compensate for direct delays and shall be based upon Contractor's
<i'1NiuY'f}7lld/�b/m/NFf�lt�6t10.S�etf+uui�w,rtfNt-D6Z.5 5kharluaAFlXh1<3pewtAt�'�d�iaar with 7XX:(fAa�b3Skdrrc
NE Sunset Boulevard{SR )and Page 21 Special Provisions
Hoquiam Avenue NB Traffic Signal Proitet
City of Renton
,tune 2009
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.
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.
Neither the Owner not 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.
Section 1-08.12 is a new section:
1-08.12 Attention to Work
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 hive full authority to execute
the same, and to supply materials, tools, and labor without delay, and who shall be the legal
representative of the contractor. The contractor shall be liable for the faithful observance of any
instructions delivered to him onto his authorized representative.
1-09 MEASUREMENT AND 111AXMENT
1-09.1 Measurement of Quantities
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 sutra 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 for each item. The summation of the detailed unit prises 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 Quan ties. 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.
1>:►rUtFN1TXMXXX/10U/b4DrNh'(Jt (+rctificrrrirn sltAY ofizs.Ydxxillrrl)hTNM.Spmird nvvLdons wish YVG(08.99 25).(kx-
NE Sunset Boulevard(SR 904)and Page 22 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2o08
All trucks to be ernplo�yted owlhis work will be measured to dot vi�uine of'each truck.
Each truck shall ,btu cleiatIy. numbered, to the satisfaction of Engineer, and' there shall be no
duplication of numbers.
Duplicate tally tickets shad 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 acrd torte of deliver
4 Location of delivery,by",s and stationing on each street
5 Place for Engineer to acknowledge receipt
- b _Pay item.number.
7 Contract number and/or.narme
It will be Contractors responsibility to see that a ticket is given .to. rgineer on the project for
each truckload of material delivered. Pay quantities will be prepared an the basis of said tally
tickets.
Loads will be checked by Engineer to verify quantity shown on ticket.
Quantities by Ton. It wi11-bi Contractor's responsibility to ses'tbat a certified weight ticket is
given to the Inspector oift.p%ject at the time of delivery of, terialas for each truckload
delivered. Pay quantlties'witbe prepared on the basis of i9id hilly 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 of numbers.
Duplicate tickets shall be Ore to accompany each truckload of material delivered to the
FAll 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)
4. Net load weight(stamped at source)
5. Driver`§name,dale,and tirne of delivery
G. Location for delivery bystreet and stationing on each street
7. Place for Engineer to acknowledge receipt
8. Pay item number.
9. Contract number and/or name
1-09.3 Scope of Pay>tment
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 as included in or incidental to a pay item in the contract And is not work that would
be required too6mpleto the intent of the Contract per Section 1-04.1,then payment for that Work
will be made as far Eistra Work pursuant to a Change Order.
.The words"Bid t item," "Contract Item," and "Pay Item," and similar terms used throughout the
Contract Documents are synonymous.
l'.'{rlNh JtJ 166(N11NhY11lXSl If RSpecIJFWhbnsUX3aXi23�ief,xil latVh7NA1«1�x'&HNrral+C�ir�nsaUhyYX.'(tJ73-Rl2S).dnc
NE Sunset Boulevard(15l,9W)atld Page 23 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June=8
If the"payment"clause in the Specifications relating to any unit Bid Item price in the Proposal
Form requires that said unit Bid Item price cover and be considered compensation for certain
work or material essential to the item,then the work or material will not be measured or paid for
under any other Unit Bid Item which may appear elsewhere in the Proposal' Form or
Specifications.
Pluralized unit Bid Items appearing in these Specifications are changed to singular form.
Payment for Bid Items listed or referenced in the"Payment"clause of any particular Section of
the Specifications shall be considered as including all of the Work required, specified, or
described in than 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 Specifications.Payment for material"furnished,"but not yet
incorporated into the Work,may be made on monthly estimates to the extent allowed.
1-09.6 Force Account
Section 1-09.6 is supplemented as follows:
To provide a common basis for all bidders, Owner has estimated and included in the Proposal,
dollar amounts for all items to be paid per force account. All such dollar amounts are to become a
part of Contractor's total bid. However,Owner does not warrant expressly or by implication,that
the actual amount of work will correspond with those estimates. Payment will be made on the
basis of the amount of work actually authorized in writing by Engineer.
1-09.7 Mobilization
Section 1-09.7 is supplemented as follows:
Mobilization shall also include, but not be limited to, the following items: site preparation, the
movement of Contractor's personnel, equipment, supplies, and incidentals to the project site;the
establishment of an office, buildings, and other facilities necessary for work on the project;
providing sanitary facilities for Contractor's personnel; obtaining permits or licenses required to
complete the project not furnished by Owner;demobilization and,project clean-up.
The Contractor shall provide and maintain tip to two,4'x g'construction project signs as shown
in the standard plans section of the contract documents. The Engineer shall verify in writing the
exact field location(s)with the contractor prior to installation of the sign(s). All labor, material,
and equipment used for providing and maintaining the construction project sign(s)are incidental
to the bid item"Mobilization/Demobilization,Site Preparation and Clean-up."
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.
Payment will be made for the following bid item(s):
"Mobilization/Demobilization,Site Preparation and Clean-up,"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.
► 1rutFnranrx�nunrawrurorNhgla MASrxxt/rcatuu�lott as,Surma rrruArinr tr,sprer�l►rwtstrMS w;rh 7Y)r.lrlt3.twal)A,c
NE Sunset Boulevard(SR 9W)and Page 24 Special Provisions
lioquiarn Avenue NE Traffic Signal I'rojed
City of Renton
,tune 2008
i.3
Contractor shall submit4vtogress report with each monthly request(or'a progress payment. The
Progress report shall indicate the estimated percent complete f6rtadi activity listed on, the
progress schedule(see Section 1-45.3}:
1-09.11(2) Mims
Paragraph S is revised as foliows:;
Failure to submit with the Final Ap ft plication for Payment such it insktion 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-Q9.9 '
1-09.13(3)B Procedur t o Pursue Arbitration
Section 1-49.13(3)13 is sup'' by adding:
The findings and decision'of~the board of arbitrators shall be final aitd,binding on the parties,
unless the aggrieved party,�irit>titr 10 days,challenges the findings and decision by serving and
filing a petition for review*the'superior court of King County,Washington. The grounds for
the petition for review are�tethi©.showing that the findings`and decision:
1. Are not responsive/to.the questions submitted;
I is contrary to thcrteftns of the contract or any componesnt thereof,
3. is arbitrary aittl/ not based upon the applicable facts 40d.the law controlling the
issues submitted to Arbitration. The board of arbitrators shall support its decision by
setting forth inriiting'their findings and conclusions based on the evidence adduced at
any such hearing.
The arbitration shall be'conducted in accordance with the statutes of the State of Washington and
court decisions governing such procedure.
The costs of such arbitration ,411 be borne equally by the,City and the contractor unless it is the
board's majority opinion that'the contractors filing of the protest,or action is capricious or without
reasonable foundation., in the latter case,all costs shall be borne by thee contractor.
1-10 TEMPORARY T�CONTROL
1-14.1 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. Section 1.•1.(f,including,but not I mi`ted to.
1. Furnishing and' tnalntaining barricades, flashers, construction signing and other
channelization devices; unless..a pay item is in the bid propos l for any specific device `
and the Special 1'rovisions 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.,nbcesssary vehicle(s) to set up and remove the Class B construction
signs and:other traffic control devices;
4. Furnishing labor and vehicles for patrollin and maintaining in position all of the
construction signs and the traffic control evices, unless a pay item is in the bid
proposal to sp ifically 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 ofthe project.
6. Removing existiq signs its specified or a directed by the engineer and delivering to the
City Shops or storing and reinstalling as directed by the Engineer.
'tr}Kp�IflNKitNIJNFY)t(N�3fR5prc7JlwuionslfAi01SY�SuhxinanFlNAl.Special/�rr�aaiht uvUe 7�(:{fNL11fi2S}.rkc
NE Sunset Boulevard( R O)anti Page 25 Special Provisions
floquiain Avenue NE Traffic Signal Project
City of Renton
.tune 2008
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 channelixing 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 maybe 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 channelizrng 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.
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 Deuicer.
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.
1-14.2(1)B '11-affie 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 non-work periods,the TCS shall be able to be on the job site within a 45-minute
time period after notification by the Engineer.
P.'trI RP.IV7UA&MI(LWV NhYJtflhtlfAVpMjk,WI AWN-0625 VubmitruANINAI..WaI AY)trim isith WX;( 46ZS}drx
NE Sunset Boulevard(SR 900)and Page 26 Special Provisions
Hoquam Avenue NE Traffic Signal Project
City of Renton
June 2008
1-10.2(2) ad Conn'h tlpi"s
�
Section 1-10. is lcraented as follows
� .
The Contractor shall be respondible for assuring that traffic control is installed and maintained in
conformance to established iiAfidirds. The Contractor shall continuously evaluate the operation
A of the traffic control plats and take prompt action to correct any problems that become evident
during operation.
1-10.3 Flagging Slgrts,and All Other Traffic Control Devices
on 1-10.3 is supplemented as follows:
At the end of each worki a day, provisions shall be made fear'the:safe passage of traffic and "
pedestrians during non-working hours.
Barricades shall be reflectoriZed as specified in Part VI of the A+IICl3 and shall be 3M diamond
grade or equivalent approved Oylingineer. Barricades shall also be"equipped with flashers.
1-10.3(3) Cbnstrn rt$,WW1s
Section 1-10.3(3)paragraph'1 is revised as follows:
All signs required by the Aped traffic'control plan s) as well as-airy other appropriate signs
prescribed by the Engineer, or required to conform with established standards,will be furnished
by the Contractor.
Section 1-10.3(3)paragraph 4'is revised 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 wont to provide,Class A or Class B construotton;sign's shall be included in
the unit contract price for the various other items of the work in the bid proposal.
1-14.3(6) One-Way Piloted 7a,fftc Control Through Construction Zone
Section 1-10.3(6)'is replaced with:
The construction sometimes'requires that traffic be maintained on a portion of the roadway during
the progress of the work ushtig one-way piloted traffic control. lf'thts is tlse ease, the Contractor's
operation shall be confined to one-half the roadway,permitting'traf d ow"t'he other half. if, in the
opinion of the Engineer,one-way piloted traffic control is necessary, it shall be provided for as
follows:
Contractor-Fr rnished One-Way Piloted Raf+c Control. The Contractor shall furnish the pilot
car(s)and driver(s)for the pilot car control area.Any necessary flaggers shall be furnished by the
Contractor.
1-10.4 Measurement:
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.
1-10,.S 'Pa ,rent
Section 1-1i.5 is replaced with:
Payment for'all >or, materials, and equipment described in Section 1-10 will be ,made in
accordance with Sectiotr 1-04.1,for the following bid items when included in the proposal:
f "Traffic Control,"lump sum.
!'.t t7Mi lQg411F1f N1I NIJfAIIbUpSpexijicnurirHtst0 13-0h2SSIO&O1407NAI- wr1PWW5urt )VO7iX:ffl8±2J)AX-
NE Sunset 0o41evard(SR 900)and Page 27 Special Provisions
Hoquinm Avenue NEIYai'bcSignal Project
City of Benton
June 2008
�i
The lump sure 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 1-04.5 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 sig (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 costa for the labor provided for performing
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:
1413(l) Responsibility for surveys
All surveys and sttrvey reports shalt be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements
established by the Board of Registration for Professional Engineers and Land Surveyors
under the provisions of Chapter 18.43 RCW.
1-II.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North
American Datum of 19091.
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..
P.'{riRY•N7LYJf10fN11 f1{066UUlNhYIJicatfanaifAYJhi25 LrMxftlnlu+lNAl.S�x�let M»visi�ury w7rli 77)G(t�f-fk32S�Aus
NE Sunset Boulevard(SR 900)and Page 28 Special Provisions
Hoquiam Avenue N) Traffic Signal Project
City of Renlon
June 2008
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
R uirements for j L'_ CSM Land Title Surve
eq ys�jointly established and adopted byALTA
and AGSM in 1�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 4the.survey drawing,as shall the method of adjustment.
The horizontal component of the control system for surveys usi gI bal'positioning system
methodology shall exhibit at least l part in 50,000 precision in ,no length dependent error
analysis at a 95 porcetit,0pnfidence level and performed pursuant to Federal Geodetic
Control Subcommittee Standards for GPS control surveys as.deAned in Geometric Geodetic
Accuracy Standards A Specifications for Using GPS Relative Positioning Techniques dated
August 1, 1989 or comparable classification in future editions of said document.
The vertical component of 4111 :surveys shall be based on NAVD 1988, the North American
Vertical Datum of 191 ,,and tied to at least one of the-City. of Renton Survey Control
Network benchmarks. If there are two such benchmarks within 3004 feet of the project site a
tie to both shall be made. The benchmarks)used will be shown on the drawing. It City of
Renton benchmark d";1" es 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 benchmarks established.
1-111.11(3) Sub on Information
Those surveys dependent 66 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 be unique within a complete job. The preferred method of point numbering is field
notebook,page and.point set on that page; Example: The first point set or found-on page 16
of field book 348 would be identified as Point No. 348.16.01, the second point would be
348.16.02,etc:
Upon completion of a City of Renton project, either the field notebook(s) provided by the
City or the original field notebook(s)used by the surveyor will be.given to the City. For all
other work, surveyors will provide a`copy of the notes to the City upon request. In those
cases where an electronic data collector is used, a hard copy print out in ASCII text format
will accompany the field notes.
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 corners location on the
ground.
Monument Any physical object or structure of record which marks or accurately references:
M
. i'i1rINk7M7ilAf JQB/JItl4U6(JIJJNI7)►f�ifl' IinuslLYlQb2;S5eeGruHnhFJNA1.S larwrrwiJk77X:(OYt-�2.4):dnc
NR Sunset Boui;Grd(SR 9(W)and Page 29 Special Provisions
Noquinm Avenue NE Traffic Signal Project
City of Renton
June?.008
A corner or other survey point,established by or under the supervision of an
individual per section 1-11.1(1) and any corner or monument established by the
General Land Office and its.successor the Bureau of Land Management including
section subdivision corners down to and including one-sixteenth corners;and
• Any permanently monumented boundary,right of way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Surveil
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.
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.
AvAi' v It r0(: •0625 r
�.i,iRH.Nr �ualrno�arnN l-tno�tos�;ll�,uo,+�crt.r�z s,�„ n �rcr. sue,. nor (rl� 1.
NE Sunset Boulevard(SR 900)and Page 30 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
All Dints occupied or back sighted in developing,.radial tgraphy or establishing
baselines for,atatian -- offset topography shall meet the requirements of section 1-11.1
herein.
The drawing and',electm' c listing requirements set forth in section -11.1 herein-shall be
observed for A4006 hic surveys.
1-11.1(9) ItadW, twaphy
Elevations for the'polnts.occupied or back sighted in a radial topographic survey shall be
determined either by )spirit leveling with misclosure not to'`exceed 0.1 feet or.Federal
Geodetic Control !C tmrtthtee third order elevation accuracy sp'cifications, OR 2)
trigonometric leveling,wfth.elevation differences determined io at least two directions for
each point and A#ith'-misolosure of the circuit not to exceed 0.1 feet.
1-11.1(11?) taticin- t 706gr'aphy
Elevations of the ba�`and topographic points shall be determined by spirit leveling and
shall satisfy FedeI�ieodetic' Control Committee specdications,as to the turn points and
shall not exceed 0.l toot"s.error as to sideshot$.
r�t Survey
All improvements r�itl to be "as-built" (Post comtican survey),per City of Renton
Codes, TITLE 4 Bui ding;Regulations and TITLE 9 Public-Ways and Property, must be
located both lloriirtitttally and vertically by a Radial survey or by a Station offset survey. The
"as-built" sz}tvey triust be based on the same base line or control survey used for the
construction staking survey for the'improvements being"as-bu , The"as=built"survey for
all subsurface irnprovetrtento should occur prior°to backfnlirtg Close cooperation between
the installing contractor and the"as-builting surveyor is therefore required.
All "as-built surveys sliall satisfy the requirements of section 141,1(1)herein and,shall be
based upon control or baseline surveys made in conformance with these Specifications.
The field notes for"as-built" ,shall meet the requirements of section ]-Il.l(4j Herein and
submitted with stamped and signed "as-built" drawings which includes a statement
certifying the accuracyof the"as built".
The drawing tnd olectrooie listing requirements set forth'in-section 1-11.1(6)herein shall be'
observed for all "as=built"surveys.'
1-11:X(12) Onamen ; elting sand Rif erenciag
All property or lot in 1-11.1(5), established or reestablished on a plat or'
-other recorded survey'shall be referenced by a permanent marker at (lie corner point per 1
11.2(1)..,In situations where such markets are Impracti6 l or in danger of being-dcstroyed,
e.g.,the front curt ers'o£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 die witness
monuments and their respective corners shall be shown or described on the face of the plat
or survey of reord,;e.g., "Tacks in lead on the extension of the lot side lines have been set
in the curbs aciai the extension of said line the curb." In all other cases the cornea shalt
meet the requirements of section 1-11.2(1)herein:
All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of section
1-11.2(2) herein{ I€tlie-monument falls with in a paved portion of a right of way or other
area,the,monun`4nt shall beset 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 rase of right,of way centerline monuments all points of curvature (PC), points of
tangency (ICI'), street intersections,center'points of cul de sacs shall be set, If the point of ,
t'WXiS1if trXXX1Uf1IfJyGY(YllNFINt X513(ASfxc!/fcnfbxt�d24•flk,2,i Sr.0110 4FJNAL.Ten- f!'trn iriarx wFm rO ?08.061i).dru
NE Sunse boulevard(SR 900)and ��� Page 31 Special Provisions
tioquiam Avenue NI5Trift"rc Signal Project
City of ttcnton ,
June 2468
intersection, PI,for the tangents of a curve fall within the paved portion of the right of way,a
monument can be set at the PI instead of the PC and PT of the curve.
For all non corner monuments set while under contract to the City of Renton or as part of a
City of Renton approved subdivision of property, a City of Renton Monument Card
(furnished by the city) identifying the monument; point of intersection '(PI), point`of
tangency (PT), point of curvature (PC), one-sixteenth corner, -Plat monument, ,street
intersection,etc.,complete with a description of the monument,a minimum of two reference
points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with
the city.
1-11.2 Materials
1-11.2(1) Property/Lot Corners
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.
2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP
2-01.1 Description
Section 2-01.1 is supplemented as follows:
IThe limits of clearing and grubbing(construction limits) shall be defined as being the cut and fill
lines as shown in the Plans. Where, to 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.
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 wtthtn
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 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.
H:V,)ieln»tsl%ANSPOR.TA7 )!s'SIGN./'NGywt7 h6itlsunset&f ,n1r1NAL S pecial Provisi onspg320111y.Joc
NE Sunset Boulevard(SR 900)and Page32 Special Provisions
Hoquiam Avenue NE Traffic Signal Project`
August 2008-Addendum I change
2-01.2 Disposal sposal of VO4bie Material and Debris
Section 2-01.2 is-supplemented-is follows:
The Contractor shall dispose of all debris by Disposal Method No.2—Waste Site.
2.43.5 Payment
Section 2-01.5 is supplemented as follows:
The lump sum price for "Clearing and Grubbing" shall be full cv nsati for all work
described herein and shown in the Plans, including removing trees an shrubbery and private
signs where shown in the Plans anddireeted by the Engineer.
2-42 REMOVAL OF STRUCTURE AND OBSTRUCTIONS
Removal'of ldvement Sidewalks'and Curbs
Section 2-02.3(3)is revised and supplemented as follows:
Item"I."Is revised 011 lows:
In removing paverneat,sidewalks,driveways,and curbs,the Contractor shall haul broken-up
pieces to some off-projec#bite.
The section is supplemented as,follows:
When an area where pavement,,sidewalk,or driveway has been removed is to be opened to
traffic before P4*emW1tp4Wng!haSL been completed,temporary mgt asphalt concrete patch
shall be required. Tetrnppoorary patching shall be placed to a tninirrtum depth of 2 inches
immediately after,backfilling and compaction are complete;and before the road is opened to
traffic.. MC cold mix or MC trot mix ghall be used at the discretion of the Engineer.
Section 2-024 replaces the existing vacant section:
2-42.4 Measurement
Sawcutting existing cement and asphalt concrete pavements shall be#aired 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 2-025 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.
All costs related to the xemoval and disposal of structures and obstructions including saw cutting,
excavation, backfiiling 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 remval
will be paid for'as part of the uantty removed in excavation.If they are mentioned as a separate
item in the proposal,they will be treasured and paid for as provided under Section 2-02.5, and
will not be included in the quantity calculated for excavation.
}v
rr��nmaourxrotn�aarn+rrs •grcw,b�N,Y3-onzs s"r�„„r«nr<iwnr.. r�+�trc tarc�zsr�r
NE Sunset Boulevard(SR 900)anti Rage 33 Special Provisions
Notiuisrn Avenue NE Traffic Signal Project
City of Renton
June 2t)A$
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
Section 2-03.3 is supplemented by adding the following:
Roadway excavation shall include the removal of A materials excavated from within the limits'
shown on the plans. Suitable excavated material shall be used for embankments, while surplus
excavated material or unsuitable material shall be disposed of by the Contractor.
Earthwork quantities and changes will be computed, either manually or by means of electronic
data'processing equipment,by use of the average end area method. Any changes to the proposed
work as directed by the Engineer that would alter these quantities shall be calculated by the
Engineer and submitted to the Contractor for his review and verification.
Any excavation or•embankment beyond the limits indicated in the Plans, unless ordered by the
Engineer, shall not be paid for. All work and material required to return these areas to their
original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole
expense.
All areas shall be excavated, filled,and/or backfilled as necessary to comply with the grades
shown on the flans. In filled and backfi,lled 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
(b)inches of cut. Final grading shall produce a surface which is smooth and even,without abrupt
changes in grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections,
grades and elevations shown. Care shall be taken not to excavate below the specified grades.
The contractor shall maintain all excavations free from detrimental quantities of leaves, brush,
sticks,trash and other debris until final acceptance of the Work.
Following removal of topsoil or excavation to grade and before placement of fills or base course,
the subgrade under the roadway shall be proofrolled to identify any soft or loose areas which may
warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free from
standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be
taken to place excavated material at the optimum moisture content to achieve the specified
compaction. Any native material used for fill shall be free of organics and debris and have a
maximum particle size of b inches.
It shall be the responsibility of the Contractor to prevent the native materi als 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 tite
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 IS
though a subgrade trimmer were specified.
t'fr1RF'N71lIXXNNl11AlIh0lJIP/hY?,lX>t 5�ccfj(fan(nttti(78 2.4 SuMnittrtllFtNA1.;5prcint t'emisirars with UX.'W:Y25).dnr
NE Sunset Boulevard(SR 900)and Page 34 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
If sufficient acceptable native.soils,as determined by the Engineer,` ric -,available t6 complete
construction of the;roadvv r embankment,Gravel Borrow meeting the t~quirements of Section 9-
03.14 of the Standard Specifications shall be used.
2.03A Measurement,
Section 2-03.4 is supplemented by adding the following
At the discretion o€ the engitneer, roadway excavation, borrow excavation, and unsuitable
foundation excavation'--bytl*wbic yard(adjusted for swell)may be measured by truck in the
hauling vehicle at the paitttt of 4oadi,g. The contractor shall provide truck tickets for each load
removed. Each ticket ,hall have the truck dumber, time and date,'"and be approved by the
engineer.
2-03.5 Payment
Section 2-03.5 is revised as follows;
Payment for embankment ot" action 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 tterrxs"i hen thep_are included in the Proposal:
"Roadway Excavation Induditt Hl aul'°Per Cubic Yard
"Gravel Borrow Including Per Ton
The unit contract price per cubic yard far"Roadway Excavation_includi
5.04 HOT MIX ASPHALT
5-04.3(7)A Max Design
Item 2 is deleted and replaced with:
1. Nonstatistical HMA Evaluation. The contractor shall submit a certification
that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9
03.8(6). The contractor must submit the mix design using DOT Form 350-042 EF
Verification of the mix design by the Contracting Agency is not .needed. The Project
Engineer will determine anti-strip requirements for the HMA.
The mix design will be the initial job mix formula (JMF) for the class of mix.
Any additional adjustments to the JMF will require the approval of the Project Engineer
and may be made per Section 9-03.8(7).
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 evaluation.
Item 7 is deleted.
5-04.5(1)A Price Adjustments for Quality of HMA
Section is deleted and replaced with:
(asp*e)
Statistical Analysis of quality of gradation and asphalt content will be performed based on Section
1-06,2 using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor'If'
All aggregate passing: 1 %2 1",1/4",
'/4",3/8"and No.4 sieves 2
All aggregate passing No.8,No 16,
No.30,No.50,No.100 3
All aggregate passing No.200 sieve 20
Asphalt binder 52
P:IrUU:N7i7fJUlNk110lUfiAOINt Y7 t(Nrtt fAShecf/icrtriatti(1!3•GK2,S Srrbvrirrnf�l7NAt.5/xciaJ ProMfs�at wi1G'/ifX.'(AK�fKr,2Sltlix
NE Sunset Boulevard(SR 900)and rage 36 Special Provisions
Hoquiam Avenue NE Traffic:Signal Project
City of Renton
June 2008
A pay factor will be calculated for sieves listed in Section 9-03.8(7)for the class of HMA and for
the asphalt binfdet,
I. Nonstatistical.Evaluation. Each lot of HMA produced under Nonstatistical
Evaluation and having all constituents falling within the tolerance limits of the
job mix formula shall be accepted at the unit contrscct 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 shalt be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The
nonsiatistical tolerance limits will be used its the calculation of the CPF and the
maximum CPFshall 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 sots 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 evoiyuation When one or more constituents fall outside the commercial
acceptance:loterance limits in Section 9-03.8(7), the lot shall be evaluated to
determine tlte,appropriate CPF The commercial tolerance limits will be used in
the calculation of'the CPF and the maximum CPF shall be 1.00. When Iess than
three s*6ts exist, backup samples of the existing sublots or samples from the
street shall be tested to provide a minimum of three sets'of results for evaluation.
For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the
calculated CPF is less than 1.00,a Nonconforming Mix factor(NCFM)will be determined. THE
NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix
Compliance Price Adjustment will be calculated as the product of the NCMF, the;quantity of
HMA in the lot in tons,and the unit contract price per ton of the mix.
If a constituent is not measured in accordance with these Specifications,its individual pay factor
will be considered 1.00 in calculating the composite pay factor.
5.04.5(1)A Price Aei�us naeints 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, it Nonconforming
Compaction Factor (14CCF) 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.
8-04 CUM,GUI"TERS,AND SPILLWAYS
8.04.5 Payment
Section is deleted and replaced with:
The cost of repairing or'replucing existing curb and gutter removed to make room for a curb ramp
shalt be incidental to the cost of the ramp.
t'}�?I SNP/rlViYlfiDOltAQfifXtlNir!]{/NiNGIS�sc(/icntions{fXi•/a62.4 SuhmilNrt►NtiVAf,Spraal Nmviri�nx wilg Y7X;(G�3dX2S}.tknc
NE Sunset Boulevard(Sit 900)and Page 37 Special Provisions
Hoquism Avenue NE Traffic Signal Project
City of Renton
June 2W8
8-11 GUARDRAIL
8-11.5 Payment
Section is deleted and replaced with:
Payment will be made in accordance with Section 1-04.1, for the following Bid items: "Beam
Guardrail Type l", per lineal foot; "Beam Guardrail Anchor Type P`, per each: 'Removing
Guardrail"per lineal foot and"Removing Guardrail Anchor",per each.
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(].3) 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. 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 Type 2B, Cement Concrete," the per each
measurement shalt include all costs for the complete installation per the plans and standard details
including expansion joint material,curb and gutter and ramped sidewalk section.
8.14.5 Payment
Section 8-14.5 is supplemented by adding the following:
Payment will be made in accordance with Section 1-04.1., for the following bid item included in
the schedule of prices:
"Sidewalk Ramp Type 2,Cement Concrete,"per each.
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 Type 2B, Cement
Concrete".
The cost of replacing over-excavated existing sidewalk removed to existing expansion joints to
make room for a sidewalk ramp shall be incidental to the cost.of the ramp, and no additional
payment will be made.
t':V1Kl•'.N'I rXXX10(111AINP71tObHfiS�urci�crNldns►AN•G62S Srrhmi��nAFINAl.3jrzgcird 1'rrnfissPrr»te w7lU 7r1C{(H3.OfF2SJ,rk>c
NE Sunset Boulevard(SR 900)and Page 38•, Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
8-20 ILLUMINAI'i�ON,TRAMW SIGNAL SYSTEMS,' 3 RICAL
8-24.2(X) Equipment List and Drawings
Paragraphs four ofSectioa,8.20.2(1)are revised and supplomented.with the following:
The Contractor shall submit for approval six sets of shop drawings for each of'the following
types of standards called far on this.,project:
1. Light standards with orwithoutpre-approved plans: ;. ,
2. Signal standards with or without pre-approved plans.
3. Combinatiott.,Sipal.and lighting standards.
4. Metal Strain pales:
Paragraph five of Section 8-211.2(1)is deleted.
Section 8-20.2(1)is supptemented as follows:
The Contractor also$hall submit either on the signal standard shop drawings or attached to
the signal standard shops drawings all dimensions to clearly show the specific"mast arm
mounting height and signal tenon locations for each signal pole to be installed.
-2o.3(2) E&ava X
andBae fing
Section 8-20.3(2)has been supplemented by adding the following:
CITY OF RENTON
TRENCH RESTORATION AND STREET OVERLAY RWUIREMENTS
Amended April 4,2005 by Ordinance 5131
SECTION 1 PURPOSE
The purpose of this code sectio.0 to establish guidelines for the restoration of City streets
disturbed by installation of Wities`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 DEFINI.I ONS
Engineer: The term engineer shall denote the City project manager,inspector and/or plan
reviewer,or their designated representative.
SECTION 3 HOURS;O)E~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.
SIC,CTON 4 APPUCAT1ON
1. The following standards shall be followed when doing trench or excavation worn
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/Ouilding/Public Works Administrator,or authorized representative,upon
written request by the permittee,their contractor or engineer and demonstration of an
equivalent alternative.
SECTION 5 INSPECTION
The Engineer may deterntiod in,the field that a full street-width(edge-of-pavement to edge-of-
eent)overlay is required due to changes in the permit conditions such as,but not limited to
thpae v following;
1 There has beer)damage to the existing asphalt surface due to the contractor
equipment.
r� �ttPltl6fXltNtG,uluxQSpacJ,ra,la�sUkv�f�5'aS Surbartaitti7lvet�.spat lhrraxi�nsw;di rrX.t(JBd162S}.AUr
NE Sunset Boulevard(Sot 9001)and Page 39 Special Provisions
14oquiam Avenue NE T affic Signal Project
City of Renton
June 2#0£3>
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 Or RENTON STANDARDS
1. 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.
An asphalt paver shall be used in accordance with Section 5-043(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 5-043(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 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 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 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 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 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.
1'.trtl tFhi7rXX111W17fNObppI MFY)ftXrifLtSpecdficmlurxtlU�3d1Y524Sahr»iltal{F7NA I.Sprc�a/Hrmdxio»awith WC(1t-06 S�r
NE Sunset Boulevard(SR 900)and Page 40 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2009
e .The eh trave16d`lane width for the lerygth of the tioAt aid;an additional ten
feet(I4 t;end of the trench will�be ground down 't de of Wo inches
(2' .A tr -tndr(2"}overlay of Class B will be
appfii per tr`stapdards.
3. Potholing
Potholing shall tsjet the same requirements as trenching and pavement restoration.
