Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout4088 Bid Manual Volume I_CAG-24-098General Bid Information: Builders Exchange of Washington, Inc.
(425) 258-1303
City Contact: Troy Solly, PE
(425) 430-7313
tsolly@rentonwa.gov
Award Amount: _____________________
Award Date: _____________________
Award To: _____________________
_____________________
_____________________
Contract No.: 24-098
Burnett Ave S and Williams Ave S
Storm System Improvement Project
Contract Documents
Funded in part by the Washington State Department of Ecology and the King County Flood Control District
Project No.: SWP-27-4088, WWP-27-4088
Public Works Department
Utilities Systems Division
Approved for Bid
____________________________ ___________
City of Renton Date:
Renton City Hall—5th Floor
1055 South Grady Way
Renton, Washington 98057
Approved for Construction
____________________________ ___________
City of Renton Date:
Volume 1 of 2
05/01/2024
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
Funded in Part by:
Washington State Department of Ecology
King County Flood Control District
City Project Number: SWP-27-4088, WWP-27-4088
City Contract Number: CAG-24-098
YEAR: 2024
City of Renton
1055 South Grady Way
Renton, WA 98057
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S Table of Contents
Storm System Improvement Project Page 1 of 2 2024
TABLE OF CONTENTS
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 AS PART OF THE BID.
❖ SUBMIT WITHIN 10 DAYS AFTER NOTICE OF AWARD.
VOLUME I
I. CALL FOR BIDS
II. INFORMATION FOR BIDDERS
1. INFORMATION AND CHECKLIST FOR BIDDERS
2. VICINITY AND SITE MAPS
3. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
4. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON
III. PROJECT PROPOSAL
0. * PROJECT PROPOSAL BID SUMMARY
1. * ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
2. * PROPOSAL PAGE
3. * SCHEDULE OF PRICES
4. * COMBINED AFFIDAVIT AND CERTIFICATE FORM
NON-COLLUSION
ANTI-TRUST CLAIMS
MINIMUM WAGE
5. * SUBCONTRACTOR LIST
6. * CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
7. * DEPARTMENT OF LABOR AND INDUSTRIES CERTIFICATE REGISTRATION
8. * PROPOSAL SIGNATURE PAGE
9. * PROPOSAL BID BOND TO THE CITY OF RENTON
IV. AGREEMENT FORMS
1. ❖ CONTRACT AGREEMENT
2. ❖ CONTRACT BOND TO THE CITY OF RENTON
3. ❖ FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE
4. ❖ RETAINAGE SELECTION
V. CONTRACT SPECIFICATIONS
1. PROJECT SPECIAL PROVISIONS
CAG-24-098
Burnett Ave S and Williams Ave S Table of Contents
Storm System Improvement Project Page 2 of 2 2024
APPENDICES
A. STANDARD PLANS AND DETAILS (CITY OF RENTON AND WSDOT)
B. WASHINGTON STATE PREVAILING HOURLY MINIMUM WAGE RATES REFERENCES
C. CITY OF RENTON INSURANCE REQUIREMENTS
D. TRAFFIC CONTROL INFORMATION
E. GEOTECHNICAL REPORT
F. INADVERTANT DISCOVERY PLAN
G. WASHINGTON STATE DEPARTMENT OF ECOLOGY SPECIFICATIONS INSERT
VOLUME II - PLANS
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
I. CALL FOR BIDS
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S I.1 - Call for Bids
Storm System Improvement Project Page 1 of 2 2024
CITY OF RENTON
CALL FOR BIDS
Project Scope
Construct the Burnett Ave S and Williams Ave S Water Quality Retrofit Project. The work to be
performed under this contract shall include, but not be limited to:
• Construction surveying, staking, and production of as-built plans.
• Installing and maintaining adequate TESC measures and restoring all disturbed areas.
• Temporary traffic control measures in accordance with the contract documents and
applicable City of Renton and MUTCD standards.
• Installation of approximately 2,650 linear feet of 8-inch, 12-inch, 15-inch, 18-inch, 24-
inch, and 36-inch diameter storm drainpipe, 49 Type 1 and Type 2 catch basins, and two
Linear Modular Wetland water quality treatment facilities.
• Installation of approximately 425 linear feet of 8-inch sewer main, 26 linear feet of side
sewer pipe, and 1 manhole.
• Installation of one 12-inch valve, one 4-inch water service relocation, one 6-inch water
service location, and 5 water service connections of various sizes.
• CCTV inspection of storm drain and sewer mains and testing, poly -pigging, disinfecting
and flushing of water mains.
• Trench excavation, including removal of existing unsuitable material, removal and
abandonment of existing utilities, disposal of excavated material, shoring, and
dewatering.
• Maintenance of existing utilities, including the structural support of large diameter
water transmission mains, critical fiber optic cables, and high pressure gas main.
• Removal and replacement of asphalt concrete pavement, asphalt overlay, concrete
curbs, gutters, driveways, and 4 curb ramps associated with the installation of utilities.
The estimated project cost is $3,260,000 to $3,820,000.
A total of 130 working days is allowed for completion of the project.
Bid Submission Process
Sealed bids will be received until 12:00 PM on Thursday, May 23, 2024, at the lobby of Renton
City Hall, 1055 South Grady Way, Renton, WA 98057. No mailed, Fedex, or UPS delivered bids
will be accepted. Please include the bidder’s name, address, and name of the project on the
envelope. The bids will be opened and publicly read via Zoom video-conferencing web application
at 1:00 PM, Thursday, May 23, 2024 (60 minutes after published bid submittal time). Any bids
received after the published bid submittal time cannot be considered and will not be accepted.
The bid opening meeting can be accessed via videoconference by:
CAG-24-098
Burnett Ave S and Williams Ave S I.1 - Call for Bids
Storm System Improvement Project Page 2 of 2 2024
• Clicking this link to join the Zoom meeting:
https://us02web.zoom.us/j/84323332243?pwd=a2xHS0h5L3d6R3MxS2NzSFd0LzQyZz09
• Using the Zoom app: Meeting ID: 843 2333 2243; Password: 100279.
• Via telephone by dialing: 1-253-205-0468, followed by 84323332243#,,,,*100279# US
• Zoom is free to use and is available at https://zoom.us/.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
Bid documents will be available May 3, 2024. Approved plans, specifications, addenda, and the
plan holders list for this project are available on -line through Builders Exchange of Washington,
Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”, “Public Works”, “City of
Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order
to receive automatic email notification of future addenda and to be placed on the “Bidders List”).
Should you require further assistance, contact Builder Exchange of Washington at (425) 258-
1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents.
All Bid Proposals shall be accompanied by a Bid Proposal Deposit (certified check or satisfactory
bid bond) in an amount equal to five percent (5%) of the amount o f such Bid Proposal.
The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall
apply.
Women and Minority Business Enterprises (WMBE) are encouraged to bid.
It is anticipated that this project will be funded in part b y the Washington State Department of
Ecology. Neither the State of Washington nor any of its departments or employees are, or shall
be, a party to any contract or any subcontract resulting from this solicitation for bids.
Jason A. Seth. MMC, City Clerk
Dates of Publication:
Daily Journal of Commerce May 3, 2024
Daily Journal of Commerce May 9, 2024
Daily Journal of Commerce May 16, 2024
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
II. INFORMATION FOR BIDDERS
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S II.1 - Information and Checklist for Bidders
Storm System Improvement Project Page 1 of 5 2024
INFORMATION AND CHECKLIST FOR BIDDERS
The following supplements the information in the Call for Bids:
Information for Bidders
1. Special Project Information. The Contract Documents, including Standard Specifications, and all
applicable laws and regulations apply to this project. The following items particular to this project
are repeated here for emphasis:
a. Prevailing Wages. This project has does not include federal funding. Therefore, only State
Prevailing Wages must be paid on this project In accordance with Revised Code of
Washington Chapters 39.12 and 49.28 as amended or supplemented herein, 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 Prevailing Wages in effect at time of Advertisement are provided in Appendix B. The
Bidder 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. It is the
Bidder’s responsibility to obtain wage information for any work classifications that are not
included.
b. 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 therefore 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.
c. Traffic Control, Hours of Work and Street Closure. This project is located between the Cedar
River and S 2nd Street in downtown Renton. The site is surrounded by residences and
businesses, with parks and trails nearby. Due to the proximity of the project site to the
residences, night work will not be allowed. Refer to Special Provision Section 1-08.0(2) for
requirements and restrictions regarding hours of work. No road closure (greater than 24-hours)
is anticipated for portions of the Work and will not be allowed. For construction under traffic,
refer to Section 1-07.23(1) and for temporary traffic control refer to Section 1-10.
d. Pollution Control Requirements. Work under this contract shall meet all local, state and federal
requirements for the prevention of environmental pollution and the preservation of public
natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable
pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties,
CAG-24-098
Burnett Ave S and Williams Ave S II.1 - Information and Checklist for Bidders
Storm System Improvement Project Page 2 of 5 2024
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.
e. Standard Specifications. All work under this contract shall be performed in accordance with the
following standard specifications except as may be exempted or modified by the City of Renton
Supplemental Specifications, Special Provisions other sections of these contract documents.
These standard specifications are hereby made a part of this contract and shall control and
guide all activities within this project whether referred to directly, paragraph by paragraph, or
not.
1. WSDOT/APWA "2023 Standard Specifications for Road, Bridge and Municipal
Construction" and "Division 1 APWA Supplement" hereinafter referred to by the
abbreviated title "Standard Specifications."
A. Any reference to "State," "State of Washington," "Department of Transportation,"
"WSDOT," or any combination thereof in the WSDOT/APWA standards shall be
modified to read "City of Renton," unless specifically referring to a standard
specification or test method.
B. All references to measurement and payment in the WSDOT/APWA standards shall be
detected and the measurement and payment provisions of Section 1-09.14,
Measurement and Payment (added herein) shall govern.
f. Cultural Resources. The CONTRACTOR shall keep the Inadvertent Discovery Plan (IDP) included
in Appendix F at the project site during all construction activities and follow the procedures
outlined within in the event of a discovery of archaeological materials or human remains. The
final determination of the formal cultural resources review for this project requires the City of
Renton to notify the Snoqualmie Tribe at least seven (7) days prior to fieldwork to allow the
Snoqualmie Tribe adequate opportunity to be onsite during ground disturbing activities.
Notification of the Snoqualmie Tribe this is the responsibility of the City of Renton, not the
CONTRACTOR.
g. State Interest Exclusion. It is anticipated that this project will be funded in part by the
Washington State Department of Ecology. Neither the State of Washington nor any of its
departments or employees are, or shall be, a party to any contract or any subcontract resulting
from this solicitation for bids.
2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request
the explanation or interpretation in writing by the close of business five (5) business days preceding
the bid opening to allow a written reply to reach all prospective Bidders before the submission of
their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of
Contract will not be binding on the City of Renton. The City will not be responsible for other
explanations or interpretations of the bid documents.
CAG-24-098
Burnett Ave S and Williams Ave S II.1 - Information and Checklist for Bidders
Storm System Improvement Project Page 3 of 5 2024
3. If a bidder has any questions regarding the project, the bidder may either:
▪ Submit questions in writing to Renton City Hall – Utility Systems, 1055 S Grady Way, Renton,
WA 98057, Attn: Troy Solly, or
▪ Submit questions via e-mail to: tsolly@rentonwa.gov. Put “Bid Questions – Burnett Ave S and
Williams Ave S Storm System Improvement Project” in the subject line.
No other type of inquiry will be accepted. Questions received less than five (5) business days prior
to the date of sealed bid submittal may not be answered. The City will not be responsible for other
explanations or interpretations of the bid documents.
4. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the
City may request further information on particular points. The bidder shall, upon request, furnish
information to the City as to his financial and practical ability to satisfactorily perform the work.
5. 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.
6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities.
7. A Bid Proposal Deposit (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. Bid Proposal Deposits will be returned to unsuccessful
bidders immediately following the decision as to award of contract. The Bid Proposal Deposit of the
successful bidder will be returned provided he enters into a contract and furnishes a satisfactory
performance bond covering the full amount of the work within ten days after receipt of notice of
intention to award contract. Should he fail, or refuse to do so, the Bid Proposal Deposit shall be
forfeited to the City of Renton as liquidated damage for such failure.
8. Payment for this work will be made in check or electronic transfers.
9. 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.
10. Bidders shall satisfy themselves as to the local conditions by inspection of the site.
11. The bid price for any item must include the performance of all work necessary for completion of
that item as described in the specifications.
12. 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.
13. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage) as identified within Special Provisions,
Specification Section 1-07.18 “Public Liability and Property Damage Insurance”.
CAG-24-098
Burnett Ave S and Williams Ave S II.1 - Information and Checklist for Bidders
Storm System Improvement Project Page 4 of 5 2024
14. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar
chart type construction schedule for the project as identified within Section 1-08.3 “Progress
Schedule”.
15. 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.
16. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”.
17. Liquidated damages will be enforced in accordance with Section 1-08.9 “Liquidated Damages”.
18. Bidders are not required to be in possession of a current City of Renton business license in order
to bid on City projects. However, Contractors and all subcontractors of all tiers must be in
possession of a current City business license while conducting work in the City.
Checklists for Bidder
Project Proposal Bid Checklist
Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the
Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of
each bidder to ascertain if all the documents listed below and in the Table of Contents are included in
their copy of the Contract Provisions. 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 the date and time that bids are
due.
The following forms and documents shall be submitted with the bid.
0. ☐ Project Proposal Bid Summary - The form included in these Bid Documents must be used; no
substitute will be accepted.
1. ☐ Acknowledgment of Receipt of Addenda – The form included in these Bid Documents must be
used; no substitute will be accepted. Bidders must acknowledge receipt of each addenda issued.
2. ☐ Proposal Cover Page – The form included in these Bid Documents must be used; no substitute will
be accepted.
3. ☐ Schedule of Prices – The form(s) included in these Bid Documents must be used; no substitute will
be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit
price is left blank, it will be considered no charge for that bid item, regardless of what has been placed
in the extension column.
4. ☐ Combined Affidavit and Certificate Form (Non-Collusion, Anti-Trust Claims, Minimum Wage) –
The form included in these Bid Documents must be used; no substitute will be accepted.
5. ☐ Subcontractor List - The form included in these Bid Documents must be used; no substitute will be
accepted.
CAG-24-098
Burnett Ave S and Williams Ave S II.1 - Information and Checklist for Bidders
Storm System Improvement Project Page 5 of 5 2024
6. ☐ Certification of Compliance with Wage Payment Statutes - The form included in these Bid
Documents must be used; no substitute will be accepted.
7. ☐ Department of Labor and Industries Certificate Registration - The form included in these Bid
Documents must be used; no substitute will be accepted.
8. ☐ Proposal Signature Page – The form included in these Bid Documents must be used; no substitute
will be accepted. Evidence of signatory’s authority to sign the Proposal on behalf of the business
entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular
and non-responsive and the Bid may be rejected.
9. ☐ Proposal Bid Bond to the City of Renton – The form included in these Bid Documents must be
used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney
authorizing such execution must be current and enforceable, be properly executed by the Surety in
accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all
necessary corporate seals, signatures, and notaries. Verify Bid Proposal Deposit is at least 5 percent
of the total amount of bid including sales tax.
Contract Agreement Checklist
The following documents are to be executed by the successful Bidder after the Contract is awarded.
1. ☐ Contract Agreement – The form included in these Bid Documents must be used; no substitute will
be accepted. Two originals shall be executed by the successful Bidder.
2. ☐ Performance Contract Bond to the City of Renton – The form included in these Bid Documents
must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder
and its surety company. This bond covers successful completion of all work and payment of all
laborers, subcontractors, suppliers, etc. If an attorney-in-fact signs bond, the power of attorney
authorizing such execution must be current and enforceable, be properly executed by the Surety in
accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all
necessary corporate seals, signatures, and notaries.
3. ☐ Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents must be
used; no substitute will be accepted.
4. ☐ Retainage – Refer to Standard Spec. Section 1-09.9(1), Retainage.
5. ☐ Certificates of Insurance – To be executed by an insurance company acceptable to the City, on
ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of
Renton shall be named as “Additional Insured” on the insurance policies as well as the entities listed
in Section 1-07.18(2) of the Special Provisions.
1.Summary of Fair Practices Policy
2.Summary of Americans with Disability Act Policy
72,224
6,019
Vicinity Map - Burnett Ave S and Williams Ave S Water
Quality Retrofit Project
This map is a user generated static output from an Internet mapping site and
is for reference only. Data layers that appear on this map may or may not be
accurate, current, or otherwise reliable.
3/7/2024
Legend
4,09302,046
THIS MAP IS NOT TO BE USED FOR NAVIGATION
Feet
Notes
4,093
WGS_1984_Web_Mercator_Auxiliary_Sphere
T. Solly
tsolly@Rentonwa.gov
City and County Labels
City and County Boundary
Renton
<all other values>
Vicinity Map
Burnett Ave S and Williams Ave S Storm System Improvement Project
Project Area
I-405
I
-
4
0
5
I-4
0
5
SR
-
1
6
7
SR-169
SR-
1
6
9
S
R
-
9
0
0
SR-900
S 2ND ST
C
E
D
A
R
R
I
V
E
R
CE
D
A
R
RI
V
E
R
4,514
376
Site Map - Burnett Ave S and Williams Ave S Water
Quality Retrofit Project
This map is a user generated static output from an Internet mapping site and
is for reference only. Data layers that appear on this map may or may not be
accurate, current, or otherwise reliable.
3/7/2024
Legend
2560128
THIS MAP IS NOT TO BE USED FOR NAVIGATION
Feet
Notes
256
WGS_1984_Web_Mercator_Auxiliary_Sphere
T. Solly
tsolly@Rentonwa.gov
City and County Labels
Parcels
City and County Boundary
Renton
<all other values>
2021.sid
Red: Band_1
Green: Band_2
Blue: Band_3
Site Map
Burnett Ave S and Williams Ave S Storm System Improvement Project
S 2nd StS 2nd St
Bu
r
n
e
t
t
A
v
e
S
Wi
l
l
i
a
m
s
A
v
e
S
We
l
l
s
A
v
e
S
Lo
g
a
n
A
v
e
S
S Tobin St
S
R
i
v
e
r
s
i
d
e
D
r
N
1
s
t
S
t
C
e
d
a
r
R
i
v
e
r
N
R
i
v
e
r
s
i
d
e
D
r
Project Area
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
III. PROJECT PROPOSAL
BID SUMMARY
Project Name: Burnett Ave S and Williams Ave S
Storm System Improvement Project
City Project Number: SWP-27-4088, WWP-27-4088
City Contract Number: CAG-24-098
Company:
Address:
Telephone Number:
Email Address:
Total Bid Amount:
$
(Total of all Bid Schedules)
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S III.1 – Acknowledgment of Receipt of Addenda
Storm System Improvement Project Page 1 of 1 2024
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to
the Bid Documents:
Addendum No. Date of Receipt
NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged.
[Business Name]
[Signature of Authorized Official]
[Printed Name]
[Title]
[Date] [City] [State]
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S III.2 - Proposal Page
Storm System Improvement Project Page 1 of 1 2024
PROPOSAL PAGE
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned (Bidder) hereby certify that the Bidder has examined the location and
construction details of the proposed work, has read and thoroughly understands the Contract
Documents governing the work, and the nature of the work, and the method by which
payment will be made for said work. Bidder hereby proposes to undertake and complete the
work detailed in and in accordance with these Contract Documents, for the Total Bid Amount
shown on the attached Schedule of Prices.
The Bidder understands that the quantities mentioned herein are approximate only and are
subject to increase or decrease, and hereby proposes to perform all quantities of work as either
increased or decreased in accordance with the Contract Documents.
As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the
form of (check one) bid bond, or cashier's check (made payable to the City of Renton), or
postal money order (made payable to the City of Renton), in an amount equal to five percent
(5%) of the Total Bid Amount, is attached hereto.
If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing
such execution must be current and enforceable, be properly executed by the Surety in
accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all
necessary corporate seals, signatures, and notaries.
Bidder understands that Contract Award or Bid rejection will occur within 45 calendar days after
the opening of bids, as specified in Section 1-03.2 of the Standard Specifications.
Bidder further understands that should Bidder fail to enter into this contract in accordance with
his or her Bid and furnish a contract bond within a period of ten (10) days from the date at which
he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be
forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352
Bidder hereby agrees to complete the Physical Work in all respects within 130 working days.
Contract time shall begin on the first working day following the Notice to Proceed date.
ITEM SPEC.APPROX.UNIT TOTAL
NO. SECTION QUANTITY PRICE AMOUNT
A1 1-04 1
Lump Sum
________________
Per Lump Sum
_____________________
A2 1-05 1
Lump Sum
________________
Per Lump Sum
_____________________
A3 1-07 1
Lump Sum
________________
Per Lump Sum
_____________________
A4 1-07 1
Lump Sum
________________
Per Lump Sum
_____________________
A5 1-09 1
Lump Sum
________________
Per Lump Sum
_____________________
A6 1-10 1
Lump Sum
________________
Per Lump Sum
_____________________
A7 2-05 1
Lump Sum
________________
Per Lump Sum
_____________________
A8 8-22 1
Lump Sum
________________
Per Lump Sum
_____________________
A9 1-04 1
Est
$150,000.00
Per Est
$150,000.00
Subtotal
Schedule A
_____________________
10.3% Sales Tax
_____________________
Total Schedule A
_____________________
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
ITEM WITH UNIT PRICED BID
SCHEDULE OF PRICES
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE: Unit prices for all items, all extentions, subtotals, and total amounts of bid shall be shown. Enter unit prices in numerical figures only, in dollars
and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price
column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the
unit price shall prevail, and totals shall be corrected to conform thereto.
SWPPP and TESC Plan and Implementation
Dewatering
BID SCHEDULE A - GENERAL
Mobilization & Demobilization
Construction Surveying, Staking, and As-Built
Drawings
Project Temporary Traffic Control
SPCC Plan and Implementation
Contaminated Soil and Groundwater Handling
and Management Plan
Remove and Replace Pavement Markings
Minor Changes
Burnett Ave S and Williams Ave S
Storm System Improvement Project Page 1 of 6
III.3 - Schedule of Prices
2024
CAG-24-098
ITEM SPEC.APPROX.UNIT TOTAL
NO. SECTION QUANTITY PRICE AMOUNTITEM WITH UNIT PRICED BID
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
B1 1-07 6
Each
________________
Per Each
_____________________
B2 1-09 1
Est
$40,000.00
Per Est
$40,000.00
B3 2-02 1
Est
$10,000.00
Per Est
$10,000.00
B4 2-05 3
Each
________________
Per Each
_____________________
B5 2-05 25
Ton
________________
Per Ton
_____________________
B6 2-05 1
Force Account
$20,000.00
Per Force Account
$20,000.00
B7 2-09 1
Lump Sum
________________
Per Lump Sum
_____________________
B8 2-09 80
Cu. Yard
________________
Per Cu. Yard
_____________________
B9 2-09 10
Cu. Yard
________________
Per Cu. Yard
_____________________
B10 4-04 3400
Ton
________________
Per Ton
_____________________
B11 4-04 625
Ton
________________
Per Ton
_____________________
B12 5-04 724
Ton
________________
Per Ton
_____________________
B13 5-04 645
Ton
________________
Per Ton
_____________________
B14 5-04 6537
Sq. Yard
________________
Per Sq. Yard
_____________________
B15 6-20 1
Lump Sum
________________
Per Lump Sum
_____________________
B16 6-20 1
Lump Sum
________________
Per Lump Sum
_____________________
B17 7-04 24
Linear Foot
________________
Per Linear Foot
_____________________
B18 7-04 217
Linear Foot
________________
Per Linear Foot
_____________________
B19 7-04 438
Linear Foot
________________
Per Linear Foot
_____________________
B20 7-04 1136
Linear Foot
________________
Per Linear Foot
_____________________
C900 PVC Storm Sewer Pipe 8 In. Diam.
Polypropylene Storm Sewer Pipe 12 In. Diam.
Polypropylene Storm Sewer Pipe 18 In. Diam.
HMA for Overlay, Cl. ½’’ PG 58H-22
Planing Bituminous Pavement
MWS-Linear Modular Wetland 8-ft x 12-ft
MWS-Linear Modular Wetland 8-ft x 20-ft
C900 PVC Storm Sewer Pipe 6 In. Diam.
Removal and Replacement of Unsuitable
Material
Controlled Density Fill
Select Borrow for Trench Backfill
Crushed Surfacing Top Course
HMA for Trench Patch, Cl. ½’’ PG 58H-22
Contaminated Soil Excavation, Haul, and
Disposal
Contaminated Water Treatment
Resolution of Utility Conflicts
Removal of Unforeseen Obstructions and
Debris
Soil Sampling and Testing
Site Specific Potholing
BID SCHEDULE B - STORMWATER
Trench Safety Systems
Burnett Ave S and Williams Ave S
Storm System Improvement Project Page 2 of 6
III.3 - Schedule of Prices
2024
CAG-24-098
ITEM SPEC.APPROX.UNIT TOTAL
NO. SECTION QUANTITY PRICE AMOUNTITEM WITH UNIT PRICED BID
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
B21 7-04 222
Linear Foot
________________
Per Linear Foot
_____________________
B22 7-04 240
Linear Foot
________________
Per Linear Foot
_____________________
B23 7-04 8
Linear Foot
________________
Per Linear Foot
_____________________
B24 7-04 365
Linear Foot
________________
Per Linear Foot
_____________________
B25 7-04 2650
Linear Foot
________________
Per Linear Foot
_____________________
B26 7-05 19
Each
________________
Per Each
_____________________
B27 7-05 24
Each
________________
Per Each
_____________________
B28 7-05 5
Each
________________
Per Each
_____________________
B29 7-05 1
Each
________________
Per Each
_____________________
B30 7-05 2
Each
________________
Per Each
_____________________
B31 7-05 3
Each
________________
Per Each
_____________________
B32 7-05 13
Each
________________
Per Each
_____________________
B33 7-05 6
Each
________________
Per Each
_____________________
B34 7-09 1
Each
________________
Per Each
_____________________
B35 7-09 1
Lump Sum
________________
Per Lump Sum
_____________________
B36 7-09 1
Lump Sum
________________
Per Lump Sum
_____________________
B37 7-09 7
Each
________________
Per Each
_____________________
B38 7-18 50
Linear Foot
________________
Per Linear Foot
_____________________
B39 8-02 1
Lump Sum
________________
Per Lump Sum
_____________________
B40 8-04 360
Linear Foot
________________
Per Linear Foot
_____________________
Side Sewer Replacement
Landscape Protection & Restoration
Remove and Replace Concrete Curb and
Gutter
Connect or Plug Existing Storm Lateral
12-inch Gate Valve Assembly
Vertical Adjustment of Existing 6 In. Water
Main
Vertical Adjustment of Existing 8 In. Water
Main
Water Service Relocation
Catch Basin Type 2 60 In. Diam.
Catch Basin Type 2 72 In. Diam.
Carry-Through Sewer Pipe and
Appurtenances
Connect New Pipe to Existing Drainage
Structure
Connect Existing Storm Lateral to New Storm
Pipe
Ductile Iron Storm Sewer Pipe 6 In. Diam.
Ductile Iron Storm Sewer Pipe 12 In. Diam.
CCTV Inspection
Catch Basin Type 1
Catch Basin Type 2 48 In. Diam.
Polypropylene Storm Sewer Pipe 24 In. Diam.
Polypropylene Storm Sewer Pipe 36 In. Diam.
Burnett Ave S and Williams Ave S
Storm System Improvement Project Page 3 of 6
III.3 - Schedule of Prices
2024
CAG-24-098
ITEM SPEC.APPROX.UNIT TOTAL
NO. SECTION QUANTITY PRICE AMOUNTITEM WITH UNIT PRICED BID
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
B41 8-13 2
Each
________________
Per Each
_____________________
B42 8-14 80
Sq. Yard
________________
Per Sq. Yard
_____________________
B43 8-14 2
Each
________________
Per Each
_____________________
B44 8-14 2
Each
________________
Per Each
_____________________
Total Schedule B*
_____________________
*All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1) and WAC 458-20-171.
Cement Concrete Curb Ramp Type
Perpendicular
Cement Concrete Curb Ramp Type Single
Direction
Monument Case and Cover
Remove and Replace Concrete Sidewalk and
Driveway
Burnett Ave S and Williams Ave S
Storm System Improvement Project Page 4 of 6
III.3 - Schedule of Prices
2024
CAG-24-098
ITEM SPEC.APPROX.UNIT TOTAL
NO. SECTION QUANTITY PRICE AMOUNTITEM WITH UNIT PRICED BID
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
C1 1-07 6
Each
________________
Per Each
_____________________
C2 1-09 1
Est
$10,000.00
Per Est
$10,000.00
C3 2-02 1
Est
$5,000.00
Per Est
$5,000.00
C4 2-09 1
Lump Sum
________________
Per Lump Sum
_____________________
C5 2-09 20
Cu. Yard
________________
Per Cu. Yard
_____________________
C6 4-04 515
Ton
________________
Per Ton
_____________________
C7 4-04 74
Ton
________________
Per Ton
_____________________
C8 5-04 116
Ton
________________
Per Ton
_____________________
C9 5-04 110
Ton
________________
Per Ton
_____________________
C10 5-04 1113
Sq. Yard
________________
Per Sq. Yard
_____________________
C11 7-05 1
Each
________________
Per Each
_____________________
C12 7-17 26
Linear Foot
________________
Per Linear Foot
_____________________
C13 7-17 425
Linear Foot
________________
Per Linear Foot
_____________________
C14 7-17 1
Each
________________
Per Each
_____________________
C15 7-17 5
Each
________________
Per Each
_____________________
C16 7-17 451
Linear Foot
________________
Per Linear Foot
_____________________
Subtotal
Schedule C
_____________________
10.3% Sales Tax
_____________________
Total Schedule C
_____________________
HMA for Trench Patch, Cl. ½’’ PG 58H-22
HMA for Overlay, Cl. ½’’ PG 58H-22
BID SCHEDULE C - WASTEWATER
Crushed Surfacing Top Course
Site Specific Potholing
Resolution of Utility Conflicts
Removal of Unforeseen Obstructions and
Debris
Trench Safety Systems
Removal and Replacement of Unsuitable
Material
Select Borrow for Trench Backfill
Planing Bituminous Pavement
Manhole 48 In. Diam. Type 1
C900 PVC Sanitary Sewer Pipe 6 In. Diam.
C900 PVC Sanitary Sewer Pipe 8 In. Diam.
Connect New Sewer Pipe to Existing Manhole
Connect to Existing Sewer Lateral
CCTV Inspection
Burnett Ave S and Williams Ave S
Storm System Improvement Project Page 5 of 6
III.3 - Schedule of Prices
2024
CAG-24-098
ITEM SPEC.APPROX.UNIT TOTAL
NO. SECTION QUANTITY PRICE AMOUNTITEM WITH UNIT PRICED BID
SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS.
Total Schedule A
_____________________
Total Schedule B
_____________________
Total Schedule C
_____________________
BID TOTAL
_____________________
(Total of Schedules
A, B, and C)
Burnett Ave S and Williams Ave S
Storm System Improvement Project Page 6 of 6
III.3 - Schedule of Prices
2024
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S III.4 - Combined Affidavit & Certificate Form
Storm System Improvement Project Page 1 of 1 2024
COMBINED AFFIDAVIT & CERTIFICATE FORM
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 corporatio n to
refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself
or to any other person any advantage over other Bidder or Bidders.
AND
CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any
and 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
I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the
performance of the work of this project, I will pay each classification of laborer, workman, or mechanic
employed in the performance of such work; not less than the prevailing rate of wage or not less than the
minimum rate of wages as specified in the principal contract.
I certify (or declare) under penalty of perjury under the laws of the State of Washington that the I have
read the above and foregoing statements and certificate, know the contents thereof and the substance
as set forth therein is true to my knowledge and belief.
[Business Name]
[Signature of Authorized Official]
[Printed Name]
[Title]
[Date] [City] [State]
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S III.5 - Subcontractor List
Storm System Improvement Project Page 1 of 2 2024 - Revised 3/31/2021 clb
SUBCONTRACTOR LIST
In accordance with RCW 39.30-060:
For all public works contracts exceeding $1,000,000 the bidder shall submit the names of the subcontractors
with whom the bidder, if awarded the contract, will subcontract for the following work:
• All heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106
RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control
system integrator subcontractor as well as other electrical subcontractors) shall be submitted as part of
the bid.
• All structural steel installation and rebar installation subcontractors shall be submitted as part of the bid.
If the work does not apply to this contract, check the box “Not Applciable”. If the work will be self performed
by the bidder, check the box “Self Performed”.
If the subcontractors names are not submitted with the bid OR if two or more subcontractors are named to
perform the same work, the bid shall be considered nonresponsive and, therefore, void.
If subcontractors vary with bid alternates, please complete a separate form indicating which subcontractors will
be used for which bid alternate.
Complete the following:
If awarded the contract, will contract with the following
subcontractors for the performance of heating, ventilation and air conditioning, plumbing, electrical
(including automatic controls) work, structural steel installation, and rebar installation (If no subcontractors
will be required, still submit the form indicating “not applicable” for each discipline) :
The following list of subcontracts is due with the bid.
Category of Work Heating, Ventilation & Air Conditioning (HVAC) Not Applicable ☐
Subcontractors Name Self Performed ☐
Address
Phone No. Contractor's License No.
Category of Work Plumbing (per RCW 18.106) Not Applicable ☐
Subcontractors Name Self Performed ☐
Address
Phone No. Contractor's License No.
CAG-24-098
Burnett Ave S and Williams Ave S III.5 - Subcontractor List
Storm System Improvement Project Page 2 of 2 Revised 3/31/2021 clb
Category of Work Electrical (per RCW 19.28) Not Applicable ☐
Subcontractors Name Self Performed ☐
Address
Phone No. Contractor's License No.
Category of Work Structural Steel and Rebar Installation Not Applicable ☐
Subcontractors Name Self Performed ☐
Address
Phone No. Contractor's License No.
“I certify (or declare) under penalty of perjury under the laws of
the State of Washington that the information provided by bidder
in the subcontractor listing form is true and correct to the best of
my knowledge and belief”
Signature: __________________________________________
Printed Name: _______________________________________
Date: ______________________________________________
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S III.6 - Certification of Compliance with Wage Payments Statutes
Storm System Improvement Project Page 1 of 1 2024 - Template updated 2-12-19
CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
The bidder hereby certifies that, within the three-year period immediately preceding the bid
solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any
provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation
and notice of assessment issued by the Department of Labor and Industries or through a civil
judgment entered by a court of limited or general jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the foregoing is
true and correct.
Bidder’s Business Name
Signature of Authorized Official*
Printed Name
Title
Date City State
Check One:
Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐ LLC ☐
State of Incorporation, or if not a corporation, State where business entity was formed:
If a co-partnership, give firm name under which business is transacted:
*If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate
officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner.
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S III.7 - DOLI Certificate of Registration
Storm System Improvement Project Page 1 of 1 2024
DEPARTMENT OF LABOR AND INDUSTRIES
CERTIFICATE OF REGISTRATION
Name on Registration: ___________________________________________________________
Registration Number: ___________________________________________________________
Expiration Date: ____________________________________________________________
NOTE: A copy of the certificate will be requested as part of contract execution when project is awarded.
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S III.8 - Proposal Signature Page
Storm System Improvement Project Page 1 of 3 2024
PROPOSAL SIGNATURE PAGE
The bidder is hereby advised that by signature of this proposal he/she is deemed to have
acknowledged all requirements and signed all certificates contained herein.
NOTE: A Proposal may be considered irregular and may be rejected if the receipt of Addend a is not included.
[Signature of Authorized Official]* [Business Name]
[Printed Name] [Address Line 1]
[Title] [Address Line 2]
[Date] [Contact Name]
[Telephone Number]
[Email]
The address, contact name, phone number, and email
listed above will be used for all communications
regarding this proposal.
* NOTE: Evidence of the signatory’s authority to sign the Proposal on behalf of the business entity shall be
submitted with the Bid and the signature must be notarized . Otherwise, the submitted Bid will be
considered irregular and non -responsive and the Bid may be rejected.
Type of business entity (e.g. corporation, partnership, etc.):
State of Incorporation, or State where business entity was formed:
CAG-24-098
Burnett Ave S and Williams Ave S III.8 - Proposal Signature Page
Storm System Improvement Project Page 2 of 3 2024
WA State Contractor’s Registration #
UBI #
Industrial Insurance Account #
Employment Security Department #
State Excise Tax Registration #
If business is a CORPORATION, please complete this section:
Name of President of Corporation
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington
at
If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section:
The Surety Company which will furnish the required Contract Bond is
[Surety] [Address Line 1]
[Telephone Number] [Address Line 2]
Name: Title (Partner, Member, Manager):
CAG-24-098
Burnett Ave S and Williams Ave S III.8 - Proposal Signature Page
Storm System Improvement Project Page 3 of 3 2024
Subscribed and sworn to before me on this _______ day of _________________, 20____.
[Signature of Notary Public in and for the State of
Washington]
[Printed Name of Notary Public]
My commission expires:
[Date]
[Stamp]
STATE OF )
County of )
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S III.9 – Proposal Bid Bond to the City of Renton
Storm System Improvement Project Page 1 of 2 2024
PROPOSAL BID BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] _________________________________
of [address] ______________________________________________________ as Principal, and
[Surety] _________________________________________ a corporation organized and existing
under the laws of the State of ________________________ 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 unto the City
of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said
Principal for the work hereinafter described, for the payment of which, well and truly to be made,
we bind ourselves and our heirs, executors, administrators and assigns, and successors and
assigns, jointly and severally, firmly by these presents.
The condition of the bond is such, that whereas the Principal herein is herewith submitting
his/her or its sealed proposal for the following public works construction project, to wit:
Burnett Ave S and Williams Ave S Storm System Improvement Project
said bid and proposal, by reference thereto, being made a part hereof.
NOW, THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be
awarded to said Principal, and if said Principal shall duly make and enter into and execute said
contract and shall furnish performance contract bond as required by the City of Renton within a
period of ten (10) days from and after said award, exclusive of the day of such award, then this
obligation shall be null and void, otherwise it shall remain and be in full force and effect.
IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of
Renton in accordance with the terms of the Proposal and furnish a performance contract bond
with Surety or Sureties approved by the City of Renton within ten (10) days f rom and after said
award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately
pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW
35A.40.200 and RCW 35.23.352.
This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington,
and venue shall be in King County, Washington.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this ________ day of ____________________, 20______.
CAG-24-098
Burnett Ave S and Williams Ave S III.9 – Proposal Bid Bond to the City of Renton
Storm System Improvement Project Page 2 of 2 2024
PRINCIPAL SURETY
[Principal] [Surety]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or Surety Company:
Telephone:
Surety WAOIC #
Surety NAIC #
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
IV. AGREEMENT FORMS
Burnett Ave S and Williams Ave S IV.1 - Agreement
Storm System Improvement Project Page 1 of 2 2024 - Contract Template Updated 12/29/2017
AGREEMENT
CONTRACT NO. CAG-24-098
THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] by and between the CITY
OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and [Enter
Contractor name], hereinafter referred to as "Contractor."
Now, therefore the parties agree as follows:
1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2023 Standard
Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of
Transportation and the Washington State Chapter of the American Public Works Association, including all published
amendments issued by those organizations (“Standard Specifications”); the City’s Contract Bid Documents for the
Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments
to the Standard Specifications; Contractor’s Proposal and all documents submitted therewith in response to the
City’s Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract
Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions
included with the City’s Call for Bids and Contract Documents.
2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project
entitled Burnett Ave S and Williams Ave S Storm System Improvement Project, CAG-24-098, including all changes
to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of
the Special Provisions.
3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the
Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount
not to exceed $___________, unless modified by an approved change order or addendum. The payments to
Contractor include the costs for all labor, tools, materials and equipment for the Work.
4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this
Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under
this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all
engineering inspection and supervision costs to City as specified in the Contract Bid Documents.
5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be
entitled to recover its costs, including reasonable attorney's and expert witness fees.
6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as
expressly provided in this Agreement.
7. Third-Party Beneficiaries. The state of Washington shall be an express third party beneficiary of this contract with
full rights as such. However, nothing in this Agreement is intended to, nor shall be construed to give any rights or
benefits in the Agreement to anyone other than the state of Washington and the Parties, and all duties and
responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the state of
Washington and the Parties and no one else.
CAG-24-098
Burnett Ave S and Williams Ave S IV.1 - Agreement
Storm System Improvement Project Page 2 of 2 2024 - Contract Template Updated 12/29/2017
8. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for
all purposes be deemed an original.
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.
CONTRACTOR:
CITY OF RENTON:
President/Partner/Owner Armondo Pavone, Mayor
ATTEST
Secretary Jason Seth, City Clerk
FIRM INFORMATION
d/b/a [Enter Firm name]
CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation
STATE OF INCORPORATION: [Enter state of incorporation]
CONTRACTOR CONTACT INFORMATION:
CITY CONTACT INFORMATION:
[Address Line 1] City of Renton
[Address Line 2] 1055 South Grady Way
[City, State and Zip] Renton, WA 98057
[Enter Phone Number] [Enter Phone Number]
[Enter Fax Number or Email Address] [Enter Fax Number or Email Address]
Attention:
If business is a CORPORATION, the name of the corporation should be listed in full and both the 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 the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and fi rm or
trade name. Any one partner may sign the contract.
If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title.
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S IV.2 – Contract Bond to the City of Renton
Storm System Improvement Project Page 1 of 2 2024 - 03/08/2022 F clb
CONTRACT BOND TO THE CITY OF RENTON
Bond No. ________________
KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________
of [address]________________________________________________ as PRINCIPAL , and
(SURETY)_________________________________________ a corporation organized and existing under
the laws of the State of ________________________ 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
(CITY/OWNER) in the sum of________________________________________________ US Dollars
($________________________) Total Contract Amount, for the payment of which sum on demand we
bind ourselves and our heirs, successors, assigns, executors, administrators and personal
representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of
Washington and the ordinances of the City of Renton.
Dated at _____________, Washington, this ________ day of ____________________, 20______.
NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS:
WHEREAS, under and pursuant to Contract No. CAG-24-098 providing for construction of the Burnett
Ave S and Williams Ave S Storm System Improvement Project; the PRINCIPAL has accepted, or is about
to accept, the Contract, and undertake to perform the Work therein provided for in the manner and
within the time set forth.
• The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and
assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such
payments for labor, equipment, and materials by satisfying all claims and demands incurred under
the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in
making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from
the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the
subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors material persons, and all persons who shall supply such
contractor or subcontractors with provisions and supplies for the carrying on of such work; and,
against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs,
executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower
tier subcontractors of the PRINCIPAL) to faithfully perform the Contract.
• The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by OWNER in connection with the Project.
• No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond.
SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or
addition to the terms of the Contract or the Work to be performed thereunder and agrees that
modifications and changes to the terms and conditions of the Contract that increase the total amount
to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract
CAG-24-098
Burnett Ave S and Williams Ave S IV.2 – Contract Bond to the City of Renton
Storm System Improvement Project Page 2 of 2 2024 - 03/08/2022 F clb
Bond and notice to SURETY is not required for such increased obligation.
• This Contract Bond shall be governed and construed by the laws of the State of Washington, and
venue shall be in King County, Washington.
FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that
PRINCIPAL or SURETY:
• Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the
manner and within the time specified as may be extended under the Contract;
• Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the
sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material
suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on
of such work under the Contract;
• Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and
51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82
RCW or any other law;
• Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized
representative of CITY.
This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’
duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed
and original power of attorney for the office executing on behalf of the SURETY.
PRINCIPAL SURETY
[PRINCIPAL] [SURETY]
[Signature of Authorized Official] [Signature of Authorized Official]
[Printed Name] [Printed Name]
[Title] [Title]
[Date] [Date]
Name and address of local office of
Agent and/or SURETY Company:
Telephone:
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S IV.3 - Fair Practices Policy Affidavit of Compliance
Storm System Improvement Project Page 1 of 1 2024
FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or
supplier. Include or attach this document(s) with the contract.
________________________________________________________ hereby confirms and declares that:
[Name of contractor/subcontractor/consultant]
I. It Is the policy of the above-named contractor/subcontractor/consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis
C status; use of a guide dog/service animal; marital status; parental/family status; military status;
or veteran’s status.
I. The above-named contractor/subcontractor/consultant complies with all applicable federal, state
and local laws governing non-discrimination in employment.
II. When applicable, the above-named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
[Print Agent/Representative’s Name]
[Print Agent/Representative’s Title]
[Agent/Representative’s Signature]
[Date Signed]
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENT PROJECT
CAG-24-098
SWP-27-4088, WWP-27-4088
Burnett Ave S and Williams Ave S IV.4 – Retainage Selection
Storm System Improvement Project Page 1 of 1 2024
RETAINAGE SELECTION
Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent
of the monies earned by the Contractor will be retained from progress estimates. The
retainage will be used as a trust fund for the protection and payment of (1) the State with
respect to taxes, and (2) the claims of any person arising under the Contract.
Retainage shall be placed in a fund held by the City (non-interest bearing), unless the
Contractor selects a one of the options listed below and completes all arrangements needed
for that option to the satisfaction of the City.
Other retainage fund options:
__ 1. Deposited by the City in an escrow account (interest bearing) in a bank, mutual savings
bank, or savings and loan association. Deposits will be in the name of the Contractor and
bank; and are not allowed to be withdrawn without the City’s written authorization, or
__ 2. The City, at its’ option, may accept a bond from the Contractor in lieu of retainage.
If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association
to be used, and for making all arrangements and paying all costs associated with that option.
All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review
and approval.
Release of the Retainage will be made 60 days following the Completion Date provided the
conditions in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met.
[Signature]
[Printed Name]
[Title, Company]
[Date]
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
V. CONTRACT SPECIFICATIONS
CITY OF RENTON, WASHINGTON
BURNETT AVE S AND WILLIAMS AVE S
STORM SYSTEM IMPROVEMENTS
ISSUED FOR BID
APRIL 2024
SPECIAL PROVISIONS
FUNDED IN PART BY THE WASHINGTON STATE DEPARTMENT OF ECOLOGY
THIS PAGE INTENTIONALLY LEFT BLANK
CERTIFICATE PAGE
City of Renton
Burnett Ave S and Williams Ave S Storm System Improvements
The engineering material and data contained in the Special Provisions were prepared under the
supervision and direction of the undersigned, whose seal as a registered professional engineer is affixed
below.
Rebecca Loveday Ochiltree, P.E.
BHC Consultants, LLC
Zachary Joseph Miles, P.E.
BHC Consultants, LLC
04/19/2024
04/19/2024
THIS PAGE INTENTIONALLY LEFT BLANK
City of Renton i April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Table of Contents
INTRODUCTION TO THE SPECIAL PROVISIONS .................................................................... 1
1-01 DEFINITIONS AND TERMS ............................................................................................. 3
1-01.3 Definitions .................................................................................................................. 3
1-02 BID PROCEDURES AND CONDITIONS ......................................................................... 7
1-02.1 Prequalification of Bidders ......................................................................................... 7
1-02.1(1) Supplemental Qualifications Criteria .................................................................. 7
1-02.2 Plans and Specifications ........................................................................................... 7
1-02.4 Examination of Plans, Specifications, and Site of Work ............................................ 7
1-02.4(1) General ............................................................................................................... 7
1-02.4(2) Subsurface Information ...................................................................................... 8
1-02.5 Proposal Forms ......................................................................................................... 8
1-02.6 Preparation of Proposal ............................................................................................. 8
1-02.6(1) Certification of Compliance with Wage Payment Statutes ................................. 9
1-02.7 Bid Deposit ................................................................................................................ 9
1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order ............................................. 10
1-02.9 Delivery of Proposal ................................................................................................ 10
1-02.10 Withdrawing, Revising, or Supplementing Proposal ............................................... 11
1-02.12 Public Opening of Proposals ................................................................................... 11
1-02.13 Irregular Proposals .................................................................................................. 11
1-02.14 Disqualification of Bidders ....................................................................................... 13
1-02.15 Pre Award Information ............................................................................................. 14
1-03 AWARD AND EXECUTION OF CONTRACT ................................................................. 15
1-03.1 Consideration of bids ............................................................................................... 15
1-03.2 Award of Contract .................................................................................................... 15
1-03.3 Execution of Contract .............................................................................................. 16
1-03.4 Contract Bond ......................................................................................................... 16
1-03.7 Judicial Review ........................................................................................................ 17
1-04 SCOPE OF WORK ......................................................................................................... 18
1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and
Addenda .......................................................................................................................... 18
1-04.4 Changes .................................................................................................................. 18
1-04.4(1) Minor Changes ................................................................................................. 18
1-04.5 Procedure, Protest, and Dispute by the Contractor ................................................. 18
1-04.6 Variation in Estimated Quantities ............................................................................ 18
1-04.8 Progress Estimates and Payments ......................................................................... 19
City of Renton ii April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-04.11 Final Cleanup .......................................................................................................... 19
1-04.12 Contractor-Discovered Discrepancies ..................................................................... 20
1-05 CONTROL OF WORK .................................................................................................... 21
1-05.4 Conformity With and Deviation from Plans and Stakes ........................................... 21
1-05.4(1) Contractor Supplied Surveying ......................................................................... 22
1-05.4(2) Contractor Provided As-Built Information ......................................................... 22
1-05.7 Removal of Defective and Unauthorized Work ....................................................... 23
1-05.10 Guarantees .............................................................................................................. 24
1-05.11 Final Inspection and Operational Testing ................................................................ 25
1-05.11(1) Substantial Completion Date ............................................................................ 25
1-05.11(2) Final Inspection and Physical Completion Date ............................................... 25
1-05.11(3) Operational Testing .......................................................................................... 26
1-05.12 Final Acceptance ..................................................................................................... 26
1-05.13 Superintendents, Labor and Equipment of Contractor ............................................ 26
1-05.14 Cooperation with Other Contractors ........................................................................ 27
1-05.15 Method of Serving Notices ...................................................................................... 27
1-05.16 Water and Power ..................................................................................................... 27
1-05.17 Oral Agreements ..................................................................................................... 28
1-05.18 Contractor's Daily Diary ........................................................................................... 28
1-06 CONTROL OF MATERIAL ............................................................................................. 30
1-06.1(1) Approval of Materials Prior to Use .................................................................... 30
1-06.1(2) Request for Approval of Materials (RAM) ......................................................... 30
1-06.2 Acceptance of Material ............................................................................................ 30
1-06.2(1) Samples and Tests for Acceptance .................................................................. 30
1-06.2(2) Statistical Evaluation of Materials for Acceptance ............................................ 30
1-06.6 Recycled Materials .................................................................................................. 30
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ............................... 32
1-07.1 Laws to be Observed .............................................................................................. 32
1-07.2 State Sales Tax ....................................................................................................... 33
1-07.2(1) State Sales Tax – Rule 171 .............................................................................. 33
1-07.2(2) State Sales Tax – Rule 170 .............................................................................. 33
1-07.2(3) Services ............................................................................................................ 34
1-07.5 Environmental Regulations ..................................................................................... 34
1-07.5(1) General ............................................................................................................. 34
1-07.5(7) City of Renton Aquifer Protection Area (APA) Zone 1 ...................................... 34
1-07.6 Permits and Licenses .............................................................................................. 35
City of Renton iii April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-07.7 Load Limits .............................................................................................................. 36
1-07.9 Wages ..................................................................................................................... 36
1-07.11 Requirements for Non-Discrimination ..................................................................... 36
1-07.11(11) City of Renton Affidavit of Compliance ............................................................. 36
1-07.13 Contractor’s Responsibility for Work ....................................................................... 36
1-07.13(1) General ............................................................................................................. 36
1-07.15 Temporary Water Pollution Prevention ................................................................... 37
1-07.16 Protection and Restoration of Property ................................................................... 39
1-07.16(1) Private/Public Property ..................................................................................... 39
1-07.16(2) Vegetation Protection and Restoration ............................................................. 41
1-07.16(3) Archaeological and Historical Objects .............................................................. 42
1-07.17 Utilities and Similar Facilities ................................................................................... 42
1-07.17(3) Site Specific Potholing ...................................................................................... 47
1-07.17(4) Interruption of Services ..................................................................................... 48
1-07.17(5) Resolution of Utility Conflicts ............................................................................ 49
1-07.18 Insurance ................................................................................................................. 49
1-07.18(1) General Requirements ..................................................................................... 49
1-07.18(2) Additional Insured ............................................................................................. 50
1-07.18(3) Subcontractors ................................................................................................. 51
1-07.18(4) Verification of Coverage ................................................................................... 51
1-07.18(5) Coverages and Limits ....................................................................................... 51
1-07.22 Use of Explosives .................................................................................................... 54
1-07.23 Public Convenience and Safety .............................................................................. 54
1-07.23(1) Construction Under Traffic ................................................................................ 54
1-07.23(2) Construction and Maintenance of Detours ....................................................... 56
1-07.24 Rights-of-Way .......................................................................................................... 56
1-07.28 Confined Space Entry ............................................................................................. 57
1-08 PROSECUTION AND PROGRESS ................................................................................ 58
1-08.0 Preliminary Matters ................................................................................................. 58
1-08.0(1) Preconstruction Conference ............................................................................. 58
1-08.0(2) Hours of Work ................................................................................................... 59
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ........... 61
1-08.1 Subcontracting ........................................................................................................ 61
1-08.2 Assignment .............................................................................................................. 61
1-08.3 Progress Schedule .................................................................................................. 61
1-08.4 Notice to Proceed and Prosecution of the Work ..................................................... 63
City of Renton iv April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-08.5 Time For Completion ............................................................................................... 64
1-08.6 Suspension of Work ................................................................................................ 65
1-08.7 Maintenance During Suspension ............................................................................ 66
1-08.9 Liquidated Damages ............................................................................................... 66
1-08.11 Contractor's Plant and Equipment ........................................................................... 67
1-08.12 Attention to Work ..................................................................................................... 67
1-09 MEASUREMENT AND PAYMENT ................................................................................. 68
1-09.1 Measurement of Quantities ..................................................................................... 68
1-09.2 Weighing Equipment ............................................................................................... 69
1-09.2(1) General Requirements for Weighing Equipment .............................................. 69
1-09.2(5) Measurement .................................................................................................... 69
1-09.3 Scope of Payment ................................................................................................... 69
1-09.6 Force Account ......................................................................................................... 70
1-09.7 Mobilization ............................................................................................................. 70
1-09.9 Payments ................................................................................................................ 71
1-09.9(1) Retainage ......................................................................................................... 73
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts ......... 73
1-09.9(3) Final Payment ................................................................................................... 74
1-09.11 Disputes and Claims ............................................................................................... 75
1-09.11(2) Claims ............................................................................................................... 75
1-09.11(3) Time Limitation and Jurisdiction ....................................................................... 76
1-09.13 Claims and Resolutions ........................................................................................... 76
1-09.13(1) General ............................................................................................................. 76
1-09.13(4) Venue for Litigation ........................................................................................... 77
1-09.14 Payment Schedule .................................................................................................. 77
1-09.14(1) Scope ............................................................................................................... 78
1-09.14(2) Bid Items ........................................................................................................... 78
1-10 TEMPORARY TRAFFIC CONTROL ............................................................................ 102
1-10.1 General .................................................................................................................. 102
1-10.2 Traffic Control Management .................................................................................. 103
1-10.2(1) General ........................................................................................................... 103
1-10.3 Traffic Control Labor, Procedures, and Devices ................................................... 104
1-10.3(4) Traffic Control Constraints .............................................................................. 109
1-10.4 Measurement ........................................................................................................ 109
1-10.5 Payment ................................................................................................................ 110
City of Renton v April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-11 RENTON SURVEYING STANDARDS ......................................................................... 111
1-11.1 Description ............................................................................................................ 111
1-11.1(1) Responsibility for Surveys .............................................................................. 111
1-11.1(2) Survey Datum and Precision .......................................................................... 111
1-11.1(3) Subdivision Information .................................................................................. 111
1-11.1(4) Field Notes ..................................................................................................... 112
1-11.1(5) Corners and Monuments ................................................................................ 112
1-11.1(6) Control or Base Line Survey ........................................................................... 112
1-11.1(7) Precision Levels ............................................................................................. 113
1-11.1(8) Radial and Station-Offset Topography ........................................................... 113
1-11.1(9) Radial Topography ......................................................................................... 113
1-11.1(10) Station-Offset Topography ............................................................................. 114
1-11.1(11) As-Built Survey ............................................................................................... 114
1-11.1(12) Monument Setting and Referencing ............................................................... 114
1-11.2 Materials ................................................................................................................ 115
1-11.2(1) Property/Lot Corners ...................................................................................... 115
1-11.2(2) Monuments ..................................................................................................... 115
1-11.2(3) Monument Case and Cover ............................................................................ 115
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP .............................................. 116
2-01.2 Disposal of Usable Material and Debris ................................................................ 116
2-01.3 Construction Requirements ................................................................................... 116
2-01.3(1) Clearing .......................................................................................................... 116
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS .............................................. 117
2-02.2 Removal of Unforeseen Obstructions and Debris ................................................. 117
2-02.3 Construction Requirements ................................................................................... 117
2-02.5 Payment ................................................................................................................ 118
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters .................................. 118
2-03 ROADWAY EXCAVATION AND EMBANKMENT ....................................................... 119
2-03.3 Construction Requirements ................................................................................... 119
2-04 HAUL ............................................................................................................................ 121
2-04.5 Payment ................................................................................................................ 121
2-05 CONTAMINATED SOIL AND WATER ......................................................................... 122
2-05.1 Description ............................................................................................................ 122
2-05.2 Construction Requirements ................................................................................... 122
2-05.2(1) Health and Safety ........................................................................................... 122
2-05.2(2) Health and Safety Plan and Accident Prevention Program ............................ 123
City of Renton vi April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2-05.2(3) Contaminated Soil and Groundwater Handling and Management Plan ......... 123
2-05.2(4) Jobsite Monitoring .......................................................................................... 124
2-05.2(5) Test Sampling ................................................................................................. 124
2-05.2(6) Storage ........................................................................................................... 124
2-05.2(7) Profiling and Manifests ................................................................................... 125
2-05.2(8) Disposal of Excavated Soils ........................................................................... 126
2-05.2(9) Decontamination ............................................................................................. 126
2-05.2(10) Certification of Waste Weight and Disposal ................................................... 127
2-05.2(11) Contaminated Water ....................................................................................... 127
2-06 SUBGRADE PREPARATION ...................................................................................... 128
2-06.2 Subgrade Preparation to be Incidental .................................................................. 128
2-09 STRUCTURE EXCAVATION ....................................................................................... 129
2-09.1 Description ............................................................................................................ 129
2-09.3 Construction Requirements ................................................................................... 129
2-09.3(1) General Requirements ................................................................................... 129
5-04 HOT MIX ASPHALT (Non-Statistical, Commercial) .................................................. 131
5-04.1 Description ............................................................................................................ 131
5-04.2 Materials ................................................................................................................ 131
5-04.2(1) How to Get an HMA Mix Design on the QPL .................................................. 132
5-04.2(2) Mix Design – Obtaining Project Approval ....................................................... 132
5-04.3 Construction Requirements ................................................................................... 134
5-04.3(1) Weather Limitations ........................................................................................ 134
5-04.3(2) Paving Under Traffic ....................................................................................... 134
5-04.3(3) Equipment ...................................................................................................... 135
5-04.3(4) Preparation of Existing Paved Surfaces ......................................................... 137
5-04.3(5) Producing/Stockpiling Aggregates and RAP .................................................. 140
5-04.3(6) Mixing ............................................................................................................. 140
5-04.3(7) Spreading and Finishing ................................................................................. 141
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA .................................... 141
5-04.3(9) HMA Mixture Acceptance ............................................................................... 141
5-04.3(10) HMA Compaction Acceptance ........................................................................ 145
5-04.3(11) Reject Work .................................................................................................... 148
5-04.3(12) Joints .............................................................................................................. 149
5-04.3(13) Surface Smoothness ...................................................................................... 150
5-04.3(14) Planing (Milling) Bituminous Pavement .......................................................... 151
5-04.3(15) Sealing Pavement Surfaces ........................................................................... 155
City of Renton vii April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
5-04.3(16) HMA Road Approaches .................................................................................. 155
5-04.3(17) Construction Joint Sealing .............................................................................. 155
5-04.3(18) Incidental Uses for HMA ................................................................................. 155
5-04.3(19) Vacant ............................................................................................................ 155
5-04.3(20) Vacant ............................................................................................................ 155
5-04.3(21) Temporary Pavement Marking ....................................................................... 155
5-04.4 Measurement ........................................................................................................ 155
5-04.5 Payment ................................................................................................................ 156
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA ............................................... 160
5-06.1 Description ............................................................................................................ 160
5-06.2 Materials ................................................................................................................ 160
5-06.3 Construction Requirements ................................................................................... 160
6-03 STEEL STRUCTURES ................................................................................................. 161
6-03.2 Materials ................................................................................................................ 161
6-03.3 Construction Requirements ................................................................................... 161
6-03.3(7) Shop Plans ..................................................................................................... 161
6-03.3(11) Workmanship and Finish ................................................................................ 161
6-03.3(25) Welding ........................................................................................................... 161
7-01 DRAINS ........................................................................................................................ 162
7-01.1 Description ............................................................................................................ 162
7-01.2 Materials ................................................................................................................ 162
7-01.3 Construction Requirements ................................................................................... 162
7-01.3(1) Drain Pipe ....................................................................................................... 162
7-01.4 Measurement ........................................................................................................ 162
7-02 CULVERTS ................................................................................................................... 163
7-02.2 Materials ................................................................................................................ 163
7-04 STORM SEWERS ......................................................................................................... 164
7-04.2 Materials ................................................................................................................ 164
7-04.3 Construction Requirements ................................................................................... 164
7-04.3(1) Cleaning and Testing ...................................................................................... 164
7-04.3(2) Abandon in Place Existing Storm Sewer Pipes .............................................. 166
7-04.3(3) CCTV Inspection ............................................................................................ 166
7-04.3(4) Direct Pipe Connections ................................................................................. 166
7-04.3(5) Temporary Stormwater Diversion ................................................................... 167
7-05 MANHOLES, INLETS, AND CATCH BASINS ............................................................. 168
7-05.3 Construction Requirements ................................................................................... 168
City of Renton viii April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-05.3(1) Adjusting Manholes and Catch Basins to Grade ............................................ 168
7-05.3(2) Abandon Existing Manholes ........................................................................... 169
7-05.3(3) Connections to Existing Structures ................................................................. 169
7-05.3(4) Drop Manhole Connection .............................................................................. 170
7-05.3(5) Manhole Coatings ........................................................................................... 170
7-06 CONSTRUCTION DEWATERING ................................................................................ 171
7-06.1 Description ............................................................................................................ 171
7-06.2 Construction Requirements ................................................................................... 171
7-06.2(1) Existing Monitoring Wells ............................................................................... 172
7-06.2(2) Quality Assurance .......................................................................................... 172
7-06.2(3) Submittals ....................................................................................................... 173
7-06.2(4) Available Subsurface Data ............................................................................. 174
7-06.2(5) Restrictions and Limitation ............................................................................. 174
7-06.2(6) Monitoring System .......................................................................................... 174
7-06.3(3) Formation Protection and Well Development ................................................. 175
7-06.3(4) Standby Equipment ........................................................................................ 175
7-06.3(5) Discharge Points and Pipes ........................................................................... 175
7-06.3(6) Water Supply for System Installation and Electrical Service .......................... 176
7-06.3(7) Dewatering System Protection ....................................................................... 176
7-06.3(8) System Removal ............................................................................................ 176
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS .................................................. 177
7-08.3 Construction Requirements ................................................................................... 177
7-08.3(2) Laying Pipe ..................................................................................................... 179
7-09 WATER MAINS ............................................................................................................ 182
7-09.3 Construction Requirements ................................................................................... 182
7-09.3(15) Laying of Pipe of Curves ................................................................................ 182
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement ............ 182
7-09.3(21) Concrete Thrust Blocking ............................................................................... 184
7-09.3(23) Hydrostatic Pressure Test .............................................................................. 185
7-12 VALVES FOR WATER MAINS .................................................................................... 190
7-12.3 Construction Requirements ................................................................................... 190
7-12.3(1) Installation of Valve Marker Post .................................................................... 190
7-12.3(2) Adjust Existing Valve Box to Grade ................................................................ 190
7-14 HYDRANTS .................................................................................................................. 191
7-14.3(1) Setting Hydrants ............................................................................................. 191
7-14.3(1) Hydrant Assembly .......................................................................................... 191
City of Renton ix April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-14.3(3) Resetting Existing Hydrants ........................................................................... 192
7-14.3(4) Moving Existing Hydrants ............................................................................... 192
7-14.3(7) Remove and Salvage Hydrant ........................................................................ 192
7-14.3(8) Abandoned Valves ......................................................................................... 192
7-14.3(9) Water Main-Cut and Cap ................................................................................ 192
7-15 SERVICE CONNECTIONS ........................................................................................... 194
7-15.3 Construction Details .............................................................................................. 194
7-17 SANITARY SEWERS ................................................................................................... 195
7-17.2 Materials ................................................................................................................ 195
7-17.3 Construction Requirements ................................................................................... 195
7-17.3(1) Protection of Existing Sewerage Facilities ...................................................... 195
7-18 SIDE SEWERS ............................................................................................................. 199
7-18.2 Materials ................................................................................................................ 199
7-18.3(5) End Pipe Marker ............................................................................................. 199
7-19 SEWER CLEANOUTS .................................................................................................. 200
7-19.3 Construction Requirements ................................................................................... 200
7-19.4 Measurement ........................................................................................................ 200
8-02 ROADSIDE RESTORATION ........................................................................................ 201
8-02.3 Construction Requirements ................................................................................... 201
8-02.3(17) Lawn Installation ............................................................................................. 201
8-05 PRE- AND POST- CONSTRUCTION PHOTOGRAPHS AND VIDEO INSPECTION .. 205
8-05.1 Materials ................................................................................................................ 205
8-05.2 Construction Requirements ................................................................................... 205
8-13 MONUMENT CASES .................................................................................................... 207
8-13.3 Construction Requirements ................................................................................... 207
8-14 CEMENT CONCRETE SIDEWALKS ........................................................................... 208
8-14.2 Materials ................................................................................................................ 208
8-14.3 Construction Requirements ................................................................................... 208
8-14.3(4) Curing ............................................................................................................. 208
8-22 PAVEMENT MARKING ................................................................................................ 210
8-22.1 Description ............................................................................................................ 210
8-22.3 Construction Requirements ................................................................................... 211
8-22.3(5) Installation Instructions ................................................................................... 211
8-22.3(6) Removing Pavement Markings ....................................................................... 211
9-03 AGGREGATES ............................................................................................................. 212
9-03.8 Aggregates for Concrete ....................................................................................... 212
City of Renton x April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-03.8(7) HMA Tolerances and Adjustments ................................................................. 212
9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) ......... 212
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ....................................... 214
9-05.4 Steel Culvert Pipe and Pipe Arch .......................................................................... 214
9-05.7 Concrete Storm Sewer Pipe .................................................................................. 214
9-05.7(2) Reinforced Concrete Storm Sewer Pipe ......................................................... 214
9-05.7(3) Concrete Storm Sewer Pipe Joints ................................................................. 214
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints .................................................... 214
9-05.9 Steel Spiral Rib Storm Sewer Pipe ........................................................................ 214
9-05.12(3) CPEP Sewer Pipe .......................................................................................... 215
9-05.13 Ductile Iron Sewer Pipe ......................................................................................... 215
9-05.13(1) Ductile Iron Pipe Casing ................................................................................. 215
9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP) ............................................ 216
9-05.20(1) Description ...................................................................................................... 216
9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene
Sanitary Sewer Pipe ..................................................................................................... 216
9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe ....................................... 216
9-05.50 Precast Concrete Drainage Structures .................................................................. 216
9-05.50(2) Manholes ........................................................................................................ 216
9-05.51 Dense Foam .......................................................................................................... 217
9-08 PAINTS AND RELATED MATERIALS ........................................................................ 218
9-08.9 Manhole Coating System Products ....................................................................... 218
9-08.9(1) Coating Systems Specification ....................................................................... 218
9-14 EROSION CONTROL AND ROADSIDE PLANTING ................................................... 219
9-14.2 Topsoil ................................................................................................................... 219
9-14.2(1) Topsoil Type A ................................................................................................ 219
9-14.7 Plant Materials ....................................................................................................... 219
9-14.7(4) Sod ................................................................................................................. 219
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES ........................................... 220
9-23.9 Fly Ash .................................................................................................................. 220
9-30 WATER DISTRIBUTION MATERIALS ......................................................................... 221
9-30.1 Pipe ....................................................................................................................... 221
9-30.1(1) Ductile Iron Pipe ............................................................................................. 221
9-30.1(2) Polyethylene Encasement .............................................................................. 221
9-30.2 Fittings ................................................................................................................... 221
9-30.2(1) Ductile Iron Pipe ............................................................................................. 221
9-30.2(2) Galvanized Iron Pipe ...................................................................................... 222
City of Renton xi April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-30.2(4) Steel Pipe ....................................................................................................... 223
9-30.2(6) Restrained Joint .............................................................................................. 223
9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe ........................................ 224
9-30.3 Valves .................................................................................................................... 224
9-30.3(1) Gate Valves (3 inches to 16 inches) ............................................................... 224
9-30.3(3) Butterfly Valves ............................................................................................... 225
9-30.3(4) Valve Boxes .................................................................................................... 225
9-30.3(5) Valve Marker Posts ........................................................................................ 226
9-30.3(6) Valve Stem Extensions ................................................................................... 226
9-30.3(7) Combination Air Release/Air Vacuum Valves ................................................ 226
9-30.3(8) Tapping Sleeve and Valve Assembly ............................................................. 226
9-30.3(9) Blow-Off Assembly ......................................................................................... 226
9-30.5 Hydrants ................................................................................................................ 226
9-30.5(1) End Connections ............................................................................................ 227
9-30.5(2) Hydrant Dimensions ....................................................................................... 227
9-30.6 Water Service Connections (2 Inches and Smaller) .............................................. 227
9-30.6(3) Service Pipes .................................................................................................. 227
9-30.6(4) Service Fittings ............................................................................................... 228
9-30.6(5) Meter Setters .................................................................................................. 228
9-30.6(7) Meter Boxes ................................................................................................... 228
City of Renton xii April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
THIS PAGE INTENTIONALLY LEFT BLANK
SPECIAL PROVISIONS
THIS PAGE INTENTIONALLY LEFT BLANK
City of Renton 1-1 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
INTRODUCTION TO THE SPECIAL PROVISIONS
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2023 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) and Project
Special Provisions (PSPs) from various sources. Each Provision supplements, modifies, or
replaces the comparable Standard Specification, or is a new Provision. The deletion,
amendment, alteration, or addition to any subsection or portion of the Standard Specifications is
meant to pertain only to that particular portion of the section, and in no way should it be
interpreted that the balance of the section does not apply.
Special Provision types are labeled under each header with the effective date and its source, as
follows:
(date MUTCD GSP)
General Special Provision from Manual on Uniform Traffic
Control Devices (MUTCD) for Streets and Highways, with
Washington State modifications, if any
(date PROWAG GSP) General Special Provision from Public Rights-Of-Way
Accessibility Guidelines (PROWAG)
(date WSDOT GSP) General Special Provision from WSDOT
(date APWA GSP) General Special Provision from the American Public Works
Association (AWPA)
(******) Project Special Provision
Also incorporated into the Contract Documents by reference are:
• Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition
• City of Renton Standard Plans, City of Renton Public Works Department, Current Edition
• Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition
Contractor shall obtain copies of these publications, at Contractor’s own expense.
The symbol (******) indicates a PSP, that is a Special Provision that normally appears only in
this contract. A GSP that has been modified is identified as a PSP.
When the Local Agency GSPs revise only a part of a paragraph(s) in a section of the
WSDOT/APWA Standard Specifications, the entire paragraph is repeated, with new text
underlined for clarity, and deleted text crossed out. When the entire paragraph or section is
revised, underlines are not used.
Introduction to the Special Provisions
City of Renton 1-2 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Third-Party Beneficiary: All parties agree that the State of Washington shall be, and is hereby,
named as an express third-party beneficiary of this Contract, with full rights as such.
END OF INTRODUCTION
DIVISION 1 GENERAL REQUIREMENTS
City of Renton 1-3 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-01 DEFINITIONS AND TERMS
1-01.3 Definitions
(January 19, 2022 APWA GSP)
Delete and replace the heading Completion Dates and the three paragraphs that follow it, and
replace them with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or correction
or repair remains for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished
by the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications or WSDOT General Special Provisions, to the
terms “Department of Transportation”, “Washington State Transportation Commission”,
“Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State
Treasurer” shall be revised to read “Contracting Agency”.
1-01 Definitions and Terms
City of Renton 1-4 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
All references to the terms “State” or “state” shall be revised to read “Contracting Agency”
unless the reference is to an administrative agency of the State of Washington, a State
statute or regulation, or the context reasonably indicates otherwise.
All references to “State Materials Laboratory” shall be revised to read “Contracting Agency
designated location”.
All references to “final contract voucher certification” shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion and
acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid Proposal,
which may, at the discretion of the Contracting Agency, be awarded in addition to the base
bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in Section
1-08.5.
Contract Bond
The definition in the Standard Specifications for “Contract Bond” applies to whatever bond
form(s) are required by the Contract Documents, which may be a combination of a Payment
Bond and a Performance Bond.
Contract Documents
See definition for “Contract”.
Contract Time
The period of time established by the terms and conditions of the Contract within which the
Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency’s acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on which
the Contract time begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
1-01 Definitions and Terms
City of Renton 1-5 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
(******)
Supplement this section as follows:
Act of God
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of
nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for
the specific locality of the Work, which might reasonably have been anticipated from
historical records of the general locality of the Work, shall not be construed as an act of
God.
Biologist
Shall consist of a biologist representing the Contracting Agency.
Consulting Engineer
The Contracting Agency's design consultant, who may or may not administer the
construction program for the Contracting Agency.
Contract Price
Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in
properly executed change orders.
Day
Unless otherwise designated, day(s) as used in the Contract Documents, shall be
understood to mean working days.
Engineer
The City Engineer or duly authorized representative, or an authorized member of a licensed
consulting firm retained by the Owner for the construction engineering of a specific public
works project.
Inspector
The Owner’s authorized representative assigned to make necessary observations of the
Work performed or being performed, or of materials furnished or being furnished by the
Contractor.
Or Equal
Where the term "or equal" is used herein, the Contracting Agency, or the Contracting
Agency on recommendation of the Engineer, shall be the sole judge of the quality and
suitability of the proposed substitution. The responsibility and cost of furnishing necessary
evidence, demonstrations, or other information required to obtain the approval of alternative
materials or processes by the Owner shall be entirely borne by the Contractor.
Owner
The City of Renton or its authorized representative also referred to as Contracting Agency.
Performance and Payment Bond
Same as “Contract Bond” defined in the Standard Specifications.
1-01 Definitions and Terms
City of Renton 1-6 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
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 the Engineer’s points, this shall mean all marks, bench
marks, reference points, stakes, hubs, tack, etc., established by the 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 Public Works
Administrator.
Shop Drawings
Same as “Working Drawings” defined in the Standard Specifications.
Special Provisions
Modifications to the Standard Specifications and their amendments 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 the Engineer at request of the Contractor by means of drawings or
documents necessary, in the opinion of the 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.
END OF SECTION 1-01
1-02 Bid Procedures and Conditions
City of Renton 1-7 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
(January 24, 2011 APWA GSP)
Delete and replace this section as follows:
Before award of a public works contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to
be awarded a public works project.
1-02.1(1) Supplemental Qualifications Criteria
(July 31, 2017 APWA GSP)
This is a new section as follows:
In addition, the Contracting Agency has established Contracting Agency-specific and/or
project-specific supplemental criteria, in accordance with RCW 39.04.350(3), for determining
Bidder responsibility, including the basis for evaluation and the deadline for appealing a
determination that a Bidder is not responsible. These criteria are contained in Section 1-
02.14 Option C of these Special Provisions.
1-02.2 Plans and Specifications
(July 27, 2011 APWA GSP)
Delete this section and replace as follows:
Information as to where Bid Documents can be obtained or reviewed will be found in the
Call for Bids (Advertisement for Bids) for the Work.
After award of the Contract, Plans and Specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor No. of Sets Basis of Distribution
Reduced Plans (11” x 17”) 3 Furnished automatically upon award
Contract Provisions 3 Furnished automatically upon award
Large Plans (e.g., 22” x 34”) 1 Furnished only upon request
Electronic Contract Documents 1 Furnished upon request
Additional plans and Contract Provisions may be obtained by the Contractor from the source
stated in the Call for Bids, at the Contractor’s own expense.
1-02.4 Examination of Plans, Specifications, and Site of Work
1-02.4(1) General
(December 30, 2022 APWA GSP Option B)
The first sentence of the ninth paragraph, beginning with “Prospective Bidder desiring…”, is
revised to read:
Prospective Bidders desiring an explanation or interpretation of the Bid Documents, shall
request the explanation or interpretation in writing by close of business 5 business days
1-02 Bid Procedures and Conditions
City of Renton 1-8 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
preceding the bid opening to allow a written reply to reach all prospective Bidders before the
submission of their Bids.
1-02.4(2) Subsurface Information
(******)
Section 1-02.4(2) is supplemented with the following:
If a geotechnical study was prepared for the project, then the findings and recommendations
are summarized in a report which is made available for the bidders’ convenience but is not a
part of the contract.
1-02.5 Proposal Forms
(******)
Delete and replace this section as follows:
At the request of the bidder, the Contracting Agency will provide a proposal form for any
project on which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the Work. It will also
list estimated quantities, units of measurement, the items of Work, and the materials to be
furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that
call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount;
signatures; date; and, where applicable, retail sales taxes and acknowledgement of
addenda; the bidder’s name, address, telephone number, and signature; a State of
Washington Contractor’s Registration Number; Unified Business Identifier (UBI); Industrial
Insurance Account Number; Employment Security Department Number and State Excise
Tax Registration Number. Bids shall be completed by typing or shall be printed in ink by
hand, preferably in black ink. The required certifications are included as part of the proposal
form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by
the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the
bid in any manner.
1-02.6 Preparation of Proposal
(December 10, 2020 APWA GSP, Option B)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum price
must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by
the signer of the bid.
Delete the last two paragraphs, and replace them with the following:
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification as
1-02 Bid Procedures and Conditions
City of Renton 1-9 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award.
A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any UDBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any UDBE requirements are to be satisfied through such an agreement.
(******)
Section 1-02.6 is supplemented with the following:
Evidence of the signatory’s authority to sign the Bid Proposal on behalf of the
business entity shall be submitted with the Bid Proposal. Otherwise, the submitted
Bid Proposal will be considered irregular and non-responsive and may be rejected.
1-02.6(1) Certification of Compliance with Wage Payment Statutes
(******)
Section 1-02.6(1) is an added new section:
The Bidder shall submit with the Bid a completed and signed “Contractor Certification, Wage
Law Compliance – Responsibility Criteria, Washington State Public Works Contracts”
document where the Bidder under penalty of perjury verifies that the Bidder is in compliance
with responsible bidder criteria in RCW 39.04.350 subsection (1)(g), as required per Section
1-02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non-
responsive and will be rejected.
The Bidder may use the form provided in the Bid Documents. The form is also available at
https://wsdot.wa.gov/business-wsdot/how-do-business-us/electronic-forms. The
Bidder may download, print, complete and sign the form to include with Bid. The DOT Form,
DOT Form Number and revision date must match the form included in the Bid Documents,
otherwise the Bid will be regarded as irregular and non-responsive and the Bid will be
rejected.
1-02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section as follows:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
1-02 Bid Procedures and Conditions
City of Renton 1-10 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder’s officer empowered to sign official statements. The signature
of the person authorized to submit the bid should agree with the signature on the
bond, and the title of the person must accompany the said signature;
6. The signature of the surety’s officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.7(1) Bid Bond, Cashier’s Check, Postal Money Order
(******)
Section 1-02.7(1) is an added new section:
As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit
in the form of either a bid bond, cashier’s check or postal money order in an amount equal to
five percent (5%) of the Total Bid Amount shall be submitted with the Bid Proposal.
If the Bidder elects to provide a bid bond, the Proposal Bid Bond form included in the Bid
Documents shall be used. Otherwise, the Bid Proposal will be considered irregular and non-
responsive and the Bid Proposal will be rejected.
If the Bidder elects to provide a cashier’s check, it shall be made payable to the City of
Renton.
If the Bidder elects to provide a postal money order, it shall be made payable to the City of
Renton.
Cash will not be accepted for a bid deposit.
1-02.9 Delivery of Proposal
(******)
Delete Section 1-02.9 and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as
otherwise required in the Bid Documents, to ensure proper handling and delivery.
Proposals that are received as required will be publicly opened and read as specified in
Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is
received after the time specified in the Call for Bids for receipt of Bid Proposals, or received
in a location other than that specified in the Call for Bids. The Contracting Agency will not
open or consider any “Supplemental Information” (DBE confirmations, or GFE
documentation) that is received after the time specified above, or received in a location
other than that specified in the Call for Bids.
1-02 Bid Procedures and Conditions
City of Renton 1-11 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
If an emergency or unanticipated event interrupts normal work processes of the Contracting
Agency so that Proposals cannot be received at the office designated for receipt of bids as
specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to
be extended to the same time of day specified in the solicitation on the first work day on
which the normal work processes of the Contracting Agency resume.
1-02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it as follows:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
The Bidder submits a written request signed by an authorized person and physically
delivers it to the place designated for receipt of Bid Proposals, and
The Contracting Agency receives the request before the time set for receipt of Bid
Proposals, and
The revised or supplemented Bid Proposal (if any) is received by the Contracting
Agency before the time set for receipt of Bid Proposals.
If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before
the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened
Proposal package to the Bidder. The Bidder must then submit the revised or supplemented
package in its entirety. If the Bidder does not submit a revised or supplemented package,
then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.12 Public Opening of Proposals
(******)
Supplemented this section as follows:
The Contracting Agency reserves the right to postpone the date and/or time that sealed bids
are due and the bid opening. Notification to bidders of any change will be by addenda.
1-02.13 Irregular Proposals
(******)
Delete this section and replace it with the following:
1. A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or is
altered;
c. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or enter
into the Contract;
1-02 Bid Procedures and Conditions
City of Renton 1-12 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
e. A unit price (price per unit) cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit with their proposal, an original Bid Proposal Deposit in an
amount equal to five percent (5%) of the Total Bid Amount, as required in Section 1
02.7;
h. The Bidder elects to provide a Proposal Bid Bond for the Bid Proposal Deposit and
does not submit or properly execute the Proposal Bid Bond form included in the Bid
Documents, as required in Section 1-02.7;
i. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form
271-015), if applicable, as required in Section 1-02.6;
j. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise
Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6;
k. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each
DBE firm listed on the Bidder’s completed DBE Utilization Certification that they are
in agreement with the bidder’s DBE participation commitment, if applicable, as
required in Section 1-02.6, or if the written confirmation that is submitted fails to meet
the requirements of the Special Provisions;
l. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as
required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was made;
m. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if
applicable, as required in Section 1-02.6, or if the documentation that is submitted
fails to meet the requirements of the Special Provisions;
n. The Bidder fails to submit DBE Trucking Credit Forms (WSDOT Form 272-058), if
applicable, as required in Section 1-02.6, or if the documentation that is submitted
fails to meet the requirements of the Special Provisions;
o. The Bidder fails to submit or properly execute the Contractor Certification, Wage Law
Compliance – Responsibility Criteria, Washington State Public Works Contractors
document, as required in Section 1-02.6(1).
p. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
q. More than one Proposal is submitted for the same project from a Bidder under the
same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the amount
of a reasonable Bid) to the potential detriment of the Contracting Agency;
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1-02 Bid Procedures and Conditions
City of Renton 1-13 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
3. A Proposal will be considered irregular and may be rejected if:
a. The Bidder fails to submit with their Bid Proposal, evidence of signatory’s authority to
sign the Bid Proposal on behalf of the business entity, as required in Section 1-02.6.
1-02.14 Disqualification of Bidders
(******)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended.
A bidder may be deemed not responsible and the proposal rejected if:
a. More than one Proposal is submitted for the same project from a Bidder under the
same or different names;
b. Evidence of collusion exists with any other Bidder or potential Bidder. Participants in
collusion will be restricted from submitting further Bids;
c. The Bidder, in the opinion of the Contracting Agency, is not qualified for the Work or
to the full extent of the bid, or to the extent that the bid exceeds the authorized
prequalification amount as may have been determined by a prequalification of the
Bidder;
d. An unsatisfactory performance record exists based on past or current Contracting
Agency Work or for Work done for others, as judged from the standpoint of conduct
of the Work; workmanship; progress; affirmative action; equal employment
opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s
Business Enterprise utilization.
e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or
prevent the prompt completion of the Work bid upon;
f. The Bidder failed to settle bills for labor or materials on past or current Contracts;
g. The Bidder has failed to complete a written public contract or has been convicted of
a crime arising from a previous public contract;
h. The Bidder is unable, financially or otherwise, to perform the Work;
i. A Bidder is not authorized to do business in the State of Washington (not registered
in accordance with RCW 18.27).
j. The Bidder owes delinquent taxes to the Washington State Department of Revenue
without a payment plan approved by the Department of Revenue;
k. The Bidder is currently debarred or suspended by the Federal government;
l. There are any other reasons deemed proper by the Contracting Agency.
The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency
reserves the right to request further documentation as needed from the low bidder and
documentation from other Bidders as well to assess Bidder responsibility and compliance
with all bidder responsibility criteria. The Contracting Agency also reserves the right to
obtain information from third-parties and independent sources of information concerning a
Bidder’s compliance with the mandatory and supplemental criteria, and to use that
1-02 Bid Procedures and Conditions
City of Renton 1-14 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
information in their evaluation. The Contracting Agency may consider mitigating factors in
determining whether the Bidder complies with the requirements of the Supplemental
Criteria.
The basis for evaluation shall include any documents or facts obtained by Contracting
Agency (whether from the Bidder or third parties) including but not limited to: (i) financial,
historical, or operational data from the Bidder; (ii) information obtained directly by the
Contracting Agency from others for whom the Bidder has worked, or other public agencies
or private enterprises; and (iii) any additional information obtained by the Contracting
Agency which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify
the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this
determination, it may appeal the determination within two (2) business days of the
Contracting Agency’s determination by presenting its appeal and any additional information
to the Contracting Agency. The Contracting Agency will consider the appeal and any
additional information before issuing its final determination. If the final determination affirms
that the Bidder is not responsible, the Contracting Agency will not execute a contract with
any other Bidder until at least two business days after the Bidder determined to be not
responsible has received the Contracting Agency’s final determination.
1-02.15 Pre Award Information
(December 30, 2022 APWA GSP)
(******)
Revise this section as follows:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the bidder:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the order
of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or county
where the work is located.
7. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
END OF SECTION 1-02
1-03 Award and Execution of Contract
City of Renton 1-15 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of bids
(December 30, 2022 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy exists
between the price per unit and the extended amount of any bid item, the price per unit will
control. If a minimum bid amount has been established for any item and the bidder’s unit or
lump sum price is less than the minimum specified amount, the Contracting Agency will
unilaterally revise the unit or lump sum price, to the minimum specified amount and
recalculate the extension. The total of extensions, corrected where necessary, including
sales taxes where applicable and such additives and/or alternates as selected by the
Contracting Agency, will be used by the Contracting Agency for award purposes and to fix
the Awarded Contract Price amount and the amount of the contract bond.
(******)
Revise the first sentence of the third paragraph to read:
A Bidder who wishes to claim error after the Bids have been publicly opened and read as
required by Section 1-02.12, shall promptly notify the Contracting Agency that an error has
occurred.
(******)
Revise the last sentence of the fourth paragraph to read:
If the Contracting Agency does not concur in the error or determines that the error is not the
kind for which the law allows relieve, the Contracting Agency may Award the Contract and if
the Bidder refuses to execute the Contract, the Bidder’s Bid deposit shall be forfeited as
required by RCW 35.23.352. Per RCW 39.04.107, a low bidder on a public works project
who claims error and fails to enter into a contract is prohibited from bidding on the same
project if a second or subsequent call for bids is made for the project.
(******)
Supplement this section as follows:
All bids will be based on total sum of all schedules of prices. No partial bids will be accepted
unless so stated in the call for bids or special provisions. The City reserves the right to
award all or any schedule of a bid to the lowest bidder at its discretion.
1-03.2 Award of Contract
(******)
Supplement this section as follows:
The Contract, bond form, and all other forms requiring execution, together with a list of all
other forms or documents required to be submitted by the successful bidder, will be
forwarded to the successful bidder within 10 days of the award. The number of copies to be
executed by the Contractor shall be determined by the Contracting Agency.
1-03 Award and Execution of Contract
City of Renton 1-16 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-03.3 Execution of Contract
(******)
Revise and supplement this section as follows:
Within 10 calendar days after receipt from the City of the forms and documents required to
be completed by the Contractor, the successful bidder shall return the signed Contracting
Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a
satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by
the Contracting Agency, the successful bidder shall provide any pre-award information the
Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any Work begin within the project limits or within Contracting Agency-
furnished sites. The 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
Registration and business license be submitted to the Engineer as part of the Contracting
Agency's post-award information and evaluation activities.