Potholing shall bp--a minimum of one foot(1')beyond the excavation. All affected
lanes will be gromf down to a depth of two inches(2")and,paved notless than six
and one half 5')wide for the entire width of the lane. Potholes greater than
five feet($ to length,width or diameter shall be restored tta trench restoration
standard.. In-all des,potholes shall be repaired per Renton,Standard Platt#HRO5
(SP Page H032). iiestaration requirements utiliAng vactor,equipment will be
determined by tyre ergfineer.
SECTION 8 PAVEMENT REMOVAL INLIEU OF GRINDING
The contractor in all cases can remove the pavement in the replacement tea instead of grinding
out the specified two indhO(T) titsphslt. Full pavement replacement to meet or exceed the
existing pavement depth will be required for the area of pavement removal.
SECTION 9 TRENCH DA'CKFILL AND RESTORATION CONSTRUCTION
REQUIREMENTS
1. Trench restoration,shall be either by a patch or overlay m000d,as required and
indicated on City of Reston Standard Plans#HR-05;HR-23;and HR-22(SP Pages
#H032,;H032A„tend H033}..r
2. All trench and,pavetnt cuts,which will not be overlord,shall be trade by sawcut or
grinding. Siwcula:shall be a'minimum of two feet(2)outside the excavated trench
width.
3. All trenching within the,top four feet(4)shall be backfilled with crashed surfacing
materials conf#imiiig fill Section 4-04 of the Standard Speicit Cations; Any trenching
over four feet(45'in depth may use materials approved by the Engineer or Materials
Lab for backfilling below the four-foot-(4)depth. If the existing aterial(or other
material)is determined by the Engineer to be suitable for backfi�,the contractor may
t use the-native mater except that the top six inches-(fl shall be crushed surfacing
to
course material.:'T'E;etrenclr shall be compacted to a minimum ninety-five percent
(95 )density]asdescribed in Section 2-03 of the Standard-Specifications. In the top
six feet(6)of any trench,back€ill compaction shall be performed in eight to 124nch
(8-12)lifts. Any trench deeper than six feet(65 may be compacted in 24-cinch lifts,
up to the top six-foot(f)zone.
All compaction,shall bep erformed 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
MG mix(cokFnaix),Asphalt Treated Base(ATB),or teal' fates,as approved by the
Engineer. ATB used for temporary restoration may be dumped directly into the
trench,bladed out and rolled. After roiling,the trench trust 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
,. pa
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
hiddon costs.
S. Asphalt Concrete Class E or Class B shall,be placed to the con ed'depth,as
retlairedand`indicated on�y0 R e t f nton St andard Pla # IRS,HR-23,Intl HR- 2
P Pages 32HQ32And;HQ33)or as directed by the Engineer: The grade of
asphalt shall be Alt-4QQt1W. The materials shall be'made in conformance with
Section 9-Q2.1(4)of the Standard Specif cations. «
P.'y1RFNYtWW1 fAMWVF0NJi9Ef(1 MdJfrutfrnni Utl OYi2S 5aMuftlaANNAL Sjw.W1 Nrav"""mF.';{OR•Od35),Ax
NE Sunset Boulevard(Sit 9W)and Page 41 Spedal Provisions
I-loquiam Avenue NE lhrric Signal Project
City of Renton
June 2008
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 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
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 ed
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 shah perform the necessary work,as directed by the
Engineer.
11. A City of Renton temporary Traffic Control Plan(from Renton Transportation
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.
1':4rUtl:YV7DAll OtAU1l 1U1dQWNNIlU lhtllAS/mcJfiartia+�,s1U8-U+i25 SuAmiNnith7NAl,S/n�:iu7 Prrn+isi�Nrs ndUr ii'X.'(UR-tl(:2.5).&c
NE Sunset Boulevard(Sit 900)and Page 42 Special Provisions
1•loquiam Avenue NE Traffic Signal Project
City of Renton
June 2009
z4
&20.3(3) Rem s and tteptacing Improvements
Section&20,3(3)is supplemented with the following.
See Section 8.20.3(2) of these special provisions for trench restoration and street overlay
requirements.
8-20.30) Foundations
Section 8-20:3(4)has been revised and supplemented as follows:
The anchor bolts shall match that of the device to be installed thereon.
The Engineer shall be present to inspect the complete excavation of foundation shafts for all
traffic signal poles with most arms. The Contractor shall give the Engineer 48 hours notice
Of when excavation is scheduled.
Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill
material shall be compacted to 95 percent of the material's maximum density. Before
placing the concrete the contractor shall block-out around any rather underground utilities
that lie in the excavated base I so that the concrete will not adhere to the utility line. Concrete
foundations shall be troweled, brushed, edged and finished in a workmanship-like manner.
Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit
after placement. Foundation'sNII all be Class 300} concrete. After the specified curing
period,the contractor may install the applicable device thereon.
All concrete foundations shale be constructed in the manner specified below:
1. Where no sidewalks are to be installed, the grade for the top of the foundation
shall be as speciflO'by the engineer.(See detail'sheet)
2. Where I sidewalk or.raised islands are to be constructed as a part of this protect,the
top of the foundation shalt be made flush with the top of the sidewalk or island.
(See detail sheet)
All concrete foundations shall be located as per,stationing on the plans or as located by the
engineer in the field.
8-20.3(5) Conduit
Section 8-20.3(5)is,rovisod and supplemented as follows:
The paragraph requiring galvanized steel conduit at certain-locations is deleted. Galvanized
steel conduit shall only be placed if so indicated in the plans.
Trench construction shall be per Section 8-20.3(2)above.
When the Contractor encounters obstructions or is unable to install conduit because of soil
condltions; as;determined by the Engineer, additional work by the Contractor to place the
conduit will be paid in accordance with Section 1-04.4.
Pull Wires shall be installed by the Contractor.
All conduit shall be 'rigid non-metallic unless noted otherwise in the Plans or Special
1'ravisotis:
--- t,VUtFM7 lrx:GYtt16 i}. iyc
NE Sunset Wvtevatd(Sit 900)and Page 43 Special Provisions
floquiam Avenue NE Traffic signal Project
City or Renton
June 2uo8
a
All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness of
conduit shall be consistent within continuous conduit runs with no mixing of different
schedule types between terminations.
The contractor shall pprovide and install,all conduit and necessary fittings at the locations
noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule
shown on plans.
Conduit to be provided and installed shall be of the type indicated below:
Schedule 40 heavy wall PVC conforming to ASTM standards shall be used whenever IN
the conduit is to be placed other than within the roadway area.
Schedule 80 extra heavy wall PVC conforming to ASTM standards shall be used when
the conduit is to be placed within the roadway area.
All joints shall be made with strict compliance to the manufacturers recommendations
regarding cement used and environmental conditions.
8-20.3(6) Junction Boxes
Section 8-20.3(6)is supplemented by adding the following:
All junction boxes and associated concrete pads shall be installed on compacted sub grade
which shall include six inches of 5/8th-incli minus crushed surfacing top course material
installed under and around the base of the junction box.
Junction boxes shall have galvanized steel lids and frames.
Junction boxes used for electrical wiring shall utilize a locking lid per City of Renton
Standard plan.
8-20.3(8) Wiring
Section 8-20.3(8)is revised and supplemented with the following:
Splices to loop return cables shall be made with soldered compression type connectors. All
stranded wires terminated at a terminal block shall have an open end,crimp style solderless
terminal connector,and all solid wires terminated at a terminal block shall have an open end
soldered terminal connector. All terminals shall be installed with a.tool designed for the As
installation of the correct type of connector and crimping with pliers,wire cutters,etc.,will
not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together
to make a neat,clean appearing installation. No splicing of any traffic signal conductor shall
be permitted unless otherwise indicated on the plans. All conductor runs shall be attached to
appropriate signal terminal boards with pressure type binding posts.
The Contracting Agency will furnish the video detection cabling designated in the Plans as
b-CDE cable to the Contractor for installation. The Contracting Agency will notify the
Contractor when and where the cable can be picked up in the Renton area. The Contractor
shall give the Contracting Agency three business days notice prior- to pick-up. The
Contractor shall be responsible for transporting the cable undamaged to the project site and
installing the cable as noted in the Plans. The Contracting Agency shall also furnish and
install all of the video detection system equipment on mast arms and in the traffic signal
controller cabinet, make connections to the 6-CDE cable installed by the Contractor, and
make the video detection system operational.
1':1r{/tt:iV%iNXNNN11flIOdUfIIN!'� f Sj7CGfKYtliML1{Qjj( S.SabnlliaAFINAL Slxvial l'oWskuatsvlth7YX:(e M25)Abc
NE Sunset Boulevard(SR 900)and Page 44 Special Provisions
Hoquiam Avenue NE TraMc Signal Project
City or Kenton
June 2008
8 20.3(9) 4onft,00unding
Section 8-20.3(9)is rev d acid supplemented as follows:
All street light standards,siggaI poles and other standards on which electrical equipment is
mounted shall be grounded t©a capper clad metallic ground rod 5/8" in diameter x 810" in
length complete with a 48 AWG bare capper bonding strap°located in the nearest junction
box. All signal contrW14 Cabinets and signal/lighting service cabinets shall,be grounded to a
5/8" in diameter x $41",in length copper clad metallic ground rod-located in the nearest
junction box with:,a We copper bonding strap sized in accordance with the plans,
specifications and applicable codes:
Ground rods are considered;Miscellaneous items and all casts are to be included with the
system or conductors: Ground straps are also miscellaneous items unless a separate pay item
is provided in the"Schedule ofprices."
8»24.3(11) Testfng
Section 8-211.3(11)is supplemented as follows:
1equests for traffic signsal:Juin on will not be considered until it pre-turn on inspection of
signal system has takes;place:
All discrepancies and deficiencies must be corrected by the contractor and re-inspected prior
to requesting signal turn on date
Requests for,si nal turn on-shali not be considered until electricalservice to the intersection s
,., g
has been provided and'has been energized by the electric utility.
A minimum of three(3)working flays notice will be required for signal turn on.
Channelization at the irltersecUb"n must be complete per plan before requesting.a signal turn
on date. Any deletions of channelization prior to turn on must be approved by the engineer.
City forces shall provide,post and maintain proper signing warning of new signal ahead.`
8-.24.3(14) Signa�l,S;�s�ent
8-20.3(14)C btdtaction LOOP Vehicle Detectors
Section 8.2q. t4)C is revised as,follows:
11. Instal sealant per Section 9-02.1(113).
8-243(14)0 TeS' eduction Loops and Lead-in Cable
Section 8-20.3(14)D is supplemented by adding the following.
The Contractor shall keep records of field testing and shall furnish the engineer with a
copy of the results,
8-24.3(14)9 Signal Standards'
Item 3 in Section 8.20.3(14)E is revised as follows:
(aasa�s
3. ' Disconnoct connectors complete with pole and brackets Cable'shall be installed
in any'signal standard supporting a luminaire. Illumination wiring shall
conform to City of Renton Standard Plans.
The following supplement is added.
N. ¢i7�Q JADIFM1f+tlBtNhGr1(ib8attiprcti auianaM�X23 Sadwrirarfth7NA1.. W 1%4S&M"irk 7lX rpYt•11G2J).rk+r
NE Sunset Boulevard(SR 900)and Page 45 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Rcnion
June 200
14. Installation of all nuts and bolts shall be performed with proper sized sockets,
open end or box wrenches. Use of pipe wrenches or other tools which can
damage the galvanization of the nuts and bolts will not be permitted, Tools
shall be of a sufficient size and strength to achieve adequate torquing of the
nut(s).
(April 7,2008)
Traffic signal standards shall be furnished and installed in accordance with the methods
and materials noted in the applicable Standard Plans, pre-approved plans, or special
design plans.
All welds shall comply with the latest AASHTO Standard Specifications for Structural
Supports for Highway Signs,Luminaires and Traffic Signals. Welding inspection shall ;
comply with Section 6-03.3(25)A Welding Inspection.
Hardened washers shall be used with all signal arm connecting bolts instead of
lockwashers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40
percent of proof load.
Traffic signal standard types and applicable characteristics are as follows:
Type PPB Pedestrian push button posts shall conform to Standard Plan J-7a or to
one of the following pre-approved plans:
Fabricator Drawing No.
Northwest Signal NWS 3530 or NWS 3530B
Supply Inc.
Valmont Ind.Inc. DB00655 Rev.B
Ameron Pole M3723 Rev.E
Prod. Div
Union Metal Corp. TA-10035 Rev.3
West Coast
Engineering Group WSDOT PP-01 Rev.l
Type PS Pedestrian signal standards shall conform to Standard Plan J-7a or to one
of the following pre-approved plans:
Fabricator Drawing No.
Northwest Signal NWS 3530 or NWS 3530B
Supply Inc.
Valmont Ind.Inc. DB00655 Rev. B
Ameron Pale M3723 Rev.E or W3539 Rev.A
Prod. Div.
Union Metal Corp. TA-10025 Rev, 13
West Coast
Engineering Group WSDOT PP-02 Rev. 1
1'1+11UilJ7rXAfXXH11(IIQtKXl INNI TI tifiNfASprtifea+tkuislfANdNitf SrMufaeRt lNA►.Sprcur(Pn"Iow wilh WC(tk-WZ)-dvc
NE Sunset Boulevard(SR 900)and Page 46 Special Provisions
I•loquiam Avenue NE Traffic Signal Project
City of Renton
Juno 2008
f
Type I I vehicle signal standards:shall confirm to l5tsndard l'lnn #-7a or to
otfe of the following pre-approved plans:
i ,nom No
Nartliwest Signal NWS 3530 or NWS 3530B
Supply Inc.,
Valmont Ind.Inc. DBOO655 Rev.Ii
Amerori Pole M3723 Rev.E or W3539 Rev.A
Prod.Div
Union Metal Corp. TA-10025
Rev 11
West Coast
Engineer ng Group WSDO T-PP-02 Rev. 1
Type FB F13.flashing beacon standard shall conform to Standard Plan 1-7a or
.tbefolloaving.pre-approved plan:
Union Metal Corp 50200-858 Rev.3
VaIrn6fit Ind. Inc. DBO(%55 Rev.'8
Atnerpn Pole W3539 Rev.B
Prod.Dig.
Northwest';Signal NWS 3535 or NWS 3535B
Supply,"Inc.
Type RM Type RM ramp meter standard,shall conform to Standard Platt 3.7a or the
following pre-approved plan
r Drawing No.
Union Metal Corp 50200-858 Rev.3
Valmont Ind. Inc. DB00655 Rev.I3
Ammon Pole W3539 Rev.F1
Prozl.Div.
Non
hwesi'Signal NWS 3535 or NWS 3535I3
Supply,Inc.
Type CCTV Fabricator Drawing Nta.
Valmont Industries,Inc. DB 00759 Rev.F
Ameron Pole Product Div. W6CCTV 1 Rev C
West Coast Engineering Group AP-WSI)OT CP-01-Rev.3
Type II Characteristics:
I.uminaire mounting height N.A.
Uminaire arms N.A.
I:untinaire arm length N.A.
Signal arms One Only
�'.'1rt�h�d41t�t1NFt){OntMRS)xct/Few/InvwifNt•fkf7.i 5retvntiurAl%NAI.�ysartiut!'rr7ruat wllA?i'X (Ob' ).�c
NE Sunset Boulevard(SR 900)and Page 47 Special Provisions
lioquiam Avenue NB Traffic Signal Project'
City of Penton
.fund MW
1
1
Type II standards shall conform to one of the following pre-approved
plans, provided all other requirements noted herein have been satisfied.
Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after
fabricator.
Signal Arm
Length(max)Fabricator-(x)(y)(z) Drawing No.
65 ft. Valmont Ind.Inc.-(2894) DB00625-Rev.H,
Slits. .1,2&3
65 ft. Union Metal Corp.(2900) 71026-1386 Rev.4
shts. 1,2,&3
65 ft. Ameron Pole{2900) W3724-1 Rev.I&
Prod.Div. W3724-2 Rev.E
65 ft. Northwest Signal-(2802) NWS 3500 Rev. 10/14/03
Supply Inc. or NWS 3500B
Rev. 10/14/03
45 ft. American Pole(1875) WS-T2-L Rev. l
Structures,Inc.
65 ft. American Pole(2913) WS-T2-H Rev. 1
Structures,Inc.
Type III Characteristics:
Luminaire mounting height 30 ft.,35 ft.,40 ft.,or 50 ft.
Luminaire arms One Only
Luminaire arm type Type 1
Luminaire arm length(max.) 16 ft.
Signal arms One Only
Type III standards shall conform to one of the following pre-approved
plans, provided all other requirements noted herein have been satisfied.
Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after
fabricator.
Signal Arm
Ungth(max)Fabricator=(x)(y)(z) Drawing,_No.
65 ft. Valmont Ind.Inc.-(2947) DB00625-Rev.H,
Slits. 1,2&3
and"J" luminaire arm
65 ft. Union Metal Corp.(2900) 71026-887 Rev.4
Shts. 1,2&3
65 ft. Ameron Pale-(2900) W37244 Rev.I&
Prod.Div. W3724-2 Rev.E
and"Jn luminaire arm
65 ft. Northwest Signal-(2802) NWS 3500 Rev. 10/14/03
Supply Inc. or NWS 3500B
Rev. 10/14/03
I':t+'UttiN%1'1 000IXt1011X(XII NNY)t(X�t3LtS[�rd�+twJiwttUN3dX+2.SS"hmitrnfll%fNAI..Specinll'r�rviaimrswiaG7Y)C{IIEdJh2.S�.etrx
NE Sunset Boulevard(SR 900)and Page 48 Special Provisions,
Hoquiant Avenue NE Traffic Signal Project
City of Renton
June 2008
45 ft. American pole(1875) WS-T3J-I:,,Rev. 1,Slits. 1 &2
Structures,Inc.
65 ft. American Pole(2913) WS-T3J-H Rev. 1,Slits. 1 &2
Structures,Inc.
Type IV Type IV strain pole standards shall be consistent with details in the p lans
and Standard plan J-7c or one of the following pre-approved plans:
N Draw-'n
rth est Signal NWS 320 or NWS 3520B,
Supply Inc.
Valmont Ind.Inc. 5000-4
A aron Pole M3650 Rev.A
Prod.Div.
Union Metal Corp. EA-10224_Rev$
American Pole 9000-12-037 Rev.A
Structures,Inc.
West Coast WSDOT TS-0] Rev.3
Fazgineering Group Sheets 1,2,and 3
Type V Type V combination strain pole and lighting standards shall be consistent
with details in the plans and Standard Alan J-7c or one of the following
pre-approved plans:
Fabricator Drawing
Northwest Signal NWS 35M or NWS 3520B
Supply Inc.
Valmont Ind.Inc. 5000-4
Arneron Pole M3650 Rev.A
Prod. Div'
Union Metal Corp. EA-10225,Rev.
Shts. 1 &2
American,Pole` 9020-12-007 Rev.Ii
Structures, Inc.._
West Coast WSDOT TS-01 Rev.3
Engineering Group Sheets 1,2,and 3
The luminaire arm shall be Type 1, lb foot maximum and the iuminaire mounting
height shall be 40 feet or 50 feet as noted in the plans.
Type SD Type Sp standards require special design. All special design shall be
based on the latest AAS
HTO Standard Specifications for Structural
Supports for Highway Signs, Luminaires and Traffic Signals and pre-
appfoved plans.and as follows:
1. A 90 mph wind loading shall be used.
ry�xh��rm�,urmrHrrno�us�a��,rw,. .r�as.rr,�r+�nr�Nar,.sp�!�.a+��,.r xiaa rc1r:tr�asasl
NE Sunset Boulevard($R 900)and Page 49 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
j.
2. The Design Life and Recurrence Interval shall be 50 years for
luminaire support structures exceeding 50 feet in height, and 25
years for all other luminaire support structures.
3. Fatigue design shall conforms to AASHTO Section 11 Table 11-1
using fatigue category III.
Complete calculations for structural design,including anchor bolt details,
shall be prepared by a Professional Engineer,licensed under Title 18
RCW, State of Washington, in the branch of Civil or Structural
Engineering or by an individual holding valid registration in another state
as a civil or structural Engineer.
All shop drawings and the cover page of all calculation submittals shall
carry the Professional Engineer's original signature,date of signature,
original seal,registration number,and date of expiration. The cover page
shall include the contract number,contract title, and sequential index to
calculation page numbers. Two copies of the associated design
calculations shall be submitted for approval along with shop drawings.
Details for handholes and luminaire arm connections are available from
the Bridges and Structures Office.
Foundations for various types of standards shall be as follows:
Type PPI3 As noted on Standard Plan J-7a.
Type PS As noted on Standard Plan J-7a.
Type I As noted on Standard Plan J-7a.
Type FB As noted on Standard Plan J=7a
Type RM As noted on Standard Plan J-7a
Type CCTV As noted in the Plans.
Type 11 As noted in the Plans.
Type III As noted in the Plans.
Type IV As noted in the Plans and Standard Plan J-7c.
Type V As noted in the Plans and Standard Plan J-7c.
Type SD As noted in the Plans.
(March 11,1995)
If;traffic signal standards, strain pole standards, or combination traffic signal and
lighting standards are required, final verified dimensions including pole base to signal
mast arm connection point, pole base to light source distances (H1), mast arm length,
offset distances to mast arm mounted appurtenances,and orientations of pole mounted
appurtenances will be furnished by the Engineer as part of the final approved shop
drawings prior to fabrication.
Section.8-20.3(14)F is a new section,:
8-20.3(14)I+ Opticom Priority Control Systems
The Contractor shall supply the manufacturer's software on original disks. Controller
cabinets shall have the related harness wired into the cabinet by the supplier.
8-203(15) Grout
Section 8-20.3(15)is supplemented by adding the following;
After the pole is plumbed the space between the concrete foundation and the bottom of the
pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish
P IrUUiNI�1t11NNM11!?tf lfif 101NFf)10fitkJlSjteri�r++tinasWl3 GS2S Sxlm+ittnAP/NAI.Sprcial PrrndshM with 7W.(08.0623)A)
NE Sunset Boulevard(SR 900)and Page 50 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
r:
conforming to the for our if,the pole base late. Dry pack,lam utt,shall consist of a
13 mixture of north�snt�and ine sand with just ono t-the xture will
stick together on R ltie� ►1�ced into a ball by hand.anxl I asst url+e mcistue when so
pressed. A one half inch lain hole shall be left in the bottom of the grout pad as shown on
the standard detail.
8 2a.3{74}I{' Tra; S`; 1 Battery Backup system{BBS
Section 8-20.3(18)is new
The BBS equipment and cWnet small be factory wired ready for esration. Meld work will
be limited to placing Ap'. binet and equipment and cant crrg,thee1d wiring"to the
service cabinet and#t2cffic,signal controller cabinet. The BID i, et shall be installed on a
silicone seal pad.
The D8S shall conform to-the requirements of Section 9-29.23
8-20.4 Measurement
Section 8-20.4 is replaced by the following:
( a � )
When shown as lump sumtn the Plans or in the proposal as train , nal system'no specific emit
of measurement will apply, bnt t�surement will be for the sum to�df all items for a complete
system to be furnished and stall :
8.20.5 Payment
Section$-20.5 is replaced by,the following:
Payment will be made in accordance with Section 1-04.1 for the fo#lowing bid item included in
the schedule of prices:
"Traffic Signal System Complete';lump sum.
The lump sum contract price r"Traffic Signal System Complete" shill be full paymeni for thoL
consstruction of the complete electrical system, as described above and shown in the Plans and
herein specified including exp#ation, backf lling, concrete foundatiol , conduit, wiring,
restoring facilities destroyed or d�naged during comtruction,salvag g,_eidsting material;an&for
making all required tests. All dational materials and labor,pot shciwls#n the Mans or called for
to
herein and which are required `complele the electrical system, sh#tll e, ins uded in the lump
sum contract price.
Y
8-22 PAVEMENT MA9VNG
8-22,1 Description;
The following item in Section 8-22.1 is revised as follows:
Aroach LinetNew)
SOLID WHft line, $ inches wide, used to separate left and right ttning movements from
throw t movements, to separate high occupancy vehicle. lanes from general purpose lanes, for
islan ,bash marks,and ofher applications.Hash mark stripes shall be placed on 45-degree angle
and 10 feet apart.
Crosswalk Lane(Re lacement) .
A SOLID WHITE� $,inches-wide and at least 10 Feet ion enerall stalled parallel to
another crosswalk stripe with$inches between stripes and parallel to tare dtrt3c#ton of traffiic flow
and cdntered in pairs oat lane lines and the center of lanes or at five foot intervals. See detail on
plan sheet TSO4.
I'b h 7a ffX�t IN1 )Vd(itX�tC ra%rowkx�s1N160b25SrahxdNaA1'JNAI., YrovtaF.wiN►TOrff:t2S)dar
NE Sunset Boulevard(Sit 900),sad Page 51 Special Provisions
Ho"iam Avenue NE Traffic 91sw Project
City of Renton
June 2Q0$
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
Payment will be made in accordance with Section 1-04.1 for the following bid items included in
the schedule of prices:
"Remove Paint Line 4"wide,"per linear foot.
"Remove Paint Line 8"wide,"per linear foot.
"Remove Plastic Line 24"wide,"per linear foot.
"Approach Um,"per linear foot.
The contract price for all removal bid items in the schedule of prices 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.
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
contractor included under"Traffic Control," if that item is included as a bid item.
Section 9.00(A)is a new section:
9.00(A) Recycled Materials (RQ
The Owner encourages the use of recycled materials whenever practicable, provided that those
materials meet or exceed all applicable requirements described elsewhere in the contract
specifications. Should recycled materials be utilized,the Owner requires that a Recycled Product
Reporting Form be completed by the Contractor.
9-02 BITUMINOUS MATERIALS
Section 9-02.1(10)is a new section:
9-02:1(10) : Loop Sealant(RC)
Unless specified otherwise in the contract or,permitted by the„Engineer upon request from the
Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco Loop Detector
Sealant or approved equal), shall meet the penetration, flow and resilience specifications of
ASTM D3407.
N:UIkI iNl�t(X1f NX11 A1Q60pl NN fJtf16�D.S/iesJJiautlnatisUMdM2S SrrAiminaAl7NAl..t�.irrl Mnvisinurx witid'!r)C(OR-OrS2Sj.rlor
NE Sunset Boulevard(SR 900)and Page 52 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
The Contrary sal oft►approval from the Englra�r f+ the type saf loop sealant to
be used before irrt,; Ott baps and shall submit manatee fat sftets or other-data if
requested the weernsrter to enable the Engineer to deterpiafe tlae acaceptability of ttae
sealsrrt,
9-.03.8(2) EMI remeats
Section 9-03.11(2)is suppltatit wath the following.
ESALIs
The number of F,SAL%forthe•d*gn and acceptance of the HM.A l..be 2 5`tniIlion.
-]l3.$( } �."Ttrl+eacaan amd Adjustments
Item 1 is deleted and re'-plidt
1, fob Mize Fc►rntula't'<rl00%, Ee . After the 7MF is determined",, rec 'red in;5-,04J(-�,4,
the 'constituents of the,, at the Gone_ of acceptance shall"+aronf#a ft to the following
tolerannces:
Nonstatisticsl i► rrre�
Evaluation Evaluation
Aregate,percent pa�ibg '
;'/,and 30'sieves t6 n S
U.S.No..4 sieve ±8
U.S.No,B sieve � O
U.S.No.16 sieve eta%
U.S.'No.3fl sieve
U.S.No.,50 sieve 6
U.S. 9o.1t>U sieve 5°�o
UfS. Flo,2M Sieve 3.t1%
Asphalt Binder ±0,7%
VMA 1-5%below minimurn value iii.. -03.$( )
VFA; lain,and raaax.as listed in 9-t}3:$(2)
Va 25%minimum Arad 5.5%maxlimurtt
These tolerance limo# otttltute the allowable limits as dessa`id.irt Section 1-06.2. The
tolerance limit far sggrega a ,raot e�rceed the limits,of the txrattroi points section,except:the
tolerance limits for sieves itigtiateil as 1t6 passing will be 99-1t0.
923 CON EU CUMNU`MATERIALS Alm Ablw
923.9 Fly,Ash (R.
Section 9-23 9 revise.d.aa; Mows
Fly ash shall not ire used around water lines.
rtnrta ti arri r r s'�,w nr ae, �"'rtx tt 40MOe
lVl~spit&rale7rnrd{sR 9Dt?) Page 53 speclal Provisiops
Hoquiam Avenue NE`Crat-slpal Project
city of Renton
June 2W$
9-29 ILLUMINATION,SIGNALS,ELECTRICAL
9-29.1 Conduit(RC)
Section 9-29.1 is supplemented by adding the following:
The conduit P.V.C.-non-metallic shall be of the two types indicated below:
1. Schedule 80 Extra heavy wall P.'V.C.conforming to ASTM Standards, to be used in all
installations under roadways.
2. Schedule 40 heavy wail PUC,conforming to ASTM Standards.
9-29.2 Junction Boxes (RC)
Section 9-29.2 is supplemented with:
Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and
galvanized steel:cover plate(Diamond pattern) as indicated on detail sheets. Junction'boxes for
copper wire shall incorporate a locking lid per City of Renton Standard Plan.
9-293 Conductors,Cable
Section 9-29.3 is revised and supplemented as follows:
Supplement:
Each wire shall be numbered at each terminal end with it wrap-around type numbering strip
bearing the circuit number shown on the plans.
The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to
complete the installation of the signal'and lighting equipment as shown on the plans. All
materials and installation methods,except as noted otherwise herein,shall comply with applicable
sections of the National Electrical Code.
Revisions:
8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with
chemically cross-linked polyethylene type RHH-RHW insulation of code thickness.
11. Communications cable shall meet REA specification PE-39 and shall have No. 19
AWG wires with 0.008 inch-FPA/MPR coated aluminum shielding. The cable shall
have a petroleum compound completely filling the inside of the cable.
Supplement:
When included in the contract, the shielded communications/signal interconnect cable shall meet
the following:
1. Conductors:Solid,soft drawn,annealed copper,size 19 awg.
2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone
industry color coding.
3. Cable core assembly: insulated conductors are twisted into pairs,with varying lays
(twist lengths)to minimize crosstalk and meet strict capacitance limits.
4. Shieldin;:A corrosion/oxidation resistant tinted ethylene copolymer coated(both sides)
.008" thick corrugated aluminum tape shield is applied longitudinally with shielding
coverage. A.005 corrugated tape applied in the same manner is acceptable.
5. Outer jacket: A black, low density ;high molecular weight virgin, polyethylene
(compounded to withstand sunlight, temperature variations and other environmental
conditions plus abuse during installation) is extruded overall to provide a continuous
covering.
G. Footage markings: footage markings must be printed sequentially a minimum of T
along the outer jacket.
7. Filling: the entire cable within the outer jacket is flooded with petroleum-polyethylene
gel filling compound including the area between the outer jacket and the shield.
J':t►1RFW=X1J 10J�UkSfX JlNi7lilXiHlJSpccificeNu"a�ft(Ib2S S"dmfttaANJNAJ.SixKial PtvH+F s rvtth 7TJf,'(GK f1�5).tk�r
NE Sunset Boulevard(SR 900)and Page 54 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June2008
9.29.60) Foundr*
Section 9-29.6(5)is supplemented with:
The anchor bolt pattern shall match the pattern of the device to be installed thereon,
9-29.9 Balls$4 Tr skj
Section 9-29.94 suppiemettfied by adding the following:
The Ballast shall be pre-w red 64he lamp socket and terminal board.
9-29.10 Luminaires
Section 9-29,10 is suppletmrtled by adding the following:
The filter shall-be charcoal with elastomer gasket.
Lurcxinaires`shall Have a. t aluMinum housing of the cobra head,;style with a glass ovate
refractor. Thy luminaire n rat•-the service cabinet shell have a p rt ell on top for controlling
the contactor for the illumitta 'circuits in the service cabinet.
Luminaires shall use 2 w4t horizontal HPS lamps operating amts with built-in ;"to-'
-
regulator ballast. Lfgb ': WH60tion shall be lES Type, lil 'If t � listribtrtaon ;'fihe
mannfacturerls name or symbo shall be clearly marked on each luminaire,
9-29.;11(2) Photvekctrtc toilbVIS,
Section 9-29.1](2)is replaced&with:,
The photoelectric control for the illumination circuit(s)shall be ax »r`device,rated.to to
on ]'20 volts; 60 Hz. The:unist shtill consist.of a light sensitive element r , ected to necessAry
control relays. The unit thaU be sti designed that a failure of any al, ptranic component will
energize the lighting circuit..
The photo cell shall be a salad:Mateo device'with stable turn-on values in the temperature range of-
55 degrees C to+70 degreeos Tht photo cell shall be mounted 4tteraid y an topp of the project
luminaire closest to the eI piti; arvice cabinet. The photo cell shall lie catpalite of switching
"ON" 1,000 watts of incandescent toad as a minimum.
929.13(2) VJa$hrrxg 0'.+c�orrs
The fal#owing'rtems'i Section 9' 9.13(2)are revised as foilows:
2. Police Panel Switchz.-When the flash-automatic sw0�i-a tpd behind the police
panel d+aor is turn to the flash position,the signals shall immediately revert to
flash and fe a-power from the controller. When the.switch is placed on
automatic,power shall be applied to the controller to initiate start-up sequence,
3. Cabinet Switches, "Whet .the flash-automatic switch loco tad inside the controller
cabinet is placed in the flash position,the signals shall immediately revert to flash;
however, the controller shall continue to function.Vhen the 'flash-automatic
switch is placed in'the automatic position,the controller shall immediately resume
normal cyclic operation. Adjacent to the flash-automatic switch shall. be a
controller on-off switch, if the flash-automatic switch is in the auiomat c position
and the controller on-off switch is placed in the OFF position,`the,signals shall
imtrcediately revert to flash.
5. Conflict lonitor:_Upon sensing conflicting signals or unsatisfactory operation
voltages,the conflict monitor shall'immediately cause the;Mgaal to'rOert to flash;
however, the controller shall stop time at the point of conflict.After the conflict
t tarns g to ar�rna�ttzs rl ,r�u its s"r in"fir axar#Nckt r a NO n tar asks}d,
NE Sunset Boulevard{Sit 9t3(t)aam Page 55 Special Provisiom
lioquiam Avenue NE Traffic Signal project'
City of Renton
June M08
monitor has been reset, the controller shall immediately take command of the
signal displays.
The following is a supplement to Section 9-29.13(2):
6. Flash unit shall be a two-circuit type,capable of switching loads up to 1000 watts
per circuit alternately at a rate of 60 flashes per minute per circuit,plus or minus
two flashes per minute.
9-29.13(3) .emergency Pre-emption
Section 9-29.13(3)is replaced with:
Immediately after-a valid call has been received, the preemption controls shall cause the
signals to display the required clearance intervals and subsequent preemption intervals.
Preemption shall sequence as noted in the contract.Preemption equipment shall be installed
so that internal wiring of the controller, as normally furnished by the manufacturer, is not
altered.Termination of the pre-emption sequence shall NOT place a call on all vehicle and
pedestrian"phases. Pre-emption indicators, if required, shall turn on when the controller
reaches the pre-empted phase.
Emergency vehicle pre-emption shall be furnished as modules that plug directly into a rack
wired to accept 3-M discriminator type units. The pre-emption system operation shall be
compatible with the 700 Series 3M company"opticom" system which the City of Renton is
currently using and shall be capable of being activated by the same transmitters.
The optical signal discriminator system shall enable an authorized vehicle to remotely
control traffic control signals from a distance of up to 1800 feet (0.54 kilometers)along an
unobstructed "line of sight" path. The system shall cause the traffic signals controller to
move into an'appropriate fire pre-emption program. This optical discriminator shall
interface to the 562 software, for field programmability. It shall consist of the following
components:
1. Optical energy detectors which shall be mounted on the traffic signal mast arms
and.shall receive the optical"energy emitter's signal.
2. Discriminators which shall cause the signal controller to go into internal pre-
emption which will give the authorized vehicle the right of way in the manner
shown on the phase sequence diagram.
3. Pre-emption Indicator Lights.
Optical Detector
1. Shall be of solid state construction.
2. Fittings shall meet the specifications of the system manufacturer to facilitate ease
of installation.
3. Shall operate over an ambient temperature range of-40°F to+180°F(-40°C to+85
4. Shall have internal circuitry encapsulated in a semi-flexible compound and shah
be impervious to moisture.
5. Shall respond to the optical energy impulses generated by a pulsed Xenon source
with a pulse energy density of 0.8`micro joule per square teeter at the`detector, a
rise time less than one microsecond and half power point pulse width on not less
than thirty microseconds.
Discriminator
Each module shall do the following;
]. Shall provide for a minimum of two channels of optical detector input.
2._ Shall provide for a minimum of two discrete channels of optically isolated output.
P{►1RtNJrifN>rMflJt)►OGPIJtNh7�►06Hf xrfjrauimtslONaJrf25"lxxUt"AhVA1.,Vj1,, l i'ravw*w with'lilt..gkq. 25�d
NE Sunset Boulevard(SR 900)and Page 56 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
When a pre-et*`iO c for detects an emergency vehi �tom' a or s1ta11 hold the
controller in the r tired phase or aavatce`duectly to tint phi aftr,obing all vehicle
clearances. no -selector shall hold the controller in idle=phase selected until the
detector-no r►get louts the�entergency vehicle.
When the ph wei r is'-responding to one detector„rt"shalV'n'0t respond to any other
detector until calls f ottt thus first detector are satisfied. IZor,lights shall indicate power
on,signal being td,'.ohannel called. Switches shall co ntroI system power and simulate
detector calls for each phi's”.
Section"9 29.13(4)te•r tt�ieEd and supplemented by retaining*first three sentences and
replacing the remain der wi th:
The controller cabinet sha11 have a'waterproof envelope with." side access attached to the
inside of the cabinit 44" There shall be four':(4) complete :sets of controller cabinet
schematics as well as rt ttttals for all assemblies and sub- blZe .The contrt�lier cabinet
schematics shall ' OdO#e'intr section name,and an"irate et n rhiagmm that shall include
intersection phasnjg�an ,p assignments. There shall ba at digital compact disk {CD}
containing the controllet`cabinet schematics in AutoCAD digifilliti format.
9-29.13{6) Rac y 1` a rrce Suppressors
Section 9-29.13(5)is sZemented by adding the following
A Cornell-Dubiler fadia Interference filter NF ltl8tll-13th�� equivalent shall be used
to filter the A.C.°ptowet• kiitionally, all power supplies
"A ill eve noise immunity from
other devices within the oabitiet.
9-29.13(7) Tra 1C-i ` #;ed Controllers
Section 9-29.13( is tevt l' nd supplemented with:
NEMA
c
1. The N MA contr alts bean Eagle Model EPAC31Ft3-MSQ or equal and shall meet
the fbilowlitg motions:
1.1 Required�`tenda s
Traffic sigrii c6iittodler shall meet or exceed all requirement of the NEMA TS2-
1998 spedification: Equi went supplier shall provide a letter from an independent
testing laboratory certifying controller compliance to the Nl?MA TS2-'199$
�r f
sped tcation
1.2 Standard NEMA )nfiggurntions
Two Inpe t r# bttpbnfigurations shall be provided.
a. N MATS *e J for serial connection to binot bus Interface Unit
b. NEMA-TS 2 2 for direct parallel connection to load switches and
detectors
1.3 Central Procesr Unit(CPU)
Iu addition to NWA requirements,the CPU shalt provide the following;
a. MicrowarOS-9 Operating System with runtime license
`b. Motorola 58360 microprocessor,25 Mhz version
c. it Megabytes minimum dynamic random-access memory(D )
d. 6 y'fes'tninimurn.PLASH memory organized as a disk drove;
e. 512 J ytes minimum static random-access memory'(SRAIS�I)
L Time of Day (TOD) clock with hours, minutes, sownds, month,'year, and
automatic daylight savings time adjustment: TOD'`tnay,tie irnpkmented in
the +CPU via electronic circuitry, operating system :software, or, a
E
combination.
g., touring power failures,the SRAM and TOD shall be powered by STANDBY
voltage from the power supply.
Ni7tF-171704iDil1iW7NlINiY vCarrvn+ica�•urzsSa6r�btwAhyhutr,. Huv�K,rw +r7(Il3s��r
NIB Sunset'Boulevard(SK gooyand- Page 57 Special Provisions
Hoquism Avenue NR?Traffic Signal Projw
City or Renton
June 2008
1.4 Power Supply
In addition to NEMA requirements,the Power Supply shall provide the following:
a. Line Frequency Reference signal shall be generated by a crystal oscillator,
which shall synchronize to the 60-Hz VAC incoming power line at 120 and
300 degrees. A continuous square wave signal shall be +5 VDC amplitude,
8.333 ms half-cycle pulse duration, and 50 +/- 1% duty cycle. The Line
Frequency Reference shall compensate for missing pulses and line noise
during normal operation. The Line Frequency Reference shall continue
through 500 mS power interruptions.
b. STANDBY voltage via supercapacitor for backup power during loss of
service voltage shall be provided. Supercapacitor shall have a minimum of
15-farad nominal size. No batteries of any type are allowed.
1.5 Keyboard and Display
In addition to NEMA requirements, Keyboard and Display shall provide I the
following:
a. Removable by pulling off,installed by pushing on,without use of tools
b. Stowed extension cord to allow remote use of keyboard and display
c. Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard
d. Key quantity and function per Joint NEMA/AASHTO/ITE ATC Standard
e. Liquid Crystal Display(LCD)with 8 lines of 40 characters
f. LCD contrast adjustment accomplished via the keypad, no contrast knob,
allowed.
g. Light-emitting diode backlight for the LCD.
It. Audible electronic bell.
i. Connector compatible with C60 of joint NEMA/AASHTO/ITE ATC
Standard,with the addition of+5VDC supplied by the controller on COO,Pin
1
j. Keyboard and display may be deleted for cost savings by the Agency.
1.6 Communications
In addition to NEMA requirements,the controller shall provide the following:
a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel
b. Built-in Internet Protocol (IP)address assigned by Institute of Electrical And
Electronic Engineers(IEEE),one unique IP address for each controller.
c. Built-in Infrared (111)wireless port compatible with Microsoft Windows for
Pocket PC Infrared RAW mode.
d. Built-in 1200 bps Frequency Shift Keying(FSK)modem.. Modem is optional
per Agency specification. Choice of 2 or 4 wire operation per Agency
specification.
e. Built-in EIA-232 port for uploading and downloading applications,software,
as well as to update the operating system.
f. Built-in' C60 connector for use with removable Keyboard and Display,
Personal Computer COM1 or Personal Digital Assistant (PDA). COO
protocol per Joint NEMA/AASHTO/ITE ATC standard.
`1.7 Controller Housing
In addition to NEMA requirements, the controller housing shall provide the
following:
a. Seven slots with card guides for standard 3U size Versa Module Europe
expansion modules. The expansion modules and mating back plane board in
controller are optional,per Agency specification.
b. Two slots with card guides for standard Joint NEMA/AASHT©/1TE ATC
modems. The modems and mating back plane board in the,controller, are
optional,per Agency specification.
c. Polycarbonate construction,except back panel,rear mounting tabs and power
supply mounting plate shall be aluminum for electrical grounding.
d. Built-in carrying handle
e. Two adjustable front mounting feet,used to raise the front cables and vary the
display viewing-angle.
iNl tXXXN101Wf)fiOfl JN!?[1UA6NRSl�rdjlortlirxrsYltt•1 162.SSk&-i"MV NAl.Slxc*11t3MvislWWth7YX:jUt!-0�34�(kc
NE Sunset Boulevard(SR 900)and Page 58 Special Provisions
Hoquiam Avenue NE Trarfic Signal Project
City of Renton
June 2008
1.8 Trafflc.��L��ftware Functions
in additionaWRMA requirements,the controller$
hQ t the following:
a. ; L ��phases
b. 16,P trian, It
c. 4 Tirrtiittgs
d. 16 Qps
e. 8{f.i<7etectoNs
f. Status; '11 n it, 'Diners, Coord Timers, Pree i 'D ens, Time Base,
CorttrrluR#c%ion,Detector Diagnostics,Int la,:Inpitt/Output
g. Repot�ts L+ ai Alarm Log, Comm Fault Log, Dotec tor. Fault Log, System
D006*L4 MOB Log,Speed Log,Volume.Count,Log,Cycle MOE Ug
It. Coo€d anon M' det:T'ermissive Wide,Wield l i'erttiissive Yield Mode, _
Pete ave:4snit Mode,Sequential Omit Mode�u Actuated Mode.
i. Ada*ivot Control:Adaptive Maximum tinEilte �Adaptive Protected/
~R'
� t tines, Conditional Virtual Split outinex, Coordinated
Adaptive Split Routines.
j. Preeirtption I Priority Routines
IL Sta
ndsWR000rts,
1. Bttifi�fn ► grAw ics
m. Time'$ase.t~ontrol:99 Day Programs, 10 Week Pr Braun$,250 Events
NEMA and l —11, ller P'irmeFat+e
1. The controller shall, °i Eagle_SU-PAC firmware or equal b*Wled:
2. Operating Drys , be via front panel and,lapto� fir,
21 The dynamo d Slays listed below shall be provided o w,the-operational status
of the controller.Additional displays shall be offered ftti programmin
2.1.1An,in#.c'rs on status display shall' indicate the 6dVe status of all signal
driver 601pu and vehicle plus pedestrian calks-, ban than display is active,
vehicle atidforpedestrian calls maybe placed from keyboard.
2.1.2An,active timer display shall show a summa, i ig,pphase, coordination,
�preemptrgn,and me-based control status.,-The in to shall provide for the
selection of.any.combination of the rings for distayIt1 RZ, R3 + R4,
121 R3, ist ,), This,active timer display sha U indicate current interval,
pedestrian,ilnsity, passage, and maxirnuin Whitt'
titrg;by phase and ring. The
status of v J, e and pedestrian phases shall be displayed in combination
with v"le.ancl pedestrian calls, Operational modes shall also be displayed
e.g. Tinge .,base, "interconnected, System, Backup, Manual, System Flash,
Start Flash" Stoptime, Preempt, Priority, Diogno,� Flash, etc. When this
11 display is actiub vehicle and/or pedestrian calls maybe placed.
2,1.aA-
666W ttm display shall allow viewing of the, real time status of
coordinadon�timer(s)and parameters for the-active pattern.The coord timers
display;sh"'indicate the command source, current pattern information,
local/system eycle,count,,offset mode, offset correction,'time-based control
statuS, coord :node, max mode, force-off mode, phase pattern &'mode and
permitted phase&control data.
2.1.4A preempt timers display shall indicate preemption (railroad, fire,
emergetioy} and low priority (bus) status. When a;preemptor,is active, the
display,shall also indicate preemptor interval and timer countdown as well as
p€iority trout and max call time out.
2A.5A`time base status display shall indicate"the current time and date,the current
day,and weal:program,the active programmed selections of the coordination
pattern and-auxiliary functions,
2.1 04 detector status display shall indicate the current status for up to, 80
k detectors. The display shall show the status as.determined by the detector
diagnostics capability of the controller.The condition"will be,reported as one
'of the Mowing states: on-line, failed open loop, failed shorted loop, failed
excessive inductance change, failed max presence 'diagnostic, failed no
activity diagnostic, failed erratic counts diagnostic, Blframe fault, not
#'-1+1lti fllQdEY1tNFT.i{EY .tS JkMiarrx�SSabnNta!{F'tNM..' tr7ontwN,Rr i'TX:(gljpb2f).eivr
NE Sunset l3oule vard(Sit 9M,)and. Page 59 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2fSO8
supported or "LWD" (not detector, detector failure or detector watchdog
timeout).
2.1.7A conflict monitor display shall indicate the current status of the conflict
monitor,all channel RYG inputs,and up to six(6)faults simultaneously.
3. Programming
3.1 Programming displays shall use front panel and laptop computer and shall meet
the following requirements:
3.1.1 Programming displays in the form of menus shall aid the operator in entering
data from the front-panel keyboard {if controller has a keyboard}.
3.1.2A main menu shall allow the user to select a major function of the controller.
A submenu shall then be displayed to allow the user to select a sub-function
within the major function.
3.1.3English language and traffic engineering terminology shall be used
throughout to facilitate programming. The display organization shall allow
traffic personnel to program the controller without using reference cards or
manuals.
3.1.41'rogramming entries shall consist of alpha or numerical values. During
program entry, the new data shall be displayed as it is entered. Entries shall
only be validated and stored when the ENTER("E")key or the cursor key is
pressed.
3.2 Programming Methods
3.2.1The methods listed below shall be available for controller programming.The
manufacturer shall be able to provide as off-the-shelf items all of the
firmware and software required to affect the listed programming methods and
to implement network operation with system masters and host PC's.
a. Manual data entry via the front panel keyboard.
b. Data downloading via telemetry from a system master connected to it
host PC in a closed-loop system..
c. Data downloading from a portable PC-compatible computer via null-
modem cable.
d. Data downloading from a PC-compatible computer via modem.
e. Data downloading from one controller to another using a serial port on
each controller.
3.3 Programming Security
3.3.1The firmware shall prevent the alteration of keypad set unit variables prior to
the user having entered a specific code. No access code shall be required to
display data.Access codes shall initially be set at "0000". Entry of it code of
"9999"shall prevent access from being turned off.
3.4 Programming Utility Functions
3.4.1A copy function shall permit copying all tithing data from one phase to
another. It shall also perthit copying all coordination pattern data from one
pattern to another.This feature shrill facilitate data entry when programming
any two or more phases with the same timing values and/or two or more
coordination patterns with the same pattern data.
3.4.2The firmware shall contain a backup database stored in nonvolatile memory.
A copy function shall permit transferring the backup database to the active
database. An alternate database for interchange control operation shall be
selectable.
3.4.3A print function shall allow the printing of firmware data and detector count,
detector failure,and event logs.The firmware shall be capable of interfacing
with any printer with an RS-232 interface and capable of a minimum width
of 80 columns.The printer configuration shall provide user selection of baud
rate (1200, 2400, 4800, 7200, 9600, & 19200), data bits (7 or 8), and parity
(odd,even,and none).
3AAA display or laptop computer screen shall allow the user to view the
controller software version number.
Atriff-WI TXNXNJU1OW&VINF()4UCN<ASprni1cmmua1G-W23 SoNsittaA INAL Spedal Awph&ms with IM(QNJl6M&C
NE Sunset Boulevard(SR 900)and Page 60 Special Provisions
I•loquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
x,1
3.4 SA dis'iay or laptop computer screen shall mist the user in progranataing the
i la#.monitor programming card based tan the n l unzt'rin structure
and ►ex ,�rogramrng.
4. Actuated Control IFuncoons,shall provide..
4.1 phase s
4.1.1Th sequence of the controller shall be programmable in, most any
c911110W,40tn sixteen phases and four tinurtg "
4.1.2ph a sake information shall be clim"e,and shall be stored in,
p� eiry
4.1..3The.stms# d phase sequence of the controller alss shall be capable of being
altertrd corltnation,time-of-day or external.hlternate sequence command.
Fiac a tt7 7 fifteen alternate sequence co ed ;-shall allow reversing the
normal phase'seclaence of eight phase pairs Tl sixteen total sequences shall
offer every"c6mbittation of lead-lag on an ei0i quad-left application.
4.1.4The firmware shall provide an adaptive protected/ 'ssi;e sequence
"
cape l hty Which measures' the volurne-of lefte.tuin vehicle traffic and
available Bali windows in the opposing through vhe trafftc to determine
whethe C 267 turnshould operate in protectedor permissive mode.
4.1.571 'firiiiir shall provide the ability to inhibitserice of a phase based ors
another phase bein 4N.
4.1.6The arnere slrali provide control of fiveiq tectedfpermissive left
tuna°heads&hen selected,this feature shall througfi(even) phase
yellow to-inhioitilisplay of the left turn(odd}{ yellow.
4.2 Timin ltdara -.
4.2.1rnitig intervals shall be programmable m ��-999 'in one ;second
in or`from 0-99.9 in one-tenth second increments,depending on the
function
4.2.2Guar teed minimum interval values of �.t# meads shall be set for all
yello w de' rJ' timings(normal and preempt rdu nee.
4.2.3Cars b or4 duction shall provide a cfi4 umber.of actumtions, or
cars wattr that mast occur before starting gap xetluctiory. flap'reduction
;shall`be r�zfited"by either time before reduction,or cars' before reduction,
whichever reaches its maximum value first.
4.2.4The firrnwe shall be capable of alternate°passasl maximum timings for
each pltat$e; lip to three alternate passage ti np, and maximum green
shad a selectable based on time of day. �.
4.2.5The r1iiiiware,shall'be capable of dynamically emending tine
maximum green
time,, eschphase based on vehicle demand.U to three dynamic maximum
green.W,eMIv iased shall be selectable per phase ran time-off day.The initial
intetvalihall be selectable as either Max 1 orMOX1.1f the phase'terminates
due trr,rgalc#u€t,fc two successive cycles, then#o maxim", green time in
effect ill tomatically be extended by one clyr�atnic�step interval on each
success",cycle until it is equal to the selected Maas.if the phase gaps out for
two s s
If cycles,then the maximum green tulle Aml I be reduced by one
dynamic step,interval'until such subtraction would'mean the adaptive max
was less than the smaller of the normal max or the dynamic max value.
4.3 Overlaps,
,
4.3.1 a tTr re.shall provide sixteen internally-genetared overlaps (A through
P) These shall;be individually programmable.
43 ,.Uack,overlap ,shall be individually 'programmable to enable the green to
remain :on following termination of the parent pphase green (trailing
)perate.The firmware timing for the trailing operatlort shall include green
MOO seconds), yellow ((1.99.9,seconds) and red (0-99.9 seconds) timing
' Intervals for each overlap. ,
43.31ach overlap shall provide an entry(phase number)that will omit the overlap
trailing operation when the entered phase is 4N.
4.141 ach overlap shall provide an entry(phase number)that will omit the overlap
trailing operation when the entered phase is NEXT.
- r.•trrrusnrari�+rtcei��uarnr�,�r�rr -�s2s srr!a+ir•�a+r, r „�a rrx.�a�rr�zs,�
NE Sunset Boulevard(SR%%aria„ Page 61 Special Provisions
Moquiam Avenue NE'1kaiffie Signal Project.
City of Renton
June 2008
' a
4.3.5Each overlap shalt provide 'an entry (phase number) that will prevent the
overlap from outputting a green when the entered phase is outputting a green
and outputting a yellow when the entered phase is outputting a yellow.
4.3.6Each overlap shall provide an entry (phase number) that will prevent the
overlap from outputting a green until the entered phase is outputting a green.
4.4 Conditional Service
4.4.1The firmware shall provide a programmable conditional service feature.
When selected, the controller shall service an odd-numbered phase once
normal service to that phase has been completed and enough time ,for
additional service exists on the concurrent even phase.
4.5 Additional Features
4.5.1The following features shall be programmable for each phase:
a. Phase in use
b. locking/non-locking detector memory
c. Vehicle recall(Minimum,Maximum,and Soft)
d. Pedestrian recall
e. Recall Delay
4.5.2Soft recall shall return the firmware to the programmed phase when a
conflicting phase is in green or red dwell and there are no serviceable
conflicting calls.
4.5.3Recall delay shall cause the programmed recall(min, max, soft, and ped) to
occur the programmed seconds(0-999)after the phase termination.
4.5.4The firmware shall permit power-up start and external start to be
programmed by phase and interval. Start intervals shall be green,'yellow or
red
4.5.5During a power-up start condition,the firmware shall be capable of timing an
all-red or flash interval before the start phase(s)and interval are displayed.
4.5.6The firmware shall provide last-car passage operation on a per phase basis.
When selected, this feature shall provide a full passage.(vehicle extension)
interval when a phase gaps;out with a gap in effect less than the vehicle
extension interval(preset gap).
4.5.TThe firmware slttill provide both single and dual entry operation. When
selected, dual entry shall cause the firmware to ensure that one phase is
timing in each ring.
4.5.8The firmware shall provide the following additional selectable pedestrian
functions:
a. Actuated phase Kest In Walk.
b. Flashing WALK output.
c. Pedestrian Clearance protection during manual control.
d. Pedestrian Clearance through yellow or through yellow and red clear.
4.5.9The firmware shall provide a programmable simultaneous gap termination
feature. When programmed, phases in bath rings shall gap out together in
order to terminate the green interval and cross the barrier.
4.5.10 The firmware shall provide` automatic flash selection per the
requirements of the MITI'CD.Both the flash entrance and exit phases shall,be
programmable, and flashing shall be controlled by either setting the voltage
monitor output to be FALSE or by flashing through the load switch driver
outputs. Automatic flash shall be selectable by external input, system
command,or time of day;
4.5.11 The firmware shall provide dimming for selectable loud switch outputs.
Dimming, shall be accomplished by inhibiting the selected outputs for
alternate half cycles of the 120 VAC line: Dimming shall be controllable:by
time of day and an external input. Programming shall permit individual
dimming of the Green/Walk Yellow/Ped Clear, Red/Don't Walk outputs for
each load.switch.
P:lrtlth7V7TJpINNM1(Ml btl(fl NNG1{4NAGtSprcffiralin++sttN3dJfi35.SuhwrN+n1'{h'fNAI.tipertial Nruatrinxc ndrk 7rX:(0"ifhS$S).rkx
NE Sunset Boulevard(Sit 900)and Page 62 special Provisions
Hoqulam Avenue NE Traffic Signal Project
City of Renton
June 2008
5. Coordination
Coordination functions to control intersection cycle le.n# y� pia fret relationships,
and phase split"'
a shall be provided as a standa4 fee re,-with no need for
additional witbx. are.
5.1 Coordiaatid Modes
The norzpa t`d nation mode shall be selectable ft- oh;pattern shall be capable of
overridin the normal 'coordination mode with an individually selectable
coarditta fbr that attern.
5.11.1permis ve Mode The coarctinated pha sqisyshai operate as non-actuated -
when c oordipated, The coordinator shall
pro vislc for a controlled release
{tmissive 6 plod} from the coordinated h to each of tht remanin
g
phases in dguence. When a call is not pr Mt. t#te phase to be serviced
next iia ,the coordinator shall re hat phase's time to the end
` of the'cooidipated phase.
T � list, �rart of each permissive .� s�iall �msist of a vehicle
perrn�is.pdrlod.The length of the period shill b�e'dete�nined h'Y the phase
split"W',04"'chide minimum service time.
The.�nd part'of each permissive period s" consist of a pedestrian
j pOruni Vesr concurrent with the vehicle perttus i ,The Length of this period
shalt be determined by the phase split and'tht pedestrian minimum service
time.
I'rtu }o the be inning of the first permtssivo=od, the coordinated
gi
phast ` n shall display the Pedestr jj an Lion and dwell Don't
WIIIX is-will'expind each subsequent plisse ive due to the absence
of coo phase Pedestrian Clear tithe in ea "ll<ie: rdinated-phase
petla&fia 8 1 Don't Walk until such time a . ase a c
terminates a # urns to Green or the last�permi s *e period in the cycle is
cdmplite it the coordinated phase terminal
5.1.2Yield Mode-�The coordinated phases(s)shall Operate a$ non4actuated when
coordinated 310 coordinator shall provide for ax silt ler release from the
cciordidated"OhOieS(s)`to the remaining plusses in Wirer e.
5.1.3Permisstve I"icld Mode -The operation shall be sirnllar to Permissive Mode
above with#ie following exceptions;
1. The toordinated phase pedestrian shall be 6d,
2. lm idiiftli4 prior to the first permissive,tl*e,-600rdinxtor will provide a
variable period for the coordinated phase XItnsibn (Permissive Yield
Ppint).
3. The AMgnt of coordinated phase exte»sn shall be distributed
pfaportittlly
A Iimit4940 shall be set on Sequential Otnit,�e in that it shall apply only
to don't tiolki quits running with no more than t o•ri*,in a cluster.
5,1.4Perrnitive Mode - The operation shall bts°equal to Yield
Mode above except that once the coordinated pip"has terminated to service
call„ h xhat not occur again until after tlie.loser phase permissive has fiertninatedoraphase is on that is compatible:vUiih the coordinated phase.
litr itatibn All be set oil Sequential omit mode in that it shall apply,
only to controller units running with no More than't*6 tinge in a cluster.
5.1;5St46eatial Omit Mode - The operation shall be, equal to;Permissive 'Yield
Mode with the'.following exceptions:'
1. Sequential Omit Mode provides a phase by phase sliding window of
service(lifted omit).One and only one phase in;h ring;will have the omit
.lifted at any time.
2. Following the Permissive Yield Period,;the coordinated phase shall`be
omitted until the last permissive is over;
3. Following the Permissive Yield Period,the opening of permissive shall
occur concurrent with the closing of the prior- " issive.The closing of
LI `tech permissive shall occur at its normal posit on�tn the cycle.
n uuu vtisagaaatu nrFr�i c�rlr rr iaa as , n 7nuat r sit . sI"tr�c tee ads)d6,
NE Sasser Boulevard(SR 9tittl anst page 63 Special Arovisions
Hoquiiim Avenue NE Traffic SigunE Prolc'ct
City of itenion
June 200$
A limitation shall be set on Sequential Omit mode in that it shall apply
only to controller units running with no more than two rings in a cluster.
5.1.6Full Actuated Mode = the operation shall be as defined in Permissive Yield
Mode with the following exceptions:
1. Following the Permissive Yield Period, any phase may be served in the
standard sequence provided the permissive period for that phase has not
expired.
2. Following the Permissive Yield Period, any phase may be reserviced in
the standard sequence provided the permissive period for that phase has
not expired.
3. Following the Permissive Yield Period and prior to the end of the
permissive for the phase before the first coordinated phase, the
coordinated phase shall operate as an actuated phase.
A limitation shall be set on Full Actuated diode in that it shall apply only to
controller units running with no more than two rings in a cluster.
5.2 Timing Plans
5.2.1A minimum of Its Timing Plans (Dial/Split) shall be provided. The Timing
Plans shall be selected using telemetry (system), hardwire, or non-
interconnected(time vase)commands.
5.3 Cycle Length
5.3.10ne cycle length shall be provided for each Timing Plan.The cycle shall be
adjustable over a range of 30-999 seconds in 1 second increments.
The cycle time of each Timing Plan should be equal to the sum of the phase
times of the longest path between barriers in all rings in the firmware.
5.4 Synchronization
5.4.1For systems with a single system sync pulse, coordination timing shall be
synchronized to the leading edge of that pulse, which shall serve as the
master zero reference for all offset timing.
5.4.217or hardwire systems with multiple sync pulses, the coordinator shall lock
onto the correct sync by checking for reoccurrence based on the running
'cycle length. t
SA.3After a valid system sync pulse has been received the coordinator,shall check
for the proper occurrence of the system sync pulse during each subsequent
cycle. If a sync pulse does not occur for two consecutive cycles, the
coordinator shall revert to"sync monitor free"operation (may be replaced by
a TBC event):
5.5 Offset
5.5.1 Offset shall normally be defined as the time period from the system sync
pulse to the beginning of the leading coordinated phase green (local zero).
The coordinator shall also be capable of referencing the offset to the end of
the coordinated phase green.
5.5.20ffsets shall be programmable in seconds. The range shall be from 0-999
seconds in 1 second increments. The coordinator shall provide three offsets
per Timing Plan.
5.5.30ffset changes shall be achieved by adding or subtracting cycle time over
multiple cycle periods to allow a smooth transition to the new offset. Offset
correction using dwell shall also be selectable.
5.6 Split
5.6.1Each split shall provide a split interval for each phase.The split interval shall
be programmable using seconds.The range shall be from 0-400 seconds in 1
second increments.