It is anticipated that this project will be funded in part by the Washington State Department
of Ecology. Neither the State of Washington nor any of its departments or employees are, or
shall be, a party to this contract or any subcontract.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it as follows:
The successful bidder shall provide executed payment and performance bond(s) for the full
contract amount. The bond may be a combined payment and performance bond; or be
separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
Be on Contracting Agency-furnished form(s);
Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
1-03 Award and Execution of Contract
City of Renton 1-17 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Guarantee that the Contractor will perform and comply with all obligations, duties,
and conditions under the Contract, including but not limited to the duty and obligation
to indemnify, defend, and protect the Contracting Agency against all losses and
claims related directly or indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform and comply with all contract
obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, material person, or any other person who provides supplies or
provisions for carrying out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the
project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign
the bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed
by the president or vice president, unless accompanied by written proof of the
authority of the individual signing the bond(s) to bind the corporation (i.e., corporate
resolution, power of attorney, or a letter to such effect signed by the president or vice
president).
1-03.7 Judicial Review
(December 30, 2022 APWA GSP)
Revise this section to read:
All decisions made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted
under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the
county where the Contracting Agency headquarters is located, provided that where an
action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.
END OF SECTION 1-03
1-04 Scope of Work
City of Renton 1-18 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions
Specifications, and Addenda
(December 30, 2022 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Standard Specifications,
6. Contracting Agency’s Standard Plans or Details (if any), and
7. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4 Changes
(January 19, 2022 APWA GSP)
The first two sentences of the last paragraph of Section 1-04.4 are deleted.
1-04.4(1) Minor Changes
(******)
Section 1-04.4(1) is supplemented as follows:
Payments and credits will be determined in accordance with Section 1-09.4 of the Standard
Specifications. For the purpose of providing a common proposal for all bidders, the
Contracting Agency may have entered an amount for “Minor Change” in the Proposal to
become a part of the total bid by the Contractor.
1-04.5 Procedure, Protest, and Dispute by the Contractor
(January 19, 2022 APWA GSP)
Revise item 1 of the first paragraph to read:
1. Give a signed written notice of protest to the Engineer or the Engineer’s field Inspectors
within three (3) calendar days of receiving a change order or an Engineer’s Written
Determination.
1-04.6 Variation in Estimated Quantities
(December 30, 2022 APWA GSP, Option B)
Revise the first paragraph to read:
Payment to the Contractor will be made only for the actual quantities of Work performed and
accepted in conformance with the Contract. When the accepted quantity of Work performed
under a unit item varies from the original Proposal quantity, payment will be at the unit
Contract price for all Work unless the total accepted quantity of the Contract item, adjusted
to exclude added or deleted amounts included in change orders accepted by both parties,
1-04 Scope of Work
City of Renton 1-19 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
increases or decreases by more than 25 percent from the original Proposal quantity, and if
the total extended bid price for that item at time of award is equal to or greater than 10
percent of the total contract price at time of award. In that case, payment for contract work
may be adjusted as described herein.
(******)
Supplement this section as follows:
The quantities for the following items have been entered into the Proposal only to provide a
common proposal for bidders. Actual quantities will be determined in the field as the work
progresses, and will be paid at the original bid price, regardless of final quantity. These bid
items shall not be subject to the provisions of 1-04.6 of the Standard Specifications:
• “Minor Changes”
• “Site Specific Potholing”
• “Resolution of Utility Conflicts”
• “Removal of Unforeseen Obstructions and Debris”
• “Soil Sampling and Testing”
• “Contaminated Soil Excavation, Haul, and Disposal”
• “Contaminated Water Treatment”
• “Removal and Replacement of Unsuitable Material”
• “Controlled Density Fill”
• “Water Service Relocation”
• “Side Sewer Replacement”
1-04.8 Progress Estimates and Payments
(******)
Supplement this section 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.
1-04.11 Final Cleanup
(******)
Revise the first paragraph in this section as follows:
The Contractor shall perform final cleanup as provided in this section to the Engineer’s
satisfaction. The Engineer will not establish the Physical Completion Date until this is done.
The Right of Way, material sites, and all ground the Contractor occupied to do the Work
shall be left neat and presentable. The Contractor shall:
Remove all rubbish, surplus materials, discarded materials, falsework, camp
buildings, temporary structures, equipment, and debris; and
1-04 Scope of Work
City of Renton 1-20 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Deposit in embankments, or remove from the project, all unneeded, oversized rock
left from grading, surfacing, or paving.
(******)
Supplement this section as follows:
All salvage material as noted on the Plans and taken from any of the discarded facilities
shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any
cost incurred in salvaging and delivering such items shall be considered incidental to the
project and no compensation will be made.
The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all
Work, equipment and materials required to perform final cleanup. If this pay item does not
appear in the Contract Documents then final cleanup shall be considered incidental to the
Contract and to other pay items and no further compensation shall be made.
1-04.12 Contractor-Discovered Discrepancies
(******)
This is a new section as follows:
Upon receipt of award of contract, the Contractor shall carefully study and compare all the
components of the Contract Documents and other instructions, and check and verify all field
measurements. The Contractor shall, prior to ordering material or performing Work, report in
writing to the Engineer any error, inconsistency, or omission in respect to design or mode of
construction, which is discovered. If the 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 the Contractor’s duty to inform the Engineer immediately in
writing, and the Engineer will promptly check the same. Any Work done after such
discovery, until correction of Plans or authorization of extra Work is given, if the Engineer
finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is
involved, the procedure shall be as provided in Section 1-04.4 of the Standard
Specifications.
END OF SECTION 1-04
1-05 Control of Work
City of Renton 1-21 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviation from Plans and Stakes
(******)
Supplement this section as follows:
If the project calls for the Contractor supplied surveying, the Contractor shall provide all
required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and
elsewhere in these Specifications as being provided by the Engineer.
The Engineer or the Contractor supplied surveyor will provide construction stakes and marks
establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such
Work per Section 1-11. The Contractor shall assume full responsibility for detailed
dimensions, elevations, and excavation slopes measured from the Engineer or the
Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site, which has been prepared to permit construction
staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer, or
the Contractor supplied surveyor informed of staking requirements and provide at least 48
hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for
setting stakes.
The Contractor shall carefully preserve stakes, marks, and other reference points, including
existing monumentation, set by Contracting Agency forces. The Contractor will be charged
for the costs of replacing stakes, markers and monumentation that were not to be disturbed
but were destroyed or damaged by the Contractor's operations. This charge will be
deducted from monies due or to become due to the Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or
reconstruction Work allegedly due to error in the Engineer's line and grade, will not be
allowed unless the original control points set by the Engineer still exist, or unless other
satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three
consecutive points set on line or grade shall be the minimum points used to determine any
variation from a straight line or grade. Any such variation shall, upon discovery, be reported
to the Engineer. In the absence of such report the Contractor shall be liable for any error in
alignment or grade.
The Contractor shall provide all surveys required other than those to be performed by the
Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING
STANDARDS of these Specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a
format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey
Work performed by the Contractor's surveyor in establishing line, grade and slopes for the
construction Work. Copies of these field notes shall be provided to the Engineer upon
request and upon completion of the Contract Work the field book or books shall be
submitted to the Engineer and become the property of the Contracting Agency.
If the survey Work provided by the Contractor does not meet the standards of the Engineer,
then the Contractor shall, upon the Engineer's written request, remove the individual or
individuals doing the survey Work and the survey Work will be completed by the Engineer at
1-05 Control of Work
City of Renton 1-22 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
the Contractor's expense. Costs for completing the survey Work required by the Engineer
will be deducted from monies due or to become due the Contractor.
All costs for survey Work required to be performed by the Contractor shall be included in the
prices bid for the various items which comprise the improvement or be included in the bid
item for "Contractor Supplied Surveying" per lump sum if that item is included in the
contracts.
1-05.4(1) Contractor Supplied Surveying
(******)
This is a new section as follows:
When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply
the survey Work required for the project. The Contractor shall retain as a part of the
Contractor Organization an experienced team of surveyors under the direct supervision of a
professional land surveyor licensed by the State of Washington. All survey Work shall be
done in accordance with Sections 1-05.4 and 1-11.
The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors,
discrepancies, and omissions to the Plans that prevent the Contractor and/or the 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 the 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 monies 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 "Construction Surveying, Staking, and As-Built Drawings."
1-05.4(2) Contractor Provided As-Built Information
(******)
This is a new section:
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.
1-05 Control of Work
City of Renton 1-23 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
It shall be the Contractor’s responsibility to have his Surveyor locate by northing, easting,
and elevation of each major item of Work done under this contract per the survey standard
of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch
basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side
Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults,
Culverts, Signal Poles, and Electrical Cabinets.
After the completion of the Work covered by this contract, the Contractor’s Surveyor shall
provide to the City the hard covered field book(s) containing the as-built notes and one set
of white prints of the project drawings upon which he has plotted the notes of the Contractor
locating existing utilities, and one set of white prints of the project drawings upon which he
has plotted the as-built location of the new Work as he recorded in the field book(s). This
drawing shall bear the Surveyor’s seal and signature certifying its accuracy.
All costs for as-built Work shall be included in the Contract item "Construction Surveying,
Staking, and As-Built Drawings", lump sum.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section as follows:
Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute
Work by Contractor forces, in accordance with the intent of the Contract and without
expense to the Owner, and shall bear the expense of making good all Work of other
contractors destroyed or damaged by such removal or replacement.
If the Contractor fails to remedy defective or unauthorized work within the time specified in a
written notice from the Engineer, or fails to perform any part of the Work required by the
Contract Documents, the Engineer may correct and remedy such Work as may be identified
in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer determines
to be an emergency situation, the Engineer may have the defective and unauthorized Work
corrected immediately, have the rejected Work removed and replaced, or have Work the
Contractor refuses to perform completed by using Contracting Agency or other forces. An
emergency situation is any situation when, in the opinion of the Engineer, a delay in its
remedy could be potentially unsafe, or might cause serious risk of loss or damage to the
public, the Property Owner and the Property Owner’s property.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized Work, or Work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include in
particular, but without limitation, compensation for additional professional services required,
and costs for repair and replacement of Work of others destroyed or damaged by correction,
removal, or replacement of the Contractor’s unauthorized Work.
If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of
such removal and storage within 10 calendar days from the date of the notice to the
Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days
1-05 Control of Work
City of Renton 1-24 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
written notice, sell such materials at public or private sale, and deduct all costs and
expenses incurred from monies due to the Contractor, including costs of sale, and
accounting to Contractor for the net proceeds remaining. The Owner may bid at any such
sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any
funds otherwise due the Contractor.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the Work attributable to the exercise of the Contracting Agency’s rights
provided by this section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency’s right to pursue any other avenue for additional remedy or damages with respect to
the Contractor’s failure to perform the Work as required.
1-05.10 Guarantees
(******)
Supplement this section as follows:
If within one year after the Acceptance Date of the Work by the Contracting Agency,
defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon
written order by the Contracting Agency, return and in accordance with the Engineer’s
instructions, either correct such Work, or if such Work has been rejected by the Engineer,
remove it from the project site and replace it with non-defective and authorized Work, all
without cost to the Contracting Agency. If the Contractor does not promptly comply with the
written order to correct defective and/or unauthorized Work, or if an emergency exists, the
Contracting Agency reserves the right to have defective and/or unauthorized Work corrected
or removed and replaced pursuant to Section 1-05.7 “Removal of Defective and/or
Unauthorized Work.”
The Contractor agrees the above one year limitation shall not exclude or diminish the
Contracting Agency’s rights under any law to obtain damages and recover costs resulting
from defective and/or unauthorized Work discovered after one year but prior to the
expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract
in writing, or liability expressed of implied arising out of a written agreement.
The Contractor shall warrant good title to all materials, supplies, and equipment purchased
for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat
or impair the right of persons furnishing materials or labor, to recover under any bond given
by the Contractor for their protection, or any rights under any law permitting such persons to
look to funds due the Contractor in the hands of the Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts,
and notice of its provisions shall be given to all persons furnishing materials for the Work
when no formal contract is entered into for such materials.
1-05 Control of Work
City of Renton 1-25 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-05.11 Final Inspection and Operational Testing
(October 1, 2005 APWA GSP)
Delete and replace this section it as follows:
1-05.11(1) Substantial Completion Date
When the Contractor considers the Work to be substantially complete, the Contractor shall
so notify the Engineer and request the Engineer establish the Substantial Completion Date.
The Contractor’s request shall list the specific items of work that remain to be completed in
order to reach physical completion. The Engineer will schedule an inspection of the Work
with the Contractor to determine the status of completion. The Engineer may also establish
the Substantial Completion Date unilaterally.
To be considered substantially complete the following conditions must be met:
1. The Contracting Agency must have full and unrestricted use and benefit of the
facilities both from the operational and safety standpoint.
2. Only minor incidental Work, replacement of temporary substitute facilities, or
correction of repair Work remains to reach physical completion of the Work.
If after this inspection, the Engineer concurs with the Contractor that the Work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer
does not consider the Work substantially complete and ready for its intended use, the
Engineer will, by written notice, so notify the Contractor giving the reasons therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the Work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the Work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the Work physically complete and ready for
Final Inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the Work physically complete and ready for Final Inspection,
the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection.
The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then
make a final inspection and the Engineer will notify the Contractor in writing of all particulars
in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor
shall immediately take such corrective measures as are necessary to remedy the listed
deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption
until physical completion of the listed deficiencies. This process will continue until the
Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7. The Contractor will not be allowed an extension of contract time because of
1-05 Control of Work
City of Renton 1-26 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
a delay in the performance of the Work attributable to the exercise of the Engineer’s right
hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the Work was considered physically
complete, that date shall constitute the Physical Completion Date of the Contract, but shall
not imply all the obligations of the Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a
minimum of 3 working days’ notice of the time for each test and inspection. If the inspection
is by another authority than the Engineer, the Contractor shall give the Engineer a minimum
of 3 working days’ notice of the date fixed for such inspection. Required certificates of
inspection by other authority than the Engineer shall be secured by the Contractor.
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore, when the Work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar Work, it may be desirable for the
Engineer to have the Contractor operate and test the Work for a period of time, after final
inspection but prior to the physical completion date. Whenever items of Work are listed in
the Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any items
of workmanship, materials, or equipment which prove faulty, or that are not in first class
operating condition. Equipment, electrical controls, meters, or other devices and equipment
to be tested during this period shall be tested under the observation of the Engineer, so that
the Engineer may determine their suitability for the purpose for which they were installed.
The Physical Completion Date cannot be established until testing and corrections have been
completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract prices
related to the system being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer’s guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
(******)
The third and fourth sentences in paragraph 1 of this section are deleted and replaced with:
The Final Acceptance date shall be that date in which the Renton City Council formally
approves acceptance of the Work.
1-05.13 Superintendents, Labor and Equipment of Contractor
(******)
Revise the seventh paragraph in this section as follows:
Whenever the Contracting Agency evaluates the Contractor’s qualifications under Section
1-02.1, it will take these reports into account.
1-05 Control of Work
City of Renton 1-27 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-05.14 Cooperation with Other Contractors
(******)
Supplement this section as follows:
The Contractor shall afford the Owner and other contractors working in the area reasonable
opportunity for the introduction and storage of their materials and the execution of their
respective Work, and shall properly connect and coordinate the Contractor’s Work with
theirs.
Other utilities, districts, agencies, and contractors who may have facilities within the project
area are:
1. Puget Sound Energy (gas and electric)
2. AT&T Broadband
3. CenturyLink/Lumen
4. City of Renton (water, storm, sewer, transportation)
5. Comcast
6. Seattle Public Utilities
7. King County (King County Metro, King County Housing Authority, etc.)
8. Olympic Pipeline
9. BNSF Railroad
10. Private contractors employed by adjacent property owners
The Contractor shall coordinate with City of Renton on tying into any existing electrical
service cabinet.
1-05.15 Method of Serving Notices
(December 30, 2022 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice of
dispute, or other correspondence constituting notification required to be furnished under the
Contract, must be in paper format, hand delivered or sent via mail delivery service to the
Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies
of correspondence will not constitute such notice and will not comply with the requirements
of the Contract.
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
This is a new section as follows:
The Contractor shall make necessary arrangements, and shall bear the costs for power and
water necessary for the performance of the Work, unless the Contract includes power and
water as a pay item.
1-05 Control of Work
City of Renton 1-28 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-05.17 Oral Agreements
(******)
This is a new section as follows:
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the Contract, shall affect or modify any of the
terms or obligations contained in any of the documents comprising the Contract. Such oral
agreement or conversation shall be considered as unofficial information and in no way
binding upon the Contracting Agency, unless subsequently put in writing and signed by the
Contracting Agency.
1-05.18 Contractor's Daily Diary
(******)
This is a new section as follows:
The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary
Record of this Work. This diary will be created by pen entries in a hardbound diary book of
the type that is commonly available through commercial outlets, or by alternative electronic
method approved by the Engineer. The diary must contain the Project and Number; if the
diary is in loose-leaf form, this information must appear on every page. The diary must be
kept and maintained by the Contractor's designated project superintendent(s). Entries must
be made on a daily basis and must accurately represent all of the project activities on each
day.
At a minimum, the diary shall show on a daily basis:
1. The day and date.
2. The weather conditions, including changes throughout the day.
3. A complete description of Work accomplished during the day with adequate
references to the Plans and Contract Provisions, so that the reader can easily and
accurately identify said Work in the Plans. Identify location/description of
photographs or videos taken that day.
4. An entry for each and every changed condition, dispute or potential dispute, incident,
accident, or occurrence of any nature whatsoever which might affect the Contractor,
the Owner, or any third party in any manner.
5. Listing of any materials received and stored on- or off-site by the 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 the Contractor's employees working during each day by
category of employment.
9. Listing of the 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 the Owner or other party during each day.
1-05 Control of Work
City of Renton 1-29 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
11. Entries to verify the daily (including non-Work days) inspection and maintenance of
traffic control devices and condition of the traveled roadway surfaces. The Contractor
shall not allow any conditions to develop that would be hazardous to the public.
12. Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of Contractor's progress on each day.
13. Plan markups showing locations and dimensions of constructed features to be used
by the 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 the Contractor's official representative on
the project.
The 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 the Contractor and the Owner that the Daily Diary maintained
by the Contractor shall be the “Contractor's Book of Original Entry” for the documentation of
any potential claims or disputes that might arise during this contract. Failure of the
Contractor to maintain this diary in the manner described above will constitute a waiver of
any such claims or disputes by the Contractor.
The Engineer or other Owner’s representative on the job site will also complete a Daily
Construction Report.
Payment
All costs to comply with this special provision are incidental to the contract and are the
responsibility of the Contractor. The Contractor shall include all related costs in the
associated bid prices of the contract.
END OF SECTION 1-05
1-06 Control of Material
City of Renton 1-30 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-06 CONTROL OF MATERIAL
1-06.1(1) Approval of Materials Prior to Use
(******)
Supplement this section as follows:
The materials and equipment lists submitted to the 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 the
Engineer as to conformity with the Contract Documents. The Engineer will review the lists
within 10 working days, noting required corrections. The Contractor shall make required
corrections and file 2 corrected copies with the Engineer within one week after receipt of
required corrections. The Engineer's review and acceptance of the lists shall not relieve the
Contractor from responsibility for suitability for the intended purpose, nor for deviations from
the Contract Documents. Neither review of the Contractor’s submittal nor the corrections or
comments provided shall create any duty owed to or a cause of action in favor of the
Contractor or any Subcontractor.
1-06.1(2) Request for Approval of Materials (RAM)
(******)
Supplement Section 1-06.1(2) with the following:
The Engineer will require up to 7 calendar days from the date each RAM is submitted until it
is returned to the Contractor. The Contractor shall not proceed with the Work to incorporate
the materials included in each RAM until each RAM is approved by the Engineer. As
applicable, comments from the Engineer regarding a submitted RAM shall be addressed
and resubmitted to the Engineer. Each resubmitted RAM will require up to 7 calendar days
from the date of submission until it is returned to the Contractor.
1-06.2 Acceptance of Material
1-06.2(1) Samples and Tests for Acceptance
(******)
Supplement this section as follows:
The finished Work shall be in accordance with approved samples. Approval of samples by
the Engineer does not relieve the Contractor of responsibility for performance of the Work in
accordance with the Contract Documents.
1-06.2(2) Statistical Evaluation of Materials for Acceptance
(******)
Supplement this section as follows:
Unless stated otherwise in the special provisions, statistical evaluation will not be used by
the City of Renton.
1-06.6 Recycled Materials
(******)
The first paragraph of Section 1-06.6 is deleted and replaced with the following:
The Contractor shall make an effort to utilize recycled materials in the construction of the
project, however, the use of recycled materials is not a requirement of the Contract.
1-06 Control of Material
City of Renton 1-31 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Recycled aggregates shall not be installed as pipe zone bedding but may be allowed in the
backfill zone if approved by the Engineer.
END OF SECTION 1-06
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-32 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section as follows:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital or doctor’s care, and persons, including employees, who may have
been injured on the project site. Employees should not be permitted to Work on the project
site before the Contractor has established and made known procedures for removal of
injured persons to a hospital or a doctor’s care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor’s plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely and
completely responsible for the conditions of the project site, including safety for all persons
and property in the performance of the Work. This requirement shall apply continuously, and
not be limited to normal working hours. The required or implied duty of the Engineer to
conduct construction review of the Contractor’s performance does not, and shall not, be
intended to include review and adequacy of the Contractor’s safety measures, in, on, or
near the project site.
The Contractor shall erect and properly maintain, at all times, as required by the conditions
and progress of the Work, all necessary safeguards for protection of workers and the public;
shall post danger signs warning against known or unusual hazards; and shall designate as
Safety Supervisor, a responsible 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 the Engineer by the Contractor.
The 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 the Contractor.
In the event of public health emergencies of a similar nature to the COVID-19 pandemic, the
Contractor shall prepare a project specific comprehensive exposure control, mitigation, and
recovery plan (EMCP) in conformance with Section 1-07.4 and the Washington State
Governor’s Job Site Requirements, as well as any statutes that may be enacted related to
job site protocols during a public health emergency.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-33 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
Delete this section, including its sub-sections, in its entirety and replace it as follows:
1-07.2 State Sales Tax
The Washington State Department of Revenue has issued special rules on the state sales
tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor
should contact the Washington State Department of Revenue for answers to questions in
this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid
on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-
07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained
from the Washington State Department of Revenue a certificate showing that all contract-
related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from
its payments to the Contractor any amount the Contractor may owe the Washington State
Department of Revenue, whether the amount owed relates to this contract or not. Any
amount so deducted will be paid into the proper state fund.
1-07.2(1) State Sales Tax – Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the state,
or by the United States, and which are used primarily for foot or vehicular traffic. This
includes storm or combined sewer systems within and included as part of the street or road
drainage system, and power lines when such are part of the roadway lighting system. For
Work performed in such cases, the Contractor shall include Washington State Retail Sales
Taxes in the various unit bid item prices, or other contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or consumed
in doing the Work.
1-07.2(2) State Sales Tax – Rule 170
WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not limited to;
the construction of streets, roads, highways, etc., owned by the state of Washington; water
mains and their appurtenances; sanitary sewers and sewage disposal systems unless such
sewers and disposal systems are within, and a part of, a street or road drainage system;
telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above
streets or roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real property,
whether or not such personal property becomes a part of the realty by virtue of installation.
For Work performed in such cases, the Contractor shall collect from the Contracting Agency,
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not
include the retail sales tax in the unit bid item prices, or in any other contract amount subject
to Rule 170, with the following exception.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-34 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or
a subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable supplies not integrated into the project. Such sales taxes shall be included in
the unit bid item prices or in any other contract amount.
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract
wholly for professional or other services (as defined in Washington State Department of
Revenue Rules 138 and 244).
1-07.5 Environmental Regulations
1-07.5(1) General
(******)
Section 1-07.5(1) is supplemented with the following:
Protection of the Environment: No construction related activity shall contribute to the
degradation of the environment, allow material to enter surface or ground waters, or allow
particulate emissions to the atmosphere, which exceed state or federal standards. Any
actions that potentially allow a discharge to state waters must have prior approval of the
Washington State Department of Ecology.
1-07.5(7) City of Renton Aquifer Protection Area (APA) Zone 1
(******)
Section 1-07.5(7) is a new section:
Burnett Ave S and Williams Ave S are located within the City of Renton Aquifer Protection
Area (APA) Zone 1.
The following standard shall apply to construction activities occurring in the Aquifer
Protection Area if construction vehicles and equipment will be refueled on site and/or the
quantity of hazardous materials that will be stored, dispensed, used, and handled on the
construction site, exclusive of the quantity of hazardous materials contained in fuel or fluid
reservoirs of construction vehicles and equipment, will exceed twenty (20) gallons. Weight of
solid hazardous materials will be converted to volumes for the purposes of determining
whether exceedance of twenty (20) gallons is de minimis. Ten (10) pounds shall be
considered equal to one gallon.
1. Designated Person: There shall be a designated person on site during operating
hours who is responsible for supervising the use, storage, and handling of hazardous
materials and who shall take appropriate mitigating actions necessary in the event of
spill or fire.
2. Secondary Containment: Hazardous material storage, dispensing, and refueling
areas and, to the extent possible, use and handling areas shall be provided with
secondary containment.
3. Securing Hazardous Materials: Hazardous materials left on site when the site is
unsupervised must be inaccessible to the public. Locked storage containers (e.g.,
conex box), locking fencing, locked fuel tanks on construction vehicles and
equipment, or other techniques may be used if they preclude access.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-35 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
4. Removal of Leaking Vehicles and Equipment: Construction vehicles and equipment
that are found to be leaking fuel, hydraulic fluid, and/or other hazardous materials
shall be removed from the site.
5. Flammable and Combustible Liquids – Storage and Dispensing: Storage of
flammable and combustible liquids on site when the site is unsupervised is
prohibited. Dispensing of flammable and combustible liquids from tanks, containers,
and tank vehicles into the fuel and fuel reservoirs of construction vehicles and
equipment on the construction site shall be in accordance with these standards.
6. Clean-up Equipment and Supplies: Equipment and supplies adequate for the
immediate clean-up of the worst case release shall be stored on the construction site
in close proximity to hazardous materials.
7. Unauthorized Releases: Unauthorized releases shall immediately be contained,
reported to the Engineer, and cleaned up.
Payment
All costs to comply with this special provision are incidental to the contract and are the
responsibility of the Contractor. The Contractor shall include all related costs in the
associated bid prices of the contract.
1-07.6 Permits and Licenses
(******)
Supplement this section as follows:
The Contractor shall ensure that all necessary permits are obtained, and is responsible for
reviewing all permits to become familiar with the requirements.
The Contractor and all subcontractors of any tier must obtain a City of Renton Business
License (Contractor).
The permits, easements, and right of entry documents that have been acquired are
available for inspection and review.
The Contractor shall be required to comply with all conditions of the permits, easements,
and rights of entry, at no additional cost to the Owner. The Contractor is required to
indemnify the Owner from claims on all easements and rights of entry.
All other permits, licenses, etc., shall be the responsibility of the Contractor. The 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 the Contractor. If the Owner is required to secure such permits,
permission under franchises, licenses and bonds, and pay the fees, the costs incurred by
the Owner thereby shall be charged against the Contractor and deducted from any funds
otherwise due the Contractor.
The Contractor is cautioned to review all permits and other Contract Documents and
schedule the work activities appropriately to complete the work within the number of days
stated in the Contract Document. No additional compensation or extensions to time will be
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-36 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
granted to the Contractor due to the time constraints imposed by such documents. The
Contractor shall assume all responsibility for meeting all requirements of all permits.
Any fines or penalties incurred by Contracting Agency for not meeting state water quality
standards and/or lack of stormwater pollution prevention on this Project shall be deducted
from monies otherwise due to Contractor. Any fines assessed directly to Contractor shall be
paid directly to the fining authority, at the Contractor’s own cost.
1-07.7 Load Limits
(March 13, 1995 WSDOT GSP)
(******)
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitates hauling over roads other
than State Highways, the Contractor shall, at the Contractor’s expense, make all
arrangements for the use of the haul routes.
Contractor is advised that the Williams Ave Bridge over the Cedar River near the project is
subject to vehicle wight limits (posted on-site).
1-07.9 Wages
1-07.9(5)C Certified Payroll
(******)
Delete the first paragraph, and replace it as follows:
The 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 Requirements for Non-Discrimination
1-07.11(11) City of Renton Affidavit of Compliance
(******)
This is a new section as follows:
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.
1-07.13 Contractor’s Responsibility for Work
1-07.13(1) General
(******)
Supplement this section as follows:
During periods of unfavorable conditions or inclement weather, the Contractor shall pursue
only such portions of the Work that will not be at risk of incurring damage.
No portion of the Work whose satisfactory quality or efficiency will be affected by
unfavorable conditions shall be constructed while these conditions exist, unless the
Contractor shall be able to overcome said unfavorable conditions by special means or
precautions acceptable to the Engineer.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-37 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-07.15 Temporary Water Pollution Prevention
(******)
Delete the first paragraph, and replace it as follows:
The Contractor shall perform all Work in strict accordance with all Federal, State, and local
laws and regulations governing waters of the State, as well as permits acquired for the
project.
The Contractor shall prepare a final Temporary Erosion and Sediment Control Plan
(TESCP) and a final Stormwater Pollution Prevention Plan (SWPPP) to be in full compliance
with RMC 4-6-30.
The TESCP and SWPPP shall be developed in accordance with the erosion control
standards contained in the most current City of Renton Surface Water Design Manual and
the King County Stormwater Pollution Prevention Manual. The plan shall include any
assumptions, detailed calculations, sketches, and sequencing. The plan shall be signed and
stamped by a Washington State Professional Engineer. A TESC supervisor shall be
designated by the Contractor, whose name and phone number shall be given to the
Engineer at the Preconstruction Conference. The TESC supervisor must be CESCL certified
in accordance with NPDES permit requirements.
The plan shall be submitted for approval to the City within 3 days prior to the pre-
construction meeting. The TESCP shall include the various configurations that may be
necessary to adequately control erosion and sediment at the site during the various stages
of construction.
Design of dewatering, water control, bypass systems, and temporary erosion and sediment
control during construction shall be the responsibility of the Contractor. Best Management
Practices shall be used as required to address TESC and as outlined in the King County
Stormwater Pollution Prevention Manual.
At a minimum, the plan shall contain:
Manufacturer’s data and detailed plans for the erosion control products specified in
the plan.
Plan for temporary pipe system diversions. This shall include a description of when
the piping will be used, pipe material, locations, elevations, plan and profile views,
inlet and outlet protection, hydraulic capacity, and details of important design
features.
Plan for collecting, pumping and pipe surface storm water runoff, dewatering
discharge, and seepage from the source to the storage facility or acceptable
discharge location. The plan shall be shown in phases to coincide with the phases of
construction. The plan shall include:
a. Layout and details of system.
b. Diversion systems manufacturer’s data and material submittals.
c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump
sizing.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-38 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
d. Flow calculations for storm water, seepage, and dewatering pump discharge.
Schedule and sketch of location for dewatering systems. Pumps shall be sized to
pump storm water runoff for the tributary area plus an allowance for groundwater
and surface seepage. Each pump area location shall be equipped with two
pumps meeting the capacity requirement, in case one is non-operational.
e. Source of power for pumps, description of schedule and fueling requirements,
storage location, and methods.
Manufacturer’s literature and test results (certificates) on the temporary silt fence,
erosion control matting, riprap gradations, and any other necessary erosion control
materials.
Planned installation and maintenance schedule for temporary erosion and
sedimentation control facilities. Indicate locations and outlets of dewatering systems.
The boundaries of the clearing limits, sensitive areas and their buffers, and areas of
vegetation preservation and tree retention.
The Contractor shall also prepare a final SWPPP. The SWPPP must meet the requirements
of the Department of Ecology’s NPDES and State Waste Discharge General Permit for
Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP
shall include, and modify as necessary, the Site Preparation and Erosion Control Plan
drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and
modify the SWPPP as necessary to be consistent with the actual work schedule,
sequencing, and construction methods that will be used on the project. The Contractor’s
SWPPP shall meet the requirements of the general permit.
The Contractor shall:
Furnish, install, operate, and maintain necessary machinery, appurtenances, and
equipment to keep excavations free of water during construction;
Dewater and dispose of water in a manner that will not cause injury to public and
private property, as well as keep sediment-laden water from entering the City surface
water system or violate applicable water standards;
Keep sufficient pumping equipment and machinery on hand at all times for
emergencies, including electric power failures;
Keep experienced personnel available at all times to operate pumping equipment,
machinery and appliances;
Not shut down dewatering systems between shifts, on holidays and weekends, nor
during work stoppages without prior authorization by the Engineer;
Control groundwater to prevent softening of bottoms of excavations, or formation of
“quick” conditions or “boils”;
Design and operate dewatering system that will not remove natural soils;
Keep excavations free of water during excavation, construction of structures,
installation of pipelines, placing of structures, backfill, and placing and curing of
concrete; and
Control surface water runoff to prevent entry and collection in excavations.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-39 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
As construction progresses and unexpected or seasonal conditions dictate, the Contractor
shall anticipate that more water pollution/erosion control measures will be necessary. It shall
be the obligation and responsibility of the Contractor to revise or supplement the
pollution/erosion control measures as may be needed to protect the work, adjacent
properties, storm drains, streams, and other water bodies.
At all times, there must be material on the job site to handle any spills caused by the
Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil
absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense
and, in the event of a spill, be responsible for cleanup and disposal of contaminated
materials.
In addition, the SWPPP shall outline the procedures to be used to prevent high pH storm
water or dewatering water from entering surface waters. The plan shall include how the pH
of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from
the project or entering surface waters. Prior to beginning any concrete or grinding work, the
Contractor shall submit the plan, for the Engineer’s review and approval.
An Ecology template is available to the Contractor for producing the SWPPP, using project-
specific information added by the Contractor. The template and instructions are available at:
http://www.ecy.wa.gov/programs/wq/stormwater/construction.
The Engineer’s review and any resulting approval of the Contractor’s SWPPP and TESCP
will be only regarding conformance with the specification requirement that the Contractor
have the plans prepared by a CPESC or professional Civil Engineer who has expertise in
the type of facilities and that the SWPPP and TESCP include the items specified for such
plans. The Contractor shall be solely responsible for the adequacy of the SWPPP and
TESCP and if erosion sediment, and other pollutant control measures in deviation or
addition to those described in the SWPPP become necessary to minimize erosion and
prevent storm water contamination from sediment and other pollutants, the Contractor shall
prepare and submit a revised SWPPP to the Engineer for review as specified in the original
plan.
The Owner will not be liable to the Contractor for failure to accept all or any portion of an
originally submitted or revised SWPPP, nor for any delays to the Work due to the
Contractor’s failure to submit and implement an acceptable SWPPP.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
(******)
Supplement this section as follows:
The Contracting Agency will obtain all easements and franchises required for the project.
The Contractor shall limit his operation to the areas obtained and shall not trespass on
private property.
The Contracting Agency may provide certain lands, as indicated in connection with the Work
under the Contract together with the right of access to such lands. The Contractor shall not
unreasonably encumber the premises with his equipment or materials.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-40 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The Contractor shall provide, with no liability to the Contracting Agency, any additional land
and access thereto not shown or described that may be required for temporary construction
facilities or storage of materials. He shall construct all access roads, detour roads, or other
temporary Work as required by his operations. The Contractor shall confine his equipment,
storage of material, and operation of his workers to those areas shown and described and
such additional areas as he may provide.
General: All construction Work under this contract on easements, right-of-way, over
private property or franchise, shall be confined to the limits of such easements, right-
of-way or franchise. All Work shall be accomplished so as to cause the least amount
of disturbance and a minimum amount of damage. The Contractor shall schedule his
Work so that trenches across easements shall not be left open during weekends or
holidays and trenches shall not be open for more than 48 hours.
Structures: The Contractor shall remove such existing structures as may be
necessary for the performance of the Work and, if required, shall rebuild the
structures thus removed in as good a condition as found. He shall also repair all
existing structures that may be damaged as a result of the Work under this contract.
Easements, cultivated areas, and other surface improvements: All cultivated areas,
either agricultural or lawns, and other surface improvements which are damaged by
actions of the Contractor shall be restored as nearly as possible to their original
condition. Prior to excavation on an easement or private right-of-way, the Contractor
shall strip topsoil from the trench or construction area and stockpile it in such a
manner that it may be replaced by him, upon completion of construction. Ornamental
trees and shrubbery shall be carefully removed with the earth surrounding their roots
wrapped in burlap and replanted in their original positions within 48 hours.
a. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor
with material of equal quality at no additional cost to the Contracting Agency. In
the event that it is necessary to trench through any lawn area, the sod shall be
carefully cut and rolled and replaced after the trenches have been backfilled. The
lawn area shall be cleaned by sweeping or other means, of all earth and debris.
b. The Contractor shall use rubber wheel equipment similar to the small tractor-type
backhoes used by side sewer contractors for all Work, including excavation and
backfill, on easements or rights-of-way, which have lawn areas. All fences,
markers, mailboxes, or other temporary obstacles shall be removed by the
Contractor and immediately replace, after the trench is backfilled, in their original
position. The Contractor shall notify the Contracting Agency and Property Owner
at least 24 hours in advance of any Work done on easements or rights-of-way.
c. 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.
Streets: The Contractor will assume all responsibility of restoration of the surface of
all streets (traveled ways) used by him if damaged.
a. In the event the Contractor does not have labor or material immediately available
to make necessary repairs, the Contractor shall so inform the Contracting
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-41 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Agency. The Contracting Agency will make the necessary repairs and the cost of
such repairs shall be paid by the Contractor.
b. 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 on the City of Renton website or at the Public
Works Department Customer Services counter on the 6th floor, Renton City Hall,
1055 S Grady Way.
1-07.16(2) Vegetation Protection and Restoration
(******)
Supplement this section as follows:
The Contractor shall be responsible for the protection of tops, major branches, trunks, and
roots of existing trees, shrubs and other plants that are marked within, and just outside of
the limits of construction. Existing trees to remain in place and that are potentially subject to
construction damage shall be boxed, fenced, or otherwise protected before any work is
started in the vicinity of the trees. Any grading or other earthwork shown on the Contract
Plans near trees that are to be saved shall not occur within the drip line of the tree canopy to
protect the tree’s root system unless approved otherwise by the Engineer.
No soil disturbance shall take place prior to the placement and installation of tree protection.
Immediately following site clearing and grading the Owner’s Representative will make final
determination on the satisfaction of tree protection and specific requirements based on the
trees health, construction limits, and impacts to major roots and the soil condition.
Exercise care when excavating trenches near existing trees. Where roots are two inches
(2") and greater in diameter hand excavate and tunnel. When large roots are exposed, wrap
with heavy burlap for protection and prevent excessive drying. Trenches dug by machines
adjacent to trees having roots two inches (2") and less in diameter shall have the sides hand
trimmed making a clean cut of the roots. Trenches having exposed tree roots shall be back-
filled within twenty-four (24) hours unless adequately protected with moist burlap or canvas.
The cutting of roots 2-inches and larger should be avoided. Potential root pruning needs
shall be reviewed in advance with the City’s Representative to minimize potential root
fracturing and other damage. Severed roots of retained trees shall be cut off cleanly with a
sharp saw or pruning shears. Applying pruning paint on trunks or root wounds shall not be
permitted. Severed roots shall be covered immediately after final pruning with moist soil or
burlap and covered with mulch until they can be covered with soil. Excavation operators
shall take extreme care not to hook roots and pull them back towards retained trees. In all
cases, the excavator shall remain outside of the Critical Root Zone (CRZ) boundary, shown
on the Contract Plans or as directed by the Engineer.
No pruning of trees will be allowed without prior approval from the Engineer, in which case,
all pruning shall be done by an International Society of Arboriculture Certified Arborist, to the
standards of ANSI A300 American Standard for Pruning.
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.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-42 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The property owners shall be responsible for removing and/or relocating irrigation
equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping
materials within the construction limits that they wish to save. The Contractor shall give
property owners 10 days’ written notice prior to removing landscaping materials. All
landscaping materials that remain in 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 have on-site at all times during construction current copies of the
Washington State Noxious Weed List and Monitor List (http://www.nwcb.wa.gov) and the
King County noxious weed list (https://www.kingcounty.gov/services/environment/animals-
and-plants/noxious-weeds/laws/list.aspx).
1-07.16(3) Archaeological and Historical Objects
(******)
Supplement this section as follows:
There are documented archaeological sites within the general vicinity of the project and the
Washington Department of Archaeology and Historic Preservation assesses a potential for
encountering archaeological sites within the project’s Area of Potential Impacts.
An archeologist has prepared an Inadvertent Discovery Plan for the project. The Contractor
shall work in accordance with this plan, the SEPA, and any applicable federal, state, and
local laws at all times.
1-07.17 Utilities and Similar Facilities
(******)
Supplement this section as follows:
Existing utilities indicated in the Plans have been plotted from the best information available
to the 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 the Owner and the Engineer by owners of such
underground facilities or others, and the Owner and the 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, pull boxes, or other underground utilities that require
access shall be conspicuously marked in a fashion acceptable to the Owner and the
Engineer by the Contractor, to allow their location to be determined by the Engineer or utility
personnel under adverse conditions (e.g. 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.
The Contractor shall conduct a utility coordination meeting with the utility companies
concerning any possible conflict prior to commencing excavation in any area and submit
documentation of said meeting to the Engineer. The Contractor shall resolve all crossing
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-43 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
and clearance problems with the utility company concerned. No excavation shall begin until
all known facilities, in the vicinity of the excavation area, have been located and marked. All
costs for utility coordination, discussions, and meetings shall be considered incidental to the
Contract and no additional compensation will be made.
In addition to the Contractor having all utilities field marked before starting Work, the
Contractor shall have all utilities field marked after they are relocated in conjunction with this
project.
Call Before You Dig
The 48-Hour Locators
1-800-424-5555
At least 2 and not more than 10 working days prior to commencing any excavations for utility
potholing or for any other purpose under this Contract, the Contractor shall notify the
Underground Utilities Location Center by telephone of the planned excavation and progress
schedule. The Contractor is also warned that there may be utilities on the project that are
not part of the One Call system. They must be contacted directly by the Contractor for
locations.
The Contractor shall make arrangements 48 hours in advance with respective utility owners
to have a representative present when their utility is exposed or modified, if the utility
chooses to do so.
Lumen Protect-in-Place Plan
Lumen has a critical fiber optic conduit on S 2nd St and Williams Ave S. The critical fiber
optic duct(s) (Lumen Duct) shall be protected and supported in place without damage or
disruption to the utility service. Protection measures shall remain in continuous use until the
Contractor has backfilled and re-encased the Lumen Duct. The contractor shall be held
responsible for any damage or disruption that may occur.
The Contractor shall be responsible for submitting a written Lumen Protect-in-Place Plan to
the Engineer at least 30 days prior to any anticipated construction. The Protect-in-Place
Plan shall be prepared by and bear the signature of a professional structural engineer
licensed in the state of Washington. The Protect-in-Place Plan shall include, at minimum,
the following:
1. Shoring Detail and Calculations
2. Structural Support Detail and Calculations
3. Backfill Plan
4. Schedule
The Protect-in-Place Plan shall be reviewed and approved by the Engineer and the Lumen
representative prior to any work in the vicinity of the Lumen Duct(s). The Engineer’s review
of the submitted material shall in no way relieve the Contractor of the responsibility for
making a satisfactory installation meeting the requirements of these documents and the
utility owner.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-44 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The protect-in-place methods proposed by the Contractor shall provide for Lumen Duct
excavation and immediate, continuous, and adequate support of the ground, adjacent
structure(s), duct(s), and other facilities. The Contractor shall be responsible for the design
of the shoring and structural support of the duct(s) such that the Lumen Duct(s) are
protected in accordance with these specifications. The Contractor shall exercise all due
caution while working near the Lumen Duct, in order to prevent damage to the duct. The
Contractor agrees to:
a. notify Lumen by telephone at least forty-eight (48) hours prior to performing any
construction, demolition, or repairs at the Lumen Duct location;
b. not use at the Lumen Duct location any tool, equipment, or machinery capable of
being operated within ten (10) feet of the Cable without a Lumen representative
being present;
c. perform construction, demolition, repair, modifications, additions, and any other
activities in compliance with all applicable laws and regulations and in a manner that
does not interfere with the operations of Lumen; and
d. not work at the Lumen Duct location without Lumen’s prior authorization and
Lumen’s On-Site Work Force personnel being present during the work.
The contractor shall coordinate with the Lumen construction observer during the excavation,
chipping, supporting, exposure, and re-encasement of the Lumen Duct(s). The Contractor
shall abide by the requests of the construction observer, which may include inspection
assistance, temporary stoppage of work, changes in support mechanism, modification of
shoring, re-encasement requirements, and/or other requirements.
Water Utility Protection Plan
This project will require the development of a Water Utility Protection Plan (WUPP) to protect
City of Renton water mains and appurtenances including the 24” diameter transmission main
and 12” distribution main(s), within the project area on Burnett Ave S, S Tobin St, and Williams
Ave S.
A Water Utility Protection Plan (WUPP) is a description of the plans to protect in-service water
mains from initial excavation through final backfill. A WUPP may include plans, drawings, and
calculations, depending on the planned work and the potential to affect water mains.
A WUPP is required for open-trench, tunneling, or jacking operations adjacent to or crossing
water mains and related appurtenances as determined below. At minimum the WUPP:
• Shall be submitted for review 14 working days before starting work.
• Will include a site plan with the same scale and detail as the construction drawings.
• Will include the following details:
o Location of all utilities impacted by proposed construction by type, size, and
status of use (i.e. whether in-use, abandoned, or other designation).
• Methods employed by the contractor to locate each and every utility.
• Schematic drawing(s) and written description of methods planned by the contractor
to protect and maintain in-service utilities during construction, including initial
excavation through final backfill.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-45 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
• A plan for compacting backfill under exposed water facilities.
The above guidelines are minimum requirements. Detailed WUPP requirements are as
follows:
Detailed WUPP Requirements
General Requirements
The Contractor shall submit the WUPP 14-days prior to any excavation. The WUPP shall
be prepared by and bear the seal and signature of a Professional Engineer licensed in
the state of Washington.
The WUPP shall comply with the Standard Specifications, as modified, or supplemented
by the Amendments to the Standard Specifications and Special Provisions.
The WUPP shall be reviewed and approved by the Engineer prior to any work in the
vicinity of the Water utility pipe(s). The Engineer’s review of the submitted material shall
in no way relieve the Contractor of the responsibility for making a satisfactory installation
meeting the requirements of these documents and the utility owner.
The Contractor is responsible for implementation of the approved WUPP. If deviations
from the WUPP are necessary because of field conditions, the contractor must submit a
revised submittal WUPP to the City for review. Excavation adjacent to water mains
cannot proceed until the submittal is approved.
The Contractor shall do the following:
• Protect the existing water main, including valves, fittings, thrust blocks, coatings,
during the course of construction.
• Support the exposed water main to prevent any movement.
• Use care to avoid damaging the existing water main with mechanical
construction equipment. Chains and/or wire rope will not be allowed to support
exposed water mains. Use double straps to support both sides of an exposed
joint. Provide a compaction plan for backfill installed under exposed water lines
and facilities. If Controlled Density Fill (CDF) has been approved for use as
backfill around water mains, installation shall conform with the Project Plans and
Standard Specifications, as modified or supplemented by the Amendments to the
Standard Specifications and Special Provisions.
• If, during construction, the structural integrity of the water line is compromised,
stop construction and immediately notify the City Inspector to coordinate efforts
to mitigate and rectify the situation.
Requirements for Open Excavations
Open Excavations Parallel to City of Renton Water Mains
If the water main is located above the bottom of the construction excavation within the
zone of influence— 1.5H: 1V slope from the bottom of the construction excavation, or
the water main is within 5 feet of the excavation—the following shall apply:
• Excavation adjacent to transmission mains (all sizes), conduits, and distribution
mains ≥12 inches will require plans and associated structural and geotechnical
calculations prepared and stamped/sealed by a Professional Engineer licensed
in the state of Washington.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-46 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
• Excavations adjacent to distribution mains <12 inches may require plans and
associated structural and geotechnical calculations prepared and
stamped/sealed by a Professional Engineer licensed in the state of Washington
as determined by City.
• No more than 8 feet of parallel trench shall remain unsupported.
• Minimize duration of unsupported trench walls. No section shall be left
unsupported overnight or if groundwater is observed.
• Supported sections of trench shall have positive-pressure shoring or shielded
shoring backfilled between the trench wall and the shoring box. Positive-pressure
shoring is defined as a system providing support to the trench wall, such that no
ground movement adjacent to and within the excavated trench is possible.
Positive-pressure shoring can be achieved with hydraulic jacks or by ensuring
zero clearance between the shielded shoring and the trench wall.
• Positive-pressure shoring is required at all water main bends and tees, to prevent
undermining of the thrust-restraint systems. No amount of unsupported trench is
permitted at these locations.
Open Excavations Askew and Perpendicular to City of Renton Water Mains
For open excavations askew and perpendicular to City of Renton water main, if the
construction excavation is 5 feet or more below a >12-inch water main, or if the
excavated trench is 6 feet or wider, then the following shall apply:
• Show plans and associated structural and geotechnical calculations prepared
and stamped/sealed by a Professional Engineer licensed in the state of
Washington for any support beams, columns, steel plate foundation supports,
blocking, and length of beams on each side of trench and columns. Pipe
supports shall be adjustable, tensioned, and rated to the calculated loads.
• Provide the methods and means of excavation, backfill, and compaction to
provide continuous pipe support and prevent damage.
• Monitor > 12-inch-diameter water lines for settlement. Measure water main pipe
elevation directly prior to, during, and after excavation, and provide before and
after elevation measurements.
• Provide required support beam with straps spaced no more than 3 feet apart
and/or from the trench wall.
• If a joint is exposed, provide required support beam and double straps (one strap
placed on each side of the joint) in excavations > 6 feet wide. For excavations >
6 feet wide, one strap shall be placed on each side of the joint with additional
straps to be placed no further than 3 feet apart for support of the pipe spanning
the excavation.
• City may require structural and geotechnical calculations of maximum anticipated
deflection and resulting stress in pipe, maximum anticipated deflection and
resulting stress in support beam, and assumed soil-bearing pressure.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-47 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Excavations Near Thrust Blocks
For excavations near City of Renton water main thrust blocks, if a thrust restraint system
supporting the existing water main is uncovered, and a WUPP has not been submitted,
the excavating contractor or agency must do the following:
1. Immediately stop excavation in the influence zone of the thrust block (an area 3
times the length of the thrust block).
2. Notify the City Inspector.
3. Field-verify the thrust block dimension by exposing the top surface of the thrust
block.
4. Prepare and submit a WUPP for review by the City before proceeding with
further excavation.
Utility Adjustments and Conflicts
Existing utilities for telephone, power, gas, water, and television cable shall be adjusted or
relocated by the appropriate utility company, unless otherwise noted in the Plans. These
adjustments may be completed before the Contractor begins Work, or may be performed in
conjunction with the Contract Work. The Contractor shall be entirely responsible for
coordination with the utility companies and arranging for the movement or adjustment, either
temporary or permanent, of their facilities within the project limits. See also Section 1-05.14
of these Special Provisions.
If or when utility conflicts occur, the Contractor shall continue the construction process on
other aspects of the project whenever possible. The Contractor shall include in the Base Bid
all necessary communication and meetings with the utility companies, and all necessary
advance notification to utility companies to keep the project on schedule and avoid delays.
No additional compensation will be made to the Contractor for reason of delay caused by
the actions of any utility company, and the Contractor shall consider such costs to be
incidental to the other items of the Contract.
Utility Potholing
Potholing may be included as a bid item for use in determining the location of existing
utilities in advance of the Contractor's operations. If potholing is not included as a bid item
then it shall be considered incidental to other Work. The Contractor shall submit all potholing
requests to the Engineer for approval, at least 2 working days before potholing is scheduled.
Additionally, the Contractor shall provide potholing at the Engineer's request.
In no way shall the Work described under Utility Potholing relieve the 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.
1-07.17(3) Site Specific Potholing
(******)
This is a new section as follows:
Site Specific Potholing is intended to be additional potholing as identified in the Plans or as
directed by the Engineer, which is separate from and in addition to potholing included as
incidental for utility installation. The Contractor shall perform exploratory excavations
(potholing) as required to collect as-built information and verify the depth, location, size, and
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-48 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
material of existing underground utilities at the identified locations. The Contractor shall
perform all potholing identified on the plans prior to any construction to allow for any
potential design modifications. The Contractor is still responsible to verify depth, location,
alignment, and size of all existing utilities either specifically called for or not on the plans.
The Contractor shall immediately notify the Engineer if field conditions differ from the
expected conditions shown in the Contract Drawings. For these utilities, the Contractor shall
allow the engineer 10 working days after written results are received to allow for minor
design modification as necessary. The Contractor shall use the information obtained by
potholing for procurement of suitable materials to revise the work accordingly, where
required by the Contract. Upon completion of the excavation, the material can be used for
temporary restoration if the material is satisfactory and with prior authorization from the
Engineer.
Where underground utilities are found to be in the way of construction, such condition shall
not be deemed to be a changed or differing site condition, and if necessary, pipe alignment
or grade shall be modified. No payment will be made unless potholing has been performed
prior to trench excavation and witnessed by the Engineer or City Inspector. Different utilities
may be found to occupy a common trench. Any two or more utilities separated by 3 feet or
less shall constitute one locate. Where multiple utilities exist in close proximity, the
Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for
this item is included to provide a common proposal for bid purposes. The actual quantity
used in construction may vary from that amount. The unit price will not be adjusted if the
actual quantity used varies by more than 25 percent.
The contractor shall perform for this potholing a minimum of twenty working days prior to
crossing to allow for potential revisions. The contractor shall not have cause for claim of
down-time or any other additional costs associated with ‘waiting’ if the owner provides
design revisions (related to the information supplied per this section) within ten working days
after the contractor provides the surveyed elevations.
In no way shall the Work described under Site Specific Potholing relieve the 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.
Measurement and Payment for Site Specific Potholing shall be per section 1-09.14(2)A4.
1-07.17(4) Interruption of Services
(******)
This is a new section as follows:
Whenever in the course of the construction operation it becomes necessary to cause an
outage of utilities, it shall be the Contractor's responsibility to notify the affected users and
the Engineer not less than 48 hours in advance of such outage. The Contractor shall make
reasonable effort to minimize the duration of outages, and shall estimate the length of time
service will be interrupted and so notify the users. In the case of any utility outage that has
exceeded or will exceed four hours, user contact shall again be made. Temporary service, if
needed, will be arranged by the Contractor at no cost to the Owner.
Water service interruptions, shut-offs, and connection shall be in accordance with Section
7-09.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-49 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Overhead lighting outages shall not exceed 24 hours. All cost to the 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.
In the event an outage or service interruption is caused by Contractor negligence or
unmarked utility, the Contractor shall notify and coordinate with the owner of the utility and
the Engineer immediately. The Contractor shall also be responsible for notifying the affected
users as soon as possible and no later than 8 hours after the interruption occurred. The
Contractor will be responsible for any negligence and reparations necessary to resolve the
interruption. No additional compensation will be made to the Contractor for reason of delay
caused by the actions of any utility company, and the Contractor shall consider such costs
to be incidental to the other items of the Contract.
1-07.17(5) Resolution of Utility Conflicts
(******)
This is a new section as follows:
In no way shall the work described under “Resolution of Utility Conflicts” 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. If or when utility conflicts
occur, Contractor shall continue the construction process on other aspects of the project
whenever possible.
If “Resolution of Utility Conflicts” is included as a bid item in Section 1-09.14, it shall be used
to resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or
Specifications that are identified during the course of construction.
1-07.18 Public Liability and Property Damage Insurance
(******)
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(December 30, 2022 APWA GSP)
1-07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections
of section 1-07.18 of these Special Provisions, from insurers with a current A. M.
Best rating of not less than A-: VII and licensed to do business in the State of
Washington. The Contracting Agency reserves the right to approve or reject the
insurance provided, based on the insurer’s financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor’s Work through the term of the Contract and for
thirty (30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims-made form, its retroactive date, and that
of all subsequent renewals, shall be no later than the effective date of this Contract.
The policy shall state that coverage is claims made and state the retroactive date.
Claims-made form coverage shall be maintained by the Contractor for a minimum of
36 months following the Completion Date or earlier termination of this Contract, and
the Contractor shall annually provide the Contracting Agency with proof of renewal. If
renewal of the claims made form of coverage becomes unavailable, or economically
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-50 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or
execute another form of guarantee acceptable to the Contracting Agency to assure
financial responsibility for liability for services performed.
D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance
as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool
coverage. Any insurance, self-insurance, or self-insured pool coverage maintained
by the Contracting Agency shall be excess of the Contractor’s insurance and shall
not contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of
such notice.
F. The Contractor shall not begin work under the Contract until the required insurance
has been obtained and approved by the Contracting Agency.
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may,
after giving five business days’ notice to the Contractor to correct the breach,
immediately terminate the Contract or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums so
expended to be repaid to the Contracting Agency on demand, or at the sole
discretion of the Contracting Agency, offset against funds due the Contractor from
the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum
prices of the Contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder’s Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
• the Contracting Agency and its officers, elected officials, employees, agents, and
volunteers;
• Consultants hired by the Contracting Agency to provide engineering support during
construction of this project;
• Consultants hired by the Contracting Agency to provide environmental support
during construction of this project;
• Consultants hired by the Contracting Agency to provide construction management,
inspection and materials testing services for this project.
• Washington State Department of Ecology, and its officers, employees, and agents
The above-listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract, and irrespective of whether the
Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits
lower than those maintained by the Contractor.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-51 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each subcontractor of every tier to provide insurance coverage
that complies with all applicable requirements of the Contractor-provided insurance as set
forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by subcontractors.
The Contractor shall ensure that all subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by
that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20
10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of each
subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein when
the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to
demand such verification of coverage with these insurance requirements or failure of
Contracting Agency to identify a deficiency from the insurance documentation provided shall
not be construed as a waiver of Contractor’s obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements – actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Contractor’s
maintenance of insurance, its scope of coverage, and limits as required herein shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance,
or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in
equity.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-52 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
All deductibles and self-insured retentions must be disclosed and are subject to approval by
the Contracting Agency. The cost of any claim payments falling within the deductible or self-
insured retention shall be the responsibility of the Contractor. In the event an additional
insured incurs a liability subject to any policy’s deductibles or self-insured retention, said
deductibles or self-insured retention shall be the responsibility of the Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as broad
as ISO occurrence form CG 00 01, including but not limited to liability arising from premises,
operations, stop gap liability, independent contractors, products-completed operations,
personal and advertising injury, and liability assumed under an insured contract. There shall
be no exclusion for liability arising from explosion, collapse or underground property
damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor’s completed operations for at least three years following Substantial Completion
of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury each offence
$1,000,000 Stop Gap / Employers’ Liability each accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be
written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the
transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48
endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers’ Compensation
The Contractor shall comply with Workers’ Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than described herein. This excess or umbrella liability coverage shall be excess over and
as least as broad in coverage as the Contractor’s Commercial General and Auto Liability
insurance.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-53 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional
insureds on the Contractor’s Excess or Umbrella Liability insurance policy.
This requirement may be satisfied instead through the Contractor’s primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves the
overall required limits of insurance.
Such policy must provide the following minimum limit:
Each Occurrence Limit $1,000,000
General Aggregate Limit $1,000,000
Products/Completed Operations Aggregate $1,000,000
1-07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for
claims involving bodily injury, property damage (including loss of use of tangible property
that has not been physically injured), cleanup costs, remediation, disposal or other handling
of pollutants, including costs and expenses incurred in the investigation, defense, or
settlement of claims, arising out of any one or more of the following:
1. Contractor’s operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead-based paint or
materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
1-07.18(5)K Professional Liability
(December 30, 2022 APWA GSP)
The Contractor and/or its subcontractor(s) and/or its design consultant providing
construction management, value engineering, or any other design-related non-construction
professional services shall provide evidence of Professional Liability insurance covering
professional errors and omissions.
Such policy shall provide the following minimum limits:
$1,000,000 per claim and annual aggregate
If the scope of such design-related professional services includes work related to pollution
conditions, the Professional Liability insurance shall include coverage for Environmental
Professional Liability.
If insurance is on a claims-made form, its retroactive date, and that of all subsequent
renewals, shall be no later than the effective date of this Contract.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-54 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-07.22 Use of Explosives
(******)
Supplement this section as follows:
Explosives shall not be used without specific authority of the Engineer, and then only under
such restrictions as may be required by the proper authorities. Explosives shall be handled
and used in strict compliance with WAC 296-52 and such local laws, rules and regulations
that may apply. The individual in charge of the blasting shall have a current Washington
State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as are
necessary in conjunction with blasting operations.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
(******)
Revise the second paragraph in this section as follows:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through
the Work with the least possible inconvenience or delay. The Contractor shall maintain
existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping
them open, and in good, clean, safe condition at all times. Accessibility to existing or
temporary pedestrian push buttons shall not be impaired; if approved by the Contracting
Agency activating pedestrian recall timing or other accommodation may be allowed during
construction. Deficiencies caused by the Contractor’s operations shall be repaired at the
Contractor’s expense. Deficiencies not caused by the Contractor’s operations shall be
repaired by the Contractor when directed by the Engineer, at the Contracting Agency’s
expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths
adjacent to the project limits when affected by the Contractor’s operations. Snow and ice
control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice
control debris will be at the Contracting Agency’s expense. The Contractor shall perform the
following:
1. Remove or repair any condition resulting from the Work that might impede traffic or
create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the Work
proceeds. (The Contracting Agency will continue the route maintenance on such
system.)
3. Maintain the striping on the roadway at the Contracting Agency’s expense. The
Contractor shall be responsible for scheduling when to renew striping, subject to the
approval of the Engineer. When the scope of the project does not require Work on
the roadway, the Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency’s expense, except those damaged due to the Contractor’s operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing
drainage structures will be at the Contracting Agency’s expense when approved by
the Engineer, except when flow is impaired due to the Contractor’s operations.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-55 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
(******)
Supplement this section as follows:
The Contractor shall be responsible for controlling dust and mud within the project limits and
on any street, which is utilized by his equipment for the duration of the project. The
Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of
equipment as deemed necessary by the Engineer, to avoid creating a nuisance.
Dust and mud control shall be considered as incidental to the project and no compensation
will be made for this section.
Complaints of dust, mud, or unsafe practices and/or property damage to private ownership
will be transmitted to the Contractor and prompt action in correcting them will be required by
the Contractor.
The Contractor shall maintain the roads during construction in a suitable condition to
minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be
borne by the Contractor.
At least one lane of one-way traffic shall be maintained on all streets within the project limits
during working hours except at specific locations noted in the plans or special provisions.
One lane shall be provided in each direction for all streets during non-working hours except
at specific locations noted in the plans or special provisions.
The Contractor shall provide one drivable roadway lane and maintain convenient access for
local and commuter traffic to driveways, businesses, and buildings along the line of Work
throughout the course of the project. Such access shall be maintained as near as possible
to that which existed prior to the commencement of construction. This restriction shall not
apply to the paving portion of the construction process.
The 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. The Contractor shall give a copy of all notices
to the 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. The
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 the Contractor’s
expense, except in areas where the roadway remains closed to public traffic. Steel plates
must be anchored.
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-56 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-07.23(2) Construction and Maintenance of Detours
(******)
Revise the first paragraph in this section as follows:
Unless otherwise approved, the Contractor shall maintain two-way traffic during
construction. The Contractor shall build, maintain in a safe condition, keep open to traffic,
and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway,
bridge, sidewalk, driveway, or path during construction;
2. Detour crossings of intersecting highways; and
3. Temporary approaches.
1-07.24 Rights-of-Way
(July 23, 2015 APWA GSP)
Delete and replace this section as follows:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor’s construction activities shall be confined within these
limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way
and easements, both permanent and temporary, necessary for carrying out the work.
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public Right of
Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be included in the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the
Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired until
the Engineer certifies to the Contractor that the right of way or easement is available or that
the right of entry has been received. If the Contractor is delayed due to acts of omission on
the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the
Contractor will be entitled to an extension of time. The Contractor agrees that such delay
shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
1-07 Legal Relations and Responsibilities to the Public
City of Renton 1-57 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each property
disturbed or otherwise interfered with by reasons of construction pursued under this
contract. The statement shall be signed by the private property owner, or proper authority
acting for the owner of the private property affected, stating that permission has been
granted to use the property and all necessary permits have been obtained or, in the case of
a release, that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address, and date of signature. Written releases
must be filed with the Engineer before the Completion Date will be established.
1-07.28 Confined Space Entry
(******)
This is a new section as follows:
The Contractor shall:
1. Review and be familiar with the City’s Public Works Confined Space Entry Program.
2. Review documented information about the City confined spaces in which entry is
intended as listed and described in the City’s Attribute and Map Book. This
information includes identified hazards for each permit-required confined space.
3. Each contractor shall have their own confined space entry program. Upon request of
the City they will provide a statement confirming they are in compliance with their
confined space entry program including requirements for confined space training for
employees associated with the project in Renton.
4. Be responsible for following all confined space requirements established by the
provisions in WAC 296-809 and its chapters.
5. Coordinate entry operations with the City of Renton when employees from the
contractor will be working in or near City confined spaces.
6. Discuss entry operations with the City of Renton including the program followed
during confined space entry.
7. Debrief the City on any hazards confronted or created at the completion of entry
operations.
8. Place signs noting the danger and to follow confined space entry procedure before
entering at each confined space to be entered. Never leave the confined space open
and unattended.
The Contractor’s or Consultant’s point of contact with the City in regard to confined space
entry will be the City’s assigned construction inspector.
END OF SECTION 1-07
1-08 Prosecution and Progress
City of Renton 1-58 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements 100% Submittal
1-08 PROSECUTION AND PROGRESS
1-08.0 Preliminary Matters
(******)
This is a new section with subsections as follows:
1-08.0(1) Preconstruction Conference
(******)
This is a new section as follows:
The Engineer will furnish the Contractor with copies of the Contract Documents per
Section 1-02.2 “Plans and Specifications”. 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 a minimum 3 days prior to the preconstruction
meeting:
• Contractor’s plan of operation and progress schedule (3+ copies)
• Approval of qualified subcontractors (bring list of subcontractors if different from
list submitted with bid)
• List of materials fabricated or manufactured off the project
• Material sources for approval, if applicable
• Shop Drawings (bring preliminary list)
• Names of principal suppliers
• Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both
working and standby rates)
• Weighted wage rates for all employee classifications anticipated to be used on
Project
• Cost percentage breakdown for lump sum bid item(s)
• Traffic Control Plans (3+ copies)
• Storm Water Pollution Prevention Plan (SWPPP)
• Temporary Erosion and Sediment Control Plan (TESCP)
• Other plans as required
In addition, the Contractor shall be prepared to address:
• Bonds and insurance
1-08 Prosecution and Progress
City of Renton 1-59 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
• 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 the Contractor
• Compliance with Contract Documents
• Acceptance and approval of Work
• Labor compliance, payrolls, and certifications
• Safety regulations for the Contractors’ and the Owner’s employees and
representatives
• Suspension of Work, time extensions
• Change order procedures
• Progress estimates, procedures for payment
• Special requirements of funding agencies
• Construction engineering, advance notice of special work
• Any interpretation of the Contract Documents requested by the Contractor
• Any conflicts or omissions in Contract Documents
• Any other problems or questions concerning the Work
• Processing and administration of public complaints
• Easements and rights-of-entry
• Other contracts
The franchise utilities may be present at the preconstruction conference, and the
Contractor should be prepared for their review and discussion of progress schedule and
coordination.
1-08.0(2) Hours of Work
(******)
This is a new section as follows:
Except in the case of emergency or unless otherwise approved by the Engineer, the
normal working hours for the Contract shall be any consecutive 8-hour period between
7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the
Contractor desires different than the normal working hours stated above, the request
must be submitted in writing prior to the preconstruction conference, subject to the
provisions below. The working hours for the Contract shall be established at, or prior to,
the preconstruction conference.
All working hours and days are also subject to local permit and ordinance conditions
(such as noise ordinances).
1-08 Prosecution and Progress
City of Renton 1-60 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
If the Contractor wishes to deviate from the established working hours, the Contractor
shall submit a written request to the Engineer for consideration. This request shall state
what hours are being requested, and why. Requests shall be submitted for review no
later than 3 working days prior to the day(s) the Contractor is requesting to change the
hours.
If the Contracting Agency approves such a deviation, such approval may be subject to
certain other conditions, which will be detailed in writing. For example:
1. On non-Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight-time costs for Contracting
Agency representatives who worked during such times. (The Engineer may
require designated representatives to be present during the work.
Representatives who may be deemed necessary by the Engineer include, but
are not limited to: survey crews; personnel from the Contracting Agency’s
material testing lab; inspectors; and other Contracting Agency employees or third
party consultants when, in the opinion of the Engineer, such work necessitates
their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to contract
time even though the multiple shifts occur in a single 24-hour period.
4. If a 4-10 work schedule is requested and approved the non working day for the
week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be met
and recorded properly on certified payroll
Permission to Work Saturdays, Sundays, holidays, or other than the agreed upon normal
straight time working hours, Monday through Friday, may be given subject to certain
other conditions set forth by the Contracting Agency or the Engineer. These conditions
may include but are not limited to:
1. Requiring the Engineer or such assistants as the Engineer may deem necessary
to be present during the Work; where assistants may include, but are not limited
to: survey crews, personnel from the material testing labs, inspectors, and other
Contracting Agency employees when in the opinion of the Engineer such Work
necessitates their presence.
2. Requiring the Contractor to reimburse the Contracting Agency for the cost of
engineering salaries paid Contracting Agency employees who worked during
such times.
3. Considering the Work performed on Saturdays, Sundays, and holidays as
working days with regards to the Contract Time.
4. Considering multiple Work shifts as multiple working days with respect to
Contract Time even though the multiple shifts occur in a single 24-hour period.
1-08 Prosecution and Progress
City of Renton 1-61 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
(******)
This is a new section as follows:
Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an
8-hour Work shift on a regular working day, as defined in the Standard Specifications,
such Work shall be considered as overtime Work. On all such overtime Work an
inspector will be present, and a survey crew may be required at the discretion of the
Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of
the straight time plus overtime costs for employees and representative(s) of the
Contracting Agency required to work overtime hours.
The Contractor by these Specifications does hereby authorize the Engineer to deduct
such costs from the amount due, or to become due, the Contractor.
1-08.1 Subcontracting
(******)
Supplement this section as follows:
Written requests for change in subcontractors shall be submitted by the Contractor to the
Engineer at least 7 calendar days prior to start of a subcontractor's Work.
The Contractor agrees that he/she/they is(are) fully responsible to the 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 the Contractor. The Contractor shall be required to give
personal attention to the Work that is sublet. Nothing contained in the Contract Documents
shall create any contractual relation between any subcontractor and the Owner.
The Contractor shall be responsible for making sure all subcontractors submit all required
documentation, forms, etc. prior to the commencement of subcontractor work.
1-08.1(7)A Payment Certification
(December 30, 2022 APWA GSP)
Revise this section to read “Vacant”.
1-08.2 Assignment
(******)
The second paragraph of Section 1-08.2 is modified as follows:
The Contractor shall not assign any moneys due or to become due to the Contractor
hereunder without the prior written consent of the Owner. The assignment, if approved, shall
be subject to all setoffs, withholdings, and deductions required by law and the Contract.
1-08.3 Progress Schedule
(******)
Supplement this section as follows:
The progress schedule for the entire project shall be submitted in electronic format to the
Engineer 7 calendar days prior to the Preconstruction Conference. The schedule shall
1-08 Prosecution and Progress
City of Renton 1-62 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
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 that has a scheduled
duration exceeding 30 calendar days shall be subdivided until no sub-element has a
duration exceeding 30 calendar days.
2. The schedule shall clearly indicate the activities that comprise the critical path. For
each activity not on the critical path, the schedule shall show the float, or slack, time.
3. Procurement of material and equipment.
4. Submittals requiring review by the Engineer. Submittal by the Contractor and review
by the Engineer shall be shown as separate activities.
5. Work to be performed by a subcontractor, agent, or any third party.
6. Allowances for delays that could result from normal inclement weather (time
extensions due to inclement weather will not be allowed).
7. Allowances for the time required by utilities (Owner’s and others) to locate, monitor,
and adjust their facilities as required.
The Engineer may request the Contractor to alter the progress schedule when deemed
necessary in the opinion of the Engineer, in the interest of public safety and welfare of the
Owner, for coordination with any other activity of other contractors, for the availability of all
or portions of the job site, for special provisions of this Contract, or to reasonably meet the
completion date of the project. The Contractor shall provide such revised schedule within 10
days of request.
If, at any time, it is the opinion of the Engineer that the progress of construction falls
significantly behind schedule, the 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.
The Contractor shall promptly report to the Engineer any conditions that the Contractor feels
will require revision of the schedule and shall promptly submit proposed revisions in the
progress schedule for acceptance by the Engineer. When such changes are accepted by
the Engineer, the revised schedule shall be followed by the Contractor.
Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer
which sets forth specific Work to be performed the following week, and a tentative schedule
for the second week.
Failure to Maintain Progress Schedule. The 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 the Contractor, the proposed construction
schedule cannot be met, the Engineer will require the Contractor to submit a revised
schedule to the Engineer for acceptance. The approved revisions will thereafter, in all
respects, apply in lieu of the original schedule.
1-08 Prosecution and Progress
City of Renton 1-63 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Failure of the Contractor to follow the progress schedule submitted and accepted, including
revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and
making available all or any portion of the job site, and will relieve the Owner of any
responsibility for delays to the 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.
1-08.3(2)B Type B Progress Schedule
(December 30, 2022 APWA GSP)
Revise the first paragraph to read:
The Contractor shall submit a preliminary Type B Progress Schedule at the preconstruction
conference or within 21 calendar days after the contract is executed, whichever occurs first.
The preliminary Type B Progress Schedule shall depict the entire project and shall comply
with all of these requirements and the requirements of Section 1-08.3(1).
Delete the first sentence of the second paragraph beginning with:
“The Contractor shall submit the complete progress schedule depicting…”
1-08.4 Prosecution of the Work
(******)
Delete and replace this section as follows:
1-08.4 Notice to Proceed and Prosecution of the Work
Notice to Proceed will be given after the contract has been executed and the contract bond
and evidence of insurance have been approved and filed by the Contracting Agency. The
Contractor shall not commence with the work until the Notice to Proceed has been given by
the Engineer. The Contractor shall commence construction activities on the project site
within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The
Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized
interruption until physical completion of the Work. There shall be no voluntary shutdowns or
slowing of operations by the Contractor without prior approval of the Engineer. Such
approval shall not relieve the Contractor from the contractual obligations to complete the
work within the prescribed contract Time.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the placement
of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon
construction of the fencing, the Contractor shall request the Engineer to inspect the fence.
No other work shall be performed on the site until the Contracting Agency has accepted the
installation of high visibility fencing, as described in the Contract.
1-08 Prosecution and Progress
City of Renton 1-64 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-08.5 Time For Completion
(******)
Revise the first paragraph in this section as follows:
The Contractor shall complete all physical Contract Work within the number of “working
days” stated in the Contract Provisions or as extended by the Engineer in accordance with
Section 1-08.8. Every day will be counted as a “working day” unless it is a nonworking day
or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a
Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical
path of the Contractor’s approved progress schedule, or one of these holidays: January 1,
the third Monday of January, Memorial Day, June 19, July 4, Labor Day, November 11,
Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When Christmas Day is
observed on a Tuesday, Wednesday, or Friday, the previous day shall be a holiday. When
Christmas day is observed on a Monday or Thursday, the next day shall be a holiday.
Whenever any of these holidays fall upon a Sunday, the following Monday shall be counted
as a nonworking day. When the holiday falls upon a Saturday, the preceding Friday shall be
counted as a nonworking day.
(December 30, 2022 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the Engineer
will provide the Contractor a statement that shows the number of working days: (1) charged
to the contract the week before; (2) specified for the physical completion of the contract; and
(3) remaining for the physical completion of the contract. The statement will also show the
nonworking days and all partial or whole days the Engineer declares as unworkable. The
statement will be identified as a Written Determination by the Engineer. If the Contractor
does not agree with the Written Determination of working days, the Contractor shall pursue
the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures
of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as
correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10
schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be
charged as a working day then the fifth day of that week will be charged as a working day
whether or not the Contractor works on that day.
(******)
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract
after all the Contractor’s obligations under the contract have been performed by the
Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required
by law, to allow the Contracting Agency to process final acceptance of the contract.
1-08 Prosecution and Progress
City of Renton 1-65 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The following documents must be received by the Project Engineer prior to
establishing a completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents.
c. Monthly Reports of Amounts Credited as DBE Participation, as required by the
Contract Provisions.
d. Final Contract Voucher Certification.
e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor
and all Subcontractors.
f. Property owner releases per Section 1-07.24.
(******)
Supplement this section as follows:
The requirements for scheduling the Final Inspection and establishing the Substantial
Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11
and 1-05.12.
Within 10 calendar days after execution of the Contract by the Contracting Agency, the
Contractor shall provide the Contracting Agency with copies of purchase orders for all
equipment items deemed critical by the Contracting Agency, including but not limited to
signal controller materials, lighting standards, and signal standards required for the physical
completion of the Contract. Such purchase orders shall disclose the estimated delivery
dates for the equipment.
All items of Work that can be performed without delivery of the critical items shall start and
be completed as soon as possible. At that time, the Engineer may suspend the Work upon
request of the Contractor until the critical items are delivered to the Contractor, if the
Contracting Agency received a purchase order within 10 calendar days after execution of
the Contract by the Contracting Agency.
The Contractor will be entitled to only one such suspension of time during the performance
of the Work and during such suspension shall not perform any additional Work on the
project. Upon delivery of the critical items, contract time will resume and continue to be
charged in accordance with Section 1-08.
1-08.6 Suspension of Work
(******)
Supplement this section as follows:
Owner may at any time suspend the Work, or any part thereof, by giving notice to the
Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days
after the date fixed in the written notice from the Owner to the Contractor to do so.
The Contractor shall not suspend Work under the Contract without the written order of the
Owner.
1-08 Prosecution and Progress
City of Renton 1-66 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
If it has been determined that the Contractor is entitled to an extension of time, the amount
of such extension shall be only to compensate for direct delays, and shall be based upon
the Contractor's diligently pursuing the Work at a rate not less than that which would have
been necessary to complete the original Contract Work on time.
1-08.7 Maintenance During Suspension
(******)
Revise the second paragraph to read:
At no expense to the Contracting Agency, the Contractor shall provide through the
construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path
for public use during suspension (as required in Section 1-07.23 or the Special Provisions).
This may include a temporary road or detour.
1-08.9 Liquidated Damages
(March 3, 2021 APWA GSP, Option B)
Revise the second and third paragraphs to read:
Accordingly, the Contractor agrees:
1. To pay (according to the following formula) liquidated damages for each working day
beyond the number of working days established for Physical Completion, and
2. To authorize the Engineer to deduct these liquidated damages from any money due
or coming due to the Contractor.
Liquidated Damages Formula
LD = 0.15 C / T
Where:
LD = liquidated damages per working day (rounded to the nearest dollar)
C = original Contract amount
T = original time for Physical Completion
When the Contract Work has progressed to Substantial Completion as defined in the
Contract, the Engineer may determine the Contract Work is Substantially Complete. The
Engineer will notify the Contractor in writing of the Substantial Completion Date. For
overruns in Contract time occurring after the date so established, the formula for liquidated
damages shown above will not apply. For overruns in Contract time occurring after the
Substantial Completion Date, liquidated damages shall be assessed on the basis of direct
engineering and related costs assignable to the project until the actual Physical Completion
Date of all the Contract Work. The Contractor shall complete the remaining Work as
promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a
written schedule for completing the physical Work on the Contract.
(******)
Supplement this section as follows:
In addition, the Contractor shall compensate the Owner for actual engineering inspection
and supervision costs and any other expenses and legal fees incurred by the Owner as a
1-08 Prosecution and Progress
City of Renton 1-67 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
result of such delay. Such labor costs will be billed to the Contractor at actual costs,
including administrative overhead costs.
In the event that the Owner is required to commence any lawsuit in order to enforce any
provision of this Contract or to seek redress for any breach thereof, the Owner shall be
entitled to recover its costs, including reasonable attorney’s fees, from the Contractor.
1-08.11 Contractor's Plant and Equipment
(******)
This is a new section as follows:
The Contractor alone shall at all times be responsible for the adequacy, efficiency, and
sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the
right to make use of the Contractor's plant and equipment in the performance of any Work
on the site of the Work.
The use by the Owner of such plant and equipment shall be considered as extra Work and
paid for accordingly.
Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security
of the site from the time the Contractor's operations have commenced until final acceptance
of the Work by the Engineer and the Owner. The Contractor shall employ such measures as
additional fencing, barricades, and watchmen service; as he deems necessary for the public
safety and for the protection of the site and his plant and equipment. The Owner will be
provided keys for all fenced, secured areas.
1-08.12 Attention to Work
(******)
This is a new section as follows:
The Contractor shall give his personal attention to and shall supervise the Work to the end
that it shall be prosecuted faithfully, and when he is not personally present on the Work site,
he shall at all times be represented by a competent superintendent who shall have full
authority to execute the same, and to supply materials, tools, and labor without delay, and
who shall be the legal representative of the Contractor. The Contractor shall be liable for the
faithful observance of any instructions delivered to him or to his authorized representative.
END OF SECTION 1-08
1-09 Measurement and Payment
City of Renton 1-68 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements 100% Submittal
1-09 MEASUREMENT AND PAYMENT
1-09.1 Measurement of Quantities
(******)
This section is supplemented with the following:
Lump Sum. The percentage of lump sum Work completed, and payment will be based on
the cost percentage breakdown of the lump sum bid price(s) submitted at the
preconstruction conference.
The Contractor shall submit a breakdown of costs for each lump sum bid item. The
breakdown shall list the items included in the lump sum together with a unit price of labor,
materials, and equipment for each item. The summation of the detailed unit prices for each
item shall add up to the lump sum bid. The unit price values may be used as a guideline for
determining progress payments or deductions or additions in payment for ordered Work
changes.
Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress
payments only in the following manner. Where items are specified to be paid by the cubic
yard, the following tally system shall be used.
All trucks to be employed on this Work will be measured to determine the volume of each
truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there
shall be no duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload of material delivered
on the project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number
2. Quantity and type of material delivered in cubic yards
3. Drivers name, date, and time of delivery
4. Location of delivery, by street and stationing on each street
5. Place for the Engineer to acknowledge receipt
6. Pay item number
7. Contract number and/or name
It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the
project for each truckload of material delivered. Pay quantities will be prepared on the basis
of said tally tickets.
Loads will be checked by the Engineer to verify quantity shown on ticket.
Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight
ticket is given to the Inspector on the project at the time of delivery of materials for each
truckload delivered. Pay quantities will be prepared on the basis of said tally tickets,
delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will
not be honored for payment.
1-09 Measurement and Payment
City of Renton 1-69 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be
no duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered to the
project. All tickets received that do not contain the following information will not be
processed for payment:
1. Truck number
2. Truck tare weight (stamped at source)
3. Gross truckload weight in tons (stamped at source)
4. Net load weight (stamped at source)
5. Driver's name, date, and time of delivery
6. Location for delivery by street and stationing on each street
7. Place for the Engineer to acknowledge receipt
8. Pay item number
9. Contract number and/or name
1-09.2 Weighing Equipment
1-09.2(1) General Requirements for Weighing Equipment
(December 30, 2022 APWA GSP, Option 2)
Revise item 4 of the fifth paragraph in this section as follows:
4. Test results and scale weight records for each day’s hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman’s Daily
Report, unless the printed ticket contains the same information that is on the Scaleman’s
Daily Report Form. The scale operator must provide AM and/or PM tare weights for each
truck on the printed ticket.
1-09.2(5) Measurement
(December 30, 2022 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.3 Scope of Payment
(******)
Section 1-09.3 is supplemented by adding the following:
The bid items listed in Section 1-09.14 will be the only items for which compensation will be
made for the Work described in each section of the Standard Specifications when the
Contractor performs the specified Work. Should a bid item be listed in a “Payment” clause
but not in the Proposal Form, and Work for that item is performed by the Contractor and the
Work is not stated as included in or incidental to a pay item in the Contract and is not Work
that would be required to complete the intent of the Contract per Section 1-04.1, then
payment for that Work will be made as for Extra Work pursuant to a Change Order.
1-09 Measurement and Payment
City of Renton 1-70 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout
the Contract Documents are synonymous.
If the “payment” clause in the Specifications relating to any unit bid item price in the
Proposal Form requires that said unit bid item price cover and be considered compensation
for certain Work or material essential to the item, then the Work or material will not be
measured or paid for under any other unit bid item which may appear elsewhere in the
Proposal Form or Specifications.
Pluralized unit bid items appearing in these Specifications are changed to singular form.
Payment for bid items listed or referenced in the “Payment” clause of any particular section
of the Specifications shall be considered as including all of the Work required, specified, or
described in that particular section. Payment items will generally be listed generically in the
Specifications, and specifically in the bid form. When items are to be “furnished” under one
payment item and “installed” under another payment item, such items shall be furnished
FOB project site, or, if specified in the Special Provisions, delivered to a designated site.
Materials to be “furnished,” or “furnished and installed” under these conditions, shall be the
responsibility of the Contractor with regard 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
(December 30, 2022 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all
items to be paid per force account, only to provide a common proposal for Bidders. All such
dollar amounts are to become a part of Contractor's total bid. However, the Contracting
Agency 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 by the Engineer.
1-09.7 Mobilization
(******)
Supplement this section as follows:
Mobilization shall also include, but not be limited to, the following items: the movement of
Contractor's personnel, equipment, supplies, and incidentals to the project site; the
establishment of an office, buildings, and other facilities necessary for Work on the project;
providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses
required to complete the project not furnished by the Owner.
Payment will be made for the following bid item(s):
“Mobilization & Demobilization,” Lump Sum.
1-09 Measurement and Payment
City of Renton 1-71 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-09.9 Payments
(December 30, 2022 APWA GSP)
Section 1-09.9 is revised as follows:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that include
a basis for incremental payments as part of the respective Specification. Absent a lump sum
breakdown, the Project Engineer will make a determination based on information available.
The Project Engineer’s determination of the cost of work shall be final.
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at
the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the work
are tentative, and made only for the purpose of determining progress payments. The
progress estimates are subject to change at any time prior to the calculation of the final
payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of
work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum
breakdown for that item, or absent such a breakdown, based on the Engineer’s
determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or
other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance or
an admission by the Contracting Agency that any work has been satisfactorily completed.
The determination of payments under the contract will be final in accordance with Section
1--05.1.
1-09 Measurement and Payment
City of Renton 1-72 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Failure to perform obligations under the Contract by the Contractor may be decreed by the
Contracting Agency to be adequate reason for withholding any payments until compliance is
achieved.
Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the
Contractor under the Contract will be paid based upon the final estimate made by the
Engineer and presentation of a Final Contract Voucher Certification to be signed by the
Contractor. The Contractor's signature on such voucher shall be deemed a release of all
claims of the Contractor unless a Certified Claim is filed in accordance with the requirements
of Section 1-09.11 and is expressly excepted from the Contractor’s certification on the Final
Contract Voucher Certification. The date the Contracting Agency signs the Final Contract
Voucher Certification constitutes the final acceptance date (Section 1-05.12).
If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher
Certification or any other documentation required for completion and final acceptance of the
Contract, the Contracting Agency reserves the right to establish a Completion Date (for the
purpose of meeting the requirements of RCW 60.28) and unilaterally accept the Contract.
Unilateral final acceptance will occur only after the Contractor has been provided the
opportunity, by written request from the Engineer, to voluntarily submit such documents. If
voluntary compliance is not achieved, formal notification of the impending establishment of a
Completion Date and unilateral final acceptance will be provided by email with delivery
confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar
days for the Contractor to submit the necessary documents. The 30 calendar day period will
begin on the date the email with delivery confirmation is received by the Contractor. The
date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall
constitute the Completion Date and the final acceptance date (Section 1-05.12). The
reservation by the Contracting Agency to unilaterally accept the Contract will apply to
Contracts that are Physically Completed in accordance with Section 1-08.5, or for Contracts
that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the
Contract by the Contracting Agency does not in any way relieve the Contractor of their
responsibility to comply with all Federal, State, tribal, or local laws, ordinances, and
regulations that affect the Work under the Contract.
Payment to the Contractor of partial estimates, final estimates, and retained percentages
shall be subject to controlling laws.
(******)
Supplement this section as follows:
Applications for payment shall be itemized and supported to the extent required by the
Engineer by receipts or other vouchers showing payment for materials and labor, payments
to subcontractors, and other such evidence of the Contractor's right to payment as the
Engineer may direct, including “red line” as-built drawings showing work installed by the
contractor during the progress payment period.