5.6.2Split interval settings shall determine the maximum time, including vehicle
clearance (yellow and red), for a non-coordinated phase, or the minimum
time for a coordinated phase:
5.6.3The firmware shall provide a `fixed' forced mode that terminates a phase
based on the plan timing. Each phase shall be forced the split time after it
becomes active to enable all unused time phase by phase to the beginning of
the coordinated phase.
l'trUll+Jr� r/uNkNlaiNYtl1(1�51#RSpactifwwlinrrs{tA'1lAS3S SaWd.4F7NA1. 77X:(P 2 2S).d.
NE Sunset Boulevard(SR 900)and Page 64 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
5.6.41h+e,l rttrare shall provide a `floating' f thti: crrtinates a phase
on 1 e timing.each phase shat! � �ritixed positidn in
ilp cycle to enable unused.(rote d 1tyr phsm to the next phase
th8t h vehicle,traffic that is capable ottald,Q91 t, '
5ASThe nm"re hall provide the ability to.iphibrK th'inkerital maximum green
tithing frctrxi terminating a phase during eoordl'teal operation or.force the
catne�000 operation of Maximum Green I 1 Maximum Green 2 during
cx�orti n e Aeration.
5.7 Transiti
5.7.IThe aware shy provide a smooth-and�orderl transit n when changing
"� �" Mon to coordinated operz 6611 and,from one coordination
co rd' "another
5.7. jig a to-coordinated transition,the rwWare shall initiate a pink-up
$7�tt Wni g upon receipt of a valid word* ti0n°command.The firmware
1' .�enter coordination mode at the begwlft of the coordinated phase
5.7.3Bacit. nation command shall select `a Vie, effect and split. Cycle,
o�and h"changes shalt not take effect until local*ero.
5.8 Absolutt_S
5•$•1
00 0 hail provide a sync reference metes-i�n which each cycle will
bei 1y referenced to:a single point in,�. "hisrrperationshall allow,
the `tnre:to keep in step with a free rurtnrng. y counter,particularly
one w6 4oes not divide evenly into 24`h h era 7{l second cycle.
l a power outage, the firmwaree shall, iutornttically a ate'the
absot�e p�
��erence points.The firmware slail" tiapable of u gating the
refs following a power outmge:of up iko.seven days"without being
reset
59 Local S_
Of
5.9. 11 oauIf shaltrrovde a r�rnimutrt of tt►t reue selection routines
(fodr d�rairs per routine assigned from system doe
which shall allow
the seleion of a preferred coordination_pattern' based upon intersection
demand
5.9.2The gne+ae #'outines shall be capable of selecting;tars other than patterns
when tlyee dtttnacidd level exceeds the thresholds.As;a"minirnum, the alternate
p to am operation and adaptive maanMUM operation as specified
abovesh 66-selected via the queue routines.
5.1.0 . (tree Mode'
5.10.1 The bootdinator shall provide a free moiler of operation, where all
000r control is removed, -
5.1(}.2 1±3ree n de't Aeration shall be selectable by,doordi ion commands.
5.10.,31 . T, ';' *'tor shall revert to the free when"active controller
-inputs,"or "functions 'would :,interfere with coordination. Such inputs or
fanctionashaliJ, ude the following:
a. Iv(snnal entrol enable
b. Stop time
c Auteamatic flash
,d. , 10t'eemption
5.11 Manual Co itrol
The farnvwm shalll allow manual override of the current coordination command.
The rnmandai nommand shall allow selection of any coordination pattern to be in
effect.
5.12 Intetamaet Modes
5.12.4 1 IU,wordinator shall be capable of operating with any of the following
ntermnect types:
a. Terlemetry •
b. Non-interconnected coordination(time-based)
C. Hardwired,'
�: �� rxxarr ,a,�vu�anxss ,tu '� t�r'nim rr�tatcu2,s
NE Sunset Boulevard(Sit 9W)aral Page 65 Special Provisions
Nocluirim Avenue NETrafftc igiutl-Ptalect
City of Ren►on
June 2048
5.12.5 The coordinator shall be compatible with fixed-time interconnect,which
provides the sync pulse superimposed on the offset:dines. The non-
interconnected coordination mode shall serve as a backup when using
telemetry or hardwired interconnect.
5.13 Master Coordinator
5.13.1 The coordinator shall output the coordination command, including sync
pulse. This feature shall permit the firmware to be used as a time-of-day
master in a hardwired interconnected system.
5.13.2 The firmware shall provide a user selectable option of interraptor sync
pulses on the active offset output. Interruptor sync pulses shall provide the
true sync pulse plus additional pulses at intervals equal to 20% and 25% of
the cycle on alternate cycles.
6 Preemption
The firmware shall provide a minimum of six reemption sequences. Preemption
capability shall be standard and shall not require additional modules or software.
6.1 Railroad-Fire-Emergency Vehicle Preemption
6.1.1The six preemptors shall be selectable as to priority one to another and any
preempt to automatic flash.
6.1.2Each preemptor shall provide a locking and non-locking memory feature for
preemptor calls. 1f,a preemptor is in the non-locking mode and a pall is
received and dropped during the delay time, the preemptor shall not be
serviced.
6.1.3Preemptor timing intervals shall be programmable from 4-999 in one second
increments or 0-9.99 in one-tenth second increments,depending on function.
6.1.4A programmable delay time interval shall be provided to inhibit the start of
the preemption sequence.This time shall be programmable from 0-999 in one
second increments. This interval shall begin timing upon receipt of a
preemption call.
6.1.5A programmable extend time shall be provided to stretch"the call duration
from the point of termination of the ,actuation. This time shall be
programmable from 0-999 to one second increments.
6.1.6A programmable duration time shall be provided to control the minimum
time that a preemptor remains active.This time shall be programmable from
0-999 in one second increments.
6.1.7 A programmable maximum call time shall be provided to control the
maximum time that a preemptor remains in control. This time shall be
programmable from 0-999 in one second increments. The preemptor
maximum call time interval shall be inhibited when set to zero.
6.1.8A programmable lockout time shall be provided to prevent entering a Low
Priority routine following exit from .preempt. This time shall be
programmable from 0-999 in one second increments. If a lockout time has
not been entered (zero entry) then all phases with a call when leaving_the
sequence shall be serviced before the low-priority routine may be serviced.
6.1.9Signal displays in effect at the beginning of it preemption sequence shall not
be terminated unless the respective'green/walk has been in effect for a
minimum time: If the respective green/walk has been active for longer than
the programmed minimum GREEN/WALK time, the firmware shall
immediately advance "to the next interval. Minimum times shall be
programmable for the GREEN/WALK interval on a per ring basis.This time
shall be programmable from 0-999 in one second increments.
6.1.10 A phase shall advance to pedestrian clearance if it has timed the
minimum GREEN/WALK interval at the beginning of a preemption
sequence.The programmed preempt pedestrian clearance will then be tinned.
During preemption, Track Green and Dwell, pedestrian signals shall" be
individually selectable as being a solid DON'T WALK, solid WALK,
flashing WALK,OFF(blank),or cycling(dwell).
P:t+i1tFN7rXXXXJDI0t N11Ni U1068LtCpaclficniiar4�1K-tJlM12S SrrhrsfnnAl lNhl Sjuswl ftWskms wish ITX'{lN SZI)-d
NE Sunset Boulevard(SR 900)and Page 66 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
1
6.1.11 D''111 preempt, Track Green and I w
e ails (phase and
1 € individually selectable as liut�zt solid' ed,solid green,
� y flashing Yellow,or cyclipg �e
6.1 12 l preemptor shall provide"user_.O mmable Track Green and
1w Vials with appropriate cl earance liitervals,
6.1.13 E ttrt the track green period,'the proemptor"shall titre the track green,
f
yellow 2 red•integrals once,and then adv�.to;the,dwell interval, i track
green,timiin is not selected
8 (Track Green, set to'.zero) the track green and
clearance shall be omitted from the `tseq uence.
6.1.14 The preemption dwell interval shall remnain'.In effect until the preemptor
durat�i tie and dwell times have elapst�d and_,t pr et tptor call has been
removed ortlte preemp for maximum time has been exceeded.
6.1.15 Iil satl tht py i e preemption sequence has
beers .These shall serve as tratWxt%r phi to return the controller
to rtt€t oration. It shall also be possible to place ca1�on sale ed,phases
upoii exItittg preemption.
6.1.16 Piemript linking shall permit preeirtption sequences, where lower-
*Potors may call the higher priti y preemptors upon termination
of th it�mption sequence.
6.1,i 7 ive outputs,shall be provides for-each of the preemptors.
The ot"Mall be_set to 4N,when,the in preempt or lovi+-
pnority,lroatane is in control:Additionally, it shard be po bie t program the
non-�tiee'of n for outputs to flash while another eemptor i:€active.An
additi l;Despot "priority active'°}shall be active` $en a;priority routine is
in�tttrol.
6.2 Low Priory!%iiutines
Li 6.2.3SiIt iiiw�rity routines shall provide cant for.�.bOs or.other low-otiosity
vehicles The low-priority routines shall be,bverrt den by preempt(railroad-
ire-entctrg y vehicle)calls.
6.=An os �1(1 t-p6.23 hz-pulse-per atom).signal with a 50%duty
i • M
ycle shall r anti a low-priority call. L.ow riorit calls shall'be capable of
cell nr abd shall be served in the order;received.
b.2.3Low-prtorxty:, Elming intervals shall be Programmable From q-9 in one
second itnnts.
6.2.4A lot kittit shall be provided to avoid ocessive utilization of the same
low-pr nit routine. If a call is received b brft the )
cko,ut time-has,eiapsed,
the lotiw'pr,16 it routine shall not be reservie ed.,.If a lockotit"dine has not been
entered:"(zero entry) then all phases with a leaving the sequence
shall be serviced before the low-priority routine maybe sewed again.
6.2.5Low ar'urrity routines shall provide delay, extend,:durrittion, and maximum
call tide functions similar to those for railroadrffre-emergency vehicle
pprrerOrs b+ cribed above.
6.2.6 The low�ority routine shall advance to the dwell interval.Luring this
ntetvul permissive phases shall be selectable to remain green until the dwell
time iris elapsed and the Iow-priority routine call has been removed or the
preemptor maximum call time has been exceeded.
6.2.71I'he low prioriity routine shall advance to the dwell interval as if Force Off
were active,This shall preclude early termination of a Green interval prior to
the cbm pletion of Minimum Green, Maximum Initial, Walk, or Pod Clear
t nSe�.Tl a ability to Skip phase(s) during this transition shall be provide as a
user option.
6.2:8it Shall possible to program the controller to allow concurrent phases to be
servicl for atow-priority routine with only one Phase selected as the dwell
pper:
6. .Piit shall Also be possible to place calls on selected phases upon exiting a low
onty routine. 11 11
..Priority routines shall not disable or lockD tt_ 000rdin4lion.
Coordination shall continue to run during the low priority routine and shall
e.
t.�urt�ntrti�navHxr xrr�rrnnsvai.oazs sN��atwrrvni., r «na� rnc;toazs},
NE Sunset Boutcvard(SR 9M and Page 67 Special Presv signs
Hoquiarn Avenue NETrafl"i,6Signai Project
City,of Renton
June MW
determine the phase(s) to follow based on the current allowed phases)in the
background cycle.
7 Preemption Safeguards
7.1 If a preemptor call is active when power,is restored to a controller, the firmware
shall maintain the start-up condition for the duration of the preempt input and
start-up time. Similarly, if external start is applied during a preemption sequence,
the controller shall revert to Start-up rather than the initialization condition.The
start-up condition shall remain in effect for the duration of the external start,
preempt input and/or start-up time.
8 Time-based Control &Non-interconnected Coordination
The firmware shall include time-based control.
8.1 Time-based Control
8.1.1A minimum of 250 different traffic and/or auxiliary events shall be capable of
being programmed over a 99 year time frame.
8.1.2A program day is the list of traffic and/or auxiliary events to occur in a 24
hour period. The TBC program shall provide for 99 program days to be
defined
8.1.3The normal day-of-week(Sunday through Saturday)event listing will utilize
program days 01 through 07 with Sunday being program day 01.
UAThe exceptions to the normal day-of-week event listings (special days) will
utilize program days 01 through 99. Program days 01 through 49 will be
utilized for special day programs which occur on the same date(month and
month day) every year. Program days 50 through 99 shall be utilized for
special days which occur on one date(year,month and month day).
9.1.51t shall be possible to equate program days which require the same event
listing to effectively multiply the event capacity. It shall be passible to
transfer(copy)an entire program day event listing to another program day to
permit data editing to create a similar but different program day event listing.
8.2 Traffic Functions
8.2.iThe TBC scheduler shall provide for the programming of traffic and auxiliary
events to implement non-interconnected coordination.These shall not have to
be entered in any special sequence. Each of the traffic events shall permit
selection of the following functions:
a, Time of occurrence(Hour,minute and program day)
b. Coordination(TBC pattern or interconnect)
c. Free(No Coordination)
d. Flashing
e. Maximum 2 Timing by phase
f. Phase Omit by phase
g. Ped Omit by phase
h. Maximum Vehicle Recall by phase
L Minimum Vehicle Recall by phase
j. Pedestrian Recall by phase
8.22etection of TBC on-line by external input shall allow the coordination
pattern selected by the hardwire system to override the current TBC
coordination pattern.
8.2.1lica operating in the non-interconnected coordination mode the
synchronization point for all cycles shall be referenced to a user selected
reference,time(hour and minute)or the event time.The sync reference time
is that time from which all cycle zeros shall be- calculated. The
synchronization point for the cycle selected by the current event, shall be
computed using the present time,sync reference time,and cycle length.The
synchronization point shall occur whenever the present time is such that an
even number of cycle length periods have occurred since the sync reference
time.
8.3 Auxiliary Functions
8.3.1These events shall be separate from the non-interconnected traffic events
described above.Auxiliary events shall not have to be entered in any special j
t>kNUiNtrXXNN/p101 t!(11A1i(>► Gf1S1xw1JtondvusW-11635SahmiaaJOHAI.Sprayal1WAi%*MSWMTW,(IJtT-OW).&
NE Sunset boulevard(SR 900)and Page 68 Special Provisions
Ho(luiam Avenue NE Traffic Signal Project
City of Renton
June 2008
sequence. Each of the events shall pesrzrnt seltiort of the following
funalons:
l ay prpgra in assignment
b. Start time
c. Aititiliary outputs
e. Divining
g fi�ti�r logging
fr• Defe ar diagnostic plan
i. tarttrdl of eight special functions
�. 8.4 Time Of Year itions '
8.4.lThelfiiiiiwa shall be capable of implemettting,.ex
cep-tion daq programs and
Alternate- week programs on a Month, Month Day, and 'i'es"r basis. A
u
minim m,of.nine {alternate week pmgrarns shall be capable of being
^' defined,'
9 Detector Furrutris
9.1 The firm**,,0411 provide a minimum of 72 Vehicle detector inputs.Each input
shall be assignable to any phase and be progrstnniab a as to detector function.
Extend ancldelay timing shall be provided for each detector.
9.2 The fitinw.4. `shall provide detector.cross s�vitchin&, which permits.all vehicle
detectors to �rrretely place calls on their` !°phases And their assi' ned
cross-swit r ham,If the assigned phase is not;**�t the cross-switch piraee
IS green,tle=dr shall place calls on the cry swttc h phase.
9.3 Each vehicle detector shall be user-programtnable'`to operate as one of the
following.7 deti6tor types:
a. Ty t?$ ) -Detector shall operate asPa slatidrd detector providing one,
call per Actuation.
b. *0 The detector input operates as i'stan&td pedestrian detector.
C. I�pe, 2 (_' The detector input operates.as a vehicle detector that is
operat onof while the phase is not green uh#il,a°call is received on the
neap
d. Type Detector shall operate as follows Vehicle calls shall be
accepted only:when the phase is not green.When.ii colt is"detected,it shall be
held until die'detection area is empty.,The tend 4ither shall begin timing
M6 the ase ten. Once the extend timer times-cut OR the detection area
A "
is em t ,no further calls shall be accepted until the phase is again not green.
e. e `(ft4): Detector shall operate as followsr Vehicle calls strait be ;
.'accepted only yhen the phase is not green.-When a 11.is detected,it shall be
held untii,tlie detection area is empty (if the erttond'timer is set to zero).The
extend,ttrrier'shall begin timing with the phase"green. if a call is received
before the extend timer has timed-out, the timer-shall be reset.Timer reset
shall ocetirviiiil a gap between the calls is hvgoejiough to allow the extend
' timer"to time�out. Once time-out has occttrrerl, no. further calls shall be
accepted untt"fthe green terminates,
C Type 5(P Ii1,.):The detector input operates as a turn vehicle detector Adaptive
Protcctedfl'erissive routine:
g. Type 6 (PM: The detector input operates as a through vehicle detector
Adaptive Wotected/Permissive routine.
9.4 Each detector input shall be capable of functioning as one of 8 system detectors.
9.5 %hiclel detectors shall be capable of being assigned to a minimum of,2
speed trap detector sets. Speed shall be detected'lasing`a twa .detector
cord gurationi Speed shall be computed using a keyboard entered loop
spa cing distoce(]:1 ft.or 22 ft.). .
. p lam. i
9,6 ze fits shall invade a minimum of 8 hardware-denrited destnan
:r
detector tpputs.Bach pedestrian detector shall be assignable ta any phase.
10 System oommiacations
10.1 The mare shall be capable of communicating with art tan-streetsystern master
or directly teo,.a central office computer-based system master,This capability shall
be, provided by a separate telemetry module, 'which shall be° included in the
���1tlld!CllO6dffA' Jfautt�utlXf•Ot32S SulmeFltrrltF7NAl. PrY►ui�fwi��k 771f(Oe4I162S}.drn
NE Sunset Boulamd(SR qwyaw _ ` Page 69 Special Provisions
floquiam Avenue NI:'rraffic Signai'Project
City of Kenton
June 2W8
controller when required by the plans and specifications. The telemetry module
shall receive system commands and data transmissions. In addition, it shall
transmit the controller status, data base and system detector information to the
system master.
10.2 System Commands
10.2.1 The telemetry module shall allow the firmware to receive,as a minimum,
the following commands:
a. Cycle,offset,and split(coordination pattern)
b. Timing parameter downloading and verification
c. Special function commands(minimum of eight)
d. Coordinated,Free,standby and flash mode commands
e. Time and date
f. Request for local status
10.2.2 In the absence of being polled by the master,within a user-defined period
(1-255 minutes), the local will revert to backup TBC and coordination mode.
When again polled by the master the local will return to the system mode and
transition to the master-called program.
10.3 Status Data
10.3.1 The status of each of the following functions shall be transmitted to the
system master in response to a local status request:
a. Green and yellow status for all phases and overlaps
b. Walk and pedestrian clearance status for all phases
c. Vehicle and pedestrian detector status
d. Phase termination status
e. Local time
f. Coordination status
(1) Command source
(2) Sync or traltsitioning status of coordinator
g. Conflict flash status
h. Local flash status
1. Automatic flash status
j. Local Free
k. Preempt activity and calls
1. Volume and occupancy data from a minimum of 8 system detectors
m. Speed data from a minimum of two speed detectors
n. Status of six user-defined alarms
10.4 Upload/Download Capability
10.4.1 The telemetry module shall provide the capability to upload/download
the entire intersection data base.
10.5 Telemetry
10.5.1 Telemetry shall utilize TDWFSK data transmission at;1200 baud over a
single pair of wires. These may be leased lines (Type 3002, voice grade,
unconditioned) or dedicated cable. Optional fiber optic communications
capability shall also be available. .
10.5.2 The nominal transmitter output level shall be 0 dbm into a 600 olim load.
The.receiver sensitivity shall be 3 to-40 dbm.
10.5.3 There shall be a communications status display to show telemetry
activity as follows: on or off line, carrier active or inactive, transmit
active/inactive and response returned (ACK or NAK) ,receive active and
data valid or invalid.
11 Diagnostic Features
11.1 The 2070 controller provides the SE-PAC firmware with a Validation Suite that
consists of resident diagnostic capabilities, some automatic and some user
initiated,describing its own internal state.
The automatic Validation Suite routines run continuously in a loop until stopped
by the user. The user-initiated routines are executed on command by a front panel
or laptop key entry. Some of the tests require`installation of wrap-around or loop-
back cables.
/�rtr1RFNI TXMXNk110W6f XNNh7)ItKfNlJprcr�cwfiousUkY•Oh2SSklxillaAINA1.*ialPMWjkW5 with M4' H-06Z5�&x
NE Sunset Boulevard(SR 900)and Page 70 Special Provisions
Hoquiam Avenue NE Trarfic Signal Project
City of Renton
June 2008
11.2 Automatic fts=,performed on the controller to ll� T�cxle>.Clock, RAM
memory, I memory,Input/output wrap-a irou� ��iand Timers.
11.3 User�ttE teats performed on the controller. mile:=Keypads and Displays,
Data key'Widation,and Terminal Validation.
11.4 Detector tics
11.4.1 T te•of d
h
ay,controlled detector diagncstics shall'be provided tat=allow
testing vehicle and pedestrian"detectors for na aWvitj► maximum presence,
and tde output.
11.1.2 . k pininium of two detector diagno c.plans shad be rovided. These
plans.t"g be zselectable on a time-of-day basis.This shall allow varying the
deteC dt�astic values to eorrespond w h-.an�in detector activity.
11.13 If a slate clor is diagnosed as failed,:tl a stated phase shall be placed
on'biuthrq 'rectall until such time as the d r"classified as"on-lute".
11.14 :DW for detectors connected' to._ttie cu ller using a Bus
Interf Unit.(BIU) shall also include'oe Lion of watchdog, open'and
shorted l0op",pnd excessive inductance chaagei fad es.
12 Logging Featp
The fiirmware'sal';be-capable of logging and repotting activity, failures, and the
occurrence afso,W events or alarms.
Commut�atlotxs'cult Logging
12.1 1rtttvare shall include a communications"vault log capable of staring
a mina�t of.60 time and date-stamped ct►�tt oadans fault events.Once
logg i cttmtunications fault events shall te� ii�t#te log antil cleared or
the,log tie is exceeded at which time 131 opmmunications fault
ex'ents overwritten.
12.2 Detector.Histt }! ing
12.2.1 The firntware shall include a.detector history log capable of logging raw
and ave3r e' volume and raw and`average y'for u to 8 system
detectors. log shalt be capable of storing a 4in, ttum of 9i time acid date
starn die history events. Once logged„1*006r history events shall
rerrtarn to. o,log until cleared or the.log capacity is exceeded at which time
the oldest for history events shall be overwrtten.,.
12.2.2 The detector logging shall be controlled'as T1 programmed eventfi.
12.3 Detector Fault,iggirtg
12.3:1 The ware shall include a detector fault log�%apabie of storing a
minimuot of 60 time and date-stamped fault events. Once logged,
detecto ,,% r+events shall remain in the log unlitcle�l or the log capacity is
exceeded at which tune the oldest detector fault events shall be overwritten.
12.3.2 Alfi detector diagnostic Faults shalt be y arded in the'detector fault log
including, t :activity, maximum presence, erns is pounls,watchdog failure,
on' p ;ahprted loop, anid excessive induttaneechan e, If�a detector
I recovers after a diagnostic fault,a detector on-line e=vent shall be stored in the
detector ftzult}og.
7.2.4 Event
12.41 �irmware shall include an event log capable ofstoringa minimum of
120 time, and date-stamped events or alarms. Once logggged, events shall
remain in the log until cleared or the log capacity is exceeded at which time
the oldest events shall be overwritten,
12.4:2 At a minimum the following events shall be logged: communication
failures coordination faults, conflict monitor and local flash status,preempt,
power'.OI/OFF, data change (from keyboard), data change (from resote);
processor faults, EPROM and EEPROM diagnostic faiults invalid
configuration. Up to 86 diffe=rent messages,shall be,available.AAn event shall
be logged when art event or alarm returns to normal status.-
12.5 MOE Logging
The firmware shall capture information on a coordination cycle by-cycle basis
noting:
a. Volume`(Per cycle average number of actuations)
A:kUtF OtltUi�fpfHNlf)IOGAIAS�dcci cwtaasltgi.Q61S d»nutaAh�/tGV,Sprc�latNrm*km i7W.ftUS2.Sjdwc
NE Sunset Soul vard(Sit moo}and Page 7 Special Provisions
Hoquism Avenue NE 11raffte Signal Projea
City of Renton
June 2oU$
b. Stops (Per cycle average number of actuation received during the non-green
time of the phase)
c. Delay(Per cycle average time of the delay on each phase delay accumulates
based on cars waiting and elapsed time)
d. UtiIixation(Per cycle average green time used on each phase)
The above information shall be included in a-moe log capable of storing a
minimum of 24 time and date-stamped moe events.Once logged,moe events shall
remain in the log until cleared or the log capacity is exceeded at which time the
oldest moe events shall be overwritten.
12.6 Speed Logging
The firmware shall capture the. average speed trap speed for the duration a
coordination pattern is active for inclusion in, a speed log capable of storing a
minimum of 24 time and date-stamped speed events. Once logged, speed events
shall remain in the log until cleared or the log capacity is exceeded at which time
the oldest events shall be overwritten.
12.7 Cycle MOE Logging
The firmware shall capture`coordination information on a cycle by cycle basis for
each noting the force status, green utilization plus/minus from split, and whether,
there was a offset correction in that cycle for inclusion in a cycle moe log capable
of storing a minimum of 60 time and date-stamped cycle moe events. Once
logged,cycle moe events shall remain in the log until cleared or the log capacity is
exceeded at which time the oldest cycle moe events shall be overwritten.
12.8 Volume Count Logging
The firmware shall be capable of using up to 24 vehicle or pedestrian detector
inputs for a Volume Count Iog capable of storing a minimum of 72 time and date-
stamped Volume Count events.,Once logged,Volume Count events shall remain in
the log until cleared or the log capacity is exceeded at which time the oldest
Volume Count events shall be overwritten.
The Volume Count log interval shall be user selectable within the range 0-120
minutes. Each Volume Count event in the log shall denote if an assigned detector
was diagnosed as failed at any time during the log interval. When a power down
occurs in a log interval,all detectors shall be marked as failed to prevent the data
being used in error.
9-29.13(7)A Environmental,Performance and Test Standards for Solid-State
Traffic Controllers WC)
Section 9-29.13(7)A is supplemented by adding the following:
The traffic signal controller assemblies, including the traffic signal controller,auxiliary
control equipment and cabinet shall be shop tested to the satisfaction of the Engineer.
Testing and check-out of all timing circuits,phasing and signal operation,shall be at the
City of Renton Signal Shop Renton, Washington. The Signal Shop will'make space
available to the Contractor iior the required test demonstrations. The Contractor shall
assemble the cabinet and related signal control equipment ready for testing. A complete
demonstration by the Contractor of all;integrated components satisfactorily functioning
shall start the test period. Any malfunction shall stop the test period-until all parts are
satisfactorily operating. The test shall be extended until a minimum of 72 hours
continuous satisfactory performance- of the entire integrated system has been
demonstrated. The demonstration by the Contractor to the Engineer of all components
functioning properly shall not relieve the Contractor of any responsibility relative to the
proper functioning of all,aforestated control gear when field installed.
9-29.13(7)B Auxiliary Equipment for NEMA Controllers
Section 9-29.13(7)B is revised and supplemented as follows:
The following auxiliary equipment shall be furnished and installed in each cabinet for
NEMA traffic-actuated controllers:
R1vUU N7nOtXkJf lOiO6/XNNhW6MSJxdficalirxrai(A'I*W Sutra h(nflM7NAL Sjmdal Nmgxkwx IWIh 7TX:fG8-63SXdM'
NE Sunset Boulevard(SR 900)and Page 72 Special Provisions
tioquiam Avenue NE Trartic Signal Project
City of Renton
June 2008
"
1. A solid-s te Type 3 NEMA flasher with flash-tram aY"Which w"D cut in the
flasher isolate the controller from light circuits: li«ec"on 9-29.13(2) for
o ale alremen The flasher hall be two o r t with indicator fights.
e unit shall be rated for fifteen (1S)amps per circuit through the entire NEMA
temperature rang ."
2. Modular SON_state relay load switches of sufficient nttmber'to provide for each
vehicle p (including future phases if shown in, the plaits), each pedestrian
phase anti' m g hon sequence indicated in the,crin�t.T P & R cabinets
p q pe
shall in "a'fully wired 16-position back panel., -' load switches shall
conform- MA standards except I only optically dated load switches will be
allowed, Load.switches,shall include indicator tghts" on the input and output
circuits.
3. A power"panbl.w "
a. " A t»ontMI-display breaker sized tea pt#"It, 125 percent overload
Option for all control equipment and signal displays, 30 ampere
" tnirtttr . "
b." A 20 ampere accessory breaker wired pars llel to the control display
breaker. The breaker will carry accessory" loads, including vent fan,
ctttbiitet.lght,plug receptacle,etc.
C. A"b0*4 isolated from ground and unfused fttr the neutral side of power
suPPl�.
d. Ado interference suppresser to the'out put Odd of the control display
pp
breaker:.See Section 9 29,13(6)for other regtrenstents.
e. A trai nt voltage protection device nn�:to'the controller power
circuit for protection against voltage abnorrnalities'of 1 cycle-or Jess
duration. The protector shall be a 'solid, state high energy circuit
con tainirtg tto spark gap,gas tune,or croWjbar pomponent.The current
ratan 'of.the device shall be 1.5 amps minimum.The device shall provide
tranerit=protection between neutral an ad, line And ground, as
well as line and neutral.If the protection circuits fail,they shall fail to an
opeq _ � -
circuit condition. The device islrall ttterst all requirements of UL
's lord."1449. The suppressed volta rat' sliall be 600-volts or less
when subje+ ed to an impulse of 6,0t}@volts; amp source
inipedanoe,-8.0120 microsecond waveform as:described in UL 1449. In
addition; the device shall withstand, Without failure or permanent
datxt�ge, 'tote, fitly cycle at ,264 volts I MS. `t`6i device shall contain
circuitry,to prevent self-induced regenerative"ritrging. There shall be a
failureiv ruing indictor light which shall,illuminate when the device has
filled attt#"is no longer operable.
f t binet ground busbar independent(1500 ob tt minimum)of neutral.
Sections 4-13"are replaced with the following;
GENERAL .
All mounting hardware used in the cabinet, whether it is used to secure equipment or
some portion of the cabinet itself,shall be stainless steel or nickel plated brass.
FAILSAFE UNIT
I. INTRODUCPION
This.specification sets forth the minimum requirements for a shelf-
Mountable,,sixteen channel,solid--state Malfunction Management Unit
(MMt).ie MMU shall meet,as a minimum,all applicable sections of the
14WAStandards Publication No.TS2-1998.Where difforences'occur,this
specification shall govern.
2. MOhlf €1RING FUNCrIONS
The following monitoring functions shall be provided in addition to those
required by the NEMA Standard Section 4.
r r1/Zi4h l t Jt7A0�tllt©OLY/iN' rcwlinral0lt QYS?S Sebnittnl3NtNA1., 1 Prep&lrW whir M:%W-WZI rkx
NE Sunset Boulevard(SR 90O)and. Page 73 Special Previsions
Hoquiar t Avenue NE Traffic Signal Project
City"of Renton
,tune?A48
■
2.1 DUAL INDICATION MONITOR
Dual Indication monitoring shall detect simultaneous input combinations of
active Green(Walk),Yellow,or Red(Don't Walk)field signal inputs on the
same channel.In Type 12 mode this monitoring function detects
simultaneous input combinations of active Green and Yellow,Green and Red,
Yellow and Red,Walk and Yellow,or Walk and Red field signal inputs on the
same channel.
2.1.1DUAL INDICATION MONITORING
Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be
provided on the MMU front panel to enable Dual Indication Monitoring on,a
per channel basis.The Dual Indication Monitor function shall provide two
modes of operation,Dual Indication Fault and GY Dual Indication Fault.