The Contractor shall submit a progress report with each monthly request for a progress
payment. The progress report shall indicate the estimated percent complete for each activity
listed on the progress schedule (see Section 1-08.3) and a revised and updated schedule to
reflect the most current project completion date.
1-09 Measurement and Payment
City of Renton 1-73 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-09.9(1) Retainage
(******)
Section 1-09.9(1) is supplemented as follows:
The retained amount shall be released as stated in the Standard Specifications if no claims
have been filed against such funds as provided by law, and if the Owner has no unsatisfied
claims against the Contractor. In the event claims are filed, the Owner shall withhold, until
such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In
addition, the Owner shall withhold such amount as is required to satisfy any claims by the
Owner against the Contractor, until such claims have been finally settled.
Neither the final payment nor any part of the retained percentage shall become due until the
Contractor, if requested, delivers to the Owner a complete release of all liens arising out of
this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that
so far as the Contractor has knowledge or information, the release and receipts include all
labor and materials for which a lien could be filed: but the Contractor may, if any
subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to
the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all
payments are made, the Contractor shall reimburse to the Owner all monies that the latter
may be compelled to pay in discharging such lien, including all costs and reasonable
engineer's and attorney's fees.
1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts
(******)
This is a new section as follows:
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW
39.12, and RCW 39.76; the Contractor authorizes the Engineer to withhold progress
payments due, or deduct an amount from any payment or payments due the Contractor
which, in the Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs
for or to remedy the following situations:
Damage to another contractor when there is evidence thereof and a claim has been
filed.
Where the Contractor has not paid fees or charges to public authorities of
municipalities, which the Contractor is obligated to pay.
Utilizing material tested and inspected by the Engineer, for purposes not connected
with the Work (Section 1-05.6).
Landscape damage assessments per Section 1-07.16.
For overtime Work performed by City personnel per Section 1-08.0(3).
Anticipated or actual failure of the Contractor to complete the Work on time:
a. Per Section 1-08.9 Liquidated Damages; or
b. Lack of construction progress based upon the Engineer’s review of the
Contractor’s approved progress schedule, which indicates the Work will not be
complete within the contract time. When calculating an anticipated time overrun,
the Engineer will make allowances for weather delays, approved unavoidable
delays, and suspensions of the Work. The amount withheld under this
subparagraph will be based upon the liquidated damages amount per day set
1-09 Measurement and Payment
City of Renton 1-74 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
forth in Contract Documents multiplied by the number of days the Contractor’s
approved progress schedule, in the opinion of the Engineer, indicates the
Contract may exceed the Contract Time.
Failure of the Contractor to perform any of the Contractor’s other obligations under
the Contract, including but not limited to:
a. Failure of the Contractor to provide the Engineer with a field office when required
by the Contract Provisions.
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide
adequate survey Work as required by Section 1-05.4.
c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-
05.7).
d. Failure of the Contractor to furnish a Manufacture’s Certificate of Compliance in
lieu of material testing and inspection as required by Section 1-06.3.
e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct
underpayment to employees of the Contractor or subcontractor of any tier as
required by Section 1-07.9.
f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51 RCW) as
required by Section 1-07.10.
g. Failure of the Contractor to submit and obtain approval of a progress schedule
per Section 1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such
funds as have been withheld pursuant to this Section to a party or parties who are entitled to
payment. Disbursement of such funds, if the Engineer elects to do so will be made only after
giving the Contractor 15 calendar days prior written notice of the Contracting Agency’s intent
to do so, and if prior to the expiration of the 15-calendar day period,
No legal action has commenced to resolve the validity of the claims, and
The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with
this Section will be made. A payment made pursuant to this section shall be considered as
payment made under the terms and conditions of the Contract. The Contracting Agency
shall not be liable to the Contractor for such payment made in good faith.
1-09.9(3) Final Payment
(******)
This is a new section as follows:
Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the
Contactor will be calculated based upon a Final Progress Estimate made by the Engineer.
Acceptance by the Contractor of the final payment shall be and shall operate as a release:
1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than
claims in stated amounts as may be specifically excepted in writing by the
Contractor;
2. For all things done or furnished in connection with the Work;
1-09 Measurement and Payment
City of Renton 1-75 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
3. For every act and neglect by the Contracting Agency; and
4. For all other claims and liability relating to or arising out of the Work.
A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the
Contractor’s Surety from any obligation required under the terms of the Contract Documents
or the Contract Bond; nor shall such payment constitute a waiver of the Contracting
Agency’s ability to investigate and act upon findings of non-compliance with the WMBE
requirements of the Contract; nor shall such payment preclude the Contracting Agency from
recovering damages, setting penalties, or obtaining such other remedies as may be
permitted by law.
Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an
affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged
(DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such
affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of
tier.
On federally funded projects the Contractor may also be required to execute and furnish the
Contracting Agency an affidavit certifying that the Contractor has not extended any loans,
gratuity or gift and money pursuant to Section 1-07.19 of these Specifications.
If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or
any other documents required for the final acceptance of the Contract, the Contracting
Agency reserves the right to establish a completion date and unilaterally accept the
Contract. Unilateral acceptance will occur only after the Contractor has been provided the
opportunity, by written request from the Engineer, to voluntarily submit such documents. If
voluntary compliance is not achieved, formal notification of the impending unilateral
acceptance will be provided by certified letter from the Engineer to the Contractor that will
provide 30 calendar days for the Contractor to submit the necessary documents. The 30-
calendar day deadline shall begin on the date of the postmark of the certified letter
from the Engineer requesting the necessary documents. This reservation by the
Contracting Agency to unilaterally accept the Contract will apply to contracts that are
completed in accordance with Section 1-08.5 for contracts that are terminated in accordance
with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does
not in any way relieve the Contractor of the provisions under contract or of the responsibility
to comply with all laws, ordinances, and federal, state, and local regulations that affect the
Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate
constitutes the final acceptance date (Section 1-05.12).
1-09.11 Disputes and Claims
1-09.11(2) Claims
(******)
Revise paragraph 5 in this section as follows:
Failure to submit with the Final Application for Payment such information and details as
described in this section for any claim shall operate as a waiver of the claims by the
Contractor as provided in Section 1-09.9.
1-09 Measurement and Payment
City of Renton 1-76 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-09.11(3) Time Limitation and Jurisdiction
(December 30, 2022 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the parties that all
claims or causes of action which the Contractor has against the Contracting Agency arising
from the Contract shall be brought within 180 calendar days from the date of final
acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further
agreed that all such claims or causes of action shall be brought only in the Superior Court of
the county where the Contracting Agency headquarters is located, provided that where an
action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The
parties understand and agree that the Contractor’s failure to bring suit within the time period
provided, shall be a complete bar to all such claims or causes of action. It is further mutually
agreed by the parties that when claims or causes of action which the Contractor asserts
against the Contracting Agency arising from the Contract are filed with the Contracting
Agency or initiated in court, the Contractor shall permit the Contracting Agency to have
timely access to all records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
1-09.13 Claims and Resolutions
1-09.13(1) General
(January 19, 2022 APWA GSP)
Revise this section to read:
Prior to seeking claims resolution through arbitration or litigation, the Contractor shall
proceed in accordance with Sections 1-04.5 and 1-09.11. The provisions of Sections 1-04.5
and 1-09.11 must be complied with in full as a condition precedent to the Contractor’s right
to seek claim resolution through binding arbitration or litigation.
Any claims or causes of action which the Contractor has against the Contracting Agency
arising from the Contract shall be resolved, as prescribed herein, through binding arbitration
or litigation.
The Contractor and the Contracting Agency mutually agree that those claims or causes of
action which total $1,000,000 or less, which are not resolved by mediation, shall be resolved
through litigation unless the parties mutually agree in writing to resolve the claim through
binding arbitration.
The Contractor and the Contracting Agency mutually agree that those claims or causes of
action in excess of $1,000,000, which are not resolved by mediation, shall be resolved
through litigation unless the parties mutually agree in writing to resolve the claim through
binding arbitration.
1-09.13(3)A Arbitration General
(January 19, 2022 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision of
the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in
the Superior Court of the county in which the Contracting Agency’s headquarters is located,
1-09 Measurement and Payment
City of Renton 1-77 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
provided that where claims subject to arbitration are asserted against a county, RCW
36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the
arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use
the Contract as a basis for decisions.
1-09.13(3)B Procedures to Initiate Arbitration
(******)
Supplement this section as follows:
The findings and decision of the board of arbitrators shall be final and binding on the parties,
unless the aggrieved party, within 10 days, challenges the findings and decision by serving
and filing a petition for review by the superior court of King County, Washington. The
grounds for the petition for review are limited to showing that the findings and decision:
1. Are not responsive to the questions submitted;
2. Is contrary to the terms of the contract or any component thereof;
3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the
issues submitted to arbitration. The board of arbitrators shall support its decision by
setting forth in writing their findings and conclusions based on the evidence adduced
at any such hearing.
The arbitration shall be conducted in accordance with the statutes of the State of
Washington and court decisions governing such procedure.
The costs of such arbitration shall be borne equally by the City and the Contractor unless it
is the board's majority opinion that the Contractor's filing of the protest or action is capricious
or without reasonable foundation. In the latter case, all costs shall be borne by the
Contractor.
1-09.13(4) Venue for Litigation
(December 30, 2022 APWA GSP)
Revise this section to read:
Litigation shall be brought in the Superior Court of the county in which the Contracting
Agency’s headquarters is located, provided that where claims are asserted against a county,
RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is mutually
agreed by the parties that when litigation occurs, the Contractor shall permit the Contracting
Agency to have timely access to all records deemed necessary by the Contracting Agency
to assist in evaluating the claims or action.
1-09.14 Payment Schedule
(******)
Section 1-09.14 is a new section:
Measurement and Payment Schedule for Bid Items in This Project Proposal.
1-09 Measurement and Payment
City of Renton 1-78 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
GENERAL
1-09.14(1) Scope
(******)
Section 1-09.14(1) is a new section:
A. Payment for the various items of the bid sheets, as further specified herein, shall include
all compensation to be received by the Contractor for furnishing all tools, equipment,
supplies, and manufactured articles, and for all labor, operations, and incidentals
appurtenant to the items of Work being described, as necessary to complete the various
items of the Work all in accordance with the requirements of the Contract Documents,
including all appurtenances thereto, and including all costs of compliance with the
regulations of public agencies having jurisdiction, including Safety and Health
Administration of the U.S. Department of Labor (OSHA). No separate payment will be
made for any item that is not specifically set forth in the Bid Schedules, and all costs
therefore shall be included in the prices named in the Bid Schedules for the various
appurtenant items of Work.
B. The Owner shall not pay for material quantities, which exceed the actual measured
amount used and approved by the Engineer.
C. It is the intention of these Specifications that the performance of all Work under the bid
for each item shall result in the complete construction, in an accepted operating
condition, of each item.
D. Work and material not specifically listed in the proposal but required in the Plans,
Specifications, and general construction practice, shall be included in the bid price. No
separate payment will be made for these incidental items.
1-09.14(2) Bid Items
(******)
Section 1-09.14(2) is a new section:
This section describes the bid items. Measurement and Payment, where described in a
bid item, shall supersede Measurement and Payment listed in other sections of the
Special Provisions and Standard Specifications.
All bid items under “Schedule B – Stormwater” shall follow State Sales Tax – Rule 171 per
Section 1-07.2(2). All bid items under “Schedule A – General” & “Schedule C – Sanitary
Sewer” shall follow State Sales Tax – Rule 170 per Section 1-07.2(3).
1-09.14(2)A Bid Items Specific to Schedule A - General
1-09.14(2)A1 Mobilization & Demobilization (Maximum Bid 10% of All Schedules
Total) (Bid Item A1) – Lump Sum
Measurement for “Mobilization & Demobilization” will be lump sum. The lump sum price
shown will cover the complete cost of furnishing and installing, complete and in-place all
Work and materials necessary to move and organize equipment and personnel onto the job
site, provide and maintain all necessary support facilities and utilities, obtain all necessary
permits and licenses, conduct pre-construction photography and video inspection, prepare
the site for construction operations, and maintain the site and surrounding areas during
construction, provide protection of existing utilities, provide component and system testing,
move all personnel and equipment off the site after contract completion and provide post-
1-09 Measurement and Payment
City of Renton 1-79 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
construction photography and video inspection. Also included shall be a Type B Progress
Schedule and weekly look ahead schedules.
The Contractor shall prepare a Mobilization Plan showing the proposed location for storage
of all equipment and material proposed to be located at the site. Storage shall not interfere
with use of the City ROW and commercial and residential access.
For any proposed storage on private property outside the easement or work area, the
Contractor shall obtain a Temporary Use Permit for storage areas on private property. The
Contractor shall be responsible for all fees, applications, and work needed to obtain the
permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the
City.
The Contractor shall prepare a Work Plan that shall include the following:
1. Proposed Construction Sequence and Schedule including a Type B Progress
Schedule for all major items of work.
2. Mobilization Plan showing the proposed location for storage of all equipment and
materials.
3. Provisions for cleaning and sweeping of any impacted roadways.
4. Lumen Protect-in-Place Plan and Water Utility Protection Plan.
5. Identify Disposal Sites for various waste materials and provide copies of the site’s
permits, licenses, and approvals.
6. Health and Safety Plan and Accident Prevention Program
The Work Plan shall be submitted to the City for review and approval at a minimum 7
calendar days prior to the pre-construction meeting.
Payment for “Mobilization & Demobilization” will be made at the lump sum amount bid (NOT
to exceed 80% of bid price prior to completion of construction) based on the percent of
completed Work as defined in the 2023 Standard Specifications for Road, Bridge, and
Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be
made upon completion and final clean-up of the construction site. Such payment will be
complete compensation for all mobilization of employees, equipment and materials,
Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site
improvements, permits, clean-up, safety plan, and other plans/submittals not specifically
covered in bid items, etc. all in conformance with the Contract Documents.
This bid item may not be more than:
• Ten percent (10%) of the total amount of Bid for all Schedules.
1-09.14(2)A2 Construction Surveying, Staking, and As-Built Drawings
(Bid Item A2) – Lump Sum
Measurement for "Construction Surveying, Staking and As-Built Drawings” will be per the
lump sum bid price and based on the percentage of total Work complete at the time of
measurement.
1-09 Measurement and Payment
City of Renton 1-80 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Payment may be prorated over the construction period based on the amount of work
completed for construction surveying, staking and as-built information.
Survey will be per Special Provision Section 1-05.4 and City of Renton Surveying Standards
in Special Provision Section 1-11. The as-built survey will be per Special Provision Section
1-11. The contractor shall provide the City with a set of redline drawings with the as-built
locations and elevations of all new utilities and construction work.
Payment will be complete compensation for all labor, materials, equipment, tools, all
incidental work needed to provide construction surveying and of the improvements
(including providing a Washington State licensed surveyor for said work), staking in advance
of pipe laying, fittings and structure installation, surveying the horizontal and vertical
locations of all potholed existing utilities within the work area, verification and recording of
the elevations of existing roadway centerline, crown, and edge of pavement to ensure that
all roadways can be reconstructed to existing grade, and preparation of cut-sheets. Said
payment will be complete compensation for all labor, materials, equipment, tools, all
incidental work needed to provide as-built surveying, preparing “red line” as-built drawings
for pay estimate submittal with fittings and dimensions of existing and proposed facilities
installed or encountered during the pay period, furnishing an electronic file with construction
drawings stamped and signed by a licensed land surveyor that contains the as-built
information and copies of field notes, and furnishing and resetting property corners when
disturbed by the contractor’s activities. No more than 50% of the bid amount for this item
shall be paid prior to the review and acceptance of the as-constructed information by the
Engineer.
1-09.14(2)A3 Project Temporary Traffic Control (Bid Item A3) – Lump Sum
Measurement for “Project Temporary Traffic Control” Work will be will per lump sum and
shall be based on the percentage of total work complete, at the time of measurement in
conformance with the Contract Documents.
Payment for “Project Temporary Traffic Control” for Work will be made at the measured
percentage amount for the pay period times the lump sum bid amount. Payment will be
complete compensation for preparing and submitting a Traffic Control Plan and Pedestrian
Handling Plan as well as all labor, tools, materials, equipment used in accordance with the
approved Traffic Control Plan and Pedestrian Handling Plan that is not included in other bid
items. The lump sum contract price shall be full pay for all costs for performing the work
described in Special Provision Section 1-10.3, and in the Traffic Control Plan drawings.
Payment shall include but not be limited to providing for public convenience and safety,
flaggers, off-duty uniformed police officers, traffic control supervisor, construction signs,
detours, barricades, sequential arrow boards, a minimum of two Portable Changeable
Message Signs, traffic control devices, truck-mounted attenuator, temporary striping,
cleanup, etc. required to complete this item of Work in conformance with the Contract
Documents and the Manual on Uniform Traffic Control Devices (MUTCD) and as directed by
the Engineer and by the City’s Transportation Department. Also, included in the contract
price is the cost to furnish traffic control services and equipment for construction surveying,
staking, and as-built plans.
All adjustments to the Traffic Control Plan are considered incidental, and no additional
payment will be made for adjustments.
1-09 Measurement and Payment
City of Renton 1-81 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-09.14(2)A4 SPCC Plan and Implementation (Bid Item A4) – Lump Sum
Measurement and payment for “Spill Prevention, Control, and Countermeasure (SPCC) Plan
and Implementation” shall be per WSDOT Standard Specification 1-07.15.
1-09.14(2)A5 SWPPP and TESC Plan and Implementation (Bid Item A5) – Lump
Sum
Measurement for “Stormwater Pollution Prevention Plan (SWPPP) and Temporary Erosion
and Sediment Control (TESC) Plan and Implementation” will be based on the lump sum bid
price in conformance with the Contract Documents.
The lump sum price for “SWPPP and TESC Plan and Implementation” shall be full pay for all
labor, material, tools, equipment, and other incidental costs required to prepare the
Stormwater Pollution Prevention Plan and Temporary Erosion and Sediment Control Plan as
described in Special Provision Section 1-07.15 and implement the temporary erosion and
sediment control BMPs described in Special Provision Section 8-01 including but not limited
to installation, monitoring, and maintenance of catch basin inserts, filter fabric fencing,
sediment ponds, straw wattles, pumping of construction water, temporary storm drain
diversions including temporary piping, check dams, cover measures including plastic
covering, street sweeping, collection and disposal of wastewater from asphalt and concrete
cutting operations, conduct water quality testing and reporting, permitting fees, fines, or
other costs, and other work necessary to meet the contract and permit requirements, not
otherwise shown as a separate payment item. Payment shall also include the Contractor’s
use of temporary above ground storage tanks, as needed during construction and
associated labor, tools, equipment and incidental costs including temporary above ground
storage tank mobilization, set up, maintenance, and relocation as work progresses, and
incidentals required to use temporary above ground storage tanks when needed to meet
regulatory discharge requirements.
Work shall include coordination, permitting, fees including monthly rates on discharge,
approval, and treatment required by the City of Renton as required in Special Provision
Section 1-07.15 if discharging to the sanitary sewer, and/or required by the King County
Industrial Stormwater Discharge Permit if discharging to the Metro Line.
1-09.14(2)A6 Dewatering (Bid Item A6) – Lump Sum
Measurement for “Dewatering” will be based on the lump sum bid price in conformance with
the Contract Documents.
The lump sum price for “Dewatering” shall be full pay for all labor, material, tools, equipment,
and other incidental costs required to prepare the Ground Water Control Plan as described
in Special Provision Section 7-06.2(3) and implement the approved Ground Water Control
Plan as described in Special Provision Section 7-06 including but not limited to design,
furnishing, installation, operation, maintenance, monitoring, decommissioning, and removal
of a dewatering system or systems to achieve proper completion of all work performed
under this Contract. Dewatering includes removal and proper discharge of all water,
including, but not limited to, groundwater, surface water, precipitation, and treated
contaminated water. Incidental items may include, but are not limited to, sumps, wells, well
points, monitoring systems, piping, associated aggregates, discharge testing, corrective
actions, and other work necessary to meet the contract and permit requirements, not
otherwise shown as a separate payment item. Payment shall also include the Contractor’s
use of Baker Tanks, as needed during construction and associated labor, tools, equipment
1-09 Measurement and Payment
City of Renton 1-82 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
and incidental costs including temporary above ground storage tank mobilization, set up,
maintenance, and relocation as work progresses, and incidentals required to use temporary
above ground storage tanks, when needed to meet regulatory discharge requirements.
Work shall include coordination, permitting, fees including monthly rates on discharge,
approval, and treatment required by the City of Renton as required in Special Provision
Section 1-07.15 if discharging to the sanitary sewer, and/or required by the King County
Industrial Stormwater Discharge Permit if discharging to the Metro Line.
1-09.14(2)A7 Contaminated Soil and Groundwater Handling and Management Plan
(Bid Item A7) – Lump Sum
Measurement for “Contaminated Soil and Groundwater Handling and Management Plan”
shall be per the lump sum bid price. The preparation of the Contaminated Soil and
Groundwater Handling and Management Plan shall be in accordance with Section 2-05.3(3)
of the Special Provisions. The Contaminated Soil and Groundwater Handling and
Management Plan shall include a Health and Safety Plan in accordance with Section 2-
05.3(2) of the Special Provisions.
Payment for the “Contaminated Soil and Groundwater Handling and Management Plan”
preparation, including the Health and Safety Plan shall be full compensation for all labor and
materials to develop the plans as well as Contractor labor for its job site monitoring to
identify any observations of “suspicious looking” materials and odors, such as an oily sheen
on soils or water, and oily or chemical odors. If contaminated soil or water is encountered,
testing, handling, and treatment of such contaminated soils or ground water will be paid for
under separate bid items.
1-09.14(2)A8 Remove and Replace Pavement Markings (Bid Item A8) – Lump Sum
Measurement for “Remove and Replace Pavement Markings” shall be lump sum, and based
on the percentage of total Work complete, at the time of measurement in conformance with
the Contract Documents.
Payment for “Remove and Replace Pavement Markings” shall be full compensation for all
labor, equipment, tools, materials, and all else necessary for and incidental to remove and
re-establish existing pavement markings and channelization devices including but not limited
to delineator posts in accordance with the plans and specifications.
All Stop Bars, Traffic Arrows, and Crosswalks shall be thermoplastic. Pavement letters and
longitudinal pavement markings shall consist of profiled and embossed methyl methacrylate
(MMA).
The following table provides an estimate of the quantities for various pavement markings to
be re-established. Pavement markings will not be specifically measured however, the
following approximate quantities have been estimated for the bidders’ convenience.
1-09 Measurement and Payment
City of Renton 1-83 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Item Unit Quantity
Pavement Marking Plastic Crosswalk Line SF 165
Painted Gore Area EA 2
Profiled Painted Double Centerline LF 860
Profiled Painted Skipped Centerline LF 900
Pavement Marking Plastic Stop Line LF 80
On-Street Parking Painted Markings LF 350
Raised Pavement Marker Type 1 HUND 1
Raised Pavement Marker Type 2 HUND 0.5
1-09.14(2)A9 Minor Changes (Bid Item A9) – Estimate
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for “Minor Changes” in the Proposal to become a part of the total bid by
the Contractor. At the discretion of the Contracting Agency, all or part of this estimated
amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of
the Standard Specifications. The unit contract price for “Minor Changes” is given in the
Schedule of Prices and shall not be changed by the bidder.
All work and payment under this item will be authorized in writing by the City Project
Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of
the Standard Specifications. Payment for this item will be only for the changes and amounts
approved by the City.
If no changes are authorized under this bid item, final payment for this item will be $0 (zero).
1-09.14(2)B Bid Items Specific to Schedule B – Stormwater
1-09.14(2)B1 Site Specific Potholing (Bid Item B1) – Each
Measurement for “Site Specific Potholing” will be per each pothole locate completed as
defined in Section 1-07.17(3).
“Site Specific Potholing” is intended to be additional potholing as directed by the Engineer,
which is in addition to potholing included as incidental for utility installation. Only potholes
approved by the City provided inspector or Engineer will be approved for payment. All other
potholes will be considered a benefit to the contractor and included in the contract unit price
for the utility to be installed.
1-09.14(2)B2 Resolution of Utility Conflicts (Bid Item B2) – Estimate
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
"Resolution of Utility Conflicts" will be paid by force account as provided in Section 1-09.6.
All costs for “Resolution of Utility Conflicts” will be paid for by force account in accordance
with Special Provision Section 1-09.6. To provide a common proposal for all bidders, the
Contracting Agency has estimated the amount for “Resolution of Utility Conflicts” and
entered the amounts in the proposal to become a part of the total bid by the Contractor.
Utility conflicts due to the Contractor’s actions or operations shall be resolved by the
Contractor at no expense to the Contracting Agency.
1-09 Measurement and Payment
City of Renton 1-84 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-09.14(2)B3 Removal of Unforeseen Obstructions and Debris (Bid Item B3) –
Estimate
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for “Removal of Unforeseen Obstructions and Debris” in the Proposal to
become a part of the total bid by the Contractor. In the event that existing and unforeseen
obstructions or debris must be removed to complete the work, all or part of this estimated
amount may be used in accordance with the procedure as outlined in Section 1-04.5 and
1-04.7 of the Standard Specifications. The unit contract price for “Removal of Unforeseen
Obstructions and Debris” is given in the Schedule of Prices and shall not be changed by the
bidder.
All work and payment under this item must be approved in writing by the City prior to use.
Payment will be determined in accordance with Section 1-09.6 of the Standard
Specifications.
Payment for this item will be only for the changes and amounts approved by the City and
shall be full compensation for all labor, tools, equipment, and materials required to perform
the work in conformance with the Contractor Documents, including but not limited to:
• Removal, hauling, and disposal of structural steel, concrete, timber, piping, boulders,
vehicles, or other material not able to be removed with customary utility trench
excavation equipment.
• Traffic control operations associated with removal of unforeseen debris.
• Coordination with the Engineer and Owner.
1-09.14(2)B4 Soil Sampling and Testing (Bid Item B4) – Each
Measurement for “Soil Sampling and Testing” will be measured per each test requested by
the Engineer. Each test shall include testing for petroleum hydrocarbons by methods
NWTPH-G/BTEX and NWTPH-Dx, RCRA metals, and TCLP metals follow-up as needed,
and any other tests required by the disposal facility.
Payment for “Soil Sampling and Testing” shall be full compensation for all labor, equipment,
and material required to remove pavement, excavate, collect sample, transport, analyze
samples, backfill sample location, restore site to pre-sample condition, dispose of waste,
and provide results to Engineer.
If or when soils are being tested, Contractor shall continue the construction process on other
aspects of the Work whenever possible and no additional cost for any standby time shall
apply.
Payment for “Soil Sampling and Testing” will be only for the soil sampling and tests
requested by the City. If no tests are authorized under this bid item, final payment for this
item will be $0 (zero). The “Soil Sampling and Testing” bid item is exempt from Section
1-04.6 and no price adjustment will be made for variation in actual quantity used.
1-09.14(2)B5 Contaminated Soil Excavation, Haul, and Disposal (Bid Item B5) –
Ton
Measurement for “Contaminated Soil Excavation, Haul, and Disposal” will be measured in
tons based on the tonnage reported on the shipping manifest or bill of lading from the
permitted disposal facility. Certified weight tickets will accompany each load, a copy of
1-09 Measurement and Payment
City of Renton 1-85 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
tickets will be given to the Engineer daily. Wasted materials will not be included in the
measurement or payment. Only materials excavated within the Engineer directed areas will
be considered for payment.
Payment for “Contaminated Soil Excavation, Haul, and Disposal” shall be full compensation
for all labor, materials, equipment, excavation, removal, stockpiling, hauling, and disposal of
waste materials, etc., required to complete this item of Work in conformance with the
Contract Documents.
Contaminated Soil Excavation includes the excavation of materials characterized as
contaminated based on sampling results for the storm sewer, sanitary sewer and water main
construction, construction of catch basins, manholes, and vaults in accordance with the plan
drawings. This excavated soil shall be managed in accordance with applicable state and
federal regulations outlined in Section 2-05 and in the Contract Documents. Handling and
disposal of materials shall adhere to all transportation requirements, receive preapproval
from a disposal facility, manifesting, and record keeping, etc. Excavation outside the
horizontal limits described in Section 2-09.4 shall be at no additional expense to the City.
Payment for this item will be only for the materials approved by the City. If no contaminated
soil excavation, haul, and/or disposal is authorized under this bid item, final payment for this
item will be $0 (zero). Contaminated Soil Excavation, Haul and Disposal is exempt from
Section 1-04.6 and no price adjustment will be made for variation in actual quantity used.
1-09.14(2)B6 Contaminated Water Treatment (Bid Item B6) – Force Account
For the purpose of providing a common proposal, and for that purpose only, the Contracting
Agency has estimated the cost of “Contaminated Water Treatment” and has entered that
amount in the bid proposal to become part of the total bid by the Contractor. A force account
estimate for “Contaminated Water Treatment” is included for the purpose of budget tracking.
Method of treatment and/or disposal shall be proposed by the Contractor and approved by
the Engineer.
Contaminated Water Treatment shall mean advanced treatment of any contaminated water
as described in Section 2-05.2(11) to be discharged during the project that does not meet
storm drain or sanitary sewer system discharge permit limits for dissolved chemical
constituents (e.g., petroleum or solvents) after storage, settling, decanting, filtering, or other
treatment to meet turbidity or suspended solids content criteria. Meeting turbidity or
suspended solids content criteria is the responsibility of the Contractor and is included in the
Dewatering bid item. No additional compensation will be made for handling, storage, testing,
settling, filtering, or discharging. Advanced treatment systems employed specifically to treat
dissolved chemical constituents that will be paid under this bid item include, but are not
limited to, Granular Activated Carbon (GAC), Powdered Activated Carbon (PAC), sand
filtration, air stripping, microfiltration, and UV oxidation.
Payment for “Contaminated Water Treatment” will be per force account in accordance with
Section 1-09.6, which payment shall be full compensation for all permitting, labor, materials,
equipment, haul, treatment and disposal of waste materials required to complete this item of
Work in conformance with Contract Documents. Work for Contaminated Water Treatment
shall include advanced treatment of contaminated water for dissolved chemical constituents
(e.g., petroleum or solvents) required by King County to discharge to the sanitary sewer or
required by Ecology for discharge to the storm drain system. Payment for this item will be
only for the Contaminated Water Treatment as defined herein and approved by the City.
1-09 Measurement and Payment
City of Renton 1-86 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-09.14(2)B7 Trench Safety Systems (Bid Item B7) – Lump Sum
Measurement for "Trench Safety Systems” will be per the lump sum bid price based on a
percentage defined as the amount of storm/sewer/water pipelines installed divided by the
total length of storm/sewer/water pipe shown to be installed in conformance with the
Contract Documents.
Payment for "Trench Safety Systems” will be made at the measured percentage amount for
the pay period times the lump sum amount bid, said payment will be complete
compensation for all equipment, labor, materials, hauling, planning, design, engineering,
submittals, furnishing and constructing and removal and disposal of such temporary
sheeting, shoring, and bracing complete as required under the provisions of any permits and
in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item
of Work in conformance with the Contract Documents.
The work includes, but not limited to, preparing, and submitting a shoring plan stamped by a
professional engineer registered in the State of Washington by the preconstruction
conference.
The work shall be in compliance with the Lumen Protect-in-Place Plan and Water Utility
Protection Plan.
1-09.14(2)B8 Removal and Replacement of Unsuitable Material (Bid Item B8) –
Cubic Yard
Measurement for “Removal and Replacement of Unsuitable Material” will be measured by
the cubic yard based on the placed volume of material installed in conformance with the
Contract Documents. Placement of foundation material will be measured only for the area(s)
authorized by the Engineer. Certified tickets will accompany each load, a copy of tickets will
be given to the Engineer daily. Wasted materials will not be included in the measurement or
payment. If no removal and replacement of unsuitable material is authorized under this bid
item, final payment for this item will be $0 (zero).
Payment for “Removal and Replacement of Unsuitable Material” will be made at the unit bid
price, which will be complete compensation for all labor, materials, tools, equipment,
excavation, foundation materials, haul, placement, water, compaction, removal haul and
disposal of waste material, etc., required to complete this item of Work in conformance with
the Contract Documents.
Payment for this item will be only for the “Removal and Replacement of Unsuitable Material”
requested by the City.
1-09.14(2)B9 Controlled Density Fill (Bid Item B9) – Cubic Yard
Measurement for “Control Density Fill (CDF)” will be per cubic yard in conformance with the
Contract Documents and neat line per the details on the plans. All use of CDF shall be pre-
approved by the Engineer. CDF used beyond the agreed amount or CDF used without prior
Engineer approval will not be paid.
Payment will be made at contract unit price and will constitute full compensation for all
material, equipment, tools, labor, and all necessary for and incidental to “Control Density Fill”
in accordance with the Contract Documents, plan details and as directed by the Engineer.
1-09 Measurement and Payment
City of Renton 1-87 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Payment for this item will be only for the control density fill pre-approved by the City. If no
control density fill is authorized under this bid item, final payment for this item will be $0
(zero). No price adjustment will be made for variation in actual quantity used for controlled
density fill, see Special Provision Section 1-04.6.
1-09.14(2)B10 Select Borrow for Trench Backfill (Bid Item B10) – Ton
Measurement for “Select Borrow for Trench Backfill” will be measured in tons based on the
weight of material installed into the Work in conformance with the Contract Documents.
Certified weight tickets will accompany each load, a copy of tickets will be given to the
Engineer daily. Wasted materials will not be included in the measurement or payment. Only
materials placed within the pay limits shown will be considered for payment. Material placed
outside of the pay limits shown on the Plans or as approved by the Engineer will be
deducted from the certified tickets.
Payment for “Select Borrow for Trench Backfill” will be made at the amount bid per ton,
which payment will be complete compensation for all labor, materials, tools, equipment,
incidentals necessary to furnish and install select import backfill, hauling, placement,
compaction, removal, haul and disposal of unsuitable excavated materials, waste and
surplus materials, etc., required to complete this item of Work in conformance with the
Contract Documents.
1-09.14(2)B11 Crushed Surfacing Top Course (Bid Item B11) – Ton
Measurement and payment for “Crushed Surfacing Top Course” shall be per WSDOT
Standard Specification 4-04.
1-09.14(2)B12 HMA for __________ Cl. ½” PG 58H-22 (Bid Items B12 & B13) – Ton
Measurement for “HMA for _______ Cl. ½” PG 58H-22” will be by the ton in accordance with
Special Provision Section 1-09.2, with no deduction being made for the weight of asphalt
binder, blending sand, mineral filler, or any other component of the HMA.
Payment for “HMA for _________ Cl. ½” PG 58H-22”, per ton shall include but not
necessarily be limited to all necessary materials, labor, and equipment to satisfactorily
complete furnishing, hauling and placement of HMA, compaction, preparation of existing
roadway surfaces, full depth sawcutting and sealing of pavement, applying tack coat and all
other necessary materials, labor and equipment to satisfactorily complete the work as
defined in the Standard Specifications and Special Provisions.
1-09.14(2)B13 Planing Bituminous Pavement (Bid Item B14) – Square Yard
“Planing Bituminous Pavement” will be measured by the square yard.
Payment for “Planing Bituminous Pavement” to a depth of 2-inches shall be per square yard.
Items to be included in the bid price, but shall not necessarily be limited to all necessary
materials, labor, equipment, and full depth sawcutting and sealing of pavement to perform
the work described in Special Provision Section 5-04.3(14).
1-09.14(2)B14 MWS-Linear Modular Wetland 8-ft x 12-ft (Bid Item B15) – Lump Sum
Measurement for “MWS-Linear Modular Wetland 8-ft x 12-ft” will be based on the lump sum
bid price in conformance with the Contract Documents.
1-09 Measurement and Payment
City of Renton 1-88 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Payment for “MWS-Linear Modular Wetland 8-ft x 12-ft” will be made at the lump sum price,
which will be complete compensation for:
• All labor, materials, equipment, and hauling
• Locating all existing utilities and potholing in advance to determine their horizontal
and vertical location
• Protecting and providing temporary support of existing utilities
• Sawcutting existing asphalt, sidewalk, curb, and gutter to approximately 12” in depth
• Dewatering, temporary bypass pumping, and control of water
• Structure Excavation, Class B
• Removal and disposal of waste material in the excavation necessary to construct the
improvements including but not limited to: existing pavement, curbs, gutters,
sidewalk, driveways, pipes, catch basins, manholes, structures, abandoned utilities,
traffic loops, and surplus excavated materials.
• Removal of pipe and catch basins beyond the excavation where shown on the
Drawings or where directed by the Engineer as well as plugging existing pipes to be
abandoned and plugging existing pipes where sections have been removed for the
storm installation, and providing end caps were shown on the plans. These items
shall not be limited to those mentioned on the Plans or specified herein.
• 8-ft x 12-ft MWS-Linear Modular Wetland unit, installation, grates and lids,
excavation, furnishing, placing, and compacting gravel base and backfill materials,
adjustment of frames to grade, appurtenances, Kor-N-Seal boots (or approved
equal), connections to new pipes, water, cleaning, testing, facility activation, and one
year of inspection and maintenance by the supplier required in conformance with the
Contract Documents.
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Replacing, protecting and/or maintaining existing utilities
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
Payment for “MWS-Linear Modular Wetland 8-ft x 12-ft” will be made at the following
schedule:
• 10% of lump sum price upon delivery
• 80% lump sum price upon complete installation
• 10% of lump sum price upon activation
1-09.14(2)B15 MWS-Linear Modular Wetland 8-ft x 20-ft (Bid Item B16) – Lump Sum
Measurement for “MWS-Linear Modular Wetland 8-ft x 20-ft” will be based on the lump sum
bid price in conformance with the Contract Documents.
1-09 Measurement and Payment
City of Renton 1-89 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Payment for “MWS-Linear Modular Wetland 8-ft x 20-ft” will be made at the lump sum price,
which will be complete compensation for:
• All labor, materials, equipment, and hauling
• Locating all existing utilities and potholing in advance to determine their horizontal
and vertical location
• Protecting and providing temporary support of existing utilities
• Sawcutting existing asphalt, sidewalk, curb, and gutter to approximately 12” in depth
• Dewatering, temporary bypass pumping, and control of water
• Structure Excavation, Class B
• Removal and disposal of waste material in the excavation necessary to construct the
improvements including but not limited to: existing pavement, curbs, gutters,
sidewalk, driveways, pipes, catch basins, manholes, structures, abandoned utilities,
traffic loops, and surplus excavated materials.
• Removal of pipe and catch basins beyond the excavation where shown on the
Drawings or where directed by the Engineer as well as plugging existing pipes to be
abandoned and plugging existing pipes where sections have been removed for the
storm installation, and providing end caps were shown on the plans. These items
shall not be limited to those mentioned on the Plans or specified herein.
• 8-ft x 20-ft MWS-Linear Modular Wetland unit, installation, grates and lids,
excavation, furnishing, placing, and compacting gravel base and backfill materials,
adjustment of frames to grade, appurtenances, Kor-N-Seal boots (or approved
equal), connections to new pipes, water, cleaning, testing, facility activation, and one
year of inspection and maintenance by the supplier required in conformance with the
Contract Documents.
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Replacing, protecting and/or maintaining existing utilities
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
Payment for “MWS-Linear Modular Wetland 8-ft x 20-ft” will be made at the following
schedule:
• 10% of lump sum price upon delivery
• 80% lump sum price upon complete installation
• 10% of lump sum price upon activation
1-09.14(2)B16 ____________ Sewer Pipe, ___ In. Diam. (Bid Items B17– B24) –
Linear Foot
Measurement for “_____ Sewer Pipe, __ In. Diam.” will be based on linear foot measured
horizontally over the centerline of the installed pipe from the center of structures in
conformance with the Contract Documents.
1-09 Measurement and Payment
City of Renton 1-90 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Payment for furnishing and installing “______ Sewer Pipe, __ In. Diam.” will be made at the
amount bid per linear foot, which payment will be complete compensation for:
• All labor, materials, equipment, and hauling
• Locating all existing utilities and potholing in advance to determine their horizontal
and vertical location
• Protecting and providing temporary support of existing utilities
• Sawcutting existing asphalt, sidewalk, curb, and gutter to approximately 12” in depth
• Dewatering, temporary bypass pumping, and control of water
• Structure Excavation, Class B
• Removal and disposal of waste material in the excavation necessary to construct the
improvements including but not limited to: existing pavement, curbs, gutters,
sidewalk, driveways, pipes, catch basins, manholes, structures, abandoned utilities,
traffic loops, and surplus excavated materials.
• Pipe of the size and material type required, gaskets, fittings and adaptors
• Installing, laying, and jointing pipe and fittings
• Furnishing, placing, and compacting pipe zone bedding material
• Placing and compacting imported trench backfill
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Appurtenances, ethafoam pads, water, grading, cleaning, and testing, etc. required
to complete the work in accordance with the Contract Documents
• Removal of pipe and catch basins beyond the excavation where shown on the
Drawings or where directed by the Engineer as well as plugging existing pipes to be
abandoned and plugging existing pipes where sections have been removed for the
storm installation, and providing end caps were shown on the plans. These items
shall not be limited to those mentioned on the Plans or specified herein.
• Replacing, protecting and/or maintaining existing utilities
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
Select Imported Trench Backfill above the pipe zone bedding is included in other bid
items. Removal and replacement of unsuitable material is included in other bid items.
1-09.14(2)B17 CCTV Inspection (Bid Item B25) – Linear Foot
Measurement for “Closed Circuit Television Video (CCTV) Inspection” will be per linear foot
of stormwater pipe inspected in conformance with Special Provision Section 7-08.3(5) and
the Contract Documents.
Payment for “CCTV Inspection” will be made at the amount bid per linear foot, which
payment will be complete compensation for all labor, materials, equipment required to
complete the work specified in the Contract Documents and plans, and shall include, but not
be limited to the following:
1-09 Measurement and Payment
City of Renton 1-91 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
• Bypass pumping (if needed)
• CCTV Inspection of all new open-cut installed stormwater pipe
• Delivery of the CCTV inspections entirely in a Pipeline Assessment Certification
Program (PACP ) compatible format data base on an external hard drive to the
Engineer
Costs for additional CCTV inspection required to verify corrections or replacement of pipe, or
done solely for the Contractor’s convenience, shall be at the Contractor’s sole expense.
1-09.14(2)B18 Catch Basin Type __ (Bid Items B26, B27, B28, & B29) – Each
Measurement for furnishing and installing “Catch Basin Type __” will be per each for each
catch basin installed in conformance with the Contract Documents.
Payment for furnishing and installing “Catch Basin Type __” will be made at the unit bid
price per each, which will be complete compensation for:
• All labor, equipment, materials, and hauling
• Locating all existing utilities and potholing in advance to determine their horizontal
and vertical location
• Protecting and providing temporary support of existing utilities
• Sawcutting existing asphalt, sidewalk, curb, and gutter to approximately 12” in depth
• Dewatering, temporary bypass pumping and control of water
• Removal and disposal of waste material in the excavation necessary to construct the
improvements including but not limited to existing pavement, curbs, gutters,
sidewalks, driveways, pipes, catch basins, manholes, structures, abandoned utilities,
traffic loops, and surplus excavated material
• Structure Excavation, Class B
• Furnishing, placing, and compacting foundation material
• Removal of pipe and catch basins beyond the excavation where shown on the
Drawings or where directed by the Engineer as well as plugging existing pipes to be
abandoned and plugging existing pipes where sections have been removed for the
storm installation, and providing end caps were shown on the plans. These items
shall not be limited to those mentioned on the Plans or specified herein.
• Precast concrete catch basin, gaskets, catch basin frame and grate or lid,
installation, adjustment of frames to grade, appurtenances, Kor-N-Seal boots (or
approved equal), connections to new pipes, connections to existing pipes, placement
of subsequent backfill materials, compaction, water, cleaning, and testing, etc.
required in conformance with the Contract Documents.
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
1-09 Measurement and Payment
City of Renton 1-92 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Select imported backfill material is included in other bid items. Maximum pay limit for select
imported backfill material around structures shall be limited to 3-feet. Removal and
replacement of unsuitable material is included in other bid items.
1-09.14(2)B19 Carry-Through Sewer Pipe and Appurtenances (Bid Item B30) –
Each
Measurement for “Carry-Through Sewer Pipe and Appurtenances” will be per each in
conformance with the Contract Documents.
Payment for “Carry-Through Sewer Pipe and Appurtenances” will be made at the unit price
per each, which will be complete compensation for all labor, equipment, materials, tools,
excavation around and protection of the existing sewer pipe and new carry-through
structure, core drilling, temporary bypass pumping (if needed), 14-inch steel casing pipe,
casing spacers, end caps, 8-inch PVC sewer pipe, flexible couplings, and other materials
required to install the carry-through sewer pipe in accordance with the Plans and
Specifications.
1-09.14(2)B20 Connect New Pipe to Existing Drainage Structure (Bid Item B31) –
Each
Measurement for “Connect New Pipe to Existing Drainage Structure” will be per each in
conformance with the Contract Documents.
Payment for “Connect New Pipe to Existing Drainage Structure” will be made at the unit
price per each, which will be complete compensation for all labor, equipment, materials,
tools, excavation around and protection of the existing drainage structure, temporary bypass
pumping (if needed), core drilling, cleaning the existing drainage structure, Kor-N-Seal boots
(or approved equal), and other materials required to connect new pipe to the existing
drainage structure.
1-09.14(2)B21 Connect Existing Storm Lateral to New Storm Pipe (Bid Item B32) –
Each
Measurement for “Connect Existing Storm Lateral to New Storm Pipe” will be per each in
conformance with the Contract Documents.
Payment for “Connect Existing Storm Lateral to New Storm Pipe” will be made at the unit
price per each, which will be complete compensation for all labor, equipment, materials,
tools, excavation around and protection of the existing storm lateral, temporary bypass
pumping (if needed), cleaning the existing storm lateral, connecting the existing storm lateral
to new storm pipe with strong back type flexible coupling per Section 7-08.3(2)G, and other
materials required to connect to the existing storm lateral to new storm pipe.
1-09.14(2)B22 Connect or Plug Existing Storm Lateral (Bid Item B33) – Each
Measurement for “Connect or Plug Existing Storm Lateral” will be per each in conformance
with the Contract Documents.
Payment for “Connect or Plug Existing Storm Lateral” will be made at the unit price per
each, which will be complete compensation for all labor, equipment, materials, tools,
excavation around and protection of the existing storm lateral, temporary bypass pumping (if
needed), cleaning the existing pipe, if active, making connection from the existing storm
lateral to new pipe with a Nyoplast PVC fitting per Section 7-04.2, or if abandoned, plugging
the existing storm lateral per Section 7-04.3(2).
1-09 Measurement and Payment
City of Renton 1-93 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-09.14(2)B23 12-inch Gate Valve Assembly (Bid Item B34) – Each
Measurement for “12-inch Gate Valve Assembly” will be per each valve installed in
conformance with the Contract Documents.
Payment for “12-inch Gate Valve Assembly” shall cover the complete cost of providing all
labor, materials, tools, and equipment required to complete the work specified in the
Contract Documents and plans, and shall include but not be limited to the following:
• Locating all existing utilities, water main and services and potholing in advance to
determine their horizontal and vertical location
• Sawcutting existing asphalt and concrete pavement up to 12” in depth, sidewalk
curb, and gutter
• Trench dewatering (if needed), including but not limited to sump pumps and hoses
and sedimentation tank mobilization, assembly, maintenance, relocation, and
removal
• Excavation, removal, hauling, and disposal of pavement, curbs, gutters, sidewalks,
surplus, and unsuitable excavated material including existing pipes and structures in
the excavation and the like
• Furnishing the 12-inch gate valve assembly and all required pipes, fittings, sleeves,
adapters, couplings and incidentals as required for the City’s water department
personnel to cut the existing pipe and to install the new valve on the existing water
main(s)
• Furnishing and installing valve boxes and covers to grade, stem extensions, valve
marker posts, pipe nipples, couplings, polyethylene encasement, concrete blocking,
and all incidentals
• Furnishing, placing, and compacting crushed surfacing base course for pipe bedding
materials and for pipe zone backfill materials for ductile iron pipes and fittings
• Placing and compacting trench backfill
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Replacing, protecting, restoring, and/or maintaining existing utilities
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
1-09.14(2)B24 Vertical Adjustment of Existing ___ In. Water Main (Bid Items B35 &
B36) –– Lump Sum
Measurement for “Vertical Adjustment of Existing __In. Water Main” shall be lump sum for
completion in conformance with the Contract Documents.
Vertical adjustment of existing water mains shall be performed by City Forces. Contractor
shall provide all excavation, shoring, materials, concrete blocks, backfill, and trench
restoration.
Payment for “Vertical Adjustment of Existing __In. Water Main” shall cover the complete cost
of providing all labor, materials, tools, and equipment required to complete the work
1-09 Measurement and Payment
City of Renton 1-94 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
specified in the contract documents and plans, and shall include but not be limited to the
following:
• Locating all existing utilities, water main and services and potholing in advance to
determine their horizontal and vertical location
• Sawcutting existing asphalt and concrete pavement up to 12” in depth, sidewalk,
curb, and gutter
• Excavation, removal, hauling, and disposal of pavement, curbs, gutters, sidewalks,
surplus and unsuitable excavated material including existing pipes and structures in
the excavation and the like
• Trench dewatering (if needed), including but not limited to sump pumps and hoses
and sedimentation tank mobilization, assembly, maintenance, relocation, and
removal
• Furnishing all required water pipes and restrained-joint fittings of the size, type, and
class shown on the plans and as specified in Section 9-30.2(6) of the contract
special provisions, polyethylene encasement, special fittings including wedge type
restrained-joint follower glands at all fittings with mechanical-joint ends, couplings,
sleeves, horizontal and vertical bends, detectable warning tape, and all incidentals
as required for City’s water department’s personnel to perform the cut-in, vertical
adjustment, and final connection of the new water line to the existing water system.
Ductile iron spools, fittings, adapters, couplings, sleeves, and reducers of various
diameter sizes including 6- and 8-inch shall be considered as incidentals to this bid
item and no further compensation shall be made
• Furnishing and placing concrete for vertical and horizontal blocks, dead-man anchor
blocks, reinforcing steel, shackle rods, clamp assembly, anchor bolts, turnbuckles,
concrete form work, as shown on the plans and per City of Renton Standard Plans
330.2 and 330.3
• Furnishing and installing polyethylene foam (Dow Plastics Ethafoam 200 or approved
equal) where necessary at utility crossings
• Furnishing, placing, and compacting crushed surfacing base course for pipe bedding
materials and for pipe zone backfill materials for ductile iron pipes and fittings
• Placing and compacting trench backfill
• Performing backfill compaction tests and furnished test reports to the Engineer
• Replacing, protecting, and/or maintaining existing utilities
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
1-09.14(2)B25 Water Service Relocation (Bid Item B37) –– Each
Measurement for furnishing and installing “Water Service Relocation” for 2-inch and smaller
service pipe will be per each for each 2-inch and smaller water service relocation installed in
conformance with the Contract Documents.
Payment for furnishing and installing “Water Service Relocation” for 2-inch and smaller
water service pipe shall cover the complete cost of providing all labor, materials, tools,
1-09 Measurement and Payment
City of Renton 1-95 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
equipment required to complete the work specified in the contract documents and plans,
and shall include but not be limited to the following:
• Locating all existing utilities and potholing in advance to determine their horizontal
and vertical location
• Sawcutting existing asphalt and concrete pavement up to 12” in depth, sidewalk,
curb, and gutter
• Structure Excavation Class B
• Removal, hauling, and disposal of pavement, curbs, gutters, sidewalks, surplus, and
unsuitable excavated material including existing pipes and structures
• Trench dewatering (if needed), including but not limited to sump pumps and hoses
and sedimentation tank mobilization, assembly, maintenance, relocation, and
removal
• Excavating and exposing the existing water service line from the existing corporation
stop at the main line to the water service inlet connection at the existing water meter
setter
• Furnishing type “K” soft copper tubing (1”, 1.5”, 2”) and all required fittings and
incidentals for City forces to install new service line from the existing corporation stop
at the main line to the water service inlet connection at the existing water meter
setter per City Standards
• Placing and compacting CSTC for trench backfill. Furnishing CSTC for water service
line trench backfill will be included in the measurement for Crushed Surfacing Top
Course.
• Performing backfill compaction tests and furnishing test reports to the Engineer
• Replacing, protecting, and/or maintaining existing utilities
• Restoration of public and private properties
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
Payment for this item will be only for water service relocation pre-approved by the City. This
item is for conflicts, not for the Contractor’s convenience. If no water service relocation is
authorized under this bid item, final payment for this item will be $0 (zero). No price
adjustment will be made for variation in actual quantity used for water service relocation, see
Special Provision Section 1-04.6.
1-09.14(2)B26 Side Sewer Replacement (Bid Item B38) –– Linear Foot
Measurement for “Side Sewer Replacement” will be per linear foot of replaced side sewer
installed in conformance with the Contract Documents.
The length of site sewer replacement shall be the number of linear feet of completed side
sewer pipe installation measured along the invert.
1-09 Measurement and Payment
City of Renton 1-96 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The unit price bid per linear foot of side sewer replacement shall be full compensation for all
labor, material, related work, tools and equipment necessary to satisfactorily complete the
Work as defined in WSDOT Standard Specifications Section 7-18 Standard Specifications,
these Special Provisions, and as shown on the Plans.
The unit price per linear foot of side sewer replacement shall also include, but not be limited
to, furnishing, hauling, and assembling in place the completed installation including all wyes,
tees, special fittings, cleanouts, and joint materials for the completion of the installation to
the required lines and grades.
The unit price per linear foot of side sewer replacement shall also include all costs for
reviewing pothole information, design submittals, trench excavation, dewatering, furnishing,
stockpiling, hauling, placing and compacting imported pipe zone bedding and suitable native
backfill above the pipe zone, cleaning and flushing pipes and existing structures, inspecting
pipe, connecting new pipe to existing structures, replacing, protecting and maintaining
utilities, CCTV and providing as-built sketches of all replaced side sewers.
Payment for this item will be only for side sewer replacement pre-approved by the City. This
item is for conflicts, not for the Contractor’s convenience. If no side sewer replacement is
authorized under this bid item, final payment for this item will be $0 (zero). No price
adjustment will be made for variation in actual quantity used for side sewer replacement,
see Special Provision Section 1-04.6.
1-09.14(2)B27 Landscape Protection & Restoration (Bid Item B39) – Lump Sum
Measurement for “Landscape Protection & Restoration” work shall be lump sum, and based
on the percentage of total Work complete, at the time of measurement in conformance with
the Contract Documents.
Payment for “Landscape Protection & Restoration” shall be full compensation for all labor,
equipment, materials, hauling, excavation, sod, grass seed, trees, shrubs, topsoil,
landscape bark, gravel, concrete, planting, preparation, fencing, compaction, watering,
restoration, etc. required to protect and restore landscaped, grass, trees, shrubs, and
planted areas including road medians, planter strips, and other unpaved areas within the
ROW to an equal or better condition in conformance with the Contract Documents. It shall
include but not be limited to the following:
• Installation of tree protection fencing and all costs for the protection of trees in
accordance with the Plans and Specification
• Hauling and disposing unsuitable, surplus and/or waste materials
• Replacing and restoring any landscaping, rockeries, walls, tree removal and
replacement, trees, bark, and other improvements disturbed by construction
activities, as directed by the Engineer
• Preparation, placement, and maintenance of 8” depth topsoil and lawn sod per City
specifications as supplemented in the Special Provisions. All lawn areas shall be
replaced with topsoil and sod. Bare areas shall be replaced at a minimum with mulch
and seed.
• Site cleanup of all areas disturbed by contractor’s activities to match the conditions
as closely as existed prior to contractor’s beginning work or as directed by the
Engineer.
1-09 Measurement and Payment
City of Renton 1-97 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-09.14(2)B28 Remove and Replace Concrete Curb and Gutter (Bid Item B40) –
Linear Foot
Measurement for “Remove and Replace Concrete Curb and Gutter” shall be per linear foot
of curb repair required for installation of utilities in conformance with the Contract
Documents.
Payment for “Remove and Replace Concrete Curb and Gutter” shall be full compensation
for all labor, materials, tools, equipment required to complete the work specified in the
contract documents and plans, and shall include but not be limited to the following:
• Sawcutting, removal and disposal of existing pavement, curb, and gutter
• Removal and disposal of surplus, unsuitable and /or waste materials
• Placing and compacting CSTC for subgrade
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
• Furnishing and installing temporary formwork
• Furnishing, placing, and finishing concrete and joint filler for new curb and gutter
• Cleanup
CSTC subgrade will be paid under the CSTC bid item.
1-09.14(2)B29 Monument Case and Cover (Bid Item B41) – Each
Measurement for "Monument Case and Cover" will be per each monument case and cover
furnished and set.
Payment for each “Monument Case and Cover” shall be full compensation for all labor,
materials, tools and equipment necessary to satisfactorily reestablish disturbed monuments
and furnish and install new monument cases and covers, as defined in the Plans, the
Standard Specifications and these Special Provisions, including all required referencing,
surveying, permitting, and documentation by a registered and licensed surveyor.
1-09.14(2)B30 Remove and Replace Concrete Sidewalk and Driveway (Bid Item B42
– Square Yard
Measurement for “Remove and Replace Concrete Sidewalk and Driveway” shall be based
on square yard of concrete sidewalk and driveway, to match existing, restored to a saw-line
line cut in conformance with the contract documents.
Payment for “Remove and Replace Concrete Sidewalk and Driveway” shall be full
compensation for all labor, equipment, materials, tools and incidentals to remove and
replace cement concrete driveway and sidewalk in conformance with the contract
documents and plans, and shall include but not be limited to the following:
• Sawcutting, removal and disposal of existing driveway, curb, sidewalk, and existing
pavement
• Removal and disposal of surplus, unsuitable and/or waste materials
• Placing and compacting CSTC for subgrade
1-09 Measurement and Payment
City of Renton 1-98 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
• Furnishing and installing formwork
• Furnishing and placing joint filler
• Furnishing, placing, compacting, and finishing concrete for new driveway and/or
sidewalk surface
• Adjustment of utilities to grade
• Removal and reinstallation of existing signs affected by work related to this bid item,
including replacement of wooden signposts with metal signposts per Standard Plan
129
• Cleanup
CSTC subgrade will be paid under the CSTC bid item. Gravel driveway and gravel parking
areas, if existing, shall be restored under the Landscape Protection & Restoration bid item.
1-09.14(2)B31 Cement Conc. Curb Ramp Type _______ (Bid Items B43 & B44) –
Each
When the Contract contains a pay item for "Cement Conc. Curb Ramp Type ___," the per
each measurement shall include all costs for the complete installation per the Plans and
standard details including expansion joint material, pedestrian curb (if applicable), and
ramped sidewalk section. The per each measurement shall also include all costs for
relocating existing signs to new metal posts including removal and disposal of wood post
and sign bolts, furnishing, placing, and finishing concrete and sign post support for metal
post, furnishing and installing a new metal post, and relocating signs to new metal posts.
Sawcutting, removal and disposal of excavated materials including existing pavement and
sidewalk, crushed surfacing base materials and all other Work, materials and equipment
required per Section 8-14, shall be included in the per each price for "Cement Conc. Curb
Ramp Type ___," unless any of these other items are listed and specified to be paid as
separate pay items.
CSTC subgrade will be paid under the CSTC bid item.
1-09.14(2)C Bid Items Specific to Schedule C – Sanitary Sewer
1-09.14(2)C1 Site Specific Potholing (Bid Item C1) – Each
See B1 above.
1-09.14(2)C2 Resolution of Utility Conflicts (Bid Item C2) – Estimate
See B2 above.
1-09.14(2)C3 Removal of Unforeseen Obstructions and Debris (Bid Item C3) –
Estimate
See B3 above.
1-09.14(2)C4 Trench Safety Systems (Bid Item C4) – Lump Sum
See B7 above.
1-09 Measurement and Payment
City of Renton 1-99 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-09.14(2)C5 Removal and Replacement of Unsuitable Material (Bid Item C5) –
Cubic Yard
See B8 above.
1-09.14(2)C6 Select Borrow for Trench Backfill (Bid Item C6) – Ton
See B10 above.
1-09.14(2)C7 Crushed Surfacing Top Course (Bid Item C7) – Ton
See B11 above.
1-09.14(2)C8 HMA for __________ Cl. ½” PG 58H-22 (Bid Items C8 & C9) – Ton
See B12 above.
1-09.14(2)C9 Planing Bituminous Pavement (Bid Item C10) – Square Yard
See B13 above.
1-09.14(2)C10 Manhole 48 In. Diam. Type 1 (Bid Item C11) – Each
Measurement for furnishing and installing “Manhole 48 In. Diam. Type 1” will be per each for
each manhole installed in conformance with the Contract Documents.
Payment for furnishing and installing “Manhole 48 In. Diam. Type 1” will be made at the unit
bid price per each, which will be complete compensation for:
• All labor, equipment, materials, and hauling
• Locating all existing utilities and potholing in advance to determine their horizontal
and vertical location
• Protecting and providing temporary support of existing utilities
• Sawcutting existing asphalt, sidewalk, curb, and gutter to approximately 12” in depth
• Dewatering, temporary bypass pumping and control of water
• Removal and disposal of waste material in the excavation necessary to construct the
improvements including but not limited to existing pavement, curbs, gutters,
sidewalks, driveways, pipes, catch basins, manholes, structures, abandoned utilities,
traffic loops, and surplus excavated material
• Structure Excavation, Class B
• Furnishing, placing, and compacting foundation material
• Removal of pipe and manholes beyond the excavation where shown on the
Drawings or where directed by the Engineer as well as plugging existing pipes to be
abandoned and plugging existing pipes where sections have been removed for the
sewer installation, and providing end caps were shown on the plans. These items
shall not be limited to those mentioned on the Plans or specified herein.
• Precast concrete manhole, gaskets, lid, installation, adjustment of frames to grade,
appurtenances, Kor-N-Seal boots (or approved equal), connections to new pipes,
reconnections to existing pipes including pipe and couplings, placement of
subsequent backfill materials, compaction, water, cleaning, and testing, etc. required
in conformance with the Contract Documents.
• Performing backfill compaction tests and furnishing test reports to the Engineer
1-09 Measurement and Payment
City of Renton 1-100 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
• Furnishing and placing temporary hot mix asphalt patching. Temporary hot mix
asphalt includes all hot mix asphalt and/or temporary asphalt that is not part of the
trench patch and overlay.
Select imported backfill material is included in other bid items. Maximum pay limit for select
imported backfill material around structures shall be limited to 3-feet. Removal and
replacement of unsuitable material is included in other bid items.
1-09.14(2)C11 ____________ Sewer Pipe, ___ In. Diam. (Bid Items C12 & C13) –
Linear Foot
See B16 above.
1-09.14(2)C12 Connect New Sewer Pipe to Existing Manhole (Bid Item C14) – Each
Measurement for “Connect New Sewer Pipe to Existing Manhole” will be per each in
conformance with Contract Documents.
Payment for “Connect New Sewer Pipe to Existing Manhole” will be made at the unit price
per each, which will be complete compensation for all labor, equipment, materials,
excavation around and protection of existing manhole, temporary bypass pumping (if
needed), core drilling, re-channelization of manhole, cleaning the existing manhole, Kor-N-
Seal boots (or approved equal), and other materials required to connect new sewer pipe to
the existing manhole.
1-09.14(2)C13 Connect to Existing Sewer Lateral (Bid Item C15) – Each
Measurement for “Connect to Existing Sewer Lateral” will be per each in conformance with
Contract Documents.
Payment for “Connect to Existing Sewer Lateral” will be made at the unit price per each,
which will be complete compensation for all labor, equipment, materials, tools, excavation,
pipe, tees, fittings, adapters, flexible couplings, temporary bypass pumping (if needed), and
other materials required to connect to the existing sewer lateral.
1-09.14(2)C14 CCTV Inspection (Bid Item C16) – Linear Foot
Measurement for “Closed Circuit Television Video (CCTV) Inspection” will be per linear foot
of sanitary sewer pipe inspected in conformance with Special Provision Section 7-08.3(5)
and the Contract Documents.
Payment for “CCTV Inspection” will be made at the amount bid per linear foot, which
payment will be complete compensation for all labor, materials, equipment required to
complete the work specified in the Contract Documents and plans, and shall include, but not
be limited to the following:
• Bypass sewer pumping (if needed)
• CCTV Inspection of all new open-cut installed sanitary sewers
• Delivery of the CCTV inspections entirely in a Pipeline Assessment Certification
Program (PACP ) compatible format data base on an external hard drive to the
Engineer
1-09 Measurement and Payment
City of Renton 1-101 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Costs for additional CCTV inspection required to verify corrections or replacement of pipe, or
done solely for the Contractor’s convenience, shall be at the Contractor’s sole expense.
END OF SECTION 1-09
1-10 Temporary Traffic Control
City of Renton 1-102 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
(******)
Revise the first paragraph as follows:
Temporary traffic control refers to the control of all types of traffic, including vehicles,
bicyclists, and pedestrians (including pedestrians with disabilities). The Contractor shall
provide flaggers, signs, and other traffic control devices not otherwise specified as being
furnished by the Contracting Agency. The Contractor shall erect and maintain all
construction signs, warning signs, detour signs, and other traffic control devices necessary
to warn and protect the public at all times from injury or damage as a result of the
Contractor’s operations which may occur on highways, roads, streets, sidewalks, or paths.
No Work shall be done on or adjacent to any traveled way until all necessary signs and
traffic control devices are in place.
(******)
Supplement this section as follows:
When the bid proposal includes an item for “Project Temporary Traffic Control,” the Work
required for this item shall be all items described in Section 1-10, including, but not limited
to:
1. Furnishing and maintaining barricades, flashers, construction signing, and other
channelization devices, unless a pay item is in the bid proposal for any specific
device and the Special Provisions specify furnishing, maintaining, and payment in a
different manner for that device;
2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic
control labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction
signs and other traffic control devices;
4. Furnishing labor and vehicles for patrolling and maintaining in position all of the
construction signs and the traffic control devices, unless a pay item is in the bid
proposal to specifically pay for this Work; and
5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and
replacing of the construction signs and the traffic control devices destroyed or
damaged during the life of the project.
6. Removing existing signs as specified or as directed by the Engineer and delivering to
the City Shops, or storing and reinstalling as directed by the Engineer.
7. Preparing a traffic control plan for the project and designating the person responsible
for traffic control at the Work site. The traffic control plan shall include descriptions of
the traffic control methods and devices to be used by the prime Contractor, and
subcontractors, shall be submitted at or before the preconstruction conference, and
shall be subject to review and approval of the Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance of any
Work that will affect and traveled portion of a roadway.
1-10 Temporary Traffic Control
City of Renton 1-103 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
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 non-applicable signs during periods when they are
not needed.
If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of
equipment, or services, which could not be usually anticipated by a prudent Contractor for
the maintenance and protection of traffic, then a new item or items may be established to
pay for such items. Further limitations for consideration of payment for these items are that
they are not covered by other pay items in the bid proposal, they are not specified in the
Special Provisions as incidental, and the accumulative cost for the use of each individual
channelizing device, piece of equipment, or service must exceed $200 in total cost for the
duration of their need. In the event of disputes, the Engineer will determine what is usually
anticipated by a prudent Contractor. The cost for these items will be by agreed price, price
established by the Engineer, or by force account. Additional items required as a result of the
Contractor’s modification to the traffic control plan(s) appearing in the Contract shall not be
covered by the provisions in this paragraph.
If the total cost of all the Work under the Contract increases or decreases by more than 25
percent, an equitable adjustment will be considered for the item “Project Temporary 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 the Contractor and all methods and equipment used will be subject
to the approval of the Owner.
Traffic control plans, traffic control devices, and their use shall conform to City of Renton
standards and the Manual on Uniform Traffic Control Devices (MUTCD).
The Contractor shall not proceed with any construction until proper traffic control has been
provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will
be charged against the Contractor’s allowable contract time and shall not be the cause for a
claim for extra days to complete the Work.
1-10.2 Traffic Control Management
1-10.2(1) General
(January 3, 2017, WSDOT GSP)
Section 1-10.2(1) is supplemented with the following:
Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the
State of Washington. The Traffic Control Supervisor shall be certified by one of the
following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
1-10 Temporary Traffic Control
City of Renton 1-104 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.2(1)B Traffic Control Supervisor
(*****)
Paragraphs 1 and 2 are revised as follows:
A Traffic Control Supervisor (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.
1-10.3 Traffic Control Labor, Procedures, and Devices
(*******)
This is supplemented as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Barricades shall be reflectorized as specified in Part VI of the MUTCD and shall be 3M-
diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped
with flashers during hours of darkness.
Drivers of motor vehicles used in connection with the construction shall obey traffic rules
posted for such location in the same manner and under the same restrictions as provided for
the drivers of private vehicles.
The Contractor shall conduct the work in such a manner as will obstruct and inconvenience
vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief periods when actual
work is being done. The Contractor shall so conduct his operations so as to have under
construction no greater length or amount of work than Contractor can prosecute vigorously
and Contractor shall not open up sections of the work and leave them in an unfinished
condition. See Section 1-07.23(1) for additional driveway closure requirements.
The Contractor shall provide traffic cones, barricades, and drums, with warning lights in
sufficient number and in good condition as required to protect the work and the public
throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary
striping will be used to channelize traffic through construction zones. Opposing lanes of
traffic will be separated by pylons when clearance for drums is not adequate. All signing and
channelization shall be per current MUTCD standards.
1-10 Temporary Traffic Control
City of Renton 1-105 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall
be required for each shift of traffic control. The Contractor shall provide temporary striping,
reflective marking tape, and/or retroreflective tubular markers as required at the direction of
the Engineer. Paint, reflective marking tape, and/or retroreflective tubular markers used for
temporary striping shall meet the requirement of Section 8-23 of the Specifications.
1-10.3(1)C Other Traffic Control Labor
(*******)
This is a new section as follows:
The Contractor shall use an Off-Duty Uniformed Police Officer to direct traffic when the
traffic control plan requires disruptions or modifications to the operation of traffic at a
signalized intersection, or as directed by the Engineer. Off-Duty Uniformed Police Officers
are not required if traffic signals are set to all-way stop or are turned off and covered. The
Off-Duty Uniformed Police Officer shall be in addition to all other personnel required for
traffic control. The Contractor is responsible for the properly scheduling of off-duty officers
and shall be responsible for any charges assessed due to insufficient time in canceling off-
duty officers, except in situations outside of the Contractor’s control.
The Off-Duty Uniformed Police Officer hours, as stated in the proposal are the City’s
estimate, without knowledge of the Contractor’s specific method of operation and has been
presented for the purpose of providing a common amount for all bidders. Uniformed Police
Officers will be scheduled for a minimum of four (4) hours for any shift worked.
The Contractor shall use the City of Renton Police Department unless it is unable to
respond to a request to assist with the Work. The Off-Duty Uniformed Police Office shall
remain in place until the intersection becomes satisfactorily operational as determined by
the City of Renton Police Department.
The City of Renton Police Department may be contacted at:
1055 S Grady Way
Renton, WA 98057
(425) 430-7500
Other resources include:
King County Sheriff’s Officers
(206) 957-0935 ext. 1
Washington State Patrol Officers
(425) 401-7788
1-10.3(2)E Patrol and Maintain Traffic Control Measures
(******)
Supplement this section as follows:
At the end of each working day, provisions shall be made for the safe passage of traffic and
pedestrians during non-working hours.
Drivers of motor vehicles used in connection with the construction shall obey traffic rules
posted for such location in the same manner and under the same restrictions as provided for
the drivers of private vehicles.
1-10 Temporary Traffic Control
City of Renton 1-106 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The Contractor shall conduct the work in such a manner as will obstruct and inconvenience
vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief periods when actual
work is being done. The Contractor shall provide a pedestrian traffic control plan for
sidewalk closures. The maximum closure time between demolition and completion for any
curb ramp or street corner shall be 7 calendar days. Pedestrian routes shall be restored to
clean and hazard-free surface meeting Americans with Disability Act (ADA) standards to the
maximum extent feasible before they are re-opened to the public.
Pedestrian and vehicular access shall be maintained throughout the work to the greatest
extent practical. Minimum travel lane width is 9.5-feet. Traffic control zones shall be limited
to one block per street and one intersection per street at a time, unless otherwise approved
by the Engineer and subject to the constraints in the Contract Documents. Traffic control
shall not be permitted on adjacent north-south streets simultaneously unless approved by
the engineer. A maximum of 400-feet of trench, including that which is steel plated, may be
open on a street at any time.
The Contractor shall clean the work zone and reopen the roadway at the end of the workday
unless otherwise permitted in the Contract Documents or approved by the Engineer. All
open trenches shall be protected with steel plates overnight. Steel plates used for trench
protection shall be secured to the roadway. All trenches shall be temporary patched or steel
plated and in a clean and orderly condition from the time the contractor stops work until work
resumes. Any traffic detours shall be maintained in accordance with the approved traffic
control plan.
The Contractor shall so conduct his operations so as to have under construction no greater
length or amount of work than Contractor can prosecute vigorously and Contractor shall not
open up sections of the work and leave them in an unfinished condition. See Section
1-07.23(1) for additional driveway closure requirements.
Traffic control affecting bus routes shall be subject to the requirements of King County Metro
and Sound Transit. Minimum 12-ft travel lanes shall be provided on bus routes. Temporary
bus stop closures or relocations will be necessary and are limited to a single stop in each
direction at a time. Access to the Renton Transit Center shall always be maintained. Bus
route detours, if required, shall be coordinated with King County Metro and Sound Transit.
Access to schools, businesses and residences shall always be maintained. Property owners
and tenants shall be notified by the Contractor of traffic control restrictions in accordance
with Section 1-07.23(1). Mail delivery service shall not be impeded. Street parking may be
closed in traffic control zones as necessary to provide detours.
City land including right-of-way, open spaces, parks, easements, and parking areas shall not
be used for a storage or staging area unless explicit written permission is granted by the
engineer, a permit has been granted as necessary, and approved in the traffic control plan.
1-10 Temporary Traffic Control
City of Renton 1-107 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-10.3(3)A Construction Signs
(******)
Supplemented paragraph 4 in this section as follows:
No separate pay item will be provided in the bid proposal for Class A or Class B construction
signs. All costs for the Work to provide Class A or Class B construction signs shall be
included in the unit contract price for the various other items of the Work in the bid proposal.
The Contractor shall fabricate, install, and maintain project signs for “Businesses Open
During Construction” (minimum one sign per direction of traffic) and “Business Access” to
alert and guide the public to businesses in the project area (minimum one sign per affected
business) where traffic control is in place within a commercial area.
1-10.3(3)C Portable Changeable Message Sign
(******)
Supplemented this section as follows:
When feasible, position PCMS or mPCMSs to provide at least 2 feet of lateral clearance
from the nearest open lane and transversely delineate with at least 3 channelization
devices. For truck-mounted PCMSs, provide 2 feet of lateral clearance when feasible but
transverse delineation is not required.
The Contractor shall remove these devices from the work zone clear zone when not in use
unless protected by barrier or guardrail.
1-10.3(3)D Barricades
(******)
Supplement this section as follows:
Barricades shall be 3M-diamond grade or equivalent approved by the Engineer.
1-10.3(3)F Traffic Restrictions During Special Events
(******)
This is a new section as follows:
When construction or equipment routing is within 3 blocks of the detailed events, traffic
control shall be subject to the additional restrictions detailed below:
1-10 Temporary Traffic Control
City of Renton 1-108 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Event Location Restriction Time
Renton
Farmers
Market
Piazza Park
S 3rd St (Logan to Burnett)
Tuesdays June-Sept
12:00 PM - 9:00 PM
Cruz the Loop
S 2nd and S 3rd St (between Wells and
Shattuck) and Wells and Shattuck
(between 2nd and 3rd)
One weekend, Mid-July
Friday 8:00 PM - Monday
12:00 AM
Renton River
Days
Liberty Park Parade on S 3rd St (Rainier
to Hauser), Hauser Way (Main St to the
Cedar River), and Mill St (Hauser to
Bronson)
Fourth Weekend of July
Thursday 8:00 PM -Monday
12:00 AM
Renton
Multicultural
Festival
Renton Pavilion and Piazza Park
S 3rd St (Logan to Burnett)
One weekend,
Mid-September
Friday 12:00 PM - Monday
12:00 AM
Downtown
Tree Lighting
Piazza Park
S 3rd St (Logan to Burnett)
Last Friday in November
12:00 PM - Monday 12:00
AM
Renton River Days and Cruz the Loop
All active construction work is prohibited during the restriction times for Renton River Days
and Cruz the Loop. Prior to the restriction time, pedestrian zones and the roadway of S 2nd
St and S 3rd St shall be fully restored to a smooth and unyielding asphalt surface with no trip
hazards. Construction equipment shall be removed from S 2nd St and S 3rd St unless
otherwise approved by the Engineer. Other areas of the project shall be stabilized and
staged such that no traffic control signage is required on S 2nd St and S 3rd St and said
signage shall be removed prior to the event.
Other Localized Special Events
Active construction work is prohibited within one block of the event during the restriction
times. Prior to the restriction time, construction equipment, materials, and debris shall be
removed from within one block of the event and the work zone shall be made clean, neat,
and orderly. Unless otherwise approved by the Engineer, parking shall be reestablished,
pedestrian access shall be restored, and traffic control shall provide a clear and direct route
to the event. Unless otherwise approved by the Engineer, at least one lane of through traffic
shall be restored S 2nd St and S 3rd St.
In outlying areas, any active construction work shall be approved by the Engineer and shall
be coordinated to avoid disruption of the event. Activities that cause high levels of noise
and/or vibration, traffic disturbance, or other impact to the public may be prohibited.
Depending on the location of active construction, signage may be adjusted to announce the
event and provide direction.
1-10 Temporary Traffic Control
City of Renton 1-109 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-10.3(4) Traffic Control Constraints
(******)
This is a new section as follows:
Pedestrian and vehicular access shall be maintained throughout the work to the greatest
extent practical. Minimum travel lane width is 9.5-feet. Traffic control zones shall be limited
to one block per street and one intersection per street at a time, unless otherwise approved
by the Engineer and subject to the constraints in the Contract Documents. Traffic control
shall not be permitted on adjacent north-south streets simultaneously unless approved by
the engineer. A maximum of 400-feet of trench, including that which is steel plated, may be
open on a street at any time.
The Contractor shall provide a pedestrian traffic control plan for sidewalk closures. The
maximum closure time between demolition and completion for any curb ramp or street
corner shall be 7 calendar days. Pedestrian routes shall be restored to clean and hazard-
free surface meeting ADA standards to the maximum extent feasible before they are re-
opened to the public.
The Contractor shall clean the work zone and reopen the roadway at the end of the work
day unless otherwise permitted in the Contract Documents or approved by the Engineer. All
open trenches shall be protected with steel plates overnight. Steel plates used for trench
protection shall be secured to the roadway. All trenches shall be temporary patched or steel
plated and in a clean and orderly condition from the time the contractor stops work until work
resumes. Any traffic detours shall be maintained in accordance with the approved traffic
control plan.
The Contractor shall provide their own storage and staging area for the duration of the
project. The City does not have land available in the vicinity of the project and will not allow
the right-of-way to be used for storage.
Access to schools, businesses and residences shall be maintained at all times. Property
owners and tenants shall be notified by the Contractor of traffic control restrictions in
accordance with Section 1-07.23(1). “Business Open During Construction” signage is
required where traffic control is in place in a commercial area. Mail delivery service shall not
be impeded. Street parking may be closed in traffic control zones as necessary to provide
detours.
Traffic control affecting bus routes shall be subject to the requirements of King County Metro
and Sound Transit. Minimum 12-ft travel lanes shall be provided on bus routes. Temporary
bus stop closures or relocations will be necessary and are limited to a single stop in each
direction at a time. Access to the Renton Transit Center shall be maintained at all times. Bus
route detours, if required, shall be coordinated with King County Metro and Sound Transit.
1-10.4 Measurement
(******)
Section 1-10.4 is replaced with::
No specific unit of measurement will apply to the lump sum item of “Project Temporary
Traffic Control”.
1-10 Temporary Traffic Control
City of Renton 1-110 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
No adjustment in the lump sum bid amount will be made for overtime Work or for use of
relief flaggers.
1-10.5 Payment
(******)
Section 1-10.5 is replaced with:
Payment for all labor, materials, and equipment described in Section 1-10 will be made in
accordance with Section 1-04.1, for the following bid items when included in the proposal:
“Project Temporary Traffic Control,” Lump Sum.
END OF SECTION 1-10
1-11 Renton Surveying Standards
City of Renton 1-111 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-11 RENTON SURVEYING STANDARDS
(******)
This is a new section as follows:
1-11.1 Description
1-11.1(1) Responsibility for Surveys
All surveys and survey reports shall be prepared under the direct supervision of a person
registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the requirements
established by the Board of Registration for Professional Engineers and Land Surveyors
under the provisions of Chapter 18.43 RCW.
1-11.1(2) Survey Datum and Precision
The horizontal component of all surveys shall have as its coordinate base: The North
American Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a minimum of
two of the City of Renton's Survey Control Network monuments. The source of the
coordinate values used will be shown on the survey drawing per RCW 58.09.070.
The horizontal component of all surveys shall meet or exceed the closure requirements of
WAC 332-130-060. The control base lines for all surveys shall meet or exceed the
requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail
Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA
and ACSM in 1992 or comparable classification in future editions of said document. The
angular and linear closure and precision ratio of traverses used for survey control shall be
revealed on the face of the survey drawing, as shall the method of adjustment.
The horizontal component of the control system for surveys using global positioning system
methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error
analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic
Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic
Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated
August 1, 1989, or comparable classification in future editions of said document.
The vertical component of all surveys shall be based on NAVD 1988, the North American
Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control
Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a
tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of
Renton benchmark does not exist within 3000 feet of a project, one must be set on or near
the project in a permanent manner that will remain intact throughout the duration of the
project. Source of elevations (benchmark) will be shown on the drawing, as well as a
description of any benchmarks established.
1-11.1(3) Subdivision Information
Those surveys dependent on section subdivision shall reveal the controlling monuments
used and the subdivision of the applicable quarter section.
1-11 Renton Surveying Standards
City of Renton 1-112 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
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.
1-11.1(5) Corners and Monuments
Corner: A point on a land boundary, at the juncture of two or more boundary lines. A
monument is usually set at such points to physically reference a corner's location on the
ground.
Monument: Any physical object or structure of record, which marks or accurately references:
• A corner or other survey point established by or under the supervision of an
individual per Section 1-11.1(1) and any corner or monument established by the
General Land Office and its successor the Bureau of Land Management including
section subdivision corners down to and including one-sixteenth corners; and
• Any permanently monumented boundary, right-of-way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
1-11.1(6) Control or Base Line Survey
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.
1-11 Renton Surveying Standards
City of Renton 1-113 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
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 benchmarks shall satisfy all applicable
requirements of Sections 1-05 and 1-11.1.
Vertical surveys for the establishment of benchmarks shall meet or exceed the standards,
Specifications and procedures of third order elevation accuracy established by the Federal
Geodetic Control Committee.
Benchmarks must possess both permanence and vertical stability. Descriptions of
benchmarks 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.
All points occupied or back sighted in developing radial topography or establishing baselines
for station-offset topography shall meet the requirements of Section 1-11.1 herein.
The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be
observed for all topographic surveys.
1-11.1(9) Radial Topography
Elevations for the points occupied or back sighted in a radial topographic survey shall be
determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal
Geodetic Control Committee third order elevation accuracy Specifications, OR 2)
trigonometric leveling with elevation differences determined in at least two directions for
each point and with misclosure of the circuit not to exceed 0.1 feet.
1-11 Renton Surveying Standards
City of Renton 1-114 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
1-11.1(10) Station-Offset Topography
Elevations of the baseline and topographic points shall be determined by spirit leveling and
shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and
shall not exceed 0.1 foot's error as to side shots.
1-11.1(11) As-Built Survey
All improvements required to be "as-built" (post construction survey) per City of Renton
Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be
located both horizontally and vertically by a Radial survey or by a Station offset survey. The
"as-built" survey must be based on the same base line or control survey used for the
construction staking survey for the improvements being "as-built". The "as-built" survey for
all subsurface improvements should occur prior to backfilling. Close cooperation between
the installing Contractor and the "as-builting" surveyor is therefore required.
All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be
based upon control or base line surveys made in conformance with these Specifications.
The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and
submitted with stamped and signed "as-built" drawings which includes a statement certifying
the accuracy of the "as-built".
The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be
observed for all "as-built" surveys.
1-11.1(12) Monument Setting and Referencing
All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or
other recorded survey shall be referenced by a permanent marker at the corner point per
1-11.2(1). In situations where such markers are impractical or in danger of being destroyed,
e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the
extension of the lot line to a tack in lead in the curb. The relationship between the witness
monuments and their respective corners shall be shown or described on the face of the plat
or survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set
in the curbs on the extension of said line with the curb." In all other cases the corner shall
meet the requirements of Section 1-11.2(1) herein.
All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section
1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area,
the monument shall be set below the ground surface and contained within a lidded case
kept separate from the monument and flush with the pavement surface, per Section
1-11.2(3).
In the case of right-of-way centerline monuments all points of curvature (PC), points of
tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of
intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a
monument can be set at the PI instead of the PC and PT of the curve.
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.,
1-11 Renton Surveying Standards
City of Renton 1-115 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
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.
END OF SECTION 1-11
END DIVISION 1
DIVISION 2 EARTHWORK
City of Renton 1-116 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.2 Disposal of Usable Material and Debris
(******)
Section 2-01.2 is supplemented as follows:
The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site.
2-01.3 Construction Requirements
2-01.3(1) Clearing
(******)
This Section is supplemented with the following:
Clearing and grubbing shall be restricted to the minimum amount needed to construct
roadway improvements and shall not exceed the limits established on the Plans, staked by
the Contractor, and approved by the Engineer.
Do not remove trees, shrubs, and other vegetation indicated to remain. Any trees, shrubs,
and other vegetation indicated to remain, which are damaged, shall be replaced in kind at
the Contractor’s expense. Existing landscaping and vegetation outside the limits shall be
protected from damage by the Contractor’s operations. All landscaping damaged by the
contractor’s operations outside the limits shall be replaced in coordination with the property
owner at the Contractor’s expense.
Fill depressions caused by clearing and grubbing operations with satisfactory soil material,
unless further excavation or earthwork is indicated. Place fill material in horizontal layers not
exceeding eight (8) inches in loose depth, and compact each layer to a density equal to
adjacent original ground.
END OF SECTION 2-01
2-02 Removal of Structures and Obstructions
City of Renton 1-117 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.2 Removal of Unforeseen Obstructions and Debris
(******)
This is a new section as follows:
Known obstructions and debris are shown in the plans but other obstructions may not be
shown. The removal and replacement of identified and minor obstructions, whether
identified or not, shall be anticipated and accomplished. Minor obstructions consist of those
ordinarily encountered in the due course of excavation and able to be excavated with
appropriate and typical excavation equipment, including, but not limited to, rocks, boulders,
logs, roots, stumps, concrete, etc. Major obstructions encountered that are not shown in the
Contract Drawings and could not have been foreseen by visual inspection of the site prior to
bidding shall immediately be brought to the attention of the Engineer in writing. Major
obstructions are those which require special equipment, personnel, or an inordinate amount
of time to remove, such as reinforced concrete, structural metal, concrete encased pipes,
vehicles, etc. The Engineer will decide if an obstruction is major and unforeseen and will
make a determination for proceeding with the work. If the Engineer finds that the obstruction
adversely affects the Contractor’s costs or schedule for completion, a proper adjustment to
the Contract will be made in accordance with Section 1-04.4 as amended in the Special
Provisions.
2-02.3 Construction Requirements
2-02.3(3)A Sawcutting
(******)
This is a new section as follows:
Sawcutting may be necessary to remove sections of asphaltic or concrete pavement,
sidewalk, driveway, or curb and gutter. The Contractor shall make a neat vertical sawcut at
locations marked in the field, or as directed by the Engineer. All sawcuts shall be continuous
full-depth, and shall be made with saws specifically equipped for the purpose. Sawcutting of
sidewalk, driveway Skip cutting or jack hampering will be not allowed unless otherwise
approved by the Engineer. Prior to removal of pavement, sidewalk, or curb and gutter, the
Contractor shall walk the site(s) with the Engineer and delineate, with paint, the removal
limits. No materials shall be removed without approval of the removal limits by the Engineer.
The Contractor shall take care to avoid damaging adjacent pavement, sidewalk, driveway,
curb and gutter to remain. Any damage as a result of the Contractor’s operations, shall be
repaired to the satisfaction of the Engineer at no additional cost to the Contracting Agency.
The Contractor shall be responsible for ensuring that special precautions are taken so the
work is conducted in accordance with Washington State Department of Ecology guidelines.
These guidelines prohibit concrete (asphalt or cement) and concrete by-products from being
discharged into any storm drain system or surface water body. Cutting operations will
increase the pH of water, therefore filtering is not acceptable.
Thoroughly clean sawcuts areas by collecting and disposing of all debris, contaminants, and
wastewater in accordance with Department of Ecology best management practices and the
project’s Storm Water Pollution Prevention Plan.
2-02 Removal of Structures and Obstructions
City of Renton 1-118 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2-02.5 Payment
(******)
Supplement this section as follows:
"Sawcutting and Sealing for Permanent Patching and Overlay", per lineal foot.
All costs related to the removal and disposal of structures and obstructions including saw
cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and
included in other items unless designated as specific bid items in the proposal. If
pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as
separate pay items, their removal will be paid for as part of the quantity removed in
excavation. If they are mentioned as a separate item in the proposal, they will be measured
and paid for as provided under Section 2-02.5 and will not be included in the quantity
calculated for excavation.
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
(******)
Section 2-02.3(3) is supplemented as follows:
Existing pavement shall be sawcut and removed at the locations shown on the Plans or as
approved by the Engineer. Removal shall be accomplished by making a neat longitudinal
vertical cut along the boundaries of the area to be removed. Care shall be taken during
removal so as not to damage any of the existing pavement to remain in place. Remaining
pavement damaged due to the Contractor’s operations shall be replaced by the Contractor,
to the satisfaction of the Engineer, at the Contractor’s expense.
When a construction joint is near removal limits, the joint may be used as the removal limit if
approved by the Engineer.
When an area where pavement, sidewalk, or driveway has been removed is to be opened to
traffic before pavement patching has been completed, temporary asphalt concrete patching
shall be required. Temporary patching shall be placed as specified in Section 5-06.
END OF SECTION 2-02
2-03 Roadway Excavation and Embankment
City of Renton 1-119 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
(******)
Supplement this section as follows:
Roadway excavation shall include the removal of all materials excavated from within the
limits shown on the Plans. Suitable excavated material shall be used for embankments,
while surplus excavated material or unsuitable material shall be disposed of by the
Contractor.
Earthwork quantities and changes will be computed, either manually or by means of
electronic data processing equipment, by use of the average end area method. Any
changes to the proposed Work as directed by the Engineer that would alter these quantities
shall be calculated by the Engineer and submitted to the Contractor for their review and
verification.
Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by
the Engineer, shall not be paid for. All Work and material required to return these areas to
their original conditions, as directed by the Engineer, shall be provided by the Contractor at
his sole expense.
All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades
shown on the Plans. In filled and backfilled areas, fine grading shall begin during the
placement and the compaction of the final layer. In cut sections, fine grading shall begin
within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth
and even, without abrupt changes in grade.
Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross
sections, grades and elevations shown. Care shall be taken not to excavate below the
specified grades. The Contractor shall maintain all excavations free from detrimental
quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work.
Following removal of topsoil or excavation to grade, and before placement of fills or base
course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose
areas which may warrant additional compaction or excavation and replacement.
The Contractor shall provide temporary drainage or protection to keep the subgrade free
from standing water.
Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall
be taken to place excavated material at the optimum moisture content to achieve the
specified compaction. Any native material used for fill shall be free of organics and debris,
and have a maximum particle size of 6 inches.
It shall be the responsibility of the Contractor to prevent the native materials from becoming
saturated with water. The measures may include sloping to drain, compacting the native
materials, and diverting runoff away from the materials. If the Contractor fails to take such
preventative measures, any costs or delay related to drying the materials shall be at his own
expense.
2-03 Roadway Excavation and Embankment
City of Renton 1-120 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
If the native materials become saturated, it shall be the responsibility of the Contractor to dry
the materials, to the optimum moisture content. If sufficient acceptable native soils are not
available to complete construction of the roadway embankment, Gravel Borrow shall be
used.
If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as
though a subgrade trimmer were specified.
If sufficient acceptable native soils, as determined by the Engineer, are not available to
complete construction of the roadway embankment, Gravel Borrow meeting the
requirements of Section 9-03.14 of the Standard Specifications, shall be used.
END OF SECTION 2-03
2-04 Haul
City of Renton 1-121 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2-04 HAUL
2-04.5 Payment
(******)
Supplement this section as follows:
All costs for the hauling of material to, from, or on the job site shall be considered incidental
to and included in the unit price of other units of Work.
END OF SECTION 2-04
2-05 Contaminated Soil and Water
City of Renton 1-122 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2-05 CONTAMINATED SOIL AND WATER
(******)
This is a new section as follows:
2-05.1 Description
This work consists of identifying, notifying, handling, transporting, and disposing of
contaminated soil and water generated in connection with the project.
The project area is located near a property located at 73 Burnett Ave S which is listed on the
Model Toxics Control Act (MTCA) Confirmed and Suspected Contaminated Sites List.
2-05.2 Construction Requirements
It shall be the Contractor’s responsibility to properly handle and dispose of contaminated
soils and water in accordance with all permits, regulations, and laws wherever they are
encountered during the course of the work.
The Contractor is responsible for all work, records, and reports required to perform the work
described in this section. Prior to the start of work, the Contractor shall provide a written
Contaminated Soil and Water Handling and Management Plan presenting a detailed
description of the Contractor's proposed method for containment, loading and hauling of
contaminated media that is in accordance with these Contract Documents. The Contractor
shall not undertake direct communication with regulatory agencies regarding waste
designation and shall route all such communications through the City.
2-05.2(1) Health and Safety
The Contractor shall review the available environmental data for the site and inspect the site
to identify potential hazards for workers.
The Contractor shall comply with all safety and health provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA), as amended, including WISHA Safety
and Health Core Rules (296-800 WAC), Respirators (296-842 WAC), and Hazardous Waste
Operations (296-843 WAC); all other applicable Federal, State, county, and local laws,
ordinances and codes; the requirements set forth in Section 1-07 and herein, and any
regulations that may be specified in other parts of this Contract. In case of conflict or
overlap, the provisions more protective of employee safety and health shall apply. Failure to
become thoroughly familiarized with these safety and health provisions shall not relieve the
Contractor of responsibility for compliance with the obligations and requirements set forth
therein.
The Contractor shall be responsible for the health and safety of Contractor’s employees, its
Subcontractors, suppliers, agents, Inspectors, visitors, the general public and any others
providing labor, goods, or other services on the project site.
The Contractor shall have instituted a corporate safety and health program and have (when
required, based on-site conditions) workers who are trained in hazardous waste site safety
and health issues in accordance with 29 CFR 1910.120 of the Federal Register and Chapter
296-843 WAC, and personal protective equipment for employees as needed.
2-05 Contaminated Soil and Water
City of Renton 1-123 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The Contractor shall communicate daily with the Engineer regarding health and safety
issues for the Engineer’s safe conduct of the Engineer’s duties, but such communication
shall not imply any duty or responsibility on the part of the Engineer with regard to health
and safety of Contractor’s employees, its Subcontractors, suppliers, the general public, or
others. The Engineer’s responsibility and duty with regard to health and safety shall be
limited to the Engineer’s employees. The Contractor shall have responsibility and duty to the
Engineer to communicate health and safety issues accurately and in a timely manner to
allow the Engineer to take appropriate actions to protect the Engineer’s employees.
The Contractor shall be responsible for emergency response planning and notification, and
for actual response to any and all emergencies that may occur during the course of the
Work, including emergencies occurring when Contractor is not present at the site.
The Contractor shall be responsible for stability of excavations and embankments caused by
the Contractor’s Work. Contractor shall designate one competent person as defined in
Chapter 296-155 WAC, Part N, to inspect daily and throughout the shift to document
excavation safety conditions and ensure excavation safety prior to any personnel entering
an excavation.
The Contractor shall designate, identify, and cordon off, where necessary, contaminated
excavations and other “exclusion zone” areas at the site as described in the Contractor’s
HASP. Only designated, properly trained personnel shall be allowed in any exclusion zones.
Decontamination activities shall take place in “designated” contamination reduction zones.”
2-05.2(2) Health and Safety Plan and Accident Prevention Program
The Contractor shall develop, implement, maintain, supervise, and be responsible for a
Health and Safety Plan (HASP) and Accident Prevention Program (APP). The HASP shall
be prepared by an American Board of Industrial Hygiene Certified Industrial Hygienist (CIH).
The HASP and APP shall be developed in accordance with the requirements of the current
health and safety guidelines established by the Washington Administrative Code (WAC), the
U.S. Environmental Protection Agency (EPA) Office of Emergency and Remedial Response
— Hazardous Response Support Division, the Occupational Safety and Health
Administration (OSHA), and the Washington Industrial Safety and Health Act (WISHA).
Where these are in conflict, the most stringent requirement shall be followed. The Contractor
shall provide a copy of the HASP and APP to the Engineer a minimum of 10 days following
the Notice of Award. Engineer shall review the HASP and APP and reserve the right to
comment on it, but Engineer shall not be responsible for approval of the Contractor’s HASP
or APP.
2-05.2(3) Contaminated Soil and Groundwater Handling and Management Plan
The Contractor shall develop and submit a Contaminated Soil and Groundwater Handling
and Management Plan a maximum of ten days following the Notice of Award. The Plan shall
include, at a minimum, the following elements:
1. Stockpile construction and maintenance; and
2. Methods of contaminated soil and water treatment or disposal, including groundwater
from dewatering operations per Section 2-15 of these Provisions; and
3. Instructing workers in observing and reporting questionable materials and odors,
such as refuse, creosote-treated wood, oily sheen or color on soils or water, and oily
or chemical odors; and
2-05 Contaminated Soil and Water
City of Renton 1-124 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
4. Identify the individual responsible for implementing the Plan and his/her
qualifications; and
5. Describing the procedures and equipment to monitor compliance; and
6. Developing an emergency medical care and treatment plan consistent with the
HASP; and
7. The name, address, and State and Federal identification number of contaminated soil
and ground water treatment and/or disposal facilities used by the Contractor.
8. Disposal Facility - Name, location, and State and Federal identification number (if
available) of licensed off- site facility(s) for treatment and/or disposal of contaminated
soils.
2-05.2(4) Jobsite Monitoring
The Contractor shall be responsible for the identification of areas of soil and/or ground water
contamination through observations and a continuous monitoring program designed to
detect contaminated soil and ground water. The Contractor shall instruct workers to report
any observations of “suspicious looking” materials and odors, such as an oily sheen on soils
or water, and oily or chemical odors.
In the event the Contractor’s monitoring program detects the presence of a suspicious
material not indicated in the Plans, the Contractor shall immediately notify the Engineer.
Contractor shall test suspected contaminated soils or ground water within two (2) working
days (excluding weekends) of notification, or as otherwise coordinated with Engineer. The
Contractor shall provide analytical results and direction on soil disposition to the Engineer
within three (3) working days (excluding weekends) of sample collection and submittal to the
analytical laboratory.
Following completion of testing to determine the nature of the material, the Engineer will
decide how the material shall be handled and disposed. Options include reuse on-site, off-
site disposal as unsuitable, or off-site disposal/treatment as contaminated soil.
Monitoring, notification, and the time delays specified herein are included in the Base Bid,
no additional compensation will be made for resulting Work delays, stockpiling, moving soil
after it has been excavated and stockpiled, or ancillary costs. Testing will be per each paid
under the “Soil Sampling and Testing” Bid item, per each.
2-05.2(5) Test Sampling
The Contractor shall sample soils at locations of suspected or apparent contamination as
selected by the Engineer. Contractor shall notify Engineer of potential contamination when
encountered in the due course of the work. Sampling locations will then be determined by
Engineer. The Contractor shall send samples to an analytical laboratory for chemical
analysis. The analytical results from the soil samples will be used to determine the levels of
soil contamination and establish soil disposal requirements. Each test shall include testing
for petroleum hydrocarbons by methods NWTPH-G/BTEX and NWTPH-Dx, RCRA metals,
and TCLP metals follow-up as needed, and any other tests required by the disposal facility.
2-05.2(6) Storage
Soils that are to be disposed of off-site should be loaded directly to trucks when possible. All
excavated contaminated soils shall be stockpiled as follows if not loaded immediately for off-
site transport and disposal.
2-05 Contaminated Soil and Water
City of Renton 1-125 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Materials suspected of having contamination must be stockpiled separately from materials
where there are no indications of contamination. The Contractor shall establish separate
stockpiles as necessary for management of excavated materials prior to transport of
excavated materials for on-site use as backfill or off-site disposal.
The Contractor shall be responsible for constructing all stockpiles, and for inspection,
maintenance, modification, and repair of stockpiles. The Contractor shall place soil on 10-mil
(minimum) polyethylene sheeting (e.g., Visqueen), with polyethylene -covered earthen or
straw bale berms as needed to prevent any infiltration or runoff of water. The Contractor
shall cover soil with 6-mil (minimum thickness) polyethylene and sandbags or other suitable
hold-downs (soil or tires are not acceptable). The Contractor shall maintain stockpiles,
berms, and liners to prevent rain or surface water from contacting the soil, as well as
preventing the escape of volatile contaminants, dust, or water from the stockpiled soil.
Stockpiles shall remain covered at all times unless material is being added or removed. Free
liquids within the stockpile shall be controlled by the Contractor so that they are not released
to the environment. The maximum number of days stockpiles can remain is 15, otherwise
stockpiles shall be hauled and disposed of at a lawful site in accordance with Section 2-
OS.3(8).
Alternatively, the Contractor may use covered steel rolloff boxes for soil storage. Rolloff
boxes shall not allow any infiltration of precipitation, or water runoff from the soils.
Containers must have appropriate waste labels or placards. The Contractor is responsible
for decontamination of rolloff boxes as required by the box providers.
The Contractor shall place an appropriate warning signage adjacent to excavated material
stockpiles. Install signs at conspicuous locations immediately adjacent to all stockpiled
materials clearly indicating the nature of stockpiled materials (e.g., hazardous materials,
nonhazardous contaminated materials, backfill materials etc.). The Contractor shall provide
suitable barricades, fencing, signing and other warning and safety devices to protect the
public and other site workers from contaminated materials, open excavations, heavy
equipment, and other construction activities.
Following removal of stockpile materials, the Contractor shall return stockpile areas to
preconstruction conditions, as determined by the Engineer. The Contractor shall remove all
equipment and materials from the site at the conclusion of the job, including polyethylene
sheeting, soil liners, covers, straw bales, personal protective equipment, and other materials
at Contractor expense in accordance with all applicable regulations.
Storage and handling of soils is included in the Base Bid, no additional compensation will be
made for resulting Work delays, moving soil after it has been excavated and stockpiled, or
ancillary costs.
2-05.2(7) Profiling and Manifests
The Contractor shall be responsible for any additional profiling, analysis, or documentation
that may be required by the treatment/disposal facilities for Contaminated Soil. Reports are
available for review from the Contracting Agency that may aid the Contractor with
completing profiling as needed for the disposal/treatment facility.
The Contractor shall prepare all required profile forms and manifests on behalf of the
Contracting Agency, for transportation and disposal of all contaminated materials and
provide the forms to the Engineer for Owner’s/Generator’s signature. Prior to preparing a
2-05 Contaminated Soil and Water
City of Renton 1-126 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
manifest for the Contracting Agency, the Contractor shall obtain Engineer’s approval for
each load of waste material proposed for disposal.
The Contractor shall allow five (5) working days (excluding weekends) for obtaining an
authorized “generator” signature from the Contracting Agency for all manifests or other
forms required by the treatment/disposal facility.
2-05.2(8) Disposal of Excavated Soils
The Engineer reserves the right to contact the treatment/disposal facilities designated by the
Contractor and the appropriate regulatory agencies to verify the information provided by the
Contractor.
The Contractor shall verify that the receiving facility receiving each shipment of waste from
the site meets the following requirements:
1. The facility is fully licensed and permitted to accept the waste by the appropriate
United States of America, County, State and Federal agencies including but not
limited to: county health department, Iocal air pollution control authority, State of
Washington Department of Ecology, and U.S. Environmental Protection agency.
Facilities not holding valid County, State or Federal permits to accept contaminated
soils will not be approved. Landfills and thermal treatment facilities must have a valid
solid waste permit lFl accordance with the provisions of Chapter 70.95 of the
Revised Code of Washington (RCW) Chapter 173- 350 or 173-351 of the
Washington Administrative Code (WAC). Land use permits, stormwater permits,
agency letters of concurrence will not be accepted in lieu of the above-required soil
treatment and/or disposal permits.
2. The facility will provide the treatment and or disposal services indicated and will
accept the quantity and types of waste generated under this Contract within the time
period of performance of this Contract.
3. The facility must not have any significant violations or other environmental conditions
that affect the satisfactory operation of the facility.
The Contractor shall coordinate with the waste disposal facility for loading of contaminated
materials for the project site. The Contractor shall have the sole responsibility of
coordinating the number of trucks, loading operations, and hours for loading and hauling
with the disposal facility. Contractor shall coordinate transportation of contaminated soil with
excavation Work to maintain excavation production rates for completion of the Work in
accordance with the construction milestones.
2-05.2(9) Decontamination
Contractor shall minimize the spread of contaminated materials by decontaminating all
equipment before it leaves an exclusion zone (contaminated area), as defined in the
Contractor’s Health and Safety Plan. Contractor shall dispose of all decontamination water
generated on-site in accordance with all applicable regulations. All equipment
decontamination procedures shall be performed in a decontamination facility as specified in
the approved Contractor’s Contaminated Soil and Groundwater Handling and Management
Plan.
2-05 Contaminated Soil and Water
City of Renton 1-127 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The Contractor shall be responsible for the onsite/off-site management and disposal of all
the Contractor’s and Engineer’s incidental wastes resulting from handling of contaminated
soil and ground water. Incidental contaminated material includes personal protective
equipment (PPE), decontamination water, erosion control materials, residual soil samples,
and other materials (plastic sheeting, wash basins, scrub brushes, rags, etc.)
2-05.2(10) Certification of Waste Weight and Disposal
The Contractor shall prepare and provide the Engineer with copies of waste manifests and
weigh tickets for each shipment of regulated waste from the site indicating each waste
shipment has been received at the disposal facility. Weight, and not volume, shall be used
to measure solid waste quantities for manifest and payment purposes.
The Contractor shall ensure that weigh scales used are approved by an appropriate State
agency.
The Contractor shall submit to Engineer certification of treatment/disposal for all regulated
materials removed from the site within 14 days of removal. The Contractor shall provide the
City with a copy of the shipping manifest or bill of lading indicating the amount of material
hauled to disposal and bearing the disposal site operator's confirmation for receipt of the
material. Manifests shall be provided within one (1) working day of disposal.
2-05.2(11) Contaminated Water
All water that is removed from areas of contamination, including free water that leaches from
contaminated soil stockpiles or water that is suspected of being contaminated, shall be
collected, handled and stored in a manner that prevents the spread of contamination to
adjacent soil or water or other surfaces. The Contractor is responsible for all contaminated
water sampling required to determine appropriate treatment, discharge or disposal.
Sampling results shall be provided to the City whenever samples are taken.
The Contractor shall obtain an Individual Authorization for Construction Dewatering from
King County prior to any discharge of contaminated water to the sewer system. The
Contractor is responsible for obtaining the permit, permit compliance, monitoring, sampling,
fees, renewals, modifications, fines, and all other requirements related to the permit. If
obtained, a copy of the dewatering permit shall be provided to the City before any
excavation activities begin.
The Contractor shall treat contaminated water as required to meet the applicable permit
criteria before discharge to the sanitary sewer or storm sewer. Treated contaminated water
shall only be discharged into an approved collection system with the applicable permits in
place. Dewatering of contaminated water shall never cause or contribute to surcharging of
the King County sewer system or flooding from the City sewer system or storm drain system
onto the ground surface.
END OF SECTION 2-05
2-06 Subgrade Preparation
City of Renton 1-128 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2-06 SUBGRADE PREPARATION
(******)
Section 2-06.2 is a new section:
2-06.2 Subgrade Preparation to be Incidental
Subgrade preparation and maintenance including watering shall be considered as incidental
to the construction and all costs thereof shall be included in the appropriate unit or lump sum
contract bid prices.
Protection of subgrade from excessive moisture and/or disturbance once prepared and
approved by the Engineer shall be considered as incidental to the construction and all costs
thereof shall be included in the appropriate unit or lump sum contract bid prices. Failure to
protect subgrade that results in over-excavation and material replacement directed by the
Engineer shall be paid for by the Contractor and no additional compensation shall be made.
END OF SECTION 2-06
2-09 Structure Excavation
City of Renton 1-129 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2-09 STRUCTURE EXCAVATION
2-09.1 Description
(******)
Supplement this section as follows:
This Work also includes the excavation, haul, and disposal of all unsuitable materials such
as peat, muck, logs, stumps, swampy or other materials defined by the Engineer.
2-09.3 Construction Requirements
2-09.3(1) General Requirements
2-09.3(1)D Disposal of Excavated Material
(******)
Revise this section as follows:
The second paragraph is replaced with:
All costs for disposing of excavated material within or external to the project limits shall be
included in the unit contract price for structure excavation, Class A or B.
The third paragraph is replaced with:
If the Contract includes structure excavation, Class A or B, including haul, the unit contract
price shall include all costs for loading and hauling the material the full required distance,
otherwise all such disposal costs shall be considered incidental to the Work.
2-09.3(3)D Shoring and Cofferdams
(******)
Supplement this section as follows:
Provide adequate shoring safety systems meeting the requirements of the Washington
Industrial Safety and Health Act, Chapter 49.17 RCW for all excavations. Sloping of
excavation sides may be used instead of shoring, sheeting, or bracing to the extent that
such sloping is practical. Sloping of the excavation sides will not be permitted where the
slopes extend past the right-of-way or easement boundary, where the sloping infringes on
other work or existing facilities, or where sloping excessively impacts the surrounding areas,
as determined by the Engineer.
A sheet pile system, if constructed, shall be installed using a variable electric moment
hammer or similar method to limit vibration induced settlement. Settlement shall be
monitored in accordance with the Contract Documents.
The Contractor shall submit Shoring Plans, prior to beginning work, showing proposed
methods and construction details for all construction excavations 4 feet or more in depth in
accordance with Sections 1-05.3. The plan shall be specific to the project, show the type
and location of Structural Shoring and Non-Structural Shoring, and address both
construction of and removal of all shoring required. The Shoring Plan shall include Plans
and calculations prepared by (or under the direction of) a professional engineer licensed
under Title 18 RCW, State of Washington, and shall carry the professional engineer’s
signature and seal. For trench boxes and hydraulic shoring systems, manufacturers certified
plans may be submitted in accordance with Section 2-09.3(4).
2-09 Structure Excavation
City of Renton 1-130 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
When work is complete, the Contractor shall remove structural shoring to at least 4 feet
below final grade.
END OF SECTION 2-09
END DIVISION 2
DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS
City of Renton 1-131 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
5-04 HOT MIX ASPHALT
(******)
Delete Section 5-04, Hot Mix Asphalt and replace it with the following:
5-04 HOT MIX ASPHALT (Non-Statistical, Commercial)
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant-mixed hot mix
asphalt (HMA) on a prepared foundation or base in accordance with these Specifications.
and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The
Contractor shall maintain the existing street surface contours (e.g. street profile and cross
section, etc.), unless otherwise directed by the Engineer. The manufacture of HMA may
include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA
processes include organic additives, chemical additives, and foaming.
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed
in the proportions specified to provide a homogeneous, stable, and workable mixture.
All HMA to be placed in this contract shall be HMA CL. ½” PG 58H-22.
5-04.2 Materials
Materials shall meet the requirements of the following sections:
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti-Stripping Additive 9-02.4
HMA Additive 9-02.5
Aggregates 9-03.8
Recycled Asphalt Pavement 9-03.8(3)B
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
Portland Cement 9-01
Sand 9-03.1(2)
(As noted in 5-04.3(5)C for crack sealing)
Joint Sealant 9-04.2
Foam Backer Rod 9-04.2(3)A
The Contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the
documents do not establish the furnishing of any of these mineral materials by the
Contracting Agency, the Contractor shall be required to furnish such materials in the
amounts required for the designated mix. Mineral materials include coarse and fine
aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of
HMA. The RAP may be from pavements removed under the Contract, if any, or pavement
material from an existing stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional
sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one
sample for every 1,000 tons produced and not less than ten samples per project. The
5-04 Hot Mix Asphalt
City of Renton 1-132 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
asphalt content and gradation test data shall be reported to the Contracting Agency when
submitting the mix design for approval on the QPL. The Contractor shall include the RAP as
part of the mix design as defined in these Specifications.
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder
from different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA
with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the
Engineer for approval the process that is proposed and how it will be used in the
manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates
from stockpiles shall comply with the requirements of Section 3-02.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT process as follows:
Comply with each of the following:
• Develop the mix design in accordance with WSDOT SOP 732.
• Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6).
• Develop a mix design no more than 6 months prior to submitting it for QPL
evaluation.
• Submit mix designs to the WSDOT State Materials Laboratory in Tumwater,
including WSDOT Form 350-042.
• Include representative samples of the materials that are to be used in the HMA
production as part of the mix design submittal.
• Identify the brand, type, and percentage of anti-stripping additive in the mix design
submittal.
• Include with the mix design submittal a certification from the asphalt binder supplier
that the anti-stripping additive is compatible with the crude source and the
formulation of asphalt binder proposed for use in the mix design.
• Do not include warm mix asphalt (WMA) additives when developing a mix design or
submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA)
additives is not part of the process for obtaining approval for listing a mix design on
the QPL. Refer to Section 5-04.2(2)B.
5-04.2(1)A Vacant
5-04.2(2) Mix Design – Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in
the contract documents.
5-04 Hot Mix Asphalt
City of Renton 1-133 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
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 of HMA accepted by
commercial evaluation shall be as approved by the Project Engineer. Sampling and testing
of HMA accepted by commercial evaluation will be at the option of the Project 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.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall
provide one of the following mix design verification certifications for Contracting Agency
review;
• The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of
the mix design verification certifications listed below.
• The proposed HMA mix design on WSDOT Form 350-042 with the seal and
certification (stamp & signature) of a valid licensed Washington State Professional
Engineer.
• The Mix Design Report for the proposed HMA mix design developed by a qualified
City or County laboratory that is within one year of the approval date.**
** The mix design report shall be performed by a lab accredited by a national authority
such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing,
The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the
AASHTO: resource proficiency sample program.
Mix designs for HMA accepted by Nonstatistical evaluation shall;
• Have the aggregate structure and asphalt binder content determined in accordance
with WSDOT Standard Operating Procedure 732 and meet the requirements of
Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the
discretion of the Engineer, and 9-03.8(6).
• Have anti-strip requirements, if any, for the proposed mix design determined in
accordance with AASHTO T 283 or T 324, or based on historic anti-strip and
aggregate source compatibility from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than 12
months from the original verification date with a certification from the Contractor that the
materials and sources are the same as those shown on the original mix design.
Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be
based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial
mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT
QPL or from one of the processes allowed by this section. Testing of the HMA by the
Contracting Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design
level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use.
5-04 Hot Mix Asphalt
City of Renton 1-134 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
ESAL's
The number of ESAL's for the design and acceptance of the HMA shall be *** 4 *** million.
5-04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature or
serve as a compaction aid for producing HMA. Additives include organic additives, chemical
additives and foaming processes. The use of Additives is subject to the following:
• Do not use additives that reduce the mixing temperature more than allowed in
Section 5-04.3(6) in the production of mixtures.
• Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076
to describe the proposed additive and process.
5-04.3 Construction Requirements
5-04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1st through
March 31st of the following year without written concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are less
than those specified below, or when weather conditions otherwise prevent the proper
handling or finishing of the HMA.
Minimum Surface Temperature for Paving
Compacted Thickness
(Feet) Wearing Course Other Courses
Less than 0.10 55°F 45°F
0.10 to 0.20 45°F 35°F
More than 0.20 35°F 35°F
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section
shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving the
intersection or paving across the intersection. During such time, and provided that there has
been an advance warning to the public, the intersection may be closed for the minimum time
required to place and compact the mixture. In hot weather, the Engineer may require the
application of water to the pavement to accelerate the finish rolling of the pavement and to
shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed and signs shall also
be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout the
project. Temporary pavement markings shall be installed on the Roadway prior to opening
to traffic. Temporary pavement markings shall be in accordance with Section 8-23.
All costs in connection with performing the Work in accordance with these requirements,
except the cost of temporary pavement markings, shall be included in the unit Contract
prices for the various Bid items involved in the Contract.
5-04 Hot Mix Asphalt
City of Renton 1-135 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
5-04.3(3) Equipment
5-04.3(3)A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt
binder shall be equipped to heat and hold the material at the required temperatures.
The heating shall be accomplished by steam coils, electricity, or other approved
means so that no flame shall be in contact with the storage tank. The circulating
system for the asphalt binder shall be designed to ensure proper and continuous
circulation during the operating period. A valve for the purpose of sampling the
asphalt binder shall be placed in either the storage tank or in the supply line to the
mixer.
2. Thermometric Equipment – An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
feed line at a location near the charging valve at the mixer unit. The thermometer
location shall be convenient and safe for access by Inspectors. The plant shall also
be equipped with an approved dial-scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved thermometric instrument
placed at the discharge chute of the drier to automatically register or indicate the
temperature of the heated aggregates. This device shall be in full view of the plant
operator.
3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed
the maximum recommended by the asphalt binder manufacturer nor shall it be below
the minimum temperature required to maintain the asphalt binder in a homogeneous
state. The asphalt binder shall be heated in a manner that will avoid local variations
in heating. The heating method shall provide a continuous supply of asphalt binder to
the mixer at a uniform average temperature with no individual variations exceeding
25°F. Also, when a WMA additive is included in the asphalt binder, the temperature
of the asphalt binder shall not exceed the maximum recommended by the
manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped
with a mechanical sampler for the sampling of the mineral materials. The mechanical
sampler shall meet the requirements of Section 1-05.6 for the crushing and
screening operation. The Contractor shall provide for the setup and operation of the
field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2).
5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without entering
the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a
cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions during the work shift include, or are
forecast to include, precipitation or an air temperature less than 45°F or when time from
loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the
HMA.
5-04 Hot Mix Asphalt
City of Renton 1-136 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The contractor shall provide an environmentally benign means to prevent the HMA mixture
from adhering to the hauling equipment. Excess release agent shall be drained prior to filling
hauling equipment with HMA. Petroleum derivatives or other coating material that
contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks,
the conveyer shall be in operation during the process of applying the release agent.
5-04.3(3)C Pavers
HMA pavers shall be self-contained, power-propelled units, provided with an internally
heated vibratory screed and shall be capable of spreading and finishing courses of HMA
plant mix material in lane widths required by the paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current equipment
available from the manufacturer for the prevention of segregation of the HMA mixture
installed, in good condition, and in working order. The equipment certification shall list the
make, model, and year of the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer’s recommendations and
shall effectively produce a finished surface of the required evenness and texture without
tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s
recommendations shall be provided upon request by the Contracting Agency. Extensions
will be allowed provided they produce the same results, including ride, density, and surface
texture as obtained by the primary screed. Extensions without augers and an internally
heated vibratory screed shall not be used in the Traveled Way.
When specified in the Contract or required by the Engineer, reference lines for vertical
control will be required. Lines shall be placed on both outer edges of the Traveled Way of
each Roadway. Horizontal control utilizing the reference line will be permitted. The grade
and slope for intermediate lanes shall be controlled automatically from reference lines or by
means of a mat referencing device and a slope control device. When the finish of the grade
prepared for paving is superior to the established tolerances and when, in the opinion of the
Engineer, further improvement to the line, grade, cross-section, and smoothness can best
be achieved without the use of the reference line, a mat referencing device may be
substituted for the reference line. Substitution of the device will be subject to the continued
approval of the Engineer. A joint matcher may be used subject to the approval of the
Engineer. The reference line may be removed after the completion of the first course of
HMA when approved by the Engineer. Whenever the Engineer determines that any of these
methods are failing to provide the necessary vertical control, the reference lines will be
reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may suspend
Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the
pavement shall be thoroughly removed before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval,
unless other-wise required by the contract. A MTD/V is not required for this contract.
5-04 Hot Mix Asphalt
City of Renton 1-137 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Where an MTD/V is required by the contract, the Engineer may approve paving without an
MTD/V, at the request of the Contractor. The Engineer will determine if an equitable
adjustment in cost or time is due.
When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior
to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform
temperature throughout the mixture. If a windrow elevator is used, the length of the windrow
may be limited in urban areas or through intersections, at the discretion of the Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
5-04.3(3)E Rollers
Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer’s recommendations. When ordered by the Engineer for
any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer’s recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance with
the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the
aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction
of the surface, displacement of the mixture or other undesirable results shall not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall bring
it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
5-04 Hot Mix Asphalt
City of Renton 1-138 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require
the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging
across preleveled areas by the compaction equipment. Equipment used for the compaction
of preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable
matter shall be entirely removed from the existing pavement. All pavements or bituminous
surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign
matter. All holes and small depressions shall be filled with an appropriate class of HMA. The
surface of the patched area shall be leveled and compacted thoroughly. Prior to the
application of tack coat, or paving, the condition of the surface shall be approved by the
Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is
to be placed or abutted; except that tack coat may be omitted from clean, newly paved
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the
existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate
between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application
shall be approved by the Engineer. A heavy application of tack coat shall be applied to all
joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces
that will be paved during the same working shift. The spreading equipment shall be
equipped with a thermometer to indicate the temperature of the tack coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the
Contractor’s operation damages the tack coat it shall be repaired prior to placement of the
HMA.
The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h
emulsified asphalt may be diluted once with water at a rate not to exceed one part water to
one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may
be applied uniformly at the specified rate of application and shall not exceed the maximum
temperature recommended by the emulsified asphalt manufacturer.
All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving
limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from
sticking to them. Diesel shall not be used for this purpose. After application of the
biodegradable soap, all catch basins shall be covered to prevent tack and HMA from
entering into them.
5-04.3(4)A Crack Sealing
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and
greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry and
warm the pavement surfaces within the crack immediately prior to filling a crack with the
sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks
is not required.
5-04 Hot Mix Asphalt
City of Renton 1-139 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the
components and pour the mixture into the cracks until full. Add additional CSS-1 cationic
emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will
completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface
and allow the mixture to cure. Top off cracks that were not completely filled with additional
sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent portland cement, water (if required), and the remainder clean Class
1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and
then poured into the cracks and joints until full. The following day, any cracks or joints that
are not completely filled shall be topped off with additional sand slurry. After the sand slurry
is placed, the filler shall be struck off flush with the existing pavement surface and allowed to
cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements
of Section 1-06 will not apply to the portland cement and sand used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width – fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the
material in accordance with these requirements and the manufacturer’s recommendations.
Furnish a Type 1 Working Drawing of the manufacturer’s product information and
recommendations to the Engineer prior to the start of work, including the manufacturer’s
recommended heating time and temperatures, allowable storage time and temperatures
after initial heating, allowable reheating criteria, and application temperature range. Confine
hot poured sealant material within the crack. Clean any overflow of sealant from the
pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the
cracks with hot poured sealant results in an excessive amount of material on the pavement
surface, stop and correct the operation to eliminate the excess material.
5-04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
A. Cracks ¼ inch to 1 inch in width – fill with hot poured sealant.
B. Cracks greater than 1 inch in width – fill with sand slurry.
5-04.3(4)B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA in
accordance with the details shown in the Plans and as marked in the field. The Contractor
shall conduct the excavation operations in a manner that will protect the pavement that is to
remain. Pavement not designated to be removed that is damaged as a result of the
Contractor’s operations shall be repaired by the Contractor to the satisfaction of the
Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within
5-04 Hot Mix Asphalt
City of Renton 1-140 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
one lane at a time unless approved otherwise by the Engineer. The Contractor shall not
excavate more area than can be completely finished during the same shift, unless approved
by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of
1.0 feet. The Engineer will make the final determination of the excavation depth required.
The minimum width of any pavement repair area shall be 40 inches unless shown otherwise
in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be
removed by a pavement grinder. Excavated materials will become the property of the
Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or
used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application
of tack coat shall be applied to all surfaces of existing pavement in the pavement repair
area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with
the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical
tamper or a roller.
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when being
moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall
be kept separated until they have been delivered to the HMA plant.
5-04.3(5)A Vacant
5-04.3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti-
stripping additives have been introduced into the mixer the HMA shall be mixed until
complete and uniform coating of the particles and thorough distribution of the asphalt binder
throughout the mineral materials is ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 25°F as shown on the reference mix design report or as approved
by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the
discharge temperature of the HMA shall not exceed the maximum recommended by the
manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at
discharge, will be allowed providing the water causes no problems with handling, stripping,
or flushing. If the water in the HMA causes any of these problems, the moisture content shall
be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with approval of
the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for
more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the
Contractor at no expense to the Contracting Agency. The storage facility shall have an
accessible device located at the top of the cone or about the third point. The device shall
indicate the amount of material in storage. No HMA shall be accepted from the storage
5-04 Hot Mix Asphalt
City of Renton 1-141 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
facility when the HMA in storage is below the top of the cone of the storage facility, except
as the storage facility is being emptied at the end of the working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to
entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is
evidence of the recycled asphalt pavement not breaking down during the heating and mixing
of the HMA, the Contractor shall immediately suspend the use of the RAP until changes
have been approved by the Engineer. After the required amount of mineral materials, RAP,
new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA
shall be mixed until complete and uniform coating of the particles and thorough distribution
of the asphalt binder throughout the mineral materials, and RAP is ensured.
5-04.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade and
elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to
distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted
depth of any layer of any course shall not exceed the following:
HMA Class 1” 0.35 feet
HMA Class ¾” and HMA Class ½”
wearing course 0.30 feet
other courses 0.35 feet
HMA Class ⅜” 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for each
JMF shall be placed by separate spreading and compacting equipment. The intermingling of
HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a
work shift shall conform to a single JMF established for the class of HMA specified unless
there is a need to make an adjustment in the JMF.
All cast off rock from raking shall be removed prior to compaction of final HMA lift.
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent,
uncompacted void content and fracture will be evaluated in accordance with Section 3-04.
Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at
the option of the Engineer.
5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
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, temporary pavement, and pavement repair. Other nonstructural applications of
5-04 Hot Mix Asphalt
City of Renton 1-142 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling
and testing of HMA accepted by commercial evaluation will be at the option of the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Engineer
and may be made in accordance with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances – The constituents of the mixture at the time of
acceptance shall be within tolerance. The tolerance limits will be established as follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by
adding the tolerances below to the approved JMF values. These values will also be
the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in
Section 1-06.2(2)D2.
Property Non-Statistical Evaluation Commercial Evaluation
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max. N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
Aggregate Percent
Passing
Non-Statistical
Evaluation
Commercial
Evaluation
1”, ¾”, ½”, and ⅜” sieves +/- 6% +/- 8%
No. 4 sieve +/- 6% +/- 8%
No. 8 sieve +/- 6% +/- 8%
No. 200 sieve +/- 2.0% +/- 3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined from
step (a) the minimum amount necessary so that none of the aggregate properties are
outside the control points in Section 9-03.8(6). The resulting values will be the upper
and lower acceptance limits for aggregates, as well as the USL and LSL required in
Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt
binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will
only be considered if the change produces material of equal or better quality and may
require the development of a new mix design if the adjustment exceeds the amounts
listed below.
a. Aggregates – 2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the
No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for
the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range
of the control points in Section 9-03.8(6).
5-04 Hot Mix Asphalt
City of Renton 1-143 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt
binder content. The maximum adjustment from the approved mix design for the
asphalt binder content shall be 0.3 percent.
5-04.3(9)A Vacant
5-04.3(9)B Vacant
5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced for
each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to
one day’s production or 800 tons, whichever is less except that the final sublot will be a
minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved, the
material produced after the change will be evaluated on the basis of the new JMF for the
remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the
Engineer is satisfied that material conforming to the Specifications can be produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample per
sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer
and in accordance with AASH-TO T 168. A minimum of three samples should be taken for
each class of HMA placed on a project. If used in a structural application, at least one of the
three samples shall to be tested.
Sampling and testing HMA in a Structural application where quantities are less than 400
tons is at the discretion of the Engineer.
For HMA used in a structural application and with a total project quantity less than 800 tons
but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases,
a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of
the three samples will be tested for conformance to the JMF:
• If the test results are found to be within specification requirements, additional testing
will be at the Engineer’s discretion.
• If test results are found not to be within specification requirements, additional testing
of the remaining samples to determine a Composite Pay Factor (CPF) shall be
performed.
5-04 Hot Mix Asphalt
City of Renton 1-144 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested,
compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not
be performed by the Contracting Agency for this contract.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting
Agency will determine a Composite Pay Factor (CPF) using the following price adjustment
factors:
Table of Price Adjustment Factors
Constituent Factor “f”
All aggregate passing: 1½”, 1”, ¾”, ½”, ⅜” and No. 4 sieves 2
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Asphalt binder 40
Air Voids (Va) (where applicable) 20
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 Contract price
with no further evaluation. When one or more constituents fall outside the nonstatistical
tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot
shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum
CPF shall be 1.00. When less than three sublots exist, backup samples of the existing
sublots or samples from the Roadway shall be tested to provide a minimum of three sets of
results for evaluation.
5-04.3(9)C5 Vacant
5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF
is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF
equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total 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 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 (CPF).
5-04 Hot Mix Asphalt
City of Renton 1-145 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
5-04.3(9)C7 Mixture Nonstatistical Evaluation – Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor shall
submit a written request within 7 calendar days after the specific test results have been
received. A split of the original acceptance sample will be retested. The split of the sample
will not be tested with the same tester that ran the original acceptance test. The sample will
be tested for a complete gradation analysis, asphalt binder content, and, at the option of the
agency, Va. The results of the retest will be used for the acceptance of the HMA in place of
the original sublot sample test results. The cost of testing will be deducted from any monies
due or that may come due the Contractor under the Contract at the rate of $500 per sample.
5-04.3(9)D Mixture Acceptance – Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at the
unit Contract price with no further evaluation. When one or more constituents fall outside the
commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be
evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF
shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or
samples from the street shall be tested to provide a minimum of three sets of results for
evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined.
The NCMF 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 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 (CPF).
5-04.3(10) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including
lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a
specified compacted course thickness greater than 0.10-foot, shall be compacted to a
specified level of relative density. The specified level of relative density shall be a Composite
Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2,
using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density
shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density
attained will be determined by the evaluation of the density of the pavement. The density of
the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8,
except that gauge correlation will be at the discretion of the Engineer, when using the
nuclear density gauge and WSDOT SOP 736 when using cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with the
required procedures for measurement by a nuclear density gauge or roadway cores after
completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test
procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix
is placed and prior to opening to traffic.
5-04 Hot Mix Asphalt
City of Renton 1-146 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Roadway cores for density may be obtained by either the Contracting Agency or the
Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches
minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the
Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the
Contractor in the presence of the Engineer on the same day the mix is placed and at
locations designated by the Engineer. If the Contract does not include the Bid item
“Roadway Core” the Contracting Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s
request after the Engineer is satisfied that material conforming to the Specifications can be
produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel
rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the
Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the
minimum of 92 percent of the reference maximum density in a compaction lot with a CPF
below 1.00 and thus subject to a price reduction or rejection, the Contractor may request
that a core be used for determination of the relative density of the sublot. The relative
density of the core will replace the relative density determined by the nuclear density gauge
for the sublot and will be used for calculation of the CPF and acceptance of HMA
compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they shall
be requested by noon of the next workday after the test results for the sublot have been
provided or made available to the Contractor. Core locations shall be outside of wheel paths
and as determined by the Engineer. Traffic control shall be provided by the Contractor as
requested by the Engineer. Failure by the Contractor to provide the requested traffic control
will result in forfeiture of the request for cores. When the CPF for the lot based on the results
of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies
due or that may become due the Contractor under the Contract at the rate of $200 per core
and the Contractor shall pay for the cost of the traffic control.
5-04.3(10)A HMA Compaction – General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction
equipment shall be compacted by other mechanical means. Any HMA that becomes loose,
broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective,
shall be removed and replaced with new hot mix that shall be immediately compacted to
conform to the surrounding area.
5-04 Hot Mix Asphalt
City of Renton 1-147 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The type of rollers to be used and their relative position in the compaction sequence shall
generally be the Contractor’s option, provided the specified densities are attained. Unless
the Engineer has approved otherwise, rollers shall only be operated in the static mode when
the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a
roller shall not be operated in a mode that results in checking or cracking of the mat.
On bridge decks and on roadway approaches within five feet of a bridge/back of pavement
seat, rollers shall not be operated in a vibratory mode, defined as a mode in which the drum
vibrates vertically. However, unless otherwise noted on the plans, rollers may be operated in
an oscillartory mode, defined as a mode in which the drum vibrates in the horizontal
direction only. Refer to contract drawings for HMA Paving Train requirements and
restrictions (e.g. equipment spacing, weight limits, etc.).
5-04.3(10)B HMA Compaction – Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less than
90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer
may evaluate the HMA pavement for low cyclic density, and when doing so will follow
WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-
foot section with two or more density readings below 90 percent of the theoretical maximum
density.
5-04.3(10)C Vacant
5-04.3(10)D HMA Nonstatistical Compaction
5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance
testing performed by the Contracting Agency dividing the project into compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced for
each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to
one day’s production or 400 tons, whichever is less except that the final sublot will be a
minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at
the rate of 5 tests per sublot per WSDOT T 738.
The sublot locations within each density lot will be determined by the Engineer. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the
Engineer is satisfied that material conforming to the Specifications can be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts
shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
5-04 Hot Mix Asphalt
City of Renton 1-148 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative density
that is 92 percent of the reference maximum density the HMA shall be accepted at the unit
Contract price with no further evaluation. When a sublot does not attain a relative density
that is 92 percent of the reference maximum density, the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall
be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with
CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be
evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-
density gauge or cores will be completed as required to provide a minimum of three tests for
evaluation.
For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will
be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by
40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the
quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of
mix.
5-04.3(11) Reject Work
5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected. The
Contractor may propose, in writing, alternatives to removal and replacement of rejected
material. Acceptability of such alternative proposals will be determined at the sole discretion
of the Engineer. HMA that has been rejected is subject to the requirements in Section
1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal
to the Engineer for approval.
5-04.3(11)B Rejection by Contractor
The Contractor may, prior to sampling, elect to remove any defective material and replace it
with new material. Any such new material will be sampled, tested, and evaluated for
acceptance.
5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
appears defective. Material rejected before placement shall not be incorporated into the
pavement. Any rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials unless
the Contractor requests that the rejected material be tested. If the Contractor elects to have
the rejected material tested, a minimum of three representative samples will be obtained
and tested. Acceptance of rejected material will be based on conformance with the
nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75,
no payment will be made for the rejected material; in addition, the cost of sampling and
testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost
of sampling and testing will be borne by the Contracting Agency. If the material is rejected
before placement and the CPF is greater than or equal to 0.75, compensation for the
rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is
greater than or equal to 0.75, compensation for the rejected material will be at the calculated
CPF with an addition of 25 percent of the unit Contract price added for the cost of removal
and disposal.
5-04 Hot Mix Asphalt
City of Renton 1-149 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
5-04.3(11)D Rejection – A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also isolate
from a normal sublot any material that is suspected of being defective in relative density,
gradation or asphalt binder content. Such isolated material will not include an original
sample location. A minimum of three random samples of the suspect material will be
obtained and tested. The material will then be statistically evaluated as an independent lot in
accordance with Section 1-06.2(2).
5-04.3(11)E Rejection - An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is
rejected a minimum of two additional random samples from this sublot will be obtained.
These additional samples and the original sublot will be evaluated as an independent lot in
accordance with Section 1-06.2(2).
5-04.3(11)F Rejection - A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until such
time as the Engineer is satisfied that material conforming to the Specifications can be
produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the
Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95
and the Contractor is taking no corrective action, or
3. When either the PFi for any constituent or the CPF of a lot in progress is less than
0.75.
5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.3(12) Joints
5-04.3(12)A HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing course is
a continuous operation or as close to continuous as possible. Unscheduled transverse joints
will be allowed and the roller may pass over the unprotected end of the freshly laid mixture
only when the placement of the course must be discontinued for such a length of time that
the mixture will cool below compaction temperature. When the Work is resumed, the
previously compacted mixture shall be cut back to produce a slightly beveled edge for the
full thickness of the course.
A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a
transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary
wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or
other methods approved by the Engineer. The wrapping paper shall be removed and the
joint trimmed to a slightly beveled edge for the full thickness of the course prior to
resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut.
Rollers or tamping irons shall be used to seal the joint.
5-04 Hot Mix Asphalt
City of Renton 1-150 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
All transverse (butt) joints between new and existing asphalt shall be milled to the full
overlay depth.
All transverse (butt) joints shall be sealed after paving. See Section 5-04.3(17) for
requirements.
5-04.3(12)A2 Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course immediately below by
not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the
wearing course shall be located at a lane line or an edge line of the Traveled Way. A
notched wedge joint shall be constructed along all longitudinal joints in the wearing surface
of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall
have a vertical edge of not less than the maximum aggregate size or more than ½ of the
compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The
sloped portion of the HMA notched wedge joint shall be uniformly compacted.
5-04.3(12)B Bridge Paving Joint Seals
5-04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of
the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the
bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a
manner that they remain functional for use in aligning the sawcut after placing the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application
procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with the
detail shown in the Standard Plans. Construct the sawcut in accordance with the detail
shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B
and the manufacturer’s application procedure.
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with
Section 5-01.3(8) and the details shown in the Standard Plans.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the wearing
course shall not vary more than ¼ inch from the lower edge of a 10-foot straightedge placed
on the surface parallel to the centerline. The transverse slope of the completed surface of
the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse
slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high place in
the HMA, the pavement surface shall be corrected by one of the following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
5-04 Hot Mix Asphalt
City of Renton 1-151 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater than
the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment. The
Engineer shall deduct from monies due or that may become due to the Contractor the sum
of $500.00 for each and every section of single traffic lane 100 feet in length in which any
excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre-Paving planing
(5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to
the start of paving.
5-04.3(14) Planing (Milling) Bituminous Pavement
The planing plan must be approved by the Engineer and a pre planing meeting must be held
prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing
submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities. The
finished product must be a prepared surface acceptable for receiving an HMA overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not
use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the surface by the Contractor’s
planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by planing,
as determined by the Engineer.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the
Contract or directed by the Engineer, patched and preleveled.
5-04 Hot Mix Asphalt
City of Renton 1-152 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The Engineer may direct additional depth planing. Before performing this additional depth
planing, the Contractor must conduct a hidden metal in pavement detection survey as
specified in Section 5-04.3(14)A.
5-04.3(14)A Pre-Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required by
the Engineer, the Contractor must conduct a physical survey of existing pavement to be
planed with equipment that can identify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s
failure to notify the Engineer of any hidden metal that is detected.
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General
In addition the requirements of Section 1-07.23 and the traffic controls required in Section
1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor
must comply with the following:
1. Intersections:
a. Keep intersections open to traffic at all times, except when paving or planing
operations through an intersection requires closure. Such closure must be kept to
the minimum time required to place and compact the HMA mixture, or plane as
appropriate. For paving, schedule such closure to individual lanes or portions
thereof that allows the traffic volumes and schedule of traffic volumes required in
the approved traffic control plan. Schedule work so that adjacent intersections
are not impacted at the same time and comply with the traffic control restrictions
required by the Traffic Engineer. Each individual intersection closure or partial
closure, must be addressed in the traffic control plan, which must be submitted to
and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an intersection,
consider scheduling and sequencing such work into quarters of the intersection,
or half or more of an intersection with side street detours. Be prepared to
sequence the work to individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary, and no trolley
service is impacted, keep such closure to the minimum time required to place
and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and a
number of Working Days advance notice as determined by the Engineer, to alert
traffic and emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before any
traffic is allowed on it. Traffic is not allowed on newly placed asphalt until
approval has been obtained from the Engineer.
5-04 Hot Mix Asphalt
City of Renton 1-153 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
2. Temporary centerline marking, post-paving temporary marking, temporary stop bars,
and maintaining temporary pavement marking must comply with Section 8-23.
3. Permanent pavement marking must comply with Section 8-22.
5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the
Engineer at least 5 Working Days in advance of each operation’s activity start date. These
plans must show how the moving operation and traffic control are coordinated, as they will
be discussed at the pre-planing briefing and pre-paving briefing. When requested by the
Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch
or larger size Shop Drawings with a scale showing both the area of operation and sufficient
detail of traffic beyond the area of operation where detour traffic may be required. The scale
on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees
sufficient detail is shown.
The planing operation and the paving operation include, but are not limited to, metal
detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying,
staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the
briefing.
When intersections will be partially or totally blocked, provide adequately sized and
noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in
advance. The traffic control plan must show where police officers will be stationed when
signalization is or may be, countermanded, and show areas where flaggers are proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each
day’s traffic control as it relates to the specific requirements of that day’s planing and
paving. Briefly describe the sequencing of traffic control consistent with the proposed
planing and paving sequence, and scheduling of placement of temporary pavement
markings and channelizing devices after each day’s planing, and paving.
2. A copy of each intersection’s traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and staging
areas, including return routes. Describe the complete round trip as it relates to the
sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of paving
equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day’s work, must include
the directions of proposed planing and of proposed paving, sequence of adjacent
lane paving, sequence of skipped lane paving, intersection planing and paving
scheduling and sequencing, and proposed notifications and coordinations to be
timely made. The plan must show HMA joints relative to the final pavement marking
lane lines.
5-04 Hot Mix Asphalt
City of Renton 1-154 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation, or
as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
Contract, the Contractor must be prepared to discuss that day’s operations as they relate to
other entities and to public safety and convenience, including driveway and business
access, garbage truck operations, Metro transit operations and working around energized
overhead wires, school and nursing home and hospital and other accesses, other
contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency
services. The Contractor, and Subcontractors that may be part of that day’s operations,
must meet with the Engineer and discuss the proposed operation as it relates to the
submitted planing plan and paving plan, approved traffic control plan, and public
convenience and safety. Such discussion includes, but is not limited to:
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control and
signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing operations, as
applicable, as it relates to traffic control, to public convenience and safety, and to
other contractors who may operate in the Project Site.
d. Notifications required of Contractor activities, and coordinating with other entities and
the public as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed
g. Description of procedures and equipment to identify hidden metal in the pavement,
such as survey monumentation, monitoring wells, street car rail, and castings, before
planning, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving, and related
operations.
i. Description of sequencing of traffic controls for the process of rigid pavement base
repairs.
j. Other items the Engineer deems necessary to address.
2. Paving – additional topics:
a. When to start applying tack and coordinating with paving.
5-04 Hot Mix Asphalt
City of Renton 1-155 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
b. Types of equipment and numbers of each type equipment to be used. If more pieces
of equipment than personnel are proposed, describe the sequencing of the
personnel operating the types of equipment. Discuss the continuance of operator
personnel for each type equipment as it relates to meeting Specification
requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor will
ensure different JMFs are distinguished, how pavers and MTVs are distinguished if
more than one JMF is being placed at the time, and how pavers and MTVs are
cleaned so that one JMF does not adversely influence the other JMF.
d. Description of contingency plans for that day’s operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other sampling
and testing.
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with
Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to
opening to traffic.
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where staked
by the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.3(17) Construction Joint Sealing
Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5)
calendar days after final rolling of the final lift of HMA. The seal shall be CSS-1 emulsified
asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with
roadway surface with minimal overbanding. This work is considered incidental to the bid
item “HMA CL. ½” PG 58H-22”.
5-04.3(18) Incidental Uses for HMA
Incidental uses for HMA shall consist of restoration and adjustment to paved areas and
other such uses as directed by the Engineer. Incidental uses for HMA shall be measured
and paid under the “HMA CL. ½” PG 58H-22” bid item for the overlay related HMA.
5-04.3(19) Vacant
5-04.3(20) Vacant
5-04.3(21) Temporary Pavement Marking
The furnishing and installing of temporary pavement marking shall be as described in
Section 8-23. Should the Engineer direct the Contractor to provide temporary pavement
marking, it shall be short duration. This work is considered incidental to the bid item “Project
Temporary Traffic Control”.
5-04.4 Measurement
HMA for ___ Cl. ___ PG ___ will be measured by the ton in accordance with Section 1-09.2,
with no deduction being made for the weight of asphalt binder, mineral filler, or any other
component of the mixture. If the Contractor elects to remove and replace mix as allowed by
Section 5-04.3(11), the material removed will not be measured.
5-04 Hot Mix Asphalt
City of Renton 1-156 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Roadway cores will be measured per each for the number of cores taken.
Preparation of untreated roadway will be measured by the mile once along the centerline of
the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes,
service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile.
Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01
mile or by the square yard, whichever is designated in the Proposal.
Pavement repair excavation will be measured by the square yard of surface marked prior to
excavation.
Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2.
Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton,
whichever is designated in the Proposal.
Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.
Longitudinal joint seals between the HMA and cement concrete pavement will be measured
by the linear foot along the line and slope of the completed joint seal.
Planing bituminous pavement will be measured by the square yard.
Temporary pavement marking will be measured by the linear foot as provided in Section
8-23.4.
Water will be measured by the M gallon as provided in Section 2-07.4.
5-04.5 Payment
Payment will be made for each of the following Bid items that are included in the Proposal:
“HMA for Trench Patch, Cl. ___ PG ___”, per ton.
“HMA for Overlay, Cl. ___ PG ___”, per ton.
The unit Contract price per ton for “HMA for Trench Patch, Cl. ___ PG ___” and “HMA for
Overlay, Cl. ___ PG ___” shall be full compensation for all costs, including anti-stripping
additive, incurred to carry out the requirements of Section 5-04 except for those costs
included in other items which are included in this Subsection and which are included in the
Proposal.
“Preparation of Untreated Roadway”, per mile.
The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for
all Work described under 5-04.3(4) , with the exception, however, that all costs involved in
patching the Roadway prior to placement of HMA shall be included in the unit Contract price
per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not
include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared
as specified, but the Work shall be included in the Contract prices of the other items of
Work.
“Preparation of Existing Paved Surfaces”, per mile.
5-04 Hot Mix Asphalt
City of Renton 1-157 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all
Work described under Section 5-04.3(4) with the exception, however, that all costs involved
in patching the Roadway prior to placement of HMA shall be included in the unit Contract
price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does
not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be
prepared as specified, but the Work shall be included in the Contract prices of the other
items of Work.
“Crack Sealing”, by force account.
“Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the
purpose of providing a common Proposal for all Bidders, the Contracting Agency has
entered an amount in the Proposal to become a part of the total Bid by the Contractor.
“Pavement Repair Excavation Incl. Haul”, per square yard.
The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be
full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with
the exception, however, that all costs involved in the placement of HMA shall be included in
the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton.
“Asphalt for Prime Coat”, per ton.
The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs
incurred to obtain, provide and install the material in accordance with Section 5-04.3(4).
“Prime Coat Agg.”, per cubic yard, or per ton.
The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for
furnishing, loading, and hauling aggregate to the place of deposit and spreading the
aggregate in the quantities required by the Engineer.
“Asphalt for Fog Seal”, per ton.
Payment for “Asphalt for Fog Seal” is described in Section 5-02.5.
“Longitudinal Joint Seal”, per linear foot.
The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for
all costs incurred to perform the Work described in Section 5-04.3(12).
“Planing Bituminous Pavement”, per square yard.
The unit Contract price per square yard for “Planing Bituminous Pavement” shall be full
payment for all costs incurred to perform the Work described in Section 5-04.3(14).
“Temporary Pavement Marking”, per linear foot.
Payment for “Temporary Pavement Marking” is described in Section 8-23.5.
“Water”, per M gallon.
Payment for “Water” is described in Section 2-07.5.
“Job Mix Compliance Price Adjustment”, by calculation.
“Job Mix Compliance Price Adjustment” will be calculated and paid for as described in
Section 5-04.3(9)C6.
“Compaction Price Adjustment”, by calculation.
5-04 Hot Mix Asphalt
City of Renton 1-158 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
“Compaction Price Adjustment” will be calculated and paid for as described in Section
5-04..3(10)D3.
“Roadway Core”, per each.
The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall
be incidental and included within the unit Bid price per each and no additional payments will
be made.
“Cyclic Density Price Adjustment”, by calculation.
“Cyclic Density Price Adjustment” will be calculated and paid for as described in Section
5-04.3(10)B.
Asphalt Cost Price Adjustment
The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a
payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will
be applied to partial payments made according to Section 1-09.9 for the following bid items
when they are included in the proposal:
“HMA for Trench Patch, Cl. ___ PG ___”
“HMA for Overlay, Cl. ___ PG ___”
The adjustment is not a guarantee of full compensation for changes in the cost of asphalt
binder. The Contracting Agency does not guarantee that asphalt binder will be available at
the reference cost.
The Contracting Agency will establish asphalt binder reference costs twice each month and
post the information on the Agency website at: https://wsdot.wa.gov/business-wsdot/how-
do-business-us/public-works-contracts/payments-reporting/asphalt-binder-reference-cost.
The reference cost will be determined using posted prices furnished by Poten & Partners,
Inc. If the selected price source ceases to be available for any reason, then the Contracting
Agency will select a substitute price source to establish the reference cost.
Price adjustments will be calculated one time per month. No price adjustment will be made if
the Current Reference Cost is within +/-5% of the Base Cost. Reference costs for projects
located in Eastern versus Western Washington shall be selected from the column in the
WSDOT website table labeled “Eastern”, or “Western”, accordingly. The adjustment will be
calculated as follows:
If the reference cost is greater than or equal to 105% of the base cost, then
Asphalt Cost Price Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x
(Q x 0.056).
If the reference cost is less than or equal to 95% of the base cost, then
Asphalt Cost Price Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x
(Q x 0.056).
Where:
Current Reference Cost is selected from the website table based on the “Date
Effective” that immediately precedes the current month’s progress estimate end date.
For work completed after all authorized working days are used, the adjustment will
be based on the posted reference cost during which contract time was exhausted.
5-04 Hot Mix Asphalt
City of Renton 1-159 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Base Cost is selected from the website table based on the “Date Effective” that
immediately precedes the contract bid opening date, and shall be a constant for all
monthly adjustments.
Q = total tons of all classes of HMA paid in the current month’s progress payment.
“Asphalt Cost Price Adjustment”, by calculation.
“Asphalt Cost Price Adjustment” will be calculated and paid for as described in this section.
For the purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount in the proposal to become a part of the total bid by the Contractor.
END OF SECTION 5-04
5-06 Temporary Restoration in Pavement Area
City of Renton 1-160 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
5-06 TEMPORARY RESTORATION IN PAVEMENT AREA
(******)
Section 5-06 is new Section with subsections:
5-06.1 Description
Pavement areas that have been removed by construction activities must be restored by the
Contractor prior to use by vehicular or pedestrian traffic. These areas include paving over
excavated roadway and utility trenches, to provide paved access to private properties, and
ramps for pedestrian access.
Temporary pavement shall be placed around trench plates or other devices used to cover
construction activities in a manner that provides a smooth and safe transition between
surfaces.
5-06.2 Materials
Hot mix asphalt patching shall be used for all temporary trench patching within the traveled
way. Cold mix asphalt is allowed for temporary paving outside the traveled way. The cold
mix asphalt shall be EZ Street or approved equal. All temporary paving shall be placed with
a minimum thickness of 2 inches.
Temporary pavement material that does not form a consolidated surface after compaction
shall be considered unsuitable and shall be removed from the site. Unsuitable temporary
pavement shall be disposed of offsite.
5-06.3 Construction Requirements
The Contractor shall maintain temporary asphalt patches during the work to the satisfaction
of the governing road agency and the Engineer, until said patch is replaced with permanent
hot mix patch. The completed pavement shall be free from ridges, ruts, bumps, depressions,
objectionable marks, or other irregularities. The Contractor shall immediately repair, patch,
or remove any temporary pavement that does not provide a flat transition between existing
pavement areas.
All temporary paving shall be approved by the Engineer before placement. Placement of
temporary pavement without prior approval of the Engineer shall be considered as a benefit
of the Contractor and no cost to the owner. Any areas of temporary pavement to be
removed and replaced shall also be approved by the Engineer before placement. This work
shall also include the removal of the temporary pavement prior to paving of final asphalt
concrete pavement. The permanent hot mix asphalt patch shall be placed and sealed as
specified in Section 5-04.
All temporary asphalt pavement shall be removed from the site by the end of the
project and shall not be used as permanent asphalt pavement or subgrade material.
END OF SECTION 5-06
END DIVISION 5
DIVISION 6 STRUCTURES
City of Renton 1-161 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
6-03 STEEL STRUCTURES
6-03.2 Materials
(******)
Supplement this section as follows:
Materials shall meet the requirements of the following sections:
Structural Sections
(Plates, angles channels)
ASTM A36, Galvanized
Structural Tubes ASTM A500, Grade B, Galvanized
Bolts A307, Galvanized per A153
Anchor Rods A36, Galvanized per A153
Nuts & Washers A563, Galvanized per A153
6-03.3 Construction Requirements
6-03.3(7) Shop Plans
(******)
Supplement this section as follows:
Prior to fabrication of the steel HSS structures, the Contractor shall submit 3 copies of shop
drawings of the structure to the Engineer for approval. As a minimum the shop drawings
shall include:
Steel material type & member sizes
Finishes
Layout drawings
Dimensional drawings
Hardware details & specifications
6-03.3(11) Workmanship and Finish
(******)
Supplement this section as follows:
All steel members, shapes, bolts, and accessories exposed to weather, earth, or moisture
shall be hot dip galvanized unless otherwise noted.
6-03.3(25) Welding
(******)
Delete and replace this section as follows:
All shop and field welding shall be in accordance with AWS D 1.1. All welding shall be
performed by Washington Association of Building Officials (WABO) certified welders.
END OF SECTION 6-03
END DIVISION 6
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS
City of Renton 1-162 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-01 DRAINS
7-01.1 Description
(******)
Revise the second paragraph in this section as follows:
This Work consists of constructing drain pipe in accordance with the Plans, these
Specifications and Standard Plans, at the locations staked.
7-01.2 Materials
(******)
Revise the second paragraph in this section as follows:
Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt
Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc
coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl
chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the
Plans specify the type to be used.
7-01.3 Construction Requirements
7-01.3(1) Drain Pipe
(******)
Supplement this section as follows:
PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as
described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be
jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the
manufacturer of the tubing.
7-01.4 Measurement
(******)
Supplement this section as follows:
When the Contract does not include "Structure Excavation Class B" or "Structure Excavation
Class B Including Haul" as a pay item all costs associated with these items shall be included
in other contract pay items.
END OF SECTION 7-01
7-02 Culverts
City of Renton 1-163 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-02 CULVERTS
7-02.2 Materials
(******)
Revise the second paragraph in this section as follows:
Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe,
pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with
Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum
is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. Where plain or
reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood
that reference is also made to PVC.
END OF SECTION 7-02
7-04 Storm Sewers
City of Renton 1-164 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-04 STORM SEWERS
7-04.2 Materials
(******)
Supplement the first paragraph list in this section as follows:
Unless a pipe material is specifically called out on the Plans, materials shall meet the
following requirements:
Size Pipe Material Allowed Specification
8-36”
Polypropylene Storm Sewer Pipe
Ductile Iron Pipe
C900 PVC Storm Sewer Pipe (AWWA)
9-05.24(1)
9-05-13
9-30.1(5)A
Where bends are specifically called out on the plans, they shall be of the same material and
manufacturer as the main pipe and meet the manufacturer’s recommendations.
Supplement the second paragraph of this section as follows:
The Contractor shall require pipe suppliers to furnish certificates signed by their authorized
representative, stating the specifications to which the materials or products were
manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer
for approval. Certificates showing nonconformance with the Contract shall be sufficient
evidence for rejection. Approval of certificates shall be considered only as tentative
acceptance of the materials and products, and such action by Engineer will not relieve
Contractor of his/her responsibility to perform field tests and to replace or repair faulty
materials, equipment, and/or workmanship and Contractor’s own expense.
Supplement this section as follows:
Dense foam shall meet 9-05.52 of these Special Provisions.
Direct Pipe Tee Connections
Direct pipe tee connections for use in gravity-flow storm drainage direct connections to pipe
shall be by Nyloplast PVC fitting, as manufactured by Nyloplast and shall conform to ASTM
D1784. Nyloplast product shall provide a watertight connection which conforms to ASTM
D3212 for joints and drain and sewer plastic pipe using flexible elastomeric seals
conforming to ASTM F 477. The PVC glue and primer used in the assembly of components
shall conform to ASTM D 2564 and ASTM F 656.
7-04.3 Construction Requirements
7-04.3(1) Cleaning and Testing
7-04.3(1)A General
(******)
Supplement this section as follows:
7-04 Storm Sewers
City of Renton 1-165 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Before testing begins and in adequate time to obtain approval through submittal process,
prepare and submit test plan for approval by Engineer. Include testing procedures, methods,
equipment, and tentative schedule. Obtain advance written approval for any deviations from
Drawings and Specifications.
Repair, correct, and retest sections of pipe which fail to meet specified requirements when
tested.
Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet
of installed pipeline remains untested at one time. Perform testing under observation of
Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if
needed to test pipe.
All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness.
Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM
C1103. For the installation of any flexible pipe larger than 30-inches in diameter, the
Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in
the installation methods and practices for the specific pipe product used on this project, as
well as on the installation practices for flexible pipelines in general. The manufacturer’s
representative shall be present full time on site during the construction of the first 300 feet of
pipe installation, and part-time, as required, thereafter until the entire pipeline installation is
complete. The manufacturer’s representative shall observe pipe foundation, pipe installation,
placement and compaction of pipe zone bedding and backfill, and testing procedures. The
manufacturer’s representative shall notify Engineer and Contractor of any non-conforming
installation, identifying the manufacturer recommended corrective action(s), within 24 hours
of such occurrence.
All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel
through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall not
exceed 5%. Mandrel testing shall conform to ASTM D3034, and be performed no sooner
than 30 days after backfilling and prior to final acceptance testing of the segment. Submit
test results to the Engineer.
Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside
diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside
diameter of mandrel, shall be average outside diameter minus two minimum wall
thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled
pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance
packages" shall not be considered in mandrel sizing.
Rigid mandrel shall be constructed of metal or rigid plastic material that can
withstand 200 psi without being deformed. Mandrel shall have nine or more "runners"
or "legs" as long as total number of legs is odd number. Barrel section of mandrel
shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall
not have adjustable or collapsible legs which would allow reduction in mandrel
diameter during testing. Provide and use proving ring for modifying each size
mandrel.
Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide
bar steel to diameter 0.02 inches larger than approved mandrel diameter.
If a rigid mandrel is not available, the Contractor may substitute a round steel bar
meeting #3 above.
7-04 Storm Sewers
City of Renton 1-166 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-04.3(2) Abandon in Place Existing Storm Sewer Pipes
(******)
This is a new section as follows:
Where it is defined on the plan set or where designated by the engineer, existing storm
sewer pipes shall be abandoned in place. Pipes 10-inches and smaller shall be abandoned
with 3,000 psi cement concrete plugs reaching into the pipe at least 12-inches in depth at
each end where exposed or accessible. Pipes 12-inches and larger shall be abandoned by
filling the pipe with a controlled density fill (CDF), or approved equivalent, for the full length
of the abandoned pipe. Care shall be used in placing the fill within the pipe and that pipe
condition is considered when placing material to fill pipe completely and thoroughly without
causing failure. Where the abandoned in place pipe connects to an active existing manhole
the pipe shall be filled flush with the pipe end or flush with the inside wall of the existing
manhole.
The mix design and method of installation shall be provided to the Project Engineer at least
three (3) days prior to planning construction and approved by the Engineer prior to
beginning the operation (See Section 9-03.22 for Controlled Density Fill requirements).
7-04.3(3) CCTV Inspection
(******)
This is a new section as follows:
All storm drain main lines constructed as part of this project (public and private) shall be
inspected by the use of closed-circuit television (CCTV) before substantial completion. The
costs incurred in making the inspection shall be paid for under “CCTV Inspection” unless
otherwise specified in the contract documents.
All CCTV inspections for storm drain lines shall conform to Section 7-17.3(2)H.
The Contractor shall bear all cost incurred in correcting any deficiencies found during
television inspection including the cost of any additional television inspection that may be
required by the Engineer to verify the correction of said deficiency.
The Contractor shall be responsible for all costs incurred in any television inspection
performed solely for the benefit of the Contractor.
7-04.3(4) Direct Pipe Connections
(******)
This is a new section as follows:
Field Pipe and Joint Performance: To assure water tightness, field performance verification
may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM
C1103. Appropriate safety precautions must be used when field-testing any pipe material.
Contact the manufacturer for recommended leakage rates.
Installation shall be accordance with the manufacturer’s recommended installation
guidelines. Backfill around the pipe fittings for service connection shall be, at a minimum, of
the same material type and compaction level as specified for the mainline pipe installation.
7-04 Storm Sewers
City of Renton 1-167 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-04.3(5) Temporary Stormwater Diversion
(******)
This is a new section as follows:
It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer
system throughout the duration of the project without any disruption of service until the new
storm drain has been accepted by the City to receive stormwater flows, and connections are
made between the existing and new storm based on scheduling approved by the Engineer.
A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak
flow during construction. The 2-year peak flow at various locations shall be provided in the
contract documents or, at minimum, the flow rates found in the following table.
Existing Storm Water Pipe Diameter (in) Minimum Temporary Bypass Flow (gpm)
6 20
8 50
10 80
12 130
15 240
18 400
21 600
24 900
30 1,500
36 2,500
48 5,400
The Contractor shall submit proposed methods for providing the diversions to the Engineer
for approval prior to construction. The diversions shall have the least impact on property
owners and traffic flow through the site. The diversions shall be installed, operated, and
maintained only when needed where the existing storm drain system must be demolished to
allow construction of the new system. Where shown on the Plans, Contractor shall time work
of bypasses during period of anticipated no or little rain.
If bypass pumping is provided, it shall be scheduled for continuous operation with backup
equipment available at all times for periods of maintenance and refueling or failure of the
primary bypass pump(s) or diversion system.
The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance
with Section 1-05. The Contractor’s bypass operation shall be sized to handle, at a
minimum, the flow rates specified above. The Contractor’s plan shall be reviewed by the City
before the plan is implemented. The review of the flow diversion plan shall, as well as the
Contractor’s proposed size of the bypass, in no way relieve the Contractor of his
responsibility to provide a bypass system that conveys encountered flows without property
damage or damage to the project or construction area. As risk associated with sizing the
bypass and impacts to construction is born by the Contractor.
END OF SECTION 7-04
7-05 Manholes, Inlets, and Catch Basins
City of Renton 1-168 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-05 MANHOLES, INLETS, AND CATCH BASINS
7-05.3 Construction Requirements
(******)
Supplement this section as follows:
All manholes shall be in accordance with the Standard Plans unless pre-approved City or
WSDOT details do not exist, then Shop Drawings and Calculations shall be submitted in
accordance with Section 9-05.50.
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
(******)
Supplement this section as follows:
The Contractor shall construct manholes to provide adjustment space for setting cover and
casting to a finished grade as shown on the Construction Plans. Manhole ring and covers
shall be adjusted to the finished elevations per standard plans prior to final acceptance of
the Work. Manholes in unimproved areas shall be adjusted to 6” above grade.
Adjustment in unpaved streets
Manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or
gravel shall be constructed to a point approximately eight inches below the subgrade and
covered with a temporary wood cover. Existing manholes shall be cut off and covered in a
similar manner. The Contractor shall carefully reference each manhole so that they may be
easily found upon completion of the street Work. After placing the gravel or crushed stone
surfacing, the manholes and manhole castings shall be constructed to the finished grade of
the roadway surface. Excavation necessary for bringing manholes to grade shall center
about the manhole and be held to the minimum area necessary. At the completion of the
manhole adjustment, the void around the manhole shall be backfilled with materials which
result in the section required on the typical roadway section, and be thoroughly compacted.
Adjustment in cement concrete pavement
Manholes, catch basins, and similar structures shall be constructed and adjusted in the
same manner as outlined above except that the final adjustment shall be made and cast iron
frame be set after forms have been placed and checked. In placing the concrete pavement,
extreme care shall be taken not to alter the position of the casting in any way.
Adjustment in asphalt concrete pavement
Manholes shall not be adjusted until the pavement is completed, at which time the center of
each manhole shall be carefully relocated from references previously established by the
Contractor. The manhole shall then be brought to proper grade utilizing the same methods
of construction as for the manhole itself. The cast iron frame shall be placed on the concrete
grade rings and mortar. The complete patch shall match the existing paved surface for
texture, density, and uniformity of grade. The joint between the patch and the existing
pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and
shall be immediately covered with dry paving sand before the asphalt cement solidifies.
7-05 Manholes, Inlets, and Catch Basins
City of Renton 1-169 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Adjustment of inlets
The final alignment and grade of cast iron frames for new and old inlets to be adjusted to
grade will be established from the forms or adjacent pavement surfaces. The final
adjustment of the top of the inlet will be performed in similar manner to the above for
manholes. On asphalt concrete paving projects using curb and gutter section, that portion of
the cast iron frame not embedded in the gutter section shall be solidly embedded in asphalt
also. The concrete shall extend a minimum of six inches beyond the edge of the casting and
shall be left 2 inches below the top of the frame so that the wearing course of asphalt
concrete pavement will butt the cast iron frame. The existing concrete pavement and edge
of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure
shall be constructed in the same manner and of the same material as that required for new
inlets. The inside of the inlets shall be mortared.
Adjustment in monuments and cast-iron frame and cover
Monuments and monument castings shall be adjusted to grade in the same manner as for
manholes.
Adjustment in valve box castings
Adjustments of valve box castings shall be made in the same manner as for manholes.
7-05.3(2) Abandon Existing Manholes
(******)
Revise this section as follows:
Where it is required that an existing manhole be abandoned, the structure shall be broken
down to a depth of at least 4 feet below the revised surface elevation, all connections
plugged according to 7-08.3(4), unless another method is specified on the plan set or by the
engineer; the manhole base shall have a minimum of four 2-inch drainage holes in the
bottom of the manhole to prevent standing water, unless filled with CDF; and the manhole
filled with sand or gravel borrow as per section 9-03.14(1) and compacted to 90 percent
density as specified in Section 2-03.3(14)C or filled with CDF per Engineers approval.
Debris resulting from breaking the upper part of the manhole may be mixed with the sand
subject to the approval of the Engineer. The ring and cover shall be salvaged, and all other
surplus material disposed of.
Notify Project Engineer if pipes are found which are not identified on the plan set and require
plugging for manhole abandonment.
7-05.3(3) Connections to Existing Structures
(******)
Supplement this section as follows:
Where shown on the Plans, new storm drain pipes shall be connected to existing line, catch
basin, curb inlets and, or, manholes. The Contractor shall be required to core drill into the
structure, shape the new pipe to fit and re-grout the opening to provide watertight seal.
Where directed by the Engineer, or where shown on the Plans, additional structure
channeling will be required.
7-05 Manholes, Inlets, and Catch Basins
City of Renton 1-170 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Where shown on the Plans, new sewer pipes shall be connected to existing manholes and
sewer pipes. Connections to existing sanitary sewer manholes shall be core drilled.
Couplings shall be equal to “Kor-n-Seal” boots or GPK sanded adapters. Existing sanitary
sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the
new pipe configuration and as shown on the Construction Plans.
Connections to existing sanitary sewer pipes shall be made with a ductile iron sleeve-style
coupling, ROMAC or approved equal, conforming to ASTM C219 and sized specifically for
the pipe size and materials being connected.
Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be
equal to “Kor-n-Seal” boots. Existing sanitary sewer manholes shall be cleaned, repaired,
and re-channeled as necessary to match the new pipe configuration and as shown on the
Construction Plans.
A "connection to existing" item will be allowed at any connection of a new line to an existing
structure. No "connection to existing" will be accepted at the location of new installation,
relocation and adjustment of line manholes, catch basins, or curb inlets.
Any damage to existing pipe or structure that is to remain in place resulting from the
Contractor's operations shall be repaired or replaced at her/his own expense.
7-05.3(4) Drop Manhole Connection
(******)
Delete and replace this section as follows:
Drop manhole connections shall be constructed in accordance with the Plans. All pipes and
fittings shall be similar size and material as incoming mainline.
Drop bowl and hood shall be Reliner Drop Bowl, or approved equal, constructed of marine
grade fiberglass and mounted directly to the manhole wall. The bowl shall be designed by
the manufacturer and sized such that full pipe flow from the incoming pipe can pass through
a drop pipe of equal or greater size without overtopping the bowl. The hood shall be
installed with nuts and bolts such that it may be easily removed if required. Pipe supports,
nuts, bolts, and other appurtenances required to install the drop bowl, drop pipe, and flexible
coupling shall be Grade 316 stainless steel.
7-05.3(5) Manhole Coatings
(******)
This is a new section as follows:
All interior surfaces of new precast concrete sanitary sewer manholes shall be shop coated
in accordance with 9-08.9(1). Coating shall be applied in accordance with manufacturer’s
recommendations in a controlled environment before arriving on site. Field applications of
interior coating will not be accepted.
END OF SECTION 7-05
7-06 Construction Dewatering
City of Renton 1-171 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-06 CONSTRUCTION DEWATERING
(******)
This is a new section as follows:
7-06.1 Description
This section specifies the definition, responsibilities, and execution for control of water.
Control of water shall consist of the design, furnishing, installation, operation, maintenance,
monitoring, and removal of a dewatering system or systems to achieve proper completion of
all work performed under this Contract.
Work covered in this section includes temporary dewatering provisions including all labor,
materials, tools, equipment and performing all incidentals necessary to dewater the
excavations, structures, and other work areas during construction. Dewatering includes
removal and proper discharge of all water, including, but not limited to, groundwater, surface
water, and precipitation.
7-06.2 Construction Requirements
Before the commencement of any dewatering, the Contractor shall obtain acceptance by the
Engineer for the design, materials, method, installation, and operation and maintenance
details of the dewatering system(s) and monitoring system the Contractor plans to install.
Acceptance by the Engineer of the design, materials, method, installation, and operation
and maintenance details submitted by the Contractor shall not in any way relieve the
Contractor from responsibility for errors therein or from the entire responsibility for complete
and adequate design, materials, installation, operation, maintenance, and performance of
the system in controlling the water level in the excavated areas and for control of the
hydrostatic pressures to the depths specified. The Contractor shall bear sole responsibility
for proper design, installation, operation, maintenance, and any failure of any component of
the dewatering system for the duration of this Contract.
Before the commencement of any dewatering, the Contractor shall obtain the necessary
State and County permit(s) to discharge dewatering water.
The Contractor shall provide, operate, maintain, and decommission the dewatering systems
that consist of trench sumps; deep wells and, or, wellpoints; and a monitoring system. The
Contractor shall control ground water as to prevent softening of the bottom of excavations,
or formation of “quick” conditions or “boils” during excavation. The Contractor shall design,
install, maintain, and operate the dewatering system as to prevent removal of the natural
soils.
The Contractor shall provide backup systems for all ordinary emergencies, including power
outage and flooding, and shall always have available competent workers for the continuous
and successful operation of the dewatering system. The Contractor shall not disable or shut-
down the dewatering system between shifts, on holidays, or weekends, or during work
stoppages, without written permission from the Engineer. The Contractor shall be
responsible for maintaining all electric power service connections to the dewatering system
components and for the cost of electric power used in the operation of the dewatering
system.
The Contractor shall control surface runoff as to prevent entry or collection of water in
excavations or in other isolated areas of the site. The Contractor shall employ sumps to
7-06 Construction Dewatering
City of Renton 1-172 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
pump any pocketed or undrained water not otherwise collected or removed. However, the
Contractor shall not rely solely upon open and cased sumps for dewatering. The Contractor
shall use sumps only where static groundwater levels are less than 2 feet above subgrade
or in areas where the potentiometric surface has been previously lowered to within 2 feet of
subgrade using wellpoints or pumped wells.
The Contractor shall design the dewatering system using accepted and professional
methods of design and engineering consistent with sound modern practice. The Contractor
shall have or shall employ the services of a subcontractor who has experience in the field of
dewatering system design, installation, operation, and maintenance.
After initiating dewatering operations, the Contractor shall operate, maintain, and monitor
the dewatering system or systems for the duration of the contract until specifically authorized
in writing by the engineer to cease operation, maintenance, or monitoring.
Well construction and abandonment shall be in accordance with WAC 173-160.
The Contractor shall install, operate, and maintain a water treatment system to provide for
settling of suspended solids or other requisite water quality treatment in the discharge from
any sump, dewatering well, or wellpoint system.
The Contractor shall dewater and dispose of the water in a manner that will not cause injury
to public or private property, or to cause a nuisance or a menace to the public (i.e. there
shall be no overflow of sewer or storm drain systems).
The Contractor shall not allow the water discharged from the dewatering system wells,
wellpoints, or supplemental water control systems (i.e. sumps) to degrade the water quality
of the receiving waters. The Contractor shall comply with the site-specific storm water
discharge permit requirements.
The Contractor shall pay any fines incurred as a result of discharges that exceed maximum
levels specified in the site-specific storm water discharge permit.
7-06.2(1) Existing Monitoring Wells
The approximate locations of known existing monitoring wells are provided in the contract
documents. The Contractor shall be allowed to use any existing City monitoring wells to
ensure that dewatering systems meet the drawdown requirements. The Contractor shall
assume responsibility for determining the suitability and function of existing wells. The City
shall bear no responsibility for the condition and usefulness, or lack thereof, of existing
wells. Upon, or before conclusion of the contract, the Contractor shall abandon per WAC
173-160 all existing wells shown on the Contract Drawings unless otherwise directed by the
Engineer in writing.
7-06.2(2) Quality Assurance
The Contractor shall include, at minimum, all elements necessary for furnishing, installing,
operating and maintaining the dewatering system. The Contractor shall employ the services
of a specialty dewatering subcontractor who has at least 10 years’ experience in the field of
large area-wide dewatering system design, installation, operation, and maintenance, and
can document successful completion of at least 5 projects in the Puget Sound region which
included both large-diameter deep wells and wellpoints.
7-06 Construction Dewatering
City of Renton 1-173 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The Contractor shall employ materials, equipment, and construction methods commonly
used and proven as suitable for the duration of construction dewatering. The Contractor
shall provide submittals and, or, product data that demonstrate the suitability of the materials
and equipment proposed for use on these systems. The Contractor shall test the dewatering
system to the reasonable satisfaction of the Engineer and make operational any deficiency
prior to excavation.
The Contractor shall integrate all dewatering, shoring, and excavation activities to ensure
that said activities does not impede, or conflict, to the detriment of the work. The Contractor
shall be responsible for any impacts to the project from conflicts between dewatering,
shoring and, or, excavation.
The contractor shall control excavation dewatering to prevent damage from settlement due
to possible lowering of the adjacent groundwater table. The release of groundwater to its
static levels shall be performed in such a manner as to maintain the undisturbed state of the
foundation soils, prevent disturbance of backfill and prevent movement of all structures and
utilities.
7-06.2(3) Submittals
Where there is conflict between this section and Section 1-05.3, the requirements of this
section 7-06.1(5) shall govern.
Three (3) weeks before excavation begins, the Contractor shall submit drawings and
complete design data showing methods and equipment the Contractor proposes for
dewatering, including relief of hydrostatic head, management of other water, and in
maintaining the excavation in a dewatered, hydrostatically controlled condition. Contractor
shall provide a Ground Water Control Plan (GWCP) developed by a Washington licensed
engineer or hydrogeologist with a minimum of 10 years’ experience in the design of ground
water control systems. The Contractor shall submit information sufficient for the Engineer to
understand the dewatering system including, but not limited to, the following:
Specifications and manufacturer’s literature of the materials and a description of the
methods proposed for use in the construction of dewatering system.
Drawings indicating the location and size of berms, dikes, ditches, wells, wellpoints,
sumps, monitoring wells, gravel drains, treatment facilities, discharge lines, and
outfall design. The drawings shall include, at a minimum, all dewatering system
elements.
Capacities of pumps, prime movers, and standby equipment.
Information supporting the location and number of any wells, wellpoints, gravel
drains, sumps and discharge lines, and the adequacy of vacuum header, pressure
header, discharge pipe sizes, pumps, filters/gravel packs, screens, and treatment
facilities.
Information supporting the design of the dewatering wells, gravel packs, wellpoints,
and water treatment systems.
Information detailing procedure(s) for restricting drawdown above the specified
elevation(s).
Dewatering schedule, operation, maintenance, and abandonment procedures.
7-06 Construction Dewatering
City of Renton 1-174 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Project descriptions for dewatering projects of similar scope and size completed in
the Puget Sound region by the Contractor’s specialty dewatering subcontractor and
licensed engineer or hydrogeologist.
7-06.2(4) Available Subsurface Data
The Contractor may use the subsurface information presented in reports and made
available for the bidders’ convenience that are not a part of the contract. However, the
Contractor shall assume responsibility for the interpretation or use of all information
presented in the above reports. The use of the available data and information in no way
relieves the Contractor from the sole responsibility for proper design, installation, operation,
maintenance, and any failure of any component of the dewatering systems for the duration
of this Contract.
7-06.2(5) Restrictions and Limitation
Inside any excavation:
The Contractor shall depress water levels, and hydrostatic pressures, within the
excavation a minimum of 2 feet below the excavation bottom at all times and conditions.
7-06.2(6) Monitoring System
The Contractor may use any or all of the city’s monitoring wells installed during the
geotechnical and environmental investigations as part of the monitoring system. The
Contractor shall install any additional monitoring wells the Contractor needs to ensure
dewatering systems achieve the drawdowns necessary to complete the work and ensure
that ground water levels do not drop below the restricted levels. The Contractor shall survey
measuring point elevations on all pumping and monitoring wells to 0.01-foot precision. The
Contractor shall survey all measuring points to a common datum.