When voltages on two inputs of a vehicle channel are sensed as active
for more than 450 cosec,the MMU shall enter the fault mode,transfer the
OUTPUT relay contacts to the Fault position,and illuminate the DUAL
INDICATION indicator.The MMU shall.remain in the,fault mode until the
unit is reset by the RESET button or the EXTERNAL RESET input.When
voltages on two inputs of a vehicle channel are sensed as active for less than
200 msec,the MMU shall not transfer the OUTPUT relay contacts to the
Fault position.
When operating in the Type 16 mode with Port 1 communications
enabled,Bit#68(Spare Bit#2)of the Type#129 response frame shall be set
to indicate a Dual Indication fault has been detected.
Dual Indication Monitoring shall be disabled when the RED ENABLE
input is not active.
2.1.20Y-DUAL INDICATION MONITOR
GY Dual Indication monitoring shall detect simultaneous inputs of active
Green and Yellow field signal inputs on the same channel. It will be used to
monitor channels which have an unused Red field signal input tied to AC
LINE such as a five section signal head.
GY Dual Indication Monitoring shall be enabled by a front panel option
switch.When the GY Dual Indication Monitoring option is enabled,all
channels which have the front panel FIELD CHECK/DUAL ENABLE
switches OFF shall be individually monitored for simultaneous active Green
and Yellow field signal inputs.All channels which have the front panel
FIELD CHECK/DUAL ENABLE switches ON(i.e.enabled for Dual
Indication Monitoring)shall function as described above in Dual Indication
Monitoring.
2.2 FIELD CHECK MONITORING
Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be
provided on the MMU front panel to enable Field Check Monitoring on a per
channel basis.The Field Check Monitor function shall provide two modes of
operation,Field Check Fault and Field Check Status.
Field Check Monitoring shall be disabled when the RED ENABLE input
is not active.The Field Check Monitoring function shall be disabled in the
Type 12 mode.
2.2.1 FIELD CHECK MONITOR
In the Field Check Fault mode,when the field signal input states sensed
as active or inactive by the MMU do not correspond with the data provided
by'the Controller Unit in the Type#0 message for 10 consecutive messages,
the MMU shall enter the fault mode,transfer the OUTPUT relay contacts to
the Fault position,and illuminate the FIELD CHECK FAIL indicator.The
Channel Status Display shall indicate the channels on which the Field Check
fault was detected.Bit#67(Spare Bit#1)of the Type#129 response frame
shall be set to indicate a Field Check fault has beendetected.The MMU shall
remain in the fault mode until the unit is reset by the RESET button or the
EXTERNAL RESET input:
'.{T1RhN7�XNI fX1/1110hOtJlNhY)Id6NtRSikax�cr+rinxa4tJktdXr25.Sdu+ittaN lNA1.SO iel Nxwixkwwith7YX:(fA3=ftG2.5),doc
NE Sunset Boulevard(SR 900)and Page 74 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
2.2.2WLD CHECK STATUS
l Wd'Ch%k Status mode shah work in c thittati n with the other
ring functions of the MMU.1W ��c ;`�.Faii,,
t .l il,.oe Dual Indication FW1,ijgg�the�U the Channel Status
a I*ault Status Display shall parr' „ t. 9 el acted fault,If "
F' errors were detictea whtie'tlre fa; fw.a$bung timW,the inputs
on wch tht* itdfl:Check errors.were det�te��i douta]e pulse at the same
Ott the,PIELD CHECK STATUS indicator. #ti?(Spare Bit 01)of`the
" �y�nse frame shall also be W1640 67 Field Check errors
have: tected.
23` RECUT PULSE MONITORING
Monitor shall detect Conflux,Rol Fail and Dual indication
la#1t$that_"It from intermittent or f#iclt4rtng�M al in uts These
r "shall result in a latching faE�i'thRR
PU .,,,indicator illuminated Volt,!, the resulting Conflict,lied
Indication indicator.An option svtEitclrshah be provided to .
d ft, Imtct function for testing pdrpo,
Cr ating in the Type 16 mode with Pp 1 vommunications
enabll, t9{Spare Bit#3}of the Tye 129sptarise frame shall be set
m i Rcettrt Pulse status has beeli
2.4WATCHi3t}G Mf3I+T1Tt7�R: .
s1tall providethe capability to for an optional external
login tput fTom a Controller Unit or other ftW, l cabinet circuitry.if
the ili* i riot receive a change in s
tat eon1tNAL
W ?Oput 1br 1500 msec(+���1t?U :theft)"shall enter the'
fault,'
ault ,transfer the OUTPUT re-Tay contacts fort hull sition,and
illuiitate t�" 'Il/ VATCHDOG ind%atot ' U8ha11 remain,in the
fault "" It-the unit is reset by the RF C. `
Ib the EXTERNAL
RES� ptt�A,n MMU Power Failure shall tote ftliWATCHDdG
fau t s monitor.The EXTERNAL WA?CNDt?C input shall be
wirafluttectcnA�lSB-S.
Ming in the Type 16 mode with Pt�rt.1 communications "
enablf,Brt: ` pare Bit#4)of the Type#1 tense fame shall be set
to indicts . term#'Watchdog fault has beet detested.
2.5 WAS �'� `s OPTION
shall provide the capability to exclude the Walk inputs from
the Red mil ult.deteCtion algorithm when opar`,ating in the Type 12 mode.
1�Gheit. 11rts selected,the absence of signals gwthe Green,Yellow,and
Red fie", ! rtpzits'of a channel will piece the � Ihunit,into the fault
Cnode, r'the OUTPUT relay contacts to the Fault position,and
i 101fiinat e AED FAIL indicator.
2.6 TYP . AULT MONITOR
Tlm I IIwILI shall verify at power-up that.the Type"11,or Type 16 operating
mode 04In6ined by the TYPE SELECT inpitfjs, ►nsistdnt with the mode
set by.the last external reset.
teteto:i of a Type Fault shall place the NlAd1J!.lhto the fault mode,
trawir" OUTPUT relay contacts to the Fault ;illuminate the
D t'MOS1`t indicator,and flash the TYPE l,fttd tt rata 2 Hz rate.The
1riU r�in,in the fault mode until the uniiis eft the RESET
button o the E 'T'ERNAL RESET input.An N1MU Power Failure shall reset
the Type.lault state of the monitor.
:7 CONFIGURATION CHANGE MONITOR
on vet up,reset,and periodically during op on*the Signal
Monitor s1taIl crnpare the current configaratifin s� with tha previously
stbto lue.. f the settings have changed,the Signal Monitor shall
at tomatica ly, log the new setting.These settings shall include the Program
Cart Joinpi��wind all switches:
Ap gramniing option shall be provided such that any change in the
iJf1 NrNtdQNJdJfi2S SabxklalU7NAl.Spse&eF Wilk yrx 462.5).docc
NE Sunset Itautevard( 900)-, � 'Page 75 Special Provisiur>$
Hoquism Avenue NE Traffk Signal Pct
pity or Renton,
June 2D08
configuration parameters shall cause the Signal Monitor to enter the fault;
mode causing the Output relay contacts to close and enabling the Time
output to the controller.1b indicate this fault mode the PG M CARD/CF
indicator shall flash at,a 4 Hz rate. Depressing the Reset button for 3 seconds
shall be required to clear this fault and log the new configuration parameters.
If the programming option is not selected,the unit shall not set the fault
mode but will still log the configuration change.
2.8 CVM LOG DISABLE'
The MMU shall provide a means to disable the logging of CVM fault
events.
3 DISPLAY FUNCTIONS
The following display functions shall be provided in addition to those
required by the NEMA Standard Section 4.
3.1 FULL INTERSECTION CHANNEL STA'T'US DISPLAY
A separate Red,Yellow,and Green indicator shall be provided for each
channel to show full intersection status simultaneously. For Type 12 mode
operation the Walk input status shall be shown.on channel indicators 13
through 16.
3.2 FAULT CHANNEL STATUS DISPLAY
During normal operation the 48 Channel Status indicators shall display
all active signals. In the fault mode the Channel Status indicators shall
display all signals active at the time of the fault for six seconds and then
indicate the channels involved in the fault for 2 seconds.
3.3 FIELD CHECK STATUS DISPLAY
The FIELD CHECK FAIL indicator shall illuminate when a Field Check
Fault is detected.The Channel Status display shall show the channels on
which the Field Check fault occurred
If Field Check errors occurred during a Conflict Fault,Red Fail,
Clearance Fail,or Dual Indication Fail the FIELD CHECK STATUS
indicator shall illuminate.The channels on which the Field Check Status was
detected during the fault shall double pulse on the Channel Status Display at
the same time as the FIELD CHECK STATUS indicator.
3.4 RECURRENT PULSE STATUS DISPLAY
If Recurrent Pulse inputs were detected during a Conflict Fault,Red Fail,
or Dual Indication Fail the RECURRENT PULSE STATUS indicator shall
illuminate.The channels on which the Recurrent Pulse Status was detected
during the fault shall double pulse on the Channel Status Display at the same
time'as,the RECURRENT PULSE STATUS indicator.
3.5 DISPLAY INDICATORS
The following display indicators shall be provided in addition to those .
required by the NEMA Standard Section 4.
3.5.1Type 12 Mode Indicator
The TYPE 12 indicator shall illuminate when the MMU is programmed
for Type 12 operation.If a Type Fault is detected the DIAGNOSTIC
indicator shall illuminate and the TYPE 12 indicator shall flash At.a"rate of
2Hz.
3.5.2Dual Indication Indicator
The DUAL INDICATION indicator shall illuminate when a DUAL
INDICATION Fault is detected.The Channel Status display shall show the
channels which were detected as DUAL INDICATION.
3.5.3Power Indicator
The POWER indicator shall flash at a rate of 2Hz when the AC LINE
voltage is below the drop-out level.It shall illuminate steadily when the AC
LINE voltage returns above the restore level.
3.5.4Port 1 Receive Indicator
The RECEIVE indicator shall illuminate for a 33 msec pulse each time a
Port 1 message is correctly received from the Controller Unit.
1,9rUthN%YNXJ ODOtf J1A6fNlINl771t1f itXlSpnv/iru�i»aaNlNdJh2SSuMsinu11F7NAl,tiprriu!!'nxiskms sWfh RX:(WOUP-doc
NE Sunset Boulevard(SR 900)And Page 76 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
xr
3.5.5Port I TNnsinit Indicator
The TiNSMIT indicator shall pulse each time
Ll a Part 1p6ssage.is transmitted from the MMU.
3.5.6=3 Receive Indicator
'he CCMM,indicator shall illuminate fora 33 cosec pulse eaeh'time a
moist i ,'Correctly received on the RS-232 pct.
3.5.7Pr6gram C 4 /CF indicator
The i'0 CARD indicator shall illuminate ff the Programming Card,is
absetrt or not seated properly in the'edge Conn #or.T, PGM
CARD
indicator shall flash at a 4 Hz rate if the MMU has bcnen triggered by a
Confi 211tration Change fault
3.5.8Y4-R ranee Indicator
T#te Y4.1k,CLEARANCE indicator shall iUu itaate when the MMU has
been; "Wgred by a Yellow Change plus Red Cleaftce fault.
3.5.9Field Ct fail Indicator
'ilne FIELD CHECK FAIL indicator shall ttluri rnfnate when the MMU has
been,t re€t.by a Field Check fault.
3.6 OPE ' f1.M 0 D E S
Td,
e M U.shall operate in both,the Type 12 mode and Type 1:6 mode as
required by trine NEMA Standard.
4 HARD'
4.1 ENCLOSUR
4.1.1The MMU all be compact so as to fit in Ifited cabinet space.It shall be
possible'to install on a shelf that is at least r deep.overall dimensions,
mo, Ingthatirtgoonnectors and harness,shall tact cxc ed 10.5"x 4.3"x 11"
4.12The ea�tirre shall be constructed of sheet aluminum with'a minimum
thickness-0,0462",and shall be finished with art aftiWive and durable
protect; ti .MtdeI,serial number,
and program information shall be
errnanently.dis dyed on the top surface.
4.2 C=Nit
4.2.1A nnfcr ssor shall be used for all thninga4d'd6riti4ftinctions.
Confibuin$,operation of the microprocessor shaffb verified by an
fndepe adept monntcsr circuit,which shall force tfibb TPUT RELAY to the
de-en "fault"state and indicate an error mes,+tnge if a pulse is not
receivem the microprocessor within a defined period not to exceed 500
4.2.2 rne e true RMS
value of the AC field Inputs.Each AC input s1:a11 be'sarnrpied at least 32 times
pe
r lino cycle, The RMS voltage measurement shall"be insensitive to phase,
fr ite y,and waveform distortion.
4.2.3 In e ibterest of reliability,only the FROM memory device for the
microprocessor.firmware shall be socket mounted:The I'ROM Memory
socket shalfbe a precision screw machine type socket with a.gold contact
finish:providing a reliable gas tight;seal.Low in. ion force sockets or
sockets with"wiper" type contacts shall not be acceptable.
4.2AAH user,programmed configuration settings shall be stored in an electrically
erasable programmable read-only memory(EEPROM)or front panel DIP
switches.Designs using a battery to maintain configuration data shall not be
acceptable.
4.2.5AII I20 VAC field terminal inputs shall provide an itiput impedance of at
ast
le150K ohms'and be terminated with a resistor having a power dissipation
ratite of&S'tuts or greater.
4.2.6AII electrical components used in the MMU shall be rated by the con
manufacturer to operate over the full NEMA temperature range of.344 C to
+74 C,
4.23AII printed circuit boards shall meet the requirements of the NEMA Standard
Plus the followiang requirements to entrance reliability:
_ A1r11t1t'�8f1p�91�1llt�nA�JI NtC7 1t�6NlASprct/knrfix+.t��d2S.SxlxdrtarflhN�U rrt 1'mdsJaas"die rtUK:��YSi4;.�&u:
NE Sunset Boulevard{Sit 90D)'and Page 77 Special P
H*ism Avenue NE`t rafTic Signal ProjccF
City qtr Renlorr
June 200
a. All plated-through holes and exposed circuit traces shall be plated with
solder.
b. Both sides of the printed circuit board shall be covered with a solder
mask material.
c. The circuit reference designation for all components and the polarity of
all capacitors and diodes shall be clearly marked adjacent to the
component.Pin#1 for all integrated circuit packages shall be designated
on both sides of all printed circuit boards.
d. All electrical mating surfaces shall be gold plated.
e. All printed circuit board assemblies shall be coated on both sides with a
clear moisture-proof and fungus-proof sealant.
4.3 FRONT PANEL&CONNECTORS
4.3.1All displays,configuration switches,and connectors shall be mounted on the
front panel of the MMU.All MMU configuration inputs beyond those
required by the NEMA Standard shall be provided by front panel mounted
DIP switches and;shall be clearly labeled.Configuration DIP switches shall
be provided for the following functions:
a. Field Check/Dual Enables 1-16
b. GY Dual Indication Enable(GY ENABLE)
c. Recurrent Pulse Test Disable(RP DISABLE)
d. External Watchdog Enable(WD ENABLE)
e. Walk Disable(Type 12)
f. Configuration Change Fault Enable(CF ENABLE)
g. CVM Log Disable
4.3.2MS CONNECTORS
The MS connectors on the MMU shall have a metallic shell and be
attached to the chassis internally.The connectors shall be mounted on the
front of the unit in accordance with the following: Connector A shall
intermate with a MS 3116 22-55 S7, Connector B shall intermate with a
MS 311616-26 S.
In the interest of reliability and repair ability,printed circuit board
mounted MS connectors shall not be acceptable. Internal MS harness wire
shall be a minimum ofAWG#22, 19 strands.
4.3.3EIA-132 Port
The EIA-232 port shall be electrically isolated from the MMU
electronics using optical couplers.The connector shall be an AMP 9721A or
equivalent 9 pin metal shell D subminiature type with female contacts.Pin
assignments shall be as shown in the following table:
PIN FUNCTION
1 DCD*
2 TX,DATA
3 RX DATA
4 DTR(Data Terminal Ready)
5 SIGNAL GROUND
6 DSR*'
7 DSR* i
8 CTS* i
9 NC
*Jumper options shall be provided to allow the connection of Pin#4 to be
made with Pin#7,and the connection of Pin#8 to be made with Pin#1 and
or Pin#6.
5 EVENT LOGGING FUNCTIONS
The Signal Monitor shall be capable of storing in non-volatile memory a
minimum of 100 events.Each event shall be marked with the time and date
of the event.These events shall consist of fault events,AC Line events,reset
events,and configuration change events.The capability to assign a four digit
identification number and 30 character description to the unit shall be
provided.The event logs shall be uploaded to a PC using the serial port of the
P.WFff1WWW1f111*WNJTA_Wp!q("mW4*25 1 SriM+dttnl RXAL MwLil Ph%iii sa Wth'IM P-0625).&�
NE Sunset Boulevard(SR 900)and Page 78 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
Signal Monitor and Windows 9x based software provid�tl'by the
manufactures
Fah event log report shall contain the following irr orrn�ttiort. '
a) `A2ontta,ID#;a four digit(0000-9999)ID number and 30 character
description assigned to the monitor.
b) 'time and Dater time and date of occutr am.
c) Event Number:identifies the record numbor'in the log.Event#1 is the
most recent event.
5.1 Monitor Status Report(CS)
"I"he urrt~nt Status report shall contain the following information; °
a FaukTy pe:the fault type description.
b i*ield'Statdw the current GYR(V field status and field RMS voltages if
the 4100110r is'not in the fault state,or the]a tild status and field
RMS voltages and fault channel status infieltIP10 infield of the fault.
c) .,CabtnetT(imperature:the current ternpenriure if the monitor is not in the
faun ate;Of the latched temperature.atjhie tittle,of the fault.
d) AC Ltd~ roltaSe: the current AC Liftviiltlife end,frequency if the
monitor is not in the fault state,or the A.CC Ltne voltage and frequency at
tiraeof the fault.
e) Cttntrttl-Inpat Status; the current state,anti RMS voltages of the Red
Input A Load Switch Flash bit i tt.i(the.monitor is not in the
£fit state,or the status latched at the timo of the fault,
5.2 Previous Fault Log.(I'F,
The Prev�Fault lag shall contain the following information:
A) Fault;the fault type description.
b) Field SWUM the latched field status with RM voltages,fault channel
stntus,°RP_Detect status and Field Check Status.at the time of the fault.',
c Ca61 0Ten�perature: the latched tomper"Atur i 'h time of the tfault.'
d� At Line Voltage: the AC Line voltage&frequency at the time of the
fault. ..
e) Control input Status:the latched state of the lIked.Enable input at the
time of the fault.
53 AC Line Event Log(AC)
The AC Line log,shall contain the following into-r it tion:
a) Five:describes the type of AC li.ne e"etit that occurred.
Power-up=AC on,monitor performed aL cold start
lntenrupt-AC Lire<Brownout level
Restore-`AC restored from AC brown-out or AC interruption(AC Off),
no colo.start
b) A . :the AC Line voltage&'frequen y at the time of the
eve" :.
5.4 Monitor Reset Log(MR)
The Monitor Reset log.shall contain the following information:
a) The monitor was reset from a fault by the front panel Reset button,or
Eitternal Reset input,or a non-latched event clear. "
5.5 Configuration Change Log(CF)
The ConfigurationChange log shall contain the following information:
n. I The status of all configuration programming Loclu- ding the contents of
the Program Card,all configuration dip switches and option switches.
b. Any configuration programming inputs such as 24V inhibit,Part 1
i Disable,Type select,
c. Configurat Qn,QRQ A unique CRC value which is based on the
configuration of items#a and#b above.
The log shall also indicate which items have been changed since the last log entry.
5.6 Signal Sequence Log($SO)
A log shall be provided that graphically displays all field signal states for
up to 30 seconds prior to the current fault trigger event.The resolution of the
displayshall beat least 50'milliseconds.
ands.
r' �tcNhrataapa/te�rnratn71•IMxs,�erpwdl�nFZtY{r SarPrr,+:,rru�tw�ra rtx"pxruaas��;
NE Sunset Bouteyard(SR 900)and page 79 Special Provisions
Hoqulam Avenue NE Traffic Signal project
City of Menton
June M0$
SURGE PROTECTOR(LIGHTING ARRESTER)
The controller shall have an 'input voltage surge protector that shall protect the
controller input from any voltage surges that could damage the controller or any of its
components.
FIELD WIRING TERMINAL
There shall be a terminal strip for field wiring in the controller cabinet. The terminals
shall be numbered in accordance with the schematic wiring diagram on the plans. If a
different numbering system is used for the cabinet wiring,then both numbers shall label
each terminal and the cabinet wiring schematic drawing shall include the field wiring
numbers where the terminal strip is illustrated. A common bus bar with a minimum of
15 terminals and a ground bar with a minimum of 6 terminals shall be provided.
COMPUTER INTERFACE UNIT j
Interface communication devices shall be designed as separate units or as modules that
plug directly into the controller case. The communication devices shall be used for on-
line computer control of the intersection and shall be capable of transmitting all
detector and signal status information and receiving and decoding command
information from the computer all in conformance and within the capability of the
multisonic master computer unit or other central system as specified in the plans and
specifications and the interconnect cables.
DOOR SWITCH
A door switch shall be provided on the signal cabinet door interfacing with the signal
conflict monitor. In the event that the conflict monitor has been left disconnected, the
signal display shall immediately flash when the signal cabinet door is closed. The
signal display shall remain in flash when the cabinet door is reopened. The signal
display shall also remain in flash if a power recovery occurs with the door open and if
the conflict monitor is not installed. A reset switch located on the load-bay shall be
provided to clear both of these flashing conditions. A second door switch shall be
provided to operate the cabinet light.
UNIVERSAL DETECTOR INPUT PANEL
A universal detector input panel shall be provided on the left sidewall of the cabinet.
This panel shall be usable with any NEMA TS1 Controller and shall include a detector
matrix to assign detector outs to any controller detector input on the A,13,C or D cable.
WIRE COLOR SCHEME
All 120VAC circuits shall use black wire.All other circuits shall not use black wires.
Color traces shall be used to identify functions. Red wire is to be used for all 24VDC
circuits,and blue for logic ground circuits.
PREEMP'T'ION INDICATOR LIGHT
The preemption indicator light shall be energized when the emergency vehicle
preemption system is in operation. Said light shall turn on when a phase is preemppted
and the priority green is displayed. There shall be one indicator light for each of the
four emergency vehicle preempt channels.
POWER REQUIREMENTS
The controller cabinet and all associated;equipment shall be designed for use on 120 ■
volts,60 Hz.,single phase alternating current.
LOADBAY
The controller cabinet shall contain a loadbay panel with the following minimum
requirements:
1. The loadbay shall be wired for 8 vehicle phases, 4 pedestrian phases, 4 overlap
phases and 16 loadswitch positions.
l'trUtFNtTNXNMNII(JIFXif JOIN!(3tQhtltRlptxJJia+ttrxulfN3.O6?.S.StrMxixalUINAI,lnccirsl/1vxtclnorwith7YJt:(OtW2. &
Nit Sunset Boulevard(SR 900)and Page 80 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of itcnion
June 2008
2. The loadlay ,shall incprporate a swing down des to facilivate case, of
maintenance and repair. It shall have service bops�+ h au ` t Mack to allow for the- 47* o swing down without any,of the mess being I unsecured.
Panels mCiurited:on the sides,and shelves shall not interfere with the swing dawn
operation." 31 ' Ioadbay width shall not exceed, 34". To obtain this size,
loadswitch st0kets may be on 1.9375"centers.
3 The lQidbzt1 hI1 be located in the front of the rear wail�of the cabinet,
4. Terminal *' or terminating field wiring jh61I`be supplied. No wires are
permitted.' the field side of the blocks. This includes wires for flash control.
5. Flash pro109-shall be done with the use of#;pin Molex connectors. The
connectorWml}Aso provide a means to select�wMch #asher circuit is used. ''1'Ite
pin assignments thew connectors shall comply with�"Woting°standards.
b. The loadbay shall:be designed with an intuitive tayc► t# #acilititte maintenance. A
vertical trim x#60 far each phase will be thou a above thu corresponding
phase loads�vitch.All,controller functions"for that°phase will terminate an that
terminal block..
7. The Ioadbsy shiill be designed to incorporate the:use it€supplemental loads, These
loads shall be,chassis mounted. The use of"sky hooka°' to miyunt components is
unacow,Able.�spptemental load resistors are tb tie provided for all Dodd phase's
red"yellow4nd grCSen.,
8. All pedestrian,monitor input wires shall be terminal,on banana jacks to allow
Gast''' *i m gin the future. , ;
9; All load-'s*'
a,66" lasher,and flash transfer relay sockets shall be mounted with
screws. Clip"#i punting is unacceptable.
10. The Ioadba° thall"Mcorporate a relay to rerr�ve �4VD'C:dam the Ioad switches
during mflas _.lrriu diateiy below this re`Iay there Ishill Im. mounted a 'NC push
button switch#o'r#apply the 24YAC for trouble shioiitirig.purPoses.
11. All wrring,ohall.be'col©r-coded. Wire with a b1xck base color shall be used for all
120VAC circu k-,all trther circuits will not use bWL hied,yellow and green trsces
shall be used to tdintify related functions on bath black and not black wires.Fled
shall be used f6r4 'DC circuits
12. The load*a shall be a.Cascade Signal Corporation assembly #361 or a pre-
approved equal. ,
TECHNICIAN TEST'PANEL
The maintenance panel shall be hinged for easy interior access: The maintenance
panel shall have.the 2fl AMP CFI and have the following switches and indicators:
Flash/Au�t
Sto Time :3-position switch, On - OFF- On Flash{with Stop Time indicator
pp
light,
Controller Power-On/Off
vehicle Call 4 P A buttons-Phase I through 8
Ped Call-Push,buttons"-Phase 2,4,6&'8
Preemption'-Test'push buttons-A,B,C,& 1)
LIGHT,FAIN ARIA T14ERMOS 1'AT ASSEMBLY
The fart acid thermostat assemblies shall be located on the top inside of,the
cabinet and shall be,attached to the plenum. One (1) complete fan assembly shall'be
furnished in each`cabinet. The cabinet"light is to rte an fluorescent"turd.operated by.a
NC door operat switch
'The fan shall be rated at 100-CFM minimum and`shall nave ball bearings.Sleeve
bearings are expressly forbidden. The fan shall have screened covers.
The therttat shall be 120 VAC and have a temperature rating of 70 to 1:20
degrees Fahrenheit. An RC network shall be provided across the positive and negative
inputs to the fan,
' �'.^iryliJ ityY�dQUpl 3UtfA6[X11 NFY)NA5 l3fR1nrcJ/icmrFars9+Opl•�1625 5uhrrN►a�/NA/Sprrlrtf i+rrwJxla+s wHk 7T�C`(fk!•G152.9�rkie
NE Swknset 8otd.6 Wd(SR 900)and Rage 81
Special Provisions
Hoyuisin Avenue NE Traffk Signal projeci
City of Renton
June'2t}08
FLASH TRANSFER RELAY
Flash transfer relays shall be provided with each cabinet. Six (6) each shall be
supplied with the Type `T'cabinet.Athin copper disc called a non-freeze pin shall be
included in the relay design to combat the residual magnetism phenomena.The uses of
tape,plastic or dimples are not acceptable solutions.
LOADSWITCHES
The load switches shall be a three--(3) function NEMA and shall have LED
indicator lights that show the input side of the relay. The unit shall be rated for a
minimum of ten(10)amps per circuit through the entire NEMA temperature range.
DETECTOR CARD CAGE
The detector card cage shall be a completely enclosed assembly. It shall have 12
positions and wired for two channel detector amps as specified in section 9-29.18.The.
last two card cage slots shall be wired for the emergency pre-emption modules
described in section 9-29.13(3).The detector power supply(s)shall occupy the first two
slots of the card cage.
UNIVERSAL PROGRAM PANEL
The controller cabinet shall be provided with'a raised universal Program Panel,
with connectors attached in lieu of a"D"cable. A cable shall be provided to work with
the controller specified. The attached connectors and pin assignments shall be
consistent with existing standards. The panel shall contain 2 dual surge suppressors,
SRA64. These are to be wired for protection of the telemetry lines. The panel shall
contain ten 20 position feed through terminal blocks,and one 6 position terminal block:
The function and layout of these terminal blocks shall be.consistent with existing
standards. The first block shall be used to input to the controllers normal 8 phase
inputs on the A, B and C cables. Pull;up resistors shall be provided on this block to
insure compatibility with both TSl and TS2 detectors. The second and third blocks
shall I be the detector out puts from the card cage(s). The fourth block shall be the
detector inputs to the"D"cable.The fifth and seventh blocks shall be the green inputs
into the card cages. The sixth block shall have the controller greens and reds. The
remaining blocks shall, have miscellaneous "D" functions laid out consistent with
existing standards. The panel shall be a Cascade Signal Corporation assembly#564 or
a pre-approved equal The "D" cable provided' must work with an Eagle M-50
controller.
The table below indicates the standard field detector numbers and the standard.
controller detector numbers.
TABLE—Traffic signal Controller Input
(Prom the Detector Field Termination Panel through the Universal Program Panel to
Controller
Detector etectorControl er Detector ontro ler Detector Controller
Controller
# Input# # Input# # Input# # Input#
1 1 - h 9
2 2 10 10
3 3 11 11
4 4 12 12
5 5 13 13
-6 6 14 14
7 7 15 15
g 8 1 - 16
Y-MRF.rrMWfJR11 damA 8.06?s suhnifteA NAL.$1va d PRMSFrxcs,vi u M:P orzs dM
PIG Sunset Boulevard(SR 900)and Page 82 Special Provisions
Hoquiam Avenue NE TraMe Signal Project
City or Renton
Junc 2008
CABINET QUALITY`
The cabinet shall be compliant to both mechan i axtd funsxiori sp ification
w prior to being slid to owner.
1; Cabinet and hardware will comply with project�ifition.
2. Function cotnplisuce-will:be tested with power applied.
3. All cabinet atld. loadbay functions will paw paint-to=point tests including
expatzston ufMonts:
4. All'field detector Inputs must be checked from field connection;point to controller.
CAbina"1064 and clarifications need to be documented and addressed prior to
delivery.This Oj ni y;will NOIT provide QA or testin ieivice far the delivered cabinet.
Testing done by this agency is not in lieu of manufacturer`test requirements.
9-29.13(7)0 N9MA Controller Cabinets
Section 9-29.13(7}T)is replaced with:
General
Cabinets for imft.signals and safety lighting shall co mply with Section 9-29 of
the Standard Spccificataems for load, Grid ridge and Mimics
pal instruction 2000, except
as supplemented by the'requirements'herein.The cabinet shall be anodized aluminum
and painted white.istaide, with a minimum thickni8 of fl:mil or 0.125 inches as
indicated hereixir-The cabinet shall be fabricated frog U,aluininurn and welded. The
riveted t e•fabr�ion will not be permitted, All c ibtnetti shall be supplied with a
standard X Luck,•Red Construction Core.All control,cabinets shall include but
not be limitedlo swltt lies:relays,flashers, power,supply;component racks, terminals
wiring harnesses, ltg�,itttertor and exterior hardware andfar related components,:and
when specified tln the arts and special provisions,shall it oil, operating components,
,,
such as controlled,uxo�ms,loop amplifiers,load switches,piee4t module,and signal
monitor.
NEMA TS1 IP pe;j"Traffic Signal Controller Cabineifs
GENERAL-
The standard traffic signal controller cabinet shall be'a NEMA TSi Type `P'.
The traffic sigr►sl cabibet(s) built to NEMA TSl standards shall be supplied in
compliance witb section:9-29.13,Traffic Signal Cabinet of the Standard Specification
2000 and modified as stated herein.
All new traffic signals located within`a signal interconnect system shall be
connected to said system,
The following are requirements for all cabinets:
1. The rabineulshall be anodized aluminum,with a ins Mirrium
inc thickness of U.125
hes
2. All sheet metal products incorporated within this cabinet are to be aluminum,
shall be a mum.thickness of 0.090 inches atidyat�e to be powder coated
white.
3. The dimensions shall be 55"High x 44"Wide x 26"Deep.
4. No vertiW seams shall be allowed except for the attachment of the panels
above and below the floor. The cabinet sides and bsck shall be fabricated of
one continuous piece of sheet aluminum: All interior seams shall be
continuously welded.
5. The roof shall be fabricated of one (1) continuous piece of sheet Aluminum
and shalt,incorporate a plenum to which the fan will be mounted from the
inside of the cabinet to provide forced air ventilation.:The ventilation exhaust
opening of the unit shall be underneath the front overhang and shall have a
screen. The roof section shall be continuously welded to the main cabinet
6. The y.
he cabinet interior shall be painted white and the shelves shall be white.The
inside of the cabinet door does not need to be white.
7. The Cabinet shall be base mounted. The Type`P'cabinets shall,have four(4)
mounting holes on the bottom of the unit. The mounting holes will be:
!'«�rVFts�tfl#kSOQl Nl�7i(ki(TRS�ari/kwtfurrxU797-0ri2S Sxdnf7alth7NAl Shots!!'�WadiiuRe wNh 77#`(�VB-0ff2S}.elar
NE Sunset Boulevard(SR 9M And, Page 83 Special Provisions
Hoquiam Avenue NE Traffic Signer Project
City of Renton
June 2(lti8
Center to center width: 40 5/8
Center to center in depth: 18-I/2"
8. The main door of the cabinet shall include a police door. Stainless steel
hinges shall support both the main door and police door.
9. The main door shall be equipped with a three(3) point latching mechanism,
fabricated from heavy gauge steel with steel locking rods and twin nylon
rollers. This mechanism is to be cadmium plated. Main door shall be
provided with a doorstop to securely hold the door open at approximately 90
degrees,120 degrees,and 180 degrees.
10. Included with the main door shall be a replaceable filter, 12" x 16" x 1",
which shall be located behind the louvered vents and secured with a
aluminum cover,holding clips and spring.
11. Door handle shall be made of stainless steel and have a provision for
padlocking.
12. Two(2)shelves or more shall be included and shall be of sufficient depth to
store equipment,and be powder coated white.
13. A pullout shelf with an internal document storage compartment mounted
under the controller shelf shall be supplied.The document drawer shall have
a nominal storage area of approximately 17"W x 12" D x'1"H as approved
by the Engineer.
14. All mounting hardware used in the cabinet, whether it is used to secure
equipment or some portion of the cabinet itself, shall be`stainless steel or
nickel plated brass.
15. The cabinet shall be supplied with a standard Lock, Best CX-1, Red
Construction Core for the main door and a standard police lock for the police
door. Two(2)keys for each lock shall be included.
9-29.16(2) Conventional Traffic Signal Heads
Section 9-29.16(2)is supplemented by adding the following:
Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on the signal
plans.
Each signal head shall have a 1/4 inch drain hole in its base.
Position of the signal heads shall be located as close as possible to the center of the lanes.
Signal heads shall be mounted on the mast arm such that the red indicators lie in the same
Mane and such that the bottom of the.housing of a signal head shall not be less than 16 feet 6
inches nor more than 18 feet 6 inches above the grade at the center of the roadway.
9-29.16(2)A Optical Units
Section 9-29.16(2)A has been revised as follows:
Light Emitting Diode(LED)light sources are required for till displays.
9.29.16(2)B Signal Housing
The fifth paragraph of Section 9-29.16(2)B has been revised as follows:
(xs�sas)
Each lens shall be protected with a removable visor, The visor shall be tunnel type
unless noted otherwise in the contract,Tunnel, cap, and cut away tge visors shall be
made of aluminum throughout.Visors shall be flat black in color inside and.shall be
yellow baked enamel on the outside.Visors shall have attaching ears for installation to
the housing door.The signal display shall have square doors. End caps shall be made
from aluminum and shall be installed with fittings to provide a watertight seal.A bead
of silicone sealant shall be applied around the perimeter of all top end cap openings
N truzHX�rxxidlx�rWOrrlarnrFCnrk t r cr�rcwrrrm 3•u62s SNIjodflaANNAt,spwkil A�"*/'71X.(a zsj d x
NE Sunset Boulevard OR 900)and Page 84 Special Provisions
Hoqulam Avenue NE Traffic Signal Project
City of Menton
June 2008
prior to installMion�of the end cap assembly. Plastic end t l a threaded
stud with seal and wing"nut.End caps shall have the sattte color= the sigtaal housing.
.; 9-Z9.16(I C' *arQ Visors
ection'9=29.16(2)Chas been revised its follows:
Where noted in the.Goittrsct, louvered tunnel visors sit`ali be furnished and installed.
Directional lottVeM_,Shall be constructed to have a-snug,Ot in the signal visor.The
outside cylinder shall lie 'constructed of aluminum,and tho'16uvers shall be constructed F
of anodized aiutttmtm i painted'flat,black. Dimensions and' nt of louvers shall
be as shown'in the contract.
9-29.16(2)I, 11C `latea
Section 9-291 6(2}d has;beeti deleted and replaced with:,
Back plates shall be furnished and attached to the signal heads, Back plates,shall be
constructed of snodi d 34 half-hard aluminum sheet,U-004rich minimum thickness,
with 5-inch square cut border and painted black in front and yellow in back.
9-29.16(2)lE l indl Signal Heads
Section 9-29.1k2)1w lies been revised as follows:
Traffic signal laids mall be finished with two coats of hct applied irs is signal
federal yellow baked aettmel or shall be finished with a titMe'signal federal yellow
oven bared `der-c ling comprised of resins and pignut,.Aluminum end caps and
the back of�ck fates shall be inted to match the o.jor of the signal housing.The
inside of visoM. � ortt of back,plates, and louvers shall be finished with two coats of
factory applied flat h enamel.
9-29.17 Signal Head Mounting l3raekets and Fittings
Section 9-29.17 is replaced`as follows:
Mounting hardware will provide for a rigid connection between the signal head and mast term.
All mounting hardware wd! be,of the top-mount plurabizer type as shown on the standard plans,
unless"specified otherwise on the plans.
Vehicle and pedestrian sighatIond mountings shall be as detailed in the Standard flans. Material
requirements for signal head niounts,are as follows:
Aluminum
1. Hinge fittings for Type E mount,
2. Arms and slotted tube�fitiings for Type N mount.
3. Plumbizer, tapered adflustment washers and flange adapter fittings for Type M mount.
The plumbizer shall be.cast:from tenzalloy AAA No.713.
4. Tube clamp and female clamp assembly for Type N mount,.
Bronze
1. Urminal'Compartments for Type A,B,G,F,H,,and K mounts.
2. C,oiiars for Type G,D,,and F mounts.
3. Ell,fittings-for, yge Land LE mounts.
4. Mes�r hanger and wire entrance fittings for Type F,Q,l2,and S mounts. "
5. Balance adjuster for Type Q,lt,and S mounts.
�i Galvanized Steel ,
I. Washers for 7*A,B,C�D,F,H,and K mounts.
2. Fasteners forType A,B,E,H,and K mounts.
Stainless Steel
1. All set screws and cotter Keys.
2. Baods,f6r , N mount.3. Hinge pins' rlype E mount.
4. Baits,nuts atid>washers for Type M mount.
/'#r41tkJ7 iltJGt6kf10th1+30D1NFOIA1kiQS cfJiavrtanxYXf(lb3S.YuhMNIIAFXAf.A"I^Mshmwnh7Y)( (tw-tXF 'L'L
NE Sunset ticxufcvaitt .9pi1}aatal. ' Page 83 Special ProvlaiQns
Hoquia6 Avenue NE Tralrjc-Signet Project
City of Renton
June 2008
5. Bolt,nut and washers for Type Lmount.
6. Bolts,nuts,washers,and screw buckle swivels.
Steel t
1. Center pipes,nipples,elbow and tee fittings for Type A,B,C,F,H,and K mounts.
2. Multi-head mounting assemblies and spider assemblies for Type Q,R,and S mounts.
3. Nipples for Type L,LE,P,Q,R,and S mounts.
All other miscellaneous hardware shall be stainless steel.
All hardware for mounts shall be painted with two coats of factory applied traffic signal federal
yellow baked enamel.
Pins for messenger hanger fittings shall be a minimum of 1/2 inch in diameter.
Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal
block.
All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal
yellow baked enamel. t
9-29.18(1) Induction Loop Detectors
Section 9-29.18(1)is replaced with;
(vie*as)
2 CHANNEL RACK MOUNT DETECTOR SPECIFICATIONS
The detector shall be a Reno A&E model C or a pre-approved equal meeting the
following specifications:
PHYSICAL
Weight: 6 oz.(170 gm.).
Size: 4.500 inches (11.43 cm high x 1.12 inches (2;84 cm.) wide x 6.875 inches r
(17.46 cm.)long including connector(not including front handle).
Operating Temperature: -40°F to+180°F(-40°C to+82°C)
Circuit Hoard: Printed circuit boards are 0.062 in. FR4 material with 2 oz. copper on
both sides and plated through holes. Circuit board and components are
conformal coated with polyurethane.
Connector: 2 x 22 pin edge card connector with 0.156-inch(0.396 cm.)contact centers,
Key slots located between B&C and M&N.
Loop Feeder Length: Up to 5000 feet(1500m.) maximum with proper feeder cable and
appropriate loops.
ELECTRICAL
Power: 10.8 to 30 VDC,120 mA max.`
Loop Inductance Range: 20 to 2500 mieroHenries with a Q factor of 5 or greater.
Loop Inputs:Transformer isolated. The minimum capacitance added by the detector is
0.068 microFarad.
Lightning Protection:. The detector shall be able to tolerate, without damage, a 10
microFarad capacitor charged to 2,000 volts;being discharged directly into the
loop input terminals,or a 10 microFarad capacitor charged to 2,000 volts being
discharged between either loop terminal and earth ground.
Reset: Shall meet and/or exceed NEMA TS 1 and TS 2 detector specifications.
Application of a 30-millisecond low state(0 to 8 VDC)to pin C shall reset both
channels. Each detector channel shall be manually reset by pressing the CHAN
button until the desired channel is selected,then holding the CHAN button for
3 seconds,or by changing the sensitivity or loop frequency of the channel.
Phase Green Inputs:Also known as Call Delay Overrides. Shall meet and/or exceed all
NEMATS 1 and TS 2 requirements.,Application of a Low state voltage(0 to 8
'1�'1RF:NTUFNJYRNI IOIOr SfXiik'hY)1lhfAfASpech�icr+litms►f12f-062i StrL fartbxA�iNA1.5jmClttll'rmlrioxs wilfi'tTJG(�NpbaS).dnc
NE Sunset Boulevard(SR 900)and Page 86 Spec�ai 1>rovrsianx
Hoquism Avenue NE Traffic Signal Project .
City of Renton
June 2008
VDC)to pin I(Ch, 1)and/or pin 2 (Ch. 2)shall t atise tht "y timer for the
channel to abut the delay timing functmn autf +r. ntrol for Phase
Green Loup Cs�rnpensation, Max Presence Ti 01199 Cram), Extension
tutting,and lector Disconnect,if the features are m
programed.
Pail-Safe Outputs Poi NEMA TS 2-conducting state indinates detection ougwt. Each
detector,chance output shall default to a`CALL state for any loop failure
condition ot:lts of power.
Channel Status;dutpW_:,.Per NEMA TS 2 - Each.channel shall,have an output to
commurticate the status states of the channel as llovs:.
N`
ormal �i Contiaucxts . . State
Detector'fat re Conlin ttr State
'Open 50 mil!' time,Stl irti'Ilisecond of tithe
Shorted Iota
50,M1 d ':turn 1!>a inillisrcxind UfPtime
Excessive s t tancee than :*25% ,50 miller t)ho-trine.150 millisecond Off time
Solid State Output Ratings:•Shall be optically coupled OW of t transistors. 30 VDC
max. drain'ttt source: 50 mA. max. current _'fie Output tt�ansistor shall be
protectetl with a 33 ovolt zener diode connected bet�n the drain and source.
OPERATIONAL
Display: Shall tCD:and back lighted whenever,tiny' 411-,button is pressed. The
back'"lighting shall extinguish 15 minutes after'#Filet actuation,of any push
button:
Detect Indicators;,4 -channel shall have an super higlt'i nsity red Tight emitting
diode(L]315)°to indica#e a CALL output, Delay Uniitg, Extension liming,
Pending state#of felted loop.
Response Tirnet Sha11z Meet or exceed NEMA TS 4nd f-TS 2 response time
specifications.
Self•Tuning:The detector shall automatically tune and be operational within 2 seconds
after application of power or after being reset.
Environmental 4 Ttacking: The detector shall be ful?y self-compensating for
environmental changes and loop drift;over the full temperature range and the
en#ire loop inductance range.
Grounded Loop:motion:The loop isolation transformr'r all
allow operation with
poor-
Loop. 2 ttaltty low;(which may include Oft short'tb nd it a Single point)
(Fail) Mcin ttu: !f the total inductance of the charm x's:loo inp4tt..ne work goes
out of the rma s fled for the detector, or re; f. by more than
t259b .tiae a all immediately enter they i,W= ife mode and display
LOOP DATE, ,6n the LCD. The type of loop<failure shall also be displayed as
"L lo" (for s change or shorted loop con i
'066s or "L hi" (far +25°l0
chatige or open loop conditions). This will continue its }one as the loop fault
exists: The Fail-Sife.mode shall generate a continuous call to Presence Node
or in PuLSe Mode. At.the time of a loop Failure,the channel's LED shall begin
repeating;a burst of three flashes each one second ' fie LED shall continue
t)tese.bits until the,channel is manually reset or, wer is removed. If the
loop"self heals' the LOOP FAIL message on the LCI1 shill}extinguish and the
channel- will resume operation in a normal manner;.,except;the LED shalt
continue the bursts thus providing an alert that a Loop Pail condition occurred.
Each 1 failure far the channel shall be counted and accumulated into the
t6m
011 Memory. The total number of loop failures written into the Loop
Faig emory(since the last power interruption or manual reset)can be viewed
by te rping /trough the channel's functions in Program Mode to"tire `,LOOP
FAIL"message.
r. :tt�ttwn�tsr�t cm�.oersSxbptHrah J�7NAt. �wtrhrnc(attnuZSy.dnr
NE Sunaet Boulevard(SR 900)atu3 Page 87 Special Provisions
lioquiam Avenues NE Traffic Signal Project
City of Renton
June 2008
LOOPFREQUENCY
There shall be eight(8)selectable loop frequency settings per channel(normally in the
range of 20 to 100 kilohertz). The actual loop operating frequency shall be digitally
displayed on the LCD.
SENSITIVITY
There shall be nine(9) selectable sensitivity levels per channel, plus Continuous-Call
and Channel-Off. The sensitivity levels are to be designed so that a one level increase
actually doubles the sensitivity and a one level decrease halves the sensitivity. A bar
graph shall be displayed on the LCD to make it easy to quickly set the sensitivity to the
ideal level for any loop/lead-in network situation.
Continuous-Call: When set to the Continuous-Call state,the channel output shall be in
the continuously call state regardless of the presence or absence of vehicles
over the loop.The loop oscillator shall be disabled when in the"Continuous-
Call State".This state shall be indicated by CALL flashing on the LCD. This
option shall be selected from the Sensitivity menu in Program Mode.
Channel-Off: When set to the Channel-Off state, the channel output shall be
continuously in the No-Call state regardless of the presence or absence of
vehicles over the loop. The loop oscillator shall be disabled when in the
"Channel-Off State'". This state shall be indicated by OFF flashing on the
LCD. This option shall be selected from the Sensitivity menu in Program
Mode.
CALL DELAY
Each channel's Call Delay shall be adjustable from 0 to 255 seconds in 1-second steps.
Cali Delay time shall start counting down when a vehicle enters the loop detection
zone. The remaining Call Delay time shall be continuously displayed on the LCD.
Whenever a Phase Green Input(call delay override)signal'(pins 1 or 2)is active (low
state),the Call Delay function for that channel shall be aborted and the Call Delay time
forced to zero.
CALL EXTENSION
Each channel's Call Extension shalt be adjustable from 0 to 25.5 seconds in 0.1-second
steps. Extension time shall start counting down when the last vehicle clears the loop
detection zone. The remaining Extension time shall be continuously displayed on the
LCD. Any vehicle entering the loop detection zone during the Extension time period
shall cause the channel to return to the Detect state, and later, when the last vehicle
clears the loop detection zone,the full Extension time shalt start counting down again.
PRESENCE/PULSE
One of two mutually exclusive modes of operation for each channel shall be available.
Presence or Pulse mode shall be toggled by momentarily pressing either the up or down
button.
Presence Mode: Will provide a Call`hold time of at least 4 minutes (regardless of
vehicle size)and.typically 1 to 3 hours for an automobile or truck.
Pulse Mode: An output Pulse of 125:t10 milliseconds duration shall be generated for
each vehicle entering the loop detection zone. Each detected vehicle shall be
instantly tuned out if it remains in the loop detection zone longer than 2
seconds. After each vehicle leaves the loop detection zone,the channel shall
resume full sensitivity within 0.5 seconds.
MAX PRESENCE TIMER
Each channel's Max Presence timer shall be adjustable from 1 to 999 seconds in.1-
second steps,plus OFF The Max Presence function is used to limit ppresence time, by
automatically resetting a channel. I£this function is enabled (on),the Max Presence
timer begins counting down when a Call is initiated and the remaining time is
continuously displayed on the LCD. If the loop becomes vacant before the Max
Presence timer reaches zero, the Call is dropped and no automatic reset occurs. If the 1
N•1rUtliN'!t'X100fN1Jf11tkllNltNtY11lA5t�7ASprc3fitwtlansH#l�2SSHtMnlurol►hYNN.Sryrciat!'n+N7stwnsvfrk7YX:(lX#-065}.dvc
NE Sunset Boulevard(SR 900)and page 88 Special Provisions
Hoquiarn Avenue NE Traffic Signal Project
City of Renton
June 2008
End-Of-prow(�EqG)function is not enabled(off)and the C411-is still present when the
Max Presence Winer reaches zero,,the channel then is a4to tit l _ -reset.:- .f the EOG
is function is,enabled (cut) and the Call is still present vvhe i>the ax PTese= timer
reaches zero,the channel enters a"Wait"state. Theait,stete continues until either the
loop becoiries"vacant or the Phase Green Input signal for the channel (pin 1 or 2
transitions,_fr0#1'. . 0-to not green with the Call stillpreaeiit. If the l ` becomes
vacant first,the"C j0dro- pad and no automatic reset odours, If the Phase dreen Input
for the channel transitions from green to not green while the channel is in a Wait,state,
the channel is automatically reset. The signals on pins I and'2 are also called Call
Delay Overrides.
END-OF-GREEN G,
Each channel'�i�wing,ran be toggled ON or OFF by momentarily pressing either
the up or dovo`butt#an. The l�function is used to syni�nize resetting of a channel
With the term1i
OPTION 5,PHASE GREEN LOOP COMPENSATION
The detector's Phase Green Loop Compensation setting shall be toggled ON or OFF-by
momentarily pressing either the up or down button. When Option 5 is enabled(on),
normal loop compensation is used until the Phase Green Input signal (pin 1 or 2)
becomes active. Once the Phase Green Input signal is active, the detector shall
desensitizes the loop. Maximum desensitization shall not exceed 0.05% (-AIJL). This
desensitization will "tune out" small changes, such as adjacent lane pick up therefore
minimizing the chance for max timing an empty lane. When Option 5 is not enabled
(off),normal loop compensation shall be used.-
OPTION 6,VEHICLE COUNTING DISPLAY(OPTIONAL OPTION)
When Option 6.0 is enabled (on) for a channel, the normal operating display for that
channel shall be replaced with the accumulated vehicle count. The unit shall be
capable of accumulating 65,535 vehicle counts before rolling over to 0. The display
will show just the hundreds,tens, and ones digits until the accumulated count exceeds
999. At this point the display will alternate between the ten thousands and thousands
digits and the remaining three digits for hundreds, tens, and ones. The accumulated
vehicle count is cleared by loss of power or can be manually cleared using Option 6.1.
Option 6.1 shall be used to reset the accumulated vehicle count for the selected
channel... When Option 6.1 is changed from the off state to the on state, the
accumulated vehicle count for the selected channel shall be reset to zero. Option 6.1
shall always be in the off state when first viewed.
OPTION 7,VEHICLE COUNTING LOOP CONFIGURATION(OPTIONAL OPTION)
The detector's Vehicle Counting Loop Configuration setting shall be set from 01 to 04
for each channel. This setting should indicate the number of loops installed in a single
lane. 01 would indicate a sin le loop. This could be a single 6'x,6'or a long loop such
as a 6'x 50'Quadrapole"•M. 'fhe remaining three settings indicate the number of 6'x 6'
loops installed in a single lane of traffic.
OPTION 8,COMMON FAIL OUTPUT(OPTIONAL OPTION}
The Common Fail Output setting shall be toggled ON or FF by momentarily pressing t
either the up.or down button. The Common Fail Output setting shall be a "detector
wide" option. This means that setting it to ON for any channel turns it ON for all
channels,and setting it to OFF for any channel turns it OFF for all channels,
When Option 8 is enabled(on),a failure on any channel in the detector will cause
all of the fail outputs for the detector to activate.
OPTION 9,THIRD CAR PASSAGE
Each channel's Third Car Passage setting can be toggled ON or OFF by momentarily
pressing either the up or down button. Option 9 is a "paired channel"option. This
means that it takes two channels to implement the feature. Therefore,when this option
is toggled ON or OFF in one channel, its paired channel is also set to the same state.
Option 9 shall be mutually exclusive with Option 10. Turning ON one option shall
automatically turn OFF the other option.
When Option 9, is enabled (on), the output of the paired channels shall be
logically ANDed together. This means that. while the loops for both of the paired
channels are occupied, a call will output on both channels. While only one channel is
occupied,or neither channel is occupied,a call will not output for either channel. The
first channel with detection shall enter a"pending"state while waiting for detection in
the other paired channel. While in the pending state,the LCD shall show"Pnd"on the
display.
OPTION 10,DIRECTIONAL LOGIC
Each channel's Directional Logic setting shall be toggled ON or OFF by momentarily
pressing either the up or down button. Option 10 is a "paired channel" option. This
means that it takes two channels to implement the feature.-Therefore,when this option
is toggled ON or OFF in one channel, its paired channel is also set to the same state.
N l+IRlsN7Y)IXXN1f 1704 1/NN IHOFNA�j�er!/xvNiarrst08-f1b25 3uhwilNalU INAI.Spwlaf 13rWWWs"4111%YX:1MR(XixV.diX
NE Sunset Boulevard(SR 900)and Page 90 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
r
Option 9'*11 b'�tiautually exclusive with option 30. �Tti n ON,one option shall
auto c Y, DEP the other option.
Vlten tlonr tJ is enabled (on), directional iogA -ahjll.be iiiii-.bW Direction
log
Arts'*it a detection an one channel. This�nnl'shail Into tire,"peridiarg"
state, display-`Thd"`'on`the LCD display, and NOT tpw?t a call. When bath'ol'the
paired ohanrrels'baye det�tian, the last channel 'to have detection will output a Call
until the detectiiciillor tha last channel ands, aven f.# detection ends for the`first
channel. None Of-44-timing functions of the fit c >tinel wfih;a detection shall:time
(Delay, Extension,MU Presence,and Detector Disconnect and the first channel shall
always operate in the: resence Mode regardless.ttF mining far the channel,The
second channel witlt a ttetection shall time all timing f tmd bns as programmed.
OPTION 11,AAUDIS� ►L�GI'SIGNAL
Each channel`s, Awe Detect Signal setting shad b toggled ON or OF)~ by
momentarily,pressmg either the.up or down button, only.one'channei can be turned on
at.a time. Turning tip option on for one channel automitt j turns it off fair the other
channel."t When 0460V
on is enabled(on),an audible' al will be activated whenever
the detection zone fctr the selected channel is occup "The audible signal indicates
actual occ` ancy of-the,Ioop detection zone. Tirt}litg;.atid disconnect functions shall ,
have no e ect.00..tha audible signal.This option shall-be,automaticallyAisabled 1S
minutes after r on loss of power:
OPTION 12,DM- DISCONNECT
Each channels'l�eteor Disconnect settings shall be toggled OIV ar ol~F and the
r
Extension timer i t"Wor ed between ON and OFF by motnc:ntI11M pressing either the up or
dawn button. T Disconnect feature requires,that41it Phase Green Inputs for
each channel be conned to the proper controller pha . When the Phase Green Input
is not active(high),tf e' etector shall operate normally. When the Phase�Green Input is
active (low),at the etstl of each detection the extension trrner will start to countdown.
If his timer read Ibrr before the next detection,the±sham, al,will tw longer output a
call until the phase green input is not active. Because the"e*ension tither is used as a
disconnect timer while in this mode,two different disoaunact types shall be available,:
Option,12.1 OFF-. tension timing occurs and ffie I te�rtlnier also serves as the
disconnect titduring;phase green. This will cause the tali'output to remain
in the Call until disconnect occurs.
Option 12.1 ON - Exaion dining is disabled,and the eictension timer is used as the
disconnect tither: This will cause the Call.out .to follow the occupancy of
the loop detecction zone until disconnect occurs.
Section 9-29.2-3 is a new section with new°subsections:
929.23 Trafnc Si;nat ttfor 'li iAu 0 System (ORS)
The BBS shall be a Tesco Traffic 22 BBS:1400XL-6 or equivalent and shall meet or exceed the
following specifications:
F�NCL4� ')CCIFItCA'I'T0—NS•
Anodized alurninuin weatherproof enclosure shall house BBS and batteries.Enclosure shall be
TIG welded nstruction with welding materials specifically designed for,the material to be
welded;Enclosure shall have fully"framed side hinged outer doors with,swaged close tolerance
sides for flush twit with drip lip and closed call neoprene flange compressed gaskets.Front door
shall inmate a fuN4d, ngtlt planer hinge,pad-lockable draw-latch(center area on door-latch
side),and two pad lockable*pIded•in place vandal-proof"tabs(one upper at ea,tone lower atva on
door-latch side;rated at 2006 lbs.each).There shall be no exposed nut,bolts,screws,rival or
other fasteners tin the exterior of the enclosure.Maximum cabinet dimensions 4G"If x 20"W x
10.25"D.Weight 250 lbs with batteries.BBS shall be mounted in an interior'tilt out housing with
N irtkl l t p F1D1Ni vY�cwtirxrxNNt ptS25 Sx ltraM7NAi. Pedo NrvWsia wUft RX 2S +lvc
NE Sunset Eouleverd(Sit 9t1b}and °°"" Page 97` Special Provisions,
Fioquiam Avenue NE Traffle-Signal,Pf9ject
City of Renton
June 2008
r
800 lb rated stops.Battery connectors shall be Anderson Connectors with silver plated contacts.
Batteries shall be installed in fixed position framed trays f©r seismic safety and be readily
accessible for maintenance.Batteries shall be mounted allowing airflow front and back.
Enclosure can include two transfer bypass switches,one for BBS bypass the second for auxiliary .
generator(optional).All switches must be panel mounted on interior dead front panel board.UV
resistant plastic laminated nameplates shall identify all controls and major components.A plastic
covered wiring diagram will be attached to the inside of the front door.All components shall be
factorywired"and conform to required NEINA,NEC,and UL standards:A chassis ground,point.
shall be provided.Panel shrill be UL 508 Industrial Control Panel rated.
BBS PANEL MINIMUM FEATURES:
• System shall provide 700 watts of full control rune time for two(2)hours.In addition the
system shall provide six(6)to eight($)hours of flash. i
+ BBS bypass and BBS isolation switch.
+ Deadfront safety panel board with all switches,indicating fuses,plugs,and isolation
fuses for each battery pre-wired with phenolic nameplates.
• All nameplates shall be screwed on phenolic engraved type.
+ All wire terminating lug shall be full wrap around type.
• All batteries shall be captive spaced from external captive sides in earthquake proof
buckets.
• Cabinet ventilation shall be by(qty.4)4"x '!a"louvers top and bottom with encapsulated
bug screens,:cleanable filters and a 100 cfm fan to completely exchange air 25 times
minimum per minute.
• All DC terminals and connections shall incorporate safety covers such that the safety
covers are in place for every normal maintenance mode.
• Event Counters&Total Run Time Counter.
BBS UNIT MINIMUM SPECINICAT ONS:
BBS unit shall provide a true sine-wave output with minimum 1400 Volt-Amp continuous
capacity.BBS must provide for utility service isolation when in operation.The minimum rating
for wattage output will be 950 watts.The BBS shall be capable of running an intersection with
LED lights(for Run Time consult manufacturer).The unit shall operate off-line,with transfer
time of 2 ms or less,with battery condition indicator,with automatic test provisions,and with
hot-swappable batteries(all batteries in system).BBS will automatically recharge batteries from
full discharge to 95%capacity within 6 hours. BBS will provide on-line operation for x
minimum input of 92 to 145 VAC,provide full load output of 120VAC—10%/+4%at 60 Hz+!-
0.05%over a temperature range of-37°C(optional adder)to+74°C and be a UL Approved
Design.
For Safety and maintenance the BBS shall not exceed 28 pounds.The BBS unit will be delivered
with maintenance manuals and schematic diagrams.
BBS UNIT MIj111MUM"FEATU
+ 1400VA 950 Watts,with quick make/break connectors and plugs.(Systems requiring hard
wiring termination to/from the inverter are unacceptable).
•. Surge energy withstand 480 Joules,65kA -
• Common mode clamping 0 its<5ns typical UL 1449
+ Conditioned power—Computer quality
• Transient lighting protection 160 Joules
J'irlX�ltrlrltNkX10111{1160111NFU1�x 7�r�INna1l!!1•QlF2.S.1xlHnietnRl7NAt.5pvc*11PmvwwuVV1fh7TX:(W4Ya51das
Special Provisions
NE Sunset Boulevard(SR 900)and
Page 92 l
Noquiam Avenue NE Traffic Signal Project
City or Renton
June 2008
�► " A
• Transfer to battery time
+ Retransfer to Lttlity M:
• Each battery shall be U volts @ 18 AH with heavy duty AAtitlersan plugs and isolated fused
(deadfront panel mounted, { amp)connections to the BBS`for gr eater system reliability and
ease of mainterianee.Series wising is unacceptable:
• Fan cooling shall be fused fbr locked rotor current.
+ Cooling air shaltbe ducted td cool the front and back of each battery with air space on all
four sides and top of bakery.
{
• BBS covers shelf be 66 open on both sides to diminish the environmental effects of extreme
temperatures.
• Includes USB&RS232,3 Computer Interface Ports.
• Low voltage safety de$ign'at 24v DC.(Higher voltage DC systems are unacceptable).
BBS CQMMUNIiC f OD t.
Ali inverter connections shalt be.tnade without the use of toois.'I'ltis includes:AiC-Input,A/C-
Output,Normally-Open,a j4orinalfy-Closed programmable contacts.
Smart Slot Relay I/O Module;
Input#1 Turn the, on.
Input#2 Turn the DRS off. .
Input#3 Start the 018S tW4est.
Input#4 Shutdown ttte W (when on battery).
Output#1 The Bb$'is an-battery(during a power failure,self test or run time calibration).
Output#2 BBS has a low battery—Programmable.
Output#3 The protectett toad is not receiving power from the BBS.
Output#4 Replace the BBS batteries.
Output#5 The BBS is overloaded.
Output#6 Any BBS,fault or self--test failure.
BA7"TEItI'
.
Batteries shall be mairitenance�froe,,type AGM/VRLA(Absorbed blsss Mat/Valve Regulated
Lead Acid),such as APP*art=UPS RMIXL or approved equal. tti+erle&shall be independently
pre-wired and individually fuse( Batteries shill be furnished wi#lr heavyduty 50 amp,rated
silver-plated Andersen t~onnectors. 100 Amp internal fuse,by Bate fy supplier:Batteries shall be
lightweight for personnel safety--and protection plus ease of installation and maintenance.
Batteries with a weight of over G lbs are not acceptable.
ENQkQSURV .ENS Ohl.
Operating temperature ranges#all be a minimum-37° C to X74°C.
The system shall incorporate an integrated Power System Analyzer and Conflict Resolution
Module.The Analyzer fall evaluate and.make limited adjustments to the incoming utility power
and utoMati lly transfer lo_
d to the battery back-up power if utility power is lost.When utility
w power becomes available,the B13S shall analyze the power to verify stability and return to normal
operation:The system shitll provide automatic BBS failure detection and automatically isolate the
failed>BBS and lock the unit onto utility power.Once the failure has been corrected,the system
shall return to the normal operation.
7*�iR/;X1 11aUG0lA�5dr1JN1Y�fMNdl thxu{dYt fk32$Sxl W&gAF%NA1..*raio1I%M"M with We( G 2.S.doe
NE Sunset Boulevard(SR 400)anti' Huge 93 Ww—ial Provisions
Hoquiam Avenue NE Traffic Signs!Project
City of Renton
June 2Up$ ,
TRIPLE BYPASS SYSTEM FOR OFFLINE IIBS:
1 SPACT Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module.
1. PCM Power Conflict Monitor
2. The PCM is a totally redundant fuilsafe system.The PCM shall monitor load bus power
available continuously.If load bus power fails for 5ms the PCM shall transfer and isolate
the BBS and guarantee that commercial power will be locked.on.
3. Watchdog Timer—Redundant 5 ms delay and hard transfer to utility power.
4. The outboard Smart Transfer Switch shall not interrupt the normal controller function.
Transfer time shall be 2ms.
5. Onboard Smart 1/0 module shall execute lockout of battery back up system upon Smart
detection of any inverter BBS fault.If BBS resets itself,it shall automatically be
available for backup.
7. ON Inverter to timed relay for Full Time control of Output,0 to 10 hours.
SMART BATTERY CHARGER:
Shall charge'from shut off discharge to 95%fully charged in less than 6 hours.Batteries shall be
ambient enclosure compensated to less than 120°.The battery charger shall utilize Smart Cell
Technology to extend battery life.
INTELI QEN 'BATTERY MANAGEMEN I`:
The system shall have a precision battery charging system,automatic true-load battery tests,and
redundant overcharge protection.The system shall regulate under and over voltages without
switching to battery.
The system shall automatically perform a self-test every two weeks and alert Owner to degrading
batteries before they wear out.Through software,or the push of a button,self-tests may be
performed at anytime.The system battery charging systems shall be microprocessor controlled to
precisely charge batteries.
HOT-SWAPPABLE BATTERY REPLACEMENT:
The system shall have a 60 second,user friendly,trot-swappable battery replacement system
allowing safe and easy replacement of batteries while the system is up and running.Replacement
battery packs shall ship in a reusable box for convenient return of exhausted batteries to a
recycling center.
WARRANTY:
Manufacturers shall provide a two(2)year factory-replacement parts warranty on the BBS.
Batteries shall be warranted for full replacement for two(2)years.The warranty shall be included
in the total bid price of the BBS.
ADDI'f I,t„ NAL DESIGN OPTIONS:
The system shall have available a.
+ Generator Transfer switch with BBS bypass and 30-amp external reverse service plug.
• Heater with thermostat.
9-29.24 Service Cabinets
Section 9-29.24 is replaced by the following:
The signal/street lighting service cabinet shall be as indicated on the contract plans and detail
sheets. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The
111MENJMOXN11 kS25 Skwi11ahF1NAI..Sp iut PrrWW"T"h 7iU-((dEi-pEf524).drec
NE Sunset Boulevard(SR 900)and Page 94 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
s
Y
cabinet shall be fabricates from galvanized cold rolled sheet steel,witlii l2 gage exterior
surfaces and 14 gauge for int 46r panels. floor hinges shalt be the.c�t�us:cvnt aged piano
type and no scree,riw�+ets crr�bolts shall be visible outside the erteltfst re...The ca Jim(d, r shall
be fitted for,a Best internal type lock. The cabinet shall have ventilation havers on the lower and
upper sides complete-with, reetrs,filters and have rain tight gaskets. The cabinet door shall have
a one piece weather proof;neoprene gasket.
�► 9-29.24(X) Paota ;
Section 9-29:24(3.)is replacx d with the following.
�rThe finish coat shall be a facwry baked on enamel fight ey,,in color. The lvanized
surface shall be etch_bef the baked on enamel is appli� '7 Interior shall be given a
finish coat of extert—Ode of white metal enamel:
Painting shall be done Jn formance with the provisions of Section 8-20.3(-12).
9-29.24(2) BI
OchledIC'Mcuit Breakers and Conuictr�rs
Section 9-29.20 fs deleted and replaced with the following:
The electrical circuit breakoWand contactors shall be as indicated on the contract plans and
detail sheets. The follow l! equipment shall be featured within the cabinet.
I. Main circuit maker
2. Branch cfrea biers
3. Utility ptug(12#}alt 20 Amp rated)GF.I.Type
4. Light control t switch(120 volt-15 Amp)
5. Contactor relay for each circuit
6. Double le'branch bxeaker(s).for lighting circuits(240voit)
7.' One l2olt,2U Atnp single'pole branch breaker% for utility plugs)
$• Type 3,single ham 120{240 volt grounded neutra service
9. One 120, �Arnp sin 16 pole branch breaker(sig�l service)
3t?. Complete provis%ns for 1t breaker poles
11. Name plates.phenolic black with white engraving except the main breaker which
shall a red with white lettering. All name plates shall be attached by S.S.screws.
12: Meter base sections are unnecessary
9.29.25 Amplifier,Transki mer,and Terminal Cabinets
Section 9-29.25 is supplemented as follows:
The terminal box shall be weather tight,have a single door with rorrtinuaus,hinge on one,side and
screw hold-downs can the door loiirg side. All hardware will be stainless,steel. All mounting
hardware shall be stainless steelpil shall be incidental to the unit price.of terminal box.
�I+
Terminal blocks shall be 6E10V heavy duty, barrier type. Each terminal shall be separated by a
n
marker strip.:The,marker strip shall be permanently marked with the circuit number indicated;in
the plans Bach connector shall be a screw type with No. 10 post capable of accepting no less
than 3#12 AWG,wires fitted with spade tips.
Interconneet',?splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13"
wide x 1, "dip and instructed of cast aluminum and fitted with a Best internal'lock.
1:vh�1+Iow(laV#r�tus�x+crpcatb�wtf a5ts,s"ew,&raAtnl�6 !sprctnvxr w�ra 7rJC�7bzs.iruc
NE Sunsot Bovkverd(SR."0)VWI Page 95 Special Provisions
lioqularn Avenue NE Trafft`Sioj Project
City or Renton
June 2QU8
r
l
_ i
i
i
i
!'ft1NF:N717f3fllKN1 IOIUblN11 XhYJ lFkkifAS�rrriflc+vlfrx+�ltAHfkS25 Lr(�arlealVl7NAL tiincla!!'mvltfw+s wlth7ifX:{(Jt1.dY24j.dae
NE Sunset Boulevard(SR 9DO)and Page 96 Special Provisions
Hoquiam Avenue NE Traffic Signal Project
City of Renton
June 2008
L
WSDOT STANDARD PLANS
ERRATA AND STATUS
CITY OF RENTON
Field Wiring Chart
Project Sign Detail
WSDOT
STANDARD PLANS
C-1 J-5 K-20.40-00
C-6 J-6c K-30.20-00
J-6f K-36.20-00
F-10.16-00 J-6g K-40.40-00
F-30.10-00 J-7a K-40.80-00
F-40.12-00 J-8c K-70.20-00
J-8d K-80.10-00
J-9a
G-30.10-00 J-11 a
J-11 c M-20.10-01
M-20.20-01
M-24.40-01
M-24.60-02
STANDARD PLANS
(April 7, 2008)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction
M21-01 transmitted under Publications Transmittal No. PT 08-001,effective April 7,2008
is made a part of this contract.
The Standard Plans are revised as follows:
All Standard Plans
All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to
read "Hot Mix Asphalt".
All references in the Standard Plans to the abbreviation"ACP" shall be revised to read
"HMA".
C-1 Sheet 1
In the TYPE I ALTERNATIVE,the title of the first section view is revised to INITIAL
INSTALLATION
8-10.20 and B 10.40
Substitute"step"in lieu of"handhold"on plan
C-la
In the TYPE 11, WOOD POST ASSEMBLY, the 18"long Button Head Bolts are revised
to 25"long.
C-1 b
In the ANCHOR POST ASSEMBLY,the above ground 7 1/2"long bolt connecting the
Wood Breakaway Post to the Foundation Tube is revised to 10"long.
C-2s
Delete reference to.Cross-Section A.
C-5
In the A CONNECTION,"Type 3 transition pay limit"is revised to"transition pay limit".
C-8
END VIEW A,shows two dimensions at the connecting pin counterbore opening at the top
of the view, 1 ''/z"R.and below another dimension of 1 ''/Z"R.,the bottom dimension should
be 7/8"R.
C-10(sheet 2 of 2)
COVER PLATE DETAIL,dimension of the 1"dia. holes, changes from 8"to 3"
ME
WMMMUM
r
C-11 b Sheets 1 and 2
In the PRECAST FOOTING,ELEVATION view(Sheet 1)and in the CAST-IN-PLACE
FOOTING, ELEVATION view(Sheet 2), COMMERCIAL CONCRETE is revised to
CONCRETE CLASS 4000.
In the BREAKAWAY ANCHOR ANGLE,ELEVATION view Sheet 2 the welding
( )> g
symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and
the 1/2" End Gussets have 1/2" fillet weld joints.
C-12
Note 1 is revised to read:
Approved inertial barrier systems(sand barrel arrays)are listed in the Qualified Products
List and shall be installed in accordance with the manufacturer`s recommendations.
Products not listed on the Qualified Products List are considered when submitted with a
Request of Approval of Materials(RAM) form.
D-1 a through D-1 f
Deleted.
F-40.12 through F-40.18
The following note is added to these five plans:
Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2%.
K-80.30-00
In the NARROW BASE, END view,the reference to Std. Plan C-8e is revised to Std. Plan
K-80.35
M-1.60-01
COLLECTOR DISTRIBUTOR ROAD OFF-CONNECTION,taper dimensions of 225'
MIN. is changed to 300' MIN.
The following are the Standard Plan numbers applicable at the time this project was
advertised. The date shown with each plan number is the publication approval date shown
in the lower right-hand corner of that plan. Standard Plans showing different dates shall
not be used in this contract.
A-10.10-00 8/07/07 A-30.15-00 11/08/07 A-40.50-00 11/08/07
A-10.20-00 10/05/07 A-30.30-00 11/08/07 A-60.10-00 10/05/07
A-10.30-00 10/05/07 A-30.35-00 10/12/07 A-60.20-00 10/05/07
A-20. 10-00 8/31/07 A-40.10-00 10/05/07 A-60.30-00 11/08/07
A-30.10-00 11/08/07 A-40.20-00 9/20/07 A-60.40-00 8/31/07
�w
1
B-05.20-00 6/01/06 B-30.50-00 6/0 /06 B-75.20-00 6/01/06
B-05.90-00 6/01/06 B-30.70-01 8/31/07 B-75.50-00 6/08/06
B-05.60-00 6/01/06 B-30.80-00 6/08/06 B-75.60-00 6/08/06
B-10.20-00 6/01/06 B-30.90-01 9/20/07 B-80.20-00 6/08/06
B-10.90-00 6/01/06 B-35.20-00 6/08/06 B-80.40-00 6/01/06
B-10.60-00 6/08/06 B-35.40-00 6/08/06 B-82.20-00 6/01/06
B-15.20-00 6/01/06 B-40.20-00 6/01/06 B-85.10-00 6/01/06
B-15.90-00 6/01/06 B-4.0.40-00 6/01/06 B-85.20-00 6/01/06
B-15.60-00 6/01/06 B-45.20-00 6/01/06 B-85.30-00 6/01/06
B-20.20-01 11/21/06 B-45.40-00 6/01/06 B-85.40-00 6/08/06
B-20.40-01 11/21/06 B-50.20-00 6/01/06 B-85.50-00 6/08/06
B-20.60-01 11/21/06 B-55.20-00 6/01/06 B-90.10-00 6/08/06
B-25.20-00 6/08/06 B-60.20-00 6/08/06 B-90.20-00 6/08/06
B-25.60-00 6/01/06 B-60.40-00 6/01/06 B-90.30-00 6/08/06
B-30.10-00 6/08/06 B-65.20-00 6/01/06 B-90.40-00 6/08/06
B-30.20-01 1.1/21/06 B-65.40-00 6/01/06 B-90.50-00 6/08/06
B-30.30-00 6/01/06 B-70.20-00 6/01/06 B-95.20-00 6/08/06
B-30.40-00 6/01/06 B-70. 60-00 6/01/06 B-95.40-00 6/08/06
C-1 2/06/07 C-3b 10/09/05 C-13 4/16/99
C-1a 7/37./98 C-3c 6/21./06 C-13a 4/16/99
C-lb 10/31/03 C-3d 3/03/05 C-13b 4/
C-lc 5/30/97 C-4 2/21/07 C-14a 7/226/02
6/99
C-ld 10/31/03 C-4a 2/21/07 C-14b 7/26/02
C-2 1./06/00 C-4b 6/08/06 C-14c 7/26/02
C-2a 6/21/06 C-4e 2/20/03 C-14d 7/26/02
C-2b 6/21/06 C-4f 6/30/04 C-14e 7/26/02
C-2c 6/21/06 C-5 10/31/03 C-14f 9/02/05
C-2d 6/21/06 C-6 5/30/97 C-14g 11/21/06
C-2e 6/21/06 C-6a 3/14/97 C-14h 1/11/06
C-2f 3/14/97 C-6c 1/06/00 C-14i 12/02/03
C-2g 7/27/01 C-6d 5/30/97 C-14j 12/02/03
C-2h 3/28/97 C-6f 7/25/97 C-1.4k 1/11/06
C-2i 3/"28/97 C-7 10/31/03 C-16a 11/08/05
C-2j 6/12/98 C-7a 10/31/03 C-16b 11/08/0
C-2k '7/27/01 C-8 4/27/04 C-20.14-00 2/06/07
C-2n 7/27/01 C-8a 7/25/97 C-20.40-00 2/06/07
C-2o 7/13/01 C-8b 1/11/06 C-22.40-01 10/05/07
C-2p 10/31/03 C-8e 2/21/07 C-23.60-00 2/06/07
C-2q 3/03/05 C-8f 6/30/04 C-25.18-01 9/20/07
C-2r 3/03/05 C-10 7/31/98 C-25.20-01 9/20/07
C-2s 3/03/05 C-11 5/20/04 C-25.22-01 10/05/07
C-2t 3/03/05 C-11a 5/20/04 C-25.80-00 9/20/07
C-3 10/04/05 C-ilb 5/20/04 C-28.90-00 2/06/07
C-3a 10/04/05 C-12 7/27/01
L
D-2.02-00 11/10/05 D-2.36-01 11/08/07 D-2.80-00 11/10/05
D-2.04-00 11/10/05 D-2.38-00 11/10/05 D-2.82-00 11/10/05
D-2.06-00 11/10/05 D-2.40-00 11/10/05 D-2.84-00 11/10/05
D-2.08-00 11/10/05 D-2.42-00 11/10/05 D-2.86-00 11/10/05
D-2.10-00 11/10/05 D-2.44-00 11/10/05 D-2.88-00 11/10/05
D-2.12-00 11/10/05 D-2.46-00 11/10/05 D-2.92-00 11/10/05
D-2.14-00 11/10/05 D-2.48-00 11/10/05 D-3 7/13/05
D-2.16-00 11/10/05 D-2.60-00 11/10/05 D-3a 6/30/04
D-2.18-00 11/10/05 D-2.62-00 11/10/05 D-3b 6/30/04
D-2.20-00 11/1.0/05 D-2.64-00 11/10/05 D-3c 6/30/04
D-2.30-00 11/10/05 D-2. 66-00 11/10/05 D-4 12/11/98
D-2.32-00 11/10/05 D-2.68-00 11/10/05 D-6 6/19/98
D-2.34-00 11/10/05 D-2.78-00 11/10/05
E
E-1 2/21/07 E-4 8/27/03
E-2 5/29/98 L-4a 8/27/03
F-10.12-00 12/20/06 F-30.10-00 1/23/07 F-40.18-00 2/07/07
F-10.16-00 12/20/06 F-40.10-01 10/05/07 F-40.16-00 2/07/07
F-10.40-00 1/23/07 F-40.12-00 2/07/07 F-40.20-00 10/05/07
F-10.42-00 1/23/07 F-40.14-00 2/07/07 F-42.10-00 10/05/07
F-10.62-01 9/05/07 F-40.15-00 2/07/07 F-80.10-00 1/23/07
F-10.64-01 10/05/07 F-40.16-00 2/07/07
L
G-9a 6/25/02 G-24 .50-00 11/08/07 G-70.10-00 10/5/07
G-10.10-00 9/20/07 G-24.60-00 11/08/07 G-70.20-00 10/5/07
G-20.10-00 9/20/07 G-25.10-00 11/08/07 G-70.30-00 10/5/07
G-22.10-00 11/08/07 G-30.10-00 11/08/07 G-95.10-00 11/08/07
G-24.10-00 11/08/07 G-50.10-00 11/08/07 G-95.20-00 1.1/08/07
G-24.20-00 11/08/07 G-60.1.0-00 8/31./07 G-95.30-00 11/08/07
G-24.30-00 11/08/07 G-60.20-00 8/31./07
G-24.40-00 11/08/07 G-60.30-00 8/31/07
Ii-30.10-00 10/12/07 H-60.20-00 9/05/07 H-70.30-00 9/05/07
H-32.10-00 9/20/07 Ii-70.10-00 9/05/07
H-60.10-00 9/05/07 H-70.20-00 9/05/07
1-10.10-00 8/31/07 1-30.50-00 11/14/07 1-60.10-00 8/31/07
1-30.10-00 9/20/07 1-40.10-00 9/20/07 I-60.20-00 8/31/07
I-30.20-00 9/20/07 1-40.20-00 9/20/07 1-80.10-00 8/31/07
I-30.30-00 9/20/07 1-50.10-00 9/20/07
1-30.40-00 10/12/07 I-50.20-00 8/31/07
it
r
L
J-lf 6/23/00 J-8b 5/20/04 J-18 9/02/05
J-3 8/01/97 J-8c 5/20/04 J-19 9/02/05
J-3b 3/04/05 J-8d 5/20/04 J-20 9/02/05
J-3c 6/24/02 J-9a 4/24/98 J-28.10-00 8/07/07
J-3d 11/05/03 J-10 7/18/97 J-28.22-00 8/07/07
J-5 8/01/97 J-11a 10/12/07 J-28.24-00 8/07/07
J-6c 4/24/98 J-11b 9/02/05 J-28.26-00 8/07/07
J-6f 4/24/98 J-11c 6/21/06 J-28.30-00 8/07/07
J-6g 12/12/02 J-12 11/08/05 J-28.40-00 8/07/07
J-6h 4/24/98 J-15a 10/04/05 J-28.42-00 8/07/07
J-7a 9/12/01 J-15b 10/04/05 J-28.45-00 8/07/07
J-7c 6/19/98 J-16a 3/04/05 J-28.50-00 8/07/07
J-7d 4/24/98 J-16b 9/20/07 J-28.60-00 8/07/07
J-8a 5/20/04 J-16c 9/20/07 J-28.70-00 11/08/07
K-10.20-01 10/1.2/07 K-26.40-01 10/12/07 K-40.60-00 2/15/07
K-10.40-00 2/15/07 K-30.20-00 2/15/07 K-40.80-00 2/15/07
K-20.20-01 10/12/07 K-30.40-01 10/12/07 K-55.20-00 2/15/07
K-20.40-00 2/15/07 K-32.20-00 2/15/07 K-60.20-01 11/12/07
K-20.60-00 2/15/07 K-32.40-00 2/15/07 K-60.40-00 2/15/07
K-22.20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07
K-24.20-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00 2/21/07
K-24.40-01 10/12/07 K-34.20-00 2/15/07 K-80.20-00 12/20/06
K-24.60-00 2/15/07 K-36.20-00 2/15/07 K-80.30-00 2/21/07
K-24.80-01 10/12/07 K-40.20-00 2/15/07 K-80.35-00 2/21/07
K-26.20-00 2/15/07 K-40.40-00 2/15/07 K-80.37-00 2/21/07
L-10. 10-00 2/21/07 L-40.10-00 2/21/07 L-70.10-00 1/30/07
L-20. 10-00 2/07/07 L-40.15-00 2/21/07 L-70.20-00 1/30/07
L-30.10-00 2/07/07 L-40.20-00 2/21/07
-
M-.1.20-01 1!30/07 M-5-10-01 1/30/0 7 M-24.40-01 5/31/06
M-1.40-01 1/30/07 M-7.50-01 1/30/07 M-24.60-02 2/06/07
M-1.60-01 1/30/07 M-9.50-01 1/30/07 M-40.10-00 9/20/07
M-1.80-02 8/31/07 M-11.10-01 1/30/07 M-40.20-00 10/12/07
M-2.20-01' 1/30/07 M-15.10-01 2/06/07 M-40.30-00 9/20/07
M-2.40-01 1/30/07 M-17.10-01 1/30/07 M-40.40-00 9/20/07
M-2.60-01 1/30/07 M-20.10-01 1/30/07 M-40.50-00 9/20/07
M-3.10-01. 1/30/07 M-20.20-01 1/30/07 M-40.60-00 9/20/07
M-3.20-01 1/30/07 M-20.30-01 1/30/07 M-60.10-00 9/05/07
M-3.30-01 1/30/07 M-20.40-01 1/30/07 M-60.20-00 9/05/07
M-3.40-01 1/30/07 M-20.50-01 1/30/07 M-65.10-00 9/05/07
M-3.50-01 1/30/07 M-24.20-01 5/31/06
CITY OF RENTON
DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS
2"
N
� SR 900 AND HOQUTAM AU NE- 4,
rM �I f =i w 2
-TRAFFI.C. SIGNAL PROJECT " .- 4'
4„
0 FUO-1 BY: CITY OF"RENTON,,(TRANSPORTATION SYSTEMS)
PROJECT CONTACT: ( 42. ` 430-7319 3"
\( ! ) 2"
CONT,RgCT AMOUNT:--`'"sXXX,XXX 3;;
CONTRACTOR;.. XXXXXXX 2„
CONTRA.C-TOR: CONTACT: ((XXX)XXX-XXXX). . 2;;
SCHEDULE" YYY 2008 TO ZZZ 2008 1 2;;
4'-0"x8'-0"x1/2" EXTERIOR JBRACE
12" (SMOOTH BOTH SIDES, ABX)
vw 2"x4" DIAGONADOUGLAS FIR S
BETTER _ o
a
� o
0
4"x4"x 14'-0" >
VERTICAL POST m
ra.
TREATED (TYP.)
law
0
i�
In&
.r NOTES;
1. PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD
sm SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS
OF EXTERIOR ENAMEL. THE POSTS,. BRACES AND BACK OF SIGN
BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR
ENAMEL. THE BACKGROUND COLOR IS WHITE.
2• LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVETICA
MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY
THE CITY. ALL LETTERS AND NUMBERS WILL BE BLACK.
3• LETTER SIZE. 4" LETTERS ARE 1/2" WIDE; 3" LETTERS ARE 3/8" WIDE;
2" LETTERS ARE 1/4- WIDE.
APPROVED BY:
PROJECT SIGN DETAIL DATE: 04/10/06
SHEET: 1.0
>
CITY OF RENTON
I
_ w
FIELD WIRING CHART
501;AC +_input
Power< _
502!AC - Neutral 5i 1
503; 5i
i
504'
� ' ......... ....
505 51
L . 1 .
.......-
_ _. ..
5061 ! a15 >Interconnect
507; >: 516 Cable_ Sri
_ ....•......
. ...... . ....... __.......
i 508' :;:;:`;::: .51:7: i ..
509 . .
510'
:519.
NEMA(PHASES) 1 21 31 4 51 61: 7! 8
1 I i
RED 611 621 631j 641; 651 ..........
652::::>::::> 2::'::. ::': 72
6 . .... .... .�6.. ..... ..6.,•` .,..,
GREEN N1 613; 623 633' 6431 653' 663' 673,1 683
..... :........... . .. :.... .' 24:- >:.:...... • 4:.::.::::: ...
....(........)....... ........... .....�...........634........:6'...........5..4;::.':::::::;.:::664::::::••:::::::::•674::::::::•::::::::684
COMMON(NEUTRAL) , 615 6251 6351 645 655 6651 6751 685
_ -S
>: :.::616.:;...::":686 Ail
SPEC > 617 S27 637 647 667 667 67T .687
�....
1 618 &28 '658.; 648:> ...:.:.<..6$ :. :.:.?.::`5:6$; . 67.. .68$
i �'...�..�;:,.51�.::....,..:�62�3....:::�:•..63�::.:�::::::.:649,.,...:.:,•:,�59��. ....;.::5�9.. •.•.�:.�::.a't.9;:..:,:;:;:�•.::6$9
Pedestrian Heads& Detection
D^-Hand 711 ; 721; 731: 741: 751; 761 771; 781
............... ..... .. .. .
732::.•.:.: 742:. <752 :.: .: ?62...1.1......272:....• ::282
Common Lights (Neutral) 715; 725, 735; 745 755; 7651 775 785
L�etectiori::::. .':..........>..7.1:6 > : 7�6.. 7.36:<: : 746'?:.:... ::76$
.. .. ....... . ..... .. ....... ........... ...... ... ... ....
Common-Detection 71 727; 737: 747; 757, 7671 777 787
_. _.
Vehicle Detection system
Loop Detection##1 811 821 831 841 851 861! 871 881
(Pair) 812. 822; 832: 842: 852; 862:: 872 882
3:? ..; 833: 843:.:.<:::..• 853':.•::' $6.3 ' :': 873..... $83
814. 824 .: 834.::
......•...,... :: 844.. ..>'> .... :. .. :.:.86.4•
Loop Detection#t3 8151 825: 835; 845. 855; 865; 875; 885
.......... . . .
{Pair) 816 826; 836; 846! 856; 866 876; 886
.. .. ............ .. ..
400p:QeteCtlon .... .:.:. $1.7 ;::>• ; :$27. . . : :: 85 :
t...}..
................. 8 8.........82$ 3$:._........_....... ....... :.::868..',. ;,::..878:.............
1
�3
S ..... ....................... i
Pre-emption (Opicom System); i.. ..
Orange 9111 921 931 941, 9511 961; 971; 981
Yellow 912; 922; 932; 942: 9521 962; 972; 982
.....
Blue-Common-Ground 915 j 925 935; 945 955; 965 975 985
Ali
! i I
)
N N P ,qc,g C O yj L m L %i2 C C m G J _ - f YAnYOwlm4gaw.YM Y wuvw_r - --_.-•..-•..._
OO N V 1 G p „a« N uwwr�'ne.au' ow' uworDmw Q
A.gy N.Om 8 $_ 41 E U LL-V�ooro L
a m �+`°c c .c'- m V.
I� .
o rJ-M.,?1,._ 16 N s,,` W e ro g'N N m Z'.n X.• Lu---•— n.—.-_-w-�
o ��w
yw ^rc 9�ym No ugca��°o �E $�C Ate b✓'9q� €S � .^Z
..45-8 B w r
a'.4 w L CO.`° K� _!NA C 0• N I-u `.
.y a a -+d�3� 3- � ro I i° �•-'�'m oY ;, q •c,�� O •% v � t � w �°
�moamc w���U a roc 5 L _ a'
in 9 °r ` 0 42 '°^o`
is
ca
2s :: O� r pQCSh adz
'�$�C�z t•���h m �C � �.63mu�n$ aZ' .�.Y �
y G�mr�✓..16�O� c cp y
0 g° vo7. wv: m yid
�E 2`o
-60: m�mm�` $00,o
0 v w
um
2 r- tai ri Y vi ,C r: O r
O K
rr w
m N
a � �KF
op �a oo9c
n w
W IN
U�,(
FO O O W
O
Aw
1 g`I �G6
{ L
P;
N U
a
�be�
m m
W z
a_ h� p
_ �• 6' ��TI A uz� y
a
LU
qOd z — ` m
C7 W
o
(/
I �.
Z
I W � q'
� a°d
1 l�
'k�� � � W� ME
irr : ....
.l I J �\ ........ .1.....' w J a
IT
-e z i
I
, iu
w
........_........._................. � �
ol
wK
w N J
a ° 0m
O
U
O Xsx
(2�p }
m pm0 °g uj uj
OvlJ >
W a
0 JP�
- fi- ` N
//... 4
g
.c•.z '-� � � � 90.
1� W
O
LL
W°
W
LL
s��e rraov murow n
.w�reunvnM rnrunaiaw�v.�.a.v�..
�wun�warrw�m.wLravrnrnm>a ��
�n I rro Aso urxruawuau w.w
�iavxovcmrvn nsrr.orniwunu aw J � NI8
z�<y <COV m
dd
0 E
O � ..
z °w V1
Qw w
I ~ �h'Jlll �R° lu Q �C
rplOm�
ff ,
w
a
La
LU
Us
I I a o
ma
"
• a� ow � wm
zJ 0..m •�.,N O ..__..._.,............. ._.
3�W rill Lr.l�.l�.VILL Og z 1 NQN I 2p
_ !A w
m w a o I d N
won
N •
O••
N�
_ __O__ 0 .0 oJ� -.. __0...o- ..._0 .. o�
ui
N� NN
4
J ul w
c w w
ih M N Z
a - N
to b d 4
N
m2 m i
C
F-
U
0, C.
MO X C'
4'4
Ld
c.
16 m o psy Q C,
c
wa
-16
1E
4�
o o 5, o
q' u 1 'n Ld 0-
41
co
T)u E o
;7
1)
km
o
�`Ix
wa
V
?rm -j
im
o 4,
LO
a, CL
V C
C
oo oll
L o
o
I-
.....................
-----------
. ....................
'J E o
a 1.
ID
X ID
r.
I b
Z U �
w a
� b o
d
CD
CL
Q � O
w ON
CC)
m a —..."
a� c�
r
_. _.amp.° =.
Ij
w o
r ,..
A
AAA e[
a x
_.S m
J 7 n
a
•x c�u+
w
I m Ii�C
l a
2
w
yYr. (1)
A..
o =
�4 U
06
LU
om 4,
O2 cz *
a cc
Q a
z
F-
Q0 z
oQ
cc 11 9,w
3 1
ui c 0
JX IL <
F2
;44 o lo�
o
z z
14
vS
m L,
Ho
---------- ..... N
o
w2
VNrM XWW ",kg Nmvsa
ra
0
go
O�
El °o __ ,
w w
0
In
so
xy
8 z
0
'10 z
0
w
--------------
w
_WY
Yw LU z
1.2
rA W d JU
()Z
la
od
N± �Vsm di
.....................
O
P o
W
00 M
W LU
1 Oh.
goo Is 0
2�j 'o iz W ul amt,ZZ
'
6� ww r w
IS
to
OE Pr�a z z p
w............
w r, wo
0
Pw
ol
b Z ro ly w Z a
0.0
a:wo
Hip
mP M
WO q.
IF
0-0
�
x ol R OR O o o
W,2
m
0�
w
zw
wms AHmv J.s Nmvua
.I.
w w m y :J svnr,.wnmar,mx,h.�r rauau.r O --�—
�' 5 ayi :a ,w.m+ou:nowul%T+i IN
y b;4 m` u v .w''".m,w`4".nrn'v w�irsriu aiwl JU
ul
e.,4 9 u> m
<W Q4 C
.