The Contractor shall provide in-line flow meters on all well and wellpoint system discharge
pipes to ensure accurate measurement of the total flow from the dewatering system. The
flow meters shall show flow in gallons per minute and total flow passing through the meter.
The flow meter shall be sized and installed to accurately represent the flow through the
meter. The Contractor shall test and document the accuracy of all installed flow meters. The
Contractor shall provide flow meter calibration documentation to the Engineer two weeks
prior to any dewatering system pumping other than well or wellpoint development.
The Contractor shall maintain accurate and precise daily records of water level and flow
measurements. The Contractor shall measure water levels in all pumping and monitoring
wells to 0.01-foot precision and flow to within 5 gallons per minute. Measurements shall be
recorded on forms provided by the Engineer.
The Contractor shall begin water level measurements within 24 hours of any well completion
or wellpoint installation and development and continue daily measurements until the well is
properly abandoned or the Engineer approves cessation of measurement.
The Contractor shall begin water flow measurements within 4 hours of initiating pumping in
any well or wellpoint system and continue measurements until the Engineer approves
cessation of measurement. The Contractor shall report to the Engineer, any changes in
dewatering discharge flow of 25 percent or more occurring within any 24-hour period within
four hours following such a change. The Contractor shall notify the Engineer anytime a
pump fails, or is turned off or on, for a period of more than 4 hours. Additionally, the
7-06 Construction Dewatering
City of Renton 1-175 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Contractor shall note and record when any well(s) or dewatering systems are turned off and
back on. The Contractor shall provide water level and flow measurement records to the
Engineer daily in both hardcopy and digital form.
The Contractor may remove and replace or shorten the casings of monitoring wells as the
work requires, however, the Contractor shall bear full responsibility for the water level
information provided by those wells and any consequences stemming from the lack of or
error in the information. The Engineer shall be notified of any change in the measuring
points of any well. The Contractor shall re-survey any shortened or lengthened observation
well casing and provide such data to the Engineer.
The Contractor shall notify the Engineer, one week prior to installation of any monitoring
wells. The Contractor shall provide the Engineer with driller’s logs and formation samples at
5-foot intervals for each well.
7-06.3(3) Formation Protection and Well Development
The Contractor shall design, construct, operate, and maintain the dewatering system such
that the fine fraction of the foundation soils will not be removed upon pumping.
The Contractor shall develop all wells and wellpoints to remove fines resulting from drilling
and construction and to increase the yield and hydraulic connection with the aquifer. The
Contractor shall discharge all development water to the sediment settling tanks prior to
discharge. The Contractor shall not discharge any development water directly to the ground
surface or surface water body.
The Contractor shall monitor discharge from all parts of the system to ensure that the
sand/silt content of the discharge water does not exceed the limits established by the
discharge permit, stormwater permit, and/or other permit as applicable, determined by a
Rossum SAND TESTER or equivalent. The Contractor shall provide all of the equipment
and fittings for monitoring sand content. The Contractor shall monitor sand/silt content daily
for one week after installing any dewatering well or wellpoint and weekly thereafter. The
Contractor shall take sand/silt content measurements in the presence of the Engineer. The
Contractor shall notify the Engineer of the time of measurement and provide 24-hour notice
of planned measurements.
7-06.3(4) Standby Equipment
The Contractor shall furnish and maintain on site sufficient power-generating and other
equipment and materials to ensure continuous and successful operation of the dewatering
system. The Contractor shall maintain on site, ready to operate, sufficient standby electrical
generating capacity to operate all wells pumps and/or wellpoint pumps simultaneously. The
Contractor shall test all backup electric systems monthly in the presence of the Engineer.
These tests shall include at least 24 hours of operation under full system load. The
Contractor shall have on site, a backup pump for each type of pump in the dewatering
system and sufficient pipe and fittings for any repair.
7-06.3(5) Discharge Points and Pipes
Discharge piping shall be designed and installed in a manner which minimizes impacts to
excavation or construction activities. Acceptable discharge points to be approved by the
Engineer.
7-06 Construction Dewatering
City of Renton 1-176 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Discharge of dewatering water shall be restricted such that it does not cause surcharging or
overflow of the receiving storm or sanitary sewer system. Discharge to the storm or sanitary
sewer system is limited by receiving pipe size as follows, however, field conditions may
necessitate more restrictive flowrates:
Pipe Diameter (inches) 24 18 12 10 8
Flowrate (gpm) 2880 1638 752 522 344
Flowrate (MGD) 4.15 2.36 1.08 0.75 0.50
7-06.3(6) Water Supply for System Installation and Electrical Service
The Contractor shall provide water supply and electrical service needed for the dewatering
systems. The Contractor shall provide a completely separate power company source for the
dewatering system electric service with its own meter and which shall be dedicated solely for
the dewatering system and separate from all other electric service.
7-06.3(7) Dewatering System Protection
The Contractor shall take reasonable precautions to ensure continuous successful operation
of the dewatering system. This includes establishing and/or maintaining adequate marking
of all well, pump and pipeline locations. Wherever dewatering wells or discharge lines
require crossing for access into, out of, or around an excavation, steel ramps shall protect
the system from vehicular traffic. All ramps shall have the strength to support the heaviest
equipment on site and shall provide at least one foot of clearance between the dewatering
system element and the underside of the ramp. The Contractor shall clearly identify all
vehicular access points across the dewatering system with brightly colored or flagged 8-foot
high poles on each side of the access point. The Contractor shall valve all ramped pipelines
on both sides of the ramp.
7-06.3(8) System Removal
A licensed water well contractor in accordance with WAC 173-160 shall abandon all wells,
wellpoints and observation wells installed by the Contractor at no cost to the City. The
Contractor shall also abandon all existing monitoring wells in accordance with WAC 173-160
as shown on the drawings and paid under the applicable bid items. The Contractor shall
seal any well, wellpoint hole, sump, gravel drain or other penetrations below the excavation
with a bentonite grout mixture exhibiting a permeability less than 1 x 10-6 centimeters per
second.
END OF SECTION 7-06
7-08 General Pipe Installation Requirements
City of Renton 1-177 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 Construction Requirements
7-08.3(1)A Trenches
(******)
Supplement this section as follows:
Trench Excavation and backfill for the storm sewer, sanitary sewer, and water main
construction shall be in accordance with the trench limits outlined in the table below. Existing
soil conditions are variable, and areas of soil instability may exist. The Contractor is
responsible for protecting and maintaining the trench integrity and shall be held accountable
for liability of trench construction, maintenance, and incidental trench deficiencies or
accidents. Incidents that result in loss of trench integrity will not be eligible for a change
order. All trench excavated materials shall be disposed of off-site at an approved Contractor-
provided disposal site. Excavation outside the excavation limits shown on the plan drawings
shall be at no additional expense to the City.
Pipe Type Water Pipe Sewer and
Storm Drain
Sewer and
Storm Drain
Sewer and
Storm Drain
Trench Depth All <8-feet 8 through 16-
feet >16-feet
Trench Pay
Width (ft) 4 4 6 8
Contaminated Trench Excavation includes the trench excavation of materials characterized
as contaminated based on sampling results for the storm sewer, sanitary sewer, and water
main construction and in accordance with the trench limits outlined on the plan drawings or
shown in the above table. This excavated soil shall be managed in accordance with
applicable state and federal regulations outlined in the Contract Documents. Handling and
disposal of materials shall adhere to all transportation requirements, receive pre-approval
from a disposal facility, manifesting, and record keeping, etc., as outlined in the Contractor’s
Contaminated Soil and Groundwater Handling and Management Plan. The excavations will
require a shoring system to limit the volume of excavation. Excavation outside the trench
limits shown on the plan drawings shall be at no additional expense to the City.
Wet Weather Earthwork
The Contractor shall perform all wet weather earthwork in small sections to minimize
exposure to wet conditions. All excavations or removal of unsuitable soils shall be
immediately followed by placement and compaction of replacement fill to depth as required.
Limit type of construction equipment to prevent soil disturbance.
The Contractor shall slope and seal with a smooth drum vibratory roller the ground surface
within the construction area to prevent ponding and promote rapid runoff of water.
All soils shall be compacted to avoid absorption of water. Soils which become too wet for
compaction shall be removed and replaced at no additional cost to the Owner.
7-08 General Pipe Installation Requirements
City of Renton 1-178 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-08.3(1)C Bedding the Pipe
(******)
Supplement this section as follows:
Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in
accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be
considered incidental to the pipe and no further compensation shall be made.
For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will
be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior
to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe
exterior with reasonable closeness to provide uniform support along the pipe. Hand
compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding
material under the haunches of the pipe. Care shall be taken to avoid displacement of the
pipe during the compaction effort.
Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped
around the pipes to obtain complete contact.
Bedding material shall meet the requirements of Gravel Backfill for Pipe Zone Bedding in
accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be
considered incidental to the pipe and no further compensation shall be made.
7-08.3(1)D Pipe Foundation
(******)
This is a new section as follows:
Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade
which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall
be excavated to an additional depth as required by the Engineer and backfilled with
foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be
CSBC or Gravel Backfill for Walls, as directed by the Engineer, and conform to the
requirements of Section 9-03.9(3) or Section 9-03.12(2) of the Standard Specifications.
In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such
as silt, clay, or organic rich soils, the Contractor shall notify the Engineer immediately. The
Engineer may direct the Contractor to use a geotextile separator fabric to be placed over the
native soils prior to placement of the pipe bedding. The geotextile shall meet the
requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be incidental to
the pipe installation unless specified as a separate bid item.
Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation
gravel as specified above and thoroughly compacted to the required grade line.
7-08 General Pipe Installation Requirements
City of Renton 1-179 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-08.3(2) Laying Pipe
7-08.3(2)A Survey Line and Grade
(******)
Revise the first paragraph in this section as follows:
Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5
and 1-11 and in a manner consistent with accepted practices.
7-08.3(2)B Pipe Laying – General
(******)
Supplement this section as follows:
Pipe shall be laid up-grade beginning at the downstream point of connection unless
specifically requested by the Contractor in writing and approved by the Engineer.
Checking of the invert elevation of the pipe may be made by calculations from
measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which
indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger
size, pipe(s) shall be laid by matching the (eight-tenths) flow elevation, unless otherwise
shown on the plans and/or approved by the Engineer.
All pipe, fittings, appurtenances, etc. shall be carefully handled and protected against
damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the
Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a
manner which will protect the pipe against injury whenever stored at the trench site, or
elsewhere. No pipe shall be installed where the lining or coating show defects that may be
harmful as determined by the Engineer. Such damaged lining or coating shall be repaired,
or a new undamaged pipe shall be furnished and installed at the Contractor expense.
The Contractor shall inspect each pipe and fitting prior to installation to insure that there are
not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be
repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe
before lowering into position in the trench. Pipe shall be kept clean during and after laying.
All openings in the pipeline shall be closed with watertight expandable type sewer plugs at
the end of each day's operation, or whenever the pipe openings are left unattended. The
use of burlap, wood, or other similar temporary plugs will not be permitted.
Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes,
the Engineer may change the alignment and, or the grades. Pipes shall be laid uphill on
grades that exceed 10 percent, except for short runs when permitted by the Engineer. Pipe,
which is laid on a downhill grade, shall be blocked and held in place until sufficient support is
furnished by the following pipe to prevent movement.
Unless otherwise required, all pipe shall be laid straight between the changes in alignment,
and at uniform grade between changes in grade. For concrete pipes with elliptical
reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical
position.
7-08 General Pipe Installation Requirements
City of Renton 1-180 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Immediately after the pipe joints have been made, proper gasket placement shall be
checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket
placement.
7-08.3(2)E Rubber Gasketed Joints
(******)
Supplement this section as follows:
Care shall be taken by the Contractor to avoid over inserting the pipe and damaging the
pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his/her
expense.
Immediately after the pipe joints have been made, proper gasket placement shall be
checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket
placement.
7-08.3(2)G Jointing of Dissimilar Pipe
(******)
Supplement this section as follows:
Dissimilar pipe shall be jointed by use of a factory-fabricated adapter coupling. Coupling
shall be “Strong-Back” Flexible Coupling type, Fernco or approved equal.
7-08.3(2)H Sewer Line Connections
(******)
Supplement this section as follows:
All connections not occurring at a manhole or catch basin shall be done utilizing pre-
manufactured tee connectors or pipe sections approved by the Engineer. Any other method
or materials proposed for use in making connections shall be subject to approval by the
Engineer.
Unless otherwise approved by the Engineer, all connections of lateral sewers to existing
mains shall be in accordance with the following Table.
Pipe Type Connection Method
Vitrified Clay
Main
Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco
or approved equal)
Concrete Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco
or approved equal)
PVC & C900
PVC Main
Core-drilled with Romac Saddle (or approved equal) or cut in new “Tee”
using “Strong-Back” Flexible Couplings (Fernco or approved equal)
Ductile Iron
Main Core-drilled with Romac Saddle (or approved equal)
Lined Sewer
Main
Connection to sewer mains that have been lined (CIPP, Etc.); cut in new
“Tee” using “Strong-Back” Flexible Couplings (Fernco or approved
equal)
HDPE Core-Drilled with Romac Saddle. “Inserta-Tee” may be used on sewer
mains 12” diameter or larger
7-08 General Pipe Installation Requirements
City of Renton 1-181 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Connections (unless booted connections have been provided for) to existing concrete
manholes shall be per Section 7-05.3(3).
END OF SECTION 7-08
7-09 Water Mains
City of Renton 1-182 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-09 WATER MAINS
7-09.3 Construction Requirements
7-09.3(15) Laying of Pipe of Curves
7-09.3(15)A Ductile Iron Pipe
(******)
Revise the first paragraph in this section as follows:
Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be
laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the
Plans and no special fittings are shown, the Contractor can assume that the curves can be
made by deflecting the joints with standard lengths of pipe. If shorter lengths are required,
the Plans will indicate maximum lengths that can be used. The amount of deflection at each
pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed 50% of the
manufacturer’s printed recommended deflections at each end. The Contractor shall submit
to the Engineer the pipe manufacturer's joint deflection recommendations prior to pipe
installation indicating deflections are within allowable AWWA specification tolerances.
7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over)
(******)
This section is supplemented as follows:
Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances.
7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement
(******)
Revise this section as follows:
The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and
polyethylene encasement shall be installed in accordance with AWWA C105. The
polyethylene encasement shall also be installed on all fittings and appurtenances with 8-mil
polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105.
The polyethylene wrap shall be tube type and black color. Any damage that occurs to the
wrap shall be repaired in accordance with ANSI/AWWA C105/A21.5-93.
Installation of the polyethylene encasement shall be considered incidental to the installation
of the pipe and fittings and no additional payment shall be allowed.
7-09.3(19)A Connections to Existing Mains
(******)
Delete and replace this section as follows:
The Contractor shall not operate any valve on existing Water Main.
Work shall not be started until all the materials, equipment, and labor necessary to properly
complete the Work are assembled on the site.
The City of Renton Water Operations and Maintenance staff will make all connections to
charged water mains and will operate all valves to accomplish shutdowns and subsequent
7-09 Water Mains
City of Renton 1-183 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
reactivation. The draining of existing water mains will be done by City water maintenance
staff. The Contractor shall provide pumping and disposal of the water from the draining of
the existing water mains including de-chlorination of the water prior to disposal.
Connections to the existing water main shall not be made without first making the necessary
scheduling arrangements with the Engineer in advance. The Contractor shall request water
main shut-offs for connections of new water mains to existing water mains at least ten (10)
working days in advance for each connection. Approval of connections to existing water
main is contingent on the Water Main and appurtenances being completely installed, tested,
cleaned with polypig, disinfected and flushed per Contract requirements.
City’s water operations and maintenance staff will notify in writing all water customers
affected by the shut-offs of the water mains at least 48 hours in advance (not including
weekends and holidays) of any water shut-offs. The Contractor may be required to perform
the connection during times other than normal working hours. Water main shut-offs shall
occur during non-holiday weekdays unless otherwise specified in the contract documents or
with prior approval from the Engineer. Water main shut-offs shall not occur in the five (5)
weekdays preceding or the day after the major holidays listed in Section 1-08.5.
Due to the needs of various water customers in the project vicinity, water shut-off periods
are limited to the times set forth below:
Days Hours
Monday to Thursday 9:00 AM TO 3:00 PM
Friday to Sunday DO NOT SCHEDULE
The City of Renton’s Water Maintenance Manager, at their sole discretion, may adjust the
above shut-off periods to address specific project circumstances and customer needs. No
water main shutoffs affecting public schools will be allowed during scheduled school hours.
The City reserves the right to re-schedule the connection if the work area is not ready at the
scheduled time for the connection.
Points of connection to existing water mains shall be exposed by hydro excavation or
potholing prior to trenching of the new water mains. Before the installation of the new water
mains, the Contractor shall field verify, in the presence of the Engineer, the actual location
and depth of the existing water mains where new connections will be made to assure proper
fit. Care shall be taken not to disturb existing pipe restraints. After excavation, the Contractor
shall verify the dimensions, type, condition, and roundness of the exposed water main. The
Contractor shall immediately notify the Engineer if the connection cannot be made as
specified by the Contract Plans in order that the connection detail may be revised. When
necessary, the profile shall be adjusted as directed by the Engineer to prevent abrupt
changes in grade and alignment of the water main and connection.
The Contractor shall provide all saw-cutting, removal and disposal of existing surface
improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering,
foundation material, at the connection areas before the scheduled time for the connection by
the City. The Contractor shall provide all materials necessary for the City Water
Maintenance personnel to install all connections to existing water mains as indicated on the
7-09 Water Mains
City of Renton 1-184 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
contract plans, including fittings, couplings, pipe spools, shackle materials to complete the
connections.
The City Water Operations and Maintenance staff will:
Deactivate and dewater the existing and new water main to perform the connections.
The Contractor shall provide pumping and disposal of the water from the draining of
the water mains including de-chlorination.
Cut, remove and dispose pipe sections as necessary to install the new Materials with
Contractor’s assistance
Swab all connecting pipe and fittings with 5-6% chlorine solution
Perform the connection work
Reactivate and flush the Water Main
The Contractor shall install the polywrap on all pipes, fittings, and valves at the connection
points and shall install concrete thrust blocks per Contract standard plans and
specifications. In addition to those connections shown on the Plans, segments of a new
Water Main may be placed in service prior to completion of the new Water Main. All
connection between the charged and uncharged segments of the new Water Main, including
connection to a new Tapping Tee and Valve will be done by the City of Renton Water
Operations and Maintenance staff.
Connections to existing water mains which include the cutting of the existing water main for
the installation of new in-line tee and valves shall be done in two steps:
Step 1: Cut-in of existing water main for installation of fittings and appurtenances.
The Contractor shall provide all materials necessary for the City Water Maintenance
personnel to cut the existing water main as indicated on the contract plans for the
installation of the in-line tee and valves, including but not limited to the required fittings,
couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-
line tee and valves by City personnel, the Contractor shall provide and install concrete
blocking and polyethylene encasement behind the tee and other fittings. A minimum 3-
day curing period is for all concrete blockings before a connection can be made to the
new water mains or new tapping valve.
Step 2: Connection of new water main to the above cut-in tee and valves, or to a new
tapping valve on existing water mains
7-09.3(21) Concrete Thrust Blocking
(******)
Supplement this section as follows:
Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other
fittings in conformance to the City of Renton Standards Plans, latest revisions and Contract
Plans.
Concrete thrust collar and blocking and dead man thrust blocking shall be installed at
locations shown on the plans and shall be in conformance with the Standard Plans and
contract Plans. Reinforcement steel shall be Grade 40 or better. Blocking shall be poured in
7-09 Water Mains
City of Renton 1-185 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
place Ready-Mix Concrete Class 3000 with a minimum compressive strength at 28 days of
3,000 psi. Job site mixing, hand-mixed concrete and mobile concrete mixers are not
allowed.
All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking
shall bear against solid undisturbed earth at the sides and bottom of the trench excavation
and shall be shaped and properly formed with plywood or other acceptable forming
materials so as not to obstruct access to the joints of the pipe, bolts, or fittings The forms
shall be removed prior to backfilling. Unacceptable concrete blocking shall be replaced at
the Contractor’s expense.
The Contractor shall provide the Engineer at least 1 Working Day advance notice before
pouring concrete thrust blocking and 1 Working Day advance notice for inspection and
approval of all concrete blocking prior to backfilling.
7-09.3(23) Hydrostatic Pressure Test
(******)
Delete and replace this section as follows:
The Contractor shall prepare a Testing and Disinfection Plan for review by the Engineer.
The Plan shall provide detail on which segments of the water lines will be tested together
and in which order. Submit this plan a minimum of 20 days prior to the first scheduled test.
The Plan shall describe all elements of pressure testing, flushing, pigging, and disinfection.
Water main and appurtenances including service connections to the meter setter shall be
tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in
excess of that under which they will operate or in no case shall the test pressure be less
than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles,
corporation stops, miscellaneous hose and piping, and measuring equipment necessary for
performing the test shall be furnished and operated by the Contractor.
The Contractor shall obtain a hydrant meter permit from the City by completing a permit
application and making the required security deposits. The Contractor shall use the City’s
issued hydrant meter with an attached backflow prevention assembly to draw water from the
City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection and
for subsequent flushing purposes. There will be a charge for the water used for filling,
testing, cleaning and disinfection of the water mains.
Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may
require that the first section of pipe, not less than 1,000 feet in length, installed by each of
the Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe laying
shall not be continued more than an additional 1,000 feet until the first section has been
tested successfully.
The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure.
Thrust blocks shall be in place and time allowed for the concrete to cure before testing.
Where permanent blocking is not required, the Contractor shall furnish and install temporary
blocking and remove it after testing.
Before applying the specified test pressure, the water main shall be slowly filled and air shall
be expelled completely from the pipe, valves and hydrants. If permanent air vents are not
7-09 Water Mains
City of Renton 1-186 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
located at all high points, the contractor shall install corporation cocks at such points so that
the air can be expelled as the line is filled with water. After all the air has been expelled, the
corporation cocks shall be closed and the test pressure applied. At the conclusion of the
pressure test, the corporation cocks shall be removed and plugged.
The Contractor shall perform a leakage test concurrently with the pressure test. The
pressure test shall be conducted for a 2-hour period.
The test shall be accomplished by pumping the main up to the required pressure, stopping
the pump for 2 hours, and then pumping the main up to the test pressure again. During the
test, the section being tested shall be observed to detect any visible leakage.
A clean container shall be used for holding water for pumping up pressure on the main
being tested. This makeup water shall be sterilized by the addition of chlorine to a
concentration of 50 mg/l.
The acceptability of the pressure test and leakage test will be determined by two factors as
follows:
1. The loss in pressure shall not exceed 5 psi during the 2-hour test period.
2. The quantity of water lost from the main and appurtenances shall not exceed the
number of gallons during the 2-hour test period as listed in the following table.
Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period.
Nominal Pipe Diameter in inches
Test
Pressure
in psi
4” 6" 8" 10" 12" 16" 20" 24"
400 0.60 0.90 1.20 1.50 1.80 2.40 3.00 3.60
375 0.58 0.87 1.16 1.45 1.74 2.33 2.91 3.49
350 0.56 0.84 1.12 1.40 1.69 2.25 2.81 3.37
275 0.50 0.75 1.00 1.24 1.49 1.99 2.49 2.99
250 0.47 0.71 0.95 1.19 1.42 1.90 2.37 2.85
225 0.45 0.68 0.90 1.13 1.35 1.80 2.25 2.70
200 0.42 0.64 0.85 1.06 1.28 1.70 2.12 2.55
*If the pipeline under test contains sections of various diameters, the allowable leakage will
be the sum of the computed leakage for each size. For those diameters or pressures not
listed, the formula below shall be used:
The quantity of water lost from the main shall not exceed the number of gallons per hour as
determined by the formula: 𝐿𝐿=𝑆𝑆𝑆𝑆√𝑃𝑃266,400
where:
L = Allowable leakage in gallons/hour
D = Nominal diameter of the pipe in inches
P = Test pressure during the leakage test in psi
S = Gross length of pipe tested, feet
7-09 Water Mains
City of Renton 1-187 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The quantity of water required to restore the pressure shall be accurately determined by
either 1) pumping from an open container of suitable size such that accurate volume
measurements can be made by the Engineer or, 2) by pumping through a positive
displacement water meter with a sweep unit hand registering one (1) gallon per revolution.
The meter shall be approved by the Engineer.
Pressure gauges used in the test shall be accompanied with certifications of accuracy from
a testing Laboratory approved by the Engineer.
Any visible leakage detected shall be corrected by the Contractor regardless of the
allowable leakage specified above. Should the tested section fail to meet the pressure test
successfully as specified, the Contractor shall, at no additional expense to the Contracting
Agency, locate and repair the defects and then retest the pipeline.
All tests shall be made with the hydrant auxiliary gate valves open and pressure against the
hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in
turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no
immediate loss of pressure on the gauge when the pressure comes against the valve being
checked. The Contractor shall verify that the pressure differential across the valve does not
exceed the rated working pressure of the valve.
Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all
equipment set up completely ready for operation and shall have successfully performed the
test to ensure that the pipe is in satisfactory condition.
Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be
replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it
is necessary to replace defective material or correct the workmanship, the hydrostatic test
shall be re-run at the Contractor’s expense until a satisfactory test is obtained.
7-09.3(24)A Flushing and “Poly-pigging”
(******)
Revise and supplement this section as follows:
Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling
and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated
materials that may have entered or become lodged in the pipes during installation.
The "Poly-pig" shall be light density foam (1-2 lbs/cubic-foot) with 90A durometer urethane
rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped
with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved
form the pipes through launching stations with vertical crosses and blow-off assemblies as
shown and on the Contract Plans and Standard Plans.
If the main cannot be poly-pigged and a hydrant is not installed at the end of the main, then
a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the
water main.
Taps required by the Contractor for temporary or permanent release of air, chlorination or
flushing purposes shall be provided by the Contractor as part of the construction of water
mains.
7-09 Water Mains
City of Renton 1-188 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
The Contractor shall be responsible for disposal of treated water flushed from mains and
shall neutralize the wastewater for protection of aquatic life in the receiving water before
disposal into any natural drainage channel, i.e., receiving water, waters of the State,
including wetlands. The Contractor shall be responsible for disposing of disinfecting solution
to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated
water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH
adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the
State or to a storm sewer system that drains to surface waters of the State.
If approved by the Engineer and by the local authority responsible for the sanitary sewer
system, disposal of treated water from mains may be made to an available sanitary sewer,
provided the rate of disposal will not overload the sewer.
7-09.3(24)D Dry Calcium Hypochlorite
(******)
Supplement this section as follows:
Dry calcium hypochlorite shall not be placed in the pipe as laid.
7-09.3(24)K Retention Period
(******)
Revise this section as follows:
Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours.
After this period, the chlorine residual shall be tested at all pipe extremities and at other
representative points shall be at least 25 mg/L. If a measurement of less than 25 mg/L is
obtained repeat disinfection is required.
7-09.3(24)N Final Flushing and Testing
(******)
Revise this section as follows:
Following chlorination, treated water shall be flushed from the newly laid pipe until the
replacement water throughout its length shows, upon test, the absence of chlorine. In the
event chlorine is normally used in the source of supply, then the tests shall show a residual
not in excess of that carried in the water supply system. After flushing the treated water from
the pipes, a 16-hour rest period is required before any water quality sampling can be taken
from the new pipes.
A sample tap shall be located ahead of the flushing hose for convenience and for sanitary
sampling.
Before placing the lines into service, and after a 16 hour rest period, two sets of satisfactory
reports taken at least 15 minutes apart from each sampling point shall be received from the
local or State Health Department or from a State accredited testing laboratory on samples
collected from representative points in the new system. Samples will be collected and
bacteriological tests obtained by the Engineer.
7-09 Water Mains
City of Renton 1-189 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per
million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary,
before discharging to surface waters of the State or to a storm sewer system that drains to
surface waters of the State.
END OF SECTION 7-09
7-12 Valves for Water Mains
City of Renton 1-190 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-12 VALVES FOR WATER MAINS
7-12.3 Construction Requirements
7-12.3(1) Installation of Valve Marker Post
(******)
Delete and replace this section as follows:
Where required, a valve marker post shall be furnished and installed with each valve. Valve
marker posts shall be placed at the edge of the right-of-way opposite the valve and be set
with 18 inches of the post exposed above grade.
7-12.3(2) Adjust Existing Valve Box to Grade
(******)
This is a new section as follows:
Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in
Section 7-05.3(1) of the City of Renton Standard Details. Valve box adjustments shall
include, but not be limited to, the locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7-12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor
shall use whatever means necessary to remove such debris, leaving the valve installation in
a fully operable condition.
The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch
(1/2") below finished grade.
END OF SECTION 7-12
7-14 Hydrants
City of Renton 1-191 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-14 HYDRANTS
7-14.3(1) Setting Hydrants
(******)
Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as
follows:
7-14.3(1) Hydrant Assembly
Where shown on the Plans, hydrants shall be installed in accordance with the Standard
Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall
be provided around all hydrants. The bottom surface of the breakaway flange shall be set
2-inches minimum and 7-inches maximum above the concrete shear block finished grade.
For each hydrant requiring vertical adjustment, see Section 7-14.3(6).
Fire hydrants shall be of such length as to be suitable for installation with connections to 6",
8" and 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall
be designed for a 4-1/2-foot burial where 12" and larger pipe is shown unless otherwise
noted in the Plans.
After installation hydrants shall be subjected to a hydrostatic test as specified in Section
7-09.3(23).
The hydrant excavation shall be backfilled and compacted when installation and testing are
complete and accepted by the Engineer.
A concrete shear block as shown by the hydrant details on the Standard Plans shall be
constructed for all hydrants. Construction, Materials, and finishing of the concrete shear
block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be
set flush with the immediately surrounding finish grade.
The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel
extensions according to Section 7-14.3(6).
Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly-
Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal.
Any hydrants not in service shall be identified by covering with a burlap or plastic bag
properly secured.
Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate
valve (FL x MJ), 6" DI spool (PE x PE) up to 18 feet in length, 5-1/4" MVO fire hydrant (MJ
connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve
operating nut extension, 2-3/4" Cor-Ten shackle rods and accessories, concrete blocks,
shear block and blue pavement marker.
7-14 Hydrants
City of Renton 1-192 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-14.3(3) Resetting Existing Hydrants
Section 7-14.3(3) is supplemented with the following:
All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the
same type.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
7-14.3(4) Moving Existing Hydrants
Section 7-14.3(4) is supplemented with the following:
All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All rubber
gaskets shall be replaced with new gaskets of the type required for a new installation of the
same type.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
7-14.3(7) Remove and Salvage Hydrant
Section 7-14.3(7) is added as follows:
Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be
delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee
shall be removed from the main.
Unless a specific bid item has been included in the Proposal/Contract Document, resetting
existing hydrants shall be incidental to and included in the various bid items.
7-14.3(8) Abandoned Valves
Section 7-14.3(8) is added as follows:
All valves to be abandoned shall be abandoned in the closed position, unless shown
otherwise, by removing a minimum of the top twenty-four inches of the valve box and then
filling the bottom of the box with a minimum of 8-inches of sand. The remaining portion of
the valve box shall be filled with concrete having an f’c of at least 2000 psi.
Unless a specific bid item has been included in the Proposal/Contract Document,
Abandoned Valves shall be incidental to and included in the various bid items.
7-14.3(9) Water Main-Cut and Cap
Section 7-14.3(9) is added as follows:
The lateral must be cut within one-foot of the abandoned valve, or as shown on the plans,
and capped. The contactor shall cut the existing pipe where shown on the drawing and
install an approved ductile-iron cap complete with trust block. Where a joint or coupling in
the existing pipe is uncovered at the cut and cap location, the installation of a plug may be
7-14 Hydrants
City of Renton 1-193 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
permitted with the project manager for the City of Renton Water system. A concrete trust
block shall be installed at all cap and plug locations.
Unless a specific bid item has been included in the Proposal/Contract Document, Water
Main Cut and Cap shall be incidental to and included in the various bid items.
END OF SECTION 7-14
7-15 Service Connections
City of Renton 1-194 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-15 SERVICE CONNECTIONS
7-15.3 Construction Details
(******)
Delete and replace this section as follows:
All pipe materials for new water service lines and for extension or replacement of existing
water service lines shall be copper and lead free in accordance with the Federal Reduction
of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch
or less and connection to ductile iron water main shall be copper type “K” annealed tubing
and seamless (ANSI H33.1).
Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for
1-inch service lines.
All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless
otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall
furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch
domestic meter.
All installations shall be considered open cut and the contractor shall locate and avoid other
underground utilities during installation. The Contractor may install service lines utilizing a
trenchless percussion and impact method (hoe-hogging) method but must obtain written
approval from the Engineer.
Where shown in the Plans, the Contractor shall:
• Excavate and expose the existing water service line from the existing corporation
stop at the main line to the water service inlet connection at the existing water meter
setter.
• Furnish type “K” soft copper tubing (1”, 1.5”, 2”) and all required fittings and
incidentals for City forces to install new service line from the existing corporation stop
at the main line to the water service inlet connection at the existing water meter
setter per City Standards.
• Restore disturbed areas to their approximate original condition as directed by the
Engineer.
Any water services crossing Seattle Public Utility’s CRPLs shall be Kamco© Aqua Shield
type “K” copper, polyethylene coated pipe for municipal drinking water.
END OF SECTION 7-15
7-17 Sanitary Sewers
City of Renton 1-195 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-17 SANITARY SEWERS
7-17.2 Materials
(******)
Supplement this section as follows:
Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor
shall provide two copies of the pipe manufacturer’s technical literature and tables of
dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in
excess of those prescribed or having defects, which prevent adequate joint seal or any other
damage, shall be rejected. If requested by the Engineer, not less than three nor more than
five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as
specified for maximum dimensional tolerance of the respective pipe.
Materials shall meet the requirements of the following sections:
SDR 35 Sewer Pipe (ASTM D3034 & ASTM F679) Section 9-05.12(1)
Ductile Iron Sewer Pipe Section 9-05.13
C900 PVC Sewer Pipe (AWWA) Section 9-30.1(5)A
All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and
permanent under normal conditions of handling and storage.
7-17.3 Construction Requirements
7-17.3(1) Protection of Existing Sewerage Facilities
(******)
Supplement this section as follows:
When extending an existing sewer, the downstream system shall be protected from
construction debris by placing a screen or trap in the first existing manhole downstream of
the connection. It shall be the Contractor's responsibility to maintain this screen or trap until
the new system is placed in service and then to remove it. Any construction debris, which
enters the existing downstream system, shall be removed by the Contractor at his expense,
and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be
plugged until acceptance by the Engineer.
7-17.3(1)A Temporary Sewer Bypass Systems
It shall be the Contractor's responsibility to maintain operation of the existing sewer systems
throughout the duration of the project without any interruption of sewer service. The
Contractor shall divert all flows around each segment of the pipe designated for
rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and
discharging it to a manhole downstream of the rehabilitation operation. This can be
accomplished via a combination of pumping and/or gravity flow. After the work is completed,
flow shall be returned to the sewer system. The area affected by the bypass operation shall
be fully restored.
Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be
on-site and available for periods of maintenance, refueling or failure of the primary bypass
pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to
damage private or public property or create a nuisance or public menace. The bypass-
7-17 Sanitary Sewers
City of Renton 1-196 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
pumping pipe shall not block any driveways or intersections unless approved by the
Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately
protected from traffic. The discharge of raw sewage to private property, city streets,
sidewalks, storm sewer, or any location other than an approved sanitary sewer is prohibited.
The Contractor shall be liable for all cleanup, damages, and resultant fines should the
Contractor's operation cause any backups or overflows.
The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe
capacity in each subject line removed from service. If flow conditions are greater than full
pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the
subject line from service. Working days will not be charged for the period of time during
which the flow is greater than full pipe. No additional payment will be made for periods of
high flows during which the Contractor elects to wait for lower flows. Once the Contractor
removes a section of line from service he/she is responsible to bypass any and all flow in
the system during construction, even in the event the system surcharges and exceeds the
full pipe capacity, until the line is returned to service.
All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing
sewer system shall be submitted by the Contractor for review. The Contractor's plan for
bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to
commence bypass pumping. The sewage bypass pumping plan shall include an emergency
response plan to be followed in the event of a failure of the bypass pumping and a security
plan for continued operation and protection of the bypass system. The review of the
bypassing system and equipment by the Engineer shall in no way relieve the Contractor of
his responsibility and public liability.
The Contractor shall coordinate activities with impacted property owners. Property Owners
shall be notified that their side sewer will be out of service for a specified period of time, as
approved by the Engineer. Where there exist a situation where impacted properties cannot
be disconnected, plugged, or subjected to any other service interruption, i.e. hospitals, care
facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary
sewer system shall be required. The contractor shall verify whether a property is able to be
interrupted prior to bypassing operations.
7-17.3(2)H Television Inspection
(******)
Supplement this section as follows:
CCTV Inspection:
1. All newly installed and newly-rehabilitated (public and private) Sanitary Sewer and
Storm Drain main lines shall be inspected by means of remote CCTV. CCTV
inspections and reports shall be submitted to the City of Renton inspector assigned
to the project prior to receiving approval to install project curbs, gutters and/or
pavement.
2. The Contractor shall perform all CCTV inspections in accordance with the National
Association of Sewer Service Companies (NASSCO) Pipeline Assessment
Certification Program (PACP).
3. All CCTV operators shall have current NASSCO PACP certification.
7-17 Sanitary Sewers
City of Renton 1-197 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
4. CCTV inspections shall be recorded in a GraniteNet compatible format database
using the latest software version and submitted with electronic links between the
data and the video on an External HDD, DVD or Flash Drive.
5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear
footage between manholes along the existing pipeline centerline from the start of
pipe to end of pipe.
6. All Owner and PACP required header information must be fully and accurately
entered on all CCTV reports. Work not following these specifications will be rejected
and the Contractor shall be required to re-CCTV the work.
7. The documentation of the work shall consist of PACP CCTV Reports, PACP
database which will have a .MDB or .MDF file extension, logs, electronic reports, etc.
noting important features encountered during the inspection. The speed of travel
shall be slow enough to inspect each pipe joint, tee connection, structural
deterioration, infiltration and inflow sources, and deposits, but should not, at any
time, be faster than 30 feet per minute, except as noted otherwise in this document.
8. The camera must be centered in the pipe to provide accurate distance
measurements to provide locations of features in the sewer and these footage
measurements shall be displayed and documented on the video. All PACP
Observations shall be identified by audio and on a PACP log. All video must be
continuously metered from manhole to manhole. All video recording shall be
continuous from structure to structure with no “pausing” of the video recording during
each pipeline inspection. The pipe shall be cleaned prior to the CCTV inspection to
ensure all defects, features and observations are seen and logged.
9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and
recording, water (containing dye) shall be introduced into the upstream manhole of
each pipe segment until it is observed and recorded flowing past the camera’s field
of vision in its entirety.
10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.)
attached that has ¼” markings to show the depth of water in the pipe during the
CCTV inspection.
11. All manholes shall be channeled and coated prior to CCTV inspection.
12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall
have no more than ½” of ponding to be considered acceptable.
7-17.3(2)I Abandon Existing Sanitary Sewer Pipes
(******)
This is a new section as follows:
Where it is shown on the contract drawings, or where designated by the Engineer, existing
sanitary sewer pipes shall be abandoned in place. Pipe main and laterals greater than 12-
inches in diameter shall be abandoned by filling the pipe with a controlled density fill (CDF),
or approved equivalent, for the full length of the abandoned pipe. Care shall be used in
placing the fill within the pipe and that pipe condition is considered when placing material to
fill pipe completely and thoroughly without causing failure. Where the abandoned in place
pipe connects to an active existing manhole the pipe shall be filled flush with the pipe end or
flush with the inside wall of the existing manhole. For pipes less than 12-inches in diameter,
7-17 Sanitary Sewers
City of Renton 1-198 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
pipes shall be plugged for a distance of 2 diameters with commercial concrete as per
Section 7-08.3(4).
The mix design and method of installation shall be provided to the Project Engineer at least
three (3) days prior to planning construction and approved by the Engineer prior to
beginning the operation (See Section 9-03.22 for Controlled Density Fill requirements).
END OF SECTION 7-17
7-18 Side Sewers
City of Renton 1-199 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-18 SIDE SEWERS
7-18.2 Materials
(******)
Supplement this section with the following:
Material of side sewers shall match that of the sewer main unless otherwise shown on the
Plans or directed by the Engineer.
7-18.3(5) End Pipe Marker
(******)
Delete and replace this section as follows:
The location of side sewers at the property line shall be indicated by the presence of a
surface cleanout installed per the associated City of Renton Standard Plan. The Contractor
shall survey and provide in the as-built drawings the location of all side sewer cleanouts, or
if no cleanout is shown in the Plans, the location of the tie-in to the existing side sewer.
END OF SECTION 7-18
7-19 Sewer Cleanouts
City of Renton 1-200 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
7-19 SEWER CLEANOUTS
7-19.3 Construction Requirements
(******)
Delete and replace this section as follows:
Sewer cleanouts shall be installed per the associated City of Renton Standard Plan(s).
7-19.4 Measurement
(******)
Delete and replace this section as follows:
Sewer cleanouts that are installed on sewer main lines will be measured per each.
Sewer cleanouts that are installed on side sewers shall be considered incidental to the side
sewer pipe.
END OF SECTION 7-19
END DIVISION 7
DIVISION 8 MISCELLANEOUS CONSTRUCTION
City of Renton 1-201 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
8-02 ROADSIDE RESTORATION
8-02.3 Construction Requirements
8-02.3(4)A Topsoil Type A
(******)
Supplement this section as follows:
The contractor shall provide a material submittal for topsoil prior to use.
8-02.3(11)B Bark or Wood Chip Mulch
(******)
Supplement this section as follows:
Bark or wood chip mulch shall not be placed in areas of standing or flowing water.
8-02.3(17) Lawn Installation
(******)
This is a new section as follows:
8-02.3(17)A Qualifications of Workmen
Provide at least one person who shall be present at all times during execution of the Work
and who shall be thoroughly familiar with the type of materials being installed and the best
methods for their installation and who shall direct all work performed under this section.
8-02.3(17)B Submittals
8-02.3(17)B1 Certification of Material
Include seed mix percentages, purity, germination rates, weed experience, and date tested
for the preceding. Include complete data on source, size and quality.
Supply on-site 12” x 12” sample of each sod specified for inspection and approval in
advance by the City.
Supply Grower’s written recommendations for fertilizer type, rate of application, and
frequency.
All certificates required by law shall accompany shipments.
Upon completion of the installation and prior to final inspection, deliver all certificates to the
Engineer.
8-02.3(17)B2 Manufacturer’s Certificates of Conformance
Supply for Certificates of Conformance for fertilizer being used for the project.
8-02.3(17)B3 Schedule for Installation
The Contractor shall coordinate all work with the City and submit a watering plan for the
Establishment Period.
8-02 Roadside Restoration
City of Renton 1-202 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
8-02.3(17)C Product Handling
Deliver all items to the site in their original containers, with all labels intact and legible, at the
time of the City’s inspection. Coordinate delivery and installation of sod to ensure sod is
installed immediately upon delivery.
Use all means necessary to protect new lawn areas before, during, and after installation and
to protect the installed work and materials of all other trades.
In the event of damage or rejection, immediately make all repairs and replacements
necessary for the approval of the Inspector and at no additional cost to the City.
8-02.3(17)D Site Information
If sod is stored onsite, preserve and protect all sod on site prior to and during installation.
Protect from wind, drought, unusual weather and vandalism. Store all sod on site within
limits of work.
Protect adjacent property, public walks, curbs and pavement from damage. Do not block
public access routes with plant material.
8-02.3(17)E Sod
The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring
restoration from the Contractor’s operations. Sod shall conform to section 9-14.6(8) as
shown in the Special Provisions.
8-02.3(17)E1 Other Materials
All other materials not specifically described but required for a complete and proper planting
installation, shall be selected by the Contractor subject to the approval of the Engineer.
8-02.3(17)F Execution
Prior to all work of this section, carefully inspect the installed work of all other trades and
verify that all such work is complete to the point where this installation may properly
commence. Verify that lawn installation may be completed in accordance with the original
design and the referenced standards. In the event of discrepancy, immediately notify the
Engineer for specific instructions.
8-02.3(17)F1 Installation Preparation
Prepare subgrade in all lawn areas by scarifying to a 8” minimum depth and removing rocks
and debris over 1” in diameter. Subgrade soils should be free-draining and without any
impervious soils or other materials harmful to plant growth. Notify the Inspector of any
subgrade conditions deleterious to plant growth.
Spread topsoil to a minimum depth of 6” after settlement in all lawn areas.
Thoroughly rototill topsoil to a minimum depth of 6 inches.
Fine grade per Contract Specifications in turf areas as indicated on drawings. Rake entire
surface to conform to site grading. Grade edges to 1” below adjacent paved surfaces to
provide a smooth transition. Roll as necessary to firm grade to satisfaction of the Inspector.
Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly
rake to incorporate into the soil.
8-02 Roadside Restoration
City of Renton 1-203 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
8-02.3(17)F2 Sod Installation
Moisten sod bed and roll lightly for compaction.
Lay sod strips per supplier’s instructions. Tightly butt joints, trim edges to conform to smooth
curves and straight lines of pavement. Sod is to be flush with paved surfaces after
settlement. Avoid gaps and overlaps and stagger sod joints in a brick-like fashion.
Remove any bumps, undulations, or low-high spots with a light rolling.
Water daily for a minimum of two weeks to prevent dehydration.
Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary to
prevent trampling.
Do not work in, over, or adjacent to planting areas without proper protection and safeguards.
8-02.3(16)G Lawn Establishment and Final Acceptance
The Contractor shall maintain all new lawn areas in this project; shall be responsible for the
survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and
orderly fashion until Final Acceptance of the project by the City. The period for Final
Acceptance shall be no sooner than the second mowing. The Contractor will be held
responsible for all damage or loss caused by his inattention or carelessness. The Contractor
shall repair damage caused by traffic, vandalism, weather or other outside causes.
8-02.3(16)G1 Establishment Period
The Establishment Period will commence on the date of Preliminary Acceptance and will
extend to Substantial Completion or Final Acceptance by the City of landscape work,
whichever is later. Maintenance during this period will include:
1. Watering: Water areas of new turf so they receive adequate water for survival of the
plant in a healthy position.
2. Lawns shall be fertilized every six weeks from March through September per
Grower’s written recommendations. Lawns shall be maintained weed-free.
3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All
grass clippings shall be removed from the site. Maximum height of lawn shall not
exceed three inches.
4. Protect all lawn areas against damage, including erosion and trespassing, by
providing and maintaining proper safeguards.
5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on
a regular basis, at least weekly or more often where necessary. This will include leaf
fall control in Fall period. Policing for paper and litter in all areas shall be conducted
at least weekly. During the Fall period leaves, windblown into gutters and catch
basins, are considered as litter and shall be removed as debris.
8-02.3(16)G2 Guarantee
All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a
period of one year from the date of Final Acceptance.
8-02 Roadside Restoration
City of Renton 1-204 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
8-02.3(16)G3 Final Acceptance
Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a
uniform grade at the time of final inspection.
Final inspection of the work of the Section will be made at the time of the Final Inspection of
the entire project or earlier, if approved by the Engineer. A final punch list will be issued.
Final Acceptance of the new turf areas which are the responsibility of the Contractor will be
contingent upon Final Acceptance of the entire project or at the determination of the City if
earlier than Final Acceptance of the entire project.
END OF SECTION 8-02
8-05 Pre- and Post- Construction Photographs and Video Inspection
City of Renton 1-205 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
8-05 PRE- AND POST- CONSTRUCTION PHOTOGRAPHS AND VIDEO
INSPECTION
(******)
This is a new section as follows:
8-05.1 Materials
The photographs shall be in digital .pdf, .png., or .jpeg format labeled by approximate site
address. Video files shall be in .mp4 or .avi formats labeled with the appropriate site
address, street name, or another identifiable descriptor approved by the Engineer. The
Contractor shall provide one USB thumb drive or flash drive to the Engineer with the entire
catalog of pre-construction and post-construction photographs and videos.
8-05.2 Construction Requirements
Before commencing any construction work, the Contractor shall provide photographs of pre-
existing conditions of the area that will be disturbed during construction operations to the
Engineer. These photos will help document the condition of existing conditions and
landscaping and help determine the level of restoration required. Photographs shall be
obtained as follows:
In easements, streams, steep slopes, landscaped areas and other off of right-of-way
locations: 10-foot intervals.
In the paved right-of-way, paved driveways and parking lots 10-foot intervals.
Near buildings, document the exterior condition including any signs of distress such
as cracks, spalling, settlement, flooding, leaking, etc.
Interior walls, columns, and beams of buildings less than 20-ft from the edge of the
excavation, including any signs of distress such as cracks, spalling, settlement,
flooding, leaking, etc. Coordinate access with the City and Property Owner.
Additional locations as necessary to fully document site conditions and to satisfy
permitting requirements.
Any other location as directed by the Engineer.
Following construction, the Contractor shall take photographs of post-construction
conditions in the same manner.
Prior to commencing any construction work, the Contractor shall walk the property with the
Engineer taking continuous video of pre-existing conditions.
Locations to be videoed include, but are not limited to:
Critical areas
Vegetative areas
Streets within the project impact area:
o Burnett Ave S
o Williams Ave S
o S Tobin St
Known easements
8-05 Pre- and Post- Construction Photographs and Video Inspection
City of Renton 1-206 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Work zones on private property
Any other location as directed by the Engineer.
Following construction, the Contractor shall provide post-construction video inspection of the
same locations surveyed prior to construction.
END OF SECTION 8-05
8-13 Monument Cases
City of Renton 1-207 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
8-13 MONUMENT CASES
8-13.3 Construction Requirements
(******)
Revise paragraphs 4 in this section as follows:
The monument will be furnished and set by the Contractor supplied Surveyor.
(******)
Supplement this section as follows:
When existing monuments will be impacted by a project, the Contractor shall be responsible
for assuring that a registered surveyor references the existing monuments prior to
construction. After construction is complete, the monuments shall be re-established by the
Surveyor in accordance with RCW 58.09.130.
END OF SECTION 8-13
8-14 Cement Concrete Sidewalks
City of Renton 1-208 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
8-14 CEMENT CONCRETE SIDEWALKS
8-14.2 Materials
(******)
Supplement this section as follows:
The Contractor shall use one of the detectable warning surface products listed in the
WSDOT Qualified Products List. The detectable warning surface shall have the truncated
dome shape shown in WSDOT Standard Plan F-45.10. The detectable warning shall be
dark red/colonial red and shall match SAE AMS Standard 595, color number 20109.
8-14.3 Construction Requirements
(******)
Supplement this section as follows:
The Contractor shall request a pre-meeting with the Engineer to be held 2 to 5 working days
before any work can start on cement concrete sidewalks, curb ramps or other pedestrian
access routes to discuss construction requirements. Those attending shall include:
1. The Prime Contractor and Subcontractor in charge of constructing forms, and
placing, and finishing the cement concrete.
2. Project Engineer (or representative) and Project Inspectors for the cement concrete
sidewalk, curb ramp or pedestrian access route Work.
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans.
3. Inspection
4. Traffic control
5. Pedestrian control, access routes and delineation
6. Accommodating utilities
7. Form work
8. Installation of detectable warning surfaces
8-14.3(4) Curing
(******)
Delete and replace this section as follows:
The curing materials and procedures outlined in Section 5-05.3(13) of the Standard
Specifications shall prevail, except that white pigmented curing compound shall not be used
on sidewalks. The curing agent shall be applied immediately after brushing and be
maintained for a period of 5 days.
The Contractor shall have readily available sufficient protective covering, such as waterproof
paper or plastic membrane, to cover the pour of an entire day in the event of rain or other
unsuitable weather. 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.
8-14 Cement Concrete Sidewalks
City of Renton 1-209 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
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.
END OF SECTION 8-14
8-22 Pavement Marking
City of Renton 1-210 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
8-22 PAVEMENT MARKING
8-22.1 Description
(******)
The following items in Section 8-22.1 are revised as follows:
Crosswalk Stripe
A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk
stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the
center of lanes. See Renton Standard Plans 127 and 128.
Skip Center Line
A BROKEN YELLOW line 4 inches wide. The broken or “skip” pattern shall be based on a
24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as
centerline delineation on two-lane or three-lane, two-way highways. See Renton Standard
Plan 109.
Double Yellow Center Line
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double
yellow center stripe is used as centerline delineation on multilane, two-way highways and for
channelization. See Renton Standard Plan 109.
Approach Line
A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from
through movements, to separate high occupancy vehicle lanes from general-purpose lanes,
for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-
degree angle and 10 feet apart. See Renton Standard Plan 109.
Lane Line
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the
same direction. The broken or “skip” pattern shall be based on a 24-foot unit consisting of a
9-foot line and a 15-foot gap. See Renton Standard Plan 109.
Two Way Left Turn Line
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide,
separated by a 4-inch space. The broken or “skip” pattern shall be based on a 24-foot unit
consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of
the broken line in the direction of travel. See Renton Standard Plan 109.
Stop Line
A SOLID WHITE line 16 inches wide, See Renton Standard Plan 128.
Where existing markings will remain immediately adjacent to new markings of the same
type, verify the existing markings match the standards described herein. If the existing
markings are not standard notify the Engineer for a determination of how the new marking
shall be made.
8-22 Pavement Marking
City of Renton 1-211 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
8-22.3 Construction Requirements
Section 8-22.3 is supplemented with the following:
Contractor shall notify the Engineer and request approval of the pre-mark channelization at
least 48 hours prior to placement of pavement markings.
All Pavement markings on concrete intersections shall be 3M Stamark all-weather Tape
380AW and Contrast Tape 380AWE-5. Thermal plastic on Asphalt shall contain 3M 50/50
wet/dry elements.
Temperature needs to be above 40 degrees and dry for a minimum of 48 hours before any
markings can be applied.
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.
8-22.3(6) Removing Pavement Markings
(******)
Section 8-22.3(6) is supplemented with the following:
Existing pavement markings within the construction limits, including stop bars, traffic arrows,
lane markers, and raised pavement markers shall be removed prior to overlaying the
roadway surface.
All conflicting channelization shall be removed as necessary by sand blasting to install
temporary pavement markings or after the final channelization has been installed.
Removal of existing pavement markings shall be conducted using such methods to prevent
damage to the remaining pavement. The use of chemicals that may be harmful to the
pavement will not be allowed. Damaged pavement shall be replaced at the Contractor’s
cost.
END OF SECTION 8-22
END DIVISION 8
DIVISION 9 MATERIALS
City of Renton 1-212 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-03 AGGREGATES
9-03.8 Aggregates for Concrete
9-03.8(7) HMA Tolerances and Adjustments
(******)
Revise item 1 in this section as follows:
1. Job Mix Formula Tolerances and Specification Limits – The constituents of the HMA
mixture at the time of acceptance shall conform to the following tolerances and
specification limits:
Job Mix Formula Aggregate Tolerance Limits
Aggregate, Percent
Passing
Statistical
Evaluation
Non-Statistical
Evaluation Visual Evaluation
1”, ¾”, ½”, and ⅜”
sieves ± 6% ± 6% ±8%
U.S. No. 4 sieve ± 5% ± 6% ±8%
U.S. No. 8 sieve ± 4% ± 6% ±8%
U.S. No. 200 sieve ± 2% ± 2% ±3%
Voids in Mineral Aggregate (VMA) Tolerance Limit from the Minimum VMA Value
in Section 9-03.8(2) HMA Test Requirements
Statistical Evaluation
HMA Class
⅜ inch ½ inch ¾ inch 1 inch
-0.5% -0.5% -0.5% -0.5%
Nonstatistical Evaluation: 1.5% below minimum value in 9-03.8(2) where non-
statistical and statistical are synonymous for test requirements
Specification Limits
HMA Mix Property Statistical
Evaluation
Non-Statistical
Evaluation Visual Evaluation
Asphalt Binder -0.4% to +0.5% ±0.5% ±0.7%
Air Voids, Va 2.5% minimum and 5.5% maximum
These tolerance and specification limits constitute the allowable limits as described in
Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control
points, except the tolerance limits for sieves designated as 100 percent passing will be 99-
100.
9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section)
(******)
Section 9-03.22 is a new section:
The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling
a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning Existing Utilities”
shall be approved by the Engineer prior to commencing work on this item.
9-03 Aggregates
City of Renton 1-213 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the
materials shall conform to the following:
• Cement: This material shall be Portland cement as specified in section 9-01.
• Aggregate: This material shall meet the requirements for fine aggregate as specified
in section 9-03.1.
• Water: Water shall conform to the provisions of Section 9-25.1.
• Minimum Strength: 100 psi
END OF SECTION 9-03
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-214 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
9-05.4 Steel Culvert Pipe and Pipe Arch
(******)
Revise this section as follows:
Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M36, Type I and
Type II. Zinc coated steel shall meet the material requirements of AASHTO M218 (ASTM
A929). Aluminum coated steel shall meet the material requirements of AASHTO M274
(ASTM A929) and shall be asphalt treatment coated.
9-05.7 Concrete Storm Sewer Pipe
9-05.7(2) Reinforced Concrete Storm Sewer Pipe
(******)
Delete and replace this section as follows:
Reinforced Concrete storm sewer pipe shall conform to the requirements of ASTM C-76 and
shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type
II in conformance with ASTM C150. No admixture shall be used unless otherwise specified.
9-05.7(2)A Basis for Acceptance
(******)
Supplement this section as follows:
All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance
with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM
C361 or AWWA C302 except test pressure shall be 5 psi.
9-05.7(3) Concrete Storm Sewer Pipe Joints
(******)
Delete and replace this section as follows:
Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully
retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber
gasket material shall be neoprene.
9-05.7(4) Testing Concrete Storm Sewer Pipe Joints
(******)
Supplement this section as follows:
Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM
C361 or AWWA C302 except test pressure shall be 5 psi.
9-05.9 Steel Spiral Rib Storm Sewer Pipe
(******)
Delete and replace this section as follows:
The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's
Certificate of Compliance stating that the materials furnished comply in all respects with
these Specifications. The Engineer may require additional information or tests to be
performed by the Contractor at no expense to the City.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-215 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut
perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib
pipe shall be fabricated either by using a continuous helical lock seam or a continuous
helical welded seam paralleling the rib.
Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or
galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size,
coating, and metal shall be as shown in the Plans or in the Specifications.
For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall
and shall be fabricated from a single thickness of material. The ribs shall be essentially
rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8
inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the
minimum vertical distance from the outside of pipe wall immediately adjacent to the
lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be
11.75 inches center to center (measured normal to the direction of the ribs). The radius of
bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum
of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener
shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum
height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can
be effectively jointed with coupling bands.
When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved.
The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-
05.4(3) and 9-05.4(4).
For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the
smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall
be .375 inch + 1/8 inch wide (measured outside to outside) and a minimum of .4375 inch
high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to
center (measured normal to the direction of the ribs). The radius of bend of the metal at the
corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent.
9-05.12(3) CPEP Sewer Pipe
(******)
This is a new section as follows:
CPEP - Smooth interior pipe and fittings shall be manufactured from high density
polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or
5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all
material and stiffness requirements of AASHTO M294.
9-05.13 Ductile Iron Sewer Pipe
9-05.13(1) Ductile Iron Pipe Casing
Zinc coated ductile iron pipe for pipe casing shall be Class 50, coated with 200 g/m2 pure
metallic zinc coating in accordance with ISO 8179-1, with a standard asphaltic topcoat in
accordance with AWWA C-151. Pipe shall be marked with the word ‘zinc’ in addition to the
markings required by AWWA C-151. Scratches in the coating that occur during shipping or
installation shall be repaired with a zinc-rich touch-up paint in accordance with ISO 8179 as
directed by the engineer.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-216 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP)
(******)
Delete and replace this section as follows:
9-05.20(1) Description
Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe
with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved
equivalent. CPEP shall be in conformance with the latest version of ASTM F 667 or
AASHTO M 294, Type S.
Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall
conform to ASTM F1536 or ASTM D3212. Fittings shall be manufactured by Nyloplast USA,
Inc., or approved equivalent.
Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate
gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into
fitting.
9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and
Polypropylene Sanitary Sewer Pipe
(******)
Supplement this section as follows:
9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe
Polypropylene culvert and storm sewer pipe shall conform to the following requirements:
For dual wall pipe sizes 12 inches to 60 inches: ASTM F2881.
Fittings shall be factory welded, injection molded or PVC.
9-05.50 Precast Concrete Drainage Structures
9-05.50(2) Manholes
(******)
Supplement this section as follows:
Pre-approved details meeting the requirements of the City or WSDOT may be used for this
project without submitting calculations indicating compliance with the design criteria. The
Contractor shall provide shop drawings detailing the product and specifying the pre-
approved detail(s) to be used and their locations along with supporting documentation.
In instances where pre-approved details are not available, calculations shall be submitted
together with the Shop Drawings. Calculations shall show all dimensions, location and type
of lifting inserts, details of reinforcement, connection embeds, joints, covers, or hatches,
ladders and grating in accordance with the Contract requirements. Calculations shall clearly
list the design criteria used by the manufacturer and indicate the loads imposed on the
structure, including magnitude, direction, and location. Calculations shall be stamped by a
registered Structural Engineer in the State of Washington.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-217 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-05.51 Dense Foam
(******)
This is a new section as follows:
Dense foam shall be Ethafoam HS 600 high density, polyethylene foam, as manufactured
by Dow Chemical Company, or approved equivalent.
END OF SECTION 9-05
9-08 Paints and Related Materials
City of Renton 1-218 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-08 PAINTS AND RELATED MATERIALS
9-08.9 Manhole Coating System Products
(******)
This is a new section as follows:
9-08.9(1) Coating Systems Specification
High Solids Urethane
Coating System: C1
Coating Material: High Solids Urethane
Surfaces: Concrete
Surface
Preparation:
In accordance with SSPC SP-7 (Sweep or brush off blast)
Application: Shop/Field: The drying time between coats shall not exceed 24
hours in any case
System Thickness: 3.0-4.0 mils dry film
Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane
(1.5-2.0 DFT)
Finish: One coat of Wasser MC-Aroshield (1.5-2 DFT)
Color: White
END OF SECTION 9-08
9-14 Erosion Control and Roadside Planting
City of Renton 1-219 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.2 Topsoil
9-14.2(1) Topsoil Type A
(******)
Supplement this section as follows:
Planting soil / topsoil shall consist of loose, moderately well-drained, friable soil of sandy
loam texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to
plant growth. Soil shall be reasonably free of stones, lumps, roots, and weeds or similar
objects. Topsoil should be fertile and free-flowing (pulverized). Topsoil shall be Mycorrhizae
inoculated.
Topsoil shall meet the following parameters:
Parameter Range
pH: 6.7-7.5
Moisture Content: 25%-55%
Soluble Salts: 2.5 mmhos/(dS)
Coarse Sand: 50%max (by weight)
Clay: 25%max (by weight)
Silt: 15%max (by weight)
Organic matter: 10%max (by weight)
9-14.7 Plant Materials
9-14.7(4) Sod
(******)
Supplement this section as follows:
Sod shall be nursery-grown (farm-grown) under climatic conditions similar to, or hardier than
those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of
disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification
of Federal, State and local laws requiring inspection for plant disease and insect control.
Sod: Non-net sod must be from a local grower and be established in growing sod in sandy
loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply.
Sod shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by
weight.
END OF SECTION 9-14
9-23 Concrete Curing Materials and Admixtures
City of Renton 1-220 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-23 CONCRETE CURING MATERIALS AND ADMIXTURES
9-23.9 Fly Ash
(******)
Supplement this section as follows:
Fly ash shall not be used around water lines.
END OF SECTION 9-23
9-30 Water Distribution Materials
City of Renton 1-221 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-30 WATER DISTRIBUTION MATERIALS
9-30.1 Pipe
(******)
Supplement this section as follows:
All materials for water distribution and transmission shall be new and undamaged. Prior to
ordering any pipe and fittings to be used in a potable water supply, the Contractor shall
submit the material source as required by Section 1-06.1 of the Standard Specifications. All
direct and indirect drinking water system components which come in contact with potable
water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall
be clearly marked with the manufacturer’s name, type, class, and thickness as applicable.
Lettering shall be legible and permanent under normal conditions of handling and storage.
9-30.1(1) Ductile Iron Pipe
(******)
Delete and replace this section as follows:
1. Ductile iron pipe shall be centrifugally cast in 18- or 20-foot nominal lengths and meet
the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement
mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104.
Ductile iron pipe shall be minimum Standard Thickness Class 52, or the thickness class
as shown in the Plans or Special Provisions. Flanged ductile iron pipe shall be Class 53
per AWWA C115.
2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical
joint (M.J.) conforming to AWWA C111, unless otherwise specified.
3. Restrained joints shall be as specified in Section 9-30.2(6).
4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi
working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker
Classes are acceptable.
Supplement this section as follows:
The Contractor shall furnish certification from the manufacturer of the pipe and gasket being
supplied that the inspection and all of the specified tests have been made and the results
thereof comply with the requirements of the above referenced standards.
9-30.1(2) Polyethylene Encasement
(******)
Delete and replace this section as follows:
Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type
conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a
polyethylene encasement, tube-type and in black color.
9-30.2 Fittings
9-30.2(1) Ductile Iron Pipe
(******)
Delete and replace this section as follows:
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-222 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA
C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main
fittings shall be ductile iron, short body, cement lined and for pressure rating of 350 psi for
mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal
thickness and manufacturing process shall conform to applicable portions of ANSI/AWWA
C110/A21.10. Mechanical joint, ductile iron, compact fittings 24 inches and less shall
conform to ANSI A21.53 (AWWA C153). Flanged fittings, cast or ductile iron, shall conform
to ANSI B16.1, class 125 drilling pattern.
Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps,
offsets, reducers, and ells.
Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI
A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N,
chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes.
Type of connections shall be specified as push-on joint (Tyton), mechanical joint (M.J.), plain
end (P.E.), flanged (FL), restrained joint (RJ) and threaded.
Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be
mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type
and shall be 15 inches minimum length and shall be mechanical joint. Additional restraint
systems may be required as specified in the contract documents.
Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size
and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside
diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint
sleeve.
Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size
and the outside diameter of the existing cast iron pipe conforms to AWWA 1908
classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical joint
sleeve having a single-piece casting. Threaded pipe and flanges combinations shall not be
used.
Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts
for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11.
Stainless steel bolts shall meet the requirements of ASTM A-307, Grade A. Shackle rods
shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be
type 316SS.
Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with
Section 1-06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for
all fittings and bolts to be used.
9-30.2(2) Galvanized Iron Pipe
(******)
Delete and replace this section as follows:
Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40,
steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized)
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-223 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed
malleable iron galvanized per ANSI B16.3.
9-30.2(4) Steel Pipe
9-30.2(4)C Steel Casing Pipe
(******)
This is a new section as follows:
Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat
casing exterior with shop-applied anticorrosive coating conforming to AWWA C210.
Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness
shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide
epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413.
Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and
0.375 inch for casings over 24 inches in diameter.
Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52.
9-30.2(4)C1 Spacers and Seals for Steel Casing Pipe
Casing spacers shall be “centered positioning” type bands at least 12 inch in width and shall
be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be
2-inch wide glass reinforced plastic securely bonded to the spacer, and shall be aligned on
the spacer along the axis of insertion of the water main into the casing pipe. Runner length
shall approximate the width of the spacer. Securing the spacer to the water main shall be in
accordance with the manufacturer’s instruction. The height of the risers and runners
combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75
inch from the casing pipe wall at all times and provide at least 1-inch clearance between the
runners and the top of the casing wall, to prevent jamming during installation.
Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model
S12G-2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel,
Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal.
9-30.2(6) Restrained Joint
(******)
Delete and replace this section as follows:
Restrained joints (RJ) for ductile iron pipe, fittings, and valves, where required on the plans,
shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet
the following criteria:
The restrained joint shall have a positive metal to metal contact locking system
without the use of gripping teeth. Gaskets for push-on joint pipe with integrally
molded steel or metal teeth or locking segments shall not be allowed as substitutes
for restrained-joint pipes.
The joint restraint system for the pipe shall be the same as the joint restraint system
for the pipe fittings, except as provided in item 3 below.
Where restrained joint fittings required on the plans cannot be furnished or where
restrained jointed fittings are required in areas that are known to be subject to
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-224 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
location adjustments, the Contractor may submit a lay plan showing mechanically
jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe
with wedge restraint glands shall not be substituted for restrained joint pipe.
Wedge Restraint Glands
Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All
bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN.
Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller.
9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe
(******)
Delete and replace this section as follows:
Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible
couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or
approved equivalent. Bolts and nuts shall be high strength, low alloy steel, corrosion
resistant per AWWA C111. Stainless steel bolts require anti-seize compound. Heavy hex
nuts shall be used.
The long body pattern with a minimum center ring or center sleeve length of 12-inches for
pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe
greater than 12 inches in diameter. Solid sleeves (greater than 12 inch diameter) shall be a
15 inch minimum length.
9-30.3 Valves
(******)
Delete and replace this section as follows:
The valves shall be a standard pattern of a manufacturer whose products are approved by
the Engineer and shall have the name or mark of the manufacturer, year valve casting was
made, size and working pressure plainly cast in raided and legible letters on the valve body.
All valves shall be NSF approved and valve bodies shall be ductile iron. All valves shall be
stamped with “NSF APPROVED” and “DI”.
Where a valve is required to operate in a higher pressure environment than the Class of
valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract.
9-30.3(1) Gate Valves (3 inches to 16 inches)
(******)
Delete and replace this section as follows:
All valve material shall be new and undamaged. Unless otherwise approved by the
Engineer, the same manufacturer of each item shall be used throughout the work.
All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem
and shall be equipped with a standard two (2) inch square operating nut and O-ring stem
seals. Valves shall open counterclockwise when viewed from above. Valves shall be
designed for a minimum water operating pressure of 200 PSI.
Resilient seated gate valves shall be manufactured to meet or exceed the requirements of
AWWA Standard C-509 and C-515 latest revisions.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-225 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as
shown on the project plans. Where restrained joints are called out, valve ends shall be
flanged with appropriate flange by restrained joint adapters.
All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as
required. A valve stem extension is required where the valve operating nut is more than 3
feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only
one extension per valve in shall be installed in accordance to the City of Renton standard
plans.
Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo),
Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less.
Approval of valves other than models specified shall be obtained prior to bid opening.
9-30.3(3) Butterfly Valves
(******)
Delete and replace this section as follows:
In addition to the requirements of section 9-30.3, water main butterfly valves shall conform
to AWWA C504 and shall be Class 150B. The valve shall be short-body type and shall have
flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1
Class 125. Valve shall be suitable for direct bury and shall have a stem extension with
AWWA 2-inch square operating nut and suitable valve box. All butterfly valves bodies and
discs shall be ductile iron.
The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick,
Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved
equivalent.
Valve operators shall be of the traveling nut or worm gear type, sealed, gasketed, and
permanently lubricated for underground service. Valve operators shall be constructed to the
standard of the valve manufacturer to withstand all anticipated operating torques and
designed to resist submergence in ground water.
The Contractor shall provide an affidavit of compliance stating that the valve furnished fully
complies with AWWA C504.
9-30.3(4) Valve Boxes
(******)
Delete and replace this section as follows:
Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, two-
piece slip type with cast iron extension as necessary, conforming to the City of Renton latest
standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron
“ears” installed in the direction of the main. Valve box extension pieces shall be provided for
valves with groundcover in excess of the depth of the standard valve box.
Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO,
Rich (Varnish Casting Corp.)
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-226 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-30.3(5) Valve Marker Posts
(******)
Supplement this section as follows:
Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal
with blue label "water”. The valve markers shall be installed in conformance with the City of
Renton Standard Plans.
9-30.3(6) Valve Stem Extensions
(******)
Delete and replace this section as follows:
Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate
support. Valves with an operating nut more than 3 feet below grade shall have a valve stem
extension to raise the operating nut to within 36 inches of the ground surface.
9-30.3(7) Combination Air Release/Air Vacuum Valves
(******)
Supplement this section as follows:
Combination air release/air vacuum valves shall comply with the requirements of
ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and
Primer Corp, "Heavy-Duty," combination air release valve, Val-Matic No. 201C, Crispin
UL10 or approved equivalent. Installation shall be per the City of Renton Standard Plans,
latest revision. Piping and fitting shall be copper or brass. Location of the air release valve
as show on the plans is approximate. The installation shall be set at the actual high point of
the line.
9-30.3(8) Tapping Sleeve and Valve Assembly
(******)
Supplement this section as follows:
Bolt and nuts shall be Cor-Ten or stainless steel.
9-30.3(9) Blow-Off Assembly
(******)
This is a new section as follows:
Installation of blow-off assembly shall be per City of Renton Standard Plans, latest revision.
Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s)
shown on the plans. Temporary blow-off assembly on new dead-end water main shall be
installed at location shown on the plans. Temporary blow-off assemblies for testing and
flushing of the new water mains will not be included under this item and shall be considered
incidental to the contract and no additional payment shall be made.
9-30.5 Hydrants
(******)
Revise this section as follows:
Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a
pattern approved by the City of Renton.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-227 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
(******)
Supplement this section as follows:
The name or mark of the manufacturer, size of the valve opening and year made shall be
plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed.
Hydrants of the following manufacture and pattern have been approved by the City of
Renton.
Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American
Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250.
9-30.5(1) End Connections
(******)
Delete and replace this section as follows:
Hydrant end connections shall be mechanical joint connection unless otherwise specified in
the description of the bid of proposal.
9-30.5(2) Hydrant Dimensions
(******)
Delete and replace this section as follows:
Fire hydrants shall have a valve opening with minimum diameter of 5-1/4 inches, “O” ring
stem seal, two 2-1/2 inches National Standard Thread (N.S.T.) hose nozzle connections,
one 4-inches pumper port connection with City of Seattle standard threats and with a 4.875”
Seattle thread x 5” Storz adapter attached with a 1/8” stainless steel cable. The shoe
connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6
inches, mechanical joint with lugs. The operating nut and port cap nuts are 1-1/4-inch
pentagonal.
Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a
poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system is
used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided
with a breakaway flange assembly and be equipped with breaking devices at the sidewalk.
The hydrant curb stand section of the hydrant that is above ground including all exposed
surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore
Luxlite or approved equal in Safety Yellow color.
Fire hydrants shall be installed per City of Renton Standard Plans for fire hydrants, latest
revisions.
9-30.6 Water Service Connections (2 Inches and Smaller)
9-30.6(3) Service Pipes
9-30.6(3)B Polyethylene Tubing
(******)
Delete and replace this section as follows:
Polyethylene pipe shall not be used.
9-05 Drainage Structures, Culverts, and Conduits
City of Renton 1-228 April 2024
Burnett Ave S and Williams Ave S Storm System Improvements Issued for Bid
9-30.6(3)A Copper Tubing
(******)
Supplement this section as follows:
Corrosion protected copper tubing: Service lines crossing SPU distribution mains shall be
Kamco or approved equal Copper Tubing meeting the requirements of ASTM B88, Type K
rating and polyethylene coating. Coating shall be factory applied and shall be blue in color.
9-30.6(4) Service Fittings
(******)
Supplement this section as follows:
Fittings used for corrosion protected copper tubing shall be compression type with gripper
ring.
9-30.6(5) Meter Setters
(******)
Supplement this section as follows:
Meter setters shall be installed per the City of Renton Standard Plans for water meters,
latest revision.
9-30.6(7) Meter Boxes
(******)
Supplement this section as follows:
Meter boxes shall be installed per the City of Renton Standard Plans for water meters, latest
revision.
END OF SECTION 9-30
END DIVISION 9
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
APPENDICES
Burnett Ave S and Williams Ave S Appendix A – Standard Plans and Details
Storm System Improvement Project Page 1 2024
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
Appendix A – STANDARD PLANS AND DETAILS
City of Renton Standard Details
Std. Plan 101 – Cement Concrete Curbs
Std. Plan 101.1 – Cement Concrete Curb
Installation at Catch Basins
Std. Plan 102 – Cement Concrete Sidewalk
Std. Plan 102.1 – Utility Placement in Cement
Concrete Sidewalk
Std. Plan 103 – Curb and Gutter
Replacement Detail
Std. Plan 104.1 – Cement Concrete Driveway
Entrance – Type R1
Std. Plan 104.2 – Cement Concrete Driveway
Entrances – Notes & Details
Std. Plan 104.3 – Cement Concrete Driveway
Entrance – Type R1B
Std. Plan 106 – Typical Construction and
Adjustment of Manhole Risers
Std. Plan 109 – Pavement Marking Notes
Std. Plan 110 – Typical Transverse Patch for
Flexible Pavement or Rigid Pavement with
Overlay
Std. Plan 110.1 – Typical Longitudinal Patch
for Flexible Pavement or Rigid Pavement
with Overlay
Std. Plan 110.2 – Required Sawcut, Grind and
Overlay for Longitudinal Trenches
Std. Plan 128 – Intersection Crosswalk and
Stop Bar Pavement Markings
Std. Plan 129 – Sign Mounting on Single
Metal Post
Std. Plan 134 – Post Mounted Street Name
Signs
Std. Plan H031 – Monument Case and Cover
WSDOT Standard Plans
WSDOT Std. Plan F-40.15-04 – Perpendicular
Curb Ramp
WSDOT Std. Plan F-40.16-03 – Single
Direction Curb Ramp
WSDOT Std. Plan M-20.10-04 – Longitudinal
Marking Patterns
WSDOT Std. Plan M-20.20-02 – Profiled and
Embossed Plastic Lines
WSDOT Std. Plan M-20.30-04 – Longitudinal
Marking Supplement with Raised Pavement
Markers
CAG-24-098
Burnett Ave S and Williams Ave S Appendix A – Standard Plans and Details
Storm System Improvement Project Page 2 2024
Surface Water Standard Plans
Std. Plan 200.00 – Catch Basin Type 1
Std. Plan 201.00 – Catch Basin Type 2
Std. Plan 202.00 – Catch Basin Installation
Std. Plan 204.00 – Rectangular Frame
Std. Plan 204.00 – Rectangular Solid Metal
Cover
Std. Plan 204.20 – Rectangular Vaned
Grate
Std. Plan 204.30 – Rectangular Bi-
Directional Vaned Grate
Std. Plan 204.50 – Storm Round Frame
and Cover (Public)
Std. Plan 204.60 – Miscellaneous Details
for Drainage Structures
Std. Plan 212.00 – Stake and Wire Fence
Std. Plan 213.40 – Straw Wattles
Std. Plan 214.00 – Silt Fence
Std. Plan 214.10 – Silt Fence Installation by
Slicing
Std. Plan 216.30 – Catch Basin Insert
Std. Plan 216.50 – Curb and Gutter Barrier
Protection
Std. Plan 220.00 – Pipe Zone Bedding and
Compaction – Rigid Pipe
Std. Plan 220.10 – Pipe Zone Bedding and
Compaction – Flexible Pipe
Std. Plan 220.20 – Typical Trench and
Backfill
Std. Plan 264.00 – Soil Amendment
Sections
Water Standard Plans
Std. Plan 300.0 - Water Plan General Notes
Std. Plan 300.7 – Polypigging New Water
Mains
Std. Plan 310.3 – Fire Hydrant Assembly
Pavement Marker
Std. Plan 320.1– 1” Water Service
Std. Plan 320.2– 1 ½” AND 2” Water Service
in Planting Strip
Std. Plan 320.3– 1 ½” AND 2” Water Service
in ROW behind Sidewalk
Std. Plan 330.1 – Concrete Blocking for
Horizontal Fittings
Std. Plan 330.3 – Concrete Blocking for
Vertical Fittings with Restrained Joints
Std. Plan 330.4 – Concrete Blocking Pipe
Clamp and Anchor Rods
Stdf. Plan 330.5 – Shackle Rod Joint Restraint
System
Std. Plan 330.7 – Valve Box, Operating Nut
Extension, and Marker Post
Dead-Man Anchor Block
Wastewater Standard Plans
Std. Plan 400.1 – Standard Sanitary
Manhole
Std. Plan 400.5 – Abandon Manhole
Std. Plan 401.1 – Manhole Frame and
Cover (City Owned)
Std. Plan 405 – Pipe Bedding for Sanitary
Sewers
Std. Plan 407 – Typical Side Sewer
Connection for Sewer Main Replacement
Std. Plan 412 – Casing Pipe for Mains &
Laterals
Side Sewer Relocation
FACE OF CURB
6 112' '
1/2" R. 1" R.
1:24
t
TOP OF
112" R. ROADWAY
I
V
ED
T
CEMENT CONCRETE
TRAFFIC CURB AND GUTTER
FACE OF ADJACENT CURB
6 1f2"--
FLUSH WITH GUTTER
PAN AT SIDEWALK
RAMP ENTRANCE
1:12 1:24
TOP OF
112" R. ROADWAY
1
DEPRESSED CURB SECTION
AT SIDEWALK RAMPS
w '
PREMOLDED
JOINT FILLER
E FULL -DEPTH
EXPANSION JOINT
6" CEMENT CONCRETE
112" R. 1"R. SIDEWALK RAMP
VARIES
OR LANDING
FROM !
6"TOO S
s"
T
318" PREMOLDED
JOINT FILLER
CEMENT CONCRETE
PEDESTRIAN CURB
AT SIDEWALK RAMPS AND LANDINGS
6 112" '
FACE OF ADJACENT CURB
SEE DEPRESSED CURB DETAIL THIS SHEET
114
TOP OF
1/2" R. ROADWAY
2"
i
T
DEPRESSED CURB SECTION
AT RESIDENTIAL DRIVEWAYS ONLY.
FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2
1 P2' R.
FACE OF ADJACENT CURB I
GUTTER SURFACE
u
6 112" 1"
1' R.
FACE OF CURB
1" R.
8 114"
1" R.
CEMENT CONCRETE
i TRAFFIC CURB
DEPRESSED CURB DETAIL
AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS
GENERAL NOTES:
1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing.
2. Expansion joint shall be full depth, 3/8" (in.) premolded joint filler.
3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2
TOP OF
ROADWAY
STD. PLAN — 101
a PUBLIC WORKS
CEMENT CONCRETE CURBSDEPARTMENT
NOfE2 X3/8 -R X 5/8"D DUMMY JOINT
I I
I I
3/8- PREMOLDED JOINT FILLER (TYP) I
F V— 5 _
PLAN VIEW
FACEOF A GRATECURBI_S FRANE60RATE
6 1/2" 13"
51 2" 1• (
I.OB')
FRAMEANDGRATE-NOTndwosa
1/2" R. 1' jR MATCHROADWAY Iry DDRB AND DUTIERSID rlEh1
SLOPE
TOP OFIROADWAY
D'
D D D
D.. D.'.' ADJUSTMENT SECTION -NOTINCLUDED
D' e' INCURSANDOUTIERSIDIIEM
CATCH RUN -NOTDICL DED
D •'••' - INCURSANDOUTTERSIDREM
SECTION O
GENERAL NOTES:
1. The Intent of this design Is to facilitate the removal'
of a catch basin with minimal disturbance
of the curb
x .i-
2. The expansion joints of the - i .
I. adjacentsidawalkshall
be adjusted to be In
line with these curb
expansion joints. j I sI
SEE NOTE2
CEMENTCONCREIE
CURS AND ODTTER
I
ISO 2IC VIEW
CEMENT CONCRETE CURB
SM. PLAN — IMA
PUBLIC WORKS PRO D: INSTALLATION AT
DEPARTMENT
CATCH BASINS ADA
s RAISED EDGE DETAIL 1 a sI DEWALK
LEVEL 1r2' F•J7 O $IOEWAL3(TRANSVERSE 1'-0" 1' - 0"
11r R J01NTS TO INCLUDE RASED EDGE
318• (IN) PREMOLDED JOINT FILLER
TYPICAL WHERE APPLICABLEON
RDUt DING 2.0%1 tr2" (IN) R. (TYP.]
FOR CURB pETA[LS
r , SEE STD PLAN 101
er ' y r. STING ROADWAY
CRUSHED ROCK BrLS
SEE RAISED EDGE I
SIDEWALK DETAIL - THIS SHE LTYPICALUNDER CRUSHEOSURFACING TOP COURSE (CSTC) ALL
CUT SIDEWALK
OMPACT TO 957, MODIFILU PROCTOR MIN.
O
SLOPESWITH RAISED EDGE UNLESS REOUTREMENT WAIVED BY ENGINEER)
TYPICAL. UNDER ALL CURB, V2" (
tN) R. (TYP.) GUTTER S SIDEWALK, CSTC UNDER 2' '
v
FOR
CURB DETAILS CURB S GUTTER TO BE S THICKNESS CR LS%
SEE STD PLAN 101 MATCH EXISTING ROADWAY CRUSHED ROCK dH " ,•
i!' BASE,
WHICHEVER IS GREATER (1YP. FOR ALL
CURB b GUTTER). FINISHED
GRADE 1"(IN)BELOW 1fn2' 0• SIDEWALK TOPOF
CONCRETE SURFACE ADJACENT
TO CURB MIN 1,
m 1 0• ROU
DING R. (
TYR) FOR
CURB DETAILS 1,
5% SEE STD PLAN 101 o
a
t
s
Fr• • BRI
DGE OR PEDESTRIAN RAILING
ADJACENT
TO CURB FOR
CURB CURSDETAILS WRIER -
SEE SIDEWALK SEE $TD PLAN 101. STEEP
FILL SLOPES) CONTRACT
PLANS WALL OR BARRIER I
772' (IN) R. (TYP.) J
I
SIDEWALK FLUSH'
1.
5% t
1rz• M R. VERTICAL
WALL - -- ' -. . - -- \Vr
ti..f . •. SEE
DETAIL 318• (
IN) PREMOLDED JOINT
FILLER ADJACENT
TO CURB AND RAILING OR WALL a (IN) PREMOLDED
JOINT
FILLER FOR
SIDE BUFFER
STR1P TREATMENTSIDEWALKSIDEWALK ADJACENT TO WALL DETAIL SEE
HER (SEE NOTE 10) SIDEWALK/
12• (
IN) R. SECTIONS1 (
TYP ) FOR
v
1.5% SEE STD PLAN 10.S
1.
SX MIN. SEE STD PLAN 101 r 4`\\
f
GROOMED FINISH OR
MATCH E)(iST1NG e
4' M/IDE, SMOOTH Go
TROWELED PERIMETER FINISHED
GRADE t• (IN) BELOW TOP OF CONCRETE SURFACE
FOR PLANTING -FLUSH IF PAVED T
CONCRETE CEMENTCONCRETECURB CURB ADJACENT
TO BUFFER STRIP 0 CURB FOR
CURB DETAILS D•
SEE STD PLAN 101 r
5, z
1r8'TD 114' NOTES
1.
Four feet of the sidewalk width shall be
the minimum pedestrian CONTRACTION
JOINT • . Al
yam.
aocessibTe
route (aut) free of vertical IN
RAG .'
andhorizontalobstructions. Gratings, FULL -
DEPTH EXPANSION JO NT IN BOTH h1' AccessCovers, Junction Boxes, CURB
AND SIDEWALK (SEE STD PLAN mi.1) CableVaults, Pull Boxes and other appurtenances
within the sidewalk ` s'F 3W C CONTRACTION JOINT must
be flush with surface, and match grade
of the sidewalk. JOINT AND FINISH DETAIL
2.
Monolithic Cement Concrete Curb and + Sidewalk
is not permitted in new For other referenced NOTES see , construction.
When replacement work STD PLAN 104.2, R ••
necessitates
a Monolithic Cement PREMOLAE
ConcreteCurbbuildperWSDOTJOINTFILLERStandardPlanF-30.10-03. Paved surfaces must comply With STD
PLAN 102.1 as applicable. E FULL -DEPTH 3.
Concrete to 6e 4,000 PSI. EXPANSION
JOINT fthk
SM PLAN - 109 PUBLIC
WORKS CEMENT CONCRETE PPRQ •
ED: DEPARTMENT
SIDEWALK T ljZ_It]ra#'YA 104/ +7
NOTES'
1. Not used.
2. All ramp and landing edges shall be separately formed.
Utilities structures that must remain are to be made non -slip or non-skid.
4. Utilities structures such as vaults and junction boxes shall not be located in the Pedestrian Access Route (PAR) of the
Pedestrian Circulation Route,
5. Drainage appurtenances, such as manholes, catch basins, eic. shall not be located in the PAR. These should be located
in the street or the buffer strip.
6. Accessible pedestrian access shall be provided for during construction.
PUBLIC IVORKr I UTILITY PLACEMENT IN
AN ) DEPAR?6!E\! CEMENT CONCRETE SIDEWALK
STD. PLAN — L02.1
Gregg Lmmerman, PuGlk Warts Adminbvator
r
r
EXISTING ASPHF
PAVEMENT
SAWCUT
SEE NOTE 2)
ARTERIAL STREET MINIMUM
7" HMA (or ACP Class B)
SEE NOTE 1), OVER
6" CRUSHED ROCK
RESIDENTIAL STREET MINIMUM
4" HMA (or ACP Closs B)
SEE NOTE 1), OVER
6" CRUSHED ROCK
NOTES:
1. MUST MATCH EXISTING THICKNESS IF GREATER.
2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF
DAMAGED PAVEMENT.
1 THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT
PLACEMENT AT 'THE GUTTER FACE. SEE STANDARD PLAN
FOR CEMENT CONCRETE CURBS.
SM. PLAN - 109
PUBLIC WORKS CURB AND GUTTER PPRO D:
DEPARTMENT REPLACEMENT DETAIL ii,, Z
N CO ATE
FOIfEV r'IgU{F64C6WALR iIh'ifr
F'YN vYFE55EEntaren
WWROWIRCIFFIAW
wFNt11E4
oMCYMY K4YPE0
v 1!F et0 FUN lapVa"
FOFfYfUt
SEE M9iE f
I
CWKTIIYGIEM-0MI
r
W.IWINfMry
F(E M(IIEI - RYENIfAOIfE
TOFFItVFI
S
Np1F i
ascaxfNaEacNaorrtrtvF.; f
lf1EE np FUN np
PIAN Mw
N!s
N
1 EM1O 1 `a]f Nfl lE[Na1E{;1'rY,.
11 /
Y E F'Mw
CYI YYIItIlax 1ElE
6'lil RMSYDCUN{WTFII
YMf`, aFEYMNFFXr AMI(M1V.) IQ.Icff4
9ECTIONOryFESN F4N loa VIIIIM1EJ _fIWYY{IM]M_ _
M M'11YW RMFSbET WF YtJYfvELtA[MlEal _ Ih
n
CWVEYNY r-ai
I OOPn'Ef1YY YY gtgrh .
N __—
CLr wCtYOltEcwFEwmfl
s N]fEJI
YES.. SLD PIAN IN }
STD. PLAN - 104.1
PUBLIC WORKS CEMENT CONCRETE DRIVEWAY,.
4
DEPARTMENT ENTRANCE - TYPE R1
Gregg Zimmerman. PUM¢ W orlu Administrator
CEMENT
SEE NOTE 31
CEMENT- DEPRESSED MONOLITHIC
CONCRETE - CURB 8 CUTTER
SIX -WALK j j (SEE DETAIL MS SHEET)
TYPE C213 - ISOMETRIC VIEW
COMMERCIAL, WITH BUFFER)
NOTES
1. When a driveway width exceeds 15 feet, consbud a full depth
expanslon joint with 3f8' Joint filler along the driveway lane lines
see std. plan 102). Construct expansion joints parallel with the
centerline as required at 15 maximum sparing when driveway
Widths exceed 30'.
2. See std. plan 102 for sidewalk details.
3. Curb and gutter shown, other curb designs may be specified.
See std. plan 101 for curb details.
4. Not used.
5. The engineer will design all driveways to Include elevations at all
points marked with symbol "X'. All elevations are at the back of
Curb top on uphill side.
6. Not used.
7. For Driveway Widths see DRIVEWAY STANDARDS
See NOTE 10). The expansion joints (see end. plan 102) shall be
spaced as shown In the corresponding leamViic New.
8. Slopes shall comply with sections 8303.21 or R303.2.2 or
R303-2.3 of the Revised Draft Guidelines for Accessible Public
Rigbtsaf=Way of Nove uba 23, 2005 (PROWAO).
9. Curb returns for any Type C -MAX Driveway maybe approved on
a case-by-case basis,
10. STREET STANDARDS= Renton Municipal Code (RMC)
Tide IV Development Regulators
CHAPTER 6 STREET AND UTILITY STANDARDS
Section 4.6-060 STREET STANDARDS
DRIVEWAY STANDARDS = Renton Municipal Cade (RMC)
Tice IV Development Regulations
CHAPTER 4
CITY-WIDE PROPERTY DEVELOPMENT STANDARDS
Section 4 -4 -ON PARKING, LOADING AND DRIVEWAY
REGULATIONS
aEE.C.
coNTwtcnCN X}
aro N.w tae
b
SEE DEFREMECC Dr1M
on r z ew-
Wit TOPOF1110MY
NOTE, ORNE NYtalC.naEULmMB1IX1
ADM CURBDEPRESSEDMDNOLTTNIDpJRB 6 DUTfEfiOETAL
FACE OF ADJACENT WF®
DEPRESSED CURB DETAIL
AT RESIDEMW. ORCORBBK.YAL DRIVEWAYS, AND ALIEN'S
DdvelNay Example: TYPE C11 B
R=Rlisd, d, C.CwwnwdAl 1NurtofLAIW. _----
MA)(x lwne Comm q
a=b,(Pia tNSw;l 3an1F41e Buffer -
PUBLIC WORE' CEMENT CONCRETE DRIVEWAY
STD. PLAN - 104.2
DEPARTMENT ENTRANCES - NOTES AND DETAILS A11f'— //
SEE 1piE 1 CE)gER
R"'.S.V W. IM (v B CUMCVMI WfR31
SLOPE PYP.1 !SEE ND(E ]I
16' COIIIMCiiO O PO NI ''P IHIREBTB.PUIST PIAN VIEW
I0 DVTERENCEWSLOPEl.4%-
CEullWCRETESEIEWaIx
v41E4
1>'Ei NOE 3)v lvu 3EE NOR3DYP1
6'MwtC!..=ETE
6.uw DEPRSSND'tflal DUTRR
filofsvrix
M'EV .SIO.:.0nrPI Rini I
SECDON OA JfE 3TD. RAN 101,
ID-RIT,
aE16WMR WW M
III \
pgryEWAY W' ITNE SLOPE 14lOPE 9NOWN FSAf.OfRAR01 __ _ \ IL 1. I
ORMV/lYT 6. NN erN
P • 6 _
SE NOB
g®g PUBLIC WORKS
DEPARTMENT
TYPE RIB - ISOMETRIC VIEW
RESIDENTIAL. WITH BUFFER(
CEMEM CONCRETE
CURIAGU TER
INE NOR 31
CEMENT CONCRETE DRIVEWAY
ENTRANCE - TYPE RIB
For NOTES STD. PLAN 104.2
STD. PLAN - 104.3
PL[rCill
Gregg Zimmerman, Public Warks Administrator
6AW
t3EEWTEI SEE WYE II
lavPAVED
DRAEWAY REWIRED
SY EYPMGLN Awi ILYF.1
SEE STO PUH 1111 CECDsE
x la
1 6FE NOR E
ls
Z
SEE 1piE 1 CE)gER
R"'.S.V W. IM (v B CUMCVMI WfR31
SLOPE PYP.1 !SEE ND(E ]I
16' COIIIMCiiO O PO NI ''P IHIREBTB.PUIST PIAN VIEW
I0 DVTERENCEWSLOPEl.4%-
CEullWCRETESEIEWaIx
v41E4
1>'Ei NOE 3)v lvu 3EE NOR3DYP1
6'MwtC!..=ETE
6.uw DEPRSSND'tflal DUTRR
filofsvrix
M'EV .SIO.:.0nrPI Rini I
SECDON OA JfE 3TD. RAN 101,
ID-RIT,
aE16WMR WW M
III \
pgryEWAY W' ITNE SLOPE 14lOPE 9NOWN FSAf.OfRAR01 __ _ \ IL 1. I
ORMV/lYT 6. NN erN
P • 6 _
SE NOB
g®g PUBLIC WORKS
DEPARTMENT
TYPE RIB - ISOMETRIC VIEW
RESIDENTIAL. WITH BUFFER(
CEMEM CONCRETE
CURIAGU TER
INE NOR 31
CEMENT CONCRETE DRIVEWAY
ENTRANCE - TYPE RIB
For NOTES STD. PLAN 104.2
STD. PLAN - 104.3
PL[rCill
Gregg Zimmerman, Public Warks Administrator
PATCHED AREA
i
A q
COVER
COVER PER STD PLAN 401
SEE NOTE 9)
SEAL WITH AR 4000 OR APPROVED
EQUAL AND DRY SAND AFTER P L A N
PATCHING
NTS
OUTSIDE DIAMETER OF
SEE NOTE 9) ADJUSTMENT RING AND x SEE NOTE 2
X
gOTTOM OF FRAME
t----
MORTAR JOINT(S) (3/8" MIN.-2" MAX.) ADJUSTMENT RING (1" MIN.). SEE
SEE NOTE 3 AND SPECIAL PROVISION NOTE 6.
7-05.3(1).
SECTION A-A
NOTES
1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED
WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE ONLY BY A JOURNEYMAN MASON.
FOOT(MIN.). ADJUST CASTING FRAME TO PAVEMENT
SURFACE USING RISER RINGS AND MORTAR. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE
ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY.
2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8"OF THE USE OF SHIMS IS PROHIBITED.
HMA CLASS"PG 64-22(OR TO A DEPTH THAT S 2"BELOW
THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER 7• FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY
IS GREATER)OR AS APPROVED BY THE ENGINEER. TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS
DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH.
3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN
MORTAR.MORTAR SHALL BE ASTM C270 FOR TYPE S. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN
VISIBLE UPON COMPLETION.
4. MORTAR SHALL BE MIXED AND APPLIED PER
MANUFACTURERS DIRECTIONS. 9. X=1'-0"MIN.TO 2'-6"MAX.-PER ENGINEER'S INSTRUCTION
STD. PLAN - 106
j PUBLIC WORKS
TY'CAL CONSTRUCTION A ROVED:
al' DEPARTMENT AND ADJUSTMENT OF
flMANNOLERISER3
e o r>tor DA E
1 1 VARIES 1 1
MIN MIN MIN I MIN
SPECIAL NOTE: T < }
x , 4
IN THE EVENT TRANSVERSE PATCHES EXIST I ;
WITHIN THE AFFECTEO STREET, THE LENGTH I I
IOFTHEPATCHSHALLBEEXTENDEDTO
INCLUDE ANY EXISTING PATCH WITHIN 10 j
FEET OF THE EDGE OF THE PATCH REQUIRED iFORTHENEWCROSSINGANDANYf . .
SUBSEQUENT PATCH EDGE WITHIN 70 FEE7
OF THE EDGE OF THE SECOND PATCH AND
SO ON UP TO A TOTAL OF 300 FEET. I FACE OF GUTTER OR
i I EDGE OF PAVEMENT
k -=f--
a ;
TRAFFIC FLOW
2" HMA I r a d` i
i
CENTER LINE ORILANELWE
2" TO 8" HMA i
I
6.5' MIN.
2" DEPTH OF
PLANING OR SAWCUT AND REMOVE
VARIES: 6.5' MIN.
DEPTH OF EXISTING PAVEMENT
MIN I MIN
VARIES {
MIN I MINI
2" SAWCUT AND REMOVE
OR PLANE, SEAL WITH 2" - 6" MIN. HMA (SEE NOTE 2)
AR-4000W
EACH SIDE)
6" CRUSHED SURFACWG TOP COURSE (CSTC)
2" HMA 9-03.9(3)) PER WSDOT STANDARO
SPECIFICATIONS, COMPACTED TO 95% MODIFIED
PROCTOR.
SAWCUT AFTER BACKFILL
EACH SIDE)
CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL
9-03.19), GRAVEL BORROW (9-03.14(1)) PER
WSDOT STANDARD SPECIFICATIONS OR NATIVE
MATERIAL IF APPROVED IN WRITING BY ENGINEER
BASED ON GEOTECH REPORT, COMPACTED TO 95%
MODIFIED PROCTOR.
WIDTH OF TRENCH AS RE UIRED BY SIZE OF PROPOSED
IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4)
PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF PIPE ZONE BEDDING. MATERIAL- SEE STANDARDNEEDED, SHALL MEET THE REQUIREMENTS OF WSDOT PLAN 110.1.
STANDARD SPECIFICATION 7-08.3(1)B
TRENCH WIDTH
FOR NOTES, SEE STANDARD PLAN 110.1
TYPICAL TRANSVERSE PATCH FOR
p - 110
PUBLIC WORKS
FLEXIBLE PAVEMENT OR RIGID F'}'R 'E;D
DEPARTMENT u j,.,,
PAVEMENT WITN OVERLAY
r
T
o
LANE ] LAt E LANE i
f
t ii
1 :
f I
f
l
j 4
INITIAL 2" DEEP SAWCUT OR GRIND, AND
LIMIT OF FINAL OVERLAY. GRIND AND PAVE
r FULL STREET WIDTH OVERLAY REQUIRED.
J 'r
t
1 J
f/
t
I ce:
t(. p_.
2:
t -, / . -I / t'
If
r .. }t ,
1
i f 1` I
t f
EDGE OF EXISTING PAVEMENT
11
EDGE OF TRAVELED LANE (EDGE STRIPE)
t
VARIES: 4.5' MIN. (SEE STD PLAN 110.1)
f
I
CENTER OF ANY MARKED LANE LINE,
PROVIDE NEW CHANNELIZATION AFTER OVERLAY
F
t1
i r SECONDARY FULL DEPTH SAWCUT FOR
4 PROPOSED TRENCH
t
f
I
INITIAL 2" DEEP SAWCUT OR GRIND, AND
f LIMIT OF FINAL OVERLAY. GRIND AND PAVE
FULL STREET WIDTH OVERLAY REQUIRED
CANE LAtV LANE
r ___ _0
i __
FOR TYPICAL SECTION AND NOTES SEE STANDARD PLAN 110.1
3TD. PLAN - 110.2
PUBLIC WORKS REQUIRED SAWCUT, GRIND AND ppR' 'I,D:
DEPARTMENT OVERLAY FOR LONGITUDINAL TRENCHES Q -
DocuSign Envelope ID: 9D9B0DA8-0385-4664-AE66-57BFF1561D7F
7/27/2022 | 5:44 P
BAND -
OR
MOUNTING ON EXISTING
METAL POLE OR LUMINAIRE
MIN.
NOTES
1. DIMENSIONS FOR THE PARTS USED TO ASSEMBLE THE BASE
CONNECTIONS ARE INTENTIONALLY NOT SHOWN. BASE
CONNECTIONS ARE PATENTED, MANUFACTURED PRODUCTS
THAT ARE IN COMPLIANCE WITH NCHRP 350 CRASH TEST
CRITERIA. THE BASE CONNECTION DETAILS ARE SHOWN ON
THIS PLAN ONLY TO ILLUSTRATE HOW THE PARTS ARE
ASSEMBLED.
2. A 2- (IN) POST WITH A 2 1/4" (IN) PSST ANCHOR OR A 2
1/4" (IN) POST WITH A 2 1/2" (IN) PSST ANCHOR MAY BE
SUBSTITUTED. SEE CONTRACT PLANS.
3. PERFORATED SQUARE STEEL POST SHALL MEET THE
REQUIREMENTS OF WSOOT STANDARD SPECIFICATION 9-06.
4. USE ONLY BASE CONNECTION MANUFACTURER SUPPLIED
HARDWARE THAT MEETS THE REQUIREMENTS OF WSDOT
STANDARD SPECIFICATIONS 9-06 AND 9-28.
EDGE OF TRAVELED
ROADWAY
90-F,3C
FOR REFLECTORIZED SIGNS: MOUNT
FACING 3'(degree) OUTWARD IF SIGN
IS WITHIN 30 FEET OF ROADWAY
SIGN FACE ORIENTATION
BOLT STOPGN POST
TYPE ST -4 SIGN SUPPORT
OST SUPPORT — 2.25"
HOT—DIP GALV.,
ANCHOR
ON CRE 1E
MOUNTING ON METAL POST
SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT (
ADOPTED ( /V
nerc
SIGN POST
s
LOWER SIGN
e
5/16" (IN) CORNER BOLT
IN) POST SUPPORT OR 3/6' FLANGED
SHOULDER BOLT NTH
NUT AND WASHERS
2 REQUIRED (TYP.)
BOLT STOPGN POST
TYPE ST -4 SIGN SUPPORT
OST SUPPORT — 2.25"
HOT—DIP GALV.,
ANCHOR
ON CRE 1E
MOUNTING ON METAL POST
SIGN MOUNTING ON SINGLE STD. PLAN- 129isPUBLICWORKSMETALPOSTAPPROVED: tiZ + DEPARTMENT (
ADOPTED ( /V
nerc
DocuSign Envelope ID: B16CE03A-ED99-4F11-B559-FEB382C92BFB
7/30/2018 | 4:09
(MKMXEPP]WMKRIHF]67GSXX>IPPIV
(EXI
(EXI
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
STATE DESIGN ENGINEER
Washington State Department of Transportation
‘
C
R
O
S
S
W
A
L
K
SECTION
CURB RAMP
ISOMETRIC VIEW
LANDING
PEDESTRIAN CURB
90 ANGLE
(
T
Y
P
.
)
4
"
5.0% MAX.
COUNTER SLOPE
PLAN VIEW
C
A
C
B
‘
C
R
O
S
S
W
A
L
K
5’ - 0" MIN.
PLAN VIEW
STRIP
BUFFER
ROADWAY
TOP OF
A
STRIP
BUFFER
5’ - 0" MIN.
SECTION B
CLOSURE SIGN
PEDESTRIAN CROSSING
CLOSURE SIGN
PEDESTRIAN CROSSING
CURB
FACE OF
CURB
FACE OF
CURB RAMP
VARY
RADIUS MAY
ISOMETRIC VIEW
PAY LIMIT
TYPE SINGLE DIRECTION A
PAY LIMIT
TYPE SINGLE DIRECTION B
LANDING
A
BREAK
GRADE
GRADE BREAK
GRADE BREAK
TYPE SINGLE DIRECTION BTYPE SINGLE DIRECTION A
CURB RAMP
SEE CONTRACT PLANS
WIDTH ~ 4’ 0" MIN.
MATCH SIDEWALK
CONTRACT PLANS
BUFFER STRIP ~ SEE
CURB RAMP
LANDINGLANDING
SEE
DETECTABLE WARNING SURFACE
STANDARD PLAN F-45.10 SEE
DETECTABLE WARNING SURFACE
STANDARD PLAN F-45.10
3" R.
3" R.
3" R.
CDETAIL
1’ - 0"
SLOPE IN EITHER DIRECTION
D
R
A
W
N
B
Y
:
F
E
R
N
L
ID
D
E
L
L
CURB RAMP
SINGLE DIRECTION
STANDARD PLAN F-40.16-03
GRADE BREAK
SEE CONTRACT PLANS
MATCH SIDEWALK WIDTH ~ 4’ 0" MIN.
CURB RAMP
CURB RAMP
SIDEWALK ~
SEE NOTE 6
SIDEWALK ~
SEE NOTE 6
GRADE BREAK
SIDEWALK ~
SEE NOTE 6
GRADE BREAK
TYPE SINGLE DIRECTION B" PAY LIMIT ~
"CEMENT CONCRETE CURB RAMP
SEE NOTE 7
TYPE SINGLE DIRECTION A" PAY LIMIT ~
"CEMENT CONCRETE CURB RAMP
SEE NOTE 7
SIDEWALK ~
SEE NOTE 6
SEE
DETECTABLE WARNING SURFACE ~
STANDARD PLAN F-45.10
PEDESTRIAN CURB ~
SEE NOTE 10
PEDESTRIAN CURB ~
SEE NOTE 10
PEDESTRIAN CURB ~
SEE NOTE 10
SEE CONTRACT PLANS
WIDTH ~ 4’ 0" MIN. ~
MATCH SIDEWALK
SIDEWALK ~
SEE NOTE 6
1.
2.
3.
4.
NOTES
5.
6.
7.
8.
LEGEND
9.
*DESIGN/FORMWORK (2% MAX.)
1.5 OR FLATTER RECOMMENDED FOR
**
(ALONG INSIDE RADIUS AT BACK OF WALKWAY)
SEE NOTE 7
DESIGN/FORMWORK (8.3% MAX.)
7.5% OR FLATTER RECOMMENDED FOR
10.
15’ - 0" MAX (TYP.)
SEE NOTE 8
15’ - 0" MAX (TYP.)
SEE NOTE 8
*
CURB AND GUTTER ~
SEE NOTE 5
CURB AND GUTTER ~
SEE NOTE 5
**
CORNER
1" (IN) RADIUS
3/8" (IN) EXPANSION JOINT ~ SEE
STANDARD PLAN F-30.10
(TYP.)
5’ - 0" MIN.
(TYP.)
15’ - 0" MAX
SEE NOTE 8
**
SEE
DEPRESSED CURB AND GUTTER ~
STANDARD PLAN F-10.12
*
*
***
JOINT ~ SEE
3/8" (IN) EXPANSION
PLAN F-30.10
STANDARD
SURFACE ~ SEE
DETECTABLE WARNING
STANDARD PLAN F-45.10
GUTTER ~
DEPRESSED CURB AND
SEE NOTE 5
*
(
T
Y
P
.
)
4
"
1
1 STANDARD PLAN F-30.10
CONTRACTION JOINT EQUALLY SPACED 4’ - 0" MIN. OC.
FOR CURB RAMP LENGTHS GREATER THAN 8’ - 0" PROVIDE
CONTRACTION JOINT (TYP.) ~ SEE
*
1
Specifications 8-14.
Standard
Standard Plan F-30.10
F-10.12
Standard Plan
Ramp or Landing and there will not be material to retain.
Curb Ramp and/or Landing will be at the same elevation as the Curb
Pedestrian Curb may be omitted if the ground surface at the back of the
Curb Ramps and Landings shall receive a broom finish. See
distance of 15 feet.
ramp to top of ramp to match into the sidewalk over a horizontal
allowed to exceed 8.3%. Use a single constant slope from bottom of
(measured from back of sidewalk) the running slope of the curb ramp is
otherwise in the Contract Plans). When applying the 15-foot max. length
The Curb Ramp length is not required to exceed 15 feet (unless shown
Curb, or Sidewalks.
adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian
The Bid Item "Cement Concrete Curb Ramp Type __" does not include the
Contract Plans for width and placement of sidewalk.
for Cement Concrete Sidewalk Details. See See
Pedestrian Curb details.
for Curb, Curb and Gutter, Depressed Curb, Gutter and
See Contract Plans for the curb design specified. See
Curb and Gutter where the Landing connects to the roadway.
ances on any part of the Curb Ramp or Landing or in the Depressed
Do not place Gratings, Junction Boxes, Access Covers, or other appurten-
between the two adjacent surface planes shall be flush.
Where "GRADE BREAK" is called out, the entire length of the grade break
roadway must be contained within the width of the crosswalk markings.
At marked crosswalks, the connection between the Landing and the
permitted.
This plan is to be used where pedestrian crossing in one direction is not
ST A TEOFWASHI
NGT
O
N
R
EGISTEREDP
R
OFE
S
SIONAL ENGINEER
R
ELLE
Z TTOCS .R
28680
4
’
-
0
"
M
IN
.
4
’
-
0
"
M
IN
.
-' -' UJ
□ □ ::J
z c:::
UJ
LL
;;.: cc
I
□
1IT 3IT 10'···_· _·_· ·_· -----~.
..
...
....
...
.------------,1
\ YELLOW-=RLINE,
CENTERLINE & LANE LINE WHITE -LANE LINE
10'
...
30' 10'
YELLOW
NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE
10'
...
30'
REVERSIBLE LANE LINE
10' 30' 10'--_· --•-· _-._--T
\WHITE
WIDE BROKEN LANE LINE
SEE CONTRACT FOR LENGTH
\ YELLOW OR WHITE -
SEE NOTE 2
EDGE LINE & SOLID LANE LINE
NOTES
1. Dotted Extension Line shall be the same color as the line it is extending.
2. Edge Line shall be white on the right edge of traveled way, and yellow on
the left edge of traveled way (on one-way roadways). Solid Lane Line
shall be white .
3. The distance between the lines of the Double Centerline shall be 12"
everywhere, except 4" for left-turn channelization and narrow roadways
with lane widths of 10 feet or less. Local Agencies (on non-state routes)
may specify a 4" distance for all locations.
The distance between the lines of the Double Lane Line shall be 4".
~--------------------4" OR 12" -~ _[ SEE NOTE 3~i==~---------~T
~t
DOUBLE CENTERLINE & DOUBLE LANE LINE
SEE CONTRACT FOR LENGTH
L~I-------~-
\ WHITE
WIDE EDGE LINE & WIDE SOLID LANE LINE
OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS
SEE CONTRACT FOR LENGTH
tL~--------~-
~t L ~------~+-----
DOUBLE WIDE LANE LINE
SEE CONTRACT FOR LENGTH
YELLOW -DBL. CENTERLINE,
WHITE -DBL. LANE LINE
Aug 1, 2022
LONGITUDINAL
MARKING PATTERNS
STANDARD PLAN M-20.10-04
SHEET 1 OF 4 SHEETS
APPROVED FOR PUBLICATION
Aug 2, 2022
STATE DESIGN ENGINEER......
BARRIER LINE YELLOW ~• Washingtan State Department of Transportation
...I
...I w
Cl
Cl
:::i
z
0::: w u.
~i'--~~·
DOTTED LANE LINE WHITE
_s r-~
-------~ YELLOW OR WHITE -
SEE NOTE 1
DOTTED EXTENSION LINE
ROUNDABOUT SPECIFIC LINES
•• • •• 3' .. 2' .. 3' ..
.... l
6' 3'
• • • • 3" • ,. _9•--i-3•l
~8"
t
----------
WHITE
WIDE DOTTED LANE LINE
6' l 6' l
WIDE DOTTED EXTENSION LINE
6'
8"
-----------------~\ YELLOW OR WHI~
WIDE DOTTED ENTRY LINE STRONG LANE LINE -SEE NOTE 1
OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS
4' 3' 4'
•• ·•-· ----· ·•-· ---•• I
8"
WHITE
WIDE DOTTED CIRCULATING LANE LINE
6' l
8"
~ WHITE
Aug 1, 2022
LONGITUDINAL
MARKING PATTERNS
STANDARD PLAN M-20.10-04
SHEET 2 OF 4 SHEETS
APPROVED FOR PUBLICATION
,U,.,,,.£. AA/u,u-✓ Aug 2, 2022
Mark Gaines \Aug 2, 2022 10:17 PDT)
STATE DESIGN ENGINEER...,
~• Washingtan State Department of Transportation
-' -' LU
Cl
Cl
::J
z r:r:
LU
LL
:;.:
CD
Ir:r:
Cl
-·1·
-·1·
10'
T
10'
T
10'
T
10'
T
DIRECTION OF TRAFFIC -(TYPICAL)
20'
T
10'
YELLOW~ CENTERLINE, 7
WHITE -LANE LINE
CENTERLINE & LANE LINE
20'
T
10'
I
YELLOW J)
T
10'
T
10'
l ~r:\ ==i: ~ t\ ~
BLACK CON:RAST
STRIPING (TYP.)
NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE
10' 10' 20'-·1 -· _·_· -10' 10'l ·_· --~~,
YELL~:o~w~y~E~~~~~===:,:;::B:LA=C::~
STRIPING (TYP.)
REVERSIBLE LANE LINE
.. T l -·-· -T T---~
c====•----WHITE[I1====::::11••\--B·~=NTRAST
10' 10' 20' 10' 10'
STRIPING (TYP.)
WIDE BROKEN LANE LINE
NOTE
1. Dotted Extension Line shall be the same color as the line it is extending.
~
/
ISOMETRIC VIEW
Aug 1, 2022
LONGITUDINAL
MARKING PATTERNS
STANDARD PLAN M-20.10-04
SHEET 3 OF 4 SHEETS
APPROVED FOR PUBLICATION
Aug 2, 2022
STATE DESIGN ENGINEER......
~• Washington State Department of Transportation
....I
....I w
0
0
::J
z
0::: w u..
•• ·_· 3' ·_· 3' ·_· _6' _·_· 3' ·_· 3' ·•· ••
BLACK CONTRAST 7
STRIPING (TYP.)
DOTTED LANE LINE
\-WH-IT-E --~
DIRECTION OF TRAFFIC
(TYPICAL)
4"
6' 6' 6' 6'--·1 -· __· --1 -· --1 -· -l ..
WIDE DOTTED EXTENSION LINE
___ 3• T2· ___ 3'
T
BLACK CONTRAST
STRIPING (TYP.)
WHITE
WIDE DOTTED ENTRY LINE
ROUNDABOUT SPECIFIC LINES
2' • 1 ...
...
~12"
6'
•••
BLACK CONTRAST
STRIPING (TYP.)
.. ·1 _· 3' ·1 _· 3' ·1 _· _6' _·_·
3'
· 1 .
3'
BLA~K CONTRAST~--------~-~
WHITE
3'
STRIPING (TYP.)
WIDE DOTTED LANE LINE
T 2· T 2· ___ •• _
1
_ 2· _
1
_ 2· _
1
_
BLACK CONTRAST /
STRIPING (TYP.)
\ YELLOW OR WHITE
(SEE NOTE 1)
DOTTED EXTENSION LINE
• •• -----...
6' 3'
YELLOW OR WHITE
(SEE NOTE 1)
STRONG LANE LINE
4"
· 1 ...
CX) f
OPTION TO USE AS CIRCULATORY ON ROUNDABOUT APPLICATIONS
..
4'
•••
3'
• ••
4'
•••
3' ..
BLACK CONTRAST~
-
\ WHITESTRIPING (TYP.)
WIDE DOTTED Cl RC ULATING LANE LINE
..
rof
Aug 1, 2022
LONGITUDINAL
MARKING PATTERNS
STANDARD PLAN M-20.10-04
SHEET 4 OF 4 SHEETS
APPROVED FOR PUBLICATION
Mark Gaines \Aug 2, 2022 10:17 PDT) Aug 2, 2022
STATE DESIGN ENGINEER......
~• Washingtan State Department of Transportation
PRECAST BASE SECTION
SEE NOTE 1
NOTES:
1.AS ACCEPTABLE ALTERNATIVES TO THE REBAR SHOWN
IN THE PRECAST BASE SECTION, FIBERS (PLACED IN
ACCORDANCE WITH STANDARD SPECIFICATION
9-05.50(9)), OR WIRE MESH HAVING A MINIMUM AREA OF
0.12 SQUARE INCHES PER FOOT SHALL BE USED WITH
THE MINIMUM REQUIRED REBAR SHOWN IN THE
ALTERNATIVE PRECAST BASE SECTION. WIRE MESH
SHALL NOT BE PLACED IN THE KNOCKOUTS. AS AN
ACCEPTABLE ALTERNATIVE TO THE REBAR SHOWN IN
THE RECTANGULAR ADJUSTMENT SECTION, WIRE MESH
HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER
FOOT MAY BE USED.
2.THE KNOCKOUT DIAMETER SHALL NOT BE GREATER
THAN 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS
OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5"
MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE
OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED,
FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH
STANDARD SPECIFICATION 9-04.3.
3.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO
THE LOWEST PIPE INVERT SHALL BE 5 FEET.
4.THE FRAME AND GRATE MUST BE INSTALLED WITH THE
FLANGE DOWN.
5.THE PRECAST BASE SECTION MAY HAVE A ROUNDED
FLOOR, AND THE WALLS MAY BE SLOPED AT A RATE OF
1H:24V OR STEEPER.
6.THE OPENING SHALL BE MEASURED AT THE TOP OF THE
PRECAST BASE SECTION.
7.ALL PICKUP HOLES SHALL BE GROUTED FULL AFTER THE
INLET HAS BEEN PLACED. USE GROUT TYPE 2 FOR
NON-SHRINK APPLICATIONS IN ACCORDANCE WITH
STANDARD SPECIFICATION 9-20.3(2).
8.ALL GRADE RINGS AND CASTINGS SHALL BE SET IN
MORTAR IN ACCORDANCE WITH STANDARD
SPECIFICATION 9-04.3. THEN APPLY MORTAR TO INSIDE
AND OUTSIDE OF ALL JOINTS, RINGS, RISERS, AND
FRAMES.
9.MORTAR SHALL BE MIXED AND APPLIED PER
MANUFACTURER'S DIRECTIONS.
10.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY
TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS
DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT
LENGTH.
11.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND
REMAIN VISIBLE UPON COMPLETION.
FRAME AND VANED GRATE
RECTANGULAR ADJUSTMENT SECTION
34"
24"
30
20
5"
5"
1", 2", 4", 6", 12", OR 24"
ONE #3 BAR HOOP FOR 6" HEIGHT
INCREMENT (SPACED EQUALLY),
SEE NOTE 1
PIPE ALLOWANCES
PIPE MATERIAL
MAXIMUM
INSIDE
DIAMETER
REINFORCED OR PLAIN
CONCRETE
12"
ALL METAL PIPE 15"
CPSSP*,
STD. SPEC. 9-05.20
12"
SOLID WALL PVC,
STD. SPEC. 9-05.12(1)15"
PROFILE WALL PVC,
STD. SPEC. 9-05.12(2)
15"
CORRUGATED POLYETHYLENE STORM
SEWER PIPE
26",
S E E N O T E 6
22SE
E
N
O
T
E
6
3"4"44"
21" MIN.4"
MI N. (T Y
P.)3 BAR EACH
SIDE 3 BAR EACH
WAY 3 BAR
EACH CORNER 3
BAR EACH CORNER
18" MIN.3 BAR
HOOP ALTERNATIVE PRECAST BASE
SECTION CATCH BASIN TYPE
1 STD.
PLAN -
200.
00PUBLIC
WORKS DEPARTMENT APPROVED:
DATEGregg Zimmerman Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING
IS NOT TO SCALE (NTS)DocuSign Envelope ID:
6EECF5B6-602A-4E4A-B436-A317AA638878 9
NOTES:
1.NO STEPS ARE REQUIRED WHEN HEIGHT IS 4' OR LESS.
2.THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE
SLOPED TO FACILITATE CLEANING.
3.THE RECTANGULAR FRAME AND GRATE MUST BE
INSTALLED WITH THE FLANGE DOWN. THE FRAME MAY BE
CAST INTO THE ADJUSTMENT SECTION.
4.KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2"
MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP
BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE
PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH
JOINT MORTAR IN ACCORDANCE WITH STANDARD
SPECIFICATION 9-04.3.
5.ALL GRADE RINGS, RISERS, AND CASTINGS SHALL BE SET
IN MORTAR IN ACCORDANCE WITH STANDARD
SPECIFICATION 9-04.3.
6.WHEN CONNECTING TO A NEW PIPE, USE A FLEXIBLE
CONNECTOR (KOR-N-SEAL BOOT WITH CORRUGATED PIPE
ADAPTER OR APPROVED EQUAL). WHEN CONNECTING TO
AN EXISTING PIPE, USE A FABRICATED SAND COLLAR OF
THE SAME MATERIAL AS THE CONNECTING PIPE.
7.MORTAR SHALL BE MIXED AND APPLIED PER
MANUFACTURER'S DIRECTIONS.
8.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY
TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS
DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT
LENGTH.
9.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND
REMAIN VISIBLE UPON COMPLETION.
CATCH BASIN FRAME AND VANED
GRATE PER STD. PLAN 204.00
RECTANGULAR OR CIRCULAR ADJUSTMENT
SECTION (TWO SECTIONS MAX.)
MORTAR, (TYP.), SEE NOTE 5
FLAT SLAB TOP
SEE NOTE 6, TYP.
REINFORCING STEEL, (TYP.)
GRAVEL BACKFILL FOR PIPE ZONE
BEDDING PER WSDOT STD.
SPECIFICATION SECTION 9-03.12(3)
INTEGRAL BASE
PRECAST WITH RISER
STEPS OR
LADDER
4" MIN.
16" MAX.28" MAX.
48", 54", 60", 72", 84",
96", 120" OR 144"
12" (TYP.)
24"
MIN.
12" MAX.
1" MIN.
2.5" MAX.
12"
6"
15' MAX. FOR
MAINTENANCE
SEPARATE BASE
PRECAST
O" RING
12"
6"
CATCH BASIN DIMENSIONS
CATCH BASIN
DIAMETER
MIN. WALL
THICKNESS
MIN. BASE
THICKNESS
MAXIMUM
KNOCKOUT SIZE
MINIMUM
DISTANCE
BETWEEN
KNOCKOUTS
48"4"6"36"8"
54"4.5"8"42"8"
60"5"8"48"8"
72"6"8"60"12"
84"8"12"72"12"
96"8"12"84"12"
120"10"12"96"12"
144"12"12"108"12"
PIPE ALLOWANCES
CATCH BASIN
DIAMETER
PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER
CONCRETE ALL METAL CPSSP 1 SOLID WALL
PVC 2
PROFILE WALL
PVC 3
48"24"30"24"30"30"
54"30"36"30"36"36"
60"36"42"36"42"42"
72"42"54"42"48"48"
84"54"60"54"48"48"
96"60"72"60"48"48"
120"66"84"60"48"48"
144"78"96"60"48"48"
1 CORRUGATED POLYETHYLENE STORM SEWER PIPE (STD. SPEC. 9-05.20)
2 STD. SPEC. 9-05.12(1)
3 STD. SPEC. 9-05.12(2)
CATCH BASIN TYPE 2
STD. PLAN - 201.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
FRAME AND VANED GRATE
ADJUSTMENT SECTION
NOTES:
1.THE COVER OR GRATING OF A CATCH BASIN SHALL NOT BE ADJUSTED TO FINAL GRADE UNTIL THE FINAL ELEVATION OF THE PAVEMENT, GUTTER,
DITCH, OR SIDEWALK IN WHICH IT IS TO BE PLACED HAS BEEN ESTABLISHED, AND UNTIL PERMISSION THEREAFTER IS GIVEN BY THE ENGINEER TO
MORTAR IN PLACE IN ACCORDANCE WITH WSDOT/APWA STANDARD SPECIFICATION 7-05.3.
2.SHIMS SHALL NOT BE USED TO SET FRAME TO GRADE. THE USE OF SHIMS IS PROHIBITED.
3.A CONTINUOUS LAYER OF MORTAR SHALL BE PLACED BETWEEN ADJUSTMENT RINGS AND BRICKS PRIOR TO PLACEMENT.
4.ONLY BY APPROVAL OF THE CITY, THE USE OF BRICKS IS PERMITTED WHERE THE BRICKS ARE STAGGERED TO CREATE A RUNNING BOND OR 12 BOND.
5.BASE SECTION SHALL BE SEALED TO THE BOTTOM AREA OF THE ADJUSTMENT SECTION WITH MORTAR.
6.MORTAR SHALL MEET THE REQUIREMENTS OF WSDOT/APWA STANDARD SPECIFICATION 9-04.3.
7.PICK / LIFTING HOLES ARE TO BE GROUTED WATER TIGHT. USE GROUT TYPE 2 FOR NON-SHRINK APPLICATIONS IN ACCORDANCE WITH STANDARD
SPECIFICATION 9-20.3(2).
8.MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURER'S DIRECTIONS.
9.FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF
SUFFICIENT LENGTH.
10.ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION.
BASE SECTION
SEE NOTE 4
CLEAN SURFACE AND BOTTOM AREA.
PROVIDE UNIFORM CONTACT. THE SURFACE
AREA OF THE BASE SECTION MUST BE
MORTARED TO THE BOTTOM AREA OF THE
ADJUSTMENT SECTION
CATCH BASIN INSTALLATION
STD. PLAN - 202.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
NOTES:
1.THIS FRAME IS DESIGNED TO ACCOMMODATE 20" × 24" GRATES OR COVERS,SEE
STANDARD PLANS 204.10, 204.20, AND 204.30.2.
BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND COVERS,
UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN THE FRAME
THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR COVER SLOTS.THE
FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN HEAD CAP SCREW BY BEING
TAPPED, OR OTHER APPROVED MECHANISM. LOCATION OF BOLT-
DOWN HOLES VARIES BY MANUFACTURER.3.
REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL REQUIREMENTS.
GRATE
FRAME
SEE
NOTE 2 RECESSED
ALLEN HEAD
CAP SCREW 5/
8" - 11 NC x 2"SECTION
A DETAIL
TOP
ISOMETRIC
VIEW BOLT-
DOWN HOLE (TYP.) ~ 5/8",11
NC, SEE DETAIL AND NOTE 2 29
1/4"25
1/4"SECTION
BOLT-DOWN DETAIL 24
1/4"SEE
DETAIL 3/
4"4
1/2"1
5/8"2
1/2"1
5/8"1
1/4"3/
4"7/
8"1/
8"ARECTANGULAR
FRAME STD.
PLAN - 204.00 PUBLIC
WORKS DEPARTMENT
APPROVED:
DATEMartin
PastuchaPublic
Works Administrator UNLESS
OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)DocuSign
Envelope ID: E212B987-C626-4330-A5D4-D055A0107AF9 10/
19/2022 | 2:52 PM P
NOTES:
ISOMETRIC
SECTION B
TOPFOUNDRY
NAMEDIFLOW
SECTION A
1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND
COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN
THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR
COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN
HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED
MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY
MANUFACTURER.
2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL
REQUIREMENTS.
3.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00.
FLOWFLOWBOLT-DOWN SLOT DETAIL
SEE NOTE 1
1/2"
3/4"
1 1/4"
5/8"
BOLT-DOWN SLOT,
SEE DETAIL AND
NOTE 1
20"
5"
5"
5"
3"
1"
3"
5"
5"
5"
DIRECTION OF FLOW
24"
7 OR 8 EQUAL SPACES
1 5/8" MAX.
A
BOUTFALL TO STREAM DUMP NO POLLUTANTS
3/8" RECESSED LETTERING
RECTANGULAR VANED GRATE
STD. PLAN - 204.20
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
ISOMETRIC
NOTES:
SECTION B
TOPFOUNDRY
NAMEDIFLOW
SECTION A
1.BOLT-DOWN CAPABILITY IS REQUIRED ON ALL FRAMES, GRATES, AND
COVERS, UNLESS OTHERWISE SPECIFIED. PROVIDE TWO HOLES IN
THE FRAME THAT ARE VERTICALLY ALIGNED WITH THE GRATE OR
COVER SLOTS. THE FRAME SHALL ACCEPT THE 5/8"-11 NC x 2" ALLEN
HEAD CAP SCREW BY BEING TAPPED, OR OTHER APPROVED
MECHANISM. LOCATION OF BOLT-DOWN HOLES VARIES BY
MANUFACTURER.
2.REFER TO STANDARD SPECIFICATION 9-05.15(2) FOR ADDITIONAL
REQUIREMENTS.
3.USE ONLY IN SAGS ON VERTICAL CURVES.
4.FOR FRAME DETAILS, SEE STANDARD PLAN 204.00.
FLOWFLOWBOLT-DOWN SLOT DETAIL
SEE NOTE 1
1/2"
3/4"
1 1/4"
5/8"
BOLT-DOWN SLOT,
SEE DETAIL AND
NOTE 1
20"
5"
5"
5"
3"
1"
3"
5"
5"
5"
24"
1 5/8" MAX.
4 EQUAL SPACES 4 EQUAL SPACES
A
BOUTFALL TO STREAM DUMP NO POLLUTANTS
3/8" RECESSED LETTERING
RECTANGULAR BI-DIRECTIONAL
VANED GRATE
STD. PLAN - 204.30
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
COVER SECTION VIEW ASTM A48 CL35B00371780MO/
DA/YR X3717C1PTEON
BOLTING DETAIL GASKET
GROOVE DETAIL FRAME
SECTION VIEW
COVER
BOTTOM
VIEW
PLAN VIEW DRAINIFCOMADEINUSA EJIW DUMPNO P OL LU T
A
N
T
S -
DRAINS T O S T REAMR
E
N T O N NOTES:1.ALL COVERS SHALL BE LOCKING
LID PER EJ
No. 3717C1 OR
APPROVED EQUAL.1/2"
LETTERING BOLT HOLES - 3 PLACES
EQUALLY SPACED 120° APART ON 23
1/16" DIA. B.
C.1 1/4"
LETTERING 1)
1" DIA.
PICKHOLE
25" DIA.3/
4"1"2
1/
2"8 3/4"TYP.)
3) BLT SOC. (ALLEN HEAD)5/8"-11
x
1.5
SS RUBBER WASHER 5/
8"25 1/4"
DIA.26 1/2" DIA.23
3/8" DIA. CL
OPEN 27 5/16"
DIA.34 1/
8" DIA.1
1/16"6"1/8"
1/4"
1 1/16"R1/8"
1/4" DIA. NEOPRENE GASKET
STORM
ROUND FRAME AND COVER
PUBLIC)STD.
PLAN -
204.
50PUBLIC
WORKS DEPARTMENT APPROVED:
DATEMartin Pastucha Public Works Administrator UNLESS OTHERWISE NOTED, DRAWING
IS NOT TO SCALE (NTS)DocuSign Envelope ID:
3B1B34D3-7E0A-476C-ADB3-4329FFE0C108
5"
ECCENTRIC CONE SECTION
72" FLAT SLAB TOP
RECTANGULAR ADJUSTMENT SECTION
CIRCULAR ADJUSTMENT SECTION
PREFABRICATED LADDER
STEP
84" or 96" FLAT SLAB TOP
NOTES:
1.AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WIRE MESH HAVING A MINIMUM AREA OF
0.12 SQUARE INCHES PER FOOT MAY BE USED FOR ADJUSTMENT SECTIONS.
48", 54", or 60" FLAT SLAB TOP
20"x24", 24" DIA.,
48" DIA., OR 54"
DIA. HOLE
6 BARS @ 7" SPACING
12"
2" (TYP.)
1" MIN.
2 1/2" MAX.
12" (TYP.)
12"
9"
6"
48"
MAX.
24"
MIN.
5 BARS @ 6" SPACING
20"x24", 24" DIA.,
48" DIA., OR 54"
DIA. HOLE
8"
2" (TYP.)
1" MIN.
2 1/2" MAX.
TYPICAL ORIENTATION
FOR ACCESS AND STEPS
6"
9 1/2" MAX.
12"
MIN.
48" MIN.
24"
MIN.
18" MIN.
42" MAX.
4 BARS @ 6" SPACING
20"x24" OR
24" DIA. HOLE
8"
2" (TYP.)
1" MIN.
2 1/2" MAX.
34"
ONE #3 BAR HOOP FOR 6"
HEIGHT INCREMENT (SPACED
EQUALLY), SEE NOTE 1
34"
24"
30
20
5"
5"
1", 2", 4", 6", 12", OR 24"
ONE #3 BAR HOOP FOR 6" HEIGHT
INCREMENT (SPACED EQUALLY),
SEE NOTE 1
1", 2", 4", 6",
12", OR 24"
MISCELLANEOUS DETAILS FOR
DRAINAGE STRUCTURES
STD. PLAN - 204.60
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
1.CONDITIONS OF USE
1.1.TO ESTABLISH CLEARING LIMITS, STAKE AND WIRE FENCE MAY BE USED:
1.1.1.AT THE BOUNDARY OF CRITICAL AREAS, THEIR BUFFERS AND OTHER AREAS REQUIRED TO BE LEFT UNCLEARED.
1.1.2.AS NECESSARY TO CONTROL VEHICLE ACCESS TO AND ON THE SITE.
2.MAINTENANCE AND REQUIREMENTS
2.1.IF THE FENCE IS DAMAGED OR VISIBILITY REDUCED, IT SHALL BE REPAIRED OR REPLACED IMMEDIATELY AND VISIBILITY RESTORED.
2.2.DISTURBANCE OF A CRITICAL AREA, CRITICAL BUFFER AREA, NATIVE GROWTH RETENTION AREA, OR OTHER AREA REQUIRED TO BE
LEFT UNDISTURBED SHALL BE REPORTED TO THE CITY OF RENTON FOR RESOLUTION.
2.3.THE CITY MAY REQUIRE MORE SUBSTANTIAL FENCING IF THE FENCE DOES NOT PREVENT ENCROACHMENT INTO THOSE AREAS THAT
ARE NOT TO BE DISTURBED.
NOTES
SURVEYFLAGGINGBAILINGWIRE
DO NOT NAIL OR STAPLE WIRE
TO TREES
METAL FENCE POST (TYP.)3' MIN.
10' - 20'
12" MIN.
STAKE AND WIRE FENCE
STD. PLAN - 212.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
WOODEN STAKE
LIVE STAKE
ROLL SPACING
DEPENDS ON SOIL
TYPE AND SLOPE
STEEPNESS
STRAW ROLLS MUST BE
PLACED ALONG SLOPE
CONTOURS
4'
3'-30', SEE NOTE 2.3
SEDIMENT, ORGANIC MATTER,
AND NATIVE SEEDS ARE
CAPTURED BEHIND THE ROLLS
ADJACENT ROLLS SHALL
TIGHTLY ABUT
8"-10" DIA.
3"-5", SEE NOTE 2.2
NOTES:
1.CONDITIONS OF USE
1.1.INSTALL ON DISTURBED AREAS THAT REQUIRE IMMEDIATE EROSION PROTECTION.
1.2.USE ON SLOPES REQUIRING STABILIZATION UNTIL PERMANENT VEGETATION CAN BE ESTABLISHED.
1.3.CAN BE USED ALONG THE PERIMETER OF A PROJECT, AS A CHECK DAM IN UNLINED DITCHES AND AROUND TEMPORARY STOCKPILES.
1.4.WATTLES CAN BE STAKED TO THE GROUND USING WILLOW CUTTINGS FOR ADDED REVEGETATION.
1.5.RILLING CAN OCCUR BENEATH AND BETWEEN WATTLES IF NOT PROPERLY ENTRENCHED, ALLOWING WATER TO PASS BELOW AND BETWEEN WATTLES.
2.DESIGN AND INSTALLATION SPECIFICATIONS
2.1.IT IS CRITICAL THAT WATTLES ARE INSTALLED PERPENDICULAR TO THE FLOW DIRECTION AND PARALLEL TO THE SLOPE CONTOUR.
2.2.NARROW TRENCHES SHOULD BE DUG ACROSS THE SLOPE, ON CONTOUR, TO A DEPTH OF 3 TO 5 INCHES ON CLAY SOILS AND SOILS WITH GRADUAL SLOPES.
ON LOOSE SOILS, STEEP SLOPES, AND DURING HIGH RAINFALL EVENTS, THE TRENCHES SHOULD BE DUG TO A DEPTH OF 5 TO 7 INCHES, OR 1/2 TO 2/3 OF THE
THICKNESS OF THE WATTLE.
2.3.START CONSTRUCTION OF TRENCHES AND INSTALLING WATTLES FROM THE BASE OF THE SLOPE AND WORK UPHILL. EXCAVATED MATERIAL SHOULD BE
SPREAD EVENLY ALONG THE UPHILL SLOPE AND COMPACTED USING HAND TAMPING OR OTHER METHOD. CONSTRUCT TRENCHES AT CONTOUR INTERVALS
OF 3 TO 30 FEET APART DEPENDING ON THE STEEPNESS OF THE SLOPE, SOIL TYPE, AND RAINFALL. THE STEEPER THE SLOPE THE CLOSER TOGETHER THE
TRENCHES SHOULD BE CONSTRUCTED. VERTICAL DISTANCE BETWEEN WATTLES IS NOT TO EXCEED 10 FEET.
2.4.INSTALL THE WATTLES SNUGLY INTO THE TRENCHES AND ABUT TIGHTLY END TO END. DO NOT OVERLAP THE ENDS.
2.5.INSTALL STAKES AT EACH END OF THE WATTLE, AND AT 4 FOOT CENTERS ALONG THE ENTIRE LENGTH OF THE WATTLE.
2.6.IF REQUIRED, INSTALL PILOT HOLES FOR THE STAKES USING A STRAIGHT BAR TO DRIVE HOLES THROUGH THE WATTLE AND INTO THE SOIL.
2.7.AT A MINIMUM, WOODEN STAKES SHOULD BE APPROXIMATELY 3/4 X 3/4 X 24 INCHES. WILLOW CUTTINGS OR 3/8-INCH REBAR CAN ALSO BE USED FOR STAKES.
2.8.STAKES SHOULD BE DRIVEN THROUGH THE MIDDLE OF THE WATTLE, LEAVING 2 TO 3 INCHES OF THE STAKE PROTRUDING ABOVE THE WATTLE.
3.MAINTENANCE STANDARDS
3.1.INSPECT WATTLES PRIOR TO FORECASTED RAIN, DAILY DURING EXTENDED RAIN EVENTS, AFTER RAIN EVENTS, WEEKLY DURING THE WET SEASON, AND AT
TWO WEEK INTERVALS AT ALL OTHER TIMES OF THE YEAR.
3.2.REPAIR OR REPLACE SPLIT, TORN, RAVELING, OR SLUMPING WATTLES
3.3.REMOVE SEDIMENT ACCUMULATIONS WHEN EXCEEDING 1/2 THE HEIGHT BETWEEN THE TOP OF THE WATTLE AND THE GROUND SURFACE.
STRAW WATTLES
STD. PLAN - 213.40
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
1.CONDITIONS OF USE
1.1.SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS.
1.2.SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS, NOR IS IT INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. ANY CONCENTRATED
FLOW MUST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND.
2.DESIGN AND INSTALLATION SPECIFICATIONS
2.1.THE GEOTEXTILE USED MUST MEET THE STANDARD LISTED BELLOW. A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MUST BE AVAILABLE ON SITE.
2.2.STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE. WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED
FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE.
2.3.WHERE THE FENCE IS INSTALLED, THE SLOPE SHALL NOT BE STEEPER THAN 2H:1V
2.4.IF A TYPICAL SILT FENCE IS USED, THE STANDARD 4"X4" TRENCH MAY BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE FABRIC IS WELL BURIED AND
SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE.
2.5.FILTER FABRIC FENCES SHALL BE INSTALLED ALONG CONTOURS WHENEVER POSSIBLE.
3.MAINTENANCE STANDARDS
3.1.ANY DAMAGE SHALL BE REPAIRED IMMEDIATELY.
3.2.IF CONCENTRATED FLOWS ARE EVIDENT UPHILL OF THE FENCE, THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND.
3.3.IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING
CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE. IF THIS OCCURS, REPLACE THE FENCE OR REMOVE THE TRAPPED SEDIMENT.
3.4.SEDIMENT MUST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH.
3.5.IF THE FILTER FABRIC (GEOTEXTILE) HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN, IT SHALL BE REPLACED.
NOTES:
JOINTS IN FILTER FABRIC SHALL BE SPLICED AT
POSTS. USE STAPLES, WIRE RINGS, OR
EQUIVALENT TO ATTACH FABRIC TO POSTS
2"x2" 14 GAUGE WIRE, OR
EQUIVALENT, IF STANDARD
STRENGTH FABRIC USED
FILTER FABRIC
2' MIN.
12" MIN.
4"x4" MIN. TRENCH
BACKFILL TRENCH WITH NATIVE SOIL
OR 3/4" TO 1-1/2" WASHED GRAVEL
2"x4" WOOD POSTS, STEEL FENCE POSTS, OR EQUIVALENT (TYP.)
6' MAX.
POST SPACING MAY BE INCREASED
TO 8' IF WIRE BACKING IS USED
AOS (ASTM D4751)
30-100 SIEVE SIZE (0.60-0.15mm) FOR SILT FILM
50-100 SIEVE SIZE (0.30-0.15mm) FOR OTHER FABRICS
WATER PERMITTIVITY (ASTM D4491)0.02 SEC-1 MINIMUM
GRAB TENSILE STRENGTH (ASTM D4632)
180 LBS. MIN. FOR EXTRA STRENGTH FABRIC
100 LBS. MIN. FOR STANDARD STRENGTH FABRIC
GRAB TENSILE ELONGATION (ASTM D4632)30% MAX. (WOVEN)
ULTRAVIOLET RESISTANCE (ASTM D4355)70% MIN.
SILT FENCE
STD. PLAN - 214.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
ATTACHMENT DETAILS:
1.GATHER FABRIC AT POSTS, IF NEEDED.
2.UTILIZE THREE TIES PER POST, ALL WITHIN TOP 8" OF
FABRIC.
3.POSITION EACH TIE DIAGONALLY, PUNCTURING HOLES
VERTICALLY A MINIMUM OF 1" APART.
4.HANG EACH TIE ON A POST NIPPLE AND TIGHTEN
SECURELY. USE CABLE TIES (50 LBS) OR SOFT WIRE.
TOP OF FABRIC
BELT
DIAGONAL ATTACHMENT
DOUBLES STRENGTH
FLOW
STEEL
SUPPORT POSTNOTES:1.POST SPACING: 7' MAX. ON OPEN RUNS 4' MAX. ON
POOLING AREAS.2.POST DEPTH: AS MUCH BELOW GROUND AS FABRIC
ABOVE GROUND.3.PONDING HEIGHT 24" MAX. ATTACH FABRIC TO UPSTREAM SIDE
OF POST.4.DRIVE OVER EACH SIDE OF SILT FENCE 2 TO 4 TIMES WITH DEVICE EXERTING 60 P.S.I.
OR GREATER.5.NO MORE THAN 24" OF A 36" FABRIC ROLL IS ALLOWED
ABOVE GROUND.6.VIBRATORY PLOW IS NOT ACCEPTABLE BECAUSE OF
HORIZONTAL COMPACTION.
100% COMPACTION
EACH
SIDE OPERATION
SILT FENCE
TOP 8"
200-300mm
8"-12")ROLL OF
SILT
FENCE PLOW FABRIC
ABOVE GROUND SLICING BLADE (18mm (11/
16") WIDTH)HORIZONTAL CHISEL POINT (76mm (
3") WIDTH)SILT FENCE INSTALLATION
BY SLICING STD. PLAN -
214.10
PUBLIC
WORKS
DEPARTMENTAPPROVED:
DATEGregg Zimmerman Public
Works Administrator UNLESS OTHERWISE NOTED, DRAWING IS NOT TO
SCALE (NTS)DocuSign Envelope ID: 6EECF5B6-602A-4E4A-
B436-A317AA638878 9/28/2018 | 9
NOTES:
SECTION VIEW
ISOMETRIC VIEW
DRAINAGE GRATE TRIM
GRATE FRAME
FILTERED
WATER
SEDIMENT AND DEBRIS
OVERFLOW BYPASS
BELOW INLET GRATE DEVICE
DRAINAGE GRATE
RECTANGULAR GRATE SHOWN)RETRIEVAL SYSTEM (TYP.)
OVERFLOW BYPASS (TYP.)
BELOW INLET GRATE DEVICE
1.PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR
CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP.
2.INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM.
3.THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE.
4.SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE.
5.THE BIGD SHALL HAVE A BUILT-IN HIGH-FLOW RELIEF SYSTEM (OVERFLOW BYPASS).
6.THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE BIGD WITHOUT SPILLING THE COLLECTED MATERIAL.
7.PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8-01.3(15).
8.ANY SEDIMENT IN THE CATCH BASIN INSERT SHALL BE REMOVED WHEN THE SEDIMENT HAS FILLED ONE-THIRD OF THE AVAILABLE
STORAGE. THE FILTER MEDIA FOR THE INSERT SHALL BE CLEANED OR REPLACED AT LEAST MONTHLY.
5" MAX.
CATCH BASIN INSERT
STD. PLAN - 216.30
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
RUNOFF
RUNOFF
SPILLWAY
NOTES:
1.PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A
DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE
CONVEYED TO A SEDIMENT POND OR TRAP.
2.INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM.
3.THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE.
4.PLACE CURB TYPE SEDIMENT BARRIERS ON GENTLY SLOPING STREET SEGMENTS, WHERE WATER CAN POND
AND ALLOW SEDIMENT TO SEPARATE FROM RUNOFF.
5.SANDBAGS OF EITHER BURLAP OR WOVEN GEOTEXTILE FABRIC, SHALL BE FILLED WITH GRAVEL, LAYERED
AND PACKED TIGHTLY.
6.LEAVE A ONE SANDBAG GAP IN THE TOP ROW TO PROVIDE A SPILLWAY FOR OVERFLOW.
7.INSPECT BARRIERS AND REMOVE SEDIMENT AFTER EACH STORM EVENT. SEDIMENT AND GRAVEL MUST BE
REMOVED FROM THE TRAVELED WAY IMMEDIATELY.
8.CURB AND GUTTER BARRIER PROTECTION MAY ONLY BE USED IN LANES NOT OPEN TO TRAFFIC.
BACK OF SIDEWALK
CURB INLET
CURB FACE
GUTTER
DRAIN GRATE
SANDBAGS TO OVERLAP ONTO CURB
GRAVEL FILLED SANDBAGS STACKED TIGHTLY
CURB AND GUTTER BARRIER
PROTECTION
STD. PLAN - 216.50
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
RIGID PIPE NOTES:
1.PIPE COMPACTION LIMITS SHOWN ON THIS PLAN ARE FOR PIPE
CONSTRUCTION IN AN EMBANKMENT. FOR PIPE CONSTRUCTION IN
A TRENCH, THE HORIZONTAL LIMITS OF THE PIPE COMPACTION
ZONE SHALL BE THE WALLS OF THE TRENCH.
2.O.D. IS EQUAL TO THE OUTSIDE DIAMETER OF A PIPE OR THE
OUTSIDE SPAN OF PIPE-ARCH.
3.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR
TRENCH WIDTH.
4.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN
6" LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY.
5.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE
WITH FOUNDATION MATERIAL CLASS A OR B PER STANDARD
WSDOT/APWA SPECIFICATIONS SECTION 9-03.17.
GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3))
OR MAINTENANCE ROCK (WSDOT 9-03.9(4))
CIRCULAR PIPE
FOUNDATION MATERIAL,
IF REQUIRED, SEE NOTE 5
SPAN
6"
PIPE - ARCH
6"
PIPE TYPE
MINIMUM
COVER (FT)PUBLIC?PRIVATE?
ALLOWED IN ZONE 1
OF THE APA?
CORRUGATED
STEEL PIPE
2.0 YES YES YES
SPIRAL RIB STEEL
PIPE
2.0 YES YES YES
PLAIN CONCRETE
PIPE (PCP)
2.0 NO YES NO
REINFORCED
CONCRETE PIPE
RCP)
1.0 YES YES NO
DUCTILE IRON PIPE 1.0 YES YES YES
FOUNDATION
LEVEL
RISE
TRENCH WIDTH,
SEE NOTE 3
CIRCULAR PIPE
DIAMETER
MINIMUM DISTANCE
BETWEEN BARRELS
12" TO 24"12"
30" TO 96"DIAMETER / 3
102" TO 180"48"
PIPE-ARCH
SPAN
MINIMUM DISTANCE
BETWEEN BARRELS
18" TO 36"12"
43" TO 142"SPAN / 3
148" TO 199"48"
TRENCH WIDTH,
SEE NOTE 3
6"
O.D.
6"
FOUNDATION
LEVEL
PIPE ZONE BEDDING AND
BACKFILL, SEE NOTE 4
FOUNDATION MATERIAL,
IF REQUIRED, SEE NOTE 5
PIPE ZONE BEDDING AND
BACKFILL, SEE NOTE 4
PIPE ZONE BEDDING AND
COMPACTION - RIGID PIPE
STD. PLAN - 220.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: E212B987-C626-4330-A5D4-D055A0107AF9
10/19/2022 | 2:5
FLEXIBLE PIPE NOTES:
1.PROVIDE UNIFORM SUPPORT UNDER BARRELS.
2.HAND TAMP UNDER HAUNCHES.
3.DIRECTLY OVER PIPE, HAND TAMP ONLY.
4.SEE STANDARD WSDOT/APWA SPECIFICATIONS SECTION 2-09.4 FOR
TRENCH WIDTH.
5.PIPE ZONE BEDDING AND BACKFILL MATERIAL SHALL BE PLACED IN 6"
LOOSE LAYERS AND COMPACTED TO 95% MAXIMUM DENSITY.
6.EXCAVATE UNSTABLE MATERIAL DOWN TO FIRM SOIL AND REPLACE WITH
FOUNDATION MATERIAL CLASS A OR B PER STANDARD WSDOT/APWA
SPECIFICATIONS SECTION 9-03.17.
SEE NOTE 4,
LIMIT OF PIPE ZONE
6"
O.D.
6"
FOUNDATION
LEVEL
PIPE ZONE BEDDING AND
BACKFILL, SEE NOTE 5
FLEXIBLE PIPE
PIPE TYPE
MINIMUM
COVER (FT)
PUBLIC?PRIVATE?
ALLOWED IN ZONE 1
OF THE APA?
LINE CORRUGATED POLYETHYLENE PIPE (LCPE)2.0 YES YES YES
CORRUGATED POLYETHYLENE PIPE (CPE) - TRIPLE WALL 2.0 YES YES YES
POLYVINYL CHLORIDE PIPE (PVC)3.0 YES YES YES
SOLID WALL HIGH DENSITY POLYETHYLENE PIPE (HDPE)2.0 YES YES YES
POLYPROPYLENE PIPE (PP) - DUAL WALL 2.0 YES YES YES
DIAMETER
MINIMUM DISTANCE
BETWEEN BARRELS
12" TO 24"12"
30" TO 96"DIAMETER / 3
102" TO 180"48"
GRAVEL BACKFILL FOR PIPE ZONE BEDDING (WSDOT 9-03.12(3))
OR MAINTENANCE ROCK (WSDOT 9-03.9(4))
FOUNDATION MATERIAL,
IF REQUIRED, SEE NOTE 6
PIPE ZONE BEDDING AND
COMPACTION - FLEXIBLE PIPE
STD. PLAN - 220.10
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 3B1B34D3-7E0A-476C-ADB3-4329FFE0C108
8/13/2020 | 8:4
12" MIN.
6" MIN. , SEE NOTE 4
EXISTING PAVEMENT SURFACE
SURFACE RESTORATION AS
SPECIFIED IN CONTRACT DOCUMENTS
CRUSHED SURFACING TOP COURSE" PER
WSDOT STD. SPEC 9-03.9(3), "BANK RUN
GRAVEL FOR TRENCH BACKFILL" PER
WSDOT STD. SPEC 9-03.19, OR "GRAVEL
BORROW" PER WSDOT STD. SPEC 9-03.14(1),
COMPACTED TO 95% OF MAXIMUM DENSITY
BENCH AS NEEDED FOR
SHORING SYSTEM WHEN
DEPTH IS 4' OR GREATER
PIPE ZONE BEDDING AND BACKFILL
PER STD. PLANS 220.00 AND 220.10
PIPE
NEAT LINE TRENCH
UNPAVED AREAS PAVED AREAS
SEE NOTE 1
NOTES:
1.SEE WSDOT/APWA STANDARD SPECIFICATIONS SECTION 2-09.4 FOR
MEASUREMENT OF TRENCH WIDTH.
2.EXCAVATIONS OVER 4' DEEP SHALL COMPLY WITH THE SAFETY STANDARD
DESCRIBED IN CHAPTER 295-155 PART N OF THE WAC.
3.MAXIMUM BACKFILL DEPTH ABOVE PIPE SHALL NOT BE EXCEEDED, AS
DETERMINED BY PIPE MANUFACTURER.
4.IN PAVED AREAS, IF PIPE HAS LESS THAN 3' OF COVER, USE "CRUSHED
SURFACING TOP COURSE" FOR THE ENTIRE BACKFILL DEPTH ABOVE PIPE ZONE.
5.SEE CONSTRUCTION PLANS FOR SPECIFIC PROJECT REQUIREMENTS.
SEE STANDARD PLANS 110, 110.1, 110.2, AND 111 FOR PAVEMENT
RESTORATION REQUIREMENTS
CRUSHED SURFACING TOP COURSE" PER
WSDOT STD. SPEC 9-03.9(3), COMPACTED
TO 95% OF MAXIMUM DENSITY
TYPICAL TRENCH AND BACKFILL
STD. PLAN - 220.20
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
OPTION 5 - IMPORTED TOPSOIL
OPTIONS 2, 3, AND 4 - AMEND IN PLACE OR STOCKPILE AND AMEND
3"-4" ARBORIST WOOD CHIP MULCH,
SEE STD. PLAN 262.60
SUBSOIL SCARIFIED 4" BELOW
COMPOST AMENDED LAYER
12" BELOW SOIL SURFACE)
GRASS: SEED OR SOD
1.75" OF COMPOST INCORPORATED INTO
6.25" OF SITE SOIL (TOTAL AMENDED DEPTH
OF 9.5", FOR A SETTLED DEPTH OF 8")
SUBSOIL SCARIFIED 4" BELOW
COMPOST AMENDED LAYER
12" BELOW SOIL SURFACE)
PLANTING BEDS TURF (LAWN) AREAS
0"
8"
12"
3"-4" ARBORIST
WOOD CHIP
MULCH, SEE STD.
PLAN 262.60
SUBSOIL IS
SCARIFIED 6"
BELOW IMPORTED
TOPSOIL MIX
GRASS: SEED OR SOD
6" IMPORTED
TOPSOIL MIX
COMPACTED
DEPTH)
SUBSOIL IS
SCARIFIED 6"
BELOW IMPORTED
TOPSOIL MIX
0"
6"
12"
PLANTING BEDS TURF (LAWN) AREAS
3" OF COMPOST INCORPORATED
INTO 5" OF SITE SOIL (TOTAL
AMENDED DEPTH OF 9.5", FOR A
SETTLED DEPTH OF 8")
GRASS: SEED OR SOD
PLANTING BEDS/UNDISTURBED
VEGETATION, SEE NOTE 1
UNDISTURBED TURF (LAWN) AREAS,
SEE NOTE 1
0"
OPTION 1 - NO DISTURBANCE
UNDISTURBED NATIVE SOIL UNDISTURBED NATIVE SOIL
6" IMPORTED
TOPSOIL MIX
COMPACTED
DEPTH)
GENERAL NOTES:
1.TO MEASURE SETTLED DEPTH, WATER SOIL
SUFFICIENTLY TO FULLY SATURATE WITHOUT
CAUSING EROSION
2.COMPOST TO MEET STD. PLAN 262.60.
3.COMPACTION OF TOPSOIL (WHERE REQUIRED)
TO BE TO 85% OF STANDARD PROCTOR.
4.SEE CONSTRUCTION PLANS FOR SPECIFIC
PROJECT REQUIREMENTS.
UNDISTURBED
NATIVE VEGETATION
NOTES:
1.AREAS OF NO DISTURBANCE TO BE FENCED
AND EXISTING VEGETATION AND SOIL TO BE
PROTECTED FROM CONSTRUCTION IMPACTS.
SOIL AMENDMENT SECTIONS
STD. PLAN - 264.00
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEGreggZimmerman
Public Works Administrator
UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS)
DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878
9/28/2018 | 9:45 AM
WATER PLAN GENERAL NOTES Standard Plan No. 300
1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST EDITION OF THE CITY OF RENTON PUBLIC WORKS
STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS AND WSDOT / APWA STANDARD SPECIFICATIONS, LATEST EDITION AS
AMENDED BY THE CITY OF RENTON. A SET OF CITY APPROVED PLANS SHALL BE KEPT AT THE JOB SITE WHENEVER CONSTRUCTION
IS IN PROGRESS. A PRE -CONSTRUCTION CONFERENCE SHALL BE HELD PRIOR TO THE START OF CONSTRUCTION. THE CONTRACTOR
AND OR DEVELOPER SHALL BE RESPONSIBLE FOR SECURING ALL NECESSARY PERMITS PRIOR TO CONSTRUCTION.
2. ALL EXISTING UTILITIES SHALL REMAIN IN SERVICE DURING CONSTRUCTION UNLESS OTHERWISE NOTED. THE CONTRACTOR SHALL
CALL 1-800-424-5555 TO VERIFY UTILITY LOCATIONS BEFORE BEGINNING EXCAVATION.
3. ALL MATERIALS USED FOR THE CONSTRUCTION OF WATER SYSTEM IMPROVEMENTS SHALL BE NEW AND UNDAMAGED, AND
CATALOG CUTS" FOR ALL MATERIALS SHALL BE APPROVED IN WRITING BY THE CITY OF RENTON PRIOR TO BRINGING ANY
MATERIALS ON-SITE.
4. ALL WATER MAIN PIPE MATERIALS SHALL BE CEMENT LINED DUCTILE IRON PIPE, THICKNESS CLASS 52 PER AWWA C 151 AND C
104. PIPE JOINTS SHALL BE PUSH -ON OR MECHANICAL JOINT. CAST IRON OR DUCTILE IRON PIPE FITTINGS SHALL BE CLASS 250 AS
PER ANSI/AWWA C110/A21.10-82. ALL DUCTILE IRON PIPE AND FITTINGS SHALL BE WRAPPED WITH 8 -MIL BLACK, TUBE -TYPE,
POLYETHYLENE PLASTIC PER AWWA C105 STANDARDS.
5. MINIMUM COVER FROM TOP OF WATER MAINS TO FINISHED GRADE SHALL BE 36 INCHES FOR PIPE DIAMETER OF 10 -INCH OR LESS
AND 48 INCHES FOR PIPE DIAMETER OF 12 -INCH AND LARGER. MAXIMUM COVER FOR ALL WATER MAINS SHALL BE 60 INCHES.
ANY DEVIATIONS MUST BE APPROVED BY THE CITY OF RENTON PRIOR TO CONSTRUCTION. WHERE UTILITY CONFLICTS OCCUR,
THE PROFILE OF THE WATER MAIN SHALL BE ADJUSTED AS NECESSARY TO CLEAR CONFLICTS AND TO PROVIDE MINIMUM COVER.
PIPE DEFLECTION SHALL NOT EXCEED ONE-HALF OF PIPE MANUFACTURER'S SPECIFICATION FOR SIZE OF PIPE USED. ALL TRENCH
BACKFILL SHALL BE COMPACTED TO 95 PERCENT MAXIMUM DRY DENSITY AS DETERMINED BY THE MODIFIED PROCTOR TEST
METHOD (MDD) IN ROADWAYS, ROADWAY SHOULDERS, ROADWAY PRISM AND DRIVEWAYS, AND 85 PERCENT MDD IN UNPAVED
AREAS. ALL PIPE ZONE COMPACTION SHALL BE 95 MDD.
6. CONCRETE BLOCKING FOR WATER MAINS SHALL BE DESIGNED, INSTALLED AND POURED IN PLACE IN ACCORDANCE WITH CITY OF
RENTON STANDARD DETAILS AND SPECIFICATIONS AND SHALL BE INSTALLED AT ALL VERTICAL AND HORIZONTAL BENDS, FITTINGS
AND BASE OF HYDRANTS. MEGA -LUGS (OR SIMILAR PRODUCT) MAY BE REQUIRED ON ALL MECHANICAL JOINTS IN ADDITION TO
CONCRETE BLOCKING.
ALL NEW WATER MAIN PIPES AND FITTINGS SHALL HAVE A FOAM PIPE PIG RUN THROUGH THEM PRIOR TO BEING FLUSHED,
DISINFECTED, AND TESTED. CLEANING, PRESSURE AND PURITY TESTING SHALL BE DONE IN THE PRESENCE OF AND UNDER THE
SUPERVISION OF A CITY OF RENTON UTILITY INSPECTOR. THE CONTRACTOR SHALL SUPPLY, INSTALL AND REMOVE PLUGS,
CORPORATION STOPS, BLOW -OFF ASSEMBLIES, AND THRUST RESTRAINT / BLOCKING FOR TESTING AND PURITY ACCEPTANCE. NO
CONNECTION SHALL BE MADE BETWEEN THE NEW MAIN OR BETWEEN THE NEW WET -TAP VALVE TO AN EXISTING MAIN UNTIL
THE NEW PIPING HAS BEEN FOAM -PIGGED, DISINFECTED, FLUSHED, AND PASSED BOTH PRESSURE AND PURITY TESTING.
8. NEW WATER MAINS INCLUDING SERVICE LATERALS SHALL BE TESTED AT A STATIC PRESSURE OF 150 PSI ABOVE WORKING
PRESSURE WITH A MINIMUM OF 225 PSI TEST PRESSURE FOR 120 MINUTES WITH A MAXIMUM OF 5 PSI PRESSURE DROP DURING
THE ENTIRE TEST PERIOD. UPON SATISFACTORY COMPLETION OF THE PRESSURE TEST, THE LINE SHALL BE DISINFECTED, FLUSHED,
AND THEN WATER SAMPLES SHALL BE TAKEN FOR PURITY TESTING BY THE PUBLIC WORKS INSPECTOR.
9. THE CONTRACTOR SHALL NOTIFY THE CITY OF RENTON WATER UTILITY AND MAINTENANCE DEPARTMENTS AT LEAST 10 WORKING
DAYS PRIOR TO MAKING CONNECTIONS TO THE EXISTING WATER SYSTEM. THE CONTRACTOR SHALL EXPOSE THE EXISTING WATER
MAIN AND FITTINGS AT THE CONNECTION POINT BEFORE ORDERING THE NECESSARY ADAPTORS AND FITTINGS REQUIRED FOR
THE FINAL CONNECTION. THE CONTRACTOR SHALL EXCAVATE, REMOVE ALL SURFACE MATERIALS, AND PROVIDE SHORING AND
ALL MATERIALS REQUIRED FOR THE CITY OF RENTON TO PERFORM THE CONNECTION TO THE EXISTING WATER SYSTEM. THE
CONTRACTOR SHALL PROVIDE AND INSTALL BACKFILL, CONCRETE BLOCKING, AND COMPLETE SURFACE RESTORATION.
a, STD. PLAN - 300.0
PUBLIC WORxsWATER PLAN GENERAL NOTES
DEPARTMENT
MARCH 2010
NOTES:
1.THE BACKFLOW PREVENTION ASSEMBLY AND SUPPLY HOSE MUST BE DISCONNECTED DURING HYDROSTATIC PRESSURE TESTING OF THE
NEW WATER MAIN.
2.POLYPIG AND ALL DEBRIS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS VIA SANITARY METHOD PRIOR TO DISINFECTION OF NEW
WATER MAIN.
3.UPON REMOVAL OF POLYPIG, REMOVE TEMPORARY BLOW-OFF ASSEMBLY AND INSTALL 2" PLUG.
4.THE NEW WATER MAIN SHALL BE CONNECTED TO THE EXISTING SYSTEM ONLY AFTER NEW WATER MAIN IS POLYPIGGED, DISINFECTED
AND SATISFACTORY BACTERIOLOGICAL SAMPLE RESULTS ARE OBTAINED.
5.THE INTERIORS OF ALL PIPES AND FITTINGS TO BE USED IN FINAL CONNECTION MUST BE SWABBED OR SPRAYED WITH A 5-6% AVAILABLE
CHLORINE SOLUTION.
NEW DI WATER MAIN
NSF 61 SUPPLY HOSE
METERED BACKFLOW ASSEMBLY
(TO BE OBTAINED FROM CITY)
(1) 2 1 2" CONTROL VALVE
(1) CONSTRUCTION METER
(1) RPBA
METER SUPPORT (BY CONTRACTOR)
HYDRANT ON EXISTING WATER MAIN
POLYPIG
TEMPORARY BLOW-OFF ASSEMBLY
(1) 2" GALVANIZED PIPE
(1) 2" 90° BEND
(1) 2" GATE VALVE
POLYPIG STATION
(1)VERTICAL CROSS (MJxFL), SIZE TO MATCH WATER MAIN
(1)BLIND FLANGE WITH 2" TAP ON TOP OF CROSS
(1)TEMPORARY BLOW-OFF ASSEMBLY
(1)BLIND FLANGE ON BOTTOM OF CROSS
(1) PLUG (MJ) ON END OF CROSS WITH TEMPORARY THRUST BLOCKING
TEMPORARY BLOCKING
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartin Pastucha
Public Works Administrator
POLYPIGGING NEW WATER MAINS
STD. PLAN - 300.7
6/28/2023
BLUE REFLECTIVE PAVEMENT MARKER,
STIMSONITE MODEL C88 OR EQUAL,
PLACED 4" FROM ROADWAY
CENTERLINE AS INDICATED BELOW
TWO LANE ROAD OFFSET MARKER ON SIDE STREETS WHERE THE HYDRANT IS
WITHIN 20' OF A MAJOR STREET, THE MARKER
SHALL BE INSTALLED ON THAT MAJOR STREET
FOUR LANE ROAD OFFSET MARKER FIVE LANE ROAD OFFSET MARKER
4"0.7"
MARKERMARKER
MARKER MARKER
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartin Pastucha
Public Works Administrator
FIRE HYDRANT ASSEMBLY
PAVEMENT MARKER
STD. PLAN - 310.3
6/28/2023
CORPORATION STOP 1" BALL CORPORATION STOP WITH BALL VALVE, AWWA TAPERED THREAD (CC) INLET, QUICK JOINT OUTLET,
FORD FB1000-4-Q-NL OR A.Y. MCDONALD 74701BQ
TUBING 1" TYPE "K" SOFT COPPER TUBING
METER SETTER
1" SETTER, QUICK JOINT INLET AND OUTLET, PADLOCK WINGS ON INLET ANGLE BALL VALVE, SINGLE CHECK
VALVE ON OUTLET, FORD VBH74-15W-44-44-Q-NL, A.Y. MCDONALD 721-415WCQQ 44, OR MUELLER
B-24701-6AN, INSTALL CENTERED AND SQUARED IN METER BOX, PROVIDE ADAPTERS FOR 5/8"x3/4" METERS
WATER METER AMI WATER METER WITH RADIO AND BATTERY UNIT, TO BE PROVIDED BY THE CITY
METER BOX
METER BOX, ARMORCAST A6001946PCX18, WITH METER BOX LID, ARMORCAST A6001969RCI-H7, TO READ
RENTON WATER"
COUPLER AND PLUG
COUPLER (PACK JOINT x PACK JOINT), FORD C4#-4#-Q-NL, WITH 1" GALVANIZED PLUG IF SERVICE LINE TO
PROPERTY IS TO BE INSTALLED IN THE FUTURE
GRAVEL 1 1
4" WASHED GRAVEL
PROPERTY
LINECITY PIPING
PIPING
PRIVATE
F
BCB
A D
E FINISHED
GRADE
SIDEWALK 9" TO
12"IN UNIMPROVED
ROW,INSTALL METER
BOX AT PROPERTY LINE
WITH 1" COPPER
TAILPIECE 21" TO
30"LOOP DOWN TO CENTERLINE OF WATER
MAIN TO PROVIDE SLACK IN SERVICE LINE TO
METER 22
1
2°24" TO
30"
MAIN
12"
PROPERTY
LINEA
MATERIALS
B
C
D
E
F
G G
PUBLIC
WORKS
DEPARTMENTAPPROVED:
DATEMartin Pastucha Public
Works Administrator 1"
WATER SERVICE STD. PLAN -
320.1 6/
A TEE 2" TAPPED REDUCING TEE (MJxFIPT)2" TAPPED REDUCING TEE (MJxFIPT)
PIPE 2" BRASS NIPPLE (MIPT), 4" LENGTH 2" BRASS NIPPLE (MIPT), 4" LENGTH
VALVE 2" GATE VALVE (FIPT) WITH SQUARE OPERATING
NUT AND EXTENSION PER STD PLAN 330.7
2" GATE VALVE (FIPT) WITH SQUARE OPERATING
NUT AND EXTENSION PER STD PLAN 330.7
VALVE BOX VALVE BOX AND LID PER STD PLAN 330.7 VALVE BOX AND LID PER STD PLAN 330.7
COUPLING 2" x 1 1
2" BRASS COUPLING (MIPT x PACK JOINT),
FORD C44-76-Q-NL OR EQUAL
2" BRASS COUPLING (MIPT x PACK JOINT), FORD
C84-77-Q-NL OR EQUAL
TUBING 1 1
2" TYPE "K" SOFT COPPER TUBING 2" TYPE "K" SOFT COPPER TUBING
BEND
1 1
2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR
PACK JOINT x FIPT), FORD L44-66-Q-NL OR
L41-66-Q-NL OR EQUAL
2" 90° BRASS BEND (PACK JOINT x PACK JOINT OR
PACK JOINT x FIPT), FORD L44-77-Q-NL OR
L41-77-Q-NL OR EQUAL
METER SETTER
1 1
2" VERTICAL METER SETTER WITH BYPASS,
FLANGED ANGLE BALL VALVE AND PADLOCK WINGS
ON INLET, ANGLE CHECK VALVE ON OUTLET, AND
BALL VALVE ON BYPASS WITH PADLOCK WINGS,
FORD VBH86-12B-11-66-Q-NL, A.Y. MCDONALD
730B-612WDFF665, OR MUELLER B-2427N (1 1
2"),
BYPASS NOT PERMITTED ON IRRIGATION METERS
2" VERTICAL METER SETTER WITH BYPASS, FLANGED
ANGLE BALL VALVE AND PADLOCK WINGS ON INLET,
ANGLE CHECK VALVE ON OUTLET, AND BALL VALVE
ON BYPASS WITH PADLOCK WINGS,
FORD VBH87-12B-11-77-Q-NL, A.Y. MCDONALD
730B-612WDFF665, OR MUELLER B-2427N (2"),
BYPASS NOT PERMITTED ON IRRIGATION METERS
METER SPREADER 13 3
16" RIGID METER SPREADER (TEMPORARY)17 3
16" RIGID METER SPREADER (TEMPORARY)
WATER METER
AMI WATER METER WITH RADIO AND BATTERY UNIT,
TO BE SUPPLIED AND INSTALLED BY CITY FORCES
AMI WATER METER WITH RADIO AND BATTERY UNIT,
TO BE SUPPLIED AND INSTALLED BY CITY FORCES
METER BOX
17"X30" METER BOX, ARMORCAST A6001640PCX18,
WITH METER BOX LID, ARMORCAST
A6001947RCI-H7, TO READ "RENTON WATER"
17"X30" METER BOX, ARMORCAST A6001640PCX18,
WITH METER BOX LID, ARMORCAST
A6001947RCI-H7, TO READ "RENTON WATER"
COUPLER
1 1
2" COUPLER (PACK JOINT x PACK JOINT), FORD
C4#-6#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF
PRIVATE SERVICE LINE IS NOT YET INSTALLED
2" COUPLER (PACK JOINT x PACK JOINT), FORD
C4#-7#-Q-NL OR EQUAL, WITH GALVANIZED PLUG IF
PRIVATE SERVICE LINE IS NOT YET INSTALLED
GRAVEL CRUSHED ROCK BASE TO SUPPORT METER BOX,
METER BYPASS TO BE EXPOSED
CRUSHED ROCK BASE TO SUPPORT METER BOX,
METER BYPASS TO BE EXPOSED
B
C
D
E
F
G
H
I
J
K
L
PROPERTY LINEPROPERTY
LINEFINISHED
GRADE SIDEWALK 21"
TO
30"24" TO
30"12"IN UNIMPROVED
ROW INSTALL METER
BOX AT PROPERTY
LINE
WITH 12"
COPPER
TAILPIECE CITY PIPING
PIPING
PRIVATE
A
B
C
D
G
H
I
JK F L M MAIN MATERIALS 1
1/2" SERVICE
2"
SERVICE
9"
TO 12"
F
E
MPUBLIC
WORKS DEPARTMENT APPROVED:
DATEMartin Pastucha
Public Works Administrator 1 1
2" AND 2"
WATER SERVICE IN PLANTING
STRIP STD. PLAN -
PROPERTY LINEFINISHED
GRADE
SIDEWALK 21" TO
30"
24" TO
30"
CITY
PIPING
PIPING
PRIVATE
D
G H I
JK
9"
TO
12"12"M
L
A
B C MAIN F A TEE 2" TAPPED REDUCING TEE (MJxFIPT)2"
TAPPED REDUCING TEE (MJxFIPT)PIPE 2" BRASS NIPPLE (MIPT), 4" LENGTH 2" BRASS
NIPPLE (MIPT), 4" LENGTH VALVE 2" GATE VALVE (
FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER
STD PLAN 330.7 2" GATE VALVE (
FIPT) WITH SQUARE OPERATING NUT AND EXTENSION PER
STD PLAN 330.7 VALVE BOX VALVE BOX AND LID PER STD PLAN 330.7 VALVE BOX AND LID PER
STD PLAN 330.7 COUPLING
2" x 1 1 2" BRASS COUPLING (
MIPT x PACK JOINT),FORD C44-76-
Q-NL OR EQUAL 2" BRASS COUPLING (MIPT
x PACK JOINT), FORD C84-77-
Q-NL OR
EQUAL TUBING 1 1 2" TYPE "K" SOFT COPPER TUBING 2" TYPE "
K"
SOFT COPPER
TUBING BEND 1 1 2" 90° BRASS BEND (PACK JOINT
x PACK JOINT OR PACK JOINT x FIPT), FORD L44-
66-Q-NL OR L41-66-
Q-NL OR EQUAL 2" 90° BRASS BEND (PACK JOINT
x PACK JOINT OR PACK JOINT x FIPT), FORD L44-
77-Q-NL OR L41-77-
Q-NL
OR EQUAL
METER SETTER 1 1 2" VERTICAL
METER SETTER WITH BYPASS,FLANGED ANGLE BALL
VALVE AND PADLOCK WINGS ON INLET, ANGLE CHECK
VALVE ON OUTLET, AND BALL VALVE ON
BYPASS WITH PADLOCK WINGS,FORD VBH86-12B-11-66-Q-
NL, A.Y. MCDONALD 730B-612WDFF665, OR MUELLER
B-
2427N (1 1 2"),BYPASS NOT
PERMITTED ON IRRIGATION METERS 2" VERTICAL METER
SETTER WITH BYPASS, FLANGED ANGLE BALL VALVE AND
PADLOCK WINGS ON INLET,ANGLE CHECK VALVE ON
OUTLET, AND BALL VALVE ON
BYPASS WITH PADLOCK WINGS,FORD VBH87-12B-11-77-Q-
NL, A.Y. MCDONALD 730B-612WDFF665, OR
MUELLER B-2427N (2"),BYPASS NOT
PERMITTED ON IRRIGATION METERS
METER SPREADER 13 3 16" RIGID METER
SPREADER (TEMPORARY)17 3 16"
RIGID METER
SPREADER (TEMPORARY)WATER METER AMI WATER METER WITH
RADIO AND BATTERY UNIT,TO BE SUPPLIED AND
INSTALLED BY CITY FORCES AMI WATER METER WITH
RADIO AND BATTERY UNIT,TO BE SUPPLIED AND
INSTALLED BY
CITY FORCES METER BOX 17"X30"
METER BOX, ARMORCAST A6001640PCX18,WITH
METER BOX LID, ARMORCAST A6001947RCI-H7,
TO READ "RENTON WATER"17"X30"
METER BOX, ARMORCAST A6001640PCX18,WITH
METER BOX LID, ARMORCAST A6001947RCI-H7,
TO
READ "RENTON
WATER"COUPLER 1 1 2" COUPLER (PACK JOINT
x PACK JOINT), FORD C4#-6#-Q-NL OR EQUAL,
WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE
IS NOT YET INSTALLED 2" COUPLER (PACK JOINT
x PACK JOINT), FORD C4#-7#-Q-NL OR EQUAL,
WITH GALVANIZED PLUG IF PRIVATE SERVICE LINE
IS NOT YET INSTALLED GRAVEL CRUSHED ROCK BASE
TO SUPPORT METER BOX,METER
BYPASS TO BE EXPOSED CRUSHED ROCK BASE
TO SUPPORT METER BOX,METER
BYPASS
TO
BE
EXPOSED
B
C
D
E
F
G
H
I J K L MATERIALS 1 1/
2"
SERVICE
2" SERVICE
M
E
PUBLICWORKS
DEPARTMENT APPROVED:DATEMartin
Pastucha Public
Works Administrator 1 1 2"
AND 2" WATER SERVICE
IN ROW BEHIND SIDEWALK
STD. PLAN - 320.