�' o
G �x b o E
a
Ul
�" �ff•e� w �° °c J, z y pP �,T a a dy
y z
tlYfi `t'n ��ya m vC � u. .p ...p- �
°� N��N w C•w �!c A a m U D I Va.
W -
m YS c h '�r w '•�\
c 6'b V,a co
O
z r ai v .t rri
LU
U
to
._. y
W � -
w �. a
LL m N ? m m f•m a W
Fl h N F, h mm w
wm WW
LL� W W W W W LL W W LL \I W
w w Go
�o w CE oLL Za
a
_............. w z
.r � xwMSSOa� W a a � = W D
W m m
A ww..
O
err �y•�-,. J f N b . Z
y ., // D w O
/ U W TA
I •_.._ _
s� n t
/p'"'
Y
U _
/ h / \ N r w�
Ow ! typ
• z�� w
/ o
b o0 v
a4a � m� i -x;, r-z-.
3
WWWWSSSS" 1 K O$LL / / \�P` __C.YO...... ul�w
A 1 w I �-���', \
uw i / ay (w 1 w . -.1..........
gZ /� m o t
K 1A
w
� V Zw au � � �l w
L)
4 UD N y 0�J
wm
N J '
vxrns xavw AS WAvaa �
rrr
O,00
�QZQ Z—
C,
CD IL
omm tA
ca
002
PL
�Izl zd
. ..................
H-9
(4
................ ..........
O
to
--------------
I-F
LU
re
id
13
S2
O
NimsHnuo YN313:A9 NMV)30
�1��'rn:aow�vr anooµa, .4
l�_....-....�iWCM- 11 •tlMYtiY .]iw 0 Q1 a
C a a O o
°' a J�Z a = m
t;. h x,11? ��w• � � a
loDjH.L vR°�� iZg O(D 0 y
�_
--� -- as
u
� o
QQg z a
1� C Kam{ m" 2
Ewa ON Cyal!e N
O�!
z 2ZZNW ¢O
" 0<0 06
rrr
OW
O
a
.,......_...........____...__...-..........—...... In Z b b ;i
n N a7 H
Q —
1iM1
z
0
z
m b S2
z — `o
dw
NinsHnus VN9i3:AS NMV8a
00
co
z
-r 0
A,
V)V)
CD
no-
D
<LLJ
0,1:4.
0 LL)
Irl
D
0
Z
ul) OI
0 CD
IL
- =
L
U
L)
4�
41
LO
Ln
Z Q3
2c
Lu
0
Ln 4,
z
M
C 0
(14 C
..Ij
z
2 1.
LL) nmc
>0
0 u
E
41
z
c
0
0
u L 0-
V) E
G
Z
vo
41 r 41 u �6
I- ')
i 0-
-i ..
0
CL
-1 11 u
c
<
tu
o,4
V)
I z
LL) z
ol d~Q < al W
Z
z
C vi
ilwf a U
C;
(j u
f)
0
Ill 4- z z
:D < M& 4-
CD
C W 0 V
LJ
0 V)
>,
i
In 'L,
L'i
LLJ
0
CL
Q 4-
N
C, 0 V cl, k
C. 0 -- C
;i: 6. 0.. 0
4w
0
w)
.... <
. . ..... ..
Q Ld
.................
to
....................... ix
..........
Ot
0 D
(3 "
Nr
No
0
0 Cl
Q 45.
C)
C n c
ow u 4)
U C
0 0)
z
amre ....... 1;......... 0
0_1
........ u CL
r
c cl
4- U 4-
RYY[eu>n,M✓]OLrJI,NVtmRex]w IY>„jl � i._.__o
w
IL V)
Z
.6 z 14
0 Z
it
LU
ay 0: s < C) CL
100
6
'0 x 9y P1r yy U3
m > 10
C' L
z F-
F-
=
u
0
-x u ............. ..............
......... ....
-81
vo•O 0
e-1).... ...... ........
LOW rt
9.......... .. .. ...........
............ ........
................ ............
0
0 .j z
w lo
M.......... ... .
6 a d J�
J'j w
o_> UJ 0 0
M cj 0
,, , ”'�.- -,1 0
j
al C�
R9
tT
27 7
CD
CL CL V.
IN 22
CP)
e&F-02a C?)EX)
.............
............
----------------- . .........
ui
z
.......... ......................
0
U
LJ
1juj 4L
>
W W x
CL(L
lo
..............
z
ka
. ............. ........
ct
cc
Tz L'i uj
........... ... ................ a.u.1 is o
.......... ........
.....................
—owl ........
13
zcd
Z' f
M R Z' z
0
o
IL
........................
z 0 u QJ 0 U)
c d 1: v
cri
z
< Lu
. . ........
u K
L D.2 o _j
z r so
1 4, ;
2,p
I o
O
"
Q o c
z
b Sc :l
c
C CL
C D— 2 >_
L c r. c r c�
I.......... ........
F E.
X o
I v l�VI c a u TN: o
I DO!wou r. ......... .....
�l Lu—1ULo
--ca 71j6�_
J;tn
cmmm
<
................... 'r Ij I'l uj
n-
ILA
��
_..Ln
........................ I (L
Lfl w LLF W
• a_a.fL
... . ... . ......
,r(rz uj
IL wou
............ ...............
O
... .. ... ........... ....... I w
<n::6:7
ouj
m7 x,
...................... n.
C c 6 1 z udr
I-
I- c c x vNC
O .-t I
Do r-
.1 l: V r
O o
I , ';, 3: t o
dw c--.(I o ol I--cc 1! v w v o
o U L C z
L o
�o ou c 2 oow o b
O u o
Z; , c
m o o,
Z C
o a - 12lool ': L.1 1 --o o
H.-E,
vc lo 9
..-.ucc D ;Z.8 f — . , )� 31 o 4.1�li '13 .1 1.; S 11
N a o.� E 41 1, c..k) o p o
oo L s a
r L
N
.S o o
V-3 L n 41 o'—o 'Q %] ol
ov u c
ei 4,
o
C 6 65 c u
O 41 v.Lo 4.Q I o Q
.- . �s r 5 -
V cl c v v c Nw� 41 O—d} .�j c
v o
V c w 8 cl G —vc c co E
c :3 1 ol I N. A>+ N 4, c)
, I o w a,!.v o c:!�o j;.
I., o o x o r' c a c C•V 2 a ow o
1 688088 88 809(!D 9009 C7 O (no@@
JP R'' Y,r.YbtoiW,MW /x„a:'aY,M Q0 I
,wvMmnYlPYexNaix✓ N ul
o
i
mruutwv = J � (p
o�evo o W t7 '
i n Q a r
7df�df ��yy x lUf) LD M
i t min N ,u
ui
�t
14
eys
,';.:.;,/ ./`/ 1�w`Y,i'l e C,i P�JI f G��n ("�i) C�Y •Ca
_t
c; a
_....,
w
� , Z
> >
l
jj
- _ 1
U
N N Q
C) Z
\ty�
Noll— �.. I j'il( �jL..__.... ' CL n I�
I � n
z
3 -10 �
Cn�'' O V j
K Q:
0 _
UJ w
w _
Mom
Z
uj z (n
U)
2 In
ZZ p 0 'D kQ
_j Q o 2 , -
0
UF o.
Z—A. 0
QCL
Ul) 96
Z
<
T T
W
C)
ir a:
13
"1
< Cl
0
� V)
n
cz,
uj XA
(L -< z
W <
4. V) rw
to
!E 0
06 10 1 1
W
41
=L C) V)
U z
>
x x x
In
CL
(A
a ul ir
z
<
V) z
CL 0
U7 LO 0• IL
M
<
<
LU w 0
W
>
<
... ...
G r
<
0 ir 0 LU
I :::............................... .................
..............................
..............
>
ui
... ... ---------... ... .... ....... .
X
Q. vii A
Q.LU
K z
a:
w 0 z C.:
V
a_
fm
w ro NI
Ob
ceZz IV
tx
tj
V� '� 9. �Na�fir• .144. IL a
Cog
ZZ
r3
n 9 p •o'.. 1.4 o` of ; Q G o d$
q m
�•� a N 'v N� °o o ` S0. ox ad m L 3
1 t ... •1 _o It o+°- ` z flu ►
I-�1/I I , -I'1' � U V O o 4 U U Cn O O • v,�� - .
pz 1. p IL
O � _
)) Y
W p -.I W
—
d
1.....__""_ - �m^� 4 Od ,•, u c V a P I ; a m V ..r.__ .
�' NIU•N „ Oo ��� -� � of
K s cl u w
[off o n °w Oy z v o f
� v
Gnu N d •)v�
For
c
O
p UiNib U
0
mVn i G y
•.J, (l.� UNp U Or
• ad O-,Ol
i
:: s o
P02,9 �__
i .OL
D _.__ _ - A° y'••yam• b 1 s H s°... M O C Im,T ¢ ✓•V' m
. .. VA L m V 'S i•m - �-d C V b u N V 4 ••,^
••N
O 1.0. N 00 0. � O•- U 00 to O
a O
C V 2
�' l .-GN V O F rN E VJ• U - gyp'
N
CD
n
P n Y ° UAU LO
w
J N J C
d0 O
N V
a N
'r °' ", •fie a ° - �11WJ w-
u
I d r 4 y r-
1� d VyO C R O b OOd 2 I d
°M N p H Q G G x
PUN JV M NU U NI•m
i NOdVw o0 sr`oN
LL�Tf b°i pO 1- COC V
c V uOGVV+
U)
lww
no z Is
Ca
ul
Ow I
CL
aw
Eon
Z
XY
I LU
LLI
aNVI 31DIH3A 1 3NVI 370IH3&
0.
aNvi rill
0 i.O-X
C ..........
t- CL Q j i to� a� j ' i m ' ......�_ -j
fn o )bl y p y
i; a.
............
Lu
CL
4
wrr
wr
ow
Pt U
0
=19 Bnomov ,AB wvw
Q A
.................. to
ct mi r
CL
z C4 F.
----------
0
M
z
0 u c!)
z
z ui
C)
z
LL
10,W U LU
1 Um a(1.
Op 0
------ Zo W,
o LU
-------------------
W:g
oz g:tLLy V
%L
0 ui
S2
z i i h 0
CL cc
w
- ------ uj
oW
(L 0
0 x
0
w
z IL
(0)
d 0
A4-1
1
12 W LL,
------- ------
Z
0
aNlIdOIS
510flD BMINOW :A's WAVE0
vvwAU,,..M.
,o..,,,Y,AY.:,w„N araYwownwa>aa a C7�,
N -J_
�v 4�d Grd✓r � � C ,.
y O o o m o
in
E' � 2✓ � ,,, � v. 4 a' F o m� �
1�1 W
--
+MII ---
o �
I 1 I
I i N V
�r
fAw ..3NV131�1H�A I 3Nd191�W3A i a"�;1,40CX.XXxJ�
I
I ,
TT I 1
,
Z 1 I
FLL�VJi II >- ' 1 �
8 i,3Mtl1 ix W t 1 1
I -
� I '
m I �
ao
I 1 �
7i
0 W
............_.... .................._ I fq
UJ
r 6L. Z I J W
h11 4
�° m n i ao
I
m _ W
._..._.._....
.............
ww
i ; i ; � JIc�o00ocxl-' o
1
I I
n
r
1 I
z
cKW
Z9
O
zU
zx
to
N 3NIl do1S
o
mono 3RoNow NMVNO
/w
..........
co
co
4' 0V 4
-S t tu F.1- 0 D 5
wc .0 ode ' 1
D'E 0 a
S -k Qs tl
1 , �-
Q-
z 0
—C)
ip.
V)
5'a
8YA cl
z
0
Z5
za!
0) CU ,g 11�__.,..
Iu = . -m R a I
YD iz 2 a:s 0
H,
z 1� vi LS8. 01 0. 0 Q z FS J'r O 00 Wo NN O
iu*d*aa_
XtlW.f'NIN.BJSZ V { V/j 1r�•S^tf V
�7p VK
at..".
inomYS=10 HUdM L x
LU
0,
............
13 o
LO
O,Wz
ui
<
0 Oi 3
0, ir
z
w N
z
ov rS ON
0 zi
:3
9z zz WLL
D13HON00 INM30
ifO 7v
a zt=
cl z
HUI
tq
z
..........
z 0
LU
Z�d
0
00
B/Z
rL
.......... REMIL
01 or
-M z
0
.........
0 0.131: .:)(9
:> ...
z
0
x 9,A 0
0 JWHdSV dQ Hld3Q
V)
10
z
0�
w z w
LU
0.- 01 LD
08 z
I w
lip
m,vo IV
z
o
>10110 BAOINON *AS KMVUQ
CL
10
ow N, 16
Sw W,
Iry x
OE w w 0
0 0
.>
ow
no g W 0
o
QL
Z
o
z
o
:5
lw o E.1.1
c
E SL
z
0
C4 1 i
Oo
00
z
zm
-- ------- ---- ....... ...
ui
Q
0
wN
p W
wa Boa ...........
H
il
O�J� 40
. .............
0.650
1 0 tu z
0 W wg
ta
lu
w
z m
- 02
O°jx,0 0
Ligb Z x
cl
o w
♦ x
o
Z
lu *G"Ya 0 gL
C)
uz
7j MT
X
z
:c W 03
0.Ix 0
0 0
U30 w
ig
gw ............
z I t
0
rub
C,
)onD Rnomon NMV80
lm�
E
----------......
an
Is
_U t-
-j LLJ
ze 6 IL J
41
C4
CL Z
o 0 ty"I" . >-
X1
o 0
O w u, vs
n.
A Ls
10,
(7 0 Z�
02
u-
6,
U C. 0 0 rl
11 U ID 0
06�)
L 0 0
0 Q 1),ID 4)0 1.)
41 n,
u C. 0
11 0 1.. 1.
a
C D
in)C) C,
T)ed
0 u
-v CA C 4-
0 D 41
1 m 41
s. >
4
C. 0 U,
ej - v I.. W
7 In
'A Wi- U V,D 4 V. U C.
C)
Q`j
-----------
D C
>
c)
CL
oo2
>
> Cp C
C
3; C
:3 O
a 73
U 8, :03 8, 0,
> c 0
-1 O n(.) O L Ei _ O 0
4 Z U U T u a
6. C1 (11 0
4- 0
Q Oj U 4- 0 CL.�:
ME 10 :3 c .) 1, 0 1 a
'o,
cm c ID u D t-
D c o W 0
S to
L C (D 11 L 0 s N
_ ;) -- (,1 4- - (.5 01>,
:3 0 71
CL I" E CO 0 11 0 c'A
4, a3 0,
z 0 m u z w -C G LL. a, U U U
LA N c
0 c c 0
O 0 0 ID c TD U L -- L L 0 17 0 In t_ AD
> > D U� 0 G. 1j 0
0 > > — u cl, > III V) 0
L 1 0 1- t. :3 c- w L)'-6 eA. D 0 0 0
o 4, 0 c, D 0 C
In 0 V) 0 111 1 -1 U 0 z U
UJI
--X919a��a_ -' MX Xf
Aw
E 32 ox to C4 s
S '92
Ns 0
0
E ft xv 0
low z t;
0
Z
0 =E
>. Li (n 45 w a
E 0:a
Z
-45
y a
-0
E 0
o E 0
'o
20 ro
t9 Yry
ow T w%
8.
0
Lu
m dl z f fn
z r4
0 1.10 rz r co� z m
oo
3 0
tf uj 1 .5 G " 0 , z
-E� 0) a, IN 0
we .9 e a it 1; Z,
do
E
w it
LU
1- CO 4) 0
0
mi- . ....
6 w It
I
m .;-.
z
mz .�
w 0 1$
It.
w
x O'd 4
4w Lit
.4 S. q
xg
S
do ——————
W m
0 5;-,, ,,
..........
x
0
g F= 0
0 z
C3
0'
LU
cow who :5
G WW zz-
0 0 :3 Z .r,U xy
0.ao
0
8
..........................
............ 0 to
as
z
uj
J
0
0 uj
uj
0
--- ---- ----
do Z.
...... xz
-- ----------
NGISNnHI3 VN313:AB WAVUCI
low
-1 Oz Ali
z
1W.
IL
in
w
x 9c
s V Ito
�O 0
E 0 AU m
t,
E�2
2E V
-5
gm
G
t5
0 ta 1 :2
L
U,
uj a m m
I -W -OCO CO d m 3 a ro
co 00 0
0
z
<a> 6> 0 � w8
z
gQ
p
.............. ........................zm NSY 2
°~g oc
wl
------------..............
rrit
3 z
H ml At
lo �a �-
............
z
.... .............. c)
•
...........
'NIVIA
!2
n m W 2
o
o
S2 ol
z
o w
4F
1 .9
Niamnuu vN3'13:A8 wvuG
�o;.m:ia,"vx'rw�,ro.ov..wcwrmvan:rr °I r.
>� vm r �I
Z al z \1,R bpy Z d
Z n
o p ~
U itl 1 i uF3 y s J^'SA
`fir :;. d IL
LU
�a
irll V x v W OC 1 L S Qw - Z x Z w a
a N —
tD
(7
CD
a z
lz
K
y
i
= h �
Vi \
06 ul a
XO
wx
° p —.-
2�D
� pz u
t=�
Zd
�O � J
PiW N
Op�w
OCI�W J
3 °z zbt-� i<
bwll� z
Z.'u _ S
p it O m w y CO _
, ?1 0. w r g .� (�p
r �w< !!`
3t ci
co
aw
1Q >b V �= yO ww �za0 C
a aw 1 Oy
1 '-
f
a0
>l � dro ow gw
w
i sb'3 vii F� �v
h z�
W O ai
to
Ux$
W
2
aw
N131SNAM VN313 :AU W"a
a
U -�z WMNpYWnvYVtA,ONOW.lIOwLr�/Y.9%4 J k' $
a } »a>. �.� »>..
3 0 0 0 ,n„�„u„n., .,n y� ce
m o
<y c rn m 5 N W ,C11 Ua�� _..� Z N F Q
v 11 it
Q O� /� a; H O m
n' �`
o 3 E 6 m h$ w 3 Z N F h Vfi.... F > y, 4 LL a
N t p 3O3 M 4 H H it I H u W Z .-, (t... �4 M ti .': "d U
Q O W o�.yQ-11•. ' �o` o 'a W ur o y
F a
-j N �QG��1r Qw'y ZJ a y J rr�
�IL Q $ ye
y A x x x Sq °E 00 S Q ;
U.
Vin$ Oil Qe F- F \{►
V3 '� Oo i �� H
1f0 o
mroy9
=: .4tuz:g 1 z
>.m iF �o z0
�
az
i>o .5 ro � c "m0 < N N A t ”' a� vai c� •..
23�K 17 F N F N w8
^mtyZa tQ m C t0 -pC JQ a JC N N 68
v w W
m
n
m ti
W
11 to V w37 N
a flq o
ly H K .�j�C' < Wo
..:,,.
Z.
tL
tL C6
Quo
r �a
w 5
O K
wy O \ ,:3c4 osyO
4w 4� g
�s
-0 J o
YQq( n oO=
l7 O .9�, c � Y
io-
t
o cA --�y"�:Y'�'' a • m o
f
Fv/,�' /• � to 3 ., ,t.'''�o-
maaNnN8 vN3'13 ;ko NMvsa
ro �.W navexvaex �r.W nw. W
p $ Q J.-r�.�munurma mnr�uvewauluw ,`Z�Q
no.'--
} z
■Ili •d o v .w '° h, �{.�` +1 Z W
2 7 m m E b < r lS V� Q �5'' .D w r
c� d N F h c r^ yw may.�QQ
W N_»LU
00 a�i 3 a m 4`e a j J U! �d0 f�1s 4�5 g o x C y Emig
go
U.
a It c <II
; Cg z - -J LL z s
a � 5
E"�° m °LL N 00F
A 4, m rn `o (0 c w �— LL.Z N.gig
o
-wAeg o m ° a
HO w Lmc � 5!R ,A
v ,,N •E $
w
c wU g
Q G¢�l
do z d r c° -
eJ ri v vi
-Q-
�
W y$ iG 13 n
« « « «
q X 1
E Z E r O O a VD Z �
X � � X 5 0�
a s z
° 3 ° _..._. r$
P4 zs
< mO
q N N 4i b W a 0 U I W X $
0 DI Di
N m i SFj
ppq pp pp U 2> 8
...-.__....... .... _.. nom..,. _:.-. ,•,�'n`>• � �\.00,.,.o,._,...,.-.�,_,..._......_.,..:._w,..,.....�...,...M�.m...,.,:...,.....,,.-�. ...........�
° row w 5 € a cp$ m LL a O
lu
lu
LL .. [� Ia
Q aSVK
Lu
W W LL Z� X4 $� W
LL > 6��� (�
LL
cYi �i� � T � o b
Y
NI31SMUS VNSIB.A6 NMV110 —
a
�A,www saay�.
Lu
2 03 Z ,uo,.ti.�w,.n°tJ.u'a.rwo w>�"n'iww p 1h 5 I
r d Z C C O� LANMO°GaicCMM11 soNpM:IJisu.Yla � (� ti� L}55
m
y fi'd g r 5 c N W @1L M�� ti Z 0 {7
m
207,3 m mm V e-p° O F.. Q�� �%� °° }0r' .; rp, s
m3m c0 uj ~ Uh go C4yvA / ��� P Vw
'Zo XrX a° 00 o y� �v o QSJ
C m N W C(7 Q(u aDl 4 S W W tS
N °o av7 oP �fr �y F0
E,m �� sp$o N `mom VLL. �lJ�� 4R�� N p �
0 Item V ^ N
d� mwo 00 amrnQ O U LL Z
mm E m Ot V3
d�wili' CC�ri� c13 N`.
Uui
p��
W d5I t Yy C m
r dE>s u.AraE
Z <J of er C °.� a----� �•----f�,..__....
cc
aa O 4�q c4c p@ 1Y
X
i X N O
° as $v = 40
Il a N n VI"i r0 o YO
(7 w zW i Kgg
3g a
N K
IL w I'
M �W ° icF�� ° x .. .
z .§ RF ow
mm y m i
H° x zwz aa
✓ pN _ d,t
y
LU
w W C UNU
x
Lu
g"'N z
W w� r ry a
w n t u`1
wff
° 1�Z -
W
IL w O N\\\ x W q F z
OQ
cc
z
yy O WG a v
o s
_._...._—..._... r._._........._...-
N131SNntle VN313 :AB wvdo
I
r
`o U b 3 J F .e awaraw,f0w'ai`MU,newrm.v iu C Q
Z •.,,« .v vrnrovnu�.x,v,n. u1
0 0 navzow_rrewuronr.wvxvac uar W�( O 3
.g o W ��r,R 8ary�' c N Q N
o o x g R w 0O � ti � "v o WW�R o °
A� n " H ° a ° aui der`. e`l w QadG �w y a
OP �s w5 o in
.r m �_ a yo $ LL z v�
Fig i
�v�.� � w C ✓�� yq� � � a�i °✓i�a �'�'s
M3A al ,D /<-
� �Qn �'� LL' CypZ� N 2 t2AN gN pF
� ro KK J ¢ v wX3w
w G V
N V/ I O
'J� 6
n
6 y
O �K�
I
8 'NIW R of O
to
w$ w
w _. - . > x
a R 8R � ° o $W
" "W °
tbl
— - z
Z g J W
3 w w
� � 3
W
m �
n o
1� pxo
w -�
C '�m3e _z �
w
a w i a
43
to � °
w o
W -ygy� pp 2`S (Fq,1 r�
��uwV w O w V
4 p flo y z Z
7
55 O
Q •4i $ d' U 3 6V AD z
z w 4 gLL iw LIJ
LL c LL a
u
f9 E
�+ U a o
9 0
Z °
o W m g W
gJ
rr+
NIBISNn'da vN3i3 A8 NMVNo
»
8 Z.
O:n co
a IX
ILLI
'6 00
to
ul 7- wo 1,1431A 1 1 . I
00 x m
LU 0
j UM) 12
3i <
go z
U.
ILL
go 00 Z
E
.80
one ai°c
ui
12 ppp� dt
:c x
10
Ul
C)OP (D
as 0 LU
=)M L) z
W U)O
k u
0 LU
Z?0
(?
N131SMUG VN313 418 WVkJO
0
Z C;
0
Z 50
IL lu
iw 0
F-
0 0
0 Vp W Z
0
0. 0
F
s
82M IL c 5,
CA tT .Lj
.,, I..
'S
W..Q E 12 Im
p.gg 0
z r of 4 vi
Fe
..............
z
W. ..............
..........—
0
z
w
to r e LLI
ca
D
a cl
..................
............
w LL
............ 4 LLF
J ui
6
dw
go w LU
uj
wi LU
l lb IL
W to
u <
13 u ❑ ti
ui
NtaisNnNs waig:As~tla
.0
Lo
. 5
1T
2w
0�
tit
IE
w
Z. s
�yS?i.2 -0. = o
m �'.o 7E
-S
m R-S
LD n o
m a
H
.� z a i 8 >r 0
02
..........
O N LLA
o
Z!=
o z
.... ......
aN
>
Z2
z zo
iL
-----------
5M r--------------------
- -j
"r'
m z
CU Z
J-
z
o >
0
t 71
Llj
z z
3U N
cc ....... u,
lo-
:jj
Ir o a 20
w 22
w 'o=
19 o c.
9 H 2: -.I i o w
S
I-Sooll NH3d:AQ NMVUO
c w
w�nrou. a Z ola
ul
vb
Cq
0'
wo
No ul IL
LLJ i f z z
z F-
:3 w
z
LU w
-j uj
co a in
:) z ;E
W
LU LU Z
OL
w o 19
o o w o LL) o E-'S E
w o
u z o z
w LU t3
uj
mI ui w
w
Z 0 * v
W w w a: w
0 w in
V>
w
.Elm
4�
g
SimIm
c �9
5 ty
-11 Ll v Vi
m-F m d
" - I.- m-,
H
!2 M m bm °v
z ,z c4 vi
z
z
,:3
ul.
L
UA
ui
...........
.. LLI
........ i
err I w
LU
ui
w
z w
:3 z z
S I- M
w z LU
z
w
z a 33 m W z z
ui
0 a.
w 0
ix ww
M w
w o5
z 3:z
W
Z
V)
z
_-:0[� w
:Y�!-- _.�i�(_�..—. .._.f!-f�; !-.I �a ---__Ifs
r-
0
VMS>Iww "As NMM
ul
uj
w`
w,
m w # L:
3 z uj
:u3 IL
tl-u w
Q5 . >
Oz ' w
J IL
to m
lu
9
ca j.
all-M
-1-j
i
E l,
On—}O z D uj Q Im
cn
...........
u.
Lu
:3
:3 z
0,
z
IL
Lu
z w
LLI ::i z
to
j Lu :3
:o:
CL m
O
....... lo z it
0
z ul
.j
uj
Cj
z to LLI
ul 9 z w
:3 .
Z
0 co
>
w 7.8-
z
uj
Z z
3 3 �w 2 bd
Q 6 z
z o i LTLI
Lu
2'
F-M
2�1 I-
z-
a- I s
7- w .4 Z 3 a.a
-S z
tu 6 zi �21 5.6 z uj 5
j.0 g�3.F,q uj z
0 co�!
b ,a 0 a
w z c,
?F ------- zw
z
j m—Mu3
20
I w LU a
a:
uj ct�
1�W �
tu 0 ,0 6ffl w-j
0 z 1% L6
Se It
IL
Lv LIJ
LLI o 0
=!% mo
LL 00
:1
0 fn
2o
VNMSAbyvt'.,ks wvdo
.SIXV X.3Sdill3
a B•.[ wusa�xa,ravuuaovs:awaa.>Hmcw �
! SIXV.-..__... Q
4.B.3Shcl o 1_a ..__ ..._, d ,
g
ZLL = o
.......... I .... .... W 0.
f � 3 0 IN
wooz
�Z ! /'........._...........
. a........7 1,31i G o o
mow a w a
N w O N}a.�h f l►`
ui
I —
a
V 11
� a s
qm
u—
<r
alf t-E z 0 F 3 0
g z = o�N
w
o �
_ o
m
w �LLW K a
Aw
nw
e p StXY Y 3Sdill3
c m I
a _ m W L D._z. .....
z
. ...........
a c w f I < aL
W fi F. 50
z m a
N � �I`
- ^1 I
V `
6J 1 20
W
W W
k Wo zM
................................_ ...._... .......... .......... ..... ... o
�; SIXV_Y.3Sdill3
.9•t
W SI)M.9.3Sdill3( 30
lo
O ado
..
w
N
.. � � n
..................J..
ay
-01
.o-.s
.9.9
...._....-....____.._—___..._.__..._._._....._.._.__.__--. Q'd'
LL ggro
M I z O
K
r
alllw
VMS auvw-'As?M"Cl
-o-.a
rr
z ti
.............
1q
eo
aWO *fen
a
Ou1Wi a
LLo� a �f h a it a
LL
� �o a UR•�Ny P�°�� � � �it a N v c 3 Ad
L-r az )'q A e
1
mo
J R
w ................ .. J
LL
y b -
m
....... _........_..___ ... ,...._..___....._......- __. ....... .....-----_..........------
__
_..__. .._....__.....__... A.�._.__ _ _._.. _._.__�
3
ocy o
Lu
tu
1
O
O� e01 n
N i l
N1 I ILl
1....,._..
�i
...._... ....-... ...._... ................ ......_.._.. ._ �.
i »L•.b . ......._...� jSIkW.9.HSdIll3- �N
»L•.6 � I � �j � � J�
w
w
o �4 I
IJ b
U
_
Y a —
w 6 h
tS LL LU
Or N
N
,ei WnS St":AQ NMYUQ
TL
W u u. c o
Z y N
Q ai l.y},
�.1'�at�p o J4 tL y 333
OaJ{j�p w E 4
I W LL npO
� �� yN� v 0 �y,0 C E�
A r H 16
fA _ �
u�O
\ d
cr
an
IX
W
.. ... _. _.-. J 1 Q
��.._..i._. .. _......\.:... _ _ ....... _. ._.__......_.... ........_.._. .�._Ic__ .. ............... _ ............._.... ._ _...........``... _ ..-_-. to
W d LL
Ow ci
I6 b� cc
J
O�LO....
b
N
on
.v•.CC
.9•b
i i�
W 4
ri U
ILL
0 o L
r
N N
}a
..1_........._...................................................'-___..._............................
...._... F-
.L•.V 91XV.9.3Sd1'1'13 ?N ao
ly--..__.._...,..-----..�..O W.....-,...............1
ILL
.L•.Y � i i I zJ a
....... ..._....._........_... J
N i '
7
W to
1/µ_'
S= O zN
J___.�...,......__,—_—.... C
�Z I .L ��
mW I! U� O
v r.8 A• R O
N
....-..__-..._._.—....._.__,..._.__....._.__..................__.____._....y•CL...____-.._.._„._.._____......._....__.__...___._._..__.__..._-.
VYM3 Ndyll Nmvda
ow
..........
vo�: mH ,":n�' u� ""� o f 3 B
mach Z:3
ell
o 9 id
Lo
W
z 2 OW
o
.9z
VA
t2 0 0. ° to)
'qa
15:x "C: m 0
13AVUL no t:v
:10 NOII038 FO-
>0 z
...........
ca
ko
J . ... .............
<
13 u)
2 z LU
>.
19AVUI
W JO N01133WO
Al
............ -------
-j
.. ... ................ ... ......
........ ....... IS
oq om
-01 Lw
in w.2c z
uj..1
�z.z
50olm,
imvui
io NNIMIG
9-A
to
--------------
i7F–-------- m (.1 1-o
a Nw �o-
N z z 0 z M to 5 Z.)z.
z <o
IL
u) R Mao
LLI
co Q)w -
In
LT
0 0
lu
V.Arns)llivm %ke KmVUO