NOTES:
1.MINIMUM BEARING AREA MUST BE ADJUSTED FOR PIPE SIZE, PRESSURE, AND SOIL CONDITIONS.
2.FITTINGS SHALL BE POLYWRAPPED PRIOR TO POURING CONCRETE BLOCKING.
3.CONCRETE BLOCKING SHALL BE CAST IN PLACE AND SHALL HAVE A MINIMUM OF 0.25 SF BEARING AREA AGAINST THE FITTING.
4.CONCRETE BLOCKING SHALL BEAR AGAINST FITTINGS ONLY AND SHALL BE CLEAR OF JOINTS TO PERMIT TAKING UP OR DISMANTLING
JOINT.
5.CONTRACTOR SHALL INSTALL BLOCKING ADEQUATE TO WITHSTAND FULL HYDROSTATIC TEST PRESSURE AS WELL AS TO CONTINUOUSLY
WITHSTAND OPERATING PRESSURE UNDER ALL CONDITIONS OF SERVICE.
6.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT
ALLOWED.
7.IN MUCK OR PEAT, ALL THRUSTS SHALL BE RESTRAINED BY PILES OR TIE RODS TO SOLID FOUNDATION OR MUCK OR PEAT SHALL BE
REMOVED AND REPLACED WITH BALLAST OF SUFFICIENT STABILITY TO RESIST THRUST.
8.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS.
MINIMUM BEARING AREA
AGAINST UNDISTURBED SOIL (SF) *
PIPE
SIZE
PRESSURE
(PSI)
4"200
300
2/(1)
3/(2)
1/(NONE )
2/(2)
1/(NONE )
2/(1)
NONE
1/(1)
NONE
NONE
6"200
300
4/(3)
6/(4)
3/(2)
4/(3)
3/(1)
3/(2)
1/(1)
2/(1)
1/(NONE )
1/(NONE )
8"200
300
7/(5)
11/(8)
5/(3)
8/(5)
4/(3)
6/(4)
2/(2)
3/(2)
1/(1)
2/(1)
10"200
275
11/(8)
16/(11)
8/(6)
11/(7)
6/(4)
9/(6)
3/(2)
5/(3)
2/(1)
3/(2)
12"200
250
16/(11)
24/(16)
11/(8)
17/(11)
9/(6)
13/(9)
5/(3)
7/(5)
3/(2)
4/(3)
14"200
250
22/(13)
33/(22)
16/(11)
23/(16)
12/(8)
18/(12)
6/(4)
9/(6)
3/(2)
5/(3)
16"200
225
29/(19)
32/(21)
21/(14)
23/(16)
16/(11)
17/(12)
8/(6)
9/(6)
5/(3)
5/(3)
18"200 36/(24)26/(17)20/(13)10/(7)5/(4)
20"200 45/(29)32/(21)24/(16)13/(8)7/(4)
24"200 64/(43)46/(30)35/(23)18/(12)9/(6)
* VALUES BASED ON SAFE BEARING LOAD OF 2,000/(3,000) PSF
SOIL TYPE SAFE BEARING LOAD (PSF)
MUCK OR PEAT 0
SOFT CLAY 1,000
SAND 2,000
SAND AND GRAVEL 3,000
CEMENTED WITH CLAY 4,000
HARD SHALE 10,000
E
B
D
A C
B
A B C D E
11 1 4° BEND
22 1 2° BEND
45° BEND90° BEND
CAP / PLUG
TEE
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartin Pastucha
Public Works Administrator
CONCRETE BLOCKING
FOR HORIZONTAL FITTINGS
STD. PLAN - 330.1
6/28/2023
NOTES:
1.NO CHANGE IN PIPE DIRECTION OR DIAMETER SHALL OCCUR WITHIN 36' OF THE VERTICAL BEND. BENDS, TEES, REDUCERS, ETC. BEYOND
THE 36' LIMIT MAY BE RESTRAINED BY STANDARD CONCRETE BLOCKING PER STD PLANS 330.1 AND 330.2.
2.FITTINGS SHALL BE POLYWRAPPED AFTER INSTALLATION OF PIPE CLAMPS AND ANCHOR RODS PRIOR TO POURING CONCRETE BLOCKING.
3.PIPE CLAMPS AND ANCHOR RODS SHALL BE INSTALLED PER STD PLAN 330.4.
4.JOINT RESTRAINT SHALL BE MEGALUG SERIES 1100 OR EQUAL.
5.WATER MAIN SHALL NOT BE PRESSURIZED UNTIL ALL TRENCHING WITHIN 100' OF VERTICAL BEND IS BACKFILLED AND COMPACTED TO
MINIMUM 3' COVER.
6.90° VERTICAL BENDS SHALL ONLY BE INSTALLED WHERE GIVEN PRIOR APPROVAL BY THE CITY.
7.ALL CONCRETE SHALL BE MECHANICALLY MIXED. JOB SITE MIXING, HAND-MIXED CONCRETE, AND MOBILE CONCRETE MIXERS ARE NOT
ALLOWED.
8.BACKFILL TRENCH BEYOND 90° VERTICAL BLOCK WITH CRUSHED SURFACING TOP COURSE MATERIAL COMPACTED TO 95% MDD. CRUSHED
BACKFILL SHALL EXTEND 20' BEYOND BLOCK OR TO FIRM BEARING TRENCH WALL, WHICHEVER IS LESS.
9.CONCRETE BLOCKING SHALL BE LEFT OPEN OR SHEETED FOR MINIMUM 24 HOURS.
MINIMUM DIMENSIONS
PIPE
SIZE BEND VOLUME
(CF)A D *L
4"
11 1 4°
BLOCKING NOT REQUIRED22 1 2°
45°
90°16 2.5'3 4"2.0'
6"
11 1 4°
BLOCKING NOT REQUIRED
22 1 2°
45°13 2.3'3 4"2.0'
90°43 3.5'3 4"2.0'
8"
11 1 4°
BLOCKING NOT REQUIRED
22 1 2°
45°33 3.2'3 4"2.0'
90°86 4.4'3 4"2.0'
10"
11 1 4°BLOCKING NOT REQUIRED
22 1 2°13 2.3'3 4"2.0'
45°64 4.0'3 4"2.0'
90°141 5.2'1"3.5'
12"
11 1 4°BLOCKING NOT REQUIRED
22 1 2°20 2.7'3 4"2.0'
45°111 4.8'3 4"2.0'
90°206 5.9'1 1 8"4.0'
* D = ANCHOR ROD DIAMETER
MINIMUM DIMENSIONS BASED ON FOLLOWING CONDITIONS:
• PIPE RESTRAINED MINIMUM 36' ON EACH SIDE OF BEND
• SAFE BEARING LOAD = 1,000 SF
• CONCRETE STRENGTH = 3,000 PSI
• CONCRETE WEIGHT = 150 PCF
• HYDROSTATIC PRESSURE = 200 PSI
• TRENCH = TYPE 2 FLAT BOTTOM TRENCH WITH LIGHTLY
CONSOLIDATED BACKFILL PER ANSI/AWWA C150/A21.50
• FACTOR OF SAFETY = 1.5
• SOIL FRICTIONAL RESISTANCE BASED ON COHESIVE
GRANULAR SOIL (GC+SC), SAND, GRAVEL, CLAY MIXTURE
CONCRETE BLOCKING DESIGN MUST BE ADJUSTED FOR
VARIANCES IN ANY OF THESE CONDITIONS.
45° BEND
L
L
A
A
A
A
L
L
11 1 4° AND 22 1 2 ° BENDS
PIPE CLAMP AND
ANCHOR ROD
PIPE CLAMP AND
ANCHOR ROD
A
A
L
L
90° BEND
PIPE CLAMP AND
ANCHOR ROD
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartin Pastucha
Public Works Administrator
CONCRETE BLOCKING
FOR VERTICAL FITTINGS
WITH RESTRAINED JOINTS
STD. PLAN - 330.3
6/28/2023
WATER
MAIN
PIPE CLAMP HEAVY DUTY HOT-DIPPED GALVANIZED PIPE CLAMP, COOPER B-LINE B3132 OR EQUAL, WITH OPENINGS TO
ACCOMMODATE ANCHOR ROD DIAMETER
ANCHOR ROD ALL-THREAD ROD, ASTM A242 CORTEN OR STAINLESS STEEL, SIZE PER STD PLAN 330.2 AND STD PLAN 330.3
NUT HEAVY HEX NUT, ASTM A563 GRADE C3 OR STAINLESS STEEL 316SS, SIZE TO MATCH ANCHOR ROD
DIAMETER, TIGHTEN TOP NUTS TO TENSION BOLTS AND LOWER NUTS TO COMPRESS CLAMP SNUG
WASHER ROUND FLAT STRUCTURAL WASHER, CORTEN OR STAINLESS STEEL 316SS, SIZE TO MATCH ANCHOR ROD
DIAMETER
A
MATERIALS
B
C
D
A
B
C
D
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartin Pastucha
Public Works Administrator
CONCRETE BLOCKING
PIPE CLAMP AND ANCHOR RODS
STD. PLAN - 330.4
6/28/2023
NOTES:
1.SHACKLE RODS SHALL BE USED AS A JOINT RESTRAINT SYSTEM WHERE INDICATED IN THE PLANS OR SPECIFICATIONS OR WHERE
OTHERWISE REQUIRED BY THE ENGINEER.
2.INSTALL THE JOINT RESTRAINT SYSTEM IN ACCORDANCE WITH MANUFACTURER'S DIRECTIONS TO ENSURE ALL JOINTS ARE MECHANICALLY
LOCKED TOGETHER.
3.EYE BOLTS SHALL BE INSTALLED TO PULL AGAINST THE MJ BODY AND NOT THE MJ FOLLOWER. TORQUE NUTS AT 75-90 FT-LB.
4.INSTALL RODS AT EQUAL THREAD DEPTH INTO COUPLING NUTS. ARRANGE RODS SYMMETRICALLY AROUND THE PIPE.
5.WHERE A MJ VALVE OR FITTING IS SUPPLIED WITH SLOTS FOR "T" BOLTS INSTEAD OF HOLES, AN ADAPTER (FLXMJ) SHALL BE USED TO
PROVIDE ADEQUATE SPACE FOR TIE BOLT INSTALLATION.
6.NO RUN OF RESTRAINED PIPE SHALL BE GREATER THAN 60' IN LENGTH BETWEEN FITTINGS. INSTALL LONG BODY SLEEVES WHERE A
CONTINUOUS RUN OF PIPE GREATER THAN 60' IS REQUIRED TO BE RESTRAINED.
7.CONTINUOUSLY RESTRAINED RUNS SHALL USE MJ PIPE WITH EYE BOLTS INSTALLED AS ROD GUIDES AT EACH JOINT.
ROD 3/4" ALL-THREAD ROD, ASTM A242 CORTEN OR STAINLESS STEEL, SIZE AS FOLLOWS:
MAIN
DIAMETER
NUMBER
OF RODS
4", 6"2
8", 10", 12"4
16", 18"8
20"10
EYE BOLT 3/4" 90° EYE BOLT, CORTEN, WITH EYE TO ACCOMMODATE 3/4" ROD, ROMAC OR EQUAL
COUPLING NUT 3/4" FULL HEX COUPLING NUT WITH CENTER STOP, ASTM A563 GRADE OR STAINLESS STEEL
WASHER 3/4" ROUND FLAT STRUCTURAL WASHER, CORTEN OR STAINLESS STEEL 316SS
NUT 3/4" HEAVY HEX NUT, ASTM A563 GRADE C3 OR STAINLESS STEEL 316SS
A
MATERIALS
B
C
D
E
MAX 60'
CA DEB
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartinPastucha
Public Works Administrator
SHACKLE ROD
JOINT RESTRAINT SYSTEM
STD. PLAN - 330.5
6/28/2023
VALVE OPERATING NUT EXTENSION
VALVE MARKER POST
SECTION A-A
AA
VALVE BOX AND LID
NOTES:
1.EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN 3'
BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MINIMUM
OF 1' LONG. ONLY ONE EXTENSION TO BE USED PER VALVE.
2.ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED,
WITH ANTICORROSION COATING CONFORMING TO AWWA C210
NOTES:
1.VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES
OUTSIDE PAVED AREAS.
2.DISTANCE TO VALVE SHALL BE NEATLY STENCILED ON THE POST
WITH 2" NUMERALS.
MAIN
3"
MIN
VALVE BOX
TWO-PIECE VALVE BOX WITH REGULAR
BASE SECTION TO FIT AND STANDARD 8"
TOP SECTION, OLYMPIC FOUNDRY INC
940 OR RICH #045 (NON-LOCKING)
VALVE BOX LID
COVER TO MATCH VALVE BOX
MANUFACTURER, TO READ "WATER",
WITH EARS IN DIRECTION OF WATER
MAIN
HMA COLLAR
8" THICK HMA FOR VALVE IN PAVED
AREA OR 3'x3'x6" CONCRETE PAD IN
UNPAVED AREA
OPERATING
NUT EXTENSION SEE DETAIL, THIS SHEET
MARKER POST
WHITE MARKER POST WITH ANCHOR
BARB AND BLUE LABEL TO READ
"WATER", CARSONITE UTILITY MARKER
CRM3-066-08 OR EQUAL
A
B
C
D
E
MATERIALS 3 3 4"
62"
34"
24"
12"
8" TO 12"
2" SQUARE
OPERATING NUT
4 1 4" DIAMETER
1 8" MIN THICKNESS
1" DIAMETER STEEL,
LENGTH AS REQUIRED
1 8" MIN THICKNESS
2 1 4" INSIDE MEASUREMENT
2 1 4" DEPTH
D
A
C
B
E
PUBLIC WORKS
DEPARTMENT
APPROVED:
DATEMartin Pastucha
Public Works Administrator
VALVE BOX,
OPERATING NUT EXTENSION,
AND MARKER POST
STD. PLAN - 330.7
6/28/2023
#4 REBAR AT 8" ON CENTER
WITH 180° STANDARD
HOOKS @ BOTH ENDS
3/4" CORTEN CONTINUOUS THREAD RODS
INSTALLED SYMMETRICALLY AROUND PIPE
TO MATCH BOLT HOLES
18"
6"
1'
-
6
"
MI
N
3"
C
.
L
.
18"
3"
C
.
L
.
3"
M
I
N
1'-6"
MIN
1"-6"
MIN
2-6"
MAXIMUM
1'
-
6
"
MI
N
1-
6
"
MI
N
1-
6
"
MI
N
5"9"
TOP SECTION VIEW
NOT TO SCALE
SIDE SECTION VIEW
NOT TO SCALE
ELEVATION VIEW
NOT TO SCALE
NOTES:
1.CONCRETE SHALL BE 3000 P.S.I. READY MIX
POURED IN PLACE
2.REINFORCED BARS SHALL BE DEFORMED BARS
AND TIED TOGETHER.
3.FORMWORK AT FACE OF ANCHOR WALLS MUST
BE REMOVED. BACKFILL AT FACE OF ANCHOR
WALL MUST BE COMPACTED TO 95% MAX DRY
DENSITY BASED ASTM D1557 PRIOR TO
REINSTATING SERVICE OF THE WATER MAIN.
UNDISTURBED EARTH
CONCRETE DEADMAN
BLOCK
PUBLIC WORKS
DEPARTMENT
DocuSign Envelope ID:3458681D-914F-4F2D-AB59-7C192D3B78A3
MANHOLE FRAME AND COVER
6" l SEE STD. PLAN 401
12" MAX. ADJUSTMENT RINGS AND MORTAR JOINTS
10440.1
SEE NOTE 3
D,
FIRST STEP SHALL BE A MAXIMUM OF 18"
1
BELOW THE COVER.
CONE (ECCENTRIC)
STEPS — POLYPROPYLENE STEPS
6-1/2"~I —•' SHALL BE INCLUDED
r
5' MIN.
RUBBER GASKETED JOINTS SEE NOTE 5
c
12" (TYP) •.
IF REQUIRED, LADDER—POLYPROPYLENE
SHALL BE ATTACHED TO MANHOLE
MAX. PIPE SIZE — 'E'
s
SHELF AND CHANNEL SHALL BE
3000 PSI CONCRETE
1%
o . a'PRECAST BASE SECTION
OR CAST IN SHELF.
i••r!••'•hetishir!•e•r•tr!• %•s:!•" COMPACTED SUBGRADE WITH 6"
CRUSHED ROCK OR ADDITIONAL
NOT TO SCALE MATERIAL SUITABLE TO
SUPPORT STRUCTURE.
A' B' C' D' E'
48" MH 48" 6" MIN. 5"MIN 24" MIN. 21" I.D.
54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D.
60" MH 60" 8" MIN. 6" MIN. 42" MIN. 30" I.D.
NOTES:
1. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED.
2. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE IN CONFORMANCE WITH ASTM C-478.
3. ADJUSTMENT OF THE CASTING TO GRADE SHALL BE PER STD PLAN 106. THE USE OF SHIMS IS PROHIBITED.
4. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING,
FACTORY—COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC—SHIELDCOAT 100 OR
APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE.
5. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443.
6. CHANNEL WIDTH AND HEIGHT SHALL EQUAL THE INSIDE DIAMETER OF THE LARGEST PIPE.
7. CONNECTIONS TO MANHOLE SHALL BE MADE USING KOR—N—SEAL BOOTS OR APPROVED EQUAL.
8. IN UNIMPROVED AREAS, MANHOLES SHALL EXTEND A MINIMUM OF 6" AND A MAXIMUM OF 12"
ABOVE FINISHED GRADE OR MUST HAVE AN AT—GRADE, MINIMUM 2'—WIDE CONCRETE RING POURED AROUND
THE COVER. IN PAVED AREAS, COVER MUST SLOPE TO MATCH PAVING.
9. MANHOLES OVER 20' DEEP SHALL BE A MINIMUM OF 60" IN DIAMETER.
STD.PLAN-400.1
PUBLIC WORKS gnedby:
DEPARTMENT STANDARD SANITARY MANHOLE Martin Pastucli'26/202C I 12:
F N T O M°tertf , 449D... DATE
I
DocuSign Envelope ID:345B681D-914F-4F2D-AB59-7C192D3B78A3
1 1
i
REMOVE MANHOLE COVER, i 1 IN ROADWAYS, RESTORE PER
FRAME, ADJUSTMENT RINGS
Et
STANDARD PLAN 110.1.
AND CONE (OR FLAT TOP) 118 OUTSIDE OF ROADWAYS, RESTORE
TO A DEPTH OF AT LEAST awl TO MATCH THE ADJACENT AREA.
4 FEET BELOW THE FINISHED
GRADE ELEVATION.
2{- f
I• •. cam•
4.
COMPACTED SAND,
fAir. 12:. •,' —'GRAVEL BORROW OR CDF
444111
1-
t ;
OW ew
CONCRETE PLUG 2 y . \
MINIMUM OF 12" IN LENGTH) y ! tiS•! y ? •'
A
CONCRETE PLUG
s!,,Mi•'',41 MINIMUM OF 12" IN LENGTH)
w91-
DRAINAGE HOLE
TYPICAL)
NOTES:
1. DRILL A MINIMUM OF 4 — 2" DRAINAGE HOLES IN THE BOTTOM OF THE MANHOLE.
2. PLUG ALL INCOMING AND OUTGOING PIPES WITH CONCRETE.
3. FILL THE MANHOLE WITH COMPACTED SAND, GRAVEL BORROW (SECTION 9-03.14(1)) OR CDF.
4. DEBRIS FROM BREAKING THE UPPER PORTION OF THE MANHOLE MAY BE MIXED
WITH THE FILL MATERIAL SUBJECT TO THE APPROVAL OF THE ENGINEER.
5. THE FRAME AND COVER SHALL BE SALVAGED AND ALL OTHER MATERIAL DISPOSED OF.
s Y
r„d Ykor iW e
0,,, STD.PLAN-400.5
PUBLIC WORKS rzPPR 6p y Eeby.
DEPARTMENT ABANDON MANHOLE Martin PastL S#i/2o2o 12:55
9F N T O
Ri DATEF8449D...
DocuSign Envelope ID:3458681D-914F-4F2D-A859-7C192D3B78A3
BOLTHOLES - 3 PLCS
sraan NOWEQUALLY SPACED 120'
Nvaaor isv3 APART ON 23 1/16' (586mm)
tz.77.„
j DIA B.C. (SEE DETAIL)
z a.ivaioN 4
ON i
i
cZt4 SEWER 44
0
44111 COVER BOTTOM VIEW
COVER & FRAME
PLAN VIEW
25' DIA.
3) BLT S C, (ALLEN HEAD)C635mm] 1'
3/4' C25mn] 5/8'-11 X 1.5 SS
II
RUBBER WASHER
119rnr1]
I 8 3/4' L 2 1/2'
WA
C222mm] 64mm] f.=NTYP
1COVERSECTIONVIEWI
NN
BOLTING DETAIL
26 1/2' DIA
C673mm]
25 1/4' DIA
C641mm] 1 1/16' 1/4'
1 1/16'
1/4' (6mm) DIA 27mm]ir C6mm]
C27mm3
NEOPRENE GASKET
fr6 A 6' 1/8'
i i, (152mm] 3mm]
1/8'CR3mm]
156
8'] z3 3/8(594DIAr m]
L OPEN
GASKET GROOVE DETAIL
27 5/16' DIA
694mm]
34 1/8' DIA
867mm] NOTES:
FRAME SECTION VIEW 1. ALL FRAME AND COVER ASSEMBLIES SHALL HAVE
A LOCKING LID PER EAST JORDAN IRON WORKS
INC. PRODUCT No. 00371572 OR EQUAL.
2. USE FRAME AND COVER FOR SANITARY (SPECIFY
SEWER").
STD.PLAN-401.1
PUBLIC WORKS SEWER MANHOLE FRAME AND COVER Rilwig'r9"eODy`
41 26/2020 12:!DEPARTMENT CITY-OWNED)Martin Pastuc
F,,•or N+.ninn
1,F B449D... DATE
DocuSign Envelope ID:345B681 D-914F-4F2D-AB59-7C192D3B78A3
rW (SEE NOTE 7) LIMITS OF PIPE ZONE
6"
BEDDING MATERIAL FORa
SANITARY SEWER PIPE
O.D.
SEE NOTE 5)
of
PIPE
FOUNDATION LEVEL
6"
BEDDING FOR SANITARY SEWER PIPE
NOTES:
1. PROVIDE UNIFORM SUPPORT UNDER BARREL.
2. HAND TAMP UNDER HAUNCHES.
3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY
OVER PIPE. HAND TAMP ONLY.
4. PIPE INSTALLATION SHALL BE PER SECTION 7-08 OF THE
STANDARD SPECIFICATIONS.
5. PIPE ZONE MATERIAL SHALL BE PER SECTION 9-03.12(3)
OF THE STANDARD SPECIFICATIONS.
6. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW
LINE IS MAINTAINED.
7. TRENCH WIDTH SHALL BE PER SECTION 2-09.4 OF THE
STANDARD SPECIFICATIONS.
STD. PLAN—405
PUBLIC WORKS PIPE BEDDING APP ---
41'
1 DEPARTMENT FOR SANITARY SEWERS Martin Pastucfa/26/2o2o I 12:
4 i
f H 1° 8B®467 FD98B449D...
vueuc won nomim.v.w DATE
DocuSign Envelope ID:345B681 D-914F-4F2D-AB59-7C 192D3B78A3
R.O.W.
SURFACE CLEANOUT WITH
CAST IRON RING AND COVER I
EAST JORDAN IRON WORKS PRODUCT NO.
00367502 OR APPROVED EQUAL, SPECIFY
SEWER" ON LIO), (SEE STD. PLAN 406.1
FOR INSTALLATION)
L___J I
EXISTING 6" SEWER STUB
BEND ASREMOVETOR.O.W LINE) REQUIRED
EXISTING SANITARY SEWER MAIN
REMOVE)
z 11-11————— 1111111141111111111111141111 --3
r——— 6"x6"x6" WYE
6"x 4" REDUCER/ /
BEND AS REQUIRED EXISTING 4" SIDE SEWER
NOT TO EXCEED 45')
010 PROPOSED 6" SEWER STUB
SEWER MAIN SIZE X 6" TEE
PROPOSED SEWER MAIN
t" 0,, STD.PLAN-407
PUBLIC WORKS TYPICAL SIDE SEWER CONNECTION A '$^°dbY.
DEPARTMENT FOR SEWER MAIN REPLACEMENT Martin Pastuc14626/2020 1 12:s
44'4 i 0''YB8081FD986449D... •
Publla WorksAdminbtreor DATE
DocuSign Envelope ID:345B681 D-914F-4F2D-AB59-7C192D3B78A3
MAXIMUM DISTANCE BETWEEN SPACERS
SHALL BE 6 FEET ON CENTER.
SEAL BOTH ENDS OF CASING WITH A
MANUFACTURED RUBBER SEALING DEVICE,
MODEL "W" BY PIPELINE SEAL & INSULATOR
OR APPROVED EQUAL.
i\`111
PLACE END SPACER MAXIMUM OF 11
12" FROM END OF CASING (TYP.)
000011111111:0101111.-11
4-',
1Pi& VP.
ONE SPACER SHALL BE PLACED ON THE SPIGOT
0.
END OF EACH SEGMENT AT THE LINE MARKING
THE LIMIT OF INSERTION INTO THE BELL. WHEN
THE JOINT IS COMPLETE, THE SPACER SHALL BE
IN CONTACT WITH THE BELL OF THE JOINT SO
THAT THE SPACER PUSHES THE JOINT AND
RELIEVES COMPRESSION WITHIN THE JOINT.If STEEL PIPE CASING (MILL PIPE) OR DUCTILE IRON.
USE 2 STAINLESS STEEL HOSE CLAMPS TO SECURE RUBBER SEAL
1 ON CARRIER PIPE AND 1 ON CASING PIPE).
CARRIER PIPE
CARRIER PIPE DIAMETER 4"6"8"10" 12"
CASING DIAMETER (PUSH—ON
JOINT CARRIER PIPE)
10" 12" 14" 16" 20"
STEEL CASING THICKNESS 0.25" 0.25" 0.25" 0.25" 0.25"
SPACER BAND WIDTH 8"8" 8" 8"8"
NOTES:
1. CASING SPACERS SHALL BE "CENTER POSITIONING" TYPE CASCADE WATERWORKS MFG. OR APPROVED EQUAL.
2. MINIMUM RUNNER WIDTH SHALL BE 2 INCHES.
3. RUNNER HEIGHT SHALL BE SIZED TO PROVIDE:
A. MINIMUM 0.75" BETWEEN CARRIER PIPE BELL AND CASING PIPE WALL AT ALL TIMES.
B. MINIMUM 1" CLEARANCE BETWEEN RUNNERS AND TOP OF CASING WALL TO PREVENT
JAMMING DURING INSTALLATION.
4. STEEL CASING DIAMETERS ARE "OUTSIDE DIAMETER" FOR 16" AND LARGER.
5. SPACER BAND WIDTH SHALL BE 12" FOR CARRIER PIPES THAT ARE 36" DIAMETER OR GREATER.
6. FOR CARRIER PIPES EXCEEDING 12" IN DIAMETER, CASING DIAMETER AND THICKNESS SHALL BE DESIGNED BY
AN ENGINEER.
7. FOR STEEL CASING, PROVIDE SHOP—APPLIED ANTI—CORROSIVE COATING ON CASING EXTERIOR CONFORMING
TO AWWA 210. PRODUCT SHALL BE TNEMEC HI—BUILD TNEME—TAR SERIES 46H-413 OF APPROVED EQUAL.
MINIMUM COATING THICKNESS SHALL BE 16 MILS DFT.
8. STEEL CASINGS SHALL EXTEND A MINIMUM OF 5 FEET BEYOND ANY WALLS OR STRUCTURES.
9. PRIVATE LATERALS ONLY: CASING SPACERS ARE NOT REQUIRED AS LONG AS THE LATERAL CARRIER
PIPE DOES NOT HAVE BELLS THAT WILL FALL WITHIN THE LENGTH OF THE
CASING. END SEALS ARE REQUIRED FOR ALL LATERAL CASING PIPES.
T• 0, STD.PLAN-412
ID PUBLIC WORKS CASING PIPE 5Stgnedby.
ANDEPARTMENT FOR MAIN LINES & LATERALS Martintitn Pastuch 26/2020 I 12:
9F N T Oa eJ/otiAXmin H3449D... DATE
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
Appendix B –Prevailing Wage Rate References
Appendix B – Washington State Prevailing
Burnett Ave S and Williams Ave S Minimum Hourly Wage Rates Reference
Storm System Improvement Project Page 1 of 1 2024
WASHINGTON STATE PREVAILING WAGE RATES
FOR PUBLIC WORKS CONTRACTS
REFERENCE
The State of Washington Prevailing Wage Rates applicable for this public works contract, which is
located in _King_ County, may be found at the following website address of the Department of Labor
and Industries: https://secure.lni.wa.gov/wagelookup/
Check with the Department of Labor and Industries for any questions regarding Prevailing Wage
Rates, and for a copy of all trade classifications.
Based on the bid submittal deadline for this project, the applicable effective date for prevailing
wages for this project is May 2024.
A copy of the applicable prevailing wages rates is also available for viewing at the office of the
Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington.
Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this
project.
The State of Washington “Statement of Intent to Pay Prevailing Wages – Public Works Contract” and
“Affidavit of Wages Paid – Public Works Contract” may be filed online with the Department of Labor
and Industries.
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
Appendix C – City of Renton Insurance Requirements
Insurance Guidelines for the City of Renton
The City of Renton requires current insurance certificates for one or
more of the following lines of coverage and minimum insurance limits:
Revised 6/8/23
•$1,000,000 per occurrence and $2,000,000 aggregate for Commercial General Liability
(CGL) or Special Event coverage. Limits may be increased for higher than usual or special
liability exposures.
•$1,000,000 combined single limit for Auto Liability. Required if a commercial vehicle will
be used in performance of work or delivery of products, beyond normal commutes.
•Proof of Workers’ Compensation coverage, as required by the State of Washington
(provide the Washington L&I or excess coverage policy number).
•Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto
liability coverage limits.
•$1,000,000 Professional Liability. Required if professional services (e.g. architect,
engineering, surveying, legal, or medical) are being provided to the city and if those
professional services are excluded from the CGL policy.
•$1,000,000 Pollution Liability. Required if work involves a pollution risk to the
environment.
•$2,000,000 Cyber Liability Insurance. Required for information technology professional
services agreements. Limits may be higher for special liability exposures.
•Builders Risk. May be required up to the amount of the completed value of a new
building or major construction project.
•$1,000,000 per occurrence Aircraft Liability (Single Limit Bodily Injury and Property
Damage Liability). Required coverage only for aircraft tie-down leases.
Additional requirements unique to the City of Renton:
•Name the City of Renton as a certificate holder and a Primary and Non-Contributory
Additional Insured on the policy.
This requirement applies to Commercial General, Auto Liability, Excess/ Umbrella, Special
Event, and Aircraft Liability policies; it does not apply to Professional Liability, Workers’
Compensation, nor Cyber Insurance.
•The Certificate Holder should read:
•The City shall be provided with written notice of any policy cancellation within a
minimum of two business days of receipt of such notice by the policy holder.
•The city does not represent that the minimum required insurance coverage or limits are
adequate to protect the vendor/contractor/consultant from all liabilities.
•Insurance certificate requirements and minimum limits can only be waived or modified
with Risk Manager approval.
Direct any questions, comments, or concerns to: Krista Kolaz, Risk Management
425-430-7669
kkolaz@rentonwa.gov
City of Renton
ATTN: [your City contact’s name & department]
1055 South Grady Way
Renton, WA 98057
AmRL CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the
terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
PHONE FAX
tAlC,No,Eat):(AIC,No):
E-MAIL
ADDRESS:
PRODUCER
CUSTOMER ID #:
INSURER(S)AFFORDING COVERAGE NAIC #
INSURED INSURER A:
INSURER B:
INSURER C:
INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
MDDL SUBR POLICY EFI’poLIcy ED’
LTR TYPE OF INSURANCE i wvp POLICY NUMBER {MM/DDIYYYY)(MM!DDIYYYY)LIMITS
GENERAL LIABILITY EACH OCCURRENCE $1 .00i1QQ.Q
DAMAGE TO RENTED
COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE OCCUR r—r’”PREMISES lEa occurrence)$
MED EXP (Any one person)$5000
GENERAL AGGREGATE $2,000,000
PERSONAL&ADVINJURY $1,000,000
GENL AGGREGATE LIMIT APPLIES PER:PRODUCTS -COMP/OP AGG $1 000,000
POLICY fl r—iLOC —$
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,000(Ea accident)
><ANY AUTO
BODILY INJURY (Per person)$
ALL OWNED AUTOS—BODILY INJURY (Per accident)$
SCHEDULED AUTOS PROPERTY DAMAGE
$HIRED AUTOS (Per accident)
NON-OWNED AUTOS $
$
UMBRELLA LIAR Li OCCUR ——EACH OCCURRENCE $
EXCESS LIAB CLAIMS-MADE
F J”’AGGREGATE $
DEDUCTIBLE $
H RETENTION $—$
WORKERS COMPENSATION I WC STATU-0TH-
I TORY LIMITS I ERANDEMPLOYERS’LIABILITY Y!N
ANY PROPRIETORIPARTNER/EXECUTIVE [‘EL.EACH ACCIDENT $
OFFICER!MEMBER EXCLUDED?LI N!A
(Mandatory in NH)E L.DISEASE -EA EMPLOYCI $
If yes,describe under
EL,DISEASE -POLICY LIMIT $SPFflIAI PROVISIONS heIrw
DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES (Attach ACORD 101,AdditIonal Remarks Schedule,If more space Is required)
The City Df Renton is Primary and NOn-contributory Additional Insured.
CERTIFICATE HOLDER CANCELLATION
City of Renton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE
POLICY PROVISIONS.Attn:
1055 South Grady Way AUTHORIZED REPRESENTATIVE
Renton,WA.98057
DATE (MMIDDIYYYY)
©1988-2009 ACORD CORPORATION.All rights reserved.
The ACORD name and logo are registered marks of ACORDACORD25(2009109)
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
Appendix D – Traffic Control Information
Burnett Ave S and Williams Ave S Appendix D - Traffic Control
Storm System Improvement Project 2024
TRAFFIC CONTROL
The City of Renton requires any contractor, firm, corporation, or other public/private agency to
prepare a traffic control plan and obtain City’s approval of that plan when construction, repair,
or maintenance work is to be conducted within the City’s right-of-way. The plan shall be
consistent with the provisions found in the State of Washington Manual on Uniform Traffic
Control Devices (MUTCD) for Streets and Highways, Special Provisions Section 1-10.2(2) and the
Contract Documents. Traffic Control Plan sh all be submitted to the City for review at or prior to
the Preconstruction Meeting.
Traffic Control Standard Plans, application and requirements can be found on the City’s
website:
https://rentonwa.gov/city_hall/public_works/transportation_systems/operations/traffic/traffic
_control_plans
Typical details for lane closures are attached.
The Contractor shall be responsible for assuring that traffic control is installed and maintained in
conformance to established standards. The Contractor shall continuously evaluate the operation
of the traffic control plan and take prompt action to correct any problems that become evident
during operation.
See Special Provisions Section 1-10 for additional requirements.
Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document.
DEPARTMENT OF PUBLIC WORKS
Page 1 of 3 | Published: 10/27/2021
Transportation Division | 1055 South Grady Way, 5th Floor | Renton, WA 98057 | 425-430-7380
Website: rentonwa.gov
TRAFFIC CONTROL PLAN APPLICATION
Published: 10/27/2021
TRAFFIC CONTROL PLAN (TCP) MUST BE SUBMITTED TO PUBLIC WORKS TRANSPORTATION DIVISION
FOR REVIEW/APPROVAL AT LEAST FIVE (5) WORKING DAYS BEFORE THE DATE OF WORK.
The City of Renton requires any contractor, firm, corporation, or other public/private agency to prepare a traffic control
plan (TCP) and obtain city's approval of that plan when construction, repair, or maintenance work is to be conducted
within the city's right-of-way.
1. Fill out the Traffic Control Plan (TCP) Application form and prepare required submittal documents.
2. The following items are all required for submittal of the TCP Application :
☐ Electronic Copy of the TCP Application
☐ Electronic Copy of the TCP Layout, on 11” X 17” paper size format, which shall:
Include map(s) showing the location of the project and work area.
Be legible lettering and clear, contrasting, symbols of viewing or printing.
Must indicate street names, and north arrow and scale.
Types of plans required:
o Work hour plan – show all mobility impacts during construction hours.
o Non-work plan - show all mobility impacts after work hours when limited or no work is
happening in the right-of-way (ROW), if applicable.
o Changing construction phases – show construction sequence and each construction phase
change even if the traffic control is not modified, if applicable.
o Pedestrian access/detour plan, if applicable.
- Shall conform to the Washington State Traffic Control Flagger Certification handbook, by the
Evergreen Safety Council.
3. Submit Application via email to TCP@rentonwa.gov with the subject line “TCP Application – [Project Name].”
Project Name: Permit #:
Site Address:
Work Date: From _____________ To _____________ Work Time: Start ______________ End ______________
Construction Company:
Contact Name: Phone/Cell: _________________________
Business Address: City/State: Zip:
Description of Work:
Approval By: _________________________________________________ Date:____________________
Transportation Engineering
Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document.
Page 2 of 3 | Published: 10/27/2021
PERMIT HOLDER AGREES TO ALL THE FOLLOWING:
Must have approved Traffic Control Plan (TCP) prior to commencing the work.
Maintain existing pedestrian access. The work on pedestrian facilities, shall be limited to one corner at a time,
with the least possible inconvenience or delay to pedestrians.
WORK TIME begins when any street or travel lane is fully or partially closed. This includes set up within the
traveled way.
Comply with all traffic regulations of the City of Renton and the State of Washington.
Prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street
and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control
Devices.
Notify emergency services (253-852-2121) twenty-four (24) hours before any street or lane closures.
Contractor or entity must call Renton School District (425-204-4455) or any public/private agency, including public
transit, to be affected by a temporary lane or road closure a minimum of five business days (excluding weekends
and holidays) prior to starting any work.
Contractor or entity must notify King County Metro in writing at construction.coord@kingcounty.gov a minimum
of five business days (excluding weekends and holidays) prior to starting any work impacting bus stops, a
temporary lane or road closure. Work requiring removing a bus shelter or sign requires notification in writing a
minimum of 30 business days (excluding weekends and holidays). Please call King County Metro at 206-477-1140
with any questions.
Any lane or street closures not in conformance with the approved traffic control plan and/or without notification
of emergency services may result in receiving a citation for violation of R.C.W. 47.36.200 Signs or Flaggers at
thoroughfare work sites and R.C.W. 9A.36.050 Reckless Endangerment, and other applicable State and City codes.
Indemnify and hold harmless the City of Renton from any and all claims, actions, and judgments, including all
costs of defense and attorney’s fees incurred in defending against same, arising from and related to
implementation of the approved traffic control plans including claims arising from towing of private vehicles and
the acts of the Permit Holder’s agents and employees.
The City of Renton shall be entitled, in its reasonable discretion, to settle claims prior to suit or judgment, and in
such event shall indemnify and hold harmless the City for any such claims paid, including the City’s reasonable
attorney’s fees and litigation costs incurred resulting from such claim.
In the event any claim or suit is brought against City within the scope of this Agreement, Permit Holder will pay for
legal counsel chosen by the City to defend against same.
Flagger and sign placement are subject to revision by the City Inspector on site, if needed to address traffic or
pedestrian safety or travel.
All permit conditions shall be met.
NOTES:
Total road closure lasting more than twenty-four (24) hours is subject to the approval by the City Council.
Work Zone Traffic Control shall be in accordance with the Manual on Uniform Traffic Control Devices (MUTCD)
and shown by a traffic control plan layout or reference to WSDOT.
Approved Temporary Traffic Control Plan must be at the work site during work hours.
Complete assistance and accommodation shall be provided to all kinds of pedestrian traffic when sidewalk or
walkway is impeded to safely redirect pedestrians around a work zone.
Signage shall be used to warn motorcyclists/bicyclists of the potential hazards on any uneven surfaced or slippery
road conditions during work and non-work hours.
Any vehicle, equipment, barricade, or portable tow-away sign used within the work area must display a company
logo or any legally acceptable sign showing the company name, address, and telephone number at a conspicuous
place on the vehicle or equipment.
Note: The Applicant is responsible for compliance with all codes and regulations, whether or not described in this document.
Page 3 of 3 | Published: 10/27/2021
In the case of Temporary No Parking Zones, all the following apply in addition to previous:
Contractor must complete form to show limits of Temporary No Parking Zone identifying barricade locations for
vacate parking or curb lane usage.
Contractor must post notice of dates and time of Temporary No Parking Zone with at least two signs per block
seventy-two (72) hours in advance of effective date and time.
The cover sheet of this Traffic Control Plan form must be attached to each Temporary No Parking Sign on the
project site.
Temporary traffic control devices must be removed immediately when work is done or no construction activities
are going on. If deemed abandoned, City crews will remove and store them at the City’s maintenance shop (3555
NE 2nd Street).
I certify that the information on this application and within the submittal documents are accurate to the best of my
knowledge and I acknowledge all the requirements on this application.
Applicant’s Signature Date
Applicant’s Name (Print)
D
R
A
W
N
B
Y
:
E
L
E
N
A
B
R
U
N
S
T
E
I
N
APPROVED FOR PUBLICATION
DATESTATE DESIGN ENGINEER
Washington State Department of Transportation
SHEET 1 OF 1 SHEETSHEET 1 OF 1 SHEET
SINGLE LANE CLOSURE
WITH ENCROACHMENT
STANDARD PLAN K-24.20-00
SHEET 1 OF 1 SHEET
FOR LOCAL AGENCY USE ONLY
NOT FOR USE ON STATE ROUTES
ST A TEOFWASHI
NGT
O
N
R
EGISTEREDP
R
OFE
S
SIONAL ENGINEER
25335
THEO DORE J. TR
EPA
NI
E
R
EXPIRES AUGUST 9, 2007
SIGN LOCATION
CHANNELIZING DEVICES
PROTECTIVE VEHICLE ~ RECOMMENDED
LEGEND
PCMS
EXISTING EDGE STRIPE
EXISTING LANE STRIPE
TEMPORARY TRAFFIC CONTROL DEVICE
ARROW PANEL
PORTABLE CHANGEABLE MESSAGE SIGN
LATERAL BUFFER ~ 4’
EXISTING LANE EXISTING
SHOULDER
2’
ASECTION
WORK AREATEMPORARY LANE ~ 12’ MIN.
EXISTING LANEEXISTING
SHOULDER
ROAD
WORK
AHEAD
END
ROAD WORK
100’
WORK AREA
B L X X
W20-1
P
C
M
S
SEE NOTE 5
RIGHT LANE
CLOSED
AHEAD
W20-5R
X1
ROAD
NARROWS
W5-1
A
G20-2A OR
DOWNSTREAM TAPER TO SHOW
END OF WORK AREA ~ SEE NOTE 6
SEE NOTE 2
W4-2L
~ COMPLIANCE DATE 12/23/13
1.
2.
3.
4.
5.
NOTES
6.
7.
8.
MINIMUM WEIGHT 15,000 LBS.
(MAXIMUM WEIGHT SHALL BE
IN ACCORDANCE WITH MANU-
FACTURER RECOMMENDATION)
TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1)
LOADED WEIGHT
ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN.
(DRY PAVEMENT ASSUMED)
45 50 55 60
360 425 495 570
POSTED SPEED (MPH)
LONGITUDINAL BUFFER SPACE = B
LENGTH B (FEET)
1
4 YARD DUMP TRUCK,
SERVICE TRUCK,
FLAT BED, ETC.
BUFFER DATA
VEHICLE TYPE
25 30 35
155 200 250
40
305 25 30 35 40 45 50 55
540
550
600
550
605
660
660
720
POSTED SPEED (MPH)
10
11
12
MINIMUM TAPER LENGTH = L
60 65 70
(FEET)
450
495
500
780 840
LANE WIDTH
(FEET)
125
165
180
205
225
245
270
294
320
105
115
150 ---
--
8040
POSTED SPEED
(MPH)
50 / 70
IN TANGENT
(FEET)
IN TAPER
(FEET)
CHANNELIZING DEVICE SPACING
35 / 45 30 60
8040
POSTED SPEED
(MPH)
50 / 70
IN TANGENT
(FEET)
IN TAPER
(FEET)
CHANNELIZING DEVICE SPACING
25 / 30 20 40
RURAL ROADS & URBAN ARTERIALS
URBAN STREETS
RURAL ROADS, URBAN ARTERIALS,
RESIDENTIAL & BUSINESS DISTRICTS
25 MPH OR LESS
35 / 40 MPH
25 / 30 MPH
45 / 55 MPHRURAL ROADS
60 / 65 MPHRURAL HIGHWAYS
100’ 35/64 (2)
200’ 35/64 (2)
350’ 35/64
500’ 35/64
800’ 35/64
ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE
SIGN SPACING = X (1)
(1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE
AT-GRADE INTERSECTIONS, AND DRIVEWAYS.
(2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
A Protective Vehicle is recommended regardless if a Truck
Mounted Attenuator (TMA) is available; a work vehicle may
be used. When no TMA is used, the Protective Vehicle
shall be strategically located to shield workers, with no
specific Roll-Ahead Stopping Distance.
Extend device taper (L/3) across shoulder ~ recommended.
Portable Changeable Message Sign (PCMS)
~ recommended.
Traffic Safety Drums for all tapers on high speed roadway
~ recommended.
Transverse Devices in closed lane every 1000’ 35/64
~ recommended.
Channelizing Device spacing for the downstream taper
option shall be 20’ O.C.
Use advanced notice for any overwidth loads prior to lane
closure for altenative routes if applicable ~ recommended.
For signs size refer to Manual on Uniform Traffic Control
Devices (MUTCD) and WSDOT Sign Fabrication Manual
M55-05.
Ken L. Smith 02-15-07
N
O
T
E
:
T
H
I
S
P
L
A
N
I
S
N
O
T
A
L
E
G
A
L
E
N
G
I
N
E
E
R
I
N
G
D
O
C
U
M
E
N
T
B
U
T
A
N
E
L
E
C
T
R
O
N
I
C
D
U
P
L
I
C
A
T
E
.
T
H
E
O
R
I
G
I
N
A
L
,
S
I
G
N
E
D
B
Y
T
H
E
E
N
G
I
N
E
E
R
A
N
D
A
P
P
R
O
V
E
D
F
O
R
P
U
B
L
I
C
A
T
I
O
N
,
I
S
K
E
P
T
O
N
F
I
L
E
A
T
T
H
E
W
A
S
H
I
N
G
T
O
N
S
T
A
T
E
D
E
P
A
R
T
M
E
N
T
O
F
T
R
A
N
S
-
P
O
R
T
A
T
I
O
N
.
A
C
O
P
Y
M
A
Y
B
E
O
B
T
A
I
N
E
D
U
P
O
N
R
E
Q
U
E
S
T
.
APPROVED FOR PUBLICATION
DATESTATE DESIGN ENGINEER
Washington State Department of Transportation
SHEET 1 OF 1 SHEETSHEET 1 OF 1 SHEET
RURAL ROADS & URBAN ARTERIALS
URBAN STREETS
RURAL ROADS, URBAN ARTERIALS,
RESIDENTIAL & BUSINESS DISTRICTS
25 MPH OR LESS
35 / 40 MPH
25 / 30 MPH
45 / 55 MPHRURAL ROADS
350’ 35/64
500’ 35/64
D
R
A
W
N
B
Y
:
E
L
E
N
A
B
R
U
N
S
T
E
I
N
1.
2.
3.
4.
NOTES
ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE
8040
POSTED SPEED
(MPH)
50 / 70
IN TANGENT
(FEET)
IN TAPER
(FEET)
CHANNELIZING DEVICE SPACING
35 / 45 30 60
8040
POSTED SPEED
(MPH)
50 / 70
IN TANGENT
(FEET)
IN TAPER
(FEET)
CHANNELIZING DEVICE SPACING
25 / 30 20 40
END
ROAD WORK
G20-2A
WORK
AREA
ROAD
WORK
AHEAD
W20-1
X
ROAD
WORK
AHEAD
W20-1
X
END
ROAD WORK
G20-2A
W20-1
ROAD
WORK
AHEAD
X
RIGHT LANE
TURN RIGHT
MUST R3-7R
B/W
ROAD
WORK
AHEAD
W20-1
X
END
ROAD WORK
G20-2A
SIGN SPACING = X
100’ 35/64
200’ 35/64
XX
X
X
L
L
/
2
X
R4-7
B/W
SIGN LOCATION
CHANNELIZING DEVICES
LEGEND
25 30
10
11
12
LANE WIDTH
(FEET)
125
165
180
105
115
150
35 40
POSTED SPEED (MPH)
205
225
245
270
294
320
45 50 55
540
550
600
550
605
660
450
495
500
MINIMUM TAPER LENGTH = L (FEET)
OBLITERATED MARKING
R3-2
R/W
R3-2
R/W
R3-2
R/W
ARROW PANEL
SEE N
O
T
E
1
(
T
Y
P
.
)
THRU
TRAFFIC
MERGE
LEFT
W4-7
W4-2L
~ COMPLIANCE DATE 12/23/13
STANDARD PLAN K-32.80-00
INTERSECTION
~ HALF ROAD CLOSURE
WITH LANE SHIFT
SHEET 1 OF 1 SHEET
FOR LOCAL AGENCY USE ONLY
NOT FOR USE ON STATE ROUTES
BARRICADE ~ TYPE 3 L
45
270
POSTED SPEED (MPH)
LONGITUDINAL BUFFER SPACE = B
LENGTH B (FEET)
25 30 35
120
40
1705585
B
W20-5L
LEFT LANE
CLOSED
AHEAD
END
ROAD WORK
G20-2A
5.
6.
7.
ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE
AT-GRADE INTERSECTIONS AND DRIVEWAYS.
ST A TEOFWASHI
NGT
O
N
R
EGISTEREDP
R
OFE
S
SIONAL ENGINEER
25335
THEO DORE J. TR
EPA
NI
E
R
EXPIRES AUGUST 9, 2007
NO LEFT TURN signs are to be used if traffic volumes are too high or
there is an operating signal. Close the left turn pocket if there is one on
the side street.
When turn prohibitions are implemented, two turn prohibition signs should
be used, one on the near side and, space permitting, one on on the far
side of the intersection.
If the work space extends a crosswalk, the crosswalk should be closed
(see Standard Plan K-34.20).
Flashing Warning Lights (Type A per MUTCD) should be used, as needed,
to mark barricades at night.
Steady Burning Warning Lights (Type C per MUTCD) shall be used to
mark channelizing devices at night.
For long term projects conflicting pavement markings that are no longer
applicable shall be removed or obliterated. Temporary markings
shall be used.
For signs size refer to Manual on Uniform Traffic Control Devices
(MUTCD) and WSDOT Sign Fabrication Manual M55-05.
N
O
T
E
:
T
H
I
S
P
L
A
N
I
S
N
O
T
A
L
E
G
A
L
E
N
G
I
N
E
E
R
I
N
G
D
O
C
U
M
E
N
T
B
U
T
A
N
E
L
E
C
T
R
O
N
I
C
D
U
P
L
I
C
A
T
E
.
T
H
E
O
R
I
G
I
N
A
L
,
S
I
G
N
E
D
B
Y
T
H
E
E
N
G
I
N
E
E
R
A
N
D
A
P
P
R
O
V
E
D
F
O
R
P
U
B
L
I
C
A
T
I
O
N
,
I
S
K
E
P
T
O
N
F
I
L
E
A
T
T
H
E
W
A
S
H
I
N
G
T
O
N
S
T
A
T
E
D
E
P
A
R
T
M
E
N
T
O
F
T
R
A
N
S
-
P
O
R
T
A
T
I
O
N
.
A
C
O
P
Y
M
A
Y
B
E
O
B
T
A
I
N
E
D
U
P
O
N
R
E
Q
U
E
S
T
.
02-15-07Ken L. Smith
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
Appendix E – Geotechnical Report
FOR REFERNCE ONLY
20212729.001A/SEA21R130976 Page i of iv September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
GEOTECHNICAL ENGINEERING REPORT
BURNETT AVE SOUTH AND WILLIAMS AVE SOUTH
WATER QUALITY RETOFIT PROJECT
RENTON, WASHINGTON
KLEINFELDER PROJECT # 20212729.001A
SEPTEMBER 27, 2021
Copyright 2021 Kleinfelder
All Rights Reserved
ONLY THE CLIENT OR ITS DESIGNATED REPRESENTATIVES MAY USE THIS DOCUMENT AND ONLY FOR THE SPECIFIC
PROJECT FOR WHICH THIS REPORT WAS PREPARED.
20212729.001A/SEA21R130976 Page ii of iv September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
A Report Prepared for:
Becca Ochiltree, PE
Project Manager
BHC Consultants
1601 Fifth Avenue Suite 500
Seattle, WA 98101
GEOTECHNICAL ENGINEERING REPORT
BURNETT AVE SOUTH AND WILLIAMS AVE SOUTH
WATER QUALITY RETOFIT PROJECT
RENTON, WASHINGTON
William R. Rosso, EIT
Professional
Marcus B. Byers, PE, P.Eng
Principal Geotechnical Engineer
Senior Project Manager
KLEINFELDER
14710 NE 87th Street, Suite 100
Redmond, WA 98052
p | 425.636.7900
f | 425.636.7901
September 27, 2021
Kleinfelder Project No.:20212729.001A
20212729.001A/SEA21R130976 Page iii of iv September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
TABLE OF CONTENTS
Section Page
1 INTRODUCTION AND SCOPE ....................................................................................... 1
1.1 GENERAL............................................................................................................ 1
1.2 PROJECT UNDERSTANDING ............................................................................ 1
1.3 SCOPE OF SERVICES ....................................................................................... 1
1.3.1 Task 1 – Field Investigation ...................................................................... 2
1.3.2 Task 2 – Laboratory Testing ..................................................................... 3
1.3.3 Task 3 – Geotechnical Analyses and Report ............................................ 3
2 SITE CONDITIONS ......................................................................................................... 4
2.1 SURFACE CONDITIONS .................................................................................... 4
2.2 GEOLOGIC SETTING ......................................................................................... 4
2.3 EXISTING GEOTECHNICAL DATA ..................................................................... 5
2.4 SUBSURFACE CONDITIONS ............................................................................. 6
2.4.1 Soils ......................................................................................................... 6
2.4.2 Pavements ............................................................................................... 8
2.4.3 Groundwater ............................................................................................ 8
3 GEOLOGIC HAZARDS ................................................................................................... 9
4 GEOTECHNICAL CONCLUSIONS AND RECOMMENDATIONS ................................ 10
4.1 GENERAL.......................................................................................................... 10
4.2 EXCAVATIONS ................................................................................................. 11
4.2.1 General .................................................................................................. 11
4.2.2 Excavation Conditions and Obstructions ................................................ 12
4.2.3 Settlement Monitoring............................................................................. 12
4.2.4 Temporary Slopes .................................................................................. 12
4.2.5 Temporary Shoring ................................................................................. 13
4.3 DEMOLITION .................................................................................................... 15
4.4 PAVEMENTS ..................................................................................................... 16
4.5 EARTHWORK ................................................................................................... 17
4.5.1 Trench and Manhole Subgrades ............................................................ 17
4.5.2 Weather Considerations ......................................................................... 18
4.5.3 Structural Fill Materials ........................................................................... 19
4.5.4 Structural Fill Placement and Compaction .............................................. 20
4.5.5 Construction Dewatering ........................................................................ 20
4.6 ENVIRONMENTAL FIELD SCREENING ........................................................... 21
5 LIMITATIONS ............................................................................................................... 22
6 REFERENCES .............................................................................................................. 24
20212729.001A/SEA21R130976 Page iv of iv September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
FIGURES
1 Site Vicinity Map
2 Site and Exploration Plan
APPENDICES
A Boring Logs
B Geotechnical Laboratory Testing
C Boring Logs for Prior Studies
20212729.001A/SEA21R130976 Page 1 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
1 INTRODUCTION AND SCOPE
___________________________________________________________________________________
1.1 GENERAL
This report presents the results of Kleinfelder’s geotechnical engineering study and limited
environmental field screening for the proposed water quality retrofit project planned by the City of
Renton. The proposed retrofit project is in the Williams Sub-Basin, which includes areas along
Burnett Avenue South and Williams Avenue South between the Cedar River and South 2nd Street,
including South Tillicum Street and South Tobin Street. Figure 1, Site Vicinity Map, and Figure 2,
Site Exploration Plan, show the project location and the approximate Williams Sub-Basin
boundary.
1.2 PROJECT UNDERSTANDING
We based our project understanding on discussions with Becca Ochiltree of BHC Consultants
(BHC) and Amanda Pierce of the City of Renton (the City), as well as 30% drawings dated
September 15, 2021. We understand that replacement, rehabilitation, and/or upsizing of the
stormwater utilities is being considered to improve outflow water quality and increase system
capacity. The City plans to upgrade the existing stormwater infrastructure and retrofit water quality
treatment facilities within the Burnett and Williams sub-basin.
Based on a review of the City of Renton’s Maps and GIS Data, existing storm water system depths
are generally between about 2 to 5 feet below the existing ground surface. The 30% drawings
indicate that the upsized storm water lines in Burnett Avenue South will have invert depths of
about 4 feet below the ground surface, while the line in South Tobin Street will vary from about 7
to 9 feet deep, and the line in Williams Avenue South will gradually increase from about 5 feet at
the south end of the alignment to 12 feet at the north end of the alignment where it ties into the
outfall.
1.3 SCOPE OF SERVICES
The scope of our geotechnical study consisted of a site reconnaissance and subsurface
exploration, limited environmental screening, geotechnical engineering analysis, laboratory
testing, and this report. Complete studies to assess regional groundwater behavior and
20212729.001A/SEA21R130976 Page 2 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
environmental hazards that may affect the soil and/or groundwater at the site were beyond our
scope of services. The following sections present describe our services performed.
1.3.1 Task 1 – Field Investigation
On September 2, 2020, Kleinfelder performed a preliminary site walk and surficial reconnaissance
to observe the conditions of the project area and evaluate access for exploration equipment.
During the site walk we observed that both Burnett and Williams Avenue are both two lane, one-
way streets with on-street parking on the east and west sides of each road. Based on this site
walk and discussions with BHC, we decided to advance the boring closest to the outfall in the
roadway at the northwest corner of South Tillicum and Williams Avenue, rather than in landscape
area, concluded that all planned borings could be readily accessed with a track-mounted drill rig.
Due to the presence of a 104-inch diameter King County sanitary sewer and numerous other
underground and overhead utilities, borings were not conducted in Burnett Ave South.
Prior to drilling, we notified the One-Call Utility locate services as required by the state of
Washington so that the member utility companies could mark their facilities. We were notified that
Puget Sound Energy (PSE) has a high-pressure gas line in the vicinity of our borings and that an
on-site meeting would be required prior to drilling in order to allow PSE to approve our proposed
locations. A Kleinfelder representative met on site with representatives from both PSE and the
City, who verified that the proposed boring locations would be a sufficient distance from the
marked utilities.
BHC and the City of Renton coordinated review of our boring locations and plan by the
Washington State Department of Ecology (WADOE). Prior to beginning drilling the boring
locations were scanned by a private utility locator for conductible utilities and non-conductible
underground structures using ground penetrating radar. During these sweeps, a small unmarked
or possibly abandoned underground structure was found on South Tobin Street, but was not close
enough to impact our borings.
We completed the drilling program on February 4, 2021. Borings were advanced by our
subcontracted driller, Holocene Drilling, using a Diedrich D-50 rubberized track rig. Three
hollow-stem auger (HSA) borings were advanced to a depth of 20 feet below the existing ground
surface (bgs) and one to a depth of 30 feet bgs (the boring nearest the Cedar River outfall). Soil
sampling consisted of standard penetration test (SPT) samples collected at 2½-foot intervals in
the first 10 feet and 5-foot intervals thereafter. At boring KB-1, near the outfall, the first 7½ feet
20212729.001A/SEA21R130976 Page 3 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
was cleared using a truck-mounted vacuum and air knife due to the proximity of the high-pressure
gas line. During drilling the soil samples were field screened for organic vapors using a field
calibrated photoionization detector (PID). Samples collected during drilling were stored in plastic
bags and delivered to Kleinfelder’s laboratory for testing. Appendix A presents the summary
boring logs, which provide additional information on the soils encountered and the PID readings.
Borings were backfilled with bentonite chips to approximately 4 feet below the top of the existing
asphalt road surface. The asphalt surface at each location was then repaired by the driller by
filling the remaining 4 feet with concrete, which was mixed with black dye near the surface and
troweled to be flush with the roadway. Soil cuttings generated by the borings were placed into
drums. Since we did not observe visible indication of contamination or elevated PID readings the
drummed cuttings were deemed “clean” and hauled off-site.
1.3.2 Task 2 – Laboratory Testing
Laboratory testing was conducted on selected representative samples obtained from the borings
to help characterize the site soils and relevant engineering and index properties. Laboratory
testing included natural moisture content, grain-size distribution, and Atterberg limits. Tests were
conducted in general accordance with appropriate American Society for Testing and Materials
(ASTM) Standards and results can be found in Appendix B.
1.3.3 Task 3 – Geotechnical Analyses and Report
We prepared this report based on the results of our field and laboratory programs, and the planned
improvements.
20212729.001A/SEA21R130976 Page 4 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
2 SITE CONDITIONS
___________________________________________________________________________________
2.1 SURFACE CONDITIONS
The proposed improvements are located near the downtown Renton area, approximately
bounded by the Cedar River to the north, South Second Street to the south, Burnett Place South
to the west, and Williams Avenue South to the east, as shown on the Vicinity Map, Figure 1. The
existing infrastructure along these streets primarily consists of single-family residences, a limited
number of single-story commercial buildings, and two multistory apartment complexes.
Topography in the area is generally flat and elevations in the vicinity of the improvements range
from about Elevation 36 to 40 feet above mean sea level (WGS84), except for the banks of the
Cedar River, which slope down to the river at about Elevation 25 feet. During our site visits we
observed that the banks of the Cedar River appear to have been lined with rip rap rock and
geotextile fabric. The existing outfall is located on the south bank of the Cedar River, to the west
of the Williams Avenue Bridge. We were unable to be observe the outfall during our site walks
due to it being obscured by the rip rap and vegetation.
2.2 GEOLOGIC SETTING
The project area is located in the central portion of the Puget Lowlands, an elongated, north-south
depression situated between the Olympic Mountains and the Cascade Range. Repeated glacial
advances (glacial events) into this region strongly influenced present-day topography, geology,
and groundwater conditions in the project area. Puget Lowlands consist of a variety of soils from
glacially overridden lacustrine deposits to outwash and glacial drift deposits. Fine grained and
course grained alluvium and flood plain deposits, volcanic mudflows, and landslide materials are
all present in the general project vicinity.
Based on the Washington Department of Natural Resources Interactive Geologic Map (1:250,000
scale), surficial soils at the site are anticipated to consist of fill. Fill may consist of well compacted
material free of organics (engineered fills) or poorly compacted materials containing organics,
timbers, debris, and other unknown objects (undocumented fills). The anticipated thickness of the
fill layer varies but may be on the order of 10 feet where present. Mapping at the 1:500,000 scale
indicates that the project area is underlain by a variety of native soils ranging from alluvium to
20212729.001A/SEA21R130976 Page 5 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
till-like glacial drifts. The alluvium materials, interbedded silty sands and sandy silts with organic
silts and peat, likely range from 50 to 80 feet thick. Below this, soils are anticipated to transition
into glacial drift deposits, which consist of till-like dense sandy gravel and gravelly sand, with
cobbles and boulders strewn within.
The geology for portions of the site is impacted by the diversion of the Cedar River in 1912. In
1911 there was a major flood along the lower Cedar River that prompted the city of Renton to
divert the river directly into Lake Washington, which created the current channel location. Our Site
and Exploration Plan, Figure 2, depicts the approximate former channel the Cedar River, which
underlies the northeast portion of the project area. The borings were advanced within the old
Cedar River channel and boring KB-1, located near the outfall, encountered buried timber starting
at approximately 25 feet bgs.
Based on a review of available data for the downtown Renton area, groundwater ranges from as
shallow as 4 feet bgs to as deep as 20 feet bgs. The depth to groundwater is expected to vary
with seasonal changes in rainfall and surface runoff, impacts of local development, and the level
of the Cedar River.
2.3 EXISTING GEOTECHNICAL DATA
Between September of 2017 and March of 2020 Kleinfelder performed a variety of tasks as the
environmental and geotechnical engineering consultant for the City of Renton’s Downtown Utility
Improvement Plan (DUIP). These tasks included a review four prior geotechnical reports authored
by others for developments within the downtown Renton area; a desktop study the of existing
geologic information; three phases of field explorations to evaluate soil and groundwater
conditions within the project area; a Phase I environmental desktop study; and a Phase II
environmental field exploration to further evaluate potentially impacted soils within the project
area. Two prior Kleinfelder borings for the DUIP study, KB-04 and MW-5, are located at the
southeast and southwest corners of the Williams sub-basin and are referenced for this report.
Our report for the DUIP, and the other prior development reports, describe similar soil units and
conditions to those encountered in our borings for this project. These reports generally describe
about 10 feet of fill comprised of soft silts and loose sands, but the fill depths ranged from as
shallow as 3 feet and to as deep as 20 feet below the existing ground surface. Below the fill,
borings encountered alluvium, which included loose to medium dense silty sands, gravels, and
possible cobbles and boulders. The alluvium deposits generally became dense at around 20 to
20212729.001A/SEA21R130976 Page 6 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
30 feet bgs and extended to the boring termination depths of up to 50 feet bgs. Some borings
within the vicinity of Rainier Avenue South and South Second Street also encountered sandstone
or siltstone bedrock at approximately 20 to 30 feet bgs.
Groundwater monitoring wells installed along South 2nd Street and South 3rd Street monitored
from April 2019 through January 2020 indicated groundwater levels between about 10 and 13
feet below the existing ground surface. Groundwater levels were generally slightly shallower,
about 7 feet bgs, near Rainier Avenue South and deepened to about 15 feet closer to the Cedar
River. In MW-5, located at the southwest corner of the Burnett and Williams project boundary,
observed groundwater levels ranged from about 14 to 17 feet bgs.
Reported pavement sections varied from asphalt with an aggregate base course to asphalt over
concrete with an aggregate base course, and in a few borings brick pavement was encountered
beneath the asphalt or aggregate base course. Asphalt thicknesses were generally about 4 to 6
inches, but ranged from 2½ to 12 inches. Concrete thicknesses were generally about 4 to 8
inches. Pavement sections with brick were only encountered along South 3rd Street.
The prior reports noted the presence of potentially caving soils and shallow groundwater seepage,
as well as the presence of potentially liquefiable soils below the water table. One report noted that
an existing building located southeast of the Burnett and Williams project boundary experienced
severe post-construction settlement and cautions to avoid strong ground vibrations during
construction and demolition. This report also recommended settlement monitoring be performed
on the nearby existing building during construction and that an existing-condition and
post-construction survey be performed. These recommendations are important to consider for the
Burnett and Williams Water Quality Upgrades project, and emphasize the importance of
considering an existing-condition survey prior to construction and performing settlement
monitoring, depending on the nature and location of planned construction activities relative to
existing infrastructure.
2.4 SUBSURFACE CONDITIONS
2.4.1 Soils
Based on our review of existing geotechnical data and the conditions encountered in our borings,
soils along the alignment are somewhat variable. Historical events such as the diversion of the
Cedar River, lowering the level of Lake Washington, and land modification associated with
20212729.001A/SEA21R130976 Page 7 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
development have had a significant impact on this site’s topography and surface geology. We
have characterized soils encountered in the borings in generalized units for the purpose of
discussion, which are described below in the order encountered. The summary boring logs in
Appendix A and Appendix C present more detail relative to the subsurface conditions observed
at specific locations.
• Fill: Fill was encountered just below the pavement sections and generally ranged from
about 7½ to 15 feet thick. Borings KB-1 through KB-3, located in Williams Avenue South
and South Tobin Street, encountered a mix of silts and sands with varying amounts gravel,
likely placed to fill the historical Cedar River channel. Borings KB-4, in the alley south of
Williams Avenue South, encountered gravel with varying amounts of silt and sand, likely
placed more recently as backfill for the below grade portion of the nearby apartments.
Moisture contents ranged from about 4 to 7 percent within the gravel fill soils and from
about 8 to 33 percent in the silty fill soils. SPT N-Values within the silty fill soils generally
ranged from 2 to 4 blows per foot, which correlates to a consistency of loose to medium
stiff. SPT N-Values within the granular fill soils found in KB-4 ranged from 7 blows per foot
near the surface to 38 blows per foot above the alluvium, which correlates to a loose to
dense consistency.
• Alluvium: These soils were encountered below the fill in each of our borings and extended
to their termination depths. They were comprised of a mix of fine to coarse sands and
gravels with varying silt contents. Moisture contents ranged from about 5 to 28 percent but
were generally about 6 to 10 percent. SPT N-Values within the alluvium were between 11
to 36 blows per foot, which correlates to medium dense to dense sands and gravels. The
granular soils in this unit are considered water bearing. The higher moisture contents
observed in some samples from KB-1 are likely reflective of some of the organic deposits
mixed in with the alluvium as described below.
• Buried Timber/Logs: Boring KB-1 encountered pieces of buried wood (interpreted as
timber or logs) at depths of approximately 25 and 30 feet bgs. KB-1 is located within the
former Cedar River channel and this material is likely associated with deposits from before
the river was diverted. Our review of prior reports noted similar materials at depths
between 20 to 30 feet bgs in other borings, and the area is known for potential buried logs.
If the planned project changes such that deeper utilities or an outfall are included, or
temporary shoring is planned to penetrate below 20 feet, construction means and methods
should account for potential obstructions due to timber and logs. In addition, if utilities or
20212729.001A/SEA21R130976 Page 8 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
structures need to be founded below about 15 feet bgs, Kleinfelder should be contacted
to discuss options to mitigate potential settlement associated with the organic material.
2.4.2 Pavements
Borings in the roadways encountered asphaltic concrete pavement sections approximately 3 to 4
inches thick with approximately 4 to 6 inches of base course. At boring KB-4, located in the
alleyway between Burnett Ave and Williams Ave, the asphalt pavement was approximately
2 inches thick with approximately 6 inches of base course comprised of what appeared to be
recycled concrete.
2.4.3 Groundwater
Groundwater levels observed during drilling were generally about 15 feet bgs. Groundwater
monitoring was performed at MW-5, installed previously as part of the DUIP project,
approximately once a month from April 2019 through January 2020. Groundwater levels within
this monitoring well ranged from about 14.3 feet bgs in January of 2020 to 17.8 feet bgs in August
of 2019. Perched groundwater conditions may develop seasonally, particularly overlying
fine-grained soils or in sand seams and may be encountered at shallower depths than those
encountered in our borings.
The groundwater conditions reported above are for the specific dates and locations indicated and,
therefore, may not necessarily be indicative of other times and/or locations. It is anticipated that
ground water conditions will vary depending on the season, rate and duration of recent
precipitation, local subsurface conditions, the level of the Cedar River, and other factors. A
detailed investigation of regional groundwater conditions was outside the scope of our study.
20212729.001A/SEA21R130976 Page 9 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
3 GEOLOGIC HAZARDS
___________________________________________________________________________________
The site is located in moderate to high liquefaction susceptibility hazard area per King County
Flood Control District Map 11-5 Liquefaction Susceptibility. Soil liquefaction is a condition where
saturated, granular soils undergo a substantial loss of strength due to pore pressure increase
from cyclic stress induced by earthquakes. In the process, the soil may undergo horizontal
displacements (lateral spreading) and vertical settlement. Utility damage caused by liquefaction
and lateral spreading include, but is not limited to, pulled / broken connections, pipe breakage,
loss of gravity flow due to vertical displacement, and uplift or floatation, particularly in manhole
structures that extend below the groundwater table.
Areas along the project alignment are relatively flat and are generally not considered susceptible
to landslide or seismically induced slope failures.
20212729.001A/SEA21R130976 Page 10 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
4 GEOTECHNICAL CONCLUSIONS AND RECOMMENDATIONS
___________________________________________________________________________________
4.1 GENERAL
General conclusions and recommendations developed based on the results of our exploration
and analysis are summarized below and detailed in the following sections.
• The contractor will be responsible for selecting appropriate means and methods to
accomplish the utility installation. It is important that means and methods consider many
factors, including but not limited to, the factors discussed in this report, and summarized
below:
o Variable soil conditions including soft fine-grained soils, loose granular soils, dense
granular soils, and buried timber; and,
o The need to dewater or control groundwater for deeper utilities while also limiting
groundwater drawdown and preventing settlement of existing utilities and
structures.
• Excavations for utility installation will be made adjacent to existing utilities, structures or
pavements that are to remain and require protection. Site soils, particularly the weaker
(soft/loose) soils, and soils below the groundwater table, are highly susceptible to
sloughing, raveling, and flowing. Positive support of soils in the trench walls will be
required in many areas in order to limit disturbance beyond the trench.
• Excavations located away from existing utilities, structures or pavements that will remain
in place can be sloped when made above the ground water table, but this will require a
larger excavation volume and increased pavement restoration areas, and may not
accommodate traffic lanes that must remain open.
• Excessive vibrations may cause ground settlement, and corresponding settlement and
damage to nearby utilities and buildings if proper precautions are not taken. Use of
vibratory methods to install shoring should be evaluated carefully and appropriate
pre-condition surveys, vibration monitoring, and settlement monitoring should be
performed.
20212729.001A/SEA21R130976 Page 11 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
• The contractor will need to carefully evaluate shoring means and methods for
accomplishing the work. We anticipate that a combination of structural and non-structural
shoring methods may be required. Structural shoring, as defined in Section 2-09.3(3) D of
the WSDOT Standard Specifications, is a shoring system that is installed prior to
excavation and provides lateral support of soils to limit lateral movement. Non-structural
shoring, which is installed after excavation, may provide worker protection, but typically
allows some soil movement and does not provide the same level of protection for existing
infrastructure.
• We recommend settlement monitoring points and a pre-construction survey of buildings
be discussed with the project team as it may be appropriate to establish them along the
existing utilities and structures. A suggested rule of thumb would be to monitor and survey
buildings where the distance from the edge of the excavation to the building is less than
the depth of the excavation.
• We understand current WSDOT/APWA Standard Specifications will be used for this
project along with City of Renton Standard Details.
4.2 EXCAVATIONS
4.2.1 General
Given the anticipated depth of the utilities and treatment facilities (about 5 to 12 feet bgs) we
anticipate that shoring requirements for this project will likely be non-structural as defined in
Section 2-09.3(3) D of the WSDOT Standard Specifications and that sumps and pumps will be
sufficient to deal with nuisance groundwater seepage into excavations. If excavations extend
beyond about 15 feet below the existing ground surface the contractor will need to carefully
evaluate the combination of shoring (structural vs non-structural) and dewatering methods for
accomplishing the work. Considerations should focus on, but not be limited to, worker safety and
protection of the existing buildings and utilities. Structural shoring provides support prior to
excavation to limit lateral movement and can include a variety of methods, some of which are
discussed in in Section 4.2.5.1. Non-structural shoring could include trench boxes or other
systems, which are installed after the excavation is completed. These systems may provide
worker protection, but typically allow soil movement, do not provide the same level of protection
for existing infrastructure, and will be difficult to install in soils that do not stand unsupported.
Some of these methods are discussed in Section 4.2.5.2.
20212729.001A/SEA21R130976 Page 12 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
4.2.2 Excavation Conditions and Obstructions
We anticipate that excavation of the on-site fill and alluvial deposits can be performed with
conventional earthmoving equipment. Buried logs or timber, construction debris, concrete slabs
or utilidors may be encountered during excavation activities. While not anticipated, if old piles or
abandoned concrete utility ducts are encountered, they should be cut off at least 3 feet below
trench subgrade level. The contractor should anticipate the excavation, removal, and replacement
of these materials with compacted structural fill as recommended in Sections 4.5.3 and 4.5.4. Due
to the numerous utilities existing on site, potholing should be performed to identify existing utility
locations prior to beginning excavations. Hand excavation and/or use of a vacuum truck may be
advantageous when excavating around some utilities.
4.2.3 Settlement Monitoring
While not currently anticipated, if excavations for utilities will be performed close to existing
buildings or groundwater draw down due to construction dewatering will exceed about 5 feet,
consideration should be given to settlement monitoring. As a general rule of thumb, if utility
excavations will be within a horizontal distance from a structure equal to or less than the depth of
the excavation, consideration should be given to monitoring the structure. Kleinfelder should be
contacted to review conditions on a case-by-base basis as the project plans are developed.
4.2.4 Temporary Slopes
All excavations and slopes must comply with applicable local, state, and federal safety regulations
including the current OSHA Excavation and Trench Safety Standards and WISHA Safety
Standards for Construction Work. Construction site safety is the sole responsibility of the
Contractor, who shall also be solely responsible for the means, methods, and sequencing of
construction operations.
Most of the on-site soils should be considered as Type C soils, which should be inclined no
steeper than 1½H:1V. However, some of the site soils are soft / loose and may require even flatter
sloping to be stable and safe. The above recommendations are for excavations made above the
groundwater table. Excavations made below the groundwater table should be shored. Due to
proximity to utilities and the need to maintain some traffic lanes in roadways, sloping of
excavations may be impractical.
20212729.001A/SEA21R130976 Page 13 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
Temporary slopes should be protected from the elements by covering with plastic sheeting or
similar means. Sheeting sections should overlap by at least 12 inches and be tightly secured with
sandbags, tires, staking, or other means to prevent wind from exposing the soils under the
sheeting. Heavy equipment, building materials, excavated soil, and vehicular traffic should not be
allowed near the top of any sloped temporary excavation.
4.2.5 Temporary Shoring
Where the stability of adjoining buildings, walls, utilities, or other structures is endangered by
excavation operations, support systems such as shoring, bracing, or underpinning may be
required to provide structural stability and to protect personnel working within the excavation. If
earth retention, structural-shoring, bracing, or underpinning are used for the project they should
be designed by a professional engineer registered in the State of Washington.
Temporary shoring should be utilized where sloping excavations is not practical. Excavations that
are adjacent to existing utilities, structures or pavements that are to remain should be shored to
prevent ground loss or movement and potential damage to the existing utilities or structures.
4.2.5.1 Structural Shoring
Structural shoring includes systems that are installed and provide soil support prior to excavation
per Section 2-09.3(3) D of the WSDOT Standard Specifications. Some examples of structural
shoring systems include driven cantilever sheet piles; sheet piles with tiebacks, wale rings or
struts; cantilever soldier piles with lagging and soldier piles with lagging and tiebacks. Structural
shoring may be required due to the proximity of existing utilities or structures, due to weak soils
that cave or slough rapidly, to limit areas of disturbance, or other factors.
Based on the currently proposed improvements and relatively limited depths, structural shoring
may only be required at the deeper structures, if at all; selection of the shoring system is ultimately
a contractor means and methods decision. The following sections present a short discussion of
two potential structural shoring options and are not intended to limit the contractor’s available
means and methods for structural shoring.
20212729.001A/SEA21R130976 Page 14 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
Sheet Piles
Due to potential for vibration induced settlement, construction of a sheet pile shoring system using
impact and conventional vibratory hammers are not recommended. However, sheet piles installed
using a variable eccentric moment hammer could be considered. A vibratory hammer with a
variable eccentric moment can be started and stopped with much lower vibration levels than with
conventional hammers, which can allow sheet piles to be installed near settlement sensitive
structures such as buildings and nearby utilities.
The sheet pile shoring system could be either cantilever or braced depending on the required
excavation height and groundwater levels.
One potential issue with a sheet pile shoring system would be the relatively deep embedment
required to cut off groundwater flow to meet base heave stability requirements. Dense gravels
encountered at depth may also prevent sheets from being driven to the design tip elevation or
cause them to be driven out of interlock thereby allowing seepage and soil movement into the
excavation. Sheet pile embedment requirements for groundwater cutoff could be reduced by
installing a jet grout cut-off barrier below the minimum required tip for structural considerations or
by using a dewatering / depressurization system.
Soldier Piles and Lagging
Soldier piles can be installed in conventional drilled holes, but temporary casing and use of a
slurry and/or water surcharge to control bottom heave should be anticipated for installation
especially below the groundwater table. For solider piles that are vibrated into place without a
drilled hole, vibrations should be controlled in a similar manner as discussed above by use of a
variable eccentric moment hammer.
Timber or steel sheets can be used for lagging, but the system should not be considered
watertight and there will be significant risk of running / flowing sands entering the excavation
unless dewatering is performed prior to excavation. Grouting or other ground improvement
methods could be utilized prior to excavation to control groundwater flows and improve soil
stability. Base heave stability requirements discussed above may also be a controlling factor in
design of soldier pile shoring.
20212729.001A/SEA21R130976 Page 15 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
4.2.5.2 Non-Structural Shoring
Non-structural shoring includes systems that don’t meet the definition of structural shoring and
can be divided into two general categories: shielding and shoring/bracing. Examples of shielding
include trench boxes and sliding trench shields. Shields are intended primarily to protect workers
from cave-ins and do not provide “positive” support of trench sidewalls. As a result, a significant
amount of sloughing can occur outside of the trench box, resulting in increased surface
disturbance.
Examples of shoring/bracing include jacked or braced shores, and soldier pile, sheet pile, or
similar shoring walls installed in front of a pre-excavated slope. Jacked or braced shores can
utilize wood or aluminum sheeting and be supported with hydraulic, pneumatic, or screw jacks
inserted against the sheeting and expanded to provide “positive” support of trench sidewalls.
4.3 DEMOLITION
Demolition will include removal of existing asphalt pavement, potentially concrete sidewalks,
curbs, and aboveground or underground utilities. During demolition activities, all excavations for
demolished utility vaults, utility lines, or other purposes should be backfilled with compacted
structural fill, as recommended herein.
Existing pavement sections will need to be removed at the start of the planned utility excavations.
While these sections were not encountered in borings for this study, the contractor should be
prepared to remove a variety of pavement materials including layers / combinations of Hot Mix
Asphalt pavement, Portland Cement Concrete pavement, and brick. Pavement sections we
encountered generally consisted of 2 to 4 inches of asphalt concrete over aggregate base. Other
borings for prior studies in the downtown Renton area encountered asphalt overlying concrete
sections up to 8 inches thick and asphalt overlying brick pavement.
Neat saw cuts should be required for the margins of all areas of pavement removal, and the extent
of pavement removal should account for the planned construction activity, as well as the location
of saw cut joints with respect to traffic lanes and wheel paths as outlined in City Standards. The
allowed locations for pavement joints may be revised if a mill and overlay will be used to reduce
cold joints and avoid locating surface joints in wheel paths.
20212729.001A/SEA21R130976 Page 16 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
Excavations should be supported such that sloughing or undermining of soils supporting
pavements or other infrastructure to remain does not occur. If undermining, settlement, or other
loss of support occurs it will be necessary to remove additional pavement. This should be done
at no cost to the City and with revised saw cut joints in locations determined by a representative
of the City.
During the course of our field exploration we encountered a number of utilities in the vicinity of
our borings, some of which were not marked by our public located request but were instead
identified by our private locating subcontractor and may be abandoned. Prior reports also
identified unmarked utilities encountered in potholes at 3 to 4 feet bgs, which included a white
3-inch diameter PVC pipe and a rectangular concrete corridor (potential utility duct) on South 2nd
Street. Utilities that are to be replaced and are within the excavation area should be removed from
the excavation area prior to the installation of new utilities.
If required, utility duct demolition and cut off should be accomplished in a manner that prevents
damage to the remaining structures and the ends should be sealed with concrete to prevent soil
and water from entering the duct. If the duct must be breached to accommodate installation of
other utilities, the breach should be sealed with a concrete mass poured into the duct or reinforced
concrete slabs/walls. Concrete seals should be designed for a vertical earth pressure equivalent
to that generated by a fluid with a unit weight of 125 pounds per cubic foot (pcf) and a lateral earth
pressure of 65 pcf. Alternatively, ducts could be backfilled with Controlled Density Fill (CDF) also
known as Controlled Low Strength Material (CLSM) provided the contractor is able to deliver the
material in a manner that completely fills voids in the duct. CDF should conform to the
requirements of Section 2-09.3(1)E Backfilling of the WSDOT Standard Specifications.
4.4 PAVEMENTS
4.4.1 Pavement Repairs / Restoration
We understand the City has determined that pavements impacted by utility work will be repaired
in accordance with the City of Renton 2018 Trench Restoration and Street Overlay Requirements.
In our opinion these are appropriate requirements for the project. Saw cuts and/or grinding should
extend a minimum of 1 foot beyond the trench edges and overlays in grinding areas should be a
minimum of 2 inches thick. Other factors such as patch orientation, minimum patch widths, and
proximity to travel lanes must also be accounted for in determining final repair extents in
accordance with City requirements.
20212729.001A/SEA21R130976 Page 17 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
In addition to accounting for the edges of trenches, final patching requirements should encompass
and extend 1 foot beyond any additional areas affected by soil movement, settlement, or
pavement damage. Additional pavement repairs that are required due to soil movement should
be performed at no cost to the City. At the discretion of the engineer, a full lane-width or full
street-width overlay may be required.
We do not recommend performing a grind and overlay in areas where the existing asphalt is less
than 4 inches thick as it becomes difficult to avoid damaging the remaining pavement with
construction traffic and variations in grade and pavement thickness can inadvertently result in the
milling process damaging or completely removing the pavement section.
4.4.2 New Pavement Sections
We understand City of Renton standard sections will be used. Based on our review of the provided
standard pavement details, the planned replacement section is a minimum of 6 inches of ½” PG
64-22 Hot Mix Asphalt overlying a minimum of 6 inches of crushed surfacing. This seems
reasonable relative to the thicknesses of the existing pavement sections, which generally appear
to be performing adequately. Given the variability of the existing pavement section thicknesses
and materials, using a standard section for replacement in areas to be removed is recommended
over requiring the contractor to match the existing sections encountered as construction
progresses.
4.4.3 Pavement and Aggregate Materials and Workmanship
Hot Mix Asphalt should conform to requirements of Section 5-04 of the WSDOT Standard
Specifications. Aggregate base should conform to Section 9-03.9(3) Crushed Surfacing of the
WSDOT Standard Specifications and be compacted to at least 95 percent of the Modified Proctor
maximum dry density as determined by ASTM D1557 / AASHTO T180.
4.5 EARTHWORK
4.5.1 Trench and Manhole Subgrades
Excavation for trenches and manholes should be done in a manner to minimize disturbance of
subgrade soils that will remain in place. Where subgrade soils for manholes consist of
20212729.001A/SEA21R130976 Page 18 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
predominantly granular material, it may be appropriate to compact soils with a plate compactor,
jumping jack, or tamping of the excavator bucket to firm up subgrades. Disturbance of soils with
high fines contents may require over-excavation and replacement with material conforming to
Section 9-03.9(3) Crushed Surfacing of the WSDOT Standards, or other approved material.
Utility trenches, particularly in areas below the static water table, may encounter soft subgrades.
In many areas pipe bedding will be adequate to stabilize subgrade. Where excessively soft trench
subgrade soils are encountered, a geotextile fabric conforming to the requirements of Section
9-33.2(1) Construction Geotextile for Soil Stabilization of the WSDOT Standard should be placed
over the subgrade and a 1-foot thick layer 2-4 inch quarry spalls or material conforming to Section
9-03.9(3) Crushed Surfacing of the WSDOT Standards should be placed over the geotextile. In
areas with very soft and weak subgrades it may be appropriate to mix the contents of a bulk sack
of dry cement into the subgrade and allow it to begin to cure before placing geotextile fabric and
rock.
Edges of the fabric should overlap a minimum of 18 inches and the fabric should be placed flat
over the subgrade with no excessive wrinkles or folds. The contractor should be prepared to utilize
geotextile fabric at the direction of the geotechnical engineer. We recommend the contract
documents include unit prices for furnishing and installation of geotextile stabilization fabric.
4.5.2 Weather Considerations
During wet weather and in areas where the exposed subgrade may consist of moisture-sensitive
soils (soils containing approximately more than 10 percent fines based on the fraction passing
the ¾-inch sieve), the contractor should take measures to protect subgrade excavations once the
geotechnical engineer has approved them. These measures could include, but are not limited to,
placing a layer of crushed surfacing over the subgrade and/or keeping construction traffic off the
subgrade. If additional over-excavation and material replacement is required because the
subgrade was not protected, the cost of such additional work should be borne by the contractor.
After a rainfall, construction equipment travel on the exposed site subgrade should be minimized
until the soils have been allowed to dry sufficiently. Otherwise, traffic activity on the wetted
subgrade will degrade the exposed materials and result in additional excavation of the disturbed
materials.
20212729.001A/SEA21R130976 Page 19 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
4.5.3 Structural Fill Materials
All fill placed below pavements, sidewalks, or structures such as catch basins should be
considered structural fill. The on-site fill and native soils that will be excavated from utility trenches
will generally be unsuitable for re-use as structural fill because they contain a high fines content
and will be over their optimum water content and not readily compactable. In addition, the project
site may not have room for temporary stockpiling of trench materials near the work areas.
Therefore, we recommend the contract documents include a provision for import of structural fill
and export of unsuitable soils with unit pricing. The suitability of on-site soils for re-use can be
evaluated on a case-by-case basis during utility installation by a representative of Kleinfelder, if
desired. Structural fill materials and bedding should conform to WSDOT/APWA standards, as well
as City of Renton details.
Pipe zone backfill placed within 6 inches of pipes should conform to the requirements of Section
9-03.12(3) Gravel Backfill for Pipe Zone Bedding of the WSDOT Standards, or manufacturer
requirements. Imported structural fill should consist of material conforming to the requirements of
Section 9-03.14(1) Gravel Borrow of the WSDOT Standards. Material placed within the pavement
section should conform to the corresponding pavement section requirements. Materials should
be imported to the site and protected or maintained so that they are not more than 3 percent over
their optimum moisture content at the time of placement and compaction.
The contractor should provide submittals as required by the contract documents. Once approved
for use, the contractor should submit samples of import materials to the geotechnical engineer for
evaluation and testing prior to use. The samples should be submitted at least 4 days prior to their
use and sufficiently in advance of the work to allow the contractor to identify alternative sources
if the material proves unsatisfactory.
In some instances where multiple utilities cross in a small area and backfill cannot be readily
worked and compacted around the utilities, it may be advantageous to backfill with CDF. CDF
should conform to the requirements of Section 2-09.3(1)E Backfilling of the WSDOT Standard
Specifications and we recommend the contract documents include a unit price for CDF backfill.
Use of CDF should only be approved on a case-by-case basis by the engineer.
20212729.001A/SEA21R130976 Page 20 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
4.5.4 Structural Fill Placement and Compaction
We understand that the WSDOT/APWA Standard Specifications will be used for this project. We
recommend that laboratory compaction testing be performed based on the modified Proctor test
method (ASTM D1557 / AASHTO T180) as opposed to the standard Proctor test method (ASTM
D698 / AASHTO T99). The higher compaction standard of the modified Proctor is appropriate
considering that extensive trenching will be performed through existing road sections and
pavements that will not be totally reconstructed. Using the higher density standard will reduce the
potential for differential settlement.
Prior to placement and compaction, structural fill should be moisture conditioned to within
3 percent of the optimum moisture content. Fill should be placed in loose lifts with a maximum
thickness of 8 inches and should be compacted to the following minimum relative compaction
based on the modified Proctor test method (ASTM D1557):
• Catch Basin/Structure/Manhole Foundations: 95 Percent
• Pavement/Sidewalk Subgrades: 95 Percent
• Trench Backfill: 95 Percent
• Pipe Zone Bedding: 90 Percent (within 6 inches of pipe)
In addition to meeting the above density requirements, all fill should be firm and unyielding when
loaded. We recommend all structural fill compaction be observed and tested by a representative
of the geotechnical engineer.
4.5.5 Construction Dewatering
Based on the anticipated pipeline and treatment facility depths, dewatering is not anticipated with
the exception of the potential outfall replacement, if included in the project. However, due to the
potential for isolated areas of perched water and minor seepage, the contractor should be
prepared to address nuisance water by use of sumps and pumps. Where encountered, the
groundwater level should be maintained two feet below the excavation bottom until at least two
feet of backfill has been placed, and the groundwater should not be allowed to rise any higher
than two feet below the level of excavation backfill during the backfill operation.
Excessive lowering of the groundwater table during construction, or on a long-term basis, can
induce settlement of the observed soils within the project area and could result in damage to
20212729.001A/SEA21R130976 Page 21 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
structures and utilities in the area if not properly managed. In general, we do not recommend
lowering groundwater by more than 10 feet of drawdown. However, it is the contractor’s responsibility
to evaluate appropriate dewatering methods and drawdown levels along the alignment to prevent
damaging settlements and/or migration of groundwater contaminants.
4.6 ENVIRONMENTAL FIELD SCREENING
All soil samples were field screened for organic vapors using a field calibrated photoionization
detector (PID) and monitored for evidence of petroleum staining and/or odors. No indications of
contamination or elevated PID readings were noted in any of the borings, therefore no soil
samples were submitted for laboratory analysis of petroleum hydrocarbons or volatile organic
compounds. The drummed soil cuttings were deemed “clean” and disposed of off-site as clean
material.
20212729.001A/SEA21R130976 Page 22 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
5 LIMITATIONS
___________________________________________________________________________________
This geotechnical study has been prepared for the exclusive use of BHC Consultants and the City
of Renton for specific application to the proposed Burnett Ave South and Williams Ave South
Water Quality Improvement Project. The findings, conclusions and recommendations presented
in this report were prepared in accordance with generally accepted geotechnical engineering
practice. No other warranty, express or implied, is made.
The scope of services was limited to a background data review and the field exploration described
in Section 1. It should be recognized that definition and evaluation of subsurface conditions are
difficult. Judgments leading to conclusions and recommendations are generally made with
incomplete knowledge of the subsurface conditions present due to the limitations of data from field
studies. The conclusions of this assessment are based on our field exploration and laboratory testing
programs, and engineering analysis.
Kleinfelder offers various levels of investigative and engineering services to suit the varying needs
of different clients. Although risk can never be eliminated, more detailed and extensive studies yield
more information, which may help understand and manage the level of risk. Since detailed study and
analysis involves greater expense, our clients participate in determining levels of service, which
provide information for their purposes at acceptable levels of risk. The client and key members of the
design team should discuss the issues covered in this report with Kleinfelder, so that the issues are
understood and applied in a manner consistent with the owner’s budget, tolerance of risk and
expectations for future performance and maintenance.
Recommendations contained in this report are based on our field observations and subsurface
explorations, limited laboratory tests, and our present knowledge of the proposed construction. It is
possible that soil or groundwater conditions could vary between or beyond the points explored. If
soil or groundwater conditions are encountered during construction that differ from those described
herein, the client is responsible for ensuring that Kleinfelder is notified immediately so that we may
reevaluate the recommendations of this report. If the scope of the proposed construction, including
the estimated Traffic Index or locations of the improvements, changes from that described in this
report, the conclusions and recommendations contained in this report are not considered valid until
the changes are reviewed, and the conclusions of this report are modified or approved in writing, by
Kleinfelder.
20212729.001A/SEA21R130976 Page 23 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
Kleinfelder cannot be responsible for interpretation by others of this report or the conditions
encountered in the field. Kleinfelder must be retained so that all geotechnical aspects of construction
will be monitored by a representative from Kleinfelder. These services provide Kleinfelder the
opportunity to observe the actual soil and groundwater conditions encountered during construction
and to evaluate the applicability of the recommendations presented in this report to the site
conditions. If Kleinfelder is not retained to provide these services, we will cease to be the engineer
of record for this project and will assume no responsibility for any potential claim during or after
construction on this project. If changed site conditions affect the recommendations presented herein,
Kleinfelder must also be retained to perform a supplemental evaluation and to issue a revision to our
original report.
This report, and any future addenda or reports regarding this site, may be made available to bidders
to supply them with only the data contained in the report regarding subsurface conditions and
laboratory test results at the point and time noted. Bidders may not rely on interpretations, opinion,
recommendations, or conclusions contained in the report. Because of the limited nature of any
subsurface study, the contractor may encounter conditions during construction which differ from
those presented in this report. In such event, the contractor should promptly notify the owner so that
Kleinfelder’s geotechnical engineer can be contacted to evaluate those conditions. We recommend
the contractor describe the nature and extent of the differing conditions in writing and that the
construction contract include provisions for dealing with differing conditions. Contingency funds
should be reserved for potential problems during construction.
This report may be used only by the client and only for the purposes stated, within a reasonable time
from its issuance, but in no event later than two years from the date of the report. Land use, site
conditions (both on site and off site) or other factors may change over time, and additional work may
be required with the passage of time. Any party, other than the client who wishes to use this report
shall notify Kleinfelder of such intended use. Based on the intended use of this report and the nature
of the new project, Kleinfelder may require that additional work be performed and that an updated
report be issued. Non-compliance with any of these requirements by the client or anyone else will
release Kleinfelder from any liability resulting from the use of this report by any unauthorized party
and the client agrees to defend, indemnify, and hold harmless Kleinfelder from any claims or liability
associated with such unauthorized use or non-compliance.
20212729.001A/SEA21R130976 Page 24 of 24 September 27, 2021
© 2021 Kleinfelder www.kleinfelder.com
6 REFERENCES
___________________________________________________________________________________
City of Renton Department of Community and Economic Development Trench Restoration and
Street Overlay Requirements, Renton, Washington, February 16, 2018
Earth Solutions NW LLC. (2014). Geotechnical Evaluation, Renton Heritage Apartments, South
2nd Street and Main Ave., Renton, Washington, September 11, 2014
GeoDesign, Inc. (2016). Report of Geotechnical Engineering Services, City of Renton, Downtown
Circulation Project – Phase 1, Main Avenue South and Bronson Way South, Renton
Washington, January 14, 2016
Geotech Consultants, (2007). Inc., Geotechnical Engineering Study, Proposed Mixed-Use
Building, 207-219 Main Avenue South, Renton, Washington, July 18, 2007
Jennifer Ott, (2012). Due to construction of Lake Washington Ship Canal, Lake Washington is
lowered 9 feet beginning on August 28, 1916, and the Black River disappears, October 1,
2012
Kleinfelder, Inc. (2020) Geotechnical and Environmental Report Downtown Utility Improvements
Project Renton, Washington Kleinfelder Project # 20181376.003A March 31, 2020
Soil & Environmental Engineers, (2011). Inc. Report of Geotechnical investigation, Lake Ave S.
Storm System Project, Renton, Washington, S&EE Job No. 912, February 10, 2011
King County Flood Control District, (2010). Map 11-5 Liquefaction Susceptibility, May 2010
City of Renton Maps and GIS Data, Accessed December 7, 2020
Washington Department of Natural Recourses Interactive Geologic Maps, Accessed February 8,
2021
WSDOT (2020). Standard Specifications for Road, Bridge, and Municipal Construction,
Publication Number M41-10
FO
R
M
E
R
CED
A
R
R
I
V
E
R
FO
R
M
E
R
BL
A
C
K
R
I
V
E
R
The information included on this graphic representation has been compiled from a
variety of sources and is subject to change without notice. Kleinfelder makes no
representations or warranties, express or implied, as to accuracy, completeness,
timeliness, or rights to the use of such information. This document is not intended for
use as a land survey product nor is it designed or intended as a construction design
document. The use or misuse of the information contained on this graphic
representation is at the sole risk of the party using or misusing the information.
CA
D
F
I
L
E
:
U:
\
P
r
o
j
e
c
t
s
\
C
A
D
D
\
C
A
D
D
2
0
2
1
\
2
0
2
1
2
7
2
9
\
2
0
2
1
2
7
2
9
_
B
u
r
n
e
t
t
-
W
i
l
l
i
a
m
s
.
d
w
g
PL
O
T
T
E
D
:
2/
1
9
/
2
0
2
1
8
:
3
5
A
M
B
Y
:
de
a
n
f
a
h
r
n
e
y
DRAWN BY:
PROJECT NO.
CHECKED BY:
REVISED:
DATE:
FIGURESITE VICINITY MAP20212729
DMF
WR
02/2021
-
1
CITY OF RENTON
DOWNTOWN UTILITY IMPROVEMENTS PROJECT
RENTON, WASHINGTON
02,000 2,0001,000
APPROXIMATE SCALE (feet)
SOURCE:U.S.G.S. 7.5' Topographic series,
Renton, Washington Quadrangle 2017.
SITE VICINITY MAP
BURNETT AVE SOUTH AND WILLIAMS AVE SOUTH
WATER QUALITY RETROFIT PROJECT
RENTON, WASHINGTON
EXPLANATION
APPROXIMATE LOCATION OF
FORMER BLACK AND CEDAR RIVERS
FOR
M
E
R
C
E
D
A
R
R
I
V
E
R
FORMER BLACK RIVER
N
SITE
© 2021 Microsoft Corporation © 2021 Maxar ©CNES (2021) Distribution Airbus DS
FORMER
CEDAR RIVER
MW-5
KB-4
KB-2
KB-3
KB-4
BURNETT AVENUE S
WILLIAMS AVENUE S
S
2
N
D
S
T
R
E
E
T
S
T
O
B
I
N
S
T
R
E
E
T
KB-1
CA
D
F
I
L
E
:
U:
\
P
r
o
j
e
c
t
s
\
C
A
D
D
\
C
A
D
D
2
0
2
1
\
2
0
2
1
2
7
2
9
\
2
0
2
1
2
7
2
9
_
B
u
r
n
e
t
t
-
W
i
l
l
i
a
m
s
.
d
w
g
L
A
Y
O
U
T
:
Ex
p
l
o
r
-
2
PL
O
T
T
E
D
:
2/
1
9
/
2
0
2
1
8
:
3
7
A
M
B
Y
:
de
a
n
f
a
h
r
n
e
y
FIGURE
DRAWN BY
DATE:
PROJECT:
CHECKED BY
REVISED:
SITE AND EXPLORATION PLAN
CITY OF RENTON
DOWNTOWN UTILITY IMPROVEMENTS PROJECT
RENTON, WASHINGTON
20212729
DMF
WR
02/2021
-
2The information included on this graphic representation has been compiled from a variety of sources and is
subject to change without notice. Kleinfelder makes no representations or warranties, express or implied,
as to accuracy, completeness, timeliness, or rights to the use of such information. This document is not
intended for use as a land survey product nor is it designed or intended as a construction design document.
The use or misuse of the information contained on this graphic representation is at the sole risk of the party
using or misusing the information.
N
0100 10050
APPROXIMATE SCALE (feet)
SITE AND EXPLORATION PLAN
BURNETT AVE SOUTH AND WILLIAMS AVE SOUTH
WATER QUALITY RETROFIT PROJECT
RENTON, WASHINGTON
EXPLANATION
APPROXIMATE EXPLORATION LOCATIONKB-4
EXPLORATION LOCATION COMPLETED FOR PRIOR PROJECT (DUIP)KB-4
PROJECT BOUNDARY
APPROXIMATE LOCATION
OF FORMER CEDAR RIVER
APPENDIX A
BORING LOGS
___________________________________________________________________________________
A-1
APPENDIXGRAPHICS KEY
Burnett Ave South and Williams Ave South
Water Quality Retrofit Project
Renton, Washington
The report and graphics key are an integral part of these logs. All data
and interpretations in this log are subject to the explanations and
limitations stated in the report.
Lines separating strata on the logs represent approximate boundaries
only. Actual transitions may be gradual or differ from those shown.
No warranty is provided as to the continuity of soil or rock conditions
between individual sample locations.
Logs represent general soil or rock conditions observed at the point of
exploration on the date indicated.
In general, Unified Soil Classification System designations presented
on the logs were based on visual classification in the field and were
modified where appropriate based on gradation and index property testing.
Fine grained soils that plot within the hatched area on the Plasticity
Chart, and coarse grained soils with between 5% and 12% passing the No.
200 sieve require dual USCS symbols, ie., GW-GM, GP-GM, GW-GC,
GP-GC, GC-GM, SW-SM, SP-SM, SW-SC, SP-SC, SC-SM.
If sampler is not able to be driven at least 6 inches then 50/X indicates
number of blows required to drive the identified sampler X inches with a
140 pound hammer falling 30 inches.
ABBREVIATIONS
WOH - Weight of Hammer
WOR - Weight of Rod
WELL-GRADED GRAVELS,
GRAVEL-SAND MIXTURES WITH
LITTLE FINES
WELL-GRADED GRAVELS,
GRAVEL-SAND MIXTURES WITH
LITTLE CLAY FINES
POORLY GRADED GRAVELS,
GRAVEL-SAND MIXTURES WITH
LITTLE FINES
POORLY GRADED GRAVELS,
GRAVEL-SAND MIXTURES WITH
LITTLE CLAY FINES
SILTY GRAVELS, GRAVEL-SILT-SAND
MIXTURES
CLAYEY GRAVELS,
GRAVEL-SAND-CLAY-SILT MIXTURES
WELL-GRADED SANDS,
SAND-GRAVEL MIXTURES WITH
LITTLE CLAY FINES
POORLY GRADED SANDS,
SAND-GRAVEL MIXTURES WITH
LITTLE CLAY FINES
SW
SW-SC
POORLY GRADED SANDS,
SAND-GRAVEL MIXTURES WITH
LITTLE FINES
Cu 4 and/
or 1 Cc 3>
>
INORGANIC SILTS AND VERY FINE SANDS, SILTY OR
CLAYEY FINE SANDS, SILTS WITH SLIGHT PLASTICITY
ORGANIC CLAYS & ORGANIC SILTS OF
MEDIUM-TO-HIGH PLASTICITY
INORGANIC CLAYS OF HIGH PLASTICITY, FAT
CLAYS
INORGANIC SILTS, MICACEOUS OR
DIATOMACEOUS FINE SAND OR SILT
INORGANIC CLAYS-SILTS OF LOW PLASTICITY, GRAVELLY
CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS
_
SILTY SANDS, SAND-GRAVEL-SILT
MIXTURES
CLAYEY SANDS,
SAND-GRAVEL-CLAY MIXTURES
SW-SM
CLAYEY SANDS, SAND-SILT-CLAY
MIXTURES
CL
CL-ML
>
<
<
SANDS
WITH
5% TO
12%
FINES
SANDS
WITH >
12%
FINES
WELL-GRADED SANDS,
SAND-GRAVEL MIXTURES WITH
LITTLE FINES
Cu 4 and/
or 1 Cc 3>
CLEAN
GRAVEL
WITH
<5%
FINES
GRAVELS
WITH
5% TO
12%
FINES
OL
CH
CLAYEY GRAVELS,
GRAVEL-SAND-CLAY MIXTURES
FI
N
E
G
R
A
I
N
E
D
S
O
I
L
S
(H
a
l
f
o
r
m
o
r
e
o
f
m
a
t
e
r
i
a
l
i
s
sm
a
l
l
e
r
t
h
a
n
th
e
#
2
0
0
s
i
e
v
e
)
GRAVELS
WITH >
12%
FINES
>
Cu 4 and
1 Cc 3
>_
_
STANDARD PENETRATION SPLIT SPOON SAMPLER
(2 in. (50.8 mm.) outer diameter and 1-3/8 in. (34.9 mm.) inner
diameter)
_
GM
GC
GW
GP
GW-GM
GW-GC
_ _
_
INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY
CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS
<
SAMPLE/SAMPLER TYPE GRAPHICS
>
<
<
>
CLEAN
SANDS
WITH
<5%
FINES
GR
A
V
E
L
S
(
M
o
r
e
t
h
a
n
h
a
l
f
o
f
c
o
a
r
s
e
f
r
a
c
t
i
o
n
i
s
l
a
r
g
e
r
t
h
a
n
t
h
e
#
4
s
i
e
v
e
)
Cu 6 and/
or 1 Cc 3
Cu 6 and/
or 1 Cc 3
>
Cu 6 and
1 Cc 3
SC-SM
Cu 4 and
1 Cc 3
<_
ORGANIC SILTS & ORGANIC SILTY CLAYS OF
LOW PLASTICITY
SILTS AND CLAYS
(Liquid Limit
less than 50)
WELL-GRADED SANDS,
SAND-GRAVEL MIXTURES WITH
LITTLE OR NO FINES
POORLY GRADED SANDS,
SAND-GRAVEL MIXTURES WITH
LITTLE OR NO FINES
MH
OH
ML
GC-GM
CO
A
R
S
E
G
R
A
I
N
E
D
S
O
I
L
S
(
M
o
r
e
t
h
a
n
h
a
l
f
o
f
m
a
t
e
r
i
a
l
i
s
l
a
r
g
e
r
t
h
a
n
t
h
e
#
2
0
0
s
i
e
v
e
)
UNIFIED SOIL CLASSIFICATION SYSTEM (ASTM D 2487)
<
Cu 6 and
1 Cc 3
GP-GM
GP-GC
_
_ _<
>
<
<
>
SP
SP-SM
SP-SC
SM
SC
<_<
>
WELL-GRADED GRAVELS,
GRAVEL-SAND MIXTURES WITH
LITTLE OR NO FINES
POORLY GRADED GRAVELS,
GRAVEL-SAND MIXTURES WITH
LITTLE OR NO FINES
SILTS AND CLAYS
(Liquid Limit
50 or greater)
SA
N
D
S
(
H
a
l
f
o
r
m
o
r
e
o
f
c
o
a
r
s
e
f
r
a
c
t
i
o
n
i
s
s
m
a
l
l
e
r
t
h
a
n
t
h
e
#
4
s
i
e
v
e
)
NOTE: USE MATERIAL DESCRIPTION ON THE LOG TO DEFINE A GRAPHIC THAT MAY NOT BE
PROVIDED ON THIS LEGEND.
GROUND WATER GRAPHICS
OBSERVED SEEPAGE
WATER LEVEL (level after exploration completion)
WATER LEVEL (level where first observed)
WATER LEVEL (additional levels after exploration)
NOTES
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
2
1
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
2
1
2
7
2
9
.
0
0
1
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
2
1
.
G
L
B
[
_
_
K
L
F
_
G
E
O
-
L
E
G
1
(
G
R
A
P
H
I
C
S
K
E
Y
)
W
I
T
H
U
S
C
S
]
PL
O
T
T
E
D
:
0
2
/
1
8
/
2
0
2
1
1
1
:
1
0
A
M
B
Y
:
W
R
o
s
s
o
DATE:
CHECKED BY:
DRAWN BY:
20212729.001A
PROJECT NO.:
A-2
SOIL DESCRIPTION KEY APPENDIX
CALIFORNIA
SAMPLER
(# blows/ft)
MODIFIED CA
SAMPLER
(# blows/ft)
SPT-N60(# blows/ft)
Burnett Ave South and Williams Ave South
Water Quality Retrofit Project
Renton, Washington
DESCRIPTION FIELD TEST
PP < 0.25
Medium Stiff
0.25 PP <0.5
30 - 50
10 - 30
4 - 10
<4
>60
35 - 60
12 - 35
5 - 12
<4
>70
40 - 70
15 - 40
5 - 15
CONSISTENCY
<2
Moist
DESCRIPTION
Strongly
FIELD TEST
>30
Very Soft
PI
NP
Either the LL or the PI (or
both) may be used to
describe the soil plasticity.
The ranges of numbers
shown here do not imply
that the LL ranges
correlate with the PI
ranges for all soils.
DESCRIPTION
Damp but no
visible water
Boulders
Cobbles
coarse
fine
Gravel
Sand
Fines
GRAIN SIZE
>12 in. (304.8 mm.)
3 - 12 in. (76.2 - 304.8 mm.) Fist-sized to basketball-sized
3/4 -3 in. (19 - 76.2 mm.) Thumb-sized to fist-sized
0.19 - 0.75 in. (4.8 - 19 mm.) Pea-sized to thumb-sized
0.079 - 0.19 in. (2 - 4.9 mm.)#10 - #4
0.017 - 0.079 in. (0.43 - 2 mm.)
#200 - #40
coarse
fine
medium
SIEVE SIZE APPROXIMATE SIZE
Larger than basketball-sized>12 in. (304.8 mm.)
3 - 12 in. (76.2 - 304.8 mm.)
3/4 -3 in. (19 - 76.2 mm.)
#4 - 3/4 in. (#4 - 19 mm.)
Rock salt-sized to pea-sized
#40 - #10 Sugar-sized to rock salt-sized
0.0029 - 0.017 in. (0.07 - 0.43 mm.) Flour-sized to sugar-sized
Passing #200 <0.0029 in. (<0.07 mm.) Flour-sized and smaller
DESCRIPTION
Secondary
Constituent is
Fine Grained
Secondary
Constituent is
Coarse Grained
SPT - N60(# blows / ft)
Soft
Stiff
Very Stiff
Hard
2 - 4
4 - 8
8 - 15
15 - 30
Weakly
Crumbles or breaks
with handling or slight
finger pressure
Crumbles or breaks
with considerable finger
pressure
UNCONFINED
COMPRESSIVE
STRENGTH (Qu)(psf)
VISUAL / MANUAL CRITERIA
<500
0.5 PP <1
1 PP <2
2 PP <4
4 PP >8000
4000 - 8000
500 - 1000
1000 - 2000
2000 - 4000
Dry
Wet
Visible free water,
usually soil is below
water table
Thumb will penetrate more than 1 inch (25 mm). Extrudes
between fingers when squeezed.
Thumb will penetrate soil about 1 inch (25 mm).
Remolded by light finger pressure.
Thumb will penetrate soil about 1/4 inch (6 mm).
Remolded by strong finger pressure.
Can be imprinted with considerable pressure from thumb.
Thumb will not indent soil but readily indented with
thumbnail.
Thumbnail will not indent soil.
DESCRIPTION
Alternating layers of varying material or color with the layer
less than 1/4-in. thick, note thickness.
15 - 25
> 25
FIELD TEST
Absence of
moisture, dusty,
dry to the touch
Moderately
Will not crumble or
break with finger
pressure
Pocket Pen
(tsf)
Term
of
Use
<5%
With
Modifier
5 to <15%
15%
Trace <15%
15 to <30%
30%
AMOUNT
Fissured
Slickensided
Blocky
Lensed
CRITERIA
Stratified
Laminated
Fracture planes appear polished or glossy, sometimes striated.
Alternating layers of varying material or color with layers at
least 1/4-in. thick, note thickness.
Breaks along definite planes of fracture with
little resistance to fracturing.
Cohesive soil that can be broken down into small angular lumps
which resist further breakdown.
Inclusion of small pockets of different soils, such as small lenses
of sand scattered through a mass of clay; note thickness.
None
Weak
Strong
No visible reaction
RELATIVE
DENSITY
(%)
APPARENT
DENSITY
Some reaction,
with bubbles
forming slowly
Violent reaction,
with bubbles
forming
immediately
85 - 100
65 - 85
35 - 65
15 - 35
<5 0 - 15
Very Dense
Dense
Medium Dense
>50
Loose
Very Loose
FROM TERZAGHI AND PECK, 1948
DESCRIPTION
Non-Plastic NP
LL
Low < 30
Medium 30 - 50
High > 50
LL is from Casagrande, 1948. PI is from Holtz , 1959.
< 15
Rounded
Subrounded Particles have nearly plane sides but have well-rounded corners and
edges.
Angular Particles have sharp edges and relatively plane sides with unpolished
surfaces.
Subangular
Particles have smoothly curved sides and no edges.
Particles are similar to angular description but have rounded edges.
DESCRIPTION CRITERIA
MOISTURE CONTENT
CONSISTENCY - FINE-GRAINED SOIL REACTION WITH
HYDROCHLORIC ACID
STRUCTURE
SECONDARY CONSTITUENT CEMENTATION
APPARENT / RELATIVE DENSITY - COARSE-GRAINED SOIL
GRAIN SIZE
PLASTICITY
ANGULARITY
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
2
1
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
2
1
2
7
2
9
.
0
0
1
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
2
1
.
G
L
B
[
_
K
L
F
_
G
E
O
-
L
E
G
2
(
S
O
I
L
D
E
S
C
K
E
Y
)
]
PL
O
T
T
E
D
:
0
2
/
1
8
/
2
0
2
1
1
1
:
1
1
A
M
B
Y
:
W
R
o
s
s
o
DATE:
CHECKED BY:
DRAWN BY:
20212729.001A
PROJECT NO.:
97
91
31
1.4
ASPHALT: 4 inch asphalt section
FILL
GRAVEL with Silt and Sand (GP-GM): brownish
gray, moist, fine to coarse rounded to subangular
gravel, fine to coarse sand
Sandy SILT (ML): brownish gray, moist, fine sand,
low plasticity
small roots observed in sidewall of exploration
Poorly Graded GRAVEL with Silt and Sand
(GP-GM): brownish gray, moist, dense, fine to
coarse rounded to subangular gravel, fine to coarse
sand
Silty SAND(SM): brownish gray, moist, very loose,
fine sand
ALLUVIUM
Poorly Graded SANDwith Silt and Gravel (SP-SM):
gray, wet, very loose to medium dense, fine to
medium sand, fine to coarse rounded gravel
buried reddish yellow timber/wood
buried timber/wood continues
trace organics (bark)
The boring was terminated at approximately 31.5 ft.
below ground surface. The boring was backfilled
with auger cuttings, bentonite and patched at surface
on February 04, 2020.
7"
5"
12"
9"
14"
10"
SM
SP
7.3
33.5
22.3
28.3
26.8
23.4
BC=12
23
16
BC=1
1
1
BC=3
3
1
BC=2
1
1
BC=4
10
15
BC=9
12
15
39
Due to the proximity of a high
pressure gas line this
exploration was cleared to
approximately 7.5 feet bgs using
a vac truck and air knife. Soils
within the cleared area were
identified by examining the
exploration's sidewall and
cuttings.
PID= 1.2
PID= 1.8
PID= 1.8
PID= 4.1
PID= 3.3
PID= 1.8
13
Groundwater was observed at approximately 15 ft. below ground
surface during drilling.
GENERAL NOTES:
GROUNDWATER LEVEL INFORMATION:
1 of 1
FIELD EXPLORATION
APPENDIX
A-3
LABORATORY RESULTS
Lithologic Description
BORING LOG KB-1
PAGE:
BORING LOG KB-1
Dr
y
U
n
i
t
W
t
.
(
p
c
f
)
Pa
s
s
i
n
g
#
4
(
%
)
Pa
s
s
i
n
g
#
2
0
0
(
%
)
Surface Condition: Asphalt
WGS84
Holocene Drilling, Inc.Drilling Company:
Drilling Method:
Drilling Equipment:
Light rain, 40's Exploration Diameter:
Hammer Type - Drop:140 lb. Auto - 30 in.
Logged By:
Date Begin - End:
Hor.-Vert. Datum:
Weather:
Drill Crew:
Diedrich D-50
8 in. O.D.
MAE
Hollow Stem AugerPlunge:-90 degrees
RJ
2/04/2020
De
p
t
h
(
f
e
e
t
)
5
10
15
20
25
30
Gr
a
p
h
i
c
a
l
L
o
g
Re
c
o
v
e
r
y
(N
R
=
N
o
R
e
c
o
v
e
r
y
)
US
C
S
Sy
m
b
o
l
Wa
t
e
r
Co
n
t
e
n
t
(
%
)
Bl
o
w
C
o
u
n
t
s
(
B
C
)
=
Un
c
o
r
r
.
B
l
o
w
s
/
6
i
n
.
Li
q
u
i
d
L
i
m
i
t
Ad
d
i
t
i
o
n
a
l
T
e
s
t
s
/
Re
m
a
r
k
s
Pl
a
s
t
i
c
i
t
y
I
n
d
e
x
(N
P
=
N
o
n
P
l
a
s
t
i
c
)
Burnett Ave South and Williams Ave South
Water Quality Retrofit Project
Renton, Washington
DRAWN BY: MAE
PROJECT NO.:
20212729.001A
PL
O
T
T
E
D
:
0
2
/
2
3
/
2
0
2
1
0
3
:
2
1
P
M
B
Y
:
W
R
o
s
s
o
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
2
1
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
2
1
2
7
2
9
.
0
0
1
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
2
1
.
G
L
B
[
_
_
K
L
F
_
B
O
R
I
N
G
/
T
E
S
T
P
I
T
S
O
I
L
L
O
G
]
DATE: 2/22/2021
CHECKED BY: WRR
Sa
m
p
l
e
T
y
p
e
100
52
77
4.1
ASPHALT: 3 inch asphalt section
ASPHALT BASE COURSE
Poorly Graded GRAVEL with Silt and Sand
(GP-GM): light brownish gray, moist, loose, 3 inch
base course
FILL
Sandy SILT with Gravel (ML): dark brown, moist,
soft, fine to coarse sand, fine subrounded to
subangular gravel, 2 inch piece of asphalt in sample
SILT with Sand (ML): brownish gray, moist, soft,
fine sand, low to moderate plasticity, orange mottling
trace organics (small piece of bark, rootlets)
orange mottling
ALLUVIUM
Poorly Graded GRAVEL with Sand (GP): brown,
wet, medium dense, fine to coarse rounded to
subangular gravel, fine to coarse sand
Poorly Graded SANDwith Silt and Gravel (SP-SM):
brownish gray, wet, dense, fine to coarse sand, with
fine to coarse subrounded to subangular gravel
The boring was terminated at approximately 21.5 ft.
below ground surface. The boring was backfilled
with auger cuttings, bentonite and patched at surface
on February 04, 2020.
2"
18"
18"
10"
13"
8"
ML
GP
3.7
32.1
28.9
30.3
11.8
11.2
BC=3
1
2
BC=2
1
2
BC=2
2
1
BC=2
1
2
BC=13
12
14
BC=17
13
23
33
PID= 2.8
PID= 2.3
PID= 2.4
PID= 3.5
PID= 1.8
PID= 2.7
5
Groundwater was observed at approximately 15 ft. below ground
surface during drilling.
GENERAL NOTES:
GROUNDWATER LEVEL INFORMATION:
1 of 1
FIELD EXPLORATION
APPENDIX
A-4
LABORATORY RESULTS
Lithologic Description
BORING LOG KB-2
PAGE:
BORING LOG KB-2
Dr
y
U
n
i
t
W
t
.
(
p
c
f
)
Pa
s
s
i
n
g
#
4
(
%
)
Pa
s
s
i
n
g
#
2
0
0
(
%
)
Surface Condition: Asphalt
WGS84
Holocene Drilling, Inc.Drilling Company:
Drilling Method:
Drilling Equipment:
Light rain, 40's Exploration Diameter:
Hammer Type - Drop:140 lb. Auto - 30 in.
Logged By:
Date Begin - End:
Hor.-Vert. Datum:
Weather:
Drill Crew:
Diedrich D-50
8 in. O.D.
MAE
Hollow Stem AugerPlunge:-90 degrees
RJ
2/04/2020
De
p
t
h
(
f
e
e
t
)
5
10
15
20
25
30
Gr
a
p
h
i
c
a
l
L
o
g
Re
c
o
v
e
r
y
(N
R
=
N
o
R
e
c
o
v
e
r
y
)
US
C
S
Sy
m
b
o
l
Wa
t
e
r
Co
n
t
e
n
t
(
%
)
Bl
o
w
C
o
u
n
t
s
(
B
C
)
=
Un
c
o
r
r
.
B
l
o
w
s
/
6
i
n
.
Li
q
u
i
d
L
i
m
i
t
Ad
d
i
t
i
o
n
a
l
T
e
s
t
s
/
Re
m
a
r
k
s
Pl
a
s
t
i
c
i
t
y
I
n
d
e
x
(N
P
=
N
o
n
P
l
a
s
t
i
c
)
Burnett Ave South and Williams Ave South
Water Quality Retrofit Project
Renton, Washington
DRAWN BY: MAE
PROJECT NO.:
20212729.001A
PL
O
T
T
E
D
:
0
2
/
2
3
/
2
0
2
1
0
3
:
2
1
P
M
B
Y
:
W
R
o
s
s
o
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
2
1
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
2
1
2
7
2
9
.
0
0
1
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
2
1
.
G
L
B
[
_
_
K
L
F
_
B
O
R
I
N
G
/
T
E
S
T
P
I
T
S
O
I
L
L
O
G
]
DATE: 2/22/2021
CHECKED BY: WRR
Sa
m
p
l
e
T
y
p
e
33
43
74
2.9
3.5
2.0
ASPHALT: 4 inch asphalt section
ASPHALT BASE COURSE
Poorly Graded GRAVEL with Silt and Sand
(GP-GM): brownish gray, moist, loose, 3 inch base
course
FILL
Sandy SILT (ML): yellowish brown, moist, medium
stiff, fine sand
ALLUVIUM
Well-Graded GRAVEL with Sand (GW): yellowish
brown, moist, medium dense to dense, fine to coarse
sand, fine to coarse rounded to subangular gravel,
trace silt
becomes wet
Poorly Graded SANDwith Gravel (SP): brownish
gray, moist, medium dense, coarse sand, fine
rounded to subangular gravel
The boring was terminated at approximately 21.5 ft.
below ground surface. The boring was backfilled
with auger cuttings, bentonite and patched at surface
on February 04, 2020.
2"
4"
3"
7"
12"
7"
GW
GW
SP
20.5
8.3
8.2
3.0
8.1
14.8
BC=5
2
2
BC=3
2
2
BC=11
9
13
BC=9
12
11
BC=14
16
18
BC=9
5
6
PID= 1.4
PID= 1.1
PID= 1.9
PID= 0.6
PID= 0.7
PID= 1.3
Groundwater was observed at approximately 15 ft. below ground
surface during drilling.
GENERAL NOTES:
GROUNDWATER LEVEL INFORMATION:
1 of 1
FIELD EXPLORATION
APPENDIX
A-5
LABORATORY RESULTS
Lithologic Description
BORING LOG KB-3
PAGE:
BORING LOG KB-3
Dr
y
U
n
i
t
W
t
.
(
p
c
f
)
Pa
s
s
i
n
g
#
4
(
%
)
Pa
s
s
i
n
g
#
2
0
0
(
%
)
Surface Condition: Asphalt
WGS84
Holocene Drilling, Inc.Drilling Company:
Drilling Method:
Drilling Equipment:
Light rain, 40's Exploration Diameter:
Hammer Type - Drop:140 lb. Auto - 30 in.
Logged By:
Date Begin - End:
Hor.-Vert. Datum:
Weather:
Drill Crew:
Diedrich D-50
8 in. O.D.
MAE
Hollow Stem AugerPlunge:-90 degrees
RJ
2/04/2020
De
p
t
h
(
f
e
e
t
)
5
10
15
20
25
30
Gr
a
p
h
i
c
a
l
L
o
g
Re
c
o
v
e
r
y
(N
R
=
N
o
R
e
c
o
v
e
r
y
)
US
C
S
Sy
m
b
o
l
Wa
t
e
r
Co
n
t
e
n
t
(
%
)
Bl
o
w
C
o
u
n
t
s
(
B
C
)
=
Un
c
o
r
r
.
B
l
o
w
s
/
6
i
n
.
Li
q
u
i
d
L
i
m
i
t
Ad
d
i
t
i
o
n
a
l
T
e
s
t
s
/
Re
m
a
r
k
s
Pl
a
s
t
i
c
i
t
y
I
n
d
e
x
(N
P
=
N
o
n
P
l
a
s
t
i
c
)
Burnett Ave South and Williams Ave South
Water Quality Retrofit Project
Renton, Washington
DRAWN BY: MAE
PROJECT NO.:
20212729.001A
PL
O
T
T
E
D
:
0
2
/
2
3
/
2
0
2
1
0
3
:
2
2
P
M
B
Y
:
W
R
o
s
s
o
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
2
1
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
2
1
2
7
2
9
.
0
0
1
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
2
1
.
G
L
B
[
_
_
K
L
F
_
B
O
R
I
N
G
/
T
E
S
T
P
I
T
S
O
I
L
L
O
G
]
DATE: 2/22/2021
CHECKED BY: WRR
Sa
m
p
l
e
T
y
p
e
46
20
34
5.7
1.1
0.6
ASPHALT: 2 inch asphalt section
ASPHALT BASE COURSE
Poorly Graded GRAVEL (GP): light gray, moist,
loose, 6 inch base course
FILL
Poorly Graded GRAVEL with Sand (GP): gray,
moist, loose, fine to coarse subangular gravel,
medium to coarse sand, trace silt
Poorly Graded GRAVEL with Silt and Sand
(GP-GM): dark yellowish brown, moist, medium
dense to dense, fine to coarse rounded to
subrounded gravel, fine to coarse sand
silt content increases, moisture content increases
near tip of sampler
ALLUVIUM
Poorly Graded GRAVEL with Sand (GP): dark
yellowish brown, wet, medium dense, fine to coarse
subrounded to rounded gravel, trace silt
Well-Graded GRAVEL with Sand (GW): dark
yellowish brown, wet, medium dense, fine to coarse
rounded gravel, fine to coarse sand, trace silt
The boring was terminated at approximately 21.5 ft.
below ground surface. The boring was backfilled
with auger cuttings, bentonite and patched at surface
on February 04, 2020.
1"
10"
14"
6"
8"
10"
GP-GM
GP
GW
6.2
5.7
5.7
31.2
5.4
5.3
BC=5
3
4
BC=9
8
8
BC=11
18
19
BC=14
18
20
BC=10
9
10
BC=9
9
9
PID= 1.4
PID= 1.6
PID= 1.3
PID= 1.2
PID= 2.8
PID= 2.2
Groundwater was observed at approximately 15 ft. below ground
surface during drilling.
GENERAL NOTES:
GROUNDWATER LEVEL INFORMATION:
1 of 1
FIELD EXPLORATION
APPENDIX
A-6
LABORATORY RESULTS
Lithologic Description
BORING LOG KB-4
PAGE:
BORING LOG KB-4
Dr
y
U
n
i
t
W
t
.
(
p
c
f
)
Pa
s
s
i
n
g
#
4
(
%
)
Pa
s
s
i
n
g
#
2
0
0
(
%
)
Surface Condition: Asphalt
WGS84
Holocene Drilling, Inc.Drilling Company:
Drilling Method:
Drilling Equipment:
Light rain, 40's Exploration Diameter:
Hammer Type - Drop:140 lb. Auto - 30 in.
Logged By:
Date Begin - End:
Hor.-Vert. Datum:
Weather:
Drill Crew:
Diedrich D-50
8 in. O.D.
MAE
Hollow Stem AugerPlunge:-90 degrees
RJ
2/04/2020
De
p
t
h
(
f
e
e
t
)
5
10
15
20
25
30
Gr
a
p
h
i
c
a
l
L
o
g
Re
c
o
v
e
r
y
(N
R
=
N
o
R
e
c
o
v
e
r
y
)
US
C
S
Sy
m
b
o
l
Wa
t
e
r
Co
n
t
e
n
t
(
%
)
Bl
o
w
C
o
u
n
t
s
(
B
C
)
=
Un
c
o
r
r
.
B
l
o
w
s
/
6
i
n
.
Li
q
u
i
d
L
i
m
i
t
Ad
d
i
t
i
o
n
a
l
T
e
s
t
s
/
Re
m
a
r
k
s
Pl
a
s
t
i
c
i
t
y
I
n
d
e
x
(N
P
=
N
o
n
P
l
a
s
t
i
c
)
Burnett Ave South and Williams Ave South
Water Quality Retrofit Project
Renton, Washington
DRAWN BY: MAE
PROJECT NO.:
20212729.001A
PL
O
T
T
E
D
:
0
2
/
2
3
/
2
0
2
1
0
3
:
2
2
P
M
B
Y
:
W
R
o
s
s
o
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
2
1
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
2
1
2
7
2
9
.
0
0
1
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
2
1
.
G
L
B
[
_
_
K
L
F
_
B
O
R
I
N
G
/
T
E
S
T
P
I
T
S
O
I
L
L
O
G
]
DATE: 2/22/2021
CHECKED BY: WRR
Sa
m
p
l
e
T
y
p
e
APPENDIX B
GEOTECHNICAL LABORATORY TESTING
___________________________________________________________________________________
0
5
10
15
20
25
30
35
40
45
50
55
60
65
70
75
80
85
90
95
100
0.0010.010.1110100
3/8 3 1002416 301 2006 10
Sample Description LL PL PI
CuCc
20 40
BO
U
L
D
E
R
6 601.5 8
%Clay*D60 D30 D10D100
Passing
3/4"
Passing
#4
Passing
#200
26
NM
28
NM
NM
39
NM
33
NM
NM
13
NM
5
NM
NM
NM
0.429
NM
0.724
3.706
NM
0.253
NM
0.265
0.378
10
30
7.5
15
10
97
91
100
52
33
100
100
86
73
25
25
4.75
25
25
NM
NM
NM
NM
NM
Exploration ID Depth (ft.)
PE
R
C
E
N
T
F
I
N
E
R
B
Y
W
E
I
G
H
T
GRAIN SIZE IN MILLIMETERS
medium fine
GRAVEL SANDCOBBLEcoarse coarsefine
Exploration ID Depth (ft.)
1
SIEVE ANALYSIS
SILT
50
HYDROMETERU.S. SIEVE OPENING IN INCHES U.S. SIEVE NUMBERS
1403 4
Coefficients of Uniformity - Cu = D60 / D10
Coefficients of Curvature - CC = (D30)2 / D60 D10
D60 = Grain diameter at 60% passing
D30 = Grain diameter at 30% passing
D10 = Grain diameter at 10% passing
10
30
7.5
15
10
KB-1
KB-1
KB-2
KB-2
KB-3
KB-1
KB-1
KB-2
KB-2
KB-3
0.536
0.693
NM
7.115
13.501
SILTY SAND (SM)
POORLY GRADED SAND (SP)
SILT with SAND (ML)
POORLY GRADED GRAVEL with SAND (GP)
WELL-GRADED GRAVEL with SAND (GW)
NM
1.05
NM
0.28
2.69
NM
2.73
NM
26.84
35.75
TABLE
143/4 1/212
31
1.4
77
4.1
2.9
NM
NM
NM
NM
NM
CLAY
%Silt*
*These numbers represent silt-sized and clay-sized content but may not
indicate the percentage of the material with the engineering properties of silt or clay.
Sieve Analysis and Hydrometer Analysis testing performed in general accordance
with ASTM D6913(Sieve Analysis) and ASTM D7928 (Hydrometer Analysis).
NP = Nonplastic
NM = Not Measured
Burnett Ave South and Williams Ave South
Water Quality Retrofit Project
Renton, Washington
PL
O
T
T
E
D
:
0
2
/
1
8
/
2
0
2
1
1
1
:
0
5
A
M
B
Y
:
W
R
o
s
s
o
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
2
1
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
2
1
2
7
2
9
.
0
0
1
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
2
1
.
G
L
B
[
_
K
L
F
_
S
I
E
V
E
A
N
A
L
Y
S
I
S
]
DATE: 2/22/2021
CHECKED BY: WRR
DRAWN BY: MAE
PROJECT NO.:
20212729.001A
0
5
10
15
20
25
30
35
40
45
50
55
60
65
70
75
80
85
90
95
100
0.0010.010.1110100
3/8 3 1002416 301 2006 10
Sample Description LL PL PI
CuCc
20 40
BO
U
L
D
E
R
6 601.5 8
%Clay*D60 D30 D10D100
Passing
3/4"
Passing
#4
Passing
#200
NM
NM
NM
NM
NM
NM
NM
NM
NM
NM
NM
NM
NM
NM
NM
2.02
0.696
1.189
7.99
3.925
0.349
0.321
0.208
0.488
0.923
15
20
7.5
15
20
43
74
46
20
34
81
84
67
82
50
37.5
37.5
37.5
37.5
NM
NM
NM
NM
NM
Exploration ID Depth (ft.)
PE
R
C
E
N
T
F
I
N
E
R
B
Y
W
E
I
G
H
T
GRAIN SIZE IN MILLIMETERS
medium fine
GRAVEL SANDCOBBLEcoarse coarsefine
Exploration ID Depth (ft.)
1
SIEVE ANALYSIS
SILT
50
HYDROMETERU.S. SIEVE OPENING IN INCHES U.S. SIEVE NUMBERS
1403 4
Coefficients of Uniformity - Cu = D60 / D10
Coefficients of Curvature - CC = (D30)2 / D60 D10
D60 = Grain diameter at 60% passing
D30 = Grain diameter at 30% passing
D10 = Grain diameter at 10% passing
15
20
7.5
15
20
KB-3
KB-3
KB-4
KB-4
KB-4
KB-3
KB-3
KB-4
KB-4
KB-4
10.353
2.043
8.993
16.887
10.209
WELL-GRADED GRAVEL with SAND (GW)
POORLY GRADED SAND with GRAVEL (SP)
POORLY GRADED GRAVEL WITH SILT AND SAND (GP-GM)
POORLY GRADED GRAVEL with SAND (GP)
WELL-GRADED GRAVEL with SAND (GW)
1.13
0.74
0.76
7.75
1.63
29.68
6.37
43.25
34.61
11.06
TABLE
143/4 1/212
3.5
2.0
5.7
1.1
0.6
NM
NM
NM
NM
NM
CLAY
%Silt*
*These numbers represent silt-sized and clay-sized content but may not
indicate the percentage of the material with the engineering properties of silt or clay.
Sieve Analysis and Hydrometer Analysis testing performed in general accordance
with ASTM D6913(Sieve Analysis) and ASTM D7928 (Hydrometer Analysis).
NP = Nonplastic
NM = Not Measured
Burnett Ave South and Williams Ave South
Water Quality Retrofit Project
Renton, Washington
PL
O
T
T
E
D
:
0
2
/
1
8
/
2
0
2
1
1
1
:
0
5
A
M
B
Y
:
W
R
o
s
s
o
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
2
1
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
2
1
2
7
2
9
.
0
0
1
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
2
1
.
G
L
B
[
_
K
L
F
_
S
I
E
V
E
A
N
A
L
Y
S
I
S
]
DATE: 2/22/2021
CHECKED BY: WRR
DRAWN BY: MAE
PROJECT NO.:
20212729.001A
0
10
20
30
40
50
60
0 10 20 30 40 50 60 70 80 90 100 110
ATTERBERG LIMITS
LL PL PI
Passing
#200
2
Exploration ID Depth (ft.)
16
26
28
31
77
10
7.5
CL-ML
LIQUID LIMIT (LL)
PL
A
S
T
I
C
I
T
Y
I
N
D
E
X
(
P
I
)
CL o
r
O
L
"U"
L
I
N
E
ML or OL4
7
MH or OH
"A"
L
I
N
E
CH o
r
O
H
Sample Description
KB-1
KB-2
39
33
13
5
SILTY SAND (SM)
SILT with SAND (ML)
TABLE
Testing performed in general accordance with ASTM D4318.
NP = Nonplastic
NM = Not Measured
Burnett Ave South and Williams Ave South
Water Quality Retrofit Project
Renton, Washington
Chart Reference: ASTM D2487
PL
O
T
T
E
D
:
0
2
/
1
8
/
2
0
2
1
1
1
:
0
4
A
M
B
Y
:
W
R
o
s
s
o
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
2
1
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
2
1
2
7
2
9
.
0
0
1
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
2
1
.
G
L
B
[
_
K
L
F
_
A
T
T
E
R
B
E
R
G
(
A
S
T
M
)
]
DATE: 2/22/2021
CHECKED BY: WRR
DRAWN BY: MAE
PROJECT NO.:
20212729.001A
For classification of fine-grained soils
and fine-grained fraction of coarse-grained
soils.
APPENDIX C
BORING LOGS FOR PRIOR STUDIES
___________________________________________________________________________________
97
60
39
47
14
1.6
ASPHALT: 4 inch asphalt section
CONCRETE: 7 inch concrete section
Fill
Silty SAND with Gravel (SM): brown, moist,
loose to very loose, fine-grained sand
gravel grades fine to coarse-grained
SILT with Sand (ML): brown, moist, very soft,
non-plastic
Silty SAND (SM): brown, moist, very loose,
fine grained sand
trace gravel, grades to medium dense
Alluvium
Well-Graded GRAVEL with Sand (GW):
brown, moist, medium dense to dense,
fine-grained gravel, fine to coarse grained sand
becomes wet
sample obsrtucted by well preserved piece of
wood, trace sand
Silty SAND (SM): brown, wet, very loose, trace
wood fragments
Poorly Graded GRAVEL with Sand (GP): wet,
medium dense, fine gravel
PID= 0.0 ppm
PID= 0.0 ppm
PID= 0.0 ppm
PID= 0.0 ppm
PID= 0.0 ppm
PID= 2.3 ppm
PID= 0.0 ppm
BC=0
1
3
BC=0
1
1
BC=2
6
12
BC=9
17
18
BC=4
5
6
BC=12
21
14
BC=1
0
1
NP
NP
NP
NP
NP
NP
4"
18"
12"
11"
10"
12"
11"
SM
SM
GW
27.1
164.0
8.4
3.9
5.8
235.3
29.8
1 of 2
LABORATORY RESULTS
Lithologic Description
PAGE:
FIELD EXPLORATION
APPENDIX
C-1
BORING LOG KB-04
BORING LOG KB-04
Dr
y
U
n
i
t
W
t
.
(
p
c
f
)
Pa
s
s
i
n
g
#
4
(
%
)
Pa
s
s
i
n
g
#
2
0
0
(
%
)
Latitude: 47.48127°
Longitude: -122.20685°
Approximate Ground Surface Elevation (ft.): 30
Surface Condition: Asphalt
NAD83
Gregory DrillingDrilling Company:
Drilling Method:
Drilling Equipment:
9/26/2019
Clear, 60's Exploration Diameter:
Hammer Type - Drop:140 lb. Auto - 30 in.
Logged By:
Date Begin - End:
Hor.-Vert. Datum:
Weather:
Drill Crew:
CME-75 (truck-mounted)
8 inch in. O.D.
S. Lewis
Hollow Stem AugerPlunge:-90 degrees
Justin/Michael/Ryan
Ad
d
i
t
i
o
n
a
l
T
e
s
t
s
/
Re
m
a
r
k
s
Bl
o
w
C
o
u
n
t
s
(
B
C
)
=
Un
c
o
r
r
.
B
l
o
w
s
/
6
i
n
.
Li
q
u
i
d
L
i
m
i
t
Pl
a
s
t
i
c
i
t
y
I
n
d
e
x
(N
P
=
N
o
n
P
l
a
s
t
i
c
)
CITY OF RENTON
DOWNTOWN UTILITY IMPROVEMENTS
RENTON, WASHINGTON
De
p
t
h
(
f
e
e
t
)
5
10
15
20
25
30
Ap
p
r
o
x
i
m
a
t
e
El
e
v
a
t
i
o
n
(
f
e
e
t
)
25
20
15
10
5
0
Gr
a
p
h
i
c
a
l
L
o
g
Sa
m
p
l
e
Nu
m
b
e
r
Re
c
o
v
e
r
y
(N
R
=
N
o
R
e
c
o
v
e
r
y
)
US
C
S
Sy
m
b
o
l
Wa
t
e
r
Co
n
t
e
n
t
(
%
)
1
2
3
4
5
6
7
DATE: 10/20/2019
DRAWN BY: BCO
REVISED: -
PROJECT NO.: 20181376
CHECKED BY: MBB
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
1
8
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
1
8
1
3
7
6
.
0
0
3
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
1
8
.
G
L
B
[
_
_
K
L
F
_
B
O
R
I
N
G
/
T
E
S
T
P
I
T
S
O
I
L
L
O
G
]
PL
O
T
T
E
D
:
0
1
/
0
6
/
2
0
2
0
1
2
:
4
7
P
M
B
Y
:
M
A
E
v
a
n
s
Sa
m
p
l
e
T
y
p
e
Poorly Graded GRAVEL with Sand (GP): wet,
medium dense, fine gravel
grades to dense
Poorly Graded SAND with Gravel (SP): wet,
dense, medium to coarse-grained gravel, fine
sand, trace silt
The boring was terminated at approximately
46.5 ft. below ground surface. Boring was
backfilled with bentonite and patched with dyed
concrete on September 26, 2019.
PID= 0.0 ppm
PID= 0.0 ppm
PID= 0.0 ppm
BC=5
8
11
BC=7
19
18
BC=6
20
22
GROUNDWATER LEVEL INFORMATION:
Groundwater observed at approximately 20 ft bgs during drilling
GENERAL NOTES:
The exploration location and elevation are approximate and were
estimated by Kleinfelder.
8"
6"
12"
8.7
8.3
19.0
2 of 2
LABORATORY RESULTS
Lithologic Description
PAGE:
FIELD EXPLORATION
APPENDIX
C-2
BORING LOG KB-04
BORING LOG KB-04
Dr
y
U
n
i
t
W
t
.
(
p
c
f
)
Pa
s
s
i
n
g
#
4
(
%
)
Pa
s
s
i
n
g
#
2
0
0
(
%
)
Latitude: 47.48127°
Longitude: -122.20685°
Approximate Ground Surface Elevation (ft.): 30
Surface Condition: Asphalt
NAD83
Gregory DrillingDrilling Company:
Drilling Method:
Drilling Equipment:
9/26/2019
Clear, 60's Exploration Diameter:
Hammer Type - Drop:140 lb. Auto - 30 in.
Logged By:
Date Begin - End:
Hor.-Vert. Datum:
Weather:
Drill Crew:
CME-75 (truck-mounted)
8 inch in. O.D.
S. Lewis
Hollow Stem AugerPlunge:-90 degrees
Justin/Michael/Ryan
Ad
d
i
t
i
o
n
a
l
T
e
s
t
s
/
Re
m
a
r
k
s
Bl
o
w
C
o
u
n
t
s
(
B
C
)
=
Un
c
o
r
r
.
B
l
o
w
s
/
6
i
n
.
Li
q
u
i
d
L
i
m
i
t
Pl
a
s
t
i
c
i
t
y
I
n
d
e
x
(N
P
=
N
o
n
P
l
a
s
t
i
c
)
CITY OF RENTON
DOWNTOWN UTILITY IMPROVEMENTS
RENTON, WASHINGTON
De
p
t
h
(
f
e
e
t
)
40
45
50
55
60
65
Ap
p
r
o
x
i
m
a
t
e
El
e
v
a
t
i
o
n
(
f
e
e
t
)
-10
-15
-20
-25
-30
-35
Gr
a
p
h
i
c
a
l
L
o
g
Sa
m
p
l
e
Nu
m
b
e
r
Re
c
o
v
e
r
y
(N
R
=
N
o
R
e
c
o
v
e
r
y
)
US
C
S
Sy
m
b
o
l
Wa
t
e
r
Co
n
t
e
n
t
(
%
)
8
9
10
DATE: 10/20/2019
DRAWN BY: BCO
REVISED: -
PROJECT NO.: 20181376
CHECKED BY: MBB
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
1
8
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
1
8
1
3
7
6
.
0
0
3
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
1
8
.
G
L
B
[
_
_
K
L
F
_
B
O
R
I
N
G
/
T
E
S
T
P
I
T
S
O
I
L
L
O
G
]
PL
O
T
T
E
D
:
0
1
/
0
6
/
2
0
2
0
1
2
:
4
7
P
M
B
Y
:
M
A
E
v
a
n
s
Sa
m
p
l
e
T
y
p
e
2" SCH 40
Solid PVC
Riser
2" SCH 40
Slotted 0.010
PVC Screen
Portland
Cement Grout
Bentonite Chips
Sand Pack
grass/mulch over 12 inches of topsoil
(Fill)
Silty SAND with Gravel (SM): dark brown, moist, very
loose to medium dense
trace organics
trace organics
wood stuck in sampler
(Fill)
Poorly Graded GRAVEL with Silt and Sand (GP-GM):
brown, wet, loose
Piece of wite PVC in sample
rig chatter, gravels in cuttings
(Alluvium)
Poorly Graded SAND with Gravel (SP): fine to
coarse-grained, sub-angular, reddish brown, wet, very
loose to loose, trace silt
BC=7
8
10
BC=4
6
1
BC=1
1
0
BC=2
0
1
BC=4
2
2
BC=1
1
1
BC=4
2
1
8"
4"
1"
2"
1"
4"
12"
12"
7.0
11.4
37.2
10.7
6.8
112.6
27.5
22.7
1 of 2
LABORATORY RESULTS
Lithologic Description
PAGE:
FIELD EXPLORATION
APPENDIX
C-3
BORING LOG MW-5
BORING LOG MW-5
MONITORING WELL
CONSTRUCTION*
Completion Method:
Flush mount cap in
concrete
Dr
y
U
n
i
t
W
t
.
(
p
c
f
)
Pa
s
s
i
n
g
#
4
(
%
)
Pa
s
s
i
n
g
#
2
0
0
(
%
)
Latitude: 47.48151°
Longitude: -122.20797°
Approximate Ground Surface Elevation (ft.): 30
Surface Condition: Asphalt
NAD83
BortecDrilling Company:
Drilling Method:
Drilling Equipment:
4/16/2019
Cloudy/Overcast Exploration Diameter:
Hammer Type - Drop:140 lb. Cathead - 30 in.
Logged By:
Date Begin - End:
Hor.-Vert. Datum:
Weather:
Drill Crew:
EC 95 Track Rig
8 in. O.D.
R. Satyamurthy
Hollow Stem AugerPlunge:-90 degrees
Carlos
Bl
o
w
C
o
u
n
t
s
(
B
C
)
=
Un
c
o
r
r
.
B
l
o
w
s
/
6
i
n
.
Li
q
u
i
d
L
i
m
i
t
Pl
a
s
t
i
c
i
t
y
I
n
d
e
x
(N
P
=
N
o
n
P
l
a
s
t
i
c
)
CITY OF RENTON
DOWNTOWN UTILITY IMPROVEMENTS
RENTON, WASHINGTON
De
p
t
h
(
f
e
e
t
)
5
10
15
20
25
30
Ap
p
r
o
x
i
m
a
t
e
El
e
v
a
t
i
o
n
(
f
e
e
t
)
25
20
15
10
5
0
Gr
a
p
h
i
c
a
l
L
o
g
Re
c
o
v
e
r
y
(N
R
=
N
o
R
e
c
o
v
e
r
y
)
US
C
S
Sy
m
b
o
l
Wa
t
e
r
Co
n
t
e
n
t
(
%
)
DATE: 10/20/2019
DRAWN BY: WRR
REVISED: -
PROJECT NO.: 20181376
CHECKED BY: MBB
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
1
8
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
1
8
1
3
7
6
.
0
0
2
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
1
8
.
G
L
B
[
_
_
K
L
F
_
B
O
R
I
N
G
/
T
E
S
T
P
I
T
S
O
I
L
L
O
G
]
PL
O
T
T
E
D
:
0
1
/
0
6
/
2
0
2
0
0
1
:
1
3
P
M
B
Y
:
M
A
E
v
a
n
s
Sa
m
p
l
e
T
y
p
e
(Alluvium)
Poorly Graded SAND with Gravel (SP): fine to
coarse-grained, sub-angular, reddish brown, wet, very
loose to loose, trace silt
becomes dark brown
The boring was terminated at approximately 46.5 ft.
below ground surface. Monitoring Well installed to a
depth of 46½ feet
BC=4
3
3
BC=7
5
2
BC=13
11
12
GROUNDWATER LEVEL INFORMATION:
Groundwater was observed at approximately 20 ft. below ground
surface during drilling.
Groundwater was observed at approximately 16 ft. below ground
surface at the end of drilling.
GENERAL NOTES:
The exploration location and elevation are approximate and were
estimated by Kleinfelder.
NR
18"
NR
17.2
19.3
14.9
2 of 2
LABORATORY RESULTS
Lithologic Description
PAGE:
FIELD EXPLORATION
APPENDIX
C-4
BORING LOG MW-5
BORING LOG MW-5
MONITORING WELL
CONSTRUCTION*
Completion Method:
Flush mount cap in
concrete
Dr
y
U
n
i
t
W
t
.
(
p
c
f
)
Pa
s
s
i
n
g
#
4
(
%
)
Pa
s
s
i
n
g
#
2
0
0
(
%
)
Latitude: 47.48151°
Longitude: -122.20797°
Approximate Ground Surface Elevation (ft.): 30
Surface Condition: Asphalt
NAD83
BortecDrilling Company:
Drilling Method:
Drilling Equipment:
4/16/2019
Cloudy/Overcast Exploration Diameter:
Hammer Type - Drop:140 lb. Cathead - 30 in.
Logged By:
Date Begin - End:
Hor.-Vert. Datum:
Weather:
Drill Crew:
EC 95 Track Rig
8 in. O.D.
R. Satyamurthy
Hollow Stem AugerPlunge:-90 degrees
Carlos
Bl
o
w
C
o
u
n
t
s
(
B
C
)
=
Un
c
o
r
r
.
B
l
o
w
s
/
6
i
n
.
Li
q
u
i
d
L
i
m
i
t
Pl
a
s
t
i
c
i
t
y
I
n
d
e
x
(N
P
=
N
o
n
P
l
a
s
t
i
c
)
CITY OF RENTON
DOWNTOWN UTILITY IMPROVEMENTS
RENTON, WASHINGTON
De
p
t
h
(
f
e
e
t
)
40
45
50
55
60
65
Ap
p
r
o
x
i
m
a
t
e
El
e
v
a
t
i
o
n
(
f
e
e
t
)
-10
-15
-20
-25
-30
-35
Gr
a
p
h
i
c
a
l
L
o
g
Re
c
o
v
e
r
y
(N
R
=
N
o
R
e
c
o
v
e
r
y
)
US
C
S
Sy
m
b
o
l
Wa
t
e
r
Co
n
t
e
n
t
(
%
)
DATE: 10/20/2019
DRAWN BY: WRR
REVISED: -
PROJECT NO.: 20181376
CHECKED BY: MBB
gI
N
T
F
I
L
E
:
K
l
f
_
g
i
n
t
_
m
a
s
t
e
r
_
2
0
1
8
P
R
O
J
E
C
T
N
U
M
B
E
R
:
2
0
1
8
1
3
7
6
.
0
0
2
A
O
F
F
I
C
E
F
I
L
T
E
R
:
S
E
A
T
T
L
E
gI
N
T
T
E
M
P
L
A
T
E
:
E
:
K
L
F
_
S
T
A
N
D
A
R
D
_
G
I
N
T
_
L
I
B
R
A
R
Y
_
2
0
1
8
.
G
L
B
[
_
_
K
L
F
_
B
O
R
I
N
G
/
T
E
S
T
P
I
T
S
O
I
L
L
O
G
]
PL
O
T
T
E
D
:
0
1
/
0
6
/
2
0
2
0
0
1
:
1
3
P
M
B
Y
:
M
A
E
v
a
n
s
Sa
m
p
l
e
T
y
p
e
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
Appendix F – Inadvertant Discovery Plan
INADVERTENT DISCOVERY PLAN
PLAN AND PROCEDURES FOR THE DISCOVERY OF
CULTURAL RESOURCES AND HUMAN SKELETAL
REMAINS
To request ADA accommodation, including materials in a format for the visually
impaired, call Ecology at 360-407-6000 or visit https://ecology.wa.gov/accessibility.
People with impaired hearing may call Washington Relay Service at 711. People with a
speech disability may call TTY at 877-833-6341.
ECY 070-560 (rev. 06/21) 1 IDP Form
Site Name(s): :
Location
County:Project Lead/Organization:
•An accumulation of shell, burned rocks, or other food related materials.
•Bones, intact or in small pieces.
•An area of charcoal or very dark stained soil with artifacts.
•Stone tools or waste flakes (for example, an arrowhead or stone chips).
•Modified or stripped trees, often cedar or aspen, or other modified natural
features, such as rock drawings.
•Agricultural or logging materials that appear older than 50 years. These could
include equipment, fencing, canals, spillways, chutes, derelict sawmills, tools,
and many other items.
•Clusters of tin cans or bottles, or other debris that appear older than 50 years.
•Old munitions casings. Always assume these are live and never touch or
move.
•Buried railroad tracks, decking, foundations, or other industrial materials.
•Remnants of homesteading. These could include bricks, nails, household items,
toys, food containers, and other items associated with homes or farming sites.
If this Inadvertent Discovery Plan (IDP) is for multiple (batched) projects, ensure the
location information covers all project areas.
1.INTRODUCTION
The IDP outlines procedures to perform in the event of a discovery of archaeological
materials or human remains, in accordance with applicable state and federal laws. An
IDP is required, as part of Agency Terms and Conditions for all grants and loans, for
any project that creates disturbance above or below the ground. An IDP is not a
substitute for a formal cultural resource review (Executive 21-02 or Section 106).
Once completed, the IDP should always be kept at the project site during all project
activities. All staff, contractors, and volunteers should be familiar with its contents and
know where to find it.
2.CULTURAL RESOURCE DISCOVERIES
A cultural resource discovery could be prehistoric or historic. Examples include (see
images for further examples):
The above list does not cover every possible cultural resource. When in doubt, assume
the material is a cultural resource.
3. ON-SITE RESPONSIBILITIES
If any employee, contractor, or subcontractor believes that they have uncovered
cultural resources or human remains at any point in the project, take the following steps
to Stop-Protect-Notify. If you suspect that the discovery includes human remains,
also follow Sections 5 and 6.
STEP A: Stop Work.
All work must stop immediately in the vicinity of the discovery.
STEP B: Protect the Discovery.
Leave the discovery and the surrounding area untouched and create a clear,
identifiable, and wide boundary (30 feet or larger) with temporary fencing, flagging,
stakes, or other clear markings. Provide protection and ensure integrity of the discovery
until cleared by the Department of Archaeological and Historical Preservation (DAHP)
or a licensed, professional archaeologist.
Do not permit vehicles, equipment, or unauthorized personnel to traverse the discovery
site. Do not allow work to resume within the boundary until the requirements of this IDP
are met.
STEP C: Notify Project Archaeologist (if applicable).
If the project has an archaeologist, notify that person. If there is a monitoring plan in
place, the archaeologist will follow the outlined procedure.
STEP D: Notify Project and Washington Department of Ecology (Ecology)
contacts.
Project Lead Contacts
Primary Contact Alternate Contact
Name: Name:
Organization: Organization:
Phone: Phone:
Email: Email:
Ecology Contacts (completed by Ecology Project Manager)
Ecology Project Manager Alternate or Cultural Resource Contact
Name: Name:
Program: Program:
Phone: Phone:
Email: Email:
ECY 070-560 (rev. 06/21) 2 IDP Form
STEP E: Ecology will notify DAHP.
Once notified, the Ecology Cultural Resource Contact or the Ecology Project
Manager will contact DAHP to report and confirm the discovery. To avoid delay, the
Project Lead/Organization will contact DAHP if they are not able to reach Ecology.
DAHP will provide the steps to assist with identification. DAHP, Ecology, and Tribal
representatives may coordinate a site visit following any necessary safety protocols.
DAHP may also inform the Project Lead/Organization and Ecology of additional
steps to further protect the site.
Do not continue work until DAHP has issued an approval for work to proceed in
the area of, or near, the discovery.
DAHP Contacts:
Name: Rob Whitlam, PhD
Title: State Archaeologist
Cell: 360-890-2615
Email: Rob.Whitlam@dahp.wa.gov
Main Office: 360-586-3065
4. TRIBAL CONTACTS
Human Remains/Bones:
Name: Guy Tasa, PhD
Title: State Anthropologist
Cell: 360-790-1633 (24/7)
Email: Guy.Tasa@dahp.wa.gov
In the event cultural resources are discovered, the following tribes will be contacted.
See Section 10 for Additional Resources.
Tribe:
Name:
Title:
Phone:
Email:
Tribe:
Name:
Title:
Phone:
E mEmai:ail:l
Tribe:
Name:
Title:
Phone:
Email:
Tribe:
Name:
Title:
Phone:
Email:
Please provide contact information for additional tribes within your project area, if
needed, in Section 11.
5. FURTHER CONTACTS (if applicable)
If the discovery is confirmed by DAHP as a cultural or archaeological resource, or as
human remains, and there is a partnering federal or state agency, Ecology or the
Project Lead/Organization will ensure the partnering agency is immediately notified.
ECY 070-560 (rev. 06/21) 3 IDP Form
Federal Agency: State Agency:
Agency: Agency:
Name: Name:
Title: Title:
Phone: Phone:
Email: Email:
6. SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMAN SKELETAL
MATERIAL
Any human skeletal remains, regardless of antiquity or ethnic origin, will at all times be
treated with dignity and respect. Follow the steps under Stop-Protect-Notify. For specific
instructions on how to handle a human remains discovery, see: RCW 68.50.645: Skeletal
human remains—Duty to notify—Ground disturbing activities—Coroner determination—
Definitions.
Suggestion: If you are unsure whether the discovery is human bone or not, contact Guy
Tasa with DAHP, for identification and next steps. Do not pick up the discovery.
Guy Tasa, PhD State Physical Anthropologist
Guy.Tasa@dahp.wa.gov
(360) 790-1633 (Cell/Office)
For discoveries that are confirmed or suspected human remains, follow these steps:
1. Notify law enforcement and the Medical Examiner/Coroner using the contacts
below. Do not call 911 unless it is the only number available to you.
Enter contact information below (required):
• Local Medical Examiner or Coroner name and phone:
• Local Law Enforcement main name and phone:
• Local Non-Emergency phone number (911 if without a non-emergency
number):
2. The Medical Examiner/Coroner (with assistance of law enforcement personnel) will
determine if the remains are human or if the discovery site constitutes a crime
scene and will notify DAHP.
3. DO NOT speak with the media, allow photography or disturbance of the
remains, or release any information about the discovery on social media.
4. If the remains are determined to be non-forensic, Cover the remains with a tarp or
other materials (not soil or rocks) for temporary protection and to shield them from
being photographed by others or disturbed.
ECY 070-560 (rev. 06/21) 4 IDP Form
ECY 070-560 (rev. 06/21) 5 IDP Form
Further activities:
•Per RCW 27.44.055, RCW 68.50, and RCW 68.60, DAHP will have jurisdiction
over non-forensic human remains. Ecology staff will participate in consultation.
Organizations may also participate in consultation.
•Documentation of human skeletal remains and funerary objects will be agreed
upon through the consultation process described in RCW 27.44.055,
RCW 68.50, and RCW 68.60.
•When consultation and documentation activities are complete, work in the
discovery area may resume as described in Section 8.
If the project occurs on federal lands (such as a national forest or park or a military
reservation) the provisions of the Native American Graves Protection and Repatriation
Act of 1990 (NAGPRA) apply and the responsible federal agency will follow its
provisions. Note that state highways that cross federal lands are on an easement and
are not owned by the state.
If the project occurs on non-federal lands, the Project Lead/Organization will comply
with applicable state and federal laws, and the above protocol.
7.DOCUMENTATION OF ARCHAEOLOGICAL MATERIALS
Archaeological resources discovered during construction are protected by state law
RCW 27.53 and assumed eligible for inclusion in the National Register of Historic
Places under Criterion D until a formal Determination of Eligibility is made.
The Project Lead/Organization must ensure that proper documentation and field
assessment are made of all discovered cultural resources in cooperation with all
parties: the federal agencies (if any), DAHP, Ecology, affected tribes, and the
archaeologist.
The archaeologist will record all prehistoric and historic cultural material discovered
during project construction on a standard DAHP archaeological site or isolate
inventory form. They will photograph site overviews, features, and artifacts and
prepare stratigraphic profiles and soil/sediment descriptions for minimal subsurface
exposures. They will document discovery locations on scaled site plans and site
location maps.
Cultural features, horizons, and artifacts detected in buried sediments may require the
archaeologist to conduct further evaluation using hand-dug test units. They will
excavate units in a controlled fashion to expose features, collect samples from
undisturbed contexts, or to interpret complex stratigraphy. They may also use a test
unit or trench excavation to determine if an intact occupation surface is present. They
will only use test units when necessary to gather information on the nature, extent, and
integrity of subsurface cultural deposits to evaluate the site’s significance. They will
conduct excavations using standard archaeological techniques to precisely document
the location of cultural deposits, artifacts, and features.
The archaeologist will record spatial information, depth of excavation levels, natural
and cultural stratigraphy, presence or absence of cultural material, and depth to sterile
soil, regolith, or bedrock for each unit on a standard form. They will complete test
excavation unit level forms, which will include plan maps for each excavation level and
artifact counts and material types, number, and vertical provenience (depth below
ECY 070-560 (rev. 06/21) 6 IDP Form
surface and stratum association where applicable) for all recovered artifacts. They will
draw a stratigraphic profile for at least one wall of each test excavation unit.
The archaeologist will screen sediments excavated for purposes of cultural resources
investigation through 1/8-inch mesh, unless soil conditions warrant 1/4-inch mesh.
The archaeologist will analyze, catalogue, and temporarily curate all prehistoric and
historic artifacts collected from the surface and from probes and excavation units. The
ultimate disposition of cultural materials will be determined in consultation with the
federal agencies (if any), DAHP, Ecology, and the affected tribe(s).
Within 90 days of concluding fieldwork, the archaeologist will provide a technical report
describing any and all monitoring and resultant archaeological excavations to the
Project Lead/Organization, who will forward the report to Ecology, the federal agencies
(if any), DAHP, and the affected tribe(s) for review and comment.
If assessment activities expose human remains (burials, isolated teeth, or bones), the
archaeologist and Project Lead/Organization will follow the process described in
Section 6.
8.PROCEEDING WITH WORK
The Project Lead/Organization shall work with the archaeologist, DAHP, and
affected tribe(s) to determine the appropriate discovery boundary and where work can
continue.
Work may continue at the discovery location only after the process outlined in this plan
is followed and the Project Lead/Organization, DAHP, any affected tribe(s), Ecology,
and the federal agencies (if any) determine that compliance with state and federal laws
is complete.
9.ORGANIZATION RESPONSIBILITY
The Project Lead/Organization is responsible for ensuring:
•This IDP has complete and accurate information.
•This IDP is immediately available to all field staff at the sites and available by
request to any party.
•This IDP is implemented to address any discovery at the site.
•That all field staff, contractors, and volunteers are instructed on how to implement
this IDP.
10.ADDITIONAL RESOURCES
Informative Video
Ecology recommends that all project staff, contractors, and volunteers view this
informative video explaining the value of IDP protocol and what to do in the event of a
discovery. The target audience is anyone working on the project who could
unexpectedly find cultural resources or human remains while excavating or digging.
The video is also posted on DAHP’s inadvertent discovery language website.
(https://www.youtube.com/watch?v=ioX-4cXfbDY)Ecology's IDP Video
Informational Resources
DAHP (https://dahp.wa.gov)
Washington State Archeology (DAHP 2003)
(https://dahp.wa.gov/sites/default/files/Field%20Guide%20to%20WA%20Arch_0.pdf)
Association of Washington Archaeologists (https://www.archaeologyinwashington.com)
Potentially Interested Tribes
Interactive Map of Tribes by Area
(https://dahp.wa.gov/archaeology/tribal-consultation-information)
WSDOT Tribal Contact Website
(https://wsdot.wa.gov/tribal/TribalContacts.htm)
11.ADDITIONAL INFORMATION
Please add any additional contact information or other information needed within this
IDP.
ECY 070-560 (rev. 06/21) 7 IDP Form
ECY 070-560 (rev. 06/21) 8 IDP Form
Implement the IDP if you see…
Chipped stone artifacts.
Examples are:
•Glass-like material.
•Angular material.
•“Unusual” material or shape for the area.
•Regularity of flaking.
•Variability of size.Stone artifacts from Oregon.
Stone artifacts from Washington.
Biface-knife, scraper, or pre-form found in NE Washington. Thought to be a well
knapped object of great antiquity. Courtesy of Methow Salmon Rec. Foundation.
ECY 070-560 (rev. 06/21) 9 IDP Form
Implement the IDP if you see…
Ground stone artifacts.
Examples are:
•Unusual or unnatural shapes or unusual stone.
•Striations or scratching.
•Etching, perforations, or pecking.
•Regularity in modifications.
•Variability of size, function, or complexity.
Above: Fishing Weight - credit CRITFC Treaty Fishing Rights website.
Artifacts from unknown locations (left and right images).
ECY 070-560 (rev. 06/21) 10 IDP Form
Implement the IDP if you see…
Bone or shell artifacts, tools, or beads.
Examples are:
•Smooth or carved materials.
•Unusual shape.
•Pointed as if used as a tool.
•Wedge shaped like a “shoehorn”.
•Variability of size.
•Beads from shell (dentalium) or tusk.
Upper Left:Bone Awls from Oregon.
Upper Center: Bone Wedge from California.
Upper Right: Plateau dentalium choker and bracelet, from Nez
Perce National Historical Park, 19th century, made using Antalis
pretiosa shells Credit: Nez Perce - Nez Perce National Historical
Park, NEPE 8762, Public Domain.
Above: Tooth Pendants. Right: Bone Pendants. Both from Oregon
and Washington.
ECY 070-560 (rev. 06/21) 11 IDP Form
Implement the IDP if you see…
Culturally modified trees, fiber, or wood artifacts.
Examples are:
•Trees with bark stripped or peeled, carvings, axe cuts, de-limbing,
wood removal, and other human modifications.
•Fiber or wood artifacts in a wet environment.
•Variability of size, function, and complexity.
Left and Below: Culturally modified
tree and an old carving on an aspen
(Courtesy of DAHP).
Right, Top to Bottom: Artifacts from
Mud Bay, Olympia: Toy war club, two
strand cedar rope, wet basketry.
ECY 070-560 (rev. 06/21) 12 IDP Form
Implement the IDP if you see…
Strange, different, or interesting looking dirt, rocks, or shells.
Human activities leave traces in the ground that may or may not
have artifacts associated with them. Examples are:
•“Unusual” accumulations of rock (especially fire-cracked rock).
•“Unusual” shaped accumulations of rock (such as a shape
similar to a fire ring).
•Charcoal or charcoal-stained soils, burnt-looking soils, or soil
that has a “layer cake” appearance.
•Accumulations of shell, bones, or artifacts. Shells may be
crushed.
•Look for the “unusual” or out of place (for example, rock piles
in areas with otherwise few rocks).
Underground oven. Courtesy of
DAHP.
Shell Midden pocket in modern fill discovered in
sewer trench.
Hearth excavated near Hamilton, WA.
Shell midden with fire cracked rock.
ECY 070-560 (rev. 06/21) 13 IDP Form
Implement the IDP if you see…
Historic period artifacts (historic archaeology considered
older than 50 years).
Examples are:
•Agricultural or logging equipment. May include equipment, fencing,
canals, spillways, chutes, derelict sawmills, tools, etc.
•Domestic items including square or wire nails, amethyst colored glass,
or painted stoneware.
Left: Top to Bottom: Willow pattern
serving bowl and slip joint pocket
knife discovered during Seattle
Smith Cove shantytown (45-
KI-1200) excavation.
Right: Collections of historic
artifacts discovered during
excavations in eastern
Washington cities.
ECY 070-560 (rev. 06/21) 14 IDP Form
Implement the IDP if you see…
Historic period artifacts (historic archaeology considered
older than 50 years).
Examples are:
•Railway tokens, coins, and buttons.
•Spectacles, toys, clothing, and personal items.
•Items helping to understand a culture or identity.
•Food containers and dishware.
Right, from Top to Bottom:
Coins, token, spectacles
and Montgomery Ward
pitchfork toy discovered
during Seattle Smith Cove
shantytown (45-KI-1200)
excavation.
Main Image: Dishes, bottles, workboot found at the North Shore Japanese bath
house (ofuro) site, Courtesy Bob Muckle, Archaeologist, Capilano University,
B.C. This is an example of an above ground resource.
ECY 070-560 (rev. 06/21) 15 IDP Form
Implement the IDP if you see…
•Old munition casings – if you see ammunition of any type – always assume they are live and never touch or move!
•Tin cans or glass bottles with an older manufacturer's technique – maker’s mark, distinct colors such as turquoise, or
an older method of opening the container.
Far Left: .303 British
cartridge found by a WCC
planting crew on Skagit
River. Don’t ever touch
something like this!
Left: Maker’s mark on
bottom of old bottle.
Right: Old beer can found
in Oregon. ACME was
owned by Olympia
Brewery. Courtesy of
Heather Simmons.
Can opening dates, courtesy of W.M. Schroeder.
Logo employed by Whithall
Tatum & Co. between 1924 to
1938 (Lockhart et al. 2016).
ECY 070-560 (rev. 06/21) 16 IDP Form
Implement the IDP if you see…
You see historic foundations or buried structures.
Examples are:
•Foundations.
•Railroad and trolley tracks.
•Remnants of structures.
Counter Clockwise, Left to Right: Historic structure 45KI924, in WSDOT right of way for
SR99 tunnel. Remnants of Smith Cove shantytown (45-KI-1200) discovered during
Ecology CSO excavation, City of Spokane historic trolley tracks uncovered during
stormwater project, intact foundation of historic home that survived the Great Ellensburg
Fire of July 4, 1889, uncovered beneath parking lot in Ellensburg.
ECY 070-560 (rev. 06/21) 17 IDP Form
Implement the IDP if you see...
Potential human remains.
Examples are:
•Grave headstones that appear to be older than 50 years.
•Bones or bone tools--intact or in small pieces. It can be difficult to
differentiate animal from human so they must be identified by an
expert.
•These are all examples of animal bones and are not human.
Center: Bone wedge tool,
courtesy of Smith Cove
Shantytown excavation
(45KI1200).
Other images (Top Right,
Bottom Left, and Bottom)
Center: Courtesy of DAHP.
Directly Above: This is a real discovery at an
Ecology sewer project site.
What would you do if you found these items at
a site? Who would be the first person you
would call?
Hint: Read the plan!
City of Renton
Public Works Department
Contract Documents for
Burnett Ave S and Williams Ave S Storm System Improvement Project
CAG-24-098
______________________________________________________________________________
Appendix G – Washington State Department of Ecology
Stormwater Facility Specifications Insert
WASHINGTON STATE DEPARTMENT OF ECOLOGY
STORMWATER FACILITY
SPECIFICATIONS INSERT
General
Partial funding of this project is being provided by the Washington State Department of
Ecology’s (Ecology) Stormwater Grant Program.
Compliance w ith State and Local Laws
The construction of the project, including all subcontracted work, shall conform to the
applicable requirements of state and local laws and ordinances.
State Interest Exclusion
It is anticipated that this project will be funded in part by the Washington State Department of
Ecology. Neither the State of Washington nor any of its departments or employees are, or shall
be, a party to this contract or any subcontract.
Third Party Beneficiary
Partial funding of this project is being provided through the Washington State Department of
Ecology Stormwater Grant Program. All parties agree that the State of Washington shall be, and
is hereby, named as an express third-party beneficiary of this contract, with full rights as such.
Access to the construction site and to records
The contractor shall provide for the safe access to the construction site and to the contractor's
records by Washington State Department of Ecology personnel.
The Contractor shall maintain accurate records and accounts to facilitate the Owner’s audit
requirements and shall ensure that all subcontractors maintain auditable records.
These Project records shall be separate and distinct from the Contractor’s other records and
accounts.
All such records shall be available to the Owner and to Washington State Department of Ecology
personnel for examination. All records pertinent to this project shall be retained by the Contractor
for a period of three (3) years after the final audit.
Protection of the Environment
No construction related activity shall contribute to the degradation of the environment, allow
material to enter surface or ground waters, or allow particulate emissions to the atmosphere,
which exceed state or federal standards. Any actions that potentially allow a discharge to state
waters must have prior approval of the Washington State Department of Ecology.
Inadvertent Discovery of Archeological Resources
The contractor shall obtain a copy of the Inadvertent Discovery Plan from the Project Owner.
The contractor shall keep a copy of the inadvertent discovery plan for the project on the work
site at all times. The contractor shall immediately stop all work if human remains, cultural, or
archeological resources are discovered in the course of construction. The contractor shall follow
the inadvertent discovery plan in dealing with the human remains, cultural, or archeological
resources.
Project Signs
The Contractor shall display Ecology’s logo in a manner that informs the public that the project
received financial assistance from the Washington State Stormwater Grant Program.
Utilization of Minority and Women Business Enterprises
All bidders are encouraged to utilize certified minority-owned and women-owned businesses to
the extent possible in the performance of this contract. All prospective bidders or persons
submitting qualifications should take the following steps, when possible.
1. Include qualified minority and women's businesses on solicitation lists.
2. Assure that qualified minority and women's businesses are solicited whenever
they are potential sources of services or supplies.
3. Divide the total requirements, when economically feasible, into smaller tasks or
quantities to permit maximum participation by qualified minority and women's
businesses.
4. Establish delivery schedules, where work requirements permit, which will
encourage participation of qualified minority and women's businesses.
5. Use the services and assistance of the State Office of Minority and Women's
Business Enterprises (OMWBE) and the Office of Minority Business Enterprises
of the U.S. Department of Commerce, as appropriate.
All prospective bidders must provide a list of the MBE/WBE subcontractors they intend to use
during the project. This list must be provided with the bid package.
Revised 3/25/